Loading...
10/03/2019Thursday, October 3, 2019 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda October 3, 2019City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 ID#19-6821 Litewing Presentation - Brian Wellington, Litewing 4.2 ID#19-6595 Fire Prevention Week Proclamation - Fire Marshal James Warman 4.3 ID#19-6798 Public Natural Gas Week Proclamation - Chuck Warrington, Director of Clearwater Gas System 5. Approval of Minutes 5.1 ID#19-6825 Approve the September 19, 2019 City Council Meeting Minutes and the August 22, 2019 Special City Council Meeting Minutes as submitted in written summation by the City Clerk. 6. Citizens to be heard re items not on the agenda Page 2 City of Clearwater Printed on 10/3/2019 October 3, 2019City Council Meeting Agenda 7. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 7.1 ID#19-6860 Approve a grant of $75,000 in General Fund Reserves to be set aside as a commitment for the local government contribution that is required for applicants to participate in the State of Florida’s Low Income Housing Tax Credit Program (LIHTC) for an 82-unit affordable housing development project, Union Trail, proposed by SP Pinellas IV, LLC and authorize the appropriate officials to execute same. (consent) 7.2 ID#19-6751 Approve the purchase of reconditioned Cale parking meters, from Cale America, Inc. of Clearwater, FL, in the not-to-exceed amount of $460,000, pursuant to Clearwater Code of Ordinances 2.564(1)(b) Sole Source and 2.621, Disposition of Personal Property, and authorize the appropriate officials to execute same. (consent) 7.3 ID#19-6808 Approve a Claims Service Contract with Sedgwick Claims Management Services of Nashville, TN, in the not-to-exceed amount of $100,000 for a one-year term, pursuant to Clearwater Code of Ordinances Section 2.564 (l)(i), Exempt from Bidding, and authorize the appropriate officials to execute same. (consent) 7.4 ID#19-6827 Approve a license agreement between the City of Clearwater and The Self-Management Resource Center, Inc. for a three-year period to provide Evidence Based Wellness Programs (EBWP) for adults, authorize the City Manager or his/her designee to approve amendments regarding classes offered and locations for classes and authorize the appropriate officials to execute same. (consent) 7.5 ID#19-6806 Authorize an agreement between the City of Clearwater and the Bureau of Business Enterprises (BBE), Division of Blind Services, for a three-year period, with an option to renew for one additional three-year period, to provide employees and city facility patrons with snack vending services and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 10/3/2019 October 3, 2019City Council Meeting Agenda 7.6 ID#19-6817 Accept the University of North Florida Training and Services Institute, Inc, d/b/a Institute of Police Technology and Management (IPTM), High Visibility Enforcement (HVE) for Pedestrian and Bicycle Safety Grant Award in the amount of $40,000 for police overtime, approve the Letter of Agreement and Contract with the University of North Florida, and authorize the appropriate officials to execute same. (consent) 7.7 ID#19-6813 Authorize the purchase of an Aerial Platform Apparatus from Ten-8 Fire Equipment, Inc. of Appleton, WI, in the amount of $ 1,358,895, and miscellaneous tools and equipment in the amount of $103,255; in accordance with Clearwater Code of Ordinances Section 2.564(1)(d) - Other Governmental Entities Bids; and authorize appropriate officials to execute same. (consent) 7.8 ID#19-6819 Authorize the purchase of personal protective equipment (PPE) from Municipal Equipment Co, of Orlando, FL, in an amount not to exceed $138,087, in accordance with Clearwater Code of Ordinances Section 2.564(1)(d) - Other Governmental Entities Bids, and authorize the appropriate officials to execute same. (consent) 7.9 ID#19-6820 Approve the Lease Agreement for the Capitol Theatre, authorize acceptance of the Pinellas County EMS Public Education Grant for the use of the Bilheimer Capitol Theatre in the amount of $1625.00, authorize Fire Training Officer to execute the grant application, authorize the Fire Chief to apply and execute future Pinellas County EMS Public Education Grants, and authorize the appropriate officials to execute same. (consent) 7.10 ID#19-6779 Approve Fiscal Year 2019/20 purchases of miscellaneous library materials from multiple sources in an amount not to exceed $694,000, pursuant to Clearwater Code of Ordinances, Section 2.564 Other Government Entities Bids or Sole Source, and authorize the appropriate officials to execute same. (consent) 7.11 ID#19-6726 Authorize a piggyback of Hillsborough County Contract Agreement 215208514 for the purchase of Neptune Water Meters and Original Equipment manufacturer (OEM) replacement parts, to Neptune Technology Group of Tallassee, AL, effective November 1, 2019, in the annual amount of $350,000.00 with option for renewal terms per contract and authorize the appropriate officials to execute same. (consent) 7.12 ID#19-6824 Authorize award of Invitation to Bid Number 35-19, Citywide Copy and Printing Services, to Printing Depot of Oldsmar, FL and Minuteman Press of Delray Beach, FL, and the utilization of Pinellas County Print Services, Pinellas County Clerk of the Court; for an annual not-to-exceed amount of $250,000 with option for two one-year term extensions, and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 10/3/2019 October 3, 2019City Council Meeting Agenda 7.13 ID#19-6567 Approve the purchase of vehicle parts for heavy and light duty vehicles and equipment approved in the 19/20 Fiscal Year Budget, per the pricing, terms and conditions of the following contracts, sole source vendors, specialty parts vendors and other vendors in accordance with the Clearwater Code of Ordinances, Section 2.564 (1)(d) Other Government Entities Bid for a not to exceed total of $1,500,000, and authorize the appropriate officials to execute same. (consent) 7.14 ID#19-6752 Approve a Contract (Purchase Order) to Communications International of Vero Beach, FL in the amount of $ 397,516.95 for the maintenance and repair of the city-wide two-way radio communication system and equipment; the purchase of additional equipment in accordance with Sec. 2.564(1) (b), Code of Ordinances - Sole Source; and authorize the appropriate officials to execute same. (consent) 7.15 ID#19-6765 Authorize the purchase of vehicles (heavy and light duty) and equipment as approved in the 19/20 Fiscal Year Budget for a not to exceed amount of $9,096,700, per the recommended contracts in accordance with Clearwater Code of Ordinances Section 2.564 (1)(d) Other Government Entities, and authorize the appropriate officials to execute the same. (consent) 7.16 ID#19-6811 Appoint Patrick Raftery to the Parks and Recreation Board to fill the remainder of an unexpired term through May 31, 2022. (consent) Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 8.1 ID#19-6810 Declare surplus for conveyance to City of Clearwater Community Redevelopment Agency (CRA), certain real property located at 610 Franklin Street; approve the contract for Purchase of Real Property by the CRA; and authorize appropriate officials to execute same. (APH) 9. Second Readings - Public Hearing Page 5 City of Clearwater Printed on 10/3/2019 October 3, 2019City Council Meeting Agenda 9.1 9301-19 2nd rdg Adopt Ordinance 9301-19 on second reading, annexing certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said additions. 9.2 9302-19 2nd rdg Adopt Ordinance 9302-19 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Low, (RL). 9.3 9303-19 2nd rdg Adopt Ordinance 9303-19 on second reading, amending the Zoning Atlas of the city by zoning certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 9.4 9321-19 2nd rdg Adopt Ordinance 9321-19 on second reading, vacating a utility easement lying within the South 5 feet of Lots 1, 2, 3, 4 and 5, Block D, and the North 5 feet of Lots 10, 11, 12, 13, and 14, Block D, Hibiscus Gardens, according to the map or plat thereof, as recorded in Plat Book 14, Pages 55 through 59, inclusive, of the Public Records of Pinellas County, Florida. 9.5 9325-19 2nd rdg Adopt Ordinance 9325-19 on second reading, amending the Operating Budget for the Fiscal Year ending September 30, 2019, to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Gas Fund, Marine Fund, Airpark Fund, and Parking Fund. 9.6 9326-19 2nd rdg Adopt Ordinance 9326-19 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2019, to reflect a net increase of $1,068,967. 9.7 9327-19 2nd rdg Adopt Ordinance 9327-19 on second reading, vacating a portion of a right-of-way lying in the North 10 feet of the South 30 feet of Lot 12, Block G, Fairmont Subdivision, as recorded in Plat Book 9, Page 85, of the Public Records of Pinellas County, Florida. 9.8 9298-19 2nd rdg contd Continue second reading of Ordinance 9298-19 to October 16, 2019, annexing certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, together with a certain portion of Audubon Street right-of-way, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 6 City of Clearwater Printed on 10/3/2019 October 3, 2019City Council Meeting Agenda 9.9 9299-19 2nd rdg contd Continue second reading of Ordinance 9299-19 to November 7, 2019, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater as Residential Low (RL). 9.10 9300-19 2nd rdg contd Continue second reading of Ordinance 9300-19 to November 7, 2019, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater as Low Medium Density Residential (LMDR). 10. City Manager Reports 10.1 ID#19-6769 Ratify and confirm an increase to Invitation to Bid Number 19-18 to General Utility Pipe and Supply, Inc. of Trussville, AL, from the original annual amount of $1,250,000 to $1,413,000, for the purchase of Steel and Polyethylene Pipe and Fittings, to include the current contract period of May 1, 2019 through April 30, 2020, and the remaining one-year renewal option, and authorize the appropriate officials to execute same. 11. City Attorney Reports 12. Other Council Action 12.1 ID#19-6733 City Attorney Evaluation 12.2 ID#19-6734 City Manager Evaluation 13. Closing comments by Councilmembers (limited to 3 minutes) 14. Closing Comments by Mayor 15. Adjourn Page 7 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6821 Agenda Date: 10/3/2019 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Litewing Presentation - Brian Wellington, Litewing SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6595 Agenda Date: 10/3/2019 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Fire Prevention Week Proclamation - Fire Marshal James Warman SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6798 Agenda Date: 10/3/2019 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Public Natural Gas Week Proclamation - Chuck Warrington, Director of Clearwater Gas System SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6825 Agenda Date: 10/3/2019 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the September 19, 2019 City Council Meeting Minutes and the August 22, 2019 Special City Council Meeting Minutes as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 City Council Meeting Minutes September 19, 2019 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, September 19, 2019 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes September 19, 2019 Page 2 City of Clearwater Roll Call Present: 5 - Mayor George N. Cretekos, Councilmember Jay Polglaze, Councilmember Hoyt Hamilton, Vice Mayor Bob Cundiff and Councilmember David Allbritton Also Present: William B. Horne II – City Manager, Micah Maxwell – Assistant City Manager, Michael Delk – Assistant City Manager, Pamela K. Akin City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Official Records & Legislative Services Coordinator. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Cretekos The meeting was called to order at 6:00 p.m. in Council Chambers at the Main Library. 2. Invocation – Pastor Danny McDonald from North Bay Community Church 3. Pledge of Allegiance – Councilmember Allbritton 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 September Service Awards One service award was presented to a city employee. The August 2019 Employee of the Month Award was presented to Michelle LaBrie, Marine. 4.2 Life Insurance Awareness Month Proclamation, September 2019 - Ms. Katherine Jones, National Association of Insurance and Financial Advisors (NAIFA). 4.3 United Way Month Proclamation, September 27-October 25, 2019 - Tony Magganas, Clearwater Gas System Draft City Council Meeting Minutes September 19, 2019 Page 3 City of Clearwater 4.4 Energy Efficiency Day Proclamation, October 2, ,2019 - Sheridan Boyle, Sustainability Coordinator 4.5 State of the City Presentation - City Manager Bill Horne The City Manager provided a PowerPoint presentation. 5. Approval of Minutes 5.1 Approve the September 5, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. Councilmember Allbritton moved to approve the September 5, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Citizens to be heard re items not on the agenda Lance Dyer provided Council with information on Kratom and urged the city pursue banning the product. Shannon O'Leary-Beck opposed plans being implemented at Crest Lake Park and expressed safety concerns with the pond as the Southwest Florida Water Management District has classified the waterbody not suited for swimming. Kathy Flaherty opposed the installation of the boat dock and splash pad at Crest Lake Park and expressed safety concerns with the pond at the park. Mr. Holuba said he had a delightful time during a recent visit to Dunedin. He said he counted over 21 homeless individuals in the Clearwater Downtown area recently and opposed the City spending any funds towards Downtown. Lisa Lanza opposed the proposed fire and light art installments, the Japanese pagoda and amphitheater seating for Coachman Commons that were presented at the last council meeting. Draft City Council Meeting Minutes September 19, 2019 Page 4 City of Clearwater 7. Consent Agenda – Approved as submitted less Item 7.2. 7.1 Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing, Information Technology Services and telephone services for the CRA, provide for the reimbursement of certain expenses by the CRA to the City and authorize the appropriate officials to execute same. (consent) 7.2 Approve the amendment to the collective bargaining agreement as negotiated between the City of Clearwater and Communications Workers of America, Local 3179 (CWA) for Fiscal year 2019/2020 and authorize the appropriate officials to execute same. (consent) See below. 7.3 Approve a 5-year Revocable License Agreement, from September 1, 2019 through August 31, 2024, between the City of Clearwater and Sunsets at Pier 60 Society, Inc. (Agency) to provide a nightly festival at Pier 60 Park to promote tourism to Clearwater and Clearwater Beach and authorize the appropriate officials to execute same. (consent) 7.4 Accept membership into the World Health Organization’s and AARP’s Network of Age-Friendly Cities and Communities Initiative. (consent) 7.5 Approve a one-year Agreement with Juvenile Welfare Board (JWB) and the City of Clearwater for funding youth programs, approve a first quarter 2019/2020 budget amendment of $453,032 in special program 181-99872, Coordinated Child Care Ross Norton, and authorize the appropriate officials to execute same. (consent) 7.6 Approve a contract with the Pinellas County Sheriff’s Office, Largo, Florida, in the amount of $531,419 plus contingency of $30,961 for forensic crime scene processing, latent prints, property and evidence storage, and Pinellas Juvenile Assessment Center services, during the one-year contract period commencing on October 1, 2019 through September 30, 2020, and authorize the appropriate officials to execute same. (consent). 7.7 Approve an agreement with Axon, Incorporated, of Scottdale, AZ, in the amount of $917,068, for Taser 7 equipment, licensing, maintenance, and training, in accordance with City Code of Ordinances Section 2.564(1)(d) Other Government Entities Bids and authorize the appropriate officials to execute same. (consent) 7.8 Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in Fiscal Year Draft City Council Meeting Minutes September 19, 2019 Page 5 City of Clearwater 2019-2020 in the amount of $186,291 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown Gateway District, Town Lake District, and Downtown Core District, encompassed by the CRA (Community Redevelopment Area) to address quality of life issues, drug dealing, prostitution, and homelessness and authorize the appropriate officials execute same. (consent) 7.9 Approve renewal of the TriTech Software Support Agreement, in the amount of $187,976, for a 12-month period beginning October 1, 2019 and ending September 30, 2020 and authorize the appropriate officials to execute same. (consent) 7.10 Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in Fiscal Year 2019-2020 in the amount of $99,640 to underwrite activities in the Clearwater Main Library that support community learning in the areas of Science, Technology, Engineering and Math (STEM), Entrepreneurship and small business growth and authorize the appropriate officials to execute same. (consent) 7.11 Approve a contract (purchase order) to Oracle America, Inc., Redwood Shores, CA for the period of October 1, 2019 through September 30, 2020 for software maintenance, at a cost not to exceed $294,000.00 in accordance with Sec. 2.564(1) (b) Code of Ordinances, sole source, and authorize the appropriate officials to execute same. (consent) 7.12 Authorize the piggyback State Contract FL- 43190000-18-NASPO-ACS-1 for Public Safety Communications Support Equipment, in the amount of $104,600.00, to Xybix Systems, Inc. of Littleton, CO, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Exceptions to Bid - Other Governmental Entity Bids and authorize the appropriate officials to execute same. (consent) 7.13 Authorize the piggyback of NASPO Contract Number ADAPO16-130651, Software Value Added Reseller Services - OpenGov, SHI International Corp., of Somerset, NJ; initial term amount of $97,500 with four one-year annual renewal options, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Exceptions to Bid - Other Government Entities’ Bids and authorize the appropriate officials to execute same. (consent) 7.14 Authorize a blanket purchase order to Odyssey Manufacturing Company of Tampa, FL, for the purchase of liquid sodium hypochlorite, in the annual not-to-exceed amount of $550,000, with option for three one-year term extensions, pursuant to Clearwater Code of Draft City Council Meeting Minutes September 19, 2019 Page 6 City of Clearwater Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. (consent) 7.15 Authorize the piggyback of Pinellas County Contract Number 167-0456-B, Pumping and Tankering Services, to EnviroWaste Services Group, Inc. of Palmetto Bay, FL, T. Wayne Hill Trucking, Inc. of Mulberry, FL, and FCS, Inc. of Clearwater, FL in the annual not-to-exceed amount of $750,000 with option for renewal terms per contract, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Exceptions to Bid - Other Government Entities’ Bids and authorize the appropriate officials to execute same. (consent) 7.16 Authorize surplus disposition of G2179 and G3943 via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property. (consent) 7.17 Approve the 2020 City Council Meeting Schedule. (consent) Councilmember Polglaze moved to approve the Consent Agenda as submitted, less Item 7.2, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 7.2 Approve the amendment to the collective bargaining agreement as negotiated between the City of Clearwater and Communications Workers of America, Local 3179 (CWA) for Fiscal year 2019/2020 and authorize the appropriate officials to execute same. (consent) The current collective bargaining agreement between the City of Clearwater and Communications Workers of America expires on September 30, 2020. The parties have reached a tentative agreement for an amendment to this contract, effective October 1, 2019, which was ratified by the membership. The amendment is to implement the proposal by Public Sector Personnel Consultants (PSPC) that was presented and approved by Council on May 14, 2019, that updates job classifications, job descriptions, pay range tables, one-time compression adjustment and 40-hour work week for all classifications. Any applicable PSPC increase will be implemented prior to the merit pay increase and pay adjustments in the current agreement, Article 9, Section 1(A). APPROPRIATION CODE AND AMOUNT: The total estimated cost of implementation of the results of the PSPC study Draft City Council Meeting Minutes September 19, 2019 Page 7 City of Clearwater were included in the proposed fiscal year 2019/20 budget. The Mayor presented a letter provided by the CWA. Vice Mayor Cundiff moved to approve the amendment to the collective bargaining agreement as negotiated between the City of Clearwater and Communications Workers of America, Local 3179 (CWA) for Fiscal year 2019/2020 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings 8.1 Adopt Ordinance 9322-19 on second reading, declaring the millage rate for the Fiscal Year ending September 30, 2020, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.9550 mills. Ordinance 9322-19 was presented and read in full. Councilmember Hamilton moved to adopt Ordinance 9322-19 on second and final reading, declaring the millage rate for the Fiscal Year ending September 30, 2020, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.9550 mills. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.2 Adopt Ordinance 9323-19 on second reading, adopting an Operating Budget for the Fiscal Year ending September 30, 2020, authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Draft City Council Meeting Minutes September 19, 2019 Page 8 City of Clearwater Code of Ordinances. Ordinance 9323-19 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9323-19 on second and final reading, adopting an Operating Budget for the Fiscal Year ending September 30, 2020, authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.3 Adopt Ordinance 9324-19 on second reading, adopting the Capital Improvement Program budget for the Fiscal Year ending September 30, 2020, approving the six-year Capital Improvement Program which hall be reevaluated at the beginning of each Fiscal Year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the Capital Improvement Program; and appropriating available and anticipated resources for the projects identified. Ordinance 9324-19 was presented and read by title only. Councilmember Polglaze moved to adopt Ordinance 9324-19 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.4 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1819 Audubon Street and 1015 Woodside Avenue, and pass Ordinances 9298-19, 9299-19 and 9300-19 on first reading. (ANX2019-06001) Draft City Council Meeting Minutes September 19, 2019 Page 9 City of Clearwater These voluntary annexation petitions involve 0.72 acres consisting of two parcels of land occupied by single-family dwellings. The properties are generally located north of Lakeview Road, south of Druid Road, east of South Duncan Avenue, and west of South Hercules Avenue. The applicant at 1819 Audubon Street is requesting annexation to receive sanitary sewer and solid waste services from the City, and the applicant at 1015 Woodside Avenue is requesting annexation to receive solid waste service only. The properties are located within enclaves and are contiguous to existing city limits along at least one boundary. It is proposed that the properties be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexations are consistent with the provisions of Community Development Code Section 4-604.E as follows: • The properties currently receive water service from the City. For the property located at 1819 Audubon Street, the closest sanitary sewer line is located in the Audubon Street right-of-way. The applicant has paid the city’s sewer impact and assessment fees and has been connected to the system. Sewer service is not readily available to the property located at Woodside Avenue. Collection of solid waste will be provided to both properties by the City of Clearwater. The properties are located within Police District III, and service will be administered through the district headquarters located at 2851 N. McMullen Booth Road. Fire and emergency medical services will be provided to these properties by Station #49 located at 565 Sky Harbor Drive. The City has adequate capacity to serve these properties with solid waste, police, fire and EMS service. The proposed annexations will not have an adverse effect on public facilities and their levels of service; and • The proposed annexations are consistent with and promote the following objectives and policy of the Clearwater Comprehensive Plan: Objective A.6.4: Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City’s tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Draft City Council Meeting Minutes September 19, 2019 Page 10 City of Clearwater Policy A.7.2.3 Continue to process voluntary annexations for single-family residential properties upon request. • The proposed Residential Low (RL) Future Land Use Map category to be assigned to both properties is consistent with the Countywide Plan designation of the properties. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the properties is the Low Medium Density Residential (LMDR) District. The use of the subject properties is consistent with the uses allowed in the District and the properties exceed the District’s minimum dimensional requirements. The proposed annexations are therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and • The properties proposed for annexation are contiguous to existing city limits along at least one boundary; therefore, the annexations are consistent with Florida Statutes Chapter 171.044. One individual spoke in support. Vice Mayor Cundiff moved to approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1819 Audubon Street and 1015 Woodside Avenue. The motion was duly seconded and carried unanimously. Ordinance 9298-19 was presented and read by title only. Councilmember Hamilton moved to amend Ordinance 9298-19 as follows: “On page 1 amend Ordinance 9298-19 to change the title of the ordinance to read as follows, to remove the property located at 1015 Woodside Avenue as requested by the owner and to add a portion of right-of-way proposed to be annexed: AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTIESY LOCATED GENERALLY NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET, CLEARWATER,FLORIDA 33764AND 1015 WOODSIDE Draft City Council Meeting Minutes September 19, 2019 Page 11 City of Clearwater AVENUE, CLEARWATER, FLORIDA 33756, TOGETHER WITH A CERTAIN PORTION OF AUDUBON STREET RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITIONS; PROVIDING AN EFFECTIVE DATE. On page 1 amend Ordinance 9298-19 recital as follows: WHEREAS, the owners of the real propertiesy described herein and depicted on the map attached hereto as Exhibit B haves petitioned the City of Clearwater to annex the properties into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, On page 1, amend Section 1. As follows: Section 1. The following-described propertiesy are is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Amend Exhibit A, Legal Descriptions, to remove the legal description for 1015 Woodside Avenue and add a legal description for a portion of right-of-way to be annexed, as follows: LEGAL DESCRIPTIONS ANX2019‐ 06001 =============================================== No. Parcel ID Lot No., Block No. Address 1. 13‐29‐15‐32382‐000‐0130 Lot 13 1819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. Together with the South 3’ wide portion of Right-of-Way of Audubon St., West of Regent Ave. Draft City Council Meeting Minutes September 19, 2019 Page 12 City of Clearwater No. Parcel ID Lot No., Block No. Address 2. 14‐29‐15‐62010‐000‐0060 Lot 61015 Woodside Ave. The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Replace Exhibit B Proposed Annexation with amended Exhibit B, with 1015 Woodside Avenue removed from the map and the Audubon Street right-of-of-way to be annexed depicted on the map, as attached.” The motion was duly seconded and carried unanimously. Councilmember Hamilton moved to approve Ordinance 9298-19, as amended, on first reading. The motion was duly seconded and carried with the following vote: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Ordinance 9299-19 was presented and read by title only. Councilmember Hamilton moved to amend Ordinance 9299-19 as follows: “On page 1 amend Ordinance 9299-19 to change the title of the ordinance to read as follows to remove the property located at 1015 Woodside Avenue as requested by the owner: AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTIESY LOCATED GENERALLY Draft City Council Meeting Minutes September 19, 2019 Page 13 City of Clearwater NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET, CLEARWATER, FLORIDA 33764 AND 1015 WOODSIDE AVENUE, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. On page 1, amend Section 1. as follows: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described propertiesy, upon annexation into the City of Clearwater, as follows: Propertiesy Land Use Category See attached Exhibit A for Legal Descriptions. Residential Low (RL) Amend Exhibit A, Legal Descriptions, to remove the legal description for 1015 Woodside Avenue as follows: LEGAL DESCRIPTIONS ANX2019-06001 ========================================================== No. Parcel ID Lot No., Block No.Address 1. 13-29-15-32382-000-0130 Lot 131819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No.Address 2. 14-29-15-62010-000-0060 Lot 61015 Woodside Ave. Draft City Council Meeting Minutes September 19, 2019 Page 14 City of Clearwater The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Replace Exhibit B Proposed Future Land Use Map with amended Exhibit B, with 1015 Woodside Avenue removed from the map, as attached.” The motion was duly seconded and carried unanimously. Councilmember Allbritton moved to pass Ordinance 9299-19, as amended, on first reading. The motion was duly seconded and carried with the following vote: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Ordinance 9300-19 was presented and read by title only. Councilmember Hamilton moved to amend Ordinance 9300-19 as follows: “On page 1 amend Ordinance 9300-19 to change the title of the ordinance to read as follows to remove the property located at 1015 Woodside Avenue as requested by the owner: AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTIESY LOCATED GENERALLY NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET, CLEARWATER, FLORIDA 33764 AND 1015 WOODSIDE AVENUE, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. On page 1, amend Section 1. as follows: Draft City Council Meeting Minutes September 19, 2019 Page 15 City of Clearwater Section 1. The following described propertiesy located in Pinellas County, Florida, are is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: Amend Exhibit A, Legal Descriptions, to remove the legal description for 1015 Woodside Avenue as follows: LEGAL DESCRIPTIONS ANX2019-06001 ========================================================== No. Parcel ID Lot No., Block No.Address 1. 13-29-15-32382-000-0130Lot 13 1819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No.Address 2. 14-29-15-62010-000-0060 Lot 61015 Woodside Ave. The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Replace Exhibit B Proposed Zoning Map with amended Exhibit B, with 1015 Woodside Avenue removed from the map, as attached.” The motion was duly seconded and carried unanimously. Councilmember Polglaze moved to pass Ordinance 9300-19, as amended, on first reading. The motion was duly seconded and Propertiesy Zoning District See attached Exhibit A for Legal Descriptions Low Medium Density Residential (LMDR) Draft City Council Meeting Minutes September 19, 2019 Page 16 City of Clearwater carried with the following vote: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.5 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 712 Moss Avenue and 3047 Lake Vista Drive, and pass Ordinances 9301-19, 9302-19, and 9303-19 on first reading. (ATA2019-06001) The City of Clearwater Public Utilities Department has expanded sewer service into the Kapok Terrace neighborhood located generally north of Drew Street, south of SR 590, and within ¼ mile west of McMullen Booth Road. This application includes two parcels of land in the expansion area which are occupied by two single family homes totaling 0.39 acres. These properties are subject to Agreements to Annex that were recorded in September 2017 and February 2018 respectively. The two properties are contiguous to existing city limits along at least one property boundary and are eligible for annexation. It is proposed that the properties be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexations are consistent with the provisions of Clearwater Community Development Code Section 4-604.E as follows: • The properties currently receive water and sewer service from the City of Clearwater. The City is already collecting solid waste at 712 Moss Avenue, and upon annexation, will provide service to 3047 Lake Vista Drive. The properties are located within Police District III, and service will be administered through the district headquarters located at 2851 N. McMullen Booth Road. Fire and emergency medical services will be provided to these properties by Station #49 located at 565 Sky Harbor Drive. The City has adequate capacity to serve these properties with police, fire and EMS service. The proposed annexations will not have an adverse effect on public facilities and their levels of service; and • The proposed annexations are consistent with and promote the following objectives and policy of the Clearwater Comprehensive Plan: Draft City Council Meeting Minutes September 19, 2019 Page 17 City of Clearwater Objective A.6.4 Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City’s tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Policy A.7.1.3 Invoke agreements to annex where properties located within enclaves meet the contiguity requirements of Florida Statutes Chapter 171. • The proposed Residential Low (RL) Future Land Use Map category to be assigned to both properties is consistent with the Countywide Plan designation of the properties. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the properties is Low Medium Density Residential (LMDR). The use of the subject properties is consistent with the uses allowed in the District and the properties exceed the District’s minimum dimensional requirements. The proposed annexations are therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and • The properties proposed for annexation are contiguous to existing city limits along at least one boundary; therefore, the annexations are consistent with Florida Statutes Chapter 171.044. Vice Mayor Cundiff moved to approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 712 Moss Avenue and 3047 Lake Vista Drive. The motion was duly seconded and carried unanimously. Ordinance 9301-19 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9301-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Draft City Council Meeting Minutes September 19, 2019 Page 18 City of Clearwater Ordinance 9302-19 was presented and read by title only. Councilmember Allbritton moved to pass Ordinance 9302-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Ordinance 9303-19 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9303-109 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.6 Approve the first amendment to an existing Hotel Development Agreement (HDA2014-07004) between Decade Sea Captain, LLC (the property owner) and the City of Clearwater for property located at 40 Devon Drive, which replaces Exhibit A to provide an updated legal description and replaces Exhibit B to provide new conceptual site plans and elevations, reduce the overall height of the proposed hotel building, add a detached dwelling to the portion of the property within the Low Medium Density Residential (LMDR) District; adopt Resolution 19-18 and authorize the appropriate officials to execute same. (HDA2014-07004A) Site History: December 21, 2010: Case FLD2010-08004 approved to permit an 85-unit overnight accommodation use. Status: expired. January 13, 2011: DVA2010-08001 approved the allocation of up to 53 units from the Hotel Density Reserve for an 85-unit overnight accommodations use as related to case FLD2010-08004. Status: expired. May 21, 2013: Case FLD2013-02007 approved to permit an 85-unit overnight accommodation use in the Tourist (T) District. Status: expired. June 19, 2013: DVA2010-08001A approved. Status: expired. Draft City Council Meeting Minutes September 19, 2019 Page 19 City of Clearwater October 15, 2014: HDA2014-07004 approved the allocation of up to 66 units from the Hotel Density for a 98-unit overnight accommodations use related to case FLD2015-02006. Status: valid. The current proposal under consideration is to amend this Development Agreement. April 21, 2015: Case FLD2015-02006 approved to permit a 98-unit overnight accommodation use. Status: valid although unconstructed. September 14, 2018: A minor revision to FLD2015-02006 was submitted and administratively approved pursuant to CDC Section 4-405.A.1 through 9 and a Development Order to that effect was issued on September 24, 2018. September 18, 2018: Case FLD2018-06020 approved to permit a parking garage in the for the properties located at 101 Coronado Drive and 41 Devon Drive. This application is peripherally related to the subject site as it provides 118 parking spaces for the proposed hotel. Status: valid although unconstructed. October 15, 2019: Case FLD2015-02006A which amends case FLD2015-02006 to be consistent with the current, proposed Hotel Development Agreement amendment (HDA2014-07004A) is scheduled for review by the Community Development Board. Development Proposal: No changes have been made to the Development Proposal presented at the September 5, 2019 Council meeting. The owners continue to propose to construct a 98-unit hotel including 66 units allocated from the Hotel Density Reserve through Beach by Design as previously approved by City Council on October 15, 2014 as part of a Level III Development Agreement (HDA2014-07004/Resolution 14-32). The proposal also includes constructing a detached dwelling in the portion of the site within the LMDR District. The proposal, in short, updates the legal description (Exhibit A) includes a new conceptual site plan and accompanying building elevations (Exhibit B) as well as changes to the Development Agreement. No changes to the hotel component beyond that as otherwise approved through the noted minor amendment are proposed. The changes to the Development Agreement are listed below: ▪ Section 4.1: Adds the proposed detached dwelling as a use to the site in addition to the 98-unit hotel and specifies that the hotel component is only Draft City Council Meeting Minutes September 19, 2019 Page 20 City of Clearwater located on the T District portion of the site and the detached dwelling component is only located on the LMDR District portion of the site. ▪ Section 4.4: Decreases the height of the building from 100 feet to 77 feet. ▪ Section 4.5: Clarifies that the intensity of use within the LMDR District portion of the site is limited to one dwelling unit, specifies a height of the detached dwelling of 30 feet from BFE. ▪ Section 6.1.7: Clarifies that no unit within the T District portion of the site shall have a complete kitchen facility as defined by the Community Development Code. This is to allow the detached dwelling to include a full kitchen as allowed by the Community Development Code. Consistency with the Community Development Code: No changes have been made to the Conceptual Site Plan presented at the September 5, 2019 Council meeting. The Conceptual Site Plan continues to appear to be consistent with the CDC regarding: ▪ Minimum Lot Area and Width ▪ Minimum Setbacks ▪ Maximum Height ▪ Minimum Off-Street Parking ▪ Landscaping Consistency with Beach by Design: No changes have been made to the Conceptual Site Plan and Elevations presented at the September 5, 2019 Council meeting. The Conceptual Site Plan and Elevations continue to appear to be consistent with the Beach by Design regarding: ▪ Design Guidelines ▪ Hotel Density Reserve Standards for Development Agreements: The proposal is compliant with the standards for development agreements and is consistent with the Comprehensive Plan. The proposed Development Agreement would be in effect for a period not to exceed 10 years, meets the criteria for the allocation of rooms from the Hotel Density Reserve under Beach by Design and includes the following main provisions: ▪ Provides for no change in the number of units (66 units) allocated from the Hotel Density Reserve (previously approved as part of HDA2014- 07004/Resolution 14-32); ▪ Clarifies that a full kitchen is permissible for the proposed detached Draft City Council Meeting Minutes September 19, 2019 Page 21 City of Clearwater dwelling; ▪ Clarifies that the rental period for the detached dwelling shall not include rentals for periods of less than 31 days or one calendar month, whichever is less, or which is advertised or held out to the public as a place rented for periods of less than 31 days or one calendar month, whichever is less; ▪ Limits the proposed height of the detached dwelling to no more than 30 feet; ▪ Revises Exhibit A which updates the legal description; ▪ Revises Exhibit B which includes new conceptual site plans, architectural drawings, elevations and perspectives; ▪ Requires the developer to obtain site plan approval pursuant to a Level One or Level Two development application within one year of approval of the amended and restated Development Agreement and obtain building permits and certificates of occupancy in accordance with Community Development Code (CDC) Section 4-407; ▪ Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; ▪ For units allocated from the Hotel Density Reserve, prohibits the conversion of any hotel unit to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodation usage; ▪ Provides that all units in a hotel receiving units from the Reserve shall be made available to the public as overnight transient hotel guests at all times through the required hotel reservation system; ▪ That no hotel room in a hotel allocated units from the Reserve will have a full kitchen; ▪ That a reservation system shall be required as an integral part of the hotel use and there shall be a lobby/front desk area that must be operated as a typical lobby/front desk area for a hotel would be operated; and ▪ Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Clearwater Beach is posted by the National Hurricane Center. Changes to Development Agreements: Pursuant to Section 4-606.I., CDC, a Development Agreement may be amended by mutual consent of the parties, provided the notice and public hearing requirements of Section 4-206 are followed. Revisions to conceptual site plans and/or architectural elevations attached as exhibits to this Development Agreement shall be governed by the provisions of CDC Section 4-406,. Minor revisions to such plans may be approved by the Community Development Coordinator. Other revisions not specified as minor shall require an amendment to this Development Agreement. The Planning and Development Department is recommending approval of this first amendment to an existing Development Agreement which the allocated up to 66 units from the Hotel Density Reserve under Beach by Design, amends Exhibit A (legal description) and amends Exhibit B (site plans and elevations). Draft City Council Meeting Minutes September 19, 2019 Page 22 City of Clearwater Vice Mayor Cundiff moved to approve the first amendment to an existing Hotel Development Agreement (HDA2014-07004) between Decade Sea Captain, LLC (the property owner) and the City of Clearwater for property located at 40 Devon Drive, which replaces Exhibit A to provide an updated legal description and replaces Exhibit B to provide new conceptual site plans and elevations, reduce the overall height of the proposed hotel building, add a detached dwelling to the portion of the property within the Low Medium Density Residential (LMDR) District and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Resolution 19-18 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 19-18. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9. City Manager Reports 9.1 Amend the City’s fiscal year 2018/19 operating and capital improvement budgets at third quarter and pass Ordinances 9325-19 and 9326-19 on first reading. The fiscal year 2018/19 operating and capital improvement budgets were adopted in September 2018 by ordinances 9194-18 and 9195-18. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. Councilmember Allbritton moved to amend the City’s fiscal year 2018/19 operating and capital improvement budgets at third quarter. The motion was duly seconded and carried unanimously. Ordinance 9325-19 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9325-19 on first reading. The motion was duly seconded and upon roll call, the vote Draft City Council Meeting Minutes September 19, 2019 Page 23 City of Clearwater was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Ordinance 9326-19 was presented and read by title only. Vice Mayor Cundiff moved to pass Ordinance 9326-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.2 Authorize award of Request for Proposals Number 40-19, Tourism Marketing Services, to Bandwagon, LLC, for destination marketing, in the annual amount of $200,000 for the initial two-year term ($400,000), and $200,000 per year for one, two-year renewal option (for a total of $800,000) and authorize the appropriate officials to execute same. Since 2010, the City has selected through a competitive proposal process a destination marketing and public relations firm to implement a comprehensive program to strengthen nationally and statewide the city’s brand awareness as a top tourism destination. On May 8, 2019, the City released Request for Proposals No. 40-19 (RFP) which detailed the city’s objectives and requested scope of services. The RFP requested respondents propose an annual marketing and public relations plan and provide recommendations on activities to achieve stated objectives and maximize return on investment. Thirteen proposals were received by the June 5, 2019 deadline. The Selection Committee met on June 28, 2019 to discuss and rank the proposals. Proposals were evaluated and ranked based on approach to the scope of work, experience, proven performance/similar work, personnel/time availability, creativity, and proposed plan costs. The Selection Committee was comprised of three city staff and five community members each representing a different tourism sector. Staff members included Denise Sanderson, Director of Economic Development and Housing; Joelle Castelli, Director of Public Communications; and Audra Aja, Economic Development and Housing Marketing & Communications Coordinator. Community members included Jeff Castner - Opal Sands Resort (Hospitality); Lisa Chandler - Pier 60 Sugar Sand Festival (Events/Attractions); Frank Chivas - BayStar Restaurant Group (Restaurant); Jeff Clauss - St. Pete-Clearwater Draft City Council Meeting Minutes September 19, 2019 Page 24 City of Clearwater International Airport (Transportation/Travel); and Lynn Fuhler - Flying Compass (Public Relations/Marketing). The four top ranked firms were asked to make proposal presentations to the Selection Committee on August 8th. Bandwagon, LLC, New Orleans, LA BCF, Virginia Beach, VA Carolynn Izzo Integrated Communications, Nyack, NY Turner, New York, NY/Miami, FL Bandwagon received the Committee’s highest ranking based upon the following proposal highlights: • Research-based approach including analysis of top competitor markets • Custom content creation • Team of professionals experienced in public relations including pitching and media missions, media evaluation, destination marketing, research, digital strategy, website development and design, visual creative (photo, video, graphic design), blog content creation • Measurement and transparency through use of technologies that provide real-time project status, online approvals and communications log • Fixed, flat fee pricing • Shortened onboarding process • Frequency of in-market access The two-year contract with an option for one, two-year renewal, is not to exceed $200,000 per year (total $800,000) inclusive of all public relations, event and media mission(s), website development and maintenance, content marketing, and account management activities. These activities also include all vendor travel expenses. APPROPRIATION CODE AND AMOUNT: Funding is budgeted in the proposed FY2019-2020 Economic Development budget (0109216 530300). Remaining term of the contract will be budgeted within the same. In response to questions, Bandwagon Chief Client Officer Cory Cart said staff is hoping to host a chef event during the New York Travel Show, providing a culinary focus to tell the Clearwater story to a group of journalists from around the world. The agency is working with James Beard Event representatives to help educate and recruit restaurants for their sustainability program. During the last two years, a Clearwater chef has represented Florida at the event. He said during the last fiscal year, the Draft City Council Meeting Minutes September 19, 2019 Page 25 City of Clearwater prior tourism agency hosted a travel editor from Philadelphia for family vacations and a small conference sales marketing meeting was held at Spectrum Field. One individual spoke in opposition. Economic Development and Housing Director Denise Sanderson said the contract includes city brand awareness and increases heads in beds. Regional awareness and traffic will be handled by the merged Clearwater Regional and Beach Chambers of Commerce. Councilmember Hamilton moved to authorize award of Request for Proposals Number 40-19, Tourism Marketing Services, to Bandwagon, LLC, for destination marketing, in the annual amount of $200,000 for the initial two-year term ($400,000), including one, two-year renewal option, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 9.3 Ratify and confirm additional expenditures of $176,146 at Moccasin Lake Park; approve a proposal by Construction Manager at Risk Keystone Excavators, Inc. of Oldsmar, Florida, in the amount of $48,037, for parking lot improvements at Moccasin Lake Park; approve an increase in the Moccasin Lake Park Master Plan Renovations project of $224,183; approve necessary budget transfers to provide additional project funding and authorize the appropriate officials to execute same. The original scope of the Moccasin Lake Park Renovation project did not include parking lot repairs nor enhanced park beautification. In conjunction with the Moccasin Lake Project, staff saw a need to repair the parking lot, as well as enhance the landscaping in the park and used other budgeted funds set aside to do this type of work; $78,851.82 from Parking Lot Resurfacing (315-93286), and $45,276.34 from General Fund. A portion of the project funds were used to partially fund repair and replacement of a bridge for a washed-out portion of the boardwalk trail. At the time, staff felt that there were enough funds in the Moccasin Lake Master Plan budget to fund this work. However, costs for the building renovation portion of the project came in higher than anticipated by $52,017.84; thus, the playground element was Draft City Council Meeting Minutes September 19, 2019 Page 26 City of Clearwater funded from Playground Purchases and Replacement CIP315-93637. In an effort to consolidate all costs related to Moccasin Lake Park, staff is recommending a ratify and confirm of previous expenditures for this project. A summary is as follows: • Parking lot repairs and resurfacing- $78,851.82 • Landscape enhancements- $45,276.34 • Cost of building over-runs- $52,017.84 Total $176,146 Keystone Excavators, Inc. is one of the Construction Managers at Risk approved by City Council on August 4, 2016. These firms were selected in accordance with Florida Statutes 255.103 and 287.055 under Request for Qualifications #24-16 based upon construction experience, financial capability, availability of qualified staff, local knowledge and involvement in the community. On March 1, 2018, the Council approved contracts to Keystone Evacuators Inc. and J. O. DeLotto & Sons Inc. to complete site work and renovations to the Interpretive Center in the park. Following this, city staff and volunteers worked together to plant several hundred native plants and trees at the park. On February 2, 2019, a Grand Opening celebration of the renovated Moccasin Lake Park was held with an estimated crowd of over 2,500 in attendance. Due to the heavy park usage, many of the grass parking spaces which were constructed are not holding up to the traffic as they are constantly wet and unusable by the public. In order to correct this issue, staff is recommending that the unusable grass parking spaces (20) be replaced with asphalt parking spaces. This will still leave about 10 usable grass parking spaces in the north east area of the parking lot. This contract (30 days) consists of removing the grass parking spaces, replacing with asphalt, installing bumper stops, and striping. Funding is available for this contract as well as the ratify and confirm portion from the following sources: • $53,815 from Parks and Recreation General Fund operating (0101860) • $126,888 from capital project 93286, Parking Lot/Bicycle Path Draft City Council Meeting Minutes September 19, 2019 Page 27 City of Clearwater Resurfacing & Improvements • $43,480 from capital project 93637, Playground & Fitness Equipment Purchase & Replacement APPROPRIATION CODE AND AMOUNT: A third quarter budget amendment will provide a transfer of $53,815 from the General Fund; $126,888 in General Fund revenues from project 93286, Parking Lot/Bicycle Path Resurfacing & Improvements; and $43,480 in General Fund revenues from project 93637, Playground & Fitness Equipment Purchase & Replacement to capital project 93648, Moccasin Lake Park Master Plan to fund this contract and all final expenditures. Councilmember Allbritton moved to ratify and confirm additional expenditures of $176,146 at Moccasin Lake Park; approve a proposal by Construction Manager at Risk Keystone Excavators, Inc. of Oldsmar, Florida, in the amount of $48,037, for parking lot improvements at Moccasin Lake Park; approve an increase in the Moccasin Lake Park Master Plan Renovations project of $224,183; approve necessary budget transfers to provide additional project funding and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 9.4 Accept a 10-ft. by 25-ft. Water Main Easement from the property owners for the construction, installation, and maintenance of water main facilities on real property located at 626 N. Highland Avenue and adopt Resolution 19-26. Public Utilities requires a water main easement to be located on property at 626 N. Highland Ave. The property owners have agreed to grant the City an easement to accommodate the subject facilities. The Water Main Easement grants the City rights for the construction, installation, and maintenance of facilities within the easement area. City staff recommends acceptance of the easement. Councilmember Polglaze moved to accept a 10-ft. by 25-ft. Water Main Easement from the property owners for the construction, installation, and maintenance of water main facilities on real Draft City Council Meeting Minutes September 19, 2019 Page 28 City of Clearwater property located at 626 N. Highland Avenue. The motion was duly seconded and carried unanimously. Resolution 19-26 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 19-26. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.5 Accept a Drainage Easement from Woodland Villas Condominium 1 Association, Inc. for the construction, installation and maintenance of drainage facilities on real property located at 2465 Northside Drive and adopt Resolution 19-17. The drainage easement grants the City rights to operate and maintain stormwater facilities within the easement area. Councilmember Allbritton moved to accept a Drainage Easement from Woodland Villas Condominium 1 Association, Inc. for the construction, installation and maintenance of drainage facilities on real property located at 2465 Northside Drive. The motion was duly seconded and carried unanimously. Resolution 19-17 was presented and read by title only. Councilmember Polglaze moved to adopt Resolution 19-17. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.6 Approve the request from the property owner to vacate the Utility Easement lying within the South 5 feet of Lots 1, 2, 3, 4, and 5, Block D, and the North 5 Feet of lots 10, 11, 12, 13, and 14, Block D, Hibiscus Gardens, according to the map or plat thereof, as recorded in Plat Book 14, Pages 55 through 59, inclusive, of the Public Records of Pinellas County, Florida and pass Ordinance 9321-19 on first reading. The Property owner has requested that the City vacate a portion of two contiguous 5-foot Utility Easements as the owner moves forward with developing the site for new townhomes. Draft City Council Meeting Minutes September 19, 2019 Page 29 City of Clearwater There are no utilities present within the easements. City staff has reviewed this vacation request and have no objection. Vice Mayor Cundiff moved to approve the request from the property owner to vacate the Utility Easement lying within the South 5 feet of Lots 1, 2, 3, 4, and 5, Block D, and the North 5 Feet of lots 10, 11, 12, 13, and 14, Block D, Hibiscus Gardens, according to the map or plat thereof, as recorded in Plat Book 14, Pages 55 through 59, inclusive, of the Public Records of Pinellas County, Florida. The motion was duly seconded and carried unanimously. Ordinance 9321-19 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9321-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.7 Approve the request from the City of Clearwater to vacate a portion of a right-of-way, lying in the North 10 ft. of the South 30 ft. of Lot 12, Block G, Fairmont Subdivision, as recorded in Plat Book 9, Page 85, of the Public Records of Pinellas County, Florida and pass Ordinance 9327-19 on first reading. 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. Councilmember Polglaze moved to approve the request from the City of Clearwater to vacate a portion of a right-of-way, lying in the North 10 ft. of the South 30 ft. of Lot 12, Block G, Fairmont Subdivision, as recorded in Plat Book 9, Page 85, of the Public Records of Pinellas County, Florida. The motion was duly seconded and carried unanimously. Ordinance 9327-19 was presented and read by title only. Vice Mayor Cundiff moved to pass Ordinance 9327-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes September 19, 2019 Page 30 City of Clearwater Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 10. City Attorney Reports – None. 11. Other Council Action 11.1 Gun Resolution - Mayor Cretekos Mayor Cretekos requested consideration to adopt one of the two resolutions provided. Councilmember Polglaze moved to adopt Resolution 19-33. The motion was duly seconded. Resolution 19-33 was presented and read by title only. One individual spoke in support and urged Council to adopt Resolution 19-32, which was stronger as it called for banning assault weapons. She said the Center for Disease Control reports that there are nearly 40,000 deaths a year related to gun injuries. One individual spoke in support and praised the mayor for introducing the matter. Discussion ensued with comments made that mental health is the core issue in all mass shootings and that the Founding Fathers did not anticipate present-day technology and weapons of war. Concerns were expressed with limiting high capacity magazines and using assault weapons terminology. It was commented that Council should not take positions on federal matters. Upon roll call being taken, the motion carried with the following vote: Ayes: 3 - Mayor Cretekos, Councilmember Polglaze and Councilmember Hamilton Nays: 2 - Vice Mayor Cundiff and Councilmember Allbritton 12. Closing comments by Councilmembers (limited to 3 minutes) Draft City Council Meeting Minutes September 19, 2019 Page 31 City of Clearwater Councilmember Allbritton said he would like to see a red flag law move forward and that the issue be discussed nationally because something must be done. He said it is a complicated issue but he did not believe anybody's second amendment rights should be stomped on. Councilmember Polglaze complimented Parks and Recreation staff for making $10-swim lessons available to residents and non-residents, even if individuals do not have a recreation card. There have been over 600 kids who have participated in the swim sessions throughout the summer. The program has benefited kids from all over the county. Vice Mayor Cundiff said the swim sessions are a wonderful program, which is available at the Long Center and Morningside Recreation Center. He said the Tampa Bay Estuary has a new license plate and a new public service announcement (PSA) about the license plate. He provided the voice-over for the PSA that was produced by a St. Petersburg College student. 13. Closing Comments by Mayor Mayor Cretekos reviewed recent and upcoming events. 14. Adjourn The meeting adjourned at 8:11 p.m. Mayor City of Clearwater Attest City Clerk Draft City Council Meeting Minutes August 22, 2019 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, August 22, 2019 3:00 PM Special City Council Meeting Council Chambers City Council Draft City Council Meeting Minutes August 22, 2019 Page 2 City of Clearwater Roll Call Present: 4 - Mayor George N. Cretekos, Councilmember Jay Polglaze, Vice Mayor Bob Cundiff and Councilmember David Allbritton Absent: 1 - Councilmember Hoyt Hamilton Also Present: William B. Horne II – City Manager, Micah Maxwell – Assistant City Manager, Michael Delk – Assistant City Manager, Pamela K. Akin City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Official Records & Legislative Services Coordinator. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Cretekos The meeting was called to order at 3:00 p.m. in Council Chambers at the Main Library. 2. Citizens to be Heard Regarding Items not on the Agenda Lisa Lanza opposed providing her address on the comment card and said that the stormwater fee was instituted due to citizen activism years ago. 3. Office of Management & Budget 3.1 Discuss proposed 2019/20 Operating and Capital Improvement Budget and approve updated Penny for Pinellas project list for public hearing advertisement. The proposed 2019/20 Operating and Capital Improvement Budget was presented to City Council at the July 18, 2019 council meeting. The tentative millage rate of 5.9550 mills was approved for fiscal year 2019/20, which is the same rate as was levied in the current year. As required by City Ordinance, a public hearing for approval of the Penny for Pinellas project list is held prior to adoption of the capital improvement budget. In advance of that public hearing, scheduled for September 5, 2019, the proposed project list is available for review of changes included in the proposed 2019/20 budget. Significant changes to the project list include: • Aviation Operations Center - This project, which provides funding for Draft City Council Meeting Minutes August 22, 2019 Page 3 City of Clearwater a replacement of the airpark operations center, is being postponed from fiscal year 2019/20 to 2022/23. • Fire Engines/Ladder Truck Replacement - The replacement schedule for fire ladder trucks is being changed to advance the planned replacement from fiscal year 2020/21 to 2019/20 and eliminate the replacement in fiscal year 2022/23 which is not needed due to life cycle of current ladder trucks. The funding for fire engine replacements are being changed to postpone fiscal year 2019/20 to 2020/21 and add an engine replacement in fiscal year 2022/23 reallocating funding from the ladder truck. This project in total is being reduced by $1,000,000 due to elimination of one ladder truck replacement. • Police District III (Countryside Substation) - This project, which provides for construction of replacement patrol operations and training facilities at the Countryside Substation, is being increased by $6,000,000. • Waterfront/Bluff Masterplan (Imagine Clearwater) - This project, which provides funding for the revitalization project for the downtown Clearwater waterfront and Coachman Park, is being increased by $6,500,000. • Downtown Parking Garage - This project, budgeted at a total of $10,500,000 planned in fiscal years 2025/26 and 2026/27, is being eliminated from the Penny for Pinellas project list. Funding will instead be provided by Parking revenues, reallocating Penny for Pinellas revenues to fund other projects. • Ed Wright Park Renovations / Neighborhood Parks Renovations - The remaining Penny III funding of $260,0000 in the Neighborhood Parks Renovations project is being transferred to the Ed Wright Park Renovations project to provide additional funding needed to complete the park renovations. Budget Manager Kayleen Kastel reviewed the Penny for Pinellas project list. In response to questions, Ms. Kastel said the Police District 3 Substation project is being advanced to 2020/2021 through an internal loan; the penny funding, which will be used to repay the loan, will not be available until 2022 and 2027. Police Chief Daniel Slaughter said the original $6 million for the project was an estimated place holder. The new substation will be the Department's Category 5 facility; the original estimated amount was insufficient for a 20,000 sq. ft. facility. He said the current facility was built in 1983 and functionally obsolete, requiring mobile Draft City Council Meeting Minutes August 22, 2019 Page 4 City of Clearwater trailers for training sessions. The facility will provide 180 employees shelter during a storm event. The substation houses the patrol operation from Keene Road to Tampa, SWAT training and Fire and Range training facilities. He said the new facility will eliminate the mobile trailers. Ms. Kastel said $1 million was allocated from Penny 3 to start design work and the remaining $5 million from Penny 4. She said there is sufficient parking revenues to build a Downtown parking garage. When Council decides on a new City Hall or parking garage, changes to the Penny List will require a public hearing since the change involves more than $500,000. The City Manager said the Public Works Complex is where the tree give-away is located. He said staff creates the list and Council approves the Penny Project List. Staff will highlight items that are of particular interest to council. Assistant City Manager Micah Maxwell said funding has been allocated for a 500-space downtown parking garage; anything larger would not be funded. Vice Mayor Cundiff moved to approve the updated Penny for Pinellas project list. The motion was duly seconded and carried unanimously. 4. Council Discussion 4.1 Council discussion of fiscal year 2019/20 preliminary operating and capital improvement budget. Budget Manager Kayleen Kastel provided a PowerPoint presentation. Department directors reviewed changes to their proposed budgets. In response to questions, Ms. Kastel said less than 30% of one's property tax bill goes to the City of Clearwater. The property tax revenue funds the City's general revenue fund, which supports public safety, general government operations and street maintenance. The average homesteaded property is $118,000 in Clearwater. The City Manager said the additional staff members in the City Manager Office includes a Sustainability Coordinator and the Cultural Affairs Coordinator, and one Administrative Assistant. The cultural affairs activities were reduced a few years ago and staff has realized the disconnect it created in the community; instead of having the position listed under Parks and Recreation it was decided to place it under the City Manager Office. The Sustainability Coordinator position was created after council approval. There are 160 fewer employees than there were in 2008; the idea is to repurpose positions to meet a new requirement, rather than adding additional FTEs. CRA Executive Director Amanda Thompson said the Draft City Council Meeting Minutes August 22, 2019 Page 5 City of Clearwater CRA receives a tax increment from the geographic area and the funds are spent within that area. Economic Development and Housing Director Denise Sanderson said Clearwater Business Spark is a network of support services; the Main Library is a key component and a founding member. The Department acquires or donates land to developers of single or multi-family projects, but mostly leveraging funds through private investment or through the federal low-income tax credit programs. Finance Director Jay Ravins said the City's pension plan is over 100% funded; the extended bull market since 2008 of excess investment returns that have contributed to a healthy plan. Public Communications Director Joelle Castelli said staff has been working with departments to upgrade department website information to ensure it is ADA compliant. The information must be presented in a format that is more readable by screen readers. The City's website is approximately 90% compliant. 5. City Manager Reports 5.1 Move the October 17, 2019 council meeting to Wednesday, October 16, 2019 at 6:00 p.m. Staff is requesting to move the October 17 council meeting to October 16 due to Clearwater Jazz Holiday. Councilmember Polglaze moved to move the October 17, 2019 council meeting to Wednesday, October 16, 2019 at 6:00 p.m. The motion was duly seconded and carried unanimously. 6. City Attorney Reports – None. 7. Closing comments by Councilmembers (limited to 3 minutes) – None. 8. Closing Comments by Mayor – None. 9. Adjourn The meeting adjourned at 4:31 p.m. Mayor City of Clearwater Attest City Clerk Draft Dear Members of the City Council of Clearwater Florida, Candy aisles at gas stations are not the place a deathly substance called Kratom belongs. At the reach of children, curiosity of adolescent minds, and falsely marketed to innocent citizens. This is currently where Kratom is accessible to any U.S. citizen at anytime. As my twin brother Jay, was seeking a healthy supplement to increase his energy, enhance his mood and remedy pain from his college football and sports career, he came across Kratom. From researching online he saw raving reviews, strong advocates, and health oriented advertisements to encourage him to try Kratom. As the product is readily available at local gas stations, the internet and head shops without proper education on what Kratom can do to harm the mind and body. Without many broadcasted studies, side effect lists, or negative awareness efforts, I could even see where many would believe Kratom is a suitable supplement to improve one's health. This must change. Jay Knaus, died, 25 years young, and the cause of death on his autopsy was solely: Accidental Mitragynine Intoxication (Kratom). Death and broken hearts were the ultimate side effect of this drug. Hair loss, rashes, itching, headaches, withdrawals, vomiting, addiction and irritation were other negative effects of this drug we observed in hindsight. Currently our nation is allowing this drug to be a mystery drug to the US citizens. Since the FDA and DEA pulled back in establishing Kratom a Schedule 1 drug in September 2016, they have since had many recalls and public announcements addressing their concern over this drug. Now considered an opioid, with over "152 kratom-positive decedents, including seven for whom kratom was the only substance to test positive on postmortem toxicology" in an 18 month period collected from the CDC [ 1 ] . The plants, capsules and powders are being imported from all over the world with no regulation of the origin's creation, environment, measurements, combinations, access and safety. This drug is illegal in it's origin such as Thailand , Indonesia and Malaysia. Other countries who are beyond us on the research, investigation, knowledge and use of this drug have established it illegal because of the research and negative symptoms it does to the body, mind and communities. We are crossing many battles with the current so-called protections not being withheld when it comes to the substance Kratom. The US Food and Drug Administration (FDA) moved to ban the importation of Kratom, calling it a "new dietary ingredient," on the basis of lack of marketing documentation in the united States before the enactment of the Dietary Supplement Health and Education Act of 1994. The FDA also cited the absence of established safety and potential toxicity. [2, 3] The GRAS (Generally Recognized As Safe) guideline,under sections 201(s) and 409 of the Federal Food, Drug, and Cosmetic Act, where any substance that is intentionally added to food is a food additive, that is subject to premarket review and approval by FDA. This is currently not the case. The SITSA act potentially could include Kratom, but we have funded organizations like the Kratom Association, fighting to keep their drug of choice legal and accessible. Currently only six states classify Kratom illegal. Without these protections in place, Kratom is a loose cannon to your local citizens. At the fault of our system, not providing product information necessary for individuals to make an informed decision for consumption on Kratom is a crime. With the opioid epidemic on an extremely dangerous rise, Kratom goes Band in hand with it's "opioid like effects". We must take action, now. If making this drug illegal is not the answer, then we must offer other regulations and appropriate awareness measures immediately. As we are waiting for more scientific studies to make further decisions, I would like to encourage warning labels and age restrictions on this substance at the very least. This action will help prevent individual's self harm and save lives. I have contacted countless scientists, experts, medical professionals, political leaders and government agencies. I am terrified it has been nearly eighteen months and no federal regulation efforts have been put in place. I have witnessed groups of Kratom users, such as Reddit's QuittingKratom forum exponentially grow from 1600 people to 9,900+ in two years and a few months. Also, directly seeing the harmful effects and addiction properties via the anecdotal stories on the Facebook support group for Kratom. This must be put to a stop to protect the US communities and citizens. I thank you very much for your time, thoughts and efforts to help achieve safety for our citizens. Also, for the help in protecting our communities and nation during this tragic opioid crisis, and crucial decision period for this increasingly trendy drug, Kratom. I look forward to hearing from you regarding your organization's decision to either help protect or not protect our citizens. Sincerely, Julie Knaus julieknausl@gmail.com 303) 408-4098 1. https://www.cdc.gov/mmwr/volumes/68/wr/mm6814a2.htm 2. https://www.deadiversion.usdoi.gov/drug chem info/kratom.pdf 3. https://www.accessdata.fda.gov/cros ia/importalert 1137.htm1 i of 4 111.14 AI) .4 VITAL 6tAIIgIn:t1 CERTIFICATION OF DEATH Irv(' issue& A4p411. At? 41ATI /KI 111*441.44 fI. PMoats44.1 N JsUN .HUtt1I WpNNt NI,OAWflON 4 •._4•x4••4• MOW* 4.4. A4t*t:•4...Y 11114. MM Ano IM. i.A !• aMY 4.4.41..4 .4 .M w.4 11141 ....C1•11.011011111110111 M.1+1•rlM•1l CUM. 4.144.14 tS)t 4 •.• 1• 40.0• Ow WA.. MMI. 444 $4.4fA•. to w!. ..W 411111 M01N1. immure YIINNC[ AIN 14.410.44 w/OSMI now 4.444 NAM* orml,•**woe 4...apof Otagts. raw Wert Y461•01 *NM 1'444•.A..•M 11.•t1••.• 4.•M ,A,11 l• fir. ONO., gati 41.1 1s47 s11. •.» rwns ......- w.rwr•w...rw•.•1 N• 114• .4•MMIe 0. 4 4• 40 1040.~.4:1 •v,Mw44 zM KSA ..nn II !Oil 1411 • 140 4A 4••1:4R1•ufy4..A11.1• IP NCO •M44n.a:1,41+M4lr.Yy w , fmoor** .IOM Mika •2110” '•V 1•••••41.14 taw PA4p4T1 AIN 144M1•1Nt 441•0AIIAtION N 111••/1 I0M440 4444.A M: O.MKs1 144 tsnA* nuts 404401 r1ry11•M11. 0.44. I4 t4••.••. IX`••JM.V 01414' •••••••••••••••• 4.0.-A4/4•1011/404 11 FN4. ••tNpY N• 140.11 0,.0.0111 IN/! .'•••44 n•ni PIACI 01 1110 4,144. AIN f4MNW //ACKRV NROMMTNN s, w • • ..44•••.4 4..41.014 (040•'040.404040 t.11••••••11.1 110044 44 •. e - wy +4 C•0SI4• vr.. .'•• n•••• am 444 M.1•A 40441* 1101. •. •. y 44:ow.444•44**. .44/ 1.4m0 M414owM n C01.0.1•44.4.11 04140 4411.:4 *4.•I cIAnMISA 1N4004.AT10*1 4111 ILe•-.yw •N04•• {amnia 44•.1-• tm40Nr 44•1.• 44AM::41.A .NI :irt a114s40 444 0 4.1404 *444414./•1444//•11 1••1144.01.40••, 140*1.0 4.44 •v 4.0,04.14 1.*Airt .0.•••••• KIT 444k404 CAWS 00 DRAM AMM MWAr MNOMMTION 44410 14 14414 604.*4001 x ca, 94411•.441141 . w. 0.a+r4.a•••1 o.•sM 4004* 1 4.404144440M'l•114A4T01• n •••1••...:..4.4•• 1.•.•.1.y •.111••11 a4. r•• 7•••••• 4.4 1•.'4(44./4104 41w• p4rt•k 40* 4..4.•10 4•y • 4.11 4,4At111Aa1. ON4d04•Anna0x•44 rp4 wM* llC•.4Ai10 n. • 4r AAA, 404040** M 40444COt1M Page 1 of 1 https://gm 1. ggpht.com/7ggBxsD2pEhp7QcSYdOSAJQ8 f8uRX3 SE_EO9vUgFavpwRWsm... 10/3/2019 Page 1 of 1 https://gm 1.ggpht.com/UzgJITPQQ4f1 A -jjIQ 1 oKo6KwpGp 1 gL1iXxZcJ_7aG9QZYDSCo... 10/3/2019 PBS39 News Reports KRATOM 4:55 Published: 2019/03/08 The family of a Chester County man who died of a kratom overdose is suing the supplier that sold it. PHILADELPHIA, Pa. (WLVT) - Caleb Sturgis was on his way to work at PAHRTNERS group home for the deaf in Glenside when his car crashed. The phone call came, and it started with, 'I regret to inform you...' and everything goes black for me," said Scott Sturgis, Caleb's father. Caleb was 25 when died on June 27, 2018. But he didn't die from the accident. His family didn't learn the cause of death until weeks later, when the toxicology report came back. It said he had died of Acute Mitragynine Intoxication—in other words, an overdose of the herb kratom. Kratom kills, and Kratom killed Caleb Sturgis," said attorney Robert J. Mongeluzzi, whose firm Saltz Mongeluzzi Barrett & Bendesky represents the Sturgis family. Kratom comes from the leaves of a Southeast Asian tree related to coffee and is commonly sold in the U.S. as tea or in herbal supplement capsules. Low doses of kratom (1 to 5 grams of leaves) produce a stimulant effect, while high doses (5 to 15 grams) have an opioid -like sedative effect. In fact, kratom contains several opioid compounds and binds to opioid receptors in the brain. But the Sturgis family didn't know that. They just knew it was an herb Caleb sometimes used to make tea. He began using Kratom several years ago, but we didn't realize the effects it could have," Scott Sturgis said. Now, the Sturgis family is suing the supplier of the kratom that Caleb bought, alleging the supplier did know of kratom's dangers, but failed to warn consumers. It is the industry, and it is the seller, who has the responsibility to test their products and inform consumer of their dangers," Mongeluzzi said. The Sturgis family, of West Chester, Pa., filed the wrongful death lawsuit against SoCal Herbal Remedies in the District Court of the Eastern District of Pennsylvania. Attorneys for the Sturgis family detailed the lawsuit at a press conference March 7. They allege kratom was known to be dangerous and that it was sold anyway without any warning. PBS39 reached out to SoCal Herbal Remedies, which in an email confirmed the matter is under litigation and said it had no comment at this time. This is packet that Caleb Sturgis used," Mongeluzzi said, brandishing an opened bag of "White Vietnam" strain kratom. The only warning on the packet reads, "Keep out of reach of children." Kratom can be obtained legally in the U.S., and companies are not required to include warnings. While Caleb bought his kratom online, it's available at many local tobacco shops. It has fallen under scrutiny by the some in the medical community, and the FDA has voiced concerns about Kratom's potential for abuse, addiction and serious health consequences. The FDA has issued numerous alerts about kratom and says it knows of at least 44 deaths from kratom in the U.S. It's banned in six states and the District of Columbia, and in 2016 the DEA attempted to ban it across the country by classifying it as a Schedule 1 drug. But after some public outrage and pushback from lobbying groups like the American Kratom Association, the decision was put on hold. The kratom industry has continued to propagate the myth that kratom is safe when in fact the exact reverse is true," Mongeluzzi said. Proponents of kratom say it can relieve pain, help with concentration, promote heart health and fight fatigue. Caleb's sister Tanya said he originally began using kratom because coffee made him jittery and he believed Kratom would give him energy without that side effect. But over time, she said, it began to affect his behavior. I did try to talk with him when I noticed that his personality had changed, that he seemed more tired," Tanya Sturgis said. "He wasn't himself." While other lawsuits concerning kratom have been filed in several states, the Sturgis's suit is the first to sue the kratom manufacturer/supplier rather than the store that sold it. The family is seeking compensatory and punitive damages. We will step forward so that no other parent and no parents and no other family will have to bury their child because they were killed by kratom," Mongeluzzi said. The Sturgis family said they want sellers of kratom to know they will be held accountable for falsely advertising the herb as harmless and even healthy. It's heartbreaking over something that was supposed to be an herbal supplement," Scott Sturgis said. But more importantly, they want people to know that kratom can and does kill. First and foremost is to prevent this from ever happening again to another family, having to lose a family member like this," Scott Sturgis said. "Second would be to raise awareness." Finally, the Sturgises said they want kratom to be banned until there's sufficient research proving its safety, efficacy and dosing. We can't get Caleb back, but we can take the pieces of what we have, and try to build something with them," Scott Sturgis said. While the DEA is still reviewing whether to classify kratom as a Schedule 1 drug, the FDA says there's no legitimate use for it and strongly discourages anyone from using it. Joshua Russell, Florida caregiver, took kratom before disabled man died in hot van, polic... Page 1 of 4 The Washington Post Morning Mix This poor guy baked': Disabled man died after caretaker took kratom and fell asleep in hot van, police say By Antonia Noori Farzan September 24 John Lapointe loved going for van rides. The 35 -year-old, who had Down syndrome, took pleasure from small joys like that, his family wrote in his obituary. Born hearing-impaired and nonverbal, he also loved puzzles, blocks, music, magazines and watching Barney cartoons on his tablet. "He had a mischievous side to his nature," they recalled, "and was happy to think he had gotten something over on you." Tragically, the ride that Lapointe took in his assisted -living facility's minivan on May 9 would be his last. According to the Pinellas County, Fla., Sheriffs Office, his caretaker, 26 -year-old Joshua Russell, took kratom, a legal herbal supplement whose effects have been compared to opiates, and fell asleep in the front seat while parked in front of his home in Seminole, Fla. The developmentally disabled man, who authorities say had the cognitive ability of a i -year-old, was trapped in the back as the 2006 Toyota Sienna grew hotter and hotter under the beating Florida sun. There was nothing he could do," Pinellas County Sheriff Bob Gualtieri said at a Friday news conference. "He couldn't try and wake up Russell. He couldn't do anything to help himself." Eventually, Lapointe died. On Friday, Russell was arrested and charged with one count of aggravated manslaughter of a disabled adult. Gualtieri said the felony charge came after the Pinellas -Pasco Medical Examiner's Office determined that Lapointe died ofhyperthermia, with investigators estimating that the temperature inside the van reached 125 degrees. Let's just call it what it is," Gualtieri said. "This poor guy baked in that car." The case is bringing added scrutiny to kratom, which has been banned in a few states but remains legal in Florida and is easily purchased online and at gas stations and head shops. Russell, who worked at the group home in Seminole where Lapointe lived, had driven the developmentally disabled man to a i p.m. doctor's appointment on May 9, a typically hot spring day in the Tampa Bay Area. On the way back, he decided to stop at his own house and walk his dog, Gualtieri said. The 26 -year-old reportedly told detectives that he had also taken the opportunity to "parachute" two packages ofkratom by wrapping them in toilet paper and swallowing them. https://www.washingtonpost. com/nation/2019/09/24/disabled-man-dies-van-after-caretake... 10/3/2019 Joshua Russell, Florida caregiver, took kratom before disabled man died in hot van, polic... Page 2 of/4 Russell told police that he took the kratom "to feel awake and alert," Gualtieri said. But it had the opposite effect: As he started driving back to the assisted -living facility, he began to feel nauseated and tired. The controversial plant, which is native to Southeast Asia, produces a feeling of euphoria that some users have compared to taking opiates. Advocates contend it's a safer alternative for people suffering from chronic pain or struggling with opioid addictions. But the Food and Drug Administration has warned consumers to stay away, saying there's no evidence to back those claims and the supplement can be addictive and even deadly. According to authorities, Russell said that because he didn't think he could safely drive any farther, he turned around and headed back home. He parked the minivan in his driveway and reclined his seat to take a nap while leaving Lapointe buckled in the back seat, with just one window cracked. That afternoon, the temperature at nearby St. Pete -Clearwater International Airport reached a high of 88 degrees. The air conditioning in the Toyota didn't work well, Russell reportedly told police, so he turned off the minivan's engine to keep it from overheating. Two or three hours later, he woke up, covered in sweat. When he turned around to look in the back of the van, Lapointe was slumped over and not breathing. After unsuccessfully trying to perform CPR, Russell went back into his house and got a gun, Gualtieri said. He called his mother, who worked for the same assisted -living facility, and told her he was going to kill himself, then started driving off with Lapointe's body still in the back seat. Russell's mother persuaded him to pull over, and she called 911. When deputies arrived around 5:35 p.m. on May 9, paramedics had already pronounced the developmentally disabled man dead, and the caretaker had run off. He again threatened to kill himself when they found him a short time later, and was arrested for carrying a concealed firearm. https://www.washingtonpost.com/nation/2019/09/24/disabled-man-dies-van-after-caretake... 10/3/2019 Jbshua Russell, Florida caregiver, took kratom before disabled man died in hot van, polic... Page 3 of 4 It took several months for authorities to definitively conclude Russell was to blame for leaving Lapointe in the hot car, and to charge him with manslaughter. Records show he was released Saturday after being booked into the Pinellas County Jail on $50,000 bond, and entered a plea of not guilty on Monday. His attorney could not immediately be reached for comment early Tuesday morning. He has also pleaded not guilty to the weapons charge. Gualtieri said on Friday he couldn't explain how Russell had survived spending hours in the sweltering minivan when Lapointe didn't, or if the developmentally disabled man had physical ailments that made him particularly susceptible to the heat. He said the incident raised concerns about the widespread availability of kratom. In 2016, the Drug Enforcement Administration attempted to ban kratom and "got all kinds of flak for it," Gualtieri said. As The Washington Post's Christopher Ingraham reported at the time, the agency announced the drug would be temporarily placed on Schedule 1 of the Controlled Substances Act "to avoid an imminent hazard to the public safety," only to backtrack weeks later amid public outcry. Nine senators and 51 U.S. representatives were among those who expressed opposition to the ban, and researchers argued it would hamper their efforts to study the drug in an attempt to develop a nonaddictive painkiller. Typically, ground kratom powder is consumed in teas, though it can also be swallowed and comes in capsule form. Though a few states have banned its sale, it remains largely unregulated in most of the country, including Florida. At Friday's news conference, Gualtieri predicted that as the supplement becomes more popular, there will be "more of an opportunity for bad situations." But he wasn't calling for a ban, he said, noting that consuming other legal substances like alcohol could also have negative consequences. What I am calling for is people to realize that the license to use it isn't the license to do stupid stuff like this," he said. https://www.washingtonpost. com/nation/2019/09/24/disabled-man-dies-van-after-caretake... 10/3/2019 Joshua Russell, Florida caregiver, took kratom before disabled man died in hot van, polic... Page 4 of 4 Antonia Noori Farzan Antonia Noori Farzan is a reporter on The Washington Post's Morning Mix team. She previously worked at the Phoenix New Times. Follow !/ an. Washington Host Coverage you want. Credibility you expect. Subscribe to real news: Start for as low as $10 $4 a month - that's every story for just $1 a week. Get this offer Send me this offer Already a subscriber? Sign in https://www.washingtonpost. com/nation/2019/09/24/disabled-man-dies-van-after-caretake... 10/3/2019 My name is Laura Lamon. I'm part of a group of family members who have lost loved ones to a drug called Kratom. We believe Kratom is highly addictive and killed our loved ones. Our group is private and on Facebook. It's sadly grown from just a few folks to almost 50. I'd be happy to introduce you to everyone in the group to get more detail. My email is utlawlra(c gmail.com and my phone number is (813) 789-2922 Some of us have death certificates listing Kratom as cause of death. We have been fighting to get Kratom regulated, sharing our private pain on the internet and speaking with the press while enduring extreme pressure from the Kratom dealers and lobbyists. It's been frustrating and painful to go up against this well -funded goliath of an industry. We try to keep ahead of these City Council meetings, but we don't always here they've occurred until it's too late. A while back, FDA Commissioner Scott Gottlieb released a statement saying "Based on the] scientific information in [the] literature and further supported by [our] computational modeling and reports of its adverse effects in humans, we feel confident in calling compounds found in Kratom, opioids". The American Kratom Association is well organized and flush with money they use to send lobbyists state to state to combat Kratom regulation. They put out calls on their social media groups to have people travel to these meetings and speak. It's heartbreaking. While they're able to get meetings and be heard, we are running into roadblocks. We just don't have the money and time that they have-- most of us are working. So grateful to be here today. Here are a few of our stories and contact information, followed by some newspaper articles. Also, please, please check the Quit Kratom and Kratom addiction groups on Reddit and Facebook. They are huge. You will read real people's posts about hair loss, seizures, psychosis and heavy addiction (just to name a few). We believe that if you read these pages, you will be moved to action. Laura Lamon, Tampa, Florida phone number: (813) 789-2922 My son, Christopher Waldron, passed away in July, 2017. He struggled for years with addiction and thought he'd found the magic bullet to getting clean after reading online about Kratom. The stories he read said Kratom was completely safe, no one had overdosed on the substance and it helped folks break their addiction to opioids while avoiding side effects. July 7th at 2:30 in the morning, my son walked alone in a dangerous part of town to buy Kratom from a gas station. He died early in the morning. He was trying to stay away from opioids, and thought this was the safe alternative. I read about Kratom for the first time in my son's autopsy, reading he'd died of "acute Mitragynine intoxication' Here is a link to an interview I gave to ABC in Tampa https://www. abcactionnews. com/news/region-hillsborouqh/exclusive-hillsborough- confirms-first-ever-death-bv-herbal-supplement-kratom-in-the-county Linda Mautner, South Florida phone number: (561) 313-6035 Linda Mautner is the mother of lan Mautner. Here is a link to an interview she gave in Miami: http://www.cbs.com/shows/cbs this morning/video/CPB2rrA6nP YQp2sA23vs FEPeo4LVAwl/fda-warns-herbal-supplement-kratom-has-similar-effects-to- narcotics/ She's been interviewed on CBS this morning, NBC in New York and on many affiliates in South Florida. She was one of the earliest to come out against Kratom and has taken many of us under her wing. Linda started a foundation for her son called the lan Mautner foundation and has founded Southeast Florida Recovery Advocates. Julie Knaus, California phone number: (303) 408-4098 Julie Knaus lost her Twin brother Jay after he died using Kratom for pain relief following sports injuries. (She has written a letter to the council and I've included it in this packet) Here is a clip from her appearance on the Dr. Oz show (followed by an interview with Joy Attencio who lost her son Guy Garcia to Kratom): http://www. doctoroz. com/episode/are-artificial-sweeteners-making-you- fatter?video id=5713797241001. Joy Attencio, Colorado phone number: (303) 507-7030 Joy lost her son Guy Garcia to Kratom years ago. Joy is another mom who was out there early on. Joy is a wonderful, gentle lady who, like the rest of us, just wants to be sure no one else has to lose a loved one to Kratom. Here is a link to an early interview from a Fox affiliate in Colorado with Joy and Guy's widow: http://kdvr. com/2014/03/01/denver-family-warns-others-about-dangers-of-legal-herbal- stimulant/ There are many, many more of us in the group. Please reach out to me and l'll connect you with all. They wish they could be here in person, but they are spread out around the country and can't afford to be here. Citizen Comment Card Name: nei - 1(Q jn La-4/1— Address: Mkt) \D &x ql aket`l—' City. te4.,ma,-Ver zip: 3'1 Telephone Number t\()‘-q5' Email Address: 0\4\(\SC)1\ CO li\e,11 nt.SLOuik,(nq Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Citizen Comment Card Name: v i0f` Address: } Lc( s City Jaik&'I)G', Zip: 3: Coc$ l f Telephone NumberS/3) J3Te Email Address: Id-kWL v -N Speaking under citizens to beheard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against -/ Name: Citizen Comment Card Address: TaN)4( City: >N["f -6) Zip: 3 UD S— Telephone Number: 7-Z 5(15 -- Email 1S Email Address: cods k,cL oS (13 10-0\ . LL'c`rm Speaking under citizens tobe h ard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Name: Citizen Comment Card b--7-7-- "rheictit Address: City: 6L/f) Zip: 3 Telephone Number:_2? Email Address: T 4 6, LIA—e .a BOG G Speaking under citizens to be hearre items not on the agenda? Agenda item(s) to which you wish to speak. rRif")/ A/ o- RAT-0Al PL A5E--- OA /11 rr What is your position on the item? For Against I Name: Citizen Comment Card PAI LI, 0 Address: t 'X7:) --4U i-'4:74 City: Zip: Telephone Number: 7Z7 "3 ~ r' Email Address: Speaking under citizens to be heard re items not on the agenda?4- Agenda item(s) to which you wish to speak: What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6860 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve a grant of $75,000 in General Fund Reserves to be set aside as a commitment for the local government contribution that is required for applicants to participate in the State of Florida’s Low Income Housing Tax Credit Program (LIHTC) for an 82-unit affordable housing development project, Union Trail, proposed by SP Pinellas IV, LLC and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 30, 2019, the City’s Economic Development and Housing Department released a Request for Applications for projects seeking a local government contribution to apply for the Fiscal Year 2019-20 State of Florida Low Income Housing Tax Credit Program (LIHTC). The City received one proposal on September 19, 2019. Staff recommends approval of the Union Trail project application. Florida Housing Finance Corporation (FHFC) issued RFA 2019-116 to open the application period for the LIHTC/SAIL Program for Large Counties. According to LIHTC program rules, only one project per Large County (Broward / Duval / Hillsborough / Orange / Palm Beach / Pinellas) will be funded for development through this tax credit cycle. FHFC determines the successful applicant through this competitive process. Should this proposal be awarded LIHTC funding through this tax credit cycle, staff recommends City support of the successful project with a $75,000 contribution which is the minimum amount that can be committed as a representation of local government support. This contribution represents City of Clearwater support of the successful project; it does not represent development approval. The final FHFC approval is anticipated to occur in March 2020. The review committee, made up of Economic Development & Housing and Planning & Development staff, met and reviewed the application received by the Housing Division. The review committee reviewed the project for consistency with goals and strategies of adopted long range plans, current zoning and land use of the subject sites, appropriateness of scale and other features. SP Pinellas IV LLC from Tampa, Florida, submitted an application to develop Union Trail, an affordable housing project. The proposal calls for 82 two- and three-bedroom units to be located in a new two-story garden style development on a site containing three contiguous parcels located at 1551, 1555 and 1559 Union Street. Ninety percent (90%) of the units will be made available to residents at or below 60% of Area Median Income (AMI) and ten percent (10%) of the units will be made available to residents at or below 35% of AMI. The proposed development team includes Southport Development, Inc. (Developer), Vaughn Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6860 Bay Construction, Inc. (Contractor) and Architectonics Studios, Inc. (Architect). The estimated total development cost is $17.5 million. Staff is recommending a funding commitment to Union Trail if chosen by FHFC as the successful applicant. The proposed funding commitment from General Fund Reserves will be reimbursed by Housing Division funds at the time of project award. If the project is selected by FHFC, the commitment for General Fund Reserves would be released. As background, the Low Income Housing Tax Credit Program is governed by the U.S. Department of Treasury under Section 252 of the Tax Reform Act of 1986 and Section 42 of the Internal Revenue Code, as amended. The program was established to provide for-profit and non-profit organizations with a dollar-for-dollar reduction in federal tax liability in exchange for the acquisition and substantial rehabilitation or new construction of low- and very low-income rental housing units. In this application cycle, the minimum value of contributions required from a government agency for a Tax Credit Program application to receive the maximum points is $75,000. In order to meet this requirement, the local government needs to make a commitment to a project it is supporting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: Funding for this contract will be provided by General Fund reserves in the amount of $75,000. Inclusive of this item if approved, a net total of $75,000 of General Fund reserves has been appropriated by Council to fund expenditures during fiscal year 2019/2020. The remaining unappropriated balance of General Fund reserves, after the 8.5% reserve, is approximately $18.2 million, or 12.0% of the current General Fund operating budget. Page 2 City of Clearwater Printed on 10/3/2019 UNION ST N HIGHLAND AVE P OWDERHORN DR STRATHMILL DR HUNTINGTON LN CUMBERLAND LN TALISKER DR BOWMORE DR SOUVENIR DR 2101 2066 2012 2016 2020 1527150915052005 2041 1526198915692070 2046 15512080 2038 2058 2062 157315742018 2081 15622068 2074 158015852024 2063 155015861586156115622017 2069 15662046 19 7 3 2086 2075 2036 2047 14821491157419692001 2043 20131556 2007 2093 15671574199515561573157915802075 15552099 20931481 149215612056 15492033 157915702098 15492027 20572065 2095 15862092 2064 1556198514812040 2052 2082 15552030 2087 1490155915852050 1 5 5 0 15622088 LOCATION MAP P repared b y :Eng ineering Departm entGeog raph ic Tec h nolog y Division100 S. My rtle Ave, Clearwater, FL 33756P h : (727)562-4750, Fax: (727)526-4755 www.My Clearwater.com CRM CL252A02-29s-15e 09/19/2019Map Gen By:Reviewed By:S-T-R:Grid #:Date: 02 29 15 00000 210 0200 – 1555 Union02 29 15 00000 210 0100 – 1559 Union02 29 15 00000 210 0300 – 1551 Union Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Affd_Housing_CL_UnionSt.mxd Page 1 of 1Aerial Flown 2019 ² N.T.S.Scale: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6751 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve the purchase of reconditioned Cale parking meters, from Cale America, Inc. of Clearwater, FL, in the not-to-exceed amount of $460,000, pursuant to Clearwater Code of Ordinances 2.564(1)(b) Sole Source and 2.621, Disposition of Personal Property, and authorize the appropriate officials to execute same. (consent) SUMMARY: Cale America Inc. is the manufacturer and current service provider for 65 multi-space pay stations that the City has owned since 2007. Cale meters continue to operate well under harsh Florida conditions while other units have not been as durable. This requested purchase will help standardize meter equipment throughout the city, pursuant to Code of Ordinances 2.564(1)(b) Sole Source. Due to aging of existing equipment, Parking Division is recommending the purchase of reconditioned Cale meters, which includes the replacement of outer cabinets. The reconditioned units will provide for conversion from Pay and Display to Pay by Plate technology, which is necessary for meters to be compatible with new License Plate Recognition (LPR) functionality to be implemented in Fiscal Year 2020. Each reconditioned unit will cost $5,990 and includes a 13-month warranty. The reduced pricing includes exchange of existing units for the reconditioned units on a one-to-one basis, trade-in of equipment pursuant to Code of Ordinances 2.621 Disposition of Personal Property. These meters include a $42,900 annual WebOffice fee which covers credit card processor and customer support. This, and future, annual fees are included in the Parking System operating budget. APPROPRIATION CODE AND AMOUNT: Funding of $417,100 is available in Capital Improvement Project ENPK180002, Parking Lot Improvements, to fund the hardware and installation. The annual maintenance cost of $42,900 is budgeted and available in Parking Systems operating code 4351333-530300, contractual services. Page 1 City of Clearwater Printed on 10/3/2019 Cale America, Inc. - Confidential Quotation For: City of Clearwater, FL Quote Issued: August 13, 2019 Quote Expires: September 30, 2019 Quote Name: City of Clearwater -65 CWT Quote ID: 510 General Information Bill To: Contact: City of Clearwater, FL City of Clearwater, FL , Prepared By: Prepared For: Scott Fox Equipment Product Name Quantity Unit Price Year One Total Year Two Total Year Three Total CWTCCC Pay Station Color: Black Power: Solar (65) Payment Methods: Coin;Credit/Debit Card Configuration: Pay by Plate Warranty: 13-month Hardware Warranty 65 $5,990.00 $389,350.00 Light Bar with Motion Sensor 65 $260.00 $16,900.00 Color Touch Display 65 $0.00 $0.00 Annual Total $406,250.00 $0.00 $0.00 On-Going Services Product Name Quantity Sales Price Year One Total Year Two Total Year Three Total WebOffice Professional Edition Includes: Pay by Plate Configuration Maintenance alarms alerts to cell phone Pay Station Mapping (Google Maps) Reporting (standard and analytical) Credit Card Gateway Cellular Communication Fees 24/7 Support 65 $660.00 $42,900.00 Annual Total $42,900.00 $0.00 $0.00 General Services Product Name Quantity Sales Price Year One Total Year Two Total Year Three Total Estimated CWT Shipping 65 $0.00 $0.00 CWT Installation Flowbird will secure and level pay station to the ground and provide hardware training, review preventative maintenance and trouble shooting Ground preparation is not included. 65 $150.00 $9,750.00 Annual Total $9,750.00 $0.00 $0.00 Page 2 of 2 Total Costs Year One Total Year Two Total Year Three Total $458,900.00 $0.00 $0.00 All prices stated are exclusive of taxes and shipping costs unless specifically itemized in this quotation. Customer is responsible for all taxes or providing proof of tax-exempt status. By accepting this order, Customer agrees to be bound by all applicable terms and conditions or terms of existing contract(s) between Customer and Flowbird for the same products and services, if any: Accepted by: ______________________________ Date: _____/_____/_____ Quote Acceptance Information Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6808 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve a Claims Service Contract with Sedgwick Claims Management Services of Nashville, TN, in the not-to-exceed amount of $100,000 for a one-year term, pursuant to Clearwater Code of Ordinances Section 2.564 (l)(i), Exempt from Bidding, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Risk Management Division of the Finance Department is seeking approval of a one-year contract with Sedgwick Claims Management Services to provide supplementary claims services. The supplemental services for adjustment and administration of city liability and property claims will be beneficial to have in place if excessive claims are received due to a disaster or a storm, or other extenuating circumstances. Risk Management has retained Sedgwick Claims Management Services in the past to fill in for staff shortages and they have provided professional and excellent claims services. This contract will provide Risk Management and the City greater effectiveness and flexibility in the investigative and fiscal management of our Liability and Property claims. APPROPRIATION CODE AND AMOUNT: Account # 5909830-530300 $100,000 Page 1 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6827 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Approve a license agreement between the City of Clearwater and The Self-Management Resource Center, Inc. for a three-year period to provide Evidence Based Wellness Programs (EBWP) for adults, authorize the City Manager or his/her designee to approve amendments regarding classes offered and locations for classes and authorize the appropriate officials to execute same. (consent) SUMMARY: The City entered into a License Agreement with Stanford University to provide Chronic Disease Self-Management Program Evidence Based Wellness Programs. Stanford University completed their research and the program licensing was transferred to The Self-Management Resource Center, Inc. The current agreement has expired, and staff is recommending that this License Agreement be renewed. The EBWP programs to be offered include programs such as Building Better Caregivers, Chronic Disease Self-Management, Chronic Pain Self-Management, and Diabetes Self-Management. There is proof that older adults who participate in Evidence Based Wellness Programs can lower their risk of chronic diseases and falls or improve long-term effects of chronic diseases or falls. EBWP are based on rigorous study of the effects or outcomes of specific interventions or model programs. They demonstrate reliable and consistently positive changes in important health-related and functional measures. The Programs initially developed by Stanford University span over 35 years of research and include methodologies, strategies, and structure that has been validated and shown effectiveness. The City as the Licensee may give up to 20 workshops and 2 leader trainings during the term of this Agreement which is for 3 years. The cost of the license fee is $500. In order to expedite future amendments regarding location and classes offered, staff is recommending that the City Manager or his designee be authorized to approve such amendments. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6827 Funds are available in cost code 0101809-530300, contractual services , to fund this contract. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6806 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Authorize an agreement between the City of Clearwater and the Bureau of Business Enterprises (BBE), Division of Blind Services, for a three-year period, with an option to renew for one additional three-year period, to provide employees and city facility patrons with snack vending services and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 20, 2015, the City Council approved a contract with the Bureau of Business Enterprises (BBE), Division of Blind Services to provide employees and city facility patrons with healthy snack vending services. Over the past four years the BBE has provided vending services at many of city facilities and recreation sites. The vending services are provided as a convenience for city employees, visitors to city facilities, and recreation center patrons. Per Florida State Statute 413.051 (10) political subdivisions of the state may contract through the Division of Blind Services to directly procure vending services/operations with a qualifying licensee (vendor) for the purpose of providing blind persons with employment. The BBE is charged with creating independent business opportunities for visually impaired/blind licensed vending facility operators. Through this program, hundreds of Floridians who are blind have acquired the management training and business skills necessary to operate successful businesses, independence, and self-sufficiency. Capital investment for equipment and products is provided by the BBE for a small percentage of the vendor's contract revenue. The Bureau oversees more than 120 licensed vendors who manage more than 150 facilities in Florida. The recommended BBE vendor for our contract, Saed Bekric operates All American Vending, and has done an excellent job for the City the past two years. The City works closely with Mr. Bekric to provide healthy vending options for employees and patrons. In an effort to keep the typically higher priced healthy items affordable, the City elects to not collect commissions on this contract. Staff is recommending approval of a new contract under the same terms and conditions as previously approved for a period of three years, with an option to renew for one additional three-year period. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6806 USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/3/2019 1 VENDING MACHINE SERVICES CONTRACT BETWEEN CITY OF CLEARWATER AND BUREAU OF BUSINESS ENTERPRISE This Contract, entered into this _____ day of _______________, 2015 2019 by and between the CITY OF CLEARWATER, a Florida municipal corporation, hereinafter referred to as "City" P.O. Box 4748, Clearwater, Florida 33758 and Bureau of Business Enterprise, Division of Blind Services, Department of Education, a Florida corporation, hereinafter referred to as "BBE" or “Vendor” 325 W. Gaines Street, Turlington Bldg, Suite 1114, Tallahassee, Florida 32399. WHEREAS, the City desires to continue providing healthy snack vending services, promoting a culture of wellness for the benefit of employees and the general community; and WHEREAS, BBE agrees to provide healthy snack vending services at the lowest possible costs (no commissions to be paid to the City); WHEREAS, BBE has provided these services to the City very successfully for the past four years; NOW THEREFORE, in consideration of the promises stated herein, the City and BBE mutually agree as follows: 1. SCOPE OF PROJECT BBE agrees to provide snack vending services as set forth in Exhibit A, which is incorporated by reference and attached hereto. under previous terms and conditions as set forth in RFP #11-15 Vending Machine Services and BBE’s RFP Response dated March 19, 2015, including but not limited to the following priorities: Compliance with the USDA’s Smart Snacks in Schools Nutrition Standards guidelines are mandatory at City locations where youth are served (recreational facilities). An 80/20 product split (USDA compliant/non-compliant, respectively) is allowed at City employee locations. All equipment requirements are the responsibility of BBE. No commissions will be paid in order to promote access to affordable, healthier snacks, which typically have higher vend prices than non-healthy items. 2. TIME OF PERFORMANCE TERM The initial Contract Term shall commence September 1, 2015 October 1, 2019 and end August 31, 2017 September 30, 2022. One (1), two (2) -three (3) year renewal term is provided. 2 3. COMPENSATION In exchange for provided services, the City forgoes the payment of commissions in order to maintain lower vending prices. 4. NOTICES AND CHANGES OF ADDRESS Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. Bureau of Business Enterprises (BBE) City of Clearwater Alyce Benge Purchasing Manager William Findley Kevin Dunbar Bureau Chief Parks and Recreation, Director 325 W. Gaines Street PO Box 4748 Turlington Bldg. Suite 1114 Clearwater, FL 33758 Tallahassee, FL 32399 Phone: 850-245-0343 Phone: 727-562-4633 4800 Fax: 850-245-0364 5. TERMINATION OF CONTRACT Termination by the City is pursuant to RFP 11-15 terms and conditions. The City reserves the right to terminate this Contract, with or without cause, upon thirty (30) calendar days written notice. BBE shall have the right to terminate this Contract, without penalty, if a state-owned building becomes available to BBE for occupancy and given six (6) months advance written notice to the City by Certified mail, Return Receipt Requested. 6. TERMS AND CONDITIONS, INSURANCE, IDEMNIFICIAITION INDEMNIFICATION & INSURANCE BBE agrees to comply with all terms, provisions, and requirements contained in RFP 11-15 Vending Services made a part hereof as if said document were fully set forth at length herein. Neither City nor BBE elects to indemnify the other or third parties from any claim, suit, judgment, debt, or damages, arising out of performance or failure to perform or negligent or 3 wrongful acts or omissions under this Contract of any of its employees, servants, or agents acting within the employee's, servant's or agent's office under this Contract. Neither City nor BBE waives its sovereign immunity. Nothing in this Contract may be construed as the consent of the parties to be sued by the other or third parties in any matter arising out of this Contract. This section shall survive the termination of this Contract. Insurance requirements are set forth in Exhibit B which is incorporated by reference and attached hereto. 7. INTERESTS OF PARTIES BBE covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 8. CONFORMANCE WITH LAWS BBE agrees to comply with all applicable federal, state and local laws during the life of this Contract. Pursuant to Florida Statute, 119.0701(2), BBE is required to comply with public records laws, specifically to: (a) Keep and maintain public records required by the public agency to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (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 in this chapter or as otherwise provided by law. (c) Ensure that 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. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of 4 the contract and destroy any duplicate public records that are exempt or confidential and exempt from public record disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (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. 9. AVAILABILITY OF FUNDS As provided in Florida Statute Section 255.2502, BBE's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. 10. ATTORNEY FEES In the event that either party seeks to enforce this Contract through attorneys at law, then the parties agree that each party shall bear its own attorney fees and costs. 11. GOVERNING LAW AND VENUE The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. 12. MISCELLANEOUS a) This Contract shall be subject to all applicable laws, rules, orders, permits, and regulations of any federal, state, or local governmental authority having jurisdiction over the parties, their facilities, or the transactions contemplated. b) This Contract constitutes the entire understanding and agreement between the Parties and supersedes any and all prior negotiations, understandings or agreements. 5 c) No failure to exercise, delay in exercising, or single or partial exercise of any right, power or remedy by either party shall constitute a waiver of, or shall preclude any other or further exercise of, the same or any other right, power or remedy. d) Whenever possible, each provision of this Contract shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Contract or the application thereof to any party hereto or circumstance is prohibited by or invalid under applicable law, that provision shall be effective only to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Contract or the application of the same. e) This Contract may be executed in any number of counterparts, and all the counterparts taken together shall be deemed to constitute one (1) and the same instrument. The captions, headings, titles, and subtitles herein are inserted for convenience of reference only and are to be ignored in any construction of the provisions of this Contract. f) Any exhibit attached to this Contract is incorporated by reference herein. g) Nothing contained herein shall be construed as a joint venture, partnership or any other similar relationship between City and BBE. Nothing in this Contract shall be construed as creating any rights, benefits or interests in a person or group that is not a party to this Contract. h) This Contract 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 Contract. No granting of consent to any assignment will relieve BBE from any of its obligations and liabilities under the Contract. i) 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 Contract. j) There will be no oral changes to this Contract. This Contract 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 BBE. 6 IN WITNESS WHEREOF, the parties hereto have executed this Contract as of the date set forth above. Countersigned: CITY OF CLEARWATER, FLORIDA ______________________________ ______________________________ George N. Cretekos William B. Horne, II Mayor City Manager Approved as to form: Attest: ______________________________ ______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Florida Department of Education By: Date: 7 EXHIBIT A Vendor will manage all aspects of snack vending machines, including but not limited to sufficient inventory, product stocking, revenue collection, service/maintain equipment, handling refunds and other customer issues. Services will be provided at designated City locations, including worksites and recreational facilities, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday, excluding City holidays. All costs associated with performance of the resulting contract are the responsibility of Vendor. Beverage vending is not included in this agreement. Nutrition Standards guidelines established by the USDA’s Smart Snacks in Schools are preferred at all City facilities where youth are served (recreational facilities). Products that are not USDA program compliant may be considered for employee locations. In consideration of the rights and privileges that will be granted, Vendor shall strive for reduced costs of vended product. The City will not collect any commissions from vending sales. Equipment. Vendor shall be solely responsible for the placement and operation of full- service vending machines. Machines and locations may be added or removed at the City’s discretion and Vendor must not unreasonably refuse to add equipment. All equipment shall be equipped with, at a minimum, dollar validators and coin-operated mechanisms with change return, slug rejection and coin-return features. Equipment that offers credit card payment options is preferred. Equipment, whether indoor or outdoor, shall have crime and vandalism prevention measures in place. Equipment must comply with all Federal, State, County and City Codes. Upon expiration or termination of this Contract, Vendor must remove all machines within ten (10) business days of notification. Energy efficiency. All equipment provided by Vendor shall conserve energy and reduce energy related costs through energy efficiency. To satisfy this requirement, Vendor either can install machines with an Energy Star® label (or equivalent) or can utilize energy-saving devices such as the Vending Miser® or equivalent. Automatically operated dispensing equipment shall be adequately metered with non-reset meters and shall operate on AC-110 volts. All equipment shall be double insulated or grounded. Maintenance. Vendor shall be responsible for keeping all equipment in a clean and sanitary condition. Vendor shall be solely responsible for their upkeep and repair to ensure they are in good working condition at all times. Equipment that is damaged or unsightly shall be removed and replaced within five (5) days notice from the City. 8 Employees. Vendor’s vehicles shall be properly placarded with company name and contact information. Vendor’s employees shall present a neat appearance, with nametag/badges and company logo clearly identified. Vendor acknowledges that children, the elderly, and/or disabled persons will be present at various City locations. Therefore, if not otherwise required to conduct background checks by law, Vendor voluntarily agrees to register with the Florida Department of Law Enforcement (FDLE) to participate in the Volunteer & Employee Criminal History System (VECHS) for background checks, as authorized by the National Child Protection Act (NCPA), as amended, and Florida Statute 943.0542, as may be amended from time to time. Americans with Disabilities Act. All vending machines shall meet the requirements of the Americans with Disabilities Act, as may be amended from time to time. Snack items. Compliance with Smart Snacks in Schools standards is preferred. Healthy Snack Items, as defined by the USDA’s Smart Snacks in Schools, should meet the following generally stated Nutrition Standards, per item: • 200 calories or less per snack item package, maximum 230 mg sodium • 350 calories or less per entrée item, maximum 480 mg sodium • Not to exceed 35% of calories from total fat (exemptions per USDA Standards) • Not to exceed 10% calories from saturated fat • Zero (0) grams trans fat • Not to exceed 35% of calories from total sugar (exemptions per USDA Standards) • Accompaniments such as cream cheese, dressing or butter must be included in the nutrient profile as part of the food items • Each snack item must meet one of the following criteria: o Be a “whole grain-rich” grain product; or o Have as the first ingredient a fruit, vegetable, dairy product or protein food; or o Be a combination food that contains at least ¼ cup of fruit and/or vegetable; or o Contain 10% of the Daily Value (DV) of one of the nutrients of public health concern in the 2010 Dietary Guidelines for Americans (calcium, potassium, vitamin D or dietary fiber) • Fruits that are fresh, frozen or canned in water, 100% juice, light syrup or extra light syrup and vegetables that are fresh, frozen or canned with no added ingredients except water and small amount of sugar for processing, are exempt from meeting the standards Additionally, the City would prefer snacks meet the additional criteria: 9 • 3 grams or more of fiber in items claiming to be a whole grain product • Yogurts with no more than 25 grams of sugar per 8 oz. serving • Nuts or seeds with no added fats or sweeteners All machines should provide a broad assortment of choices. Out-of-date products are to be removed immediately from the machines. Expiration dates should be on each of the products offered for sale and should clearly show the month and year of expiration. 10 EXHIBIT B INSURANCE REQUIREMENTS. BBE 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 BBE’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, BBE 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, personal injury, death, property damage, premises operations, products/completed operations, products liability, contractual liability, and advertising injury, 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. Unless waived by the State of Florida, 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 $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. 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. d. If BBE is using its own property or the property of City in connection with the performance of its obligations under this Agreement, then Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 11 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, BBE 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.” In addition, when requested in writing from the City, BBE 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 P.O. Box 4748 Clearwater, FL 33758-4748 b. BBE shall provide thirty (30) days written notice of any cancellation, non- renewal, termination, material change or reduction in coverage. c. BBE’s insurance as outlined above shall be primary and non-contributory coverage for BBE’s negligence. d. BBE reserves the right to appoint legal counsel to provide for the BBE’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to BBE’s design, equipment, or service. BBE agrees that the City shall not be liable to reimburse BBE for any legal fees or costs as a result of BBE 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 failure to request evidence of this insurance shall not be construed as a waiver of BBE’s obligation to provide the insurance coverage specified 1 VENDING MACHINE SERVICES CONTRACT BETWEEN CITY OF CLEARWATER AND BUREAU OF BUSINESS ENTERPRISE This Contract, entered into this _____ day of _______________, 2019 by and between the CITY OF CLEARWATER, a Florida municipal corporation, hereinafter referred to as "City" P.O. Box 4748, Clearwater, Florida 33758 and Bureau of Business Enterprise, Division of Blind Services, Department of Education, a Florida corporation, hereinafter referred to as "BBE" or “Vendor” 325 W. Gaines Street, Turlington Bldg, Suite 1114, Tallahassee, Florida 32399. WHEREAS, the City desires to continue providing healthy snack vending services, promoting a culture of wellness for the benefit of employees and the general community; and WHEREAS, BBE agrees to provide healthy snack vending services at the lowest possible costs (no commissions to be paid to the City); WHEREAS, BBE has provided these services to the City very successfully for the past four years; NOW THEREFORE, in consideration of the promises stated herein, the City and BBE mutually agree as follows: 1. SCOPE OF PROJECT BBE agrees to provide snack vending services as set forth in Exhibit A, which is incorporated by reference and attached hereto. 2. TERM The initial Contract Term shall commence October 1, 2019 and end September 30, 2022. One (1), three (3) year renewal term is provided. 3. COMPENSATION In exchange for provided services, the City forgoes the payment of commissions in order to maintain lower vending prices. 4. NOTICES AND CHANGES OF ADDRESS Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. 2 Bureau of Business Enterprises (BBE) City of Clearwater William Findley Kevin Dunbar Bureau Chief Parks and Recreation, Director 325 W. Gaines Street PO Box 4748 Turlington Bldg. Suite 1114 Clearwater, FL 33758 Tallahassee, FL 32399 Phone: 850-245-0343 Phone: 727-562-4800 Fax: 850-245-0364 5. TERMINATION OF CONTRACT The City reserves the right to terminate this Contract, with or without cause, upon thirty (30) calendar days written notice. BBE shall have the right to terminate this Contract, without penalty, if a state-owned building becomes available to BBE for occupancy and given six (6) months advance written notice to the City by Certified mail, Return Receipt Requested. 6. INDEMNIFICATION & INSURANCE Neither City nor BBE elects to indemnify the other or third parties from any claim, suit, judgment, debt, or damages, arising out of performance or failure to perform or negligent or wrongful acts or omissions under this Contract of any of its employees, servants, or agents acting within the employee's, servant's or agent's office under this Contract. Neither City nor BBE waives its sovereign immunity. Nothing in this Contract may be construed as the consent of the parties to be sued by the other or third parties in any matter arising out of this Contract. This section shall survive the termination of this Contract. Insurance requirements are set forth in Exhibit B which is incorporated by reference and attached hereto. 7. INTERESTS OF PARTIES BBE covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 8. CONFORMANCE WITH LAWS BBE agrees to comply with all applicable federal, state and local laws during the life of this Contract. Pursuant to Florida Statute, 119.0701(2), BBE is required to comply with public records laws, specifically to: 3 (a) Keep and maintain public records required by the public agency to perform the service. (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 in this chapter or as otherwise provided by law. (c) Ensure that 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. (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. 9. AVAILABILITY OF FUNDS As provided in Florida Statute Section 255.2502, BBE's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. 10. ATTORNEY FEES In the event that either party seeks to enforce this Contract through attorneys at law, then the parties agree that each party shall bear its own attorney fees and costs. 11. GOVERNING LAW AND VENUE The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. 4 12. MISCELLANEOUS a) This Contract shall be subject to all applicable laws, rules, orders, permits, and regulations of any federal, state, or local governmental authority having jurisdiction over the parties, their facilities, or the transactions contemplated. b) This Contract constitutes the entire understanding and agreement between the Parties and supersedes any and all prior negotiations, understandings or agreements. c) No failure to exercise, delay in exercising, or single or partial exercise of any right, power or remedy by either party shall constitute a waiver of, or shall preclude any other or further exercise of, the same or any other right, power or remedy. d) Whenever possible, each provision of this Contract shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Contract or the application thereof to any party hereto or circumstance is prohibited by or invalid under applicable law, that provision shall be effective only to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Contract or the application of the same. e) This Contract may be executed in any number of counterparts, and all the counterparts taken together shall be deemed to constitute one (1) and the same instrument. The captions, headings, titles, and subtitles herein are inserted for convenience of reference only and are to be ignored in any construction of the provisions of this Contract. f) Any exhibit attached to this Contract is incorporated by reference herein. g) Nothing contained herein shall be construed as a joint venture, partnership or any other similar relationship between City and BBE. Nothing in this Contract shall be construed as creating any rights, benefits or interests in a person or group that is not a party to this Contract. h) This Contract 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 Contract. No granting of consent to any assignment will relieve BBE from any of its obligations and liabilities under the Contract. 5 i) 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 Contract. j) There will be no oral changes to this Contract. This Contract 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 BBE. IN WITNESS WHEREOF, the parties hereto have executed this Contract as of the date set forth above. Countersigned: CITY OF CLEARWATER, FLORIDA ______________________________ ______________________________ George N. Cretekos William B. Horne, II Mayor City Manager Approved as to form: Attest: ______________________________ ______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Florida Department of Education By: Date: 6 EXHIBIT A Vendor will manage all aspects of snack vending machines, including but not limited to sufficient inventory, product stocking, revenue collection, service/maintain equipment, handling refunds and other customer issues. Services will be provided at designated City locations, including worksites and recreational facilities, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday, excluding City holidays. All costs associated with performance of the resulting contract are the responsibility of Vendor. Beverage vending is not included in this agreement. Nutrition Standards guidelines established by the USDA’s Smart Snacks in Schools are preferred at all City facilities where youth are served (recreational facilities). Products that are not USDA program compliant may be considered for employee locations. In consideration of the rights and privileges that will be granted, Vendor shall strive for reduced costs of vended product. The City will not collect any commissions from vending sales. Equipment. Vendor shall be solely responsible for the placement and operation of full- service vending machines. Machines and locations may be added or removed at the City’s discretion and Vendor must not unreasonably refuse to add equipment. All equipment shall be equipped with, at a minimum, dollar validators and coin-operated mechanisms with change return, slug rejection and coin-return features. Equipment that offers credit card payment options is preferred. Equipment, whether indoor or outdoor, shall have crime and vandalism prevention measures in place. Equipment must comply with all Federal, State, County and City Codes. Upon expiration or termination of this Contract, Vendor must remove all machines within ten (10) business days of notification. Energy efficiency. All equipment provided by Vendor shall conserve energy and reduce energy related costs through energy efficiency. To satisfy this requirement, Vendor either can install machines with an Energy Star® label (or equivalent) or can utilize energy-saving devices such as the Vending Miser® or equivalent. Automatically operated dispensing equipment shall be adequately metered with non-reset meters and shall operate on AC-110 volts. All equipment shall be double insulated or grounded. Maintenance. Vendor shall be responsible for keeping all equipment in a clean and sanitary condition. Vendor shall be solely responsible for their upkeep and repair to ensure they are in good working condition at all times. Equipment that is damaged or unsightly shall be removed and replaced within five (5) days notice from the City. 7 Employees. Vendor’s vehicles shall be properly placarded with company name and contact information. Vendor’s employees shall present a neat appearance, with nametag/badges and company logo clearly identified. Vendor acknowledges that children, the elderly, and/or disabled persons will be present at various City locations. Therefore, if not otherwise required to conduct background checks by law, Vendor voluntarily agrees to register with the Florida Department of Law Enforcement (FDLE) to participate in the Volunteer & Employee Criminal History System (VECHS) for background checks, as authorized by the National Child Protection Act (NCPA), as amended, and Florida Statute 943.0542, as may be amended from time to time. Americans with Disabilities Act. All vending machines shall meet the requirements of the Americans with Disabilities Act, as may be amended from time to time. Snack items. Compliance with Smart Snacks in Schools standards is preferred. Healthy Snack Items, as defined by the USDA’s Smart Snacks in Schools, should meet the following generally stated Nutrition Standards, per item: • 200 calories or less per snack item package, maximum 230 mg sodium • 350 calories or less per entrée item, maximum 480 mg sodium • Not to exceed 35% of calories from total fat (exemptions per USDA Standards) • Not to exceed 10% calories from saturated fat • Zero (0) grams trans fat • Not to exceed 35% of calories from total sugar (exemptions per USDA Standards) • Accompaniments such as cream cheese, dressing or butter must be included in the nutrient profile as part of the food items • Each snack item must meet one of the following criteria: o Be a “whole grain-rich” grain product; or o Have as the first ingredient a fruit, vegetable, dairy product or protein food; or o Be a combination food that contains at least ¼ cup of fruit and/or vegetable; or o Contain 10% of the Daily Value (DV) of one of the nutrients of public health concern in the 2010 Dietary Guidelines for Americans (calcium, potassium, vitamin D or dietary fiber) • Fruits that are fresh, frozen or canned in water, 100% juice, light syrup or extra light syrup and vegetables that are fresh, frozen or canned with no added ingredients except water and small amount of sugar for processing, are exempt from meeting the standards Additionally, the City would prefer snacks meet the additional criteria: 8 • 3 grams or more of fiber in items claiming to be a whole grain product • Yogurts with no more than 25 grams of sugar per 8 oz. serving • Nuts or seeds with no added fats or sweeteners All machines should provide a broad assortment of choices. Out-of-date products are to be removed immediately from the machines. Expiration dates should be on each of the products offered for sale and should clearly show the month and year of expiration. 9 EXHIBIT B INSURANCE REQUIREMENTS. BBE 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 BBE’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, BBE 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, personal injury, death, property damage, premises operations, products/completed operations, products liability, contractual liability, and advertising injury, 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. Unless waived by the State of Florida, 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 $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. 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. d. If BBE is using its own property or the property of City in connection with the performance of its obligations under this Agreement, then Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 10 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, BBE 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.” In addition, when requested in writing from the City, BBE 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 P.O. Box 4748 Clearwater, FL 33758-4748 b. BBE shall provide thirty (30) days written notice of any cancellation, non- renewal, termination, material change or reduction in coverage. c. BBE’s insurance as outlined above shall be primary and non-contributory coverage for BBE’s negligence. d. BBE reserves the right to appoint legal counsel to provide for the BBE’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to BBE’s design, equipment, or service. BBE agrees that the City shall not be liable to reimburse BBE for any legal fees or costs as a result of BBE 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 failure to request evidence of this insurance shall not be construed as a waiver of BBE’s obligation to provide the insurance coverage specified Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6817 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Accept the University of North Florida Training and Services Institute, Inc, d/b/a Institute of Police Technology and Management (IPTM), High Visibility Enforcement (HVE) for Pedestrian and Bicycle Safety Grant Award in the amount of $40,000 for police overtime, approve the Letter of Agreement and Contract with the University of North Florida, and authorize the appropriate officials to execute same. (consent) SUMMARY: On September 11, 2019, Clearwater Police Department (CPD) was granted approval by the Resource Management Committee to submit a grant application under the state HVE program to continue its grant-funded pedestrian and bicycle safety project. The grant has been officially awarded in the amount of $40,000 and CPD now seeks approval to accept it. CPD has conducted six grant-funded comprehensive enforcement/education projects since March 2014 aimed at changing the behavior of all who use Clearwater’s roadways - pedestrians, bicyclists, and motorists. Due to the success of the previous projects, the University would like to see Clearwater continue to build upon what it has already accomplished. CPD will again carefully select a pool of patrol officers/sergeants for this project who have demonstrated a sincere interest and affinity for traffic, bicycle and pedestrian enforcement. The details will be worked by this select group of officers, focusing on those areas with a high volume of crashes compared to other parts of the city, have a high volume of pedestrian traffic, or both. The project period will commence within 30 days of the contract execution date and will end on or before May 15, 2020. As with the previous grants, selected officers will receive specific training as required on traffic enforcement and educational opportunities with the public prior to implementation of the project. CPD will also work closely with the University during the project period to ensure accurate data collection and to advise of any problems or successes that are accomplished. CPD will continue to get the word out about the project through a variety of means. CPD’s Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6817 Public Information Officer (PIO) will distribute a minimum of two releases, as outlined in the agreement. There will be no direct adverse impact to the Police Department annual operating budget nor is there a required match. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish special program G2003, Pedestrian/Bicycle Safety Grant 2020, recognizing a budget increase of grant revenue in the amount of $40,000 to account for grant revenues and expenditures. Page 2 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6813 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Authorize the purchase of an Aerial Platform Apparatus from Ten-8 Fire Equipment, Inc. of Appleton, WI, in the amount of $ 1,358,895, and miscellaneous tools and equipment in the amount of $103,255; in accordance with Clearwater Code of Ordinances Section 2.564(1)(d) - Other Governmental Entities Bids; and authorize appropriate officials to execute same. (consent) SUMMARY: Clearwater Fire and Rescue requests authorization to purchase an Aerial Platform apparatus to replace T48 (G3405), purchased in 2006, which will move to the reserve fleet to maintain required reserve units. The reserve unit (G3404) which was also purchased in 2006, will be deemed surplus and processed by City’s Fleet Division for auction. The Fiscal Year 20 Capital Improvement Project (CIP) project 91244 provides $1,358,895 in funding for the replacement of the platform apparatus. The department requests authorization for this purchase to enable early placement on the Pierce Manufacturing production schedule, ahead of other fire departments receiving funding in the new fiscal year. The proposal from Ten-8 is priced in accordance with Florida Sheriffs Association Contract #FSA18-VEF13.0, Specification #13. Additional tools and equipment required to outfit the vehicle prior to placing in operation include extrication tools from Municipal Emergency Services (MES) of Pinellas Park, FL, in the amount of $47,155 (quote number QT1283937), piggybacking Lake County Contract #17-0606G; and miscellaneous tools such as hoses, ladders, saws, etc., to be quoted and purchased from vendors, in a not-to-exceed amount of $56,100 from operational funds. Estimated annual operating costs of $40,000 in the department’s operating budget include debt costs and garage charges for operating and maintaining the vehicle. Garage charges on the new vehicle are expected to be less than the vehicle being retired. APPROPRIATION CODE AND AMOUNT: Funds are available in CIP 315-91244 $1,358,895 for the apparatus; CIP 315-91263 $47,155 for extrication tools; and $56,100 in the department’s operating budget for miscellaneous tools. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/3/2019 Proposal for Clearwater Fire & Rescue Prepared by Ten-8 Fire Equipment, Inc 08/29/2019 Clearwater Fire & Rescue 100' Velocity Platform T48 1 of 147 CONTENTS GENERAL DESIGN AND CONSTRUCTION.................................................................................... 18 QUALITY AND WORKMANSHIP..................................................................................................... 18 DELIVERY....................................................................................................................................... 19 MANUAL AND SERVICE INFORMATION ....................................................................................... 19 SAFETY VIDEO............................................................................................................................... 19 PERFORMANCE TESTS................................................................................................................. 19 SERVICE AND WARRANTY SUPPORT.......................................................................................... 19 LIABILITY......................................................................................................................................... 20 INSURANCE PROVIDED BY BIDDER............................................................................................. 20 COMMERCIAL GENERAL LIABILITY INSURANCE........................................................................ 20 COMMERCIAL AUTOMOBILE LIABILITY INSURANCE.................................................................. 21 UMBRELLA/EXCESS LIABILITY INSURANCE................................................................................ 21 INSURANCE PROVIDED BY MANUFACTURER ............................................................................ 21 PRODUCT LIABILITY INSURANCE ................................................................................................ 21 UMBRELLA/EXCESS LIABILITY INSURANCE................................................................................ 22 SINGLE SOURCE MANUFACTURER............................................................................................. 22 NFPA 2016 STANDARDS................................................................................................................ 22 NFPA COMPLIANCY....................................................................................................................... 23 VEHICLE INSPECTION PROGRAM CERTIFICATION.................................................................... 23 INSPECTION CERTIFICATE........................................................................................................... 23 GENERATOR TEST ........................................................................................................................ 24 BREATHING AIR TEST................................................................................................................... 24 AFTERMARKET SUPPORT WEBSITE............................................................................................ 24 BID BOND NOT REQUESTED........................................................................................................ 25 PERFORMANCE BOND.................................................................................................................. 25 APPROVAL DRAWING.................................................................................................................... 26 ELECTRICAL WIRING DIAGRAMS................................................................................................. 26 VELOCITY CHASSIS....................................................................................................................... 26 WHEELBASE................................................................................................................................... 26 GVW RATING.................................................................................................................................. 26 FRAME ............................................................................................................................................ 26 FRAME REINFORCEMENT............................................................................................................. 26 Clearwater Fire & Rescue 100' Velocity Platform T48 2 of 147 FRONT NON DRIVE AXLE.............................................................................................................. 27 FRONT SUSPENSION .................................................................................................................... 27 FRONT SHOCK ABSORBERS........................................................................................................ 28 FRONT OIL SEALS.......................................................................................................................... 28 FRONT TIRES................................................................................................................................. 28 REAR AXLE..................................................................................................................................... 28 TOP SPEED OF VEHICLE............................................................................................................... 28 REAR SUSPENSION....................................................................................................................... 28 REAR OIL SEALS............................................................................................................................ 28 REAR TIRES.................................................................................................................................... 28 TIRE BALANCE............................................................................................................................... 28 TIRE PRESSURE MANAGEMENT.................................................................................................. 29 FRONT HUB COVERS.................................................................................................................... 29 REAR HUB COVERS....................................................................................................................... 29 CHROME LUG NUT COVERS......................................................................................................... 29 MUD FLAPS .................................................................................................................................... 29 WHEEL CHOCKS............................................................................................................................ 29 WHEEL CHOCK BRACKETS .......................................................................................................... 29 ELECTRONIC STABILITY CONTROL............................................................................................. 29 ANTI-LOCK BRAKE SYSTEM ......................................................................................................... 30 AUTOMATIC TRACTION CONTROL............................................................................................... 30 BRAKES .......................................................................................................................................... 30 BRAKE SYSTEM AIR COMPRESSOR............................................................................................ 30 BRAKE SYSTEM............................................................................................................................. 30 BRAKE SYSTEM AIR DRYER......................................................................................................... 31 BRAKE LINES.................................................................................................................................. 31 AIR INLET/OUTLET......................................................................................................................... 31 ALL WHEEL LOCK-UP.................................................................................................................... 31 MANUAL MOISTURE EJECTOR(S)................................................................................................ 31 COMPRESSION FITTINGS ONLY................................................................................................... 31 ENGINE........................................................................................................................................... 32 HIGH IDLE....................................................................................................................................... 32 ENGINE BRAKE.............................................................................................................................. 32 Clearwater Fire & Rescue 100' Velocity Platform T48 3 of 147 CLUTCH FAN .................................................................................................................................. 33 ENGINE AIR INTAKE....................................................................................................................... 33 EXHAUST SYSTEM......................................................................................................................... 33 EXHAUST DIFFUSER ..................................................................................................................... 33 EXHAUST MODIFICATION ............................................................................................................. 33 RADIATOR ...................................................................................................................................... 33 COOLANT LINES ............................................................................................................................ 34 RADIATOR COOLANT .................................................................................................................... 34 FUEL TANK..................................................................................................................................... 34 DIESEL EXHAUST FLUID TANK..................................................................................................... 35 FUEL SHUTOFF.............................................................................................................................. 35 FUEL COOLER................................................................................................................................ 35 FUEL SEPARATOR......................................................................................................................... 35 TRANSMISSION.............................................................................................................................. 35 TRANSMISSION SHIFTER.............................................................................................................. 35 TRANSMISSION COOLER.............................................................................................................. 36 DOWNSHIFT MODE (w/engine brake)............................................................................................. 36 TRANSMISSION FLUID................................................................................................................... 36 DRIVELINE...................................................................................................................................... 36 STEERING....................................................................................................................................... 36 STEERING WHEEL......................................................................................................................... 36 LOGO AND CUSTOMER DESIGNATION ON DASH....................................................................... 36 HITCH RECEIVER........................................................................................................................... 37 WINCH............................................................................................................................................. 37 BUMPER.......................................................................................................................................... 37 GRAVEL PAN............................................................................................................................... 37 LIFT AND TOW MOUNTS................................................................................................................ 38 TOW HOOKS................................................................................................................................... 38 PORTABLE WINCH RECEIVER...................................................................................................... 38 TRAY COVER.................................................................................................................................. 38 FRONT BUMPER LETTERING........................................................................................................ 38 FRONT BUMPER LETTERING BACKLIGHTING ............................................................................ 38 ADJUSTABLE HOSE TRAY PARTITION......................................................................................... 38 Clearwater Fire & Rescue 100' Velocity Platform T48 4 of 147 LINE-X® COATING - FRONT BUMPER .......................................................................................... 39 CAB ................................................................................................................................................. 39 INTERIOR CAB INSULATION ......................................................................................................... 40 FENDER LINERS ............................................................................................................................ 40 PANORAMIC WINDSHIELD............................................................................................................ 40 WINDSHIELD WIPERS.................................................................................................................... 40 FAST SERVICE ACCESS FRONT TILT HOOD............................................................................... 40 ENGINE TUNNEL............................................................................................................................ 41 CAB REAR WALL EXTERIOR COVERING..................................................................................... 41 CAB LIFT......................................................................................................................................... 41 Cab Lift Interlock........................................................................................................................... 42 GRILLE............................................................................................................................................ 42 DOOR FRAME SCUFFPLATE......................................................................................................... 42 DOOR JAMB SCUFFPLATES ......................................................................................................... 42 FRONT CAB TRIM........................................................................................................................... 42 MIRRORS........................................................................................................................................ 42 CAB DOORS.................................................................................................................................... 43 Door Panels.................................................................................................................................. 43 RECESSED POCKET WITH ELASTIC COVER............................................................................... 43 ELECTRIC WINDOW CONTROLS.................................................................................................. 43 DUAL STEPS................................................................................................................................... 44 CAB EXTERIOR HANDRAILS ......................................................................................................... 44 STEP LIGHTS.................................................................................................................................. 44 FENDER CROWNS......................................................................................................................... 44 FASTENERS.................................................................................................................................... 44 CAB ROOF DRIP RAIL.................................................................................................................... 45 WORK SURFACE............................................................................................................................ 45 CAB INTERIOR................................................................................................................................ 45 CAB INTERIOR UPHOLSTERY....................................................................................................... 46 CAB INTERIOR PAINT.................................................................................................................... 46 CAB FLOOR.................................................................................................................................... 46 CAB DEFROSTER........................................................................................................................... 46 AIR CONDITIONING........................................................................................................................ 47 Clearwater Fire & Rescue 100' Velocity Platform T48 5 of 147 INTERIOR CAB INSULATION ......................................................................................................... 47 SPECIAL DRAIN TUBES................................................................................................................. 47 SUN VISORS................................................................................................................................... 48 GRAB HANDLE ............................................................................................................................... 48 ENGINE COMPARTMENT LIGHT................................................................................................... 48 ACCESS TO ENGINE DIPSTICKS.................................................................................................. 48 FRONTAL IMPACT PROTECTION.................................................................................................. 48 SEATING CAPACITY....................................................................................................................... 49 DRIVER SEAT................................................................................................................................. 49 OFFICER SEAT............................................................................................................................... 49 REAR FACING LEFT SIDE CABINET.............................................................................................. 50 Cabinet Light ................................................................................................................................ 50 REAR FACING RIGHT SIDE CABINET........................................................................................... 51 Cabinet Light ................................................................................................................................ 51 FORWARD FACING DRIVER SIDE OUTBOARD SEAT.................................................................. 51 FORWARD FACING CENTER SEATS............................................................................................ 51 DOOR PAN SCUFFPLATE.............................................................................................................. 52 SEAT UPHOLSTERY....................................................................................................................... 52 AIR BOTTLE HOLDERS.................................................................................................................. 52 ACCESS DOORS ............................................................................................................................ 52 SEAT BELTS ................................................................................................................................... 52 SHOULDER HARNESS HEIGHT ADJUSTMENT............................................................................ 52 HELMET STORAGE PROVIDED BY FIRE DEPARTMENT............................................................. 53 CAB DOME LIGHTS........................................................................................................................ 53 OVERHEAD MAP LIGHTS............................................................................................................... 53 MAP LIGHT...................................................................................................................................... 53 PORTABLE HAND LIGHTS, PROVIDED BY FIRE DEPARTMENT................................................. 53 ADDITIONAL HAND HELD LIGHT................................................................................................... 54 CAB INSTRUMENTATION............................................................................................................... 54 GAUGES.......................................................................................................................................... 54 INDICATOR LAMPS ........................................................................................................................ 55 ALARMS.......................................................................................................................................... 57 INDICATOR LAMP AND ALARM PROVE-OUT............................................................................... 57 Clearwater Fire & Rescue 100' Velocity Platform T48 6 of 147 CONTROL SWITCHES.................................................................................................................... 57 CUSTOM SWITCH PANELS........................................................................................................... 58 DIAGNOSTIC PANEL...................................................................................................................... 58 CAB LCD DISPLAY.......................................................................................................................... 59 AIR RESTRICTION INDICATOR...................................................................................................... 59 "DO NOT MOVE APPARATUS" INDICATOR .................................................................................. 59 DO NOT MOVE TRUCK MESSAGES.............................................................................................. 59 SWITCH PANELS............................................................................................................................ 60 WIPER CONTROL........................................................................................................................... 61 HOURMETER - AERIAL DEVICE.................................................................................................... 61 AERIAL MASTER ............................................................................................................................ 61 AERIAL PTO SWITCH..................................................................................................................... 61 SPARE CIRCUIT ............................................................................................................................. 61 SPARE CIRCUIT ............................................................................................................................. 61 CAT 6 SPARE WIRE........................................................................................................................ 62 SPARE CIRCUIT ............................................................................................................................. 62 18 GAUGE SPARE WIRE................................................................................................................ 62 SPARE CIRCUIT ............................................................................................................................. 62 SPARE CIRCUIT ............................................................................................................................. 63 SPARE CIRCUIT ............................................................................................................................. 63 INFORMATION CENTER................................................................................................................. 63 GENERAL SCREEN DESIGN...................................................................................................... 64 HOME/TRANSIT SCREEN........................................................................................................... 64 ON SCENE SCREEN................................................................................................................... 64 VIRTUAL BUTTONS .................................................................................................................... 65 PAGE SCREEN............................................................................................................................ 65 VEHICLE DATA RECORDER.......................................................................................................... 67 Seat Belt Monitoring System......................................................................................................... 67 2-WAY RADIO REMOTE HEAD CABLE.......................................................................................... 68 GPS / MULTIMODE ANTENNA INSTALLATION............................................................................. 68 RADIO ANTENNA MOUNT.............................................................................................................. 68 RADIO ANTENNA MOUNT.............................................................................................................. 68 VEHICLE CAMERA SYSTEM.......................................................................................................... 68 Clearwater Fire & Rescue 100' Velocity Platform T48 7 of 147 RECESS REAR CAMERA ............................................................................................................... 69 ELECTRICAL POWER CONTROL SYSTEM................................................................................... 69 SOLID-STATE CONTROL SYSTEM................................................................................................ 69 CIRCUIT PROTECTION AND CONTROL DIAGRAM...................................................................... 70 ON-BOARD ADVANCED/VISUAL ELECTRICAL SYSTEM DIAGNOSTICS.................................... 70 TECH MODULE WITH WIFI............................................................................................................. 70 PROGNOSTICS............................................................................................................................... 71 ADVANCED DIAGNOSTICS ........................................................................................................ 71 INDICATOR LIGHT AND ALARM PROVE-OUT SYSTEM............................................................... 71 VOLTAGE MONITOR SYSTEM....................................................................................................... 71 DEDICATED RADIO EQUIPMENT CONNECTION POINTS ........................................................... 72 ENHANCED SOFTWARE................................................................................................................ 72 EMI/RFI PROTECTION.................................................................................................................... 72 ELECTRICAL................................................................................................................................... 72 BATTERY SYSTEM......................................................................................................................... 73 BATTERY SYSTEM......................................................................................................................... 74 MASTER BATTERY SWITCH.......................................................................................................... 74 BATTERY COMPARTMENTS ......................................................................................................... 74 JUMPER STUDS ............................................................................................................................. 74 BATTERY CHARGER...................................................................................................................... 74 AUTO EJECT FOR SHORELINE..................................................................................................... 74 SUB FEED CIRCUIT BREAKER BOX (shoreline)............................................................................ 75 SWITCH, AUTO TRANSFER........................................................................................................... 75 ELECTRIC POWER FOR WINCH.................................................................................................... 75 ALTERNATOR................................................................................................................................. 75 LOAD MANAGER ROCKER SWITCH............................................................................................. 76 LIGHT, PROGRAMMING................................................................................................................. 76 ELECTRONIC LOAD MANAGER..................................................................................................... 76 SEQUENCER .................................................................................................................................. 76 HEADLIGHTS.................................................................................................................................. 77 DIRECTIONAL LIGHTS................................................................................................................... 77 INTERMEDIATE LIGHT................................................................................................................... 77 CAB CLEARANCE/MARKER/ID LIGHTS......................................................................................... 77 Clearwater Fire & Rescue 100' Velocity Platform T48 8 of 147 PLATFORM CLEARANCE/MARKER/ID LIGHTS............................................................................. 78 REAR CLEARANCE/MARKER/ID LIGHTING.................................................................................. 78 MARKER LIGHTS............................................................................................................................ 79 REAR FMVSS LIGHTING................................................................................................................ 79 LICENSE PLATE BRACKET............................................................................................................ 79 BACK-UP ALARM............................................................................................................................ 79 CAB PERIMETER SCENE LIGHTS................................................................................................. 79 BODY PERIMETER SCENE LIGHTS .............................................................................................. 79 ADDITIONAL PERIMETER LIGHTS................................................................................................ 80 ADDITIONAL PERIMETER LIGHTS................................................................................................ 80 STEP LIGHTS.................................................................................................................................. 80 12 VOLT DC SCENE LIGHTS.......................................................................................................... 80 12 VOLT DC SCENE LIGHTS.......................................................................................................... 80 12 VOLT LIGHTING......................................................................................................................... 81 12 VOLT LIGHTING......................................................................................................................... 81 12 VOLT LIGHTING......................................................................................................................... 81 WALKING SURFACE LIGHT........................................................................................................... 81 CARGO AREA................................................................................................................................. 82 TURNTABLE STEPS....................................................................................................................... 82 STEP LIGHTS.................................................................................................................................. 82 SMOOTH ALUMINUM REAR WALL................................................................................................ 82 TOW EYES...................................................................................................................................... 82 COMPARTMENTATION.................................................................................................................. 82 AGGRESSIVE WALKING SURFACE .............................................................................................. 83 LOUVERS........................................................................................................................................ 83 COMPARTMENT IN PLACE OF PUMP........................................................................................... 83 LEFT SIDE COMPARTMENTATION ............................................................................................... 84 RIGHT SIDE COMPARTMENTATION............................................................................................. 84 ROLLUP DOOR, SIDE COMPARTMENTS...................................................................................... 84 REAR BUMPER............................................................................................................................... 85 DOOR GUARD ................................................................................................................................ 85 COMPARTMENT LIGHTING ........................................................................................................... 85 COMPARTMENT LIGHTING, ADDITIONAL.................................................................................... 85 Clearwater Fire & Rescue 100' Velocity Platform T48 9 of 147 COMPARTMENT LIGHTING, ADDITIONAL.................................................................................... 86 MOUNTING TRACKS...................................................................................................................... 86 FIXED SHELVES............................................................................................................................. 86 FIXED SHELVES............................................................................................................................. 86 ADJUSTABLE SHELVES................................................................................................................. 86 SLIDE-OUT ADJUSTABLE HEIGHT TRAY ..................................................................................... 86 SLIDE-OUT/TILT-DOWN TRAY....................................................................................................... 87 SLIDE-OUT/TILT-DOWN TRAY....................................................................................................... 87 SLIDE-OUT FLOOR MOUNTED TRAY............................................................................................ 88 TOOL BOARD.................................................................................................................................. 88 DRAWER ASSEMBLY..................................................................................................................... 88 TOOL BOX....................................................................................................................................... 89 TRANSVERSE COMPARTMENT OVER TORQUE BOX................................................................. 89 COMPARTMENT FLOOR SCUFFPLATE........................................................................................ 89 PARTITION IN TRANSVERSE COMPARTMENT............................................................................ 89 VERTICAL COMPARTMENT PARTITION....................................................................................... 89 VERTICAL COMPARTMENT PARTITION....................................................................................... 89 POLY BOX STORAGE..................................................................................................................... 90 RUB RAIL ........................................................................................................................................ 90 BODY FENDER CROWNS.............................................................................................................. 90 FOUR AIR BOTTLE STORAGE COMPARTMENT .......................................................................... 90 AIR BOTTLE COMPARTMENT STRAP........................................................................................... 90 EXTENSION LADDER..................................................................................................................... 90 AERIAL EXTENSION LADDERS..................................................................................................... 90 ROOF LADDER............................................................................................................................... 91 ADDED ROOF LADDER.................................................................................................................. 91 ADDED ROOF LADDER.................................................................................................................. 91 AERIAL ATTIC EXTENSION LADDER ............................................................................................ 91 AERIAL FOLDING LADDER............................................................................................................ 91 GROUND LADDER STORAGE ....................................................................................................... 91 LADDER STORAGE LIGHTING....................................................................................................... 91 12' PIKE POLE PROVIDED BY FIRE DEPARTMENT ..................................................................... 91 PIKE POLE PROVIDED BY FIRE DEPARTMENT........................................................................... 92 Clearwater Fire & Rescue 100' Velocity Platform T48 10 of 147 6' PIKE POLE PROVIDED BY FIRE DEPARTMENT ....................................................................... 92 PIKE POLE PROVIDED BY FIRE DEPARTMENT........................................................................... 92 PIKE POLE STORAGE IN TORQUE BOX/LADDER STORAGE...................................................... 92 PIKE POLE STORAGE.................................................................................................................... 92 REDUCER ....................................................................................................................................... 93 AIR HORN SYSTEM........................................................................................................................ 93 Air Horn Location.......................................................................................................................... 93 AIR HORN CONTROL..................................................................................................................... 93 ELECTRONIC SIREN...................................................................................................................... 93 SPEAKER........................................................................................................................................ 93 AUXILIARY MECHANICAL SIREN .................................................................................................. 93 FRONT ZONE UPPER WARNING LIGHTS..................................................................................... 94 FRONT ZONE UPPER LIGHTING, PLATFORM.............................................................................. 94 TRAFFIC LIGHT CONTROLLER ..................................................................................................... 94 SIDE WARNING LIGHTS................................................................................................................. 95 CAB FACE WARNING LIGHTS ....................................................................................................... 95 FRONT WARNING LIGHT............................................................................................................... 96 FRONT WARNING FLASH PATTERN ADJUSTMENT.................................................................... 96 HEADLIGHT FLASHER................................................................................................................... 96 SIDE ZONE LOWER LIGHTING...................................................................................................... 96 INTERIOR CAB DOOR WARNING LIGHTS .................................................................................... 96 INTERIOR CAB DOOR WARNING LIGHTS .................................................................................... 97 SIDE WARNING LIGHTS................................................................................................................. 97 SIDE WARNING LIGHTS................................................................................................................. 97 REAR ZONE LOWER LIGHTING..................................................................................................... 98 REAR/SIDE ZONE UPPER WARNING LIGHTS.............................................................................. 98 ELECTRICAL SYSTEM GENERAL DESIGN for ALTERNATING CURRENT.................................. 98 General......................................................................................................................................... 98 Grounding..................................................................................................................................... 98 Operation...................................................................................................................................... 99 Overcurrent protection.................................................................................................................. 99 Wiring Identification .................................................................................................................... 100 Wet Locations............................................................................................................................. 100 Clearwater Fire & Rescue 100' Velocity Platform T48 11 of 147 Dry Locations.............................................................................................................................. 100 Listing......................................................................................................................................... 100 Electrical System Testing............................................................................................................ 100 Operational Test per Current NFPA 1901 Standard.................................................................... 101 GENERATOR ................................................................................................................................ 101 GENERATOR LOCATION ............................................................................................................. 103 GENERATOR START.................................................................................................................... 103 CIRCUIT BREAKER PANEL.......................................................................................................... 103 120 VOLT LIGHTING..................................................................................................................... 103 120 VOLT LIGHTING..................................................................................................................... 103 ELECTRIC CORD REEL................................................................................................................ 103 CORD ............................................................................................................................................ 104 PORTABLE JUNCTION BOX......................................................................................................... 104 CORD REEL COVER..................................................................................................................... 104 JUNCTION BOX HOLDER............................................................................................................. 104 POWER OUTLET STRIP............................................................................................................... 104 240 VOLT RECEPTACLE.............................................................................................................. 105 HIGH PRESSURE HYDRAULIC HOSE......................................................................................... 105 4'-12' HIGH PRESSURE HYDRAULIC CONNECTION HOSE....................................................... 106 HYDRAULIC REEL WITH CAPACITY FOR 100' OF HOSE........................................................... 107 POWER UNIT SWITCH................................................................................................................. 107 SLIDE-OUT BRACKET FOR ROLLER GUIDES............................................................................ 107 THREE SECTION 100' AERIAL PLATFORM................................................................................. 108 GENERAL INFORMATION............................................................................................................ 108 OPERATION ON GRADES............................................................................................................ 108 CONSTRUCTION STANDARDS.................................................................................................... 108 LADDER CONSTRUCTION........................................................................................................... 109 VERTICAL HEIGHT....................................................................................................................... 110 HORIZONTAL REACH................................................................................................................... 110 MOUNTING OF ELEVATING PLATFORM..................................................................................... 110 TORQUE BOX............................................................................................................................... 110 TURNTABLE.................................................................................................................................. 110 ELEVATION SYSTEM ................................................................................................................... 110 Clearwater Fire & Rescue 100' Velocity Platform T48 12 of 147 EXTENSION/RETRACTION SYSTEM........................................................................................... 111 ROTATION SYSTEM..................................................................................................................... 111 MANUAL OVERRIDE CONTROLS................................................................................................ 111 LADDER SLIDE MECHANISM....................................................................................................... 112 BASKET LEVELING SYSTEM....................................................................................................... 112 ROTATION INTERLOCK ............................................................................................................... 112 LOAD CAPACITIES....................................................................................................................... 112 35 MPH WIND CONDITIONS/DRY................................................................................................ 112 WATER TOWER OPERATION...................................................................................................... 113 35 MPH WIND CONDITIONS/WATER CHARGED........................................................................ 113 ELEVATION -5 TO +75 DEGREES................................................................................................ 113 LADDER CRADLE INTERLOCK SYSTEM .................................................................................... 113 BOOM SUPPORT.......................................................................................................................... 113 AERIAL BOOM SUPPORT LIGHT................................................................................................. 113 EXTENSION INDICATOR.............................................................................................................. 113 AERIAL DEVICE RUNG COVERS................................................................................................. 114 STOKES AND MISCELLANEOUS STORAGE BOX ...................................................................... 114 ROPE EYELET.............................................................................................................................. 114 STOKES AND LYFE BRACKET STORAGE BOX.......................................................................... 114 LADDER AND PIKE POLE STORAGE MOUNTING BRACKETS.................................................. 115 BASKET STRUCTURE.................................................................................................................. 115 BASKET SIDES............................................................................................................................. 115 BASKET ENTRANCES/EXITS....................................................................................................... 115 ACCESSORY MOUNTING RECEPTACLES.................................................................................. 116 HOSE BOX AT PLATFORM........................................................................................................... 116 ZIAMATIC QUIC-BAR/AXE MOUNTING BRACKETS.................................................................... 116 BASKET CORNER SCUFFPLATES.............................................................................................. 116 MULTIPLEX DISPLAY COVER...................................................................................................... 116 TOP EDGE OF BASKET SCUFFPLATE........................................................................................ 116 LIGHTS FOR TURNTABLE WALKWAY......................................................................................... 116 ROTATION BEARING COVER...................................................................................................... 117 BASKET HEAT SHIELDS .............................................................................................................. 117 INFORMATION CENTER............................................................................................................... 117 Clearwater Fire & Rescue 100' Velocity Platform T48 13 of 147 OPERATION.................................................................................................................................. 117 GENERAL SCREEN DESIGN........................................................................................................ 117 PAGE SCREENS........................................................................................................................... 118 MENU SCREENS .......................................................................................................................... 119 LOWER CONTROL STATION....................................................................................................... 120 AERIAL DEVICE CONTROL STATIONS....................................................................................... 120 TURNTABLE CONTROL STATION............................................................................................... 121 BASKET CONTROL CONSOLE .................................................................................................... 121 AERIAL FUNCTION CONTROLS .................................................................................................. 121 HIGH IDLE..................................................................................................................................... 121 STABILIZERS................................................................................................................................ 121 STABILIZER CONTROLS.............................................................................................................. 122 STABILIZER PADS........................................................................................................................ 123 AUXILIARY STABILIZER PADS..................................................................................................... 123 CRADLE INTERLOCK SYSTEM.................................................................................................... 123 STABILIZER PINS......................................................................................................................... 123 STABILIZER CONTROL BOX ALUMINUM DOOR......................................................................... 123 STABILIZER PLACEMENT............................................................................................................ 123 HYDRAULIC SYSTEM................................................................................................................... 124 HYDRAULIC RESERVOIR............................................................................................................. 124 HYDRAULIC FILTERS................................................................................................................... 124 HYDRAULIC CYLINDERS............................................................................................................. 125 POWER TAKEOFF / HYDRAULIC PUMP...................................................................................... 125 EMERGENCY PUMP..................................................................................................................... 125 HYDRAULIC SWIVEL.................................................................................................................... 125 ELECTRIC SWIVEL....................................................................................................................... 125 WATER SWIVEL............................................................................................................................ 126 12-BIT ABSOLUTE ENCODER...................................................................................................... 126 ELECTRICAL SYSTEM ................................................................................................................. 126 AERIAL LIGHTS ............................................................................................................................ 128 LIGHTING ON AERIAL LADDER................................................................................................... 128 STABILIZER WARNING LIGHTS................................................................................................... 128 STABILIZER BEAM WARNING LIGHTS........................................................................................ 129 Clearwater Fire & Rescue 100' Velocity Platform T48 14 of 147 STABILIZER SCENE LIGHTS........................................................................................................ 129 PLATFORM 120-VOLT ELECTRIC SYSTEM ................................................................................ 129 UNDER PLATFORM 120 VOLT LIGHTING................................................................................... 129 120 VOLT PLATFORM FLOODLIGHTS......................................................................................... 129 COMMUNICATION SYSTEM......................................................................................................... 130 RAISED AERIAL PEDESTAL......................................................................................................... 130 LyfeCombo™BRACKETS.............................................................................................................. 130 HITCH, WINCH MOUNT................................................................................................................ 130 AERIAL TURNTABLE CHAIN ........................................................................................................ 130 AERIAL WATERWAY .................................................................................................................... 131 WATERWAY SEALS...................................................................................................................... 131 PLATFORM WATER SYSTEM...................................................................................................... 131 AERIAL MONITOR......................................................................................................................... 131 WATERWAY FLOWMETER .......................................................................................................... 132 REAR INLET.................................................................................................................................. 132 VALVE UNDER MONITOR............................................................................................................ 132 MANUALS...................................................................................................................................... 132 INITIAL INSTRUCTION.................................................................................................................. 132 LOOSE EQUIPMENT..................................................................................................................... 132 NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT........................... 132 DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT..................................... 134 WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT................................................... 134 AERIAL LADDER BELTS............................................................................................................... 134 FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT................................................................. 134 PICKHEAD AXES PROVIDED BY FIRE DEPARTMENT............................................................... 134 PAINT ............................................................................................................................................ 135 PAINT - ENVIRONMENTAL IMPACT......................................................................................... 136 PAINT CHASSIS FRAME ASSEMBLY........................................................................................... 136 PAINT, REAR WHEELS................................................................................................................. 137 COMPARTMENT INTERIOR PAINT.............................................................................................. 137 AERIAL DEVICE PAINT COLOR................................................................................................... 137 REFLECTIVE STRIPES................................................................................................................. 138 REAR CHEVRON STRIPING......................................................................................................... 138 Clearwater Fire & Rescue 100' Velocity Platform T48 15 of 147 REFLECTIVE STRIPE ON STABILIZERS ..................................................................................... 139 JOG(S) IN REFLECTIVE BAND..................................................................................................... 139 SIGN GOLD STRIPE ..................................................................................................................... 139 REFLECTIVE STRIPE OUTLINE................................................................................................... 139 REFLECTIVE STRIPE INSIDE COMPARTMENT DOOR .............................................................. 139 CAB DOOR REFLECTIVE STRIPE ............................................................................................... 139 SIGN GOLD STRIPE ..................................................................................................................... 139 BODY STRIPE............................................................................................................................... 139 CAB STRIPE.................................................................................................................................. 139 CAB STRIPE.................................................................................................................................. 139 CAB STRIPE.................................................................................................................................. 139 BOOM SIGN STRIPING................................................................................................................. 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 LETTERING................................................................................................................................... 140 EMBLEM - RIBBON STYLE........................................................................................................... 140 CORNER SCROLL ........................................................................................................................ 141 EMBLEM........................................................................................................................................ 141 AMERICA'S BRAVEST EMBLEM .................................................................................................. 141 EMBLEM........................................................................................................................................ 141 ARTWORK ON CUSTOM USB DRIVE.......................................................................................... 141 EMBLEM........................................................................................................................................ 141 EMBLEM........................................................................................................................................ 141 EMBLEM........................................................................................................................................ 141 Clearwater Fire & Rescue 100' Velocity Platform T48 16 of 147 LETTERING/NUMERALS ON CAB GRILLE.................................................................................. 141 FIRE APPARATUS PARTS MANUAL............................................................................................ 141 SERVICE PARTS INTERNET SITE............................................................................................ 142 CHASSIS SERVICE MANUALS..................................................................................................... 142 CHASSIS OPERATION MANUAL.................................................................................................. 142 ONE (1) YEAR MATERIAL AND WORKMANSHIP........................................................................ 143 THREE (3) YEAR MATERIAL AND WORKMANSHIP.................................................................... 143 ENGINE WARRANTY.................................................................................................................... 143 STEERING GEAR WARRANTY..................................................................................................... 143 FIFTY (50) YEAR STRUCTURAL INTEGRITY............................................................................... 143 FRONT AXLE THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY ....................... 143 REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY.............................. 143 ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY.......... 143 TEN (10) YEAR STRUCTURAL INTEGRITY ................................................................................. 143 TEN (10) YEAR PRO-RATED PAINT AND CORROSION.............................................................. 143 FIVE (5) YEAR MATERIAL AND WORKMANSHIP........................................................................ 143 CAMERA SYSTEM WARRANTY................................................................................................... 143 COMPARTMENT LIGHT WARRANTY........................................................................................... 143 TRANSMISSION WARRANTY....................................................................................................... 144 TRANSMISSION COOLER WARRANTY....................................................................................... 144 TEN (10) YEAR STRUCTURAL INTEGRITY ................................................................................. 144 ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY................................................ 144 TWENTY (20) YEAR AERIAL DEVICE STRUCTURAL INTEGRITY WARRANTY......................... 144 AERIAL SWIVEL WARRANTY....................................................................................................... 144 HYDRAULIC SYSTEM COMPONENTS WARRANTY ................................................................... 144 HYDRAULIC SEAL WARRANTY................................................................................................... 144 AERIAL WATERWAY WARRANTY ............................................................................................... 144 FOUR (4) YEAR PRO-RATED PAINT AND CORROSION............................................................. 144 FIVE (5) YEAR MATERIAL AND WORKMANSHIP........................................................................ 145 SIX (6) YEAR GENERATOR MATERIAL AND WORKMANSHIP WARRANTY.............................. 145 TEN (10) YEAR PRO-RATED PAINT AND CORROSION.............................................................. 145 ONE (1) YEAR MATERIAL AND WORKMANSHIP........................................................................ 145 VEHICLE STABILITY CERTIFICATION......................................................................................... 145 Clearwater Fire & Rescue 100' Velocity Platform T48 17 of 147 ENGINE INSTALLATION CERTIFICATION................................................................................... 145 POWER STEERING CERTIFICATION .......................................................................................... 145 CAB INTEGRITY CERTIFICATION................................................................................................ 145 Roof Crush ................................................................................................................................. 145 Additional Roof Crush................................................................................................................. 145 Side Impact................................................................................................................................. 146 Frontal Impact............................................................................................................................. 146 Additional Frontal Impact............................................................................................................ 146 CAB DOOR DURABILITY CERTIFICATION.................................................................................. 146 WINDSHIELD WIPER DURABILITY CERTIFICATION.................................................................. 146 ELECTRIC WINDOW DURABILITY CERTIFICATION................................................................... 146 SEAT BELT ANCHOR STRENGTH............................................................................................... 146 SEAT MOUNTING STRENGTH..................................................................................................... 146 CAB DEFROSTER CERTIFICATION............................................................................................. 147 AMP DRAW REPORT.................................................................................................................... 147 Clearwater Fire & Rescue 100' Velocity Platform T48 18 of 147 Ten-8 Fire Equipment is pleased to submit a proposal to Clearwater Fire Rescue for a Pierce® 100' Aerial Platform per your request for quotation. The following paragraphs will describe in detail the apparatus, construction methods, and equipment proposed. This proposal will indicate size, type, model and make of components parts and equipment, providing proof of compliance with each and every item (except where noted) in the departments advertised specifications. PIERCE MANUFACTURING was founded in 1913. Since then we have been building bodies with one philosophy, "BUILD THE FINEST". Our skilled craftsmen take pride in their work, which is reflected, in the final product. We have been building fire apparatus since the early "forties" giving Pierce Manufacturing over 75 years of experience in the fire apparatus market. Pierce Manufacturing has built and put into service more than 62,500 apparatus, including more than 33,900 on Pierce custom chassis designed and built specifically for fire and emergency applications. Our Appleton, Wisconsin facility has over 870,000 total square feet of floor space situated on approximately 105 acres of land. Our Bradenton, Florida facility has 300,000 square feet of floor space situated on approximately 38 acres of land. Our beliefs in high ethical standards are carried through in all of our commitments and to everyone with whom we do business. Honesty, Integrity, Accountability and Citizenship are global tenets by which we all live and work. Consequently, we neither engage in, nor have we ever been convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. Pierce has only one brand of fire apparatus "Pierce", ensuring you are receiving top of the line product that meets your specification. In accordance with the current edition of NFPA 1901 standards, this proposal will specify whether the fire department, manufacturer, or apparatus dealership will provide required loose equipment. Images and illustrative material in this proposal are as accurate as known at the time of publication, but are subject to change without notice. Images and illustrative material is for reference only, and may include optional equipment and accessories and may not include all standard equipment. GENERAL DESIGN AND CONSTRUCTION To control quality, ensure compatibility, and provide a single source for service and warranty, the custom cab, chassis, pump module and body will be entirely designed, assembled/welded and painted in Pierce owned manufacturing facilities. This includes, but not limited to the cab weldment, the pumphouse module assembly, the chassis assembly, the body and the electrical system. QUALITY AND WORKMANSHIP Pierce has set the pace for quality and workmanship in the fire apparatus field. Our tradition of building the highest quality units with craftsmen second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by: Ensuring all steel welding follows American Welding Society D1.1-2004 recommendations for structural steel welding. All aluminum welding follows American Welding society and ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding follows American welding Society B2.1-2000 requirements for structural welding of sheet metal. Our flux core arc welding uses alloy rods, type 7000 and is performed to American Welding Society standards A5.20-E70T1. Furthermore, all employees classified as welders are tested Clearwater Fire & Rescue 100' Velocity Platform T48 19 of 147 and certified to meet the American welding Society codes upon hire and every three (3) years thereafter. Pierce also employs and American Welding Society certified welding inspector in plant during working hours to monitor weld quality. Pierce Manufacturing operates a Quality Management System under the requirements of ISO 9001. These standards sponsored by the International Organization for Standardization (ISO) specify the quality systems that are established by the manufacturer for design, manufacture, installation and service. A copy of the certificate of compliance is included with this proposal. In addition to the Quality Management system, we also employ a Quality Achievement Supplier program to insure the vendors and suppliers that we utilize meet the high standards we demand. That is just part of our overall "Quality at the Source" program at Pierce. To demonstrate the quality of our products and services, a list of at least five (5) fire departments/municipalities that have purchased vehicles for a second time is provided. DELIVERY The apparatus will be delivered under its own power to insure proper break-in of all components while the apparatus is still under warranty. A qualified delivery representative shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in proper operation, care and maintenance of the equipment delivered. MANUAL AND SERVICE INFORMATION At time of delivery, complete operation and maintenance manuals covering the apparatus will be provided. A permanent plate will be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil, engine coolant, transmission, pump transmission lubrication, pump primer and drive axle. SAFETY VIDEO At the time of delivery Pierce will also provide one (1) 39-minute, professionally produced apparatus safety video, in DVD format. This video will address key safety considerations for personnel to follow when they are driving, operating, and maintaining the apparatus, including the following: vehicle pre- trip inspection, chassis operation, pump operation, aerial operation, and safety during maintenance. PERFORMANCE TESTS A road test will be conducted with the apparatus fully loaded and a continuous run of no less than ten (10) miles. During that time the apparatus will show no loss of power nor will it overheat. The transmission drive shaft or shafts and the axles will run quietly and be free of abnormal vibration or noise. The apparatus when fully loaded will not have less than 25 percent nor more than 50 percent on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. The apparatus will meet NFPA 1901 acceleration and braking requirements. SERVICE AND WARRANTY SUPPORT Pierce dealership support will be provided by Ten-8 Bradenton by operating a Pierce authorized service center. The service center will have factory-trained mechanics on staff versed in Pierce fire apparatus. The service facility will be located within fifty (50) miles of the fire department. Clearwater Fire & Rescue 100' Velocity Platform T48 20 of 147 In addition to the dealership, Pierce has service facilities located in both, Weyauwega, Wisconsin and Bradenton, Florida. Pierce also maintains a dedicated parts facility of over 100,000 square feet in Appleton, Wisconsin. The parts facility stocks in excess of $5,000,000 in parts dedicated to service and replacement parts. The parts facility employs a staff dedicated solely for the distribution and shipment of service and replacement parts. Service parts for the apparatus being proposed can be found via Pierceparts.com which, is an interactive online tool that delivers information regarding your specific apparatus as well as the opportunity to register for training classes. As a Pierce customer you have the ability to view the complete bill of materials for your specific apparatus, including assembly drawings, piece part drawings, and beneficial parts notations. You will also have the ability to search the complete Pierce item master through a parts search function which offers all Pierce SKU's and descriptions offered on all Pierce apparatus. Published component catalogs, which include proprietary systems along with an extensive operators manual library is available for easy reference. Pierce Manufacturing maintains a dedicated service and warranty staff of over 35 personnel, dedicated to customer support, which also maintains a 24 hour 7 day a week toll free hot line, four (4) on staff EVTs, and offers hands-on repair and maintenance training classes multiple times a year. LIABILITY The successful bidder will defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract. INSURANCE PROVIDED BY BIDDER COMMERCIAL GENERAL LIABILITY INSURANCE The successful bidder will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of commercial general liability insurance: Each Occurrence$1,000,000 Products/Completed Operations Aggregate$1,000,000 Personal and Advertising Injury$1,000,000 General Aggregate$2,000,000 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form and will include Contractual Liability coverage for bodily injury and property damage subject to the terms and conditions of the policy. The policy will include Owner as an additional insured when required by written contract. Clearwater Fire & Rescue 100' Velocity Platform T48 21 of 147 COMMERCIAL AUTOMOBILE LIABILITY INSURANCE The successful bidder will, during the performance of the contract, keep in force at least the following minimum limits of commercial automobile liability insurance and coverage will be written on a Commercial Automobile liability form: Each Accident Combined Single Limit:$1,000,000 UMBRELLA/EXCESS LIABILITY INSURANCE The successful bidder will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate:$3,000,000 Each Occurrence:$3,000,000 The umbrella policy will be written on an occurrence basis and at a minimum provide excess to the bidder's General Liability and Automobile Liability policies. The required limits can be provided by one (1) or more policies provided all other insurance requirements are met. Coverage will be provided by a carrier(s) rated A- or better by A.M. Best. All policies will provide a 30-day notice of cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any of the above described polices be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. Bidder agrees to furnish owner with a current Certificate of Insurance with the coverages listed above along with the bid. The certificate will show the purchaser as certificate holder. INSURANCE PROVIDED BY MANUFACTURER PRODUCT LIABILITY INSURANCE The manufacturer will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of Product Liability insurance: Each Occurrence$1,000,000 Products/Completed Operations Aggregate$1,000,000 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form. The manufacturer's policy will include the owner as additional insured when required by written contract between the Owner and a Pierce authorized dealer. Clearwater Fire & Rescue 100' Velocity Platform T48 22 of 147 UMBRELLA/EXCESS LIABILITY INSURANCE The manufacturer will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Each Occurrence:$25,000,000 Aggregate:$25,000,000 The umbrella policy will be written on an occurrence basis and provide excess to the manufacturer's General Liability/Products policies. The required limits can be provided by one (1) or more policies provided all other insurance requirements are met. Coverage will be provided by a carrier(s) rated A- or better by A.M. Best. All policies will provide a 30-day notice of cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any of the above described polices be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. Manufacturer agrees to furnish owner with a current Certificate of Insurance with the coverages listed above along with the bid. The certificate will show the purchaser as the certificate holder. SINGLE SOURCE MANUFACTURER Pierce Manufacturing, Inc. provides an integrated approach to the design and manufacture of our products that delivers superior apparatus and a dedicated support team. From our facilities, the chassis, cab weldment, cab, pump house (including the sheet metal enclosure, valve controls, piping and operators panel) body and aerial device will be entirely designed, tested, and hand assembled to the customer's exact specifications. The electrical system either hardwired or multiplexed, will be both designed and integrated by Pierce Manufacturing. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) will be provided by Pierce as a single source manufacturer. Pierce's single source solution adds value by providing a fully engineered product that offers durability, reliability, maintainability, performance, and a high level of quality. Your apparatus will be manufactured in Appleton, Wisconsin. NFPA 2016 STANDARDS This unit will comply with the NFPA standards effective January 1, 2016, except for fire department directed exceptions. These exceptions will be set forth in the Statement of Exceptions. Certification of slip resistance of all stepping, standing and walking surfaces will be supplied with delivery of the apparatus. All horizontal surfaces designated as a standing or walking surface that are greater than 48.00" above the ground must be defined by a 1.00" wide line along its outside perimeter. Perimeter markings and Clearwater Fire & Rescue 100' Velocity Platform T48 23 of 147 designated access paths to destination points will be identified on the customer approval print and are shown as approximate. Actual location(s) will be determined based on materials used and actual conditions at final build. Access paths may pass through hose storage areas and opening or removal of covers or restraints may be required.Access paths may require the operation of devices and equipment such as the aerial device or ladder rack. A plate that is highly visible to the driver while seated will be provided. This plate will show the overall height, length, and gross vehicle weight rating. The manufacturer will have programs in place for training, proficiency testing and performance for any staff involved with certifications. An official of the company will designate, in writing, who is qualified to witness and certify test results. NFPA COMPLIANCY Apparatus proposed by the bidder will meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in current edition at time of contract execution. Fire department's specifications that differ from NFPA specifications will be indicated in the proposal as "non-NFPA". VEHICLE INSPECTION PROGRAM CERTIFICATION To assure the vehicle is built to current NFPA standards, the apparatus, in its entirety, will be third- party, audit-certified through Underwriters Laboratory (UL) that it is built and complies to all applicable standards in the current edition of NFPA 1901. The certification will include: all design, production, operational, and performance testing of not only the apparatus, but those components that are installed on the apparatus. A placard will be affixed in the driver's side area stating the third party agency, the date, the standard and the certificate number of the whole vehicle audit. INSPECTION CERTIFICATE A third party inspection certificate for the aerial device will be furnished upon delivery of the aerial device. The certificate will be Underwriters Laboratories Inc. Type 1 and will indicate that the aerial device has been inspected on the production line and after final assembly. Visual structural inspections will be performed on all welds on both aluminum and steel ladders. On critical weld areas, or on any suspected defective area, the following tests will be conducted: - Magnetic particle inspection will be conducted on steel aerials to assure the integrity of the weldments and to detect any flaws or weaknesses. Magnets will be placed on each side of the weld while iron powder is placed on the weld itself. The powder will detect any crack that may exist. This test will conform to ASTM E709 and be performed prior to assembly of the aerial device. - A liquid penetrant test will be conducted on aluminum aerials to assure the integrity of the weldments and to detect any flaws or weaknesses. This test will conform to ASTM E165 and be performed prior to assembly of the aerial device. Clearwater Fire & Rescue 100' Velocity Platform T48 24 of 147 - Ultrasonic inspection will conducted on all aerials to detect any flaws in pins, bolts and other critical mounting components. In addition to the tests above, functional tests, load tests, and stability tests will be performed on all aerials. These tests will determine any unusual deflection, noise, vibration, or instability characteristics of the unit. GENERATOR TEST If the unit has a generator, the generator will be tested, approved, and certified by Underwriters Laboratories at the manufacturer's expense. The test results will be provided to the Fire Department at the time of delivery. BREATHING AIR TEST If the unit has breathing air, Pierce Manufacturing will draw an air sample from the air system and certify that the air quality meets the requirements of NFPA 1989, Standard on Breathing Air Quality for Fire and Emergency Services Respiratory Protection. AFTERMARKET SUPPORT WEBSITE Pierceparts.com will provide Pierce authorized dealer access to comprehensive information pertaining to the maintenance and service of their customer's apparatus. This tool will provide the Pierce authorized dealer the ability to service and support their customers to the best of their ability with factory support at their fingertips. Pierceparts.com is also accessible to the end user through the guest login. Limited access is available and vehicle specific parts information accessible by entering a specific VIN number. All end users should see their local authorized Pierce dealer for additional support and service. The website will consist of the following screens at the dealer level: My Fleet Screen The My Fleet screen will provide access to truck detail information on the major components of the vehicle, warranty information, available vehicle photographs, vehicle drawings, sales options, applicable vehicle software downloads, etc. Parts Screens The Parts screens will provide parts look-up capability of Pierce Manufacturing sourced items, with the aid of digital photographs, part drawings and assembly drawings. The parts search application will permit the searching of parts by item description or function group (major system category). The parts application will provide the ability to submit electronically a parts order, parts quote, or parts return request directly to Pierce Manufacturing for processing. Warranty Screen The Warranty screens will provide dealers the ability to submit electronically warranty claims directly to Pierce Manufacturing for reimbursement. Clearwater Fire & Rescue 100' Velocity Platform T48 25 of 147 My Reports Screens The My Reports screens will provide access to multiple dealer reports to allow the dealership to maintain communication with the customer on the status of orders, claims, and phone contacts. Technical Support Screens The Technical Support screens will provide access to all currently published Operation and Maintenance and Service Publications. Access to Pierce Manufacturing Service Bulletins and Work Instructions, containing information on current service topics and recommendations will be provided. Training The Training screens will provide access to upcoming training classes offered by Pierce Manufacturing along with interactive electronic learning modules (Operators Guides) covering the operation of major vehicle components will be provided. Access to training manuals used in Pierce Manufacturing training classes will be provided. About Pierce Access to customer service articles, corporate news, quarterly newsletters, and key contacts within the Customer Service Department will be provided. The current Customer Service Policy and Procedure Manual, detailing the operation of the Customer Service group will also be accessible. BID BOND NOT REQUESTED A bid bond will not be included. If requested, the following will apply: All bidders will provide a bid bond as security for the bid in the form of a 5% bid bond to accompany their bid. This bid bond will be issued by a Surety Company who is listed on the U.S. Treasury Departments list of acceptable sureties as published in Department Circular 570. The bid bond will be issued by an authorized representative of the Surety Company and will be accompanied by a certified power of attorney dated on or before the date of bid. The bid bond will include language, which assures that the bidder/principal will give a bond or bonds as may be specified in the bidding or contract documents, with good and sufficient surety for the faithful performance of the contract, including the Basic One (1) Year Limited Warranty, and for the prompt payment of labor and material furnished in the prosecution of the contract. Notwithstanding any document or assertion to the contrary, any surety bond related to the sale of a vehicle will apply only to the Basic One (1) Year Limited Warranty for such vehicle. Any surety bond related to the sale of a vehicle will not apply to any other warranties that are included within this bid (OEM or otherwise) or to the warranties (if any) of any third party of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. In the event of any contradiction or inconsistency between this provision and any other document or assertion, this provision will prevail. PERFORMANCE BOND Notwithstanding any document or assertion to the contrary, any surety bond related to the sale of a vehicle will apply only to the Basic One (1) Year Limited Warranty for such vehicle. Any surety bond related to the sale of a vehicle will not apply to any other warranties that are included within this bid Clearwater Fire & Rescue 100' Velocity Platform T48 26 of 147 (OEM or otherwise) or to the warranties (if any) of any third party of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. In the event of any contradiction or inconsistency between this provision and any other document or assertion, this provision will prevail. APPROVAL DRAWING A drawing of the proposed apparatus will be prepared and provided to the purchaser for approval before construction begins. The Pierce sales representative will also be provided with a copy of the same drawing. The finalized and approved drawing will become part of the contract documents. This drawing will indicate the chassis make and model, location of the lights, siren, horns, compartments, major components, etc. A "revised" approval drawing of the apparatus will be prepared and submitted by Pierce to the purchaser showing any changes made to the approval drawing. ELECTRICAL WIRING DIAGRAMS Two (2) electrical wiring diagrams, prepared for the model of chassis and body, will be provided. VELOCITY CHASSIS The Pierce Velocity® is the custom chassis developed exclusively for the fire service. Chassis provided will be a new, tilt-type custom fire apparatus. The chassis will be manufactured in the apparatus body builder's facility eliminating any split responsibility. The chassis will be designed and manufactured for heavy-duty service, with adequate strength and capacity for the intended load to be sustained and the type of service required. The chassis will be the manufacturer's first line tilt cab. WHEELBASE The wheelbase of the vehicle will be 257.00. GVW RATING The gross vehicle weight rating will be 80,800. FRAME The chassis frame will be built with two (2) steel channels bolted to five (5) cross members or more, depending on other options of the apparatus. The side rails will have a 13.38" tall web over the front and mid sections of the chassis, with a continuous smooth taper to 10.75" over the rear axle. Each rail will have a section modulus of 25.992 cubic inches and a resisting bending moment (rbm) of 3,119,040 in-lb over the critical regions of the frame assembly, with a section modulus of 18.96 cubic inches with an rbm of 2,275,200 in-lb over the rear axle. The frame rails will be constructed of 120,000 psi yield strength heat-treated 0.38" thick steel with 3.50" wide flanges. FRAME REINFORCEMENT In addition, a full-length mainframe internal "C" liner will be provided. The liner will be an internal "C" design that steps to a smaller internal "C" design over the rear axle. It will be heat-treated steel measuring 12.50" x 3.00" x 0.25" through the front "C" portion of the liner, stepping to 9.38" x 3.00" x 0.25" through the rear "C" portion of the liner. Each liner will have a section modulus of 13.58 cubic inches, yield strength of 110,000 psi, and rbm of 857,462 in-lb. Total rbm at wheelbase center will be 4,391,869 in-lb. Clearwater Fire & Rescue 100' Velocity Platform T48 27 of 147 The frame liner will be mounted inside of the chassis frame rail and extend the full length of the frame. FRONT NON DRIVE AXLE The Oshkosh TAK-4® front axle will be of the independent suspension design with a ground rating of 22,800 lb. Upper and lower control arms will be used on each side of the axle. Upper control arm castings will be made of 100,000-psi yield strength 8630 steel and the lower control arm casting will be made of 55,000-psi yield ductile iron. The center cross members and side plates will be constructed out of 80,000-psi yield strength steel. Each control arm will be mounted to the center section using elastomer bushings. These rubber bushings will rotate on low friction plain bearings and be lubricated for life. Each bushing will also have a flange end to absorb longitudinal impact loads, reducing noise and vibrations. There will be nine (9) grease fittings supplied, one (1) on each control arm pivot and one (1) on the steering gear extension. The upper control arm will be shorter than the lower arm so that wheel end geometry provides positive camber when deflected below rated load and negative camber above rated load. Camber at load will be 0 degrees for optimum tire life. The ball joint bearing will be of low friction design and be maintenance free. Toe links that are adjustable for alignment of the wheel to the center of the chassis will be provided. The wheel ends will have little to no bump steer when the chassis encounters a hole or obstacle. The steering linkage will provide proper steering angles for the inside and outside wheel, based on the vehicle wheelbase. The axle will have a third party certified turning angle of 45 degrees. Front discharge, front suction, or aluminum wheels will not infringe on this cramp angle. FRONT SUSPENSION Front Oshkosh TAK-4™ independent suspension will be provided with a minimum ground rating of 22,800 lb. The independent suspension system will be designed to provide maximum ride comfort. The design will allow the vehicle to travel at highway speeds over improved road surfaces and at moderate speeds over rough terrain with minimal transfer of road shock and vibration to the vehicle's crew compartment. Each wheel will have torsion bar type spring. In addition, each front wheel end will also have energy absorbing jounce bumpers to prevent bottoming of the suspension. The suspension design will be such that there is at least 10.00" of total wheel travel and a minimum of 3.75" before suspension bottoms. Clearwater Fire & Rescue 100' Velocity Platform T48 28 of 147 The torsion bar anchor lock system allows for simple lean adjustments, without the use of shims. One can adjust for a lean within 15 minutes per side. Anchor adjustment design is such that it allows for ride height adjustment on each side. The independent suspension was put through a durability test that simulated 140,000 miles of inner city driving. FRONT SHOCK ABSORBERS KONI heavy-duty telescoping shock absorbers will be provided on the front suspension. FRONT OIL SEALS Oil seals with viewing window will be provided on the front axle. FRONT TIRES Front tires will be Goodyear® 425/65R22.50 radials, 20 ply G296 MSA tread, rated for 22,800 lb maximum axle load and 68 mph maximum speed. The tires will be mounted on Alcoa 22.50" x 12.25" polished aluminum disc type wheels with a ten (10)stud, 11.25" bolt circle. REAR AXLE The rear axle will be a Meritor™, Model RT58-185, tandem axle assembly with a capacity of 58,000 lb. An inter-axle differential, which divides torque evenly between axles, will be provided, with an indicator light mounted on the cab instrument panel. TOP SPEED OF VEHICLE A rear axle ratio will be furnished to allow the vehicle to reach a top speed of 60 mph. REAR SUSPENSION Rear suspension will be Link® combination air ride and walking beam with a ground rating of 60,000 lb. REAR OIL SEALS Oil seals will be provided on the rear axle(s). REAR TIRES Rear tires will be eight (8) Goodyear 315/80R22.5 radials, load range L, all position G751 tread, rated for 66,160 lb maximum axle load and 68 mph maximum speed. The outside tires will be mounted on Alcoa, 22.50" x 9.00" polished aluminum disc wheels with a ten (10) stud 11.25" bolt circle. The inside tires will be mounted on 22.50" x 9.00" steel disc wheels with a ten (10) stud 11.25" bolt circle. TIRE BALANCE All tires will be balanced with Counteract balancing beads. The beads will be inserted into the tire and eliminate the need for wheel weights. Clearwater Fire & Rescue 100' Velocity Platform T48 29 of 147 TIRE PRESSURE MANAGEMENT There will be a RealWheels LED AirSecure™ tire alert pressure management system provided, that will monitor each tire's pressure. A sensor will be provided on the valve stem of each tire for a total of 10 tires. The sensor will calibrate to the tire pressure when installed on the valve stem for pressures between 10 and 200 psi. The sensor will activate an integral battery operated LED when the pressure of that tire drops 5 to 8 psi. Removing the cap from the sensor will indicate the functionality of the sensor and battery. If the sensor and battery are in working condition, the LED will immediately start to flash. FRONT HUB COVERS Stainless steel hub covers will be provided on the front axle. An oil level viewing window will be provided. REAR HUB COVERS Stainless steel, high hat, hub covers will be provided on the rear axle hubs. CHROME LUG NUT COVERS Chrome lug nut covers will be supplied on front and rear wheels. MUD FLAPS Mud flaps with a Pierce logo will be installed behind the front and rear wheels. WHEEL CHOCKS There will be one (1) pair of folding Ziamatic, Model SAC-44-E, aluminum alloy, Quick-Choc wheel blocks, with easy-grip handle provided. WHEEL CHOCK BRACKETS There will be one (1) pair of Zico, Model SQCH-44-H, horizontal mounting wheel chock brackets provided for the Ziamatic, Model SAC-44-E, folding wheel chocks. The brackets will be made of aluminum and consist of a quick release spring loaded rod to hold the wheel chocks in place. The brackets will be mounted forward of the left side rear tire. ELECTRONIC STABILITY CONTROL A vehicle control system will be provided as an integral part of the ABS brake system from Meritor Wabco. The system will monitor and update the lateral acceleration of the vehicle and compare it to a critical threshold where a side roll event may occur. If the critical threshold is met, the vehicle control system will automatically reduce engine RPM, engage the engine retarder (if equipped), and selectively apply brakes to the individual wheel ends of the front and rear axles to reduce the possibility of a side roll event. Clearwater Fire & Rescue 100' Velocity Platform T48 30 of 147 The system will monitor directional stability through a lateral accelerometer, steer angle sensor and yaw rate sensor. If spinout or drift out is detected, the vehicle control system will selectively apply brakes to the individual wheel ends of the front and rear axles to bring the vehicle back to its intended direction. ANTI-LOCK BRAKE SYSTEM The vehicle will be equipped with a Wabco 6S6M, anti-lock braking system. The ABS will provide a six (6) channel anti-lock braking control on both the front and rear wheels. A digitally controlled system that utilizes microprocessor technology will control the anti-lock braking system. Each wheel will be monitored by the system. When any wheel begins to lockup, a signal will be sent to the control unit. This control unit will then reduce the braking of that wheel for a fraction of a second and then reapply the brake. This anti-lock brake system will eliminate the lockup of any wheel thus helping to prevent the apparatus from skidding out of control. AUTOMATIC TRACTION CONTROL An anti-slip feature will be included with the ABS. The Automatic Traction Control will be used for traction in poor road and weather conditions. The Automatic Traction Control will act as an electronic differential lock that will not allow a driving wheel to spin, thereby supplying traction at all times. The ABS electronic control unit (ECU) will work with the engine ECU, sharing information concerning wheel slip. Engine ECU will use information to control engine speed, allowing only as much throttle application as required for the available traction, regardless of how much the driver is asking for. An "off road traction" switch will be provided on the instrument panel. Activation of the switch will allow additional tire slip to let the truck climb out and get on top of deep snow or mud. BRAKES The service brake system will be full air type. The front brakes will be Knorr/Bendix disc type with a 17.00" ventilated rotor for improved stopping distance. The brake system will be certified, third party inspected, for improved stopping distance. The rear brakes will be Meritor™ 16.50" x 7.00" cam operated with automatic slack adjusters. Dust shields will be provided. BRAKE SYSTEM AIR COMPRESSOR The air compressor will be a Cummins/WABCO with 18.7 cubic feet per minute output. BRAKE SYSTEM The brake system will include: Bendix dual brake treadle valve Heated automatic moisture ejector on air dryer Total air system capacity of 8,108 cubic inches Two (2) air pressure gauges with a red warning light and an audible alarm, that activates when air pressure falls below 60 psi Spring set parking brake system Parking brake operated by a push-pull style control valve Clearwater Fire & Rescue 100' Velocity Platform T48 31 of 147 A parking "brake on" indicator light on instrument panel Park brake relay/inversion and anti-compounding valve, in conjunction with a double check valve system, will be provided with an automatic spring brake application at 40 psi A pressure protection valve will be provided to prevent all air operated accessories from drawing air from the air system when the system pressure drops below 80 psi (550 kPa) 1/4 turn drain valve on each air tank The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank will be mounted with stainless steel brackets. BRAKE SYSTEM AIR DRYER The air dryer will be WABCO System Saver 1200 with spin-on coalescing filter cartridge and 100 watt heater. BRAKE LINES Color-coded nylon brake lines will be provided. The lines will be wrapped in a heat protective loom in the chassis areas that are subject to excessive heat. AIR INLET/OUTLET One (1) air inlet/outlet will be installed with the female coupling located in the driver side lower step well of cab. This system will tie into the "wet" tank of the brake system and include a check valve in the inlet line and an 85 psi pressure protection valve in the outlet line. The air outlet will be controlled by a needle valve. A mating male fitting will be provided with the loose equipment. The air inlet will allow a shoreline air hose to be connected to the vehicle. This will allow station air to be supplied to the brake system of the vehicle to insure constant air pressure. ALL WHEEL LOCK-UP An additional all wheel lock-up system will be installed which applies air to the front brakes only. The standard spring brake control valve system will be used for the rear. MANUAL MOISTURE EJECTOR(S) Six (6) manual moisture ejectors will be installed in the brake system. The moisture ejector will be remote mounted on the driver side of vehicle, as close to the edge of vehicle as possible. A loop will be provided at the moisture ejector, to allow for ease of pulling the drain. Each moisture ejector will have a label directly under the ejector, stating air tank drain. Nylon tubing, .38" diameter, will be routed from the air tank to the moisture ejector. The nylon tubing will be covered with protective split loom. The moisture ejector(s) will be provided on the below LS5 compartment reservoir(s). COMPRESSION FITTINGS ONLY Any nylon tube on the apparatus that is pneumatic will be plumbed with compression type fittings where applicable. Clearwater Fire & Rescue 100' Velocity Platform T48 32 of 147 ENGINE The chassis will be powered by an electronically controlled engine as described below: Make:Cummins® Model:X15 Power:565 hp at 1800 rpm Torque:1850 lb-ft at 1200 rpm Governed Speed: 2100 rpm Emissions Level: EPA 2017 Fuel:Diesel Cylinders:Six (6) Displacement:912 cubic inches (14.9L) Starter:Delco 39MT+™ Fuel Filters:Frame mounted spin-on style primary filter with water separator and water-in-fuel sensor. Engine mounted secondary spin-on style filter. The engine will include On-board diagnostics (OBD), which provides self diagnostic and reporting. The system will give the owner or repair technician access to state of health information for various vehicle sub systems. The system will monitor vehicle systems, engine and after treatment. The system will illuminate a malfunction indicator light on the dash console if a problem is detected. HIGH IDLE A high idle switch will be provided, inside the cab, on the instrument panel, that will automatically maintain a preset engine rpm. A switch will be installed, at the cab instrument panel, for activation/deactivation. The high idle will be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light will be provided, adjacent to the switch. The light will illuminate when the above conditions are met. The light will be labeled "OK to Engage High Idle." ENGINE BRAKE A Jacobs® engine brake is to be installed with the controls located on the instrument panel within easy reach of the driver. The driver will be able to turn the engine brake system on/off and have a high, medium and low setting. The engine brake will activate when the system is on and the throttle is released. The high setting of the brake application will activate and work simultaneously with the variable geometry turbo (VGT) provided on the engine. The engine brake will be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. Clearwater Fire & Rescue 100' Velocity Platform T48 33 of 147 The ABS system will automatically disengage the auxiliary braking device, when required. CLUTCH FAN A Horton® fan clutch will be provided. The fan clutch will be automatic when the pump transmission is in "Road" position, and fully engaged in "Pump" position. ENGINE AIR INTAKE An air intake with an ember separator (to prevent road dirt, burning embers, and recirculating hot air from entering the engine) will be mounted at the front of the apparatus, on the passenger side of the engine. The ember separator will be mounted in the air intake with flame retardant, roto-molded polyethylene housing. It will be easily accessible by the hinged access panel at the front of the vehicle. EXHAUST SYSTEM The exhaust system will include a Single Module™ aftertreatment device to meet current EPA standards. The exhaust system will be stainless steel from the turbo to the inlet of the aftertreatment device, and will be 5.00" in diameter. An insulation wrap will be provided on all exhaust pipes between the turbo and aftertreatment device to minimize the heat loss to the aftertreatment device. The exhaust will terminate horizontally ahead of the right side rear wheels. A tailpipe diffuser will be provided to reduce the temperature of the exhaust as it exits. Heat deflector shields will be provided to isolate chassis and body components from the heat of the tailpipe diffuser. EXHAUST DIFFUSER The exhaust will terminate with a curved diffuser tip. The diffuser will be chrome finish. EXHAUST MODIFICATION The exhaust pipe will be brought out from under the body at a 35 degree angle to the rear. The diffuser will not be cut straight to the body, and the outer edge will be flush with the body rubrail. There will be a minimum of 2.50" from the exhaust pipe to the under side of the body heat shield. The last 7.00" of the exhaust will be free of hangers and/or clamps. RADIATOR The radiator and the complete cooling system will meet or exceed NFPA and engine manufacturer cooling system standards. For maximum corrosion resistance and cooling performance, the entire radiator core will be constructed using long life aluminum alloy. The core will be made of aluminum fins, having a serpentine design, brazed to aluminum tubes. The tubes will be brazed to aluminum headers. The radiator core will have a minimum frontal area of 1434 square inches. Supply tank made of glass-reinforced nylon and a return tank of cast aluminum alloy shall be crimped on to the core assembly using header tabs and a compression gasket to complete the radiator core assembly. The radiator will be compatible with commercial antifreeze solutions. Clearwater Fire & Rescue 100' Velocity Platform T48 34 of 147 There will be a full steel frame around the entire radiator core assembly. The radiator core assembly will be isolated within the steel frame by rubber inserts to enhance cooling system durability and reliability. The radiator will be mounted in such a manner as to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven ground. The radiator assembly will be isolated from the chassis frame rails with rubber isolators. The radiator assembly will include an integral deaeration tank permanently mounted to the top of the radiator framework, with a readily accessible remote-mounted overflow tank. For visual coolant level inspection, the radiator will have a built-in sight glass. The radiator will be equipped with a 15 psi pressure relief cap. A drain port will be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. A heavy-duty fan will draw in fresh, cool air through the radiator. Shields or baffles will be provided to prevent recirculation of hot air to the inlet side of the radiator. COOLANT LINES Gates, or Goodyear, rubber hose will be used for all engine coolant lines installed by the chassis manufacturer. Hose clamps will be stainless steel "constant torque type" to prevent coolant leakage. They will react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose. RADIATOR COOLANT The radiator will be cooled with PEAK Final Charge® Global extended life coolant with organic acid technology (OAT). The color of the coolant will be red. FUEL TANK A 75 gallon fuel tank will be provided and mounted at the rear of the chassis. The tank will be constructed of 12-gauge, hot rolled steel. It will be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank will be mounted with stainless steel straps. A .75" drain plug will be located in a low point of the tank for drainage. A fill inlet will be located on the left hand side of the body and is covered with a hinged, spring loaded, stainless steel door that is marked "Ultra Low Sulfur - Diesel Fuel Only." A .50" diameter vent will be installed from tank top to just below fuel fill inlet. The fuel tank will meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank volume. All fuel lines will be provided as recommended by the engine manufacturer. Clearwater Fire & Rescue 100' Velocity Platform T48 35 of 147 DIESEL EXHAUST FLUID TANK A 4.5 gallon diesel exhaust fluid (DEF) tank will be provided and mounted in the driver's side body forward of the rear axle. A 0.50" drain plug will be provided in a low point of the tank for drainage. A fill inlet will be located on the driver's side of the body and be covered with a hinged, spring loaded, polished stainless steel door that is marked "Diesel Exhaust Fluid Only". The tank will meet the engine manufacturers requirement for 10 percent expansion space in the event of tank freezing. The tank will include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. FUEL SHUTOFF A fuel line shutoff valve will be installed on both the inlet and outlet of the primary fuel filter. FUEL COOLER An air to fuel cooler will be installed in the engine fuel return line. The fuel filler cap will have a retaining chain and holder provided on the fuel fill door. FUEL SEPARATOR The engine will be equipped with a Racor in-line spin-on fuel and water separator in addition to the engine fuel filters. TRANSMISSION An Allison 5th generation, Model EVS 4000P, electronic, torque converting, automatic transmission will be provided. The transmission will be equipped with prognostics to monitor oil life, filter life, and transmission health. A wrench icon on the shift selector's digital display will indicate when service is due. Two (2) PTO openings will be located on left side and top of converter housing (positions 8 o'clock and 1 o'clock). A transmission temperature gauge with red light and buzzer will be installed on the cab instrument panel. TRANSMISSION SHIFTER A six (6)-speed push button shift module will be mounted to right of driver on console. Shift position indicator will be indirectly lit for after dark operation. The transmission ratio will be: 1st 3.51 to 1.00 2nd 1.91 to 1.00 3rd 1.43 to 1.00 Clearwater Fire & Rescue 100' Velocity Platform T48 36 of 147 4th 1.00 to 1.00 5th 0.75 to 1.00 6th 0.64 to 1.00 R 4.80 to 1.00 TRANSMISSION COOLER A Modine plate and fin transmission oil cooler will be provided using engine coolant to control the transmission oil temperature. DOWNSHIFT MODE (W/ENGINE BRAKE) The transmission will be provided with an aggressive downshift mode. This will provide earlier transmission downshifts to 3rd gear from 6th gear, resulting in improved engine braking performance. TRANSMISSION FLUID The transmission will be provided with TranSynd heavy duty synthetic transmission fluid. DRIVELINE Drivelines will be a heavy-duty metal tube and be equipped with Spicer® 1810 universal joints. The shafts will be dynamically balanced before installation. A splined slip joint will be provided in each driveshaft where the driveline design requires it. The slip joint will be coated with Glidecoat® or equivalent. STEERING Dual Sheppard, Model M110, steering gears, with integral heavy-duty power steering, will be provided. For reduced system temperatures, the power steering will incorporate an air to oil cooler and an Eaton, Model VN20, hydraulic pump with integral pressure and flow control. All power steering lines will have wire braded lines with crimped fittings. A tilt and telescopic steering column will be provided to improve fit for a broader range of driver configurations. STEERING WHEEL The steering wheel will be 18.00" in diameter, have tilting and telescoping capabilities, and a 4-spoke design. LOGO AND CUSTOMER DESIGNATION ON DASH The dash panel will have an emblem containing the Pierce logo and customer name. The emblem will have three (3) rows of text for the customer's department name. There will be a maximum of eight (8) characters in the first row, 11 characters in the second row and 11 characters in the third row. The first row of text will be: Clearwater The second row of text will be: Fire Clearwater Fire & Rescue 100' Velocity Platform T48 37 of 147 The third row of text will be: Rescue HITCH RECEIVER A hitch receiver will be provided at the front of the vehicle, center position under the bumper extension. The hitch will be a receiver for a 2.00" trailer ball insert and a portable winch with a maximum weight rating of 10,000 lb. The receiver will be extended to provide clearance for the bumper mounted siren. WINCH A Warn, Model ZEON 10-S multi-mount, 10,000 lb portable 12V electric winch will be provided. The winch will mount to the vehicle receiver hitch and be held in place with a locking hardened pin. A heavy gauge wire and electrical plug will be provided for quick connection to the vehicle electrical system. The winch will be provided with 100' of .375" synthetic rope cable with a replaceable clevis hook. An accessory remote control cable, a minimum of 25' or longer, shall be supplied. A label will be placed on or near the receiver that states the maximum winch load rating and the maximum rope load rating that the receiver can support. BUMPER A one (1)-piece bumper manufactured from .25" formed steel with a .38" bend radius will be provided. The bumper will be a minimum of 10.00" high with a 1.50" top and bottom flange, will be attached to a bolted modular extension frame. The bumper will be have 45 degree corners and side plates. The bumper will be metal finished and painted job color. The bumper will be extended 22.00" from front face of cab. The bumper extension frame will be fabricated using .38" gussets welded to 2.00" x 5.00" steel tubing running front to back with .50" front and rear plates mounted to the chassis frame. Fabricated "U" shaped channel supports the weight of the bumper and provides the main strength in frontal crash. .25" steel is formed into "C" shaped backing plates for mounting of the bumper and providing protection to the cab. The bumper extension's cross section is considered expendable, and a crush zone. The bumper is not intended for pushing other vehicles or objects. Tow hooks/eyes located under the bumper extension are for straight pull only. GRAVEL PAN A gravel pan, constructed of bright aluminum treadplate, will be furnished between the bumper and cab face. The gravel pan will be properly supported from the underside to prevent flexing and vibration of the aluminum treadplate. Clearwater Fire & Rescue 100' Velocity Platform T48 38 of 147 LIFT AND TOW MOUNTS Mounted to the frame extension will be lift and tow mounts. The lift and tow mounts will be designed and positioned to adapt to certain tow truck lift systems. The lift and tow mounts with eyes will be painted the same color as the frame. TOW HOOKS Two (2) chromed steel tow hooks will be installed under the bumper and attached to the front frame members. The tow hooks will be designed and positioned to allow up to a 6,000 lb straight horizontal pull in line with the centerline of the vehicle. The tow hooks will not be used for lifting of the apparatus. PORTABLE WINCH RECEIVER A portable winch receiver will be centered under the front bumper extension of the apparatus. The winch receiver will be constructed of heavy steel tubing and reinforced to the bumper extension framework for the receiving portion. The winch receiver will be a class IV receiver and rated to 10,000 lb straight line pull. TRAY COVER A bright aluminum treadplate cover will be provided over the full width tray. The cover will be flush with the gravel pan. The cover will be full width of the tray. The cover will be attached with a stainless steel hinge. The cover will be secured with two (2) chrome Southco C2 raised trigger latches in the closed position and pneumatic stay arm on each side will hold the cover in the open position. FRONT BUMPER LETTERING Lettering will be provided within the front bumper with the Fire Department's name. The lettering will be provided by cutting the name within the bumper by water jet process. Letters will be cut in Helvetica style. The lettering will be located between the center bumper bolts. The lettering will be sized to be the length and height of the area depending on the Fire Department's length of their name.Lettering will read CLEARWATER TRUCK CO. . FRONT BUMPER LETTERING BACKLIGHTING There will be two (2) Amdor Model AY-LB-HR012, 12.00" strip light(s) with red LEDs and 45 degree aluminum mount provided to back light the lettering that has been cut into the front bumper. The light(s) will be install center of front bumper. The light(s) will be activated with the battery switch. ADJUSTABLE HOSE TRAY PARTITION There will be two (2) adjustable aluminum partition(s) provided in the bumper hose tray located roughly split FW tray in thirds. Clearwater Fire & Rescue 100' Velocity Platform T48 39 of 147 LINE-X® COATING - FRONT BUMPER Protective Line-X coating will be provided on the outside exterior of the top front bumper flange. It will not be sprayed on the underside of the flange. The protective coating will be red in color. The lining will be properly installed by an authorized Line-X dealer. CAB The Velocity cab will be designed specifically for the fire service and will be manufactured by Pierce Manufacturing. To provide quality at the source and single source customer support, the cab will be built by the apparatus manufacturer in a facility located on the manufacturer's premises. For reasons of structural integrity and enhanced occupant protection, the cab will be of heavy duty design, constructed to the following minimal standards. The cab will have 12 main vertical structural members located in the A-pillar (front cab corner posts), B- pillar (side center posts), C-pillar (rear corner posts) and rear wall areas. The A-pillar will be constructed of 0.25" heavy wall extrusions joined by a solid A356-T6 aluminum joint casting. The B- pillar and C-pillar will also be constructed from 0.25" heavy wall extrusions. The rear wall will be constructed of two (2) 4.00" x 2.00" outer aluminum extrusions and two (2) 3.00" x 2.00" inner aluminum extrusions. All main vertical structural members will run from the floor to 7.50" x 3.50" x 0.125" thick roof extrusions to provide a cage-like structure with the A-pillar and roof extrusions being welded into a 0.75" thick corner casting at each of the front corners of the roof assembly. The front of the cab will be constructed of a 0.25" thick firewall, covered with a 0.125" front skin (for a total thickness of 0.38"), and reinforced with 24.50" wide x 10.00" deep x 0.50" thick supports on each side of the engine tunnel. The cross-cab support will be welded to the A-pillar, 0.25" firewall, and engine tunnel, on the left and right sides. The cab floors will be constructed of 0.1875" thick aluminum plate and reinforced at the firewall with an additional 0.25" thick cross-floor support providing a total thickness of 0.44" of structural material at the front floor area. The front floor area will also be supported with three (3) 0.50" plates bolted together that also provides the mounting point for the cab lift. This tubing will run from the front of the cab to the 0.1875" thick engine tunnel, creating the structure to support the forces created when lifting the cab. The cab will be a full-tilt style. A 3-point cab mount system with rubber isolators will improve ride quality by isolating chassis vibrations from the cab. The crew cab will be a totally enclosed design with the interior area completely open to improve visibility and verbal communication between the occupants. The forward cab section will have an overall height (from the cab roof to the ground) of approximately 102.00". The crew cab section will have a 10.00" raised roof, with an overall cab height of approximately 112.00". The raised portion will start at the most forward point of the B-pillar and continue rearward to the back of the cab. The overall height listed will be calculated based on a truck configuration with the lowest suspension weight ratings, the smallest diameter tires for the suspension, Clearwater Fire & Rescue 100' Velocity Platform T48 40 of 147 no water weight, no loose equipment weight, and no personnel weight. Larger tires, wheels, and suspension will increase the overall height listed. The raised roof section of the crew cab will have a 58.00" wide x 10.00" high square notch in the center section of the roof. This will allow the aerial device to be bedded in the same location as a non-raised roof. The cab will have an interior width of not less than 93.50". The driver and passenger seating positions will have a minimum 24.00" clear width at knee level. To reduce injuries to occupants in the seated positions, proper head clearance will be provided. The floor-to-ceiling height inside the forward cab will be no less than 60.25". The floor-to-ceiling height inside the crew cab will be no less than 52.95" in the center position and 68.75" in the outboard positions. The crew cab will measure a minimum of 57.50" from the rear wall to the backside of the engine tunnel (knee level) for optimal occupant legroom. INTERIOR CAB INSULATION The cab walls, ceiling and engine tunnel will be insulated in all strategic locations to maximize acoustic absorption and thermal insulation. The cab will be insulated with 2.00" insulation in the rear wall, 3.00" insulation in the side walls, and 1.50" insulation in the ceiling. FENDER LINERS Full-circular, aluminum inner fender liners in the wheel wells will be provided. PANORAMIC WINDSHIELD A one (1)-piece, safety glass windshield with more than 2,802 square inches of clear viewing area will be provided. The windshield will be full width and will provide the occupants with a panoramic view. The windshield will consist of three (3) layers: the outer light, the middle safety laminate, and the inner light. The 0.114" thick outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage. The inner light will provide yet another chip resistant layer. The cab windshield will be bonded to the aluminum windshield frame using a urethane adhesive. A custom frit pattern will be applied on the outside perimeter of the windshield for a finished automotive appearance. WINDSHIELD WIPERS Three (3) electric windshield wipers with a washer, in conformance with FMVSS and SAE requirements, will be provided. The wiper blades will be 21.65" long and together will clear a minimum of 1,783 square inches of the windshield for maximum visibility in inclement weather. The windshield washer fluid reservoir will be located at the front of the vehicle and be accessible through the access hood for simple maintenance. FAST SERVICE ACCESS FRONT TILT HOOD A full-width access hood will be provided for convenient access to engine coolant, steering fluid, wiper fluid, cab lift controls, headlight power modules, and ember separator. The hood will also provide Clearwater Fire & Rescue 100' Velocity Platform T48 41 of 147 complete access to the windshield wiper motor and components. The hood will be contoured to provide a sleek, automotive appearance. The hood will be constructed of two (2) fiberglass panels bonded together and will include reinforcing ribs for structural integrity. The hood will include air cylinders to hold the hood in open and closed positions, and a heavy duty latch system that will meet FMVSS 113 (Hood Latch System). The spring-loaded hood latch will be located at the center of the hood with a double-action release lever located behind the Pierce logo. The two (2)-step release requires the lever first be pulled to the driver side until the hood releases from the first latch (primary latch) then to the passenger side to fully release the hood (secondary latch). ENGINE TUNNEL To provide structural strength, the engine tunnel sidewalls will be constructed of 0.50" aluminum plate that is welded to both the 0.25" firewall and .38" heavy wall extrusion under the crew cab floor. To maximize occupant space, the top edges will be tapered. The back of the engine tunnel will be no higher than 17.50" off the crew cab floor. The engine tunnel will be insulated on both sides for thermal and acoustic absorption. The underside of the tunnel will be sprayed with insulation. The insulation will keep noise (dBA) levels at or lower than the specifications in the current edition of the NFPA 1901 standards. CAB REAR WALL EXTERIOR COVERING The exterior surface of the rear wall of the cab will be overlaid with bright aluminum treadplate except for areas that are not typically visible when the cab is lowered. CAB LIFT A hydraulic cab lift system will be provided, consisting of an electric-powered hydraulic pump, fluid reservoir, dual lift cylinders, remote cab lift controls and all necessary hoses and valves. The cab lift controls will be located at the driver side front of the cab, easily accessible under the full width front access hood. The controls will include a permanently mounted raise/lower switch. For enhanced visibility during cab tilt operations, a remote control tether with on/off switch will be supplied on a coiled cord that will extend from 2.00' (coiled) to 6.00' (extended). The cab will be capable of tilting 42 degrees and 80 degrees with crane assist to accommodate engine maintenance and removal. The cab pivots will be located 46.00" apart to provide stability while tilting the cab. The rear of the cab will be locked down by a two (2)-point, automatic, hydraulic, double hook mechanism that fully engages after the cab has been lowered (self-locking). The dual 2.25" diameter hydraulic cylinders will be equipped with a velocity fuse that protects the cab from accidentally descending when the cab is in the tilt position. For increased safety, a redundant mechanical stay arm will be provided that must be manually put in place on the driver side between the chassis and cab frame when cab is in the raised position. This device will be manually stowed to its original position before the cab can be lowered. Clearwater Fire & Rescue 100' Velocity Platform T48 42 of 147 Cab Lift Interlock The cab lift safety system will be interlocked to the parking brake. The cab tilt mechanism will be active only when the parking brake is set and the ignition switch is in the on position. If the parking brake is released, the cab tilt mechanism will be disabled. GRILLE A bright finished aluminum mesh grille screen, inserted behind a formed bright finished grille surround, will be provided on the front center of the cab, and will serve as an air intake to the radiator. DOOR FRAME SCUFFPLATE There will be two (2)polished stainless steel scuffplate(s) provided for the latch side of the door frame located DS and PS EMS compartment exterior access doors. Each scuffplate will be stainless steel with a .38" lip down. DOOR JAMB SCUFFPLATES All cab door jambs will be furnished with a polished stainless steel scuffplate, mounted on the striker side of the jamb. FRONT CAB TRIM A band of 22 gauge polished stainless steel trim will be installed across the front of the cab, from door hinge to door hinge. The trim band will be centered on the head lights and applied with two (2)-sided tape. A 0.625" self adhesive trim strip will be applied around the perimeter of the trim band. There will be no covers provided over the painted cab corner where the cab turn signals are located. MIRRORS For enhanced visibility, safety and overall aesthetics, a forward positioned One-Eleven custom mirror will be mounted on each side of the front cab roof corner. Both front cab roof corners will be reinforced with an aluminum casting at the mounting location, providing maximum stability for the mirror arm and head assembly. The mirror arm substructure will extend forward and outward of the cab, and be constructed out of 4.00" diameter 0.25" wall aluminum tubing. For reduced service costs, the mirror will include a dual breakaway design, controlled by a rotational detent mechanism. In the event of an impact, the mirror arm will breakaway to either the inboard or the outboard position. The One-Eleven mirror head, and injection molded arm cover, will offer a sleek aerodynamic styling with overall width of 115.80" (reduces vehicle width by 7.00" when compared to door mount bus style mirrors). The arm cover finish will be chrome. The mirror head finish will be chrome. The mirror head and arm will provide a seamless appearance, and include a black painted metal cover plate on the underside of the arm to reduce glare. For maximum visibility and safety, a flat mirror section will be provided that measures 83 square inches in reflective area. There will also be an integral convex mirror section that will measure 27 square inches in reflective area. The flat glass and convex section in each mirror will be adjustable with remote controls that are located within easy reach of the driver. A turn signal indicator will be provided in each One-Eleven mirror. The turn signal indicators will consist of five (5) LED lights in the shape of an arrow. The LED lights will be mounted with the lights directed to the side of the vehicle, to direct light intensity at traffic behind, and alongside the vehicle.The light will be activated with the directional or the hazard lights. Clearwater Fire & Rescue 100' Velocity Platform T48 43 of 147 CAB DOORS The forward cab and crew cab doors will be the half-height style door. To enhance entry and egress to the cab, the forward cab doors will be a minimum of 43.59" wide x 64.71" high. The crew cab doors will measure a minimum of 37.87" wide x 73.75" high. The forward cab and crew cab doors will be constructed of extruded aluminum with a nominal material thickness of 0.125". The exterior door skins will be constructed from 0.090" aluminum. The forward cab door windows will include a 7.50" high x 10.00" wide drop area at the front to enhance visibility. A customized, vertical, pull-down type door handle will be provided on the exterior of each cab door. The exterior handle will be designed specifically for the fire service to prevent accidental activation, and will provide 4.00" wide x 2.00" deep hand clearance for ease of use with heavy gloved hands. Each door will also be provided with an interior flush, open style paddle handle that will be readily operable from fore and aft positions, and be designed to prevent accidental activation. The interior handles will provide 4.00" wide x 1.25" deep hand clearance for ease of use with heavy gloved hands. The cab doors will be provided with both interior (rotary knob) and exterior (keyed) locks exceeding FMVSS standards. The keys will be Model 751. The locks will be capable of activating when the doors are open or closed. The doors will remain locked if locks are activated when the doors are opened, then closed. A full length, heavy duty, stainless steel, piano-type hinge with a 0.38" pin and 11 gauge leaf will be provided on all cab doors. There will be double automotive-type rubber seals around the perimeter of the door framing and door edges to ensure a weather-tight fit. A chrome grab handle will be provided on the inside of each cab and crew cab door. A red webbed grab handle will be installed on the crew cab door stop strap. The grab handles will be securely mounted. The cab steps at each cab door location will be located below the cab doors and will be exposed to the exterior of the cab. Door Panels The inner cab door panels will be constructed out of brushed stainless steel. The cab door panels will be removable. RECESSED POCKET WITH ELASTIC COVER To provide organized storage (clutter control) in the cab for miscellaneous equipment, the cab interior will be provided with recessed storage pockets. The pockets will be 5.63" wide x 2.00" high x 4.00" deep. The pockets will be provided with a perforated elastic material cover to secure the equipment in the pocket. The pockets will be installed in all available mounting locations of the overhead console. ELECTRIC WINDOW CONTROLS Each cab entry door will be equipped with an electrically operated tempered glass window. A window control panel will be located on the door panel within easy reach of the respective occupant. Each Clearwater Fire & Rescue 100' Velocity Platform T48 44 of 147 switch will allow intermittent or auto down operation for ease of use. Auto down operation will be actuated by holding the window down switch for approximately 1 second. The driver control panel will contain a control switch for each cab door's window. All other door control panels will contain a single switch to operate the window within that door. The window switches will be connected directly to the battery power. This allows the windows to be raised and lowered when the battery switch is in the off position. DUAL STEPS A dual step will be provided below each cab and crew cab door. The steps will be designed with a grip pattern punched into bright aluminum treadplate material providing support, slip resistance, and drainage. The steps will be a bolt-on design and provide a 24.00" wide x 9.00" deep stepping surface. The step design raises the middle step higher and closer to the cab floor, resulting in a 12.00" distance from the step to cab floor in the cab and a 13.50" distance from the step to cab floor in the crew cab. Stepping distances from the ground to first step will be 16.50" and from first step to middle step will be 12.00". The first step will be lit by a white 12 volt DC LED light provided on the step. CAB EXTERIOR HANDRAILS A Hansen knurled aluminum handrail will be provided adjacent to each cab and crew cab door opening to assist during cab ingress and egress. Each handrail will be provided with red LED lights. The lights will be activated with a separate switch in the cab and when the parking brake is applied. The LED lights may be load managed. STEP LIGHTS For reduced overall maintenance costs compared to incandescent lighting, there will be four (4) white LED, step lights provided. The lights will be installed at each cab and crew cab door, one (1) per step, in the driver side front doorstep, driver side crew cab doorstep, passenger side front doorstep and passenger side crew cab doorstep. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The lights will be activated when the parking brake is applied. FENDER CROWNS Stainless steel fender crowns will be installed at the cab wheel openings. FASTENERS 10/24" stainless steel fasteners will be provided, in addition to the tape adhesive, to secure the rain drip rail to the sides of the cab. Clearwater Fire & Rescue 100' Velocity Platform T48 45 of 147 CAB ROOF DRIP RAIL For enhanced protection from inclement weather, a drip rail will be furnished on the sides of the cab. The drip rail will be constructed of bright polished extruded aluminum, and be bonded to the sides of the cab. The drip rail will extend the full length of the cab roof. WORK SURFACE There will be a work surface provided on the engine tunnel. The work surface will be cover the entire engine tunnel and will be constructed of .19" aluminum to allow the mounting of equipment. The work surface will be 35.50" wide x 54.75" long, with a cutout for the driver side instrument panel. The work surface will start to the rear of the defroster inlet and continue horizontally to the flat portion at the rear of the engine tunnel. The work surface will drop to the lower flat portion of the engine tunnel and finish at the end of the engine tunnel. The upper portion will be 42.75" long and extend over the drop to the lower portion. The lower portion of the work surface will be provided with a 2.00" lip on three (3) sides. The work surface will be painted to match the cab interior. CAB INTERIOR With safety as the primary objective, the wrap-around style cab instrument panel will be designed with unobstructed visibility to instrumentation. The dash layout will provide the driver with a quick reference to gauges that allows more time to focus on the road. The center console will be a high impact ABS polymer and will be easily removable for access to the defroster. The center console will include louvers strategically located for optimal air flow and defrost capability to the windshield. The passenger side dashboard will be constructed of painted aluminum for durability and low maintenance. For enhanced versatility, the passenger side dash will include a flat working surface. To provide optional (service friendly) control panels, switches and storage modules, a painted aluminum overhead console will also be provided. To complete the cab front interior design, painted aluminum modesty panels will be provided under the dash on both sides of the cab. The driver side modesty panel will provide mounting for the battery switch and diagnostic connectors, while the passenger side modesty panel provides a glove box, and ground access to the main electrical distribution panel via quick quarter turn fasteners. To provide a deluxe automotive interior, the engine tunnel, side walls and rear wall will be covered by a leather grain vinyl that is resistant to oil, grease, and mildew. The headliner will be installed in both forward and rear cab sections. The headliner panel will be a composition of an aluminum panel covered with a sound barrier and upholstery. The cab structure will include designated raceways for electrical harness routing from the front of the cab to the rear upper portion of the cab. Raceways will be extruded in the forward door frame, floor, walls and overhead in the area where the walls meet the ceiling. The raceways located in the floor will be covered by aluminum extrusion, while the vertical and overhead raceways will be covered by Clearwater Fire & Rescue 100' Velocity Platform T48 46 of 147 painted aluminum covers. The raceways will improve harness integrity by providing a continuous harness path that eliminates wire chafing and abrasion associated with exposed wiring or routing through drilled metal holes. Harnesses will be laid in place. CAB INTERIOR UPHOLSTERY The cab interior upholstery will be 36 oz black vinyl. All cab interior materials will meet FMVSS 302 (flammability of interior materials). CAB INTERIOR PAINT The following metal surfaces will be painted black, vinyl textured paint: Modesty panel in front of driver Vertical surface of dash in front of the officer (not applicable for recessed dash) Glove box in front of the officer (if applicable) Power distribution in front of the officer Rear heater vent panels The remaining cab interior metal surfaces will be painted black, vinyl texture paint. CAB FLOOR The cab and crew cab floor areas will be covered with Polydamp™ acoustical floor mat consisting of a black pyramid rubber facing and closed cell foam decoupler. The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has a 0.25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. CAB DEFROSTER To provide maximum defrost and heating performance, a 54,961 BTU heater-defroster unit with 558 SCFM of air flow will be provided inside the cab. The defroster unit will be strategically located under the center forward portion of the instrument panel. For easy access, a removable metal cover will be installed over the defroster unit. The defroster will include an integral aluminum frame air filter, high performance dual scroll blowers, and ducts designed to provide maximum defrosting capabilities for the 1-piece windshield. The defroster ventilation will be built into the design of the cab dash instrument panel and will be easily removable for maintenance. The defroster will be capable of clearing 98 percent of the windshield and side glass when tested under conditions where the cab has been cold soaked at 0 degrees Fahrenheit for 10 hours, and a 2 ounce per square inch layer of frost/ice has been able to build up on the exterior windshield. The defroster system will meet or exceed SAE J382 requirements. The heater-defroster will be controlled by an integral electronic control panel. The defroster control panel will allow the driver to control heat flow to the windshield. The control panel will include variable adjustment for temperature and fan control, and be conveniently located on the dash in clear view of the driver. The control panel will include highly visible, progressive LED indicators for both fan speed and temperature. Clearwater Fire & Rescue 100' Velocity Platform T48 47 of 147 AIR CONDITIONING A high-performance, customized air conditioning system will be furnished inside the cab and crew cab. A 13.10 cubic inch compressor will be installed on the engine. A roof-mounted condenser with a 63,000 BTU output that meets and exceeds the performance specification will be installed on the cab roof. The condenser cover and mounting legs to be painted white as provided by the A/C manufacturer. The evaporator unit will be installed in the cab, located in the center of the cab ceiling over the engine tunnel. The evaporator will include two (2) high performance cores and plenums with multiple outlets, one (1) plenum directed to the front and one (1) plenum directed to the rear of the cab. There will be a hinge on the forward edge of the filter cover and two (2) quarter turn fasteners with a knob on the rear edge to allow easy access. The evaporator unit will have a 49,000 BTU rating that meets and exceeds the performance specifications. Adjustable air outlets will be strategically located on the evaporator cover per the following: Four (4) will be directed towards the drivers location Four (4) will be directed towards the officers location Eight (8) will be directed towards crew cab area The air conditioner refrigerant will be R-134A and will be installed by a certified technician. The air conditioner will be controlled by dual zone integral electronic control panels for the heater, defroster and air conditioner. The cab control panel will be located in the center console. For ease of operation, the control panels will include variable adjustment for temperature and fan control. INTERIOR CAB INSULATION The cab walls, ceiling, and engine tunnel will be insulated in all strategic locations to maximize acoustic absorption and thermal insulation. The cab will be insulated with 2.00" insulation in the rear wall, 3.00" insulation in the side walls, and 1.50" insulation in the ceiling. Headliners will be constructed from a 0.20" high density polyethylene corrugated material. Each headliner will be wrapped with a 0.25" thick foil faced poly damp low emissivity foam insulation barrier for acoustic and thermal control. For ease of installation and removal, all headliners will be held in place by a dual lock fastening system. Designed for maximum sound absorption and thermal insulation, the rear cab wall will be insulated with 1.50" thick open cell acoustical foam. The thermal protection of the foam will provide an R-value of four (4) per 1.00" thickness. SPECIAL DRAIN TUBES Two (2) condensate drain tubes will be provided for the air conditioning evaporator. The drip pan will have two (2) drain tubes plumbed separately to allow for the condensate to exit the drip pan. Clearwater Fire & Rescue 100' Velocity Platform T48 48 of 147 SUN VISORS Two (2) smoked Lexan™ sun visors provided. The sun visors will be located above the windshield with one (1) mounted on each side of the cab. There will be no retention bracket provided to help secure each sun visor in the stowed position. GRAB HANDLE A black rubber covered grab handle will be mounted on the door post of the driver side cab and passenger door to assist in entering the cab. The grab handle will be securely mounted to the post area between the door and windshield. A long rubber grab handle will be mounted on the dash board in front of the officer. ENGINE COMPARTMENT LIGHT An engine compartment light will be installed under the engine hood, of which the switch is an integral part. Light will have a .125" diameter hole in its lens to prevent moisture retention. ACCESS TO ENGINE DIPSTICKS For access to the engine oil and transmission fluid dipsticks, there will be a door on the engine tunnel, inside the crew cab. The door will be on the rear wall of the engine tunnel, on the vertical surface. The door will be 17.75" wide x 12.75" high and be flush with the wall of the engine tunnel. The engine oil dipstick will allow for checking only. The transmission dipstick will allow for both checking and filling. An additional port will be provided for filling the engine oil. The door will have a rubber seal for thermal and acoustic insulation. One (1) flush latch will be provided on the access door. FRONTAL IMPACT PROTECTION The cab will be provided with a frontal impact protection system and will include the following: A supplemental restraint system (SRS) sensor will be installed on a structural cab member behind the instrument panel. The SRS sensor will perform real time diagnostics of all critical subsystems and will record sensory inputs immediately before and during a frontal impact event. A fault-indicating light will be provided on the vehicle's instrument panel allowing the driver to monitor the operational status of the SRS system. A driver side front air bag will be mounted in the steering wheel and will be designed to protect the head and upper torso of the occupant, when used in combination with the three (3)-point seat belt. A passenger side knee bolster air bag will be mounted in the modesty panel below the dash panel and will be designed to protect the legs of the occupant, when used in combination with the three (3)-point seat belt. Driver and front passenger suspension seats will be provided with devices to retract them to the lowest travel position during a frontal impact event. Driver and front passenger seat belts will be provided with pre-tensioners to remove slack from the seat belt during frontal impact event. Clearwater Fire & Rescue 100' Velocity Platform T48 49 of 147 The SRS system will provide protection during a frontal or oblique impact event. The system will activate when the vehicle decelerates at a predetermined G force known to cause injury to the occupants. The cab and chassis will have been subjected, via third party test facility, to a crash impact during frontal and oblique impact testing. Testing included all major chassis and cab components such as mounting straps for fuel and air tanks, suspension mounts, front suspension components, rear suspensions components, frame rail cross members, engine and transmission and their mounts, pump house and mounts, frame extensions and body mounts. The testing provided configuration specific information used to optimize the timing for firing the safety restraint system. The sensor will activate the pyrotechnic devices when the correct crash algorithm, wave form, is detected. The SRS system will deploy the following components in the event of a frontal or oblique impact event: Driver side front air bag. Passenger side knee bolster air bag. Driver and front passenger suspension seats will be retracted to the lowest travel position. Driver and front passenger seat belts will be pre-tensioned to firmly hold the occupant in place. SEATING CAPACITY The seating capacity in the cab will be five (5). DRIVER SEAT A Pierce PS6® seat will be provided in the cab for the driver. The seat design will be a cam action type, with air suspension. For increased convenience, the seat will include electric controls to adjust the rake (15 degrees), height (1.75" travel) and horizontal (7.00" travel) position. Electric controls will be located below the forward part of the seat cushion. To provide flexibility for multiple driver configurations, the seat will have a reclining back, adjustable from 20 degrees back to 45 degrees forward. Providing for maximum comfort, the seat back will be a high back style with manual lumbar adjustment lever, for lower back support, and will include minimum 7.50" deep side bolster pads for maximum support. The lumbar adjustment lever will be easily located at the lower outboard position of the seat cushion. For optimal comfort, the seat will be provided with 17.00" deep dual density foam cushions designed with EVC (elastomeric vibration control). The seat will include the following features incorporated into the frontal impact protection system: A suspension seat safety system will be included. When activated in the event of a frontal impact, this system will pretension the seat belt and retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. OFFICER SEAT A Pierce PS6® seat will be provided in the cab for the passenger. The seat will be a cam action type with air suspension. For increased convenience, the seat will include a manual control to adjust the horizontal position 6.00" travel. The manual horizontal control will be a towel-bar style located below the forward part of the seat cushion. For optimal comfort, the seat will be provided with 17.00" deep dual density foam cushions designed with EVC (elastomeric vibration control). To ensure safe Clearwater Fire & Rescue 100' Velocity Platform T48 50 of 147 operation, the seat will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not belted. The seat back will be an SCBA back style with 7.50 degree fixed recline angle and will include minimum 4.50" wide x 7.50" deep side bolster pads for maximum support. The SCBA cavity will be adjustable from front to rear in 1.00" increments to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. The seat will include the following feature incorporated into the frontal impact protection system: A suspension seat safety system will be included. When activated, this system will pretension the seat belt and retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. REAR FACING LEFT SIDE CABINET A rear facing cabinet will be provided in the crew cab at the left side outboard position with interior and exterior access. The cabinet will be 24.00" wide x 40.50" high x 30.50" deep with one (1) Amdor rollup door with anodized finish, locking with #751 key. The frame to frame opening will be 19.00" wide x 35.25" high. The minimum clear door opening will be 16.75" wide x 29.62" high. The cabinet will include one (1) infinitely adjustable shelf with a 0.75" up-turned lip and two (2) infinitely adjustable shelves with a 0.75" up-turned lippainted to match the cab interior. The cabinet will include no louvers. The cabinet will also provide exterior access with one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key. A web strap will be provided as a door stop. The clear door opening will 19.75" wide x 38.00" high. The exterior access will be provided with a polished stainless steel scuffplate on the lower door frame. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) white LED strip light installed on the left side of the interior cabinet door opening. The lights will be controlled by an automatic door switch. Clearwater Fire & Rescue 100' Velocity Platform T48 51 of 147 REAR FACING RIGHT SIDE CABINET A rear facing cabinet will be provided in the crew cab at the right side outboard position. The cabinet will be 21.50" wide x 40.50" high x 26.50" deep with one (1) Amdor rollup door with anodized finish, locking with #751 key. The frame to frame opening will be 16.50" wide x 35.25" high. The minimum clear door opening will be 13.75" wide x 29.37" high. The cabinet will include one (1) infinitely adjustable shelf with a 0.75" up-turned lip and two (2) infinitely adjustable shelves with a 0.75" up-turned lippainted to match the cab interior. The cabinet will include no louvers. The cabinet will also provide access from outside the cab with one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key. A web strap will be provided as a door stop. The exterior clear door opening will be 16.00" wide x 38.00" high. The door will be located on the side of the cab over the wheelwell. The exterior access will be provided with a polished stainless steel scuffplate on the lower door frame. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) white LED strip light installed on the right side of the interior cabinet door opening. The lights will be controlled by an automatic door switch. FORWARD FACING DRIVER SIDE OUTBOARD SEAT There will be one (1) forward facing, Pierce PS6® foldup seat provided at the driver side outboard position in the crew cab. To provide improved ride comfort, and maximize accessibility to the crew cab, the seat will be a minimum of 17.00" from the front of the cushion to the face of the seat back and the seat back will be provided with 9 degree fixed recline angle. To ensure safe operation, the seat will be equipped with seat belt sensors in the seat cushion and belt receptacle, that will activate an alarm indicating a seat is occupied but not buckled. The seat back will be high back style. The seat will be furnished with a 3-point, shoulder type seat belt. The seat belt will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. FORWARD FACING CENTER SEATS There will be two (2) forward facing, Pierce PS6® seats provided at the center position in the crew cab. To provide improved ride comfort, and maximize accessibility to the crew cab, the seats will be Clearwater Fire & Rescue 100' Velocity Platform T48 52 of 147 provided with 17.00" deep foam cushions, and the seat backs will be provided with 0 degree fixed recline angle. To ensure safe operation, the seats will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not buckled. The seat backs will be an SCBA back style. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. The seats will be furnished with 3-point, shoulder type seat belts. The seat belts will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. DOOR PAN SCUFFPLATE There will be a brushed stainless steel scuffplate on the interior door pan of two (2) cabinet door(s) located DS and PS EMS cabinets external doors. SEAT UPHOLSTERY All seat upholstery will be black Turnout Tuff material. AIR BOTTLE HOLDERS All SCBA type seats in the cab will have a "Hands-Free" auto clamp style bracket in its backrest. For efficiency and convenience, the bracket will include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back. For protection of all occupants in the cab, in the event of an accident, the inertial components within the clamp will constrain the SCBA bottle in the seat and will exceed the NFPA standard of 9G. There will be a quantity of three (3) SCBA brackets. ACCESS DOORS An access door will be provided in the front edge of each rear facing seat riser. Each drop down door will be provided with a Southco non-locking C2 black lever latch and painted to match the cab interior. SEAT BELTS All seating positions in the cab, crew cab and tiller cab (if applicable) will have red seat belts. To provide quick, easy use for occupants wearing bunker gear, the female buckle and seat belt webbing length will meet or exceed the current edition of NFPA 1901 and CAN/ULC - S515 standards. The 3-point shoulder type seat belts will also include the ReadyReach D-loop assembly to the shoulder belt system. The ReadyReach feature adds an extender arm to the D-loop location placing the D-loop in a closer, easier to reach location. SHOULDER HARNESS HEIGHT ADJUSTMENT All seating positions furnished with 3-point shoulder type seat belts will include a height adjustment. This adjustment will optimize the belts effectiveness and comfort for the seated firefighter. A total of five (5) seating positions will have the adjustable shoulder harness. Clearwater Fire & Rescue 100' Velocity Platform T48 53 of 147 HELMET STORAGE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 14.1.7.4.1 requires a location for helmet storage be provided. There is no helmet storage on the apparatus as manufactured. The fire department will provide a location for storage of helmets. CAB DOME LIGHTS There will be four (4) dual LED dome lights with black bezels provided. Two (2) lights will be mounted above the inside shoulder of the driver and officer and two (2) lights will be installed and located, one (1) on each side of the crew cab. The color of the LED's will be red and white. The white LED's will be controlled by the door switches and the lens switch. The color LED's will be controlled by the lens switch. In order to ensure exceptional illumination, each white LED dome light will provide a minimum of 10.1 foot-candles (fc) covering an entire 20.00" x 20.00" square seating position when mounted 40.00" above the seat. OVERHEAD MAP LIGHTS There will be two (2) white halogen, round adjustable map lights installed in the cab: One (1) overhead in front of the driving position. One (1) overhead in front of the passenger's position. Each light will include a switch on the light housing. The light switches will be connected directly to the battery switched power. MAP LIGHT There will be one (1) Sunnex®, Model LS941-00, LED map light(s) installed over Officer left shoulder. See photos in Stage 7 E-folder.. Each light will include swivel mount in a square base, an on/off switch, a knuckle pivot and 10 degree optics. The light switch(es) will be connected directly to the battery switched power. PORTABLE HAND LIGHTS, PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 8.9.3 requires four portable hand lights mounted in brackets fastened to the apparatus. The hand lights are not on the apparatus as manufactured. The fire department will provide and mount these hand lights. Clearwater Fire & Rescue 100' Velocity Platform T48 54 of 147 ADDITIONAL HAND HELD LIGHT There will be two (2) lights additional 12v Streamlight, Model #44451, Fire Vulcan LED light(s) will be provided and mounted to be installed at final inspection. wiring location to be at either side of the rear engine tunnel. Each light will be provided with a 12 volt direct wire vehicle mounting rack. Each light housing will be orange in color and be provided with a single C4 LED bulb and two (2) "ultra bright blue tail-light LEDs". The tail-light LEDs will have a dual mode of blinking or steady. CAB INSTRUMENTATION The cab instrument panel will consist of gauges, an LCD display, telltale indicator lights, alarms, control switches, and a diagnostic panel. The function of instrument panel controls and switches will be identified by a label adjacent to each item. Actuation of the headlight switch will illuminate the labels in low light conditions. Telltale indicator lamps will not be illuminated unless necessary. The cab instruments and controls will be conveniently located within the forward cab section directly forward of the driver. Gauge and switch panels will be designed to be removable for ease of service and low cost of ownership. GAUGES The gauge panel will include the following ten (10) ivory gauges with chrome bezels to monitor vehicle performance: - Voltmeter gauge (Volts) Low volts (11.8 VDC) Amber indicator on gauge assembly with alarm High volts (15 VDC) Amber indicator on gauge assembly with alarm Very low volts (11.3 VDC) Amber indicator on gauge assembly with alarm Very high volts (16 VDC) Amber indicator on gauge assembly with alarm - Tachometer (RPM) - Speedometer (Primary (outside) MPH, Secondary (inside) Km/H) - Fuel level gauge (Empty - Full in fractions) Low fuel (1/8 full) Amber indicator on gauge assembly with alarm Very low fuel (1/32) fuel Clearwater Fire & Rescue 100' Velocity Platform T48 55 of 147 Amber indicator on gauge assembly with alarm - Engine oil pressure gauge (PSI) Low oil pressure to activate engine warning lights and alarms Red indicator on gauge assembly with alarm - Front air pressure gauge (PSI) Low air pressure to activate warning lights and alarm Red indicator on gauge assembly with alarm - Rear air pressure gauge (PSI) Low air pressure to activate warning lights and alarm Red indicator on gauge assembly with alarm - Transmission oil temperature gauge (Fahrenheit) High transmission oil temperature activates warning lights and alarm Amber indicator on gauge assembly with alarm - Engine coolant temperature gauge (Fahrenheit) High engine temperature activates an engine warning light and alarm Red indicator on gauge assembly with alarm - Diesel Exhaust Fluid Level Gauge (Empty - Full in fractions) Low fluid (1/8 full) Amber indicator on gauge assembly with alarm All gauges and gauge indicators will perform prove out at initial power-up to ensure proper performance. INDICATOR LAMPS To promote safety, the following telltale indicator lamps will be integral to the gauge assembly and are located above and below the center gauges. The indicator lamps will be "dead-front" design that is only visible when active. The colored indicator lights will have descriptive text or symbols. The following amber telltale lamps will be present: - Low coolant - Trac cntl (traction control) (where applicable) Clearwater Fire & Rescue 100' Velocity Platform T48 56 of 147 - Check engine - Check trans (check transmission) - Aux brake overheat (Auxiliary brake overheat) - Air rest (air restriction) - Caution (triangle symbol) - Water in fuel - DPF (engine diesel particulate filter regeneration) - Trailer ABS (where applicable) - Wait to start (where applicable) - HET (engine high exhaust temperature) (where applicable) - ABS (antilock brake system) - MIL (engine emissions system malfunction indicator lamp) (where applicable) - SRS (supplemental restraint system) fault (where applicable) - DEF (low diesel exhaust fluid level) The following red telltale lamps will be present: - Warning (stop sign symbol) - Seat belt - Parking brake - Stop engine - Rack down The following green telltale lamps will be provided: - Left turn - Right turn - Battery on The following blue telltale lamp will be provided: - High beam Clearwater Fire & Rescue 100' Velocity Platform T48 57 of 147 ALARMS Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning message is present. Audible pulsing tone caution alarm: A pulsing audible tone alarm (chime/chirp) will be provided whenever a caution message is present without a warning message being present. Alarm silence: Any active audible alarm will be able to be silenced by holding the ignition switch at the top position for three (3) to five (5) seconds. For improved safety, silenced audible alarms will intermittently chirp every 30 seconds until the alarm condition no longer exists. The intermittent chirp will act as a reminder to the operator that a caution or warning condition still exists. Any new warning or caution condition will enable the steady or pulsing tones respectively. INDICATOR LAMP AND ALARM PROVE-OUT Telltale indicators and alarms will perform prove-out at initial power-up to ensure proper performance. CONTROL SWITCHES For ease of use, the following controls will be provided immediately adjacent to the cab instrument panel within easy reach of the driver. Emergency master switch: A molded plastic push button switch with integral indicator lamp will be provided. Pressing the switch will activate emergency response lights and siren control. A green lamp on the switch provides indication that the emergency master mode is active. Pressing the switch again disables the emergency master mode. Headlight / Parking light switch: A three (3)-position maintained rocker switch will be provided. The first switch position will deactivate all parking lights and the headlights. The second switch position will activate the parking lights. The third switch position will activate the headlights. Panel backlighting intensity control switch: A three (3)-position momentary rocker switch will be provided. The first switch position decreases the panel backlighting intensity to a minimum level as the switch is held. The second switch position is the default position that does not affect the backlighting intensity. The third switch position increases the panel backlighting intensity to a maximum level as the switch is held. The following standard controls will be integral to the gauge assembly and are located below the right hand gauges. All switches have backlit labels for low light applications. High idle engagement switch: A two (2)-position momentary rocker switch with integral indicator lamp will be provided. The first switch position is the default switch position. The second switch position will activate and deactivate the high idle function when pressed and released. The "Ok To Engage High Idle" indicator lamp must be active for the high idle function to engage. A green indicator lamp integral to the high idle engagement switch will indicate when the high idle function is engaged. "Ok To Engage High Idle" indicator lamp: A green indicator light will be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. Clearwater Fire & Rescue 100' Velocity Platform T48 58 of 147 The following standard controls will be provided adjacent to the cab gauge assembly within easy reach of the driver. All switches will have backlit labels for low light applications. Ignition switch: A three (3)-position maintained/momentary rocker switch will be provided. The first switch position will deactivate vehicle ignition. The second switch position will activate vehicle ignition. The third momentary position will disable the Command Zone audible alarm if held for three (3) to five (5) seconds. A green indicator lamp will be activated with vehicle ignition. Engine start switch: A two (2)-position momentary rocker switch will be provided. The first switch position is the default switch position. The second switch position will activate the vehicle's engine. The switch actuator is designed to prevent accidental activation. 4-way hazard switch: A two (2)-position maintained rocker switch will be provided. The first switch position will deactivate the 4-way hazard switch function. The second switch position will activate the 4- way hazard function. The switch actuator will be red and includes the international 4-way hazard symbol. Heater, defroster, and optional air conditioning control panel: A control panel with membrane switches will be provided to control heater/defroster temperature and heater, defroster, and air conditioning fan speeds. A green LED status bar will indicate the relative temperature and fan speed settings. Turn signal arm: A self-canceling turn signal with high beam headlight and windshield wiper/washer controls will be provided. The windshield wiper control will have high, low, and intermittent modes. Parking brake control: An air actuated push/pull park brake control valve will be provided. Chassis horn control: Activation of the chassis horn control will be provided through the center of the steering wheel. CUSTOM SWITCH PANELS The design of cab instrumentation will allow for emergency lighting and other switches to be placed within easy reach of the operator thus improving safety. There will be positions for up to four (4) switch panels in the overhead console on the driver's side, up to four (4) switch panels in the engine tunnel console facing the driver, up to four (4) switch panels in the overhead console on the officer's side and up to two (2) switch panels in the engine tunnel console facing the officer. All switches will have backlit labels for low light applications. DIAGNOSTIC PANEL A diagnostic panel will be accessible while standing on the ground and located inside the driver's side door left of the steering column. The diagnostic panel will allow diagnostic tools such as computers to connect to various vehicle systems for improved troubleshooting providing a lower cost of ownership. Diagnostic switches will allow ABS systems to provide blink codes should a problem exist. The diagnostic panel will include the following: - Engine diagnostic port - Transmission diagnostic port Clearwater Fire & Rescue 100' Velocity Platform T48 59 of 147 - ABS diagnostic port - SRS diagnostic port (where applicable) - Command Zone USB diagnostic port - ABS diagnostic switch (blink codes flashed on ABS telltale indicator) - Diesel particulate filter regeneration switch (where applicable) - Diesel particulate filter regeneration inhibit switch (where applicable) CAB LCD DISPLAY A digital four (4)-row by 20-character dot matrix display will be integral to the gauge panel. The display will be capable of showing simple graphical images as well as text. The display will be split into three (3) sections. Each section will have a dedicated function. The upper left section will display the outside ambient temperature. The upper right section will display, along with other configuration specific information: - Odometer - Trip mileage - PTO hours - Fuel consumption - Engine hours The bottom section will display INFO, CAUTION, and WARNING messages. Text messages will automatically activate to describe the cause of an audible caution or warning alarm. The LCD will be capable of displaying multiple text messages should more than one caution or warning condition exist. AIR RESTRICTION INDICATOR A high air restriction warning indicator light LCD message with amber warning indicator and audible alarm shall be provided. "DO NOT MOVE APPARATUS" INDICATOR A flashing red indicator light, located in the driving compartment, will be illuminated automatically per the current NFPA requirements. The light will be labeled "Do Not Move Apparatus If Light Is On." The same circuit that activates the Do Not Move Apparatus indicator will activate a pulsing alarm when the parking brake is released. DO NOT MOVE TRUCK MESSAGES Messages will be displayed on the Command Zone™, color display located within sight of the driver whenever the Do Not Move Truck light is active. The messages will designate the item or items not in the stowed for vehicle travel position (parking brake disengaged). Clearwater Fire & Rescue 100' Velocity Platform T48 60 of 147 The following messages will be displayed (where applicable): Do Not Move Truck DS Cab Door Open (Driver Side Cab Door Open) PS Cab Door Open (Passenger's Side Cab Door Open) DS Crew Cab Door Open (Driver Side Crew Cab Door Open) PS Crew Cab Door Open (Passenger's Side Crew Cab Door Open) DS Body Door Open (Driver Side Body Door Open) PS Body Door Open (Passenger's Side Body Door Open) Rear Body Door Open DS Ladder Rack Down (Driver Side Ladder Rack Down) PS Ladder Rack Down (Passenger Side Ladder Rack Down) Deck Gun Not Stowed Lt Tower Not Stowed (Light Tower Not Stowed) Fold Tank Not Stowed (Fold-A-Tank Not Stowed) Aerial Not Stowed (Aerial Device Not Stowed) Stabilizer Not Stowed Steps Not Stowed Handrail Not Stowed Any other device that is opened, extended, or deployed that creates a hazard or is likely to cause major damage to the apparatus if the apparatus is moved will be displayed as a caution message after the parking brake is disengaged. SWITCH PANELS The emergency light switch panel will have a master switch for ease of use plus individual switches for selective control. Each switch panel will contain eight (8) membrane-type switches each rated for one million (1,000,000) cycles. Panels containing less than eight (8) switch assignments will include non- functioning black appliqués. Documentation will be provided by the manufacturer indicating the rated cycle life of the switches. The switch panel(s) will be located in the overhead position above the windshield on the driver side overhead to allow for easy access. Additional switch panel(s) will be located in the overhead position(s) above the windshield or in designated locations on the lower instrument panel layout. The switches will be membrane-type and also act as an integral indicator light. For quick, visual indication the entire surface of the switch will be illuminated white whenever back lighting is activated and illuminated green whenever the switch is active. An active illuminated switch will flash when interlock requirements are not met or device is actively being load managed. For ease of use, a two (2)-ply, scratch resistant laser engraved Gravoply label indicating the use of each switch will be placed in the center of the switch. The label will allow light to pass through the letters for ease of use in low light conditions. Clearwater Fire & Rescue 100' Velocity Platform T48 61 of 147 WIPER CONTROL For simple operation and easy reach, the windshield wiper control will be an integral part of the directional light lever located on the steering column. The wiper control will include high and low wiper speed settings, a one (1)-speed intermittent wiper control and windshield washer switch. The control will have a "return to park" provision, which allows the wipers to return to the stored position when the wipers are not in use. HOURMETER - AERIAL DEVICE An hourmeter for the aerial device will be provided and located within the cab display or instrument panel. AERIAL MASTER There will be a master switch for the aerial operating electrical system provided. AERIAL PTO SWITCH A PTO switch for the aerial with indicator light will be provided. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate center of overhead panel. Termination will be with heat shrinkable butt splicing. Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 60 amps at 12 volts DC. Power and ground will terminate behind driver's seat. Termination will be with 3/8" studs and plastic covers. Clearwater Fire & Rescue 100' Velocity Platform T48 62 of 147 Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. CAT 6 SPARE WIRE There will be one (1) CAT 6 network cable(s) installed in the apparatus. These cables will be terminated with male RJ-45 modular plug and boot on both ends. This wire will be routed from behind driver's seat and extended to in wrap around center console behind panel #8. This cable will not be connected to the vehicle electrical system. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power The negative wire will be connected to ground Wires will be protected to 15 amps at 12 volts DC Power and ground will terminate in the center console Termination will be with heat shrinkable butt splicing Wires will be sized to 125 percent of the protection The circuit(s) may be load managed when the parking brake is set. 18 GAUGE SPARE WIRE There will be a one (1) pair of 18 gauge wires, one (1) with black insulation and one (1) with white insulation, included in a separate loom installed in the apparatus. These wires will be routed from behind panel #8 (wrap around console) and extended to behind driver's seat. These wires will not be connected to any power source and will not be connected to the vehicle electrical system. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery switched power. The negative wire will be connected to ground. Wires will be protected to 10 amps at 12 volts DC. Power and ground will terminate behind driver's seat. Termination will be with heat shrinkable butt splicing. Clearwater Fire & Rescue 100' Velocity Platform T48 63 of 147 Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is applied. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate PS EMS compartment. lower outboard wall. Termination will be with heat shrinkable butt splicing. Wires will be sized to 125 percent of the protection. This circuit(s) may be load managed when the parking brake is set. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate DS EMS compartment. lower outboard wall. Termination will be with heat shrinkable butt splicing. Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. INFORMATION CENTER An information center employing a 7.00" diagonal touch screen color LCD display will be encased in an ABS plastic housing. The information center will have the following specifications: Operate in temperatures from -40 to 185 degrees Fahrenheit An Optical Gel will be placed between the LCD and protective lens Five weather resistant user interface switches Clearwater Fire & Rescue 100' Velocity Platform T48 64 of 147 Grey with black accents Sunlight Readable Linux operating system Minimum of 1000nits rated display Display can be changed to an available foreign language A LCD display integral to the cab gauge panel will be included as outlined in the cab instrumentation area. Programmed to read US Customary GENERAL SCREEN DESIGN Where possible, background colors will be used to provide "At a Glance" vehicle information. If information provided on a screen is within acceptable limits, a green background will be used. If a caution or warning situation arises the following will occur: An amber background/text color will indicate a caution condition A red background/text color will indicate a warning condition The information center will utilize an "Alert Center" to display text messages for audible alarm tones. The text messages will be written to identify the item(s) causing the audible alarm to sound. If more than one (1) text message occurs, the messages will cycle every second until the problem(s) have been resolved. The background color for the "Alert Center" will change to indicate the severity of the "warning" message. If a warning and a caution condition occur simultaneously, the red background color will be shown for all alert center messages. A label for each button will exist. The label will indicate the function for each active button for each screen. Buttons that are not utilized on specific screens will have a button label with no text or symbol. HOME/TRANSIT SCREEN This screen will display the following: Vehicle Mitigation (if equipped) Water Level (if the water level system includes compatible communications to the information center) Foam Level (if the foam level system includes compatible communications to the information center) Seat Belt Monitoring Screen Seat Belt Monitoring Screen Tire Pressure Monitoring (if equipped) Digital Speedometer Active Alarms ON SCENE SCREEN This screen will display the following and will be auto activated with pump engaged (if equipped): Battery Voltage Fuel Clearwater Fire & Rescue 100' Velocity Platform T48 65 of 147 Oil Pressure Coolant Temperature RPM Water Level (if equipped) Foam Level (if equipped) Foam Concentration (if equipped) Water Flow Rate (if equipped) Water Used (if equipped) Active Alarms VIRTUAL BUTTONS There will be four (4) virtual switch panel screens that match the overhead and lower lighting and HVAC switch panels. PAGE SCREEN The page screen will display the following and allow the user to progress into other screens for further functionality: Diagnostics o Faults Listed by order of occurrence Allows to sort by system o Interlock Throttle Interlocks Pump Interlocks (if equipped) Aerial Interlocks (if equipped) PTO Interlocks (if equipped) o Load Manager A list of items to be load managed will be provided. The list will provide a description of the load. The lower the priority numbers the earlier the device will be shed should a low voltage condition occur. The screen will indicate if a load has been shed (disabled) or not shed. "At a glance" color features are utilized on this screen. o Systems Command Zone Module type and ID number Module Version Input or output number Circuit number connected to that input or output Status of the input or output Power and Constant Current module diagnostic information Foam (if equipped) Pressure Controller (if equipped) Clearwater Fire & Rescue 100' Velocity Platform T48 66 of 147 Generator Frequency (if equipped) o Live Data General Truck Data Maintenance o Engine oil and filter o Transmission oil and filter o Pump oil (if equipped) o Foam (if equipped) o Aerial (if equipped) Setup o Clock Setup o Date & Time 12 or 24 hour format Set time and date o Backlight Daytime Night time Sensitivity o Unit Selection o Home Screen o Virtual Button Setup o On Scene Screen Setup o Configure Video Mode Set Video Contrast Set Video Color Set Video Tint Do Not Move o The screen will indicate the approximate location and type of item that is open or is not stowed for travel. The actual status of the following devices will be indicate Driver Side Cab Door Passenger's Side Cab Door Driver Side Crew Cab Door Passenger's Side Crew Cab Door Driver Side Body Doors Passenger's Side Body Doors Rear Body Door(s) Ladder Rack (if applicable) Deck Gun (if applicable) Light Tower (if applicable) Hatch Door (if applicable) Stabilizers (if applicable) Steps (if applicable) Notifications o View Active Alarms Clearwater Fire & Rescue 100' Velocity Platform T48 67 of 147 Shows a list of all active alarms including date and time of the occurrence is shown with each alarm Silence Alarms - All alarms are silenced Timer Screen HVAC (if equipped) Tire Information (if equipped) Ascendant Set Up Confirmation (if equipped) Button functions and button labels may change with each screen. VEHICLE DATA RECORDER There will be a vehicle data recorder (VDR) capable of reading and storing vehicle information provided. The information stored on the VDR can be downloaded through a USB port mounted in a convenient location determined by cab model. A USB cable can be used to connect the VDR to a laptop to retrieve required information. The program to download the information from the VDR will be available to download on-line. The vehicle data recorder will be capable of recording the following data via hardwired and/or CAN inputs: Vehicle Speed - MPH Acceleration - MPH/sec Deceleration - MPH/sec Engine Speed - RPM Engine Throttle Position - % of Full Throttle ABS Event - On/Off Seat Occupied Status - Yes/No by Position Seat Belt Buckled Status - Yes/No by Position Master Optical Warning Device Switch - On/Off Time - 24 Hour Time Date - Year/Month/Day Seat Belt Monitoring System A seat belt monitoring system (SBMS) will be provided on the Command Zone™ color display and in the center overhead of the cab instrument panel. The SBMS will be capable of monitoring up to 10 seating positions indicating the status of each seat position per the following: Seat Occupied & Buckled = Green LED indicator illuminated Seat Occupied & Unbuckled = Red LED indicator with audible alarm No Occupant & Buckled = Red LED indicator with audible alarm No Occupant & Unbuckled = No indicator and no alarm The seat belt monitoring screen will become active on the Command Zone color display when: Clearwater Fire & Rescue 100' Velocity Platform T48 68 of 147 The home screen is active: o and there is any occupant seated but not buckled or any belt buckled with an occupant. o and there are no other Do Not Move Apparatus conditions present. As soon as all Do Not Move Apparatus conditions are cleared, the SBMS will be activated. The SBMS will include an audible alarm that will warn that an unbuckled occupant condition exists and the parking brake is released, or the transmission is not in park. 2-WAY RADIO REMOTE HEAD CABLE There will be one (1) Motorola, Model HKN-6168,remote two-way radio, 30 foot cable(s) provided. The cable will be routed from behind driver's seat to wrap around console, behind panel #8. GPS / MULTIMODE ANTENNA INSTALLATION There will be one (1) customer supplied GPS / Multimode antenna(s) with stud mount for thick roof material to be installed on the roof. The antenna coax cable(s) will be run per the packing list / instructions provided to the third party installer. Specific shipping requirements will be followed. The GPS / Multimode antenna will be sent to the apparatus manufacturers preferred installer prior to cab fabrication. RADIO ANTENNA MOUNT There will be one (1) Larson, model NMOKHFUDTHK, 0-6000MHz NMO style antenna mounting base(s) with weatherproof cap(s) and 17 feet of RG58A/U dual shield coax located on the cab roof best roof location. The cable(s) will be routed behind driver's seat. RADIO ANTENNA MOUNT There will be two (2) standard antenna-mounting base(s), Model MATM, with 17 feet of coax cable and weatherproof cap provided for a two (2)-way radio installation. The standard mount will be located on the cab roof, just to the rear of the officer seat and the additional mount(s) will be located one on PS one on DS. The cable(s) will be routed behind driver's seat . VEHICLE CAMERA SYSTEM There will be a color vehicle camera system provided with the following: One (1) camera located at the rear of the apparatus, pointing rearward, displayed automatically with the vehicle in reverse The camera images will be displayed on the driver's vehicle information center display. Audio from the microphone on the active camera will be emitted by an amplified speaker on the ceiling behind the driver. The following components will be included: One (1) SV-CW134639CAI, camera One (1) amplified speaker (if applicable) All necessary cables Clearwater Fire & Rescue 100' Velocity Platform T48 69 of 147 RECESS REAR CAMERA A rear camera recess will be provided to the driver side rear . ELECTRICAL POWER CONTROL SYSTEM The primary power distribution will be located forward of the officer's seating position and be easily accessible while standing on the ground for simplified maintenance and troubleshooting. Additional electrical distribution centers will be provided throughout the vehicle to house the vehicle's electrical power, circuit protection, and control components. The electrical distribution centers will be located strategically throughout the vehicle to minimize wire length. For ease of maintenance, all electrical distribution centers will be easily accessible. All distribution centers containing fuses, circuit breakers and/or relays will be easily accessible. Distribution centers located throughout the vehicle will contain battery powered studs for supplying customer installed equipment thus providing a lower cost of ownership. Circuit protection devices, which conform to SAE standards, will be utilized to protect electrical circuits. All circuit protection devices will be rated per NFPA requirements to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers will be Type-I automatic reset (continuously resetting). When required, automotive type fuses will be utilized to protect electronic equipment. Control relays and solenoid will have a direct current rating of 125 percent of the maximum current for which the circuit is protected per NFPA. SOLID-STATE CONTROL SYSTEM A solid-state electronics based control system will be utilized to achieve advanced operation and control of the vehicle components. A fully computerized vehicle network will consist of electronic modules located near their point of use to reduce harness lengths and improve reliability. The control system will comply with SAE J1939-11 recommended practices. The control system will operate as a master-slave system whereas the main control module instructs all other system components. The system will contain patented Mission Critical software that maintains critical vehicle operations in the unlikely event of a main controller error. The system will utilize a Real Time Operating System (RTOS) fully compliant with OSEK/VDX™ specifications providing a lower cost of ownership. For increased reliability and simplified use the control system modules will include the following attributes: Green LED indicator light for module power Red LED indicator light for network communication stability status Control system self test at activation and continually throughout vehicle operation No moving parts due to transistor logic Software logic control for NFPA mandated safety interlocks and indicators Integrated electrical system load management without additional components Integrated electrical load sequencing system without additional components Customized control software to the vehicle's configuration Clearwater Fire & Rescue 100' Velocity Platform T48 70 of 147 Factory and field re programmable to accommodate changes to the vehicle's operating parameters Complete operating and troubleshooting manuals USB connection to the main control module for advanced troubleshooting To assure long life and operation in a broad range of environmental conditions, the solid-state control system modules will meet the following specifications: Module circuit board will meet SAE J771 specifications Operating temperature from -40C to +70C Storage temperature from -40C to +70C Vibration to 50g IP67 rated enclosure (Totally protected against dust and also protected against the effect of temporary immersion between 15 centimeters and one (1) meter) Operating voltage from eight (8) volts to 16 volts DC The main controller will activate status indicators and audible alarms designed to provide warning of problems before they become critical. CIRCUIT PROTECTION AND CONTROL DIAGRAM Copies of all job-specific, computer network input and output (I/O) connections will be provided with each chassis. The sheets will indicate the function of each module connection point, circuit protection information (where applicable), wire numbers, wire colors and load management information. ON-BOARD ADVANCED/VISUAL ELECTRICAL SYSTEM DIAGNOSTICS The on-board information center will include the following diagnostic information: Text description of active warning or caution alarms Simplified warning indicators Amber caution indication with intermittent alarm Red warning indication with steady tone alarm All control system modules, with the exception of the main control module, will contain on-board visual diagnostic LEDs that assist in troubleshooting. The LEDs will be enclosed within the sealed, transparent module housing near the face of the module. One LED for each input or output will be provided and will illuminate whenever the respective input or output is active. Color-coded labels within the modules will encompass the LEDs for ease of identification. The LED indicator lights will provide point of use information for reduced troubleshooting time without the need for an additional computer. TECH MODULE WITH WIFI An in cab module will provide WiFi wireless interface and data logging capability. The WiFi interface will comply with IEEE 802.11 b/g/n capabilities while communicating at 2.4 Gigahertz. The module will provide an external antenna connection allowing a line of site communication range of up to 300 feet with a roof mounted antenna. Clearwater Fire & Rescue 100' Velocity Platform T48 71 of 147 The module will transmit a password protected web page to a WiFi enabled device (i.e. most smart phones, tablets or laptops) allowing two levels of user interaction. The firefighter level will allow vehicle monitoring of the vehicle and firefighting systems on the apparatus. The technician level will allow diagnostic access to inputs and outputs installed on the Command Zone™, control and information system. The data logging capability will record faults from the engine, transmission, ABS and Command Zone™, control and information systems as they occur. No other data will be recorded at the time the fault occurs. The data logger will provide up to 2 Gigabytes of data storage. A USB connection will be provided on the Tech Module. It will provide a means to download data logger information and update software in the device. PROGNOSTICS A software based vehicle tool will be provided to predict remaining life of the vehicles critical fluid and events. The system will send automatic indications to the Command Zone, color display and/or wireless enabled device to proactively alert of upcoming service intervals. Prognostics will include: Engine oil and filter Transmission oil and filter Pump oil (if equipped) Foam oil (if equipped) Aerial oil and filter (if equipped) ADVANCED DIAGNOSTICS An advanced, Windows-based, diagnostic software program will be provided for this control system. The software will provide troubleshooting tools to service technicians equipped with a Windows-based computer or wireless enabled device. The service and maintenance software will be easy to understand and use and have the ability to view system input/output (I/O) information. INDICATOR LIGHT AND ALARM PROVE-OUT SYSTEM A system will be provided which automatically tests basic indicator lights and alarms located on the cab instrument panel. VOLTAGE MONITOR SYSTEM A voltage monitoring system will be provided to indicate the status of the battery system connected to the vehicle's electrical load. The system will provide visual and audible warning when the system voltage is below or above optimum levels. The alarm will activate if the system falls below 11.8 volts DC for more than two (2) minutes. Clearwater Fire & Rescue 100' Velocity Platform T48 72 of 147 DEDICATED RADIO EQUIPMENT CONNECTION POINTS There will be three (3) studs provided in the primary power distribution center located in front of the officer for two-way radio equipment. The studs will consist of the following: 12-volt 40-amp battery switched power 12-volt 60-amp ignition switched power 12-volt 60-amp direct battery power There will also be a 12-volt 100-amp ground stud located in or adjacent to the power distribution center. ENHANCED SOFTWARE The solid-state control system will include the following software enhancements: All perimeter lights and scene lights (where applicable) will be deactivated when the parking brake is released. Cab and crew cab dome lights will remain on for ten (10) seconds for improved visibility after the doors close. The dome lights will dim after ten (10) seconds or immediately if the vehicle is put into gear. Cab and crew cab perimeter lights will remain on for ten (10) seconds for improved visibility after the doors close. The dome lights will dim after ten (10) seconds or immediately if the vehicle is put into gear. EMI/RFI PROTECTION To prevent erroneous signals from crosstalk contamination and interference, the electrical system will meet, at a minimum, SAE J551/2, thus reducing undesired electromagnetic and radio frequency emissions. An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference (EMI) or radio frequency interference (RFI) emissions are suppressed at their source. The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations. The electrical system will meet, without exceptions, electromagnetic susceptibility conforming to SAE J1113/25 Region 1, Class C EMR for 10KHz-1GHz to 100 Volts/Meter. The vehicle OEM, upon request, will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25 Region 1, Class C EMR for 10KHz-1GHz to 100 Volts/Meter requirements. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding. The electrical system will be designed for full compatibility with low-level control signals and high-powered two-way radio communication systems. Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI/RFI susceptibility. ELECTRICAL All 12-volt electrical equipment installed by the apparatus manufacturer will conform to modern automotive practices. All wiring will be high temperature crosslink type. Wiring will be run, in loom or conduit, where exposed and have grommets where wire passes through sheet metal. Automatic reset Clearwater Fire & Rescue 100' Velocity Platform T48 73 of 147 circuit breakers will be provided which conform to SAE Standards. Wiring will be color, function and number coded. Function and number codes will be continuously imprinted on all wiring harness conductors at 2.00" intervals. Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: 1. All holes made in the roof will be caulked with silicon. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof. 2. Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. Exposed area will be defined as any location outside of the cab or body. 3. Electrical components designed to be removed for maintenance will not be fastened with nuts and bolts. Metal screws will be used in mounting these devices. Also a coil of wire will be provided behind the appliance to allow them to be pulled away from mounting area for inspection and service work. 4. Corrosion preventative compound will be applied to all terminal plugs located outside of the cab or body. All non-waterproof connections will require this compound in the plug to prevent corrosion and for easy separation (of the plug). 5. All lights that have their sockets in a weather exposed area will have corrosion preventative compound added to the socket terminal area. 6. All electrical terminals in exposed areas will have silicon (1890) applied completely over the metal portion of the terminal. All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, will be furnished. Rear identification lights will be recessed mounted for protection. Lights and wiring mounted in the rear bulkheads will be protected from damage by installing a false bulkhead inside the rear compartments. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery. BATTERY SYSTEM There will be six (6) 12 volt Exide®, Model 31S950X3W, batteries that include the following features will be provided: 950 CCA, cold cranking amps 190 amp reserve capacity High cycle Group 31 Rating of 5700 CCA at 0 degrees Fahrenheit -140 minutes of reserve capacity Threaded stainless steel studs Clearwater Fire & Rescue 100' Velocity Platform T48 74 of 147 Each battery case will be a black polypropylene material with a vertically ribbed container for increased vibration resistance. The cover will be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery will consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM There will be a single starting system with an ignition switch and starter button provided and located on the cab instrument panel. MASTER BATTERY SWITCH There will be a master battery switch provided within the cab within easy reach of the driver to activate the battery system. An indicator light will be provided on the instrument panel to notify the driver of the status of the battery system. BATTERY COMPARTMENTS The batteries will be stored in well-ventilated compartments that are located under the cab and bolted directly to the chassis frame. The battery compartments will be constructed of 3/16" steel plate and be designed to accommodate a maximum of three (3) group 31 batteries in each compartment. The compartments will include formed fit heavy-duty roto-molded polyethylene battery tray inserts with drains on each side of the frame rails. The batteries will be mounted inside of the roto-molded trays. JUMPER STUDS One (1) set of battery jumper studs with plastic color-coded covers will be installed on the battery box on the driver's side. This will allow enough room for easy jumper cable access. BATTERY CHARGER There will be a Kussmaul™ 1200, Model 091-187-12-Remote, battery charger provided. A bar graph display indicating the state of charge will be provided. The charger will have a maximum output of 40 amps and a fully automatic regulation. The battery charger will be wired to the AC shoreline inlet through an AC receptacle adjacent to the battery charger. Battery charger will be located in the crew cab seat riser. The battery charger indicator will be located near the driver's seat riser with special bracketry. AUTO EJECT FOR SHORELINE There will be two (2) Kussmaul™, Model 091-55-20-120, 20 amp 120 volt AC shoreline inlet(s) provided to operate the dedicated 120 volt AC circuits on the apparatus. The shoreline inlet(s) will include red weatherproof flip up cover(s). Clearwater Fire & Rescue 100' Velocity Platform T48 75 of 147 There will be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is starting. The shoreline(s) will be connected to battery charger and cab receptacle. There will be a mating connector body supplied with the loose equipment. There will be a label installed near the inlet(s) that state the following: Line Voltage Current Ratting (amps) Phase Frequency The shoreline receptacle will be located on the driver side and passenger side of bumper extension. SUB FEED CIRCUIT BREAKER BOX (SHORELINE) A Cutler Hammer sub feed box will be supplied to protect the on board circuits when an auxiliary power source is used. The box will be installed in the LS4 next to breaker box. The sub feed box will distribute power to specific circuits in the vehicle. A directory for each breaker will be provided adjacent to the circuit breaker panel. Identification of circuits will be done in a durable manner that provides years of service. SWITCH, AUTO TRANSFER To protect either the generator or external power source from back feed, one (1) automatic relay system(s) will be installed to switch the on line device(s) between the generator and the external power source plug when it is connected for use. The transfer switch(es) will power outlet strip behind the drivers seat. ELECTRIC POWER FOR WINCH Electric power provisions will be furnished for the portable winch from the chassis battery system. The receiver plug will be located front bumper, both side hitches. A total quantity of three (3) receptacles will be provided. ALTERNATOR A Delco Remy®, Model 55SI, alternator will be provided. It will have a rated output current of 430 amps, as measured by SAE method J56. The alternator will feature an integral regulator and rectifier system that has been tested and qualified to an ambient temperature of 257 degrees Fahrenheit (125 degrees Celsius). The alternator will be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. Clearwater Fire & Rescue 100' Velocity Platform T48 76 of 147 LOAD MANAGER ROCKER SWITCH A rocker style switch will be provided for the load manager. LIGHT, PROGRAMMING The body step lights will be activated by the standard switching and whenever the parking brake is set. ELECTRONIC LOAD MANAGER An electronic load management (ELM) system will be provided that monitors the vehicles 12-volt electrical system, automatically reducing the electrical load in the event of a low voltage condition, and automatically restoring the shed electrical loads when a low voltage condition expires. This ensures the integrity of the electrical system. For improved reliability and ease of use, the load manager system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load management tasks. Load management systems which require additional components will not be allowed. The system will include the following features: System voltage monitoring. A shed load will remain inactive for a minimum of five minutes to prevent the load from cycling on and off. Sixteen available electronic load shedding levels. Priority levels can be set for individual outputs. High Idle to activate before any electric loads are shed and deactivate with the service brake. o If enabled: "Load Man Hi-Idle On" will display on the information center. Hi-Idle will not activate until 30 seconds after engine start up. Individual switch "on" indicator to flash when the particular load has been shed. The information center indicates system voltage. The information center, where applicable, includes a "Load Manager" screen indicating the following: Load managed items list, with priority levels and item condition. Individual load managed item condition: o ON = not shed o SHED = shed SEQUENCER A sequencer will be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges. This sequencer operation will allow a gradual increase or decrease in alternator output, rather than loading or dumping the entire 12 volt load to prolong the life of the alternator. For improved reliability and ease of use, the load sequencing system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load sequencing tasks. Load sequencing systems which require additional components will not be allowed. Clearwater Fire & Rescue 100' Velocity Platform T48 77 of 147 Emergency light sequencing will operate in conjunction with the emergency master light switch. When the emergency master switch is activated, the emergency lights will be activated one by one at half- second intervals. Sequenced emergency light switch indicators will flash while waiting for activation. When the emergency master switch is deactivated, the sequencer will deactivate the warning light loads in the reverse order. Sequencing of the following items will also occur, in conjunction with the ignition switch, at half-second intervals: Cab Heater and Air Conditioning Crew Cab Heater (if applicable) Crew Cab Air Conditioning (if applicable) Exhaust Fans (if applicable) Third Evaporator (if applicable) HEADLIGHTS There will be four (4) JW Speaker®, Model 8800, 4" x 6" rectangular LED lights mounted in the front quad style, chrome housing on each side of the cab grille: the outside light on each side will contain a part number 055***1 low beam module the inside light on each side will contain a part number 055***1 high beam module the headlight to include chrome bezels The low beam lights will be activated when the headlight switch is on. The high beam and low beam lights will be activated when the headlight switch and the high beam switch is activated. DIRECTIONAL LIGHTS There will be two (2) Whelen 600® series, LED combination directional/marker lights provided. The lights will be located on the outside cab corners, next to the headlights. The color of the lenses will be the same color as the LED's. INTERMEDIATE LIGHT There will be two (2) Weldon, Model 9186-8580-29, amber LED turn signal marker lights furnished, one (1) each side, in the rear fender panel. The light will double as a turn signal and marker light. CAB CLEARANCE/MARKER/ID LIGHTS There will be seven (7) Truck-Lite, Model 35200Y, amber LED lights provided to indicate the presence and overall width of the vehicle in the following locations: Three (3) amber LED identification lights will be installed in the center of the cab above the windshield. Two (2) amber LED clearance lights will be installed, one (1) on each outboard side of the cab above the windshield. Clearwater Fire & Rescue 100' Velocity Platform T48 78 of 147 Two (2) amber LED marker lights will be installed, one (1) on each side above the cab doors. The lights will be mounted with no guard. PLATFORM CLEARANCE/MARKER/ID LIGHTS There will be five (5) amber LED lights provided to indicate the presence and overall width of the vehicle in the following locations: Three (3) amber LED identification lights will be installed on the front of the aerial basket, centered. Two (2) amber LED clearance/marker lights will be installed, one (1) on each corner of the aerial basket visible from the side and the front of the vehicle. REAR CLEARANCE/MARKER/ID LIGHTING There will be three (3) LED identification lights located at the rear installed per the following: As close as practical to the vertical centerline Centers spaced not less than 6.00" or more than 12.00" apart Red in color All at the same height There will be two (2) LED lights installed at the rear of the apparatus used as clearance lights located at the rear of the apparatus per the following: To indicate the overall width of the vehicle One (1) each side of the vertical centerline As near the top as practical Red in color To be visible from the rear All at the same height There will be two (2) LED lights installed on the side of the apparatus used as marker lights as close to the rear as practical per the following: To indicate the overall length of the vehicle One (1) each side of the vertical centerline As near the top as practical Red in color To be visible from the side All at the same height The lights will be mounted with no guard. There will be two (2) red reflectors located on the rear of the truck facing to the rear. One (1) each side, as far to the outside as practical, at a minimum of 15.00", but no more than 60.00", above the ground. Clearwater Fire & Rescue 100' Velocity Platform T48 79 of 147 There will be two (2) red reflectors located on the side of the truck facing to the side. One (1) each side, as far to the rear as practical, at a minimum of 15.00", but no more than 60.00", above the ground. Per FMVSS 108 and CMVSS 108 requirements. MARKER LIGHTS There will be one (1) pair of amber and red LED marker lights with rubber arm, located at the rear most lower corner of the body. The amber lens will face the front and the red lens will face the rear of the truck. These lights will be activated with the running lights of the vehicle. REAR FMVSS LIGHTING There will be Whelen® stop/tail and directional lights with chrome trim provided at the rear of the apparatus per the following: two (2) Model C6BTT*, 5.12" high x 7.56" wide x 1.56" deep stop/tail lights with red LEDs two (2) Model C6T*, 5.12" high x 7.56" wide x 1.56" deep directional lights with amber LEDs in an arrow pattern the lens color(s) to be clear Two (2) Whelen Model C6BU, 5.15" high x 7.56" wide x 1.62" deep backup lights with white LEDs and chrome trim will be provided at the rear of the apparatus. LICENSE PLATE BRACKET There will be one (1) license plate bracket mounted on the rear of the body. A white LED light will illuminate the license plate. A polished stainless steel light shield will be provided over the light that will direct illumination downward, preventing white light to the rear. BACK-UP ALARM A PRECO, Model 1040, solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse will be provided. The device will sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) dBA above surrounding environmental noise levels. CAB PERIMETER SCENE LIGHTS There will be four (4) Amdor, Model AY-LB-12HW020, 350 lumens each, 20.00" white LED strip lights provided, one (1) for each cab door. These lights will be activated automatically when the battery switch is on and the exit doors are opened or by the same means as the body perimeter scene lights. BODY PERIMETER SCENE LIGHTS There will be two (2) Amdor, Model AY-LB-12HW020, 350 lumens, 20.00" long, with white LED's, 12 volt lights provided. The lights will be mounted in the following locations: Clearwater Fire & Rescue 100' Velocity Platform T48 80 of 147 One (1) light under the driver's side turntable access steps One (1) light under the passenger's side turntable access steps The perimeter scene lights will be activated when the battery switch is on and the parking brake is applied and either directional light is activated, activating all side facing perimeter lights with a 10 second delay after directional is deactivated. ADDITIONAL PERIMETER LIGHTS There will be two (2) Whelen Model PELCC white 12 volt DC LED light(s) with 45 degree chrome mount provided center rear fender panels. These additional lights will be controlled with the other body perimeter lights. ADDITIONAL PERIMETER LIGHTS There will be two (2) lights - Amdor® Model AY-LB-12HW020, 350 lumens, 20.00" long, with white LED's installed with one (1) light under compartment D6 and one (1) light under compartment P6. With the chassis battery switch energized, the lights will be activated by the same means as the body perimeter lights. STEP LIGHTS All steps on the apparatus will be illuminated per the current edition of NFPA 1901 and will match the turn table access step lights. 12 VOLT DC SCENE LIGHTS There will be one (1) Whelen® Model P*H1*, 8,875 lumens 12 volt DC powered lights with white LEDs and flood optics installed on the apparatus located, PS rear of crew door, match J#33243. The light(s) to be installed in a 15 degree vertical recessed bracket. The painted parts of this light assembly to be white. The lights will be activated by a switch at the driver's side switch panel and when the cab or crew cab doors on the passenger's side are open. The light(s) may be load managed when the parking brake is applied. 12 VOLT DC SCENE LIGHTS There will be one (1) Whelen® Model P*H1*, 8,875 lumens 12 volt DC powered lights with white LEDs and flood optics installed on the apparatus located, DS rear of crew door, match J#33243. The light(s) to be installed in a 15 degree vertical recessed bracket. The painted parts of this light assembly to be white. The lights will be activated by a switch at the driver's side switch panel and when the cab or crew cab doors on the driver's side are open. The light(s) may be load managed when the parking brake is applied. Clearwater Fire & Rescue 100' Velocity Platform T48 81 of 147 12 VOLT LIGHTING There will be two (2) Whelen® Model P*H2*, 17,750 lumens 12 volt DC LED light(s) with flood optics installed on the apparatus located, PS body forward, and forward on lower rear portion of the body. Job# 18271. The painted parts of this light assembly to be white. The light(s) to be installed with an adjustable locking pedestal mount(s) with handle(s). The lights will be controlled by a switch at the driver's side switch panel and by the same switching that has been selected for the other rear scene light(s) on the apparatus, EXCEPT FOR THE CAB DOOR OPENING. The light(s) may be load managed when the parking brake is applied. 12 VOLT LIGHTING There will be two (2) Whelen® Model P*H1*, 8,875 lumens 12 volt DC LED light(s) with flood optics installed on the apparatus located, high, each side, rear body. The painted parts of this light assembly to be white. The light(s) to be installed in a 0 degree vertical recessed bracket. The lights will be controlled by a switch at the driver's side switch panel and by a switch in a stainless steel cup located on the driver's side at the rear of the apparatus no more than 72.00" from the ground. The light(s) may be load managed when the parking brake is applied. 12 VOLT LIGHTING There will be two (2) Whelen® Model P*H2*, 17,750 lumens 12 volt DC LED light(s) with flood optics installed on the apparatus located, DS body forward, and forward on lower rear portion of the body. Job# 18271. The painted parts of this light assembly to be white. The light(s) to be installed with an adjustable locking pedestal mount(s) with handle(s). The lights will be controlled by a switch at the driver's side switch panel and by the same switch that has been selected for the other rear scene light(s) on the apparatus, EXCEPT FOR THE CAB DOOR OPENING. The light(s) may be load managed when the parking brake is applied. WALKING SURFACE LIGHT There will be Model FRP, 4" round black 12 volt DC LED floodlight(s) with bolt mount provided to illuminate the entire designated walking surface on top of the body. The light(s) will be activated when the body step lights are on. Clearwater Fire & Rescue 100' Velocity Platform T48 82 of 147 CARGO AREA The cargo area will be fabricated of .125" 5052 aluminum with a 38,000 psi tensile strength. The sides will not form any portion of the fender compartments. The upper edges of the side panels will have a double break for rigidity. The cargo area will be located ahead of the ladder turntable. Flooring of the cargo area will be aluminum treadplate. TURNTABLE STEPS Steps to access the turntable from the left and right side will be provided just behind the compartmentation. The steps will be a swing-down design, with the stepping area made of Morton Tread-Grip® channel. The step height for the bottom step (the distance from the top surface of the step to the ground) will not exceed 24.00" with the step in its extended position. No step height (the distance between the top surfaces of any two (2) adjacent steps) will be greater than 14.00". The stepwell will be lined with bright aluminum treadplate to act as scuffplates. The steps will be connected to the "Do Not Move Truck" indicator. A handrail will be provided on each side of the access steps. A hand hold will be provided in the left and right side of each set of access steps. STEP LIGHTS There will be three (3) white LED step lights provided for each set of aerial turntable access steps. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The step lights will be actuated by the aerial master switch in the cab. SMOOTH ALUMINUM REAR WALL The rear wall will be smooth aluminum. TOW EYES Two (2) rear painted tow eyes will be located at the rear of the apparatus and will be mounted directly to the torque box. The inner and outer edges of the tow eyes will be radiused. COMPARTMENTATION Compartmentation will be fabricated of 0.125" 5052 aluminum. The side compartments are an integral assembly with the rear fenders. Fully enclosed rear wheel housings will be provided to prevent rust pockets and for ease of maintenance. Due to the severe loading requirements of this aerial, a method of compartment body support suitable for the intended load will be provided. The backbone of the support system will be the chassis frame rail, which is the strongest component of the chassis and is designed for sustaining maximum loads. A support system will be used which will incorporate a floating substructure by using Neoprene Elastomer isolators to allow the body to remain rigid while the chassis goes through its natural flex. Clearwater Fire & Rescue 100' Velocity Platform T48 83 of 147 The isolators will have a broad range of proven viability in vehicular applications, be of a fail safe design, and allow for all necessary movement in three (3) transitional and rotational modes. This will result in a 500 lb equipment rating for each lower compartment of the body. The compartmentation in front of the rear axle will include a 3.00" steel support assemblies which are bolted to the chassis frame rails. A steel framework will be mounted to the body above these support assemblies connected to the support assemblies with isolators. There will be one (1) support assembly mounted to each chassis frame rail. The compartmentation behind the rear axle will include 3.00" steel support assemblies which are bolted to the chassis frame rails and extend underneath to the outside edge of the body. The support assembly will be coated to isolate the dissimilar metals before it is bolted to the body. There will be one (1) support assembly mounted to each chassis frame rail. Compartment flooring will be of the sweep out design with the floor higher than the compartment door lip. The compartment door openings are framed by flanging the edges in 1.75" and bending out again 0.75" to form an angle. Drip protection is provided over all door openings by means of bright aluminum extrusion or formed bright aluminum treadplate. Side compartment tops will be covered with bright aluminum treadplate with a 1.00" rolled over edge on the front, rear and outward side. The covers are fabricated in one (1) piece and have the corners welded. A bright aluminum treadplate cover will be provided on the front wall of each side compartment. All screws and bolts which protrude into a compartment will have acorn nuts at the ends to prevent injury. The body design has been fully tested. Proven engineering and test techniques such as finite element analysis, model analysis, stress coating and strain gauging have been performed with special attention given to fatigue life and structural integrity of the compartment body and substructure. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas will comply with the required average slip resistance of the current NFPA standards. LOUVERS All body compartments will have a minimum of one (1) set of louvers stamped into a wall to provide the proper airflow inside the compartment and to prevent water from dripping into the compartment. These louvers will be formed into the metal and not added to the compartment as a separate plate. COMPARTMENT IN PLACE OF PUMP A roll-up door compartment will be installed in place of the pump and pump panel. The compartment will be approximately 54.25" wide x 64.00" high x 24.50" deep in the lower area and transversed in the top portion of the compartment. The transversed area will be 46.50" wide x 47.00 high. The door opening will be approximately 51.25" wide x 56.38" high. The forward wall will be notched for the boom support. Clearwater Fire & Rescue 100' Velocity Platform T48 84 of 147 LEFT SIDE COMPARTMENTATION A full height roll-up door compartment ahead of the rear wheels will be 41.75" wide x 56.38" high x 24.25" deep inside with a clear door opening of 38.75"wide x 56.38" high. One (1) roll-up door compartment will be located above the fender compartments and over the rear axles. The compartment will be 72.13" wide x 33.25" high x 24.25" deep inside with a clear door opening of 63.75" wide x 25.50" high. A compartment with a single pan stainless steel door will be located above the front stabilizer. The compartment will be 24.25" wide x 15.50" high x 24.25" deep with a door opening of 18.50" wide x 12.75" high. There will be one (1) compartment located below the turntable with a lift-up door. The compartment will be 39.38" wide x 18.38" high x 21.25" deep with a door opening of 35.00" wide x 14.88" high. A full height roll-up door compartment behind the rear wheels will be 43.75" wide x 49.25" high x 21.25" deep. The clear door opening will be 40.75" wide x 41.62" high. RIGHT SIDE COMPARTMENTATION A full height roll-up door compartment, ahead of the rear wheels, will be 41.75" wide x 56.38" high x 24.25" deep inside with a clear door opening of 38.75" wide x 56.38" high. One (1) roll-up door compartment will be located above the fender compartments and over the rear axles. The compartment will be 72.13" wide x 33.25" high x 24.25" deep inside with a clear door opening of 63.75" wide x 25.50" high. A compartment with a single pan stainless steel door will be located above the front stabilizer. The compartment will be 24.25" wide x 15.50" high x 24.25" deep with a door opening of 18.50" wide x 12.75" high. A full height roll-up door compartment, behind the rear wheels, will be approximately 43.75" wide x 49.25" high x 21.25" deep. The clear door opening will be approximately 40.75" wide x 41.62" high. There will be one (1) compartment located below the turntable, with a lift-up door. The compartment will be approximately 39.38" wide x 18.38" high x 21.25" deep with a door opening of approximately 35.00" wide x 14.88" high. ROLLUP DOOR, SIDE COMPARTMENTS There will be eight (8) compartment doors installed on the side compartments. The doors will be double faced aluminum construction, painted one (1) color to match the lower portion of the body and manufactured by Gortite®. Lath sections will be an interlocking rib design and will be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals will allow door to operate in extreme Clearwater Fire & Rescue 100' Velocity Platform T48 85 of 147 temperatures ranging from 180 to -40 degrees Fahrenheit. Side, top and bottom seals will be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges, barrel clips and end pieces will be nylon 66. All nylon components will withstand temperatures from 300 to -40 degrees Fahrenheit. A polished stainless steel lift bar to be provided for each roll-up door. Lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame. A ledge will be supplied over lift bar for additional area to aid in closing the door. Doors will be constructed from an aluminum box section. The exterior surface of each slat will be flat. The interior surfaces will be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments, the spring roller assembly will not exceed 3.00" in diameter. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. REAR BUMPER A 5.00" rear bumper will be furnished. Bumper will be constructed of steel framework and will be covered with polished aluminum treadplate. The bumper will be 4.00" deep x 5.00" high and will be spaced away from the body approximately 1.00". It will extend the full width of the body. DOOR GUARD There will be seven (7) compartment doors that will include a guard/drip pan designed to protect the rollup door from damage when in the retracted position and contain any water spray. The guard will be fabricated from stainless steel and installed on the left side rearward compartment, left side forward compartment, left side forward compartment, right side rearward compartment, right side forward compartment, right side forward compartment and rear compartment. COMPARTMENT LIGHTING There will be seven (7) compartment(s) with two (2) white 12 volt DC LED compartment light strips. The dual light strips will be centered vertically along each side of the door framing. There will be two (2) light strips per compartment.The dual light strips will be in D1, D4, D5, P1, P4, P5 and R1 compartment(s). Any remaining compartments without light strips will have a 6.00" diameter Truck-Lite, Model: 79384 light. Each light will have a number 1076 one filament, two wire bulb. Opening the compartment door will automatically turn the compartment lighting on. COMPARTMENT LIGHTING, ADDITIONAL There will be two (2) Pierce LED light(s) provided in the compartment(s) located LS2 & RS2. Each light will be 9.00" in length. Opening the compartment door(s) will automatically turn the compartment lighting on. Clearwater Fire & Rescue 100' Velocity Platform T48 86 of 147 COMPARTMENT LIGHTING, ADDITIONAL There will be two (2) Pierce LED strip light(s) provided in the compartment(s) located LS3 & RS3. Each light will be 54.00" in length. Opening the compartment door(s) will automatically turn the compartment lighting on. MOUNTING TRACKS There will be four (4) sets of tracks for mounting shelf(s) in RS1, RS4, RS5 and RS6. These tracks will be installed vertically to support the adjustable shelf(s), and will be full height of the compartment. The tracks will be painted to match the compartment interior. FIXED SHELVES There will be one (1) shelf with a capacity of 500 lb provided. The shelf construction will consist of .188" aluminum with 2.00" sides. Each shelf will be painted Nightspots 909017 and will be fixed in its location in the compartment. The shelves will be held in place by .12" thick stamped plated brackets and bolts or angles bolted to the compartment as the engineer or shop floor see fit. The location will be LS4. FIXED SHELVES There will be one (1) shelf with a capacity of 500 lb provided. The shelf construction will consist of .188" brushed aluminum with 2.00" sides. Each shelf will be painted Nighspots to match the compartment interior. Each shelf will be fixed in its location in the compartment The shelves will be held in place by .12" thick stamped plated brackets and bolts or angles bolted to the compartment as the engineer or shop floor see fit. The location will be to the right/rear of the L5 partition. The dimensional width will be full depth and width to the right/rear of the L5 partition . ADJUSTABLE SHELVES There will be three (3) shelves with a capacity of 500 lb provided. The shelf construction will consist of .188" aluminum painted nightspots with 2.00" sides. Each shelf will be infinitely adjustable by means of a threaded fastener, which slides in a track. The shelves will be held in place by .12" thick stamped plated brackets and bolts. The location(s) will be in RS1 centered between the floor and the ceiling, in RS4 centered between the floor and the ceiling and in RS1 in the lower third. SLIDE-OUT ADJUSTABLE HEIGHT TRAY There will be one (1) slide-out tray provided. Each tray will have 2.00" high sides and a capacity rating of up to 500 lb in the extended position. Clearwater Fire & Rescue 100' Velocity Platform T48 87 of 147 Each tray will be designed to be as wide as the compartment space will allow. Each tray will be constructed of aluminum painted nightspots. Each tray will be mounted on a pair of side mounted slides. The slide mechanisms will have ball bearings for ease of operation and years of dependable service. The slides will be mounted to shelf tracks to allow the tray to be adjustable up and down within the designated mounting location. An automatic lock will be provided for both the in and out tray positions. The lock trip mechanism will be located at the front of the tray and will be easily operated with a gloved hand. The tray(s) will be located LS1 lower (2.5" off of the floor to store the stabilizer pads underneath). SLIDE-OUT/TILT-DOWN TRAY There will be one (1) slide-out tray provided. The bottom of each tray will be constructed of 0.188" thick aluminum painted nightspots while special aluminum extrusions will be utilized for the tray sides, ends, and tracks. The corners will be welded to form a rigid unit. A spring loaded lock will be provided on each side at the front of the tray. Releasing the locks will allow the tray to slide out approximately two-thirds (2/3) of its length from the stowed position and tip 30 degrees down from horizontal. The tray will be equipped with ball bearing rollers for smooth operation. Rubber padded stops will be provided for the tray in the extended position. The capacity rating of the tray will be a minimum of 215 lb in the extended position. The vertical position of the tray within the compartment will be adjustable. The location(s) will be in RS5 in the upper third to the left of the partition and in RS6 centered between the floor and the ceiling. SLIDE-OUT/TILT-DOWN TRAY There will be one (1) slide-out tray provided. The bottom of each tray will constructed of 0.188" thick aluminum while special aluminum extrusions will be utilized for the tray sides, ends, and tracks. The corners will be welded to form a rigid unit. The tray will be half depth of the transverse compartment. A spring loaded lock will be provided on each side at the front of the tray. Releasing the locks will allow the tray to slide out approximately two-thirds (2/3) of its length from the stowed position and tip 30 degrees down from horizontal. The tray will be equipped with ball bearing rollers for smooth operation. Rubber padded stops will be provided for the tray in the extended positions. The capacity rating of the tray will be a minimum of 215 lb in the extended position. The vertical position of the tray within the compartment will be adjustable. Clearwater Fire & Rescue 100' Velocity Platform T48 88 of 147 The tray(s) will be located LS3 rear of partition. SLIDE-OUT FLOOR MOUNTED TRAY There will be two (2) floor mounted slide-out tray(s) provided. Each tray will have 2.00" high sides and a minimum capacity rating of 500 lb in the extended position. Each tray will be constructed of aluminum painted nightspots There will be two undermount-roller bearing type slides rated at 250lb each provided. The pair of slides will have a safety factor rating of 2. To ensure years of dependable service, the slides will be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation, the slides will require no more than a 50lb force for push-in or pull- out movement when fully loaded after having been subjected to a 40 hour vibration (shaker) test under full load. The vibration drive file will have been generated from accelerometer data collected from a heavy truck chassis driven over rough gravel roads in an unloaded condition. Proof of compliance will be provided upon request. Automatic locks will be provided for both the "in" and "out" positions. The trip mechanism for the locks will be located at the front of the tray for ease of use with a gloved hand. The location(s) will be LS5 to the right of the partition and RS5 to the left of the partition. TOOL BOARD An aluminum tool board will be provided. It will be a minimum of .188" thick with .20" diameter holes in a pegboard pattern with 1.00" centers between holes. A 1.00" x 1.00" aluminum tube frame will be welded to the edge of the board. The board will be installed on adjustable tracks on a slide out tray. The tracks will allow side to side adjustment. The board will be as high as space permits and full length of the tray. The tray is not included in this option. There will be One (1) toolboard(s) provided. The toolboard(s) will be painted Nightspots 909017 and installed LS4, 36" tall. DRAWER ASSEMBLY A slideout drawer assembly will be installed LS4. The clear dimensions of the first drawer starting at the top will be 12.25" with a face plate that is 13.00" high x 21.00" deep. The clear dimensions of the second drawer will be 12.75" with a face plate that is 13.00" high x 21.00" deep. Each drawer will be the same width and not exceed 48.00". The drawers will have a capacity of 250 pounds. Clearwater Fire & Rescue 100' Velocity Platform T48 89 of 147 The drawers will be mounted in a cabinet housing constructed of light gray powder coated aluminum with anodized aluminum frames. The housing will be 24.00" deep, and completely enclose the drawer. A full-length aluminum extruded rail will be provided at the top edge of each drawer. This rail will act as the latching mechanism as well as the handle for each drawer. There will be a total of two (2) provided. TOOL BOX A tool box will be furnished. The outside size will be 26.00" long x [Width] x [Depth]. The tool box will be black in color. Construction will be of .50" polypropylene plastic with joints and seams nitrogen welded. A cut out carrying handle will be provided on each end. There will be two (2) provided. It will be located LS3, rear of partition. TRANSVERSE COMPARTMENT OVER TORQUE BOX two (2) upper forward body compartments will be transverse over the torque box, to the opposite side of the body. The transverse area will be 19.25" high x 68.00" deep and as wide as the compartments being transversed. The D3/P3 and D4/P4 compartment will include this transverse option. COMPARTMENT FLOOR SCUFFPLATE Aluminum treadplate will be provided on the floor of one (1) compartment(s) located in LS3, Rear of partition compartment(s). The edges of the treadplate will be completely caulked before installation to prevent corrosion. This overlay is to be angled so that cribbing stored in this compartment will not work out to the door. Floor to be angled back from the door frame to the rear of the compartment. PARTITION IN TRANSVERSE COMPARTMENT One (1) partition will be bolted in 10" from forward wall. Each partition will be the full vertical height of the compartment. VERTICAL COMPARTMENT PARTITION One (1) partition will be bolted in tbd. Each partition will be the ?? vertical height of the compartment. Each partition will be painted Nightspots 909017. VERTICAL COMPARTMENT PARTITION Two (2) partitions will be provided. The partition construction will consist of .125" aluminum painted spatter gray. Each partition will be the full vertical height of the compartment. The location(s) will be in LS3, 16.00" from the forward door frame and in RS3, 16.00" from the forward door frame. Clearwater Fire & Rescue 100' Velocity Platform T48 90 of 147 POLY BOX STORAGE There will be a rack installed for storing two (2) poly boxes in the LS3 compartment. The rack will be fabricated from .188" aluminum, finished to match the compartment interior. The exact size of the poly boxes will be to fit two poly boxes above an empty space for a toolbox. The rack will be configured TBD. RUB RAIL Bottom edge of the side compartments will be trimmed with a bright aluminum extruded rub rail. Trim will be 2.12" high with 1.38" flanges turned outward for rigidity. The rub rails will not be an integral part of the body construction, which allows replacement in the event of damage. BODY FENDER CROWNS Stainless steel fender crowns will be provided around the rear wheel openings. A rubber welting will be provided between the body and the crown to seal the seam and restrict moisture from entering. FOUR AIR BOTTLE STORAGE COMPARTMENT A total of two (2) air bottle compartments will be provided and located one (1) on the left side and one (1) on the right side, centered between the tandem rear wheels. The air bottle compartment will consist of individual bins each designed to hold an air bottle with a maximum diameter of 7.63" and a maximum depth of 26.00". Each compartment will hold a total of four (4) air bottles. The compartment will accommodate three (3) bottles across the top and one (1) centered below. The bottom air bottle will be accessible only when the top center bottle is removed and the hinged partition over the bottom bottle is lifted up. Each bottle will be separated by a partition. Flooring will be rubber lined and have a drain hole. A drop down door with support cables with pair of Southco raised trigger C2 chrome lever latches will be provided for each compartment. The door will be polished stainless steel. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. AIR BOTTLE COMPARTMENT STRAP Straps will be provided in the air bottle compartment(s) to help contain the top three (3) air bottles. The straps will wrap around the neck of each bottle and attach to the wall of the compartment. EXTENSION LADDER There will be two (2) 35' two (2) section aluminum Duo-Safety Series 1200-A extension ladder(s) provided. AERIAL EXTENSION LADDERS There will be one (1) 28' two (2) section aluminum Duo-Safety Series 1200-A extension ladder(s) provided and located in the aerial torque box. Clearwater Fire & Rescue 100' Velocity Platform T48 91 of 147 ROOF LADDER There will be one (1) 16' aluminum Duo-Safety Series 875-A roof ladder(s) provided. ADDED ROOF LADDER There will be one (1) aluminum, 14' Duo Safety 875-DR roof ladder provided aerial fly section. ADDED ROOF LADDER There will be one (1) 14' roof, aluminum, Series 775-A provided. AERIAL ATTIC EXTENSION LADDER There will be one (1) 14' Fresno aluminum Duo-Safety Series 701 attic extension ladder(s) provided. AERIAL FOLDING LADDER There will be one (1) 10' aluminum Duo-Safety Series 585-A folding ladder(s) provided and located in the aerial torque box. GROUND LADDER STORAGE The ground ladders are stored within the torque box and are removable from the rear. Ladders will be enclosed to prevent road dirt and debris from fouling or damaging the ladders. The ladders rest in full length stainless steel slides and are arranged in such a manner that any one ladder can be removed without having to move or remove any other ladder. A Gortite rollup door will be provided at the rear, double faced, aluminum construction, and an anodized satin finish.A polished stainless steel lift bar to be provided for the rear roll-up door. The latching mechanism will consist of a full length lift bar lock with latches on the outer extrusion of the door frame. A stainless plate with a 2-bend flange and a stainless steel hinge will be provided to secure the aerial ladder complement. The plate assembly will be mounted to the bottom of the entrance of the torque box ladder storage area. When the plate is vertical, it will secure the ladders and prevent them from migrating to the rear of the apparatus. When the plate is down and not securing the ladders, the rollup door can not close, which will activate the "Open Door Indicator Light" within the cab. The rollup door together with hinge friction will secure the plate in place during driving operations. A door guard will be provided to prevent tools inside the torque box from damaging the rollup door. LADDER STORAGE LIGHTING There will be two (2) Truck Lite Model 40227C, 4.00" white incandescent lights with Model 40700, grommets used to illuminate the torque box ladder storage compartment. One (1) each side will be located on the side wall of the torque box near the ladder storage entry area. The lights will be activated when the ladder storage compartment door is opened. 12' PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.8.1.3 requires four (4) pike poles mounted in brackets fastened to the apparatus. Clearwater Fire & Rescue 100' Velocity Platform T48 92 of 147 The pike poles are not on the apparatus as manufactured. The fire department will provide and mount the pike poles. There will be two (2) 12' pike pole(s) provided. The pike pole(s) will be a Fire Hooks Unlimited 12' all purpose hook model APH-12. PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.9.3 requires four (4) pike poles mounted in brackets fastened to the apparatus. The pike poles are not on the apparatus as manufactured. The fire department will provide and mount the pike poles. There will be two (2) pike pole(s) provided. The pike pole(s) will be a Fire Hooks Unlimited 8 foot roof hook. 6' PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.9.3 requires four (4) pike poles mounted in brackets fastened to the apparatus. The pike pole is not on the apparatus as manufactured. The fire department will provide and mount the pike poles. There will be two (2) 6' pike pole(s) provided. The pike pole(s) will be a Fire Hooks Unlimited 6 foot roof hook. PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.9.3 requires four (4) pike poles mounted in brackets fastened to the apparatus. The pike poles are not on the apparatus as manufactured. The fire department will provide and mount the pike poles. There will be two (2) pike pole(s) provided. The pike pole(s) will be a Fire Hooks Unlimited 40" NHFG with D handle. PIKE POLE STORAGE IN TORQUE BOX/LADDER STORAGE There will be ABS tubing provided in the torque box/ladder storage area for a total of eight (8) pike poles. If the head of a pike pole can come into contact with a painted surface, a stainless steel scuffplate will be provided. PIKE POLE STORAGE Aluminum tubing will be used for the storage of four (4) pike poles and will be located on the forward wall of the the transverse LS5/RS5 compartment, in between the wall and the partition. If the head of a pike pole can come in contact with a painted surface, a stainless steel scuffplate will be provided. The Clearwater Fire & Rescue 100' Velocity Platform T48 93 of 147 tube will be painted job color horizontal, tow hooks will be removed from the DS, two hooks removed from the PS. Cotter pins will retain the poles . REDUCER There will be one (1) adapter with 2.50" FNST x 1.50" MNST threads and a 1.50" chrome plated cap installed on on the PS 2.5 VUM discharge. AIR HORN SYSTEM Two (2) Grover 2040 rectangular air horns will be provided. The horns will be mounted low through the lower bumper flange. The horn system will be piped to the air brake system wet tank utilizing 0.38" tubing. A pressure protection valve will be installed in-line to prevent the loss of air in the air brake system. Air Horn Location The air horns will be located on the left side of the bumper, outside of the frame rail. AIR HORN CONTROL The air horns will be actuated by a lanyard rope pull control within reach of the officer and by the horn button in the steering wheel. The driver will have the option to control the air horns or the chassis horns from the horn button by means of a selector switch located on the instrument panel. ELECTRONIC SIREN A Code 3®, Model 3692, electronic siren with noise canceling microphone will be provided. This siren to be active when the battery switch is on and the emergency master switch is on. Electronic siren head will be recessed in the passenger side center switch panel. The electronic siren will be controlled on the siren head only. No horn button or foot switches will be provided. SPEAKER There will be one (1) Code 3®, Model C3100 speaker provided. The speaker will be connected to the siren amplifier. AUXILIARY MECHANICAL SIREN A Federal Q2B® siren will be furnished. A siren brake button will be installed on the switch panel. The control solenoid will be powered up after the emergency master switch is activated. The mechanical siren will be recessed in the front bumper on the right side. The siren will be properly supported using the bumper framework. The mechanical siren will be actuated by a foot switch on the officer's side and by the horn button in the steering wheel. The driver will have the option to control the siren or the chassis horns from the horn button by means of a selector switch located on the instrument panel. Clearwater Fire & Rescue 100' Velocity Platform T48 94 of 147 FRONT ZONE UPPER WARNING LIGHTS There will be two (2) 21.50" Whelen Freedom IV lightbars mounted on the cab roof, one (1) on each side above the driver's and passenger's door at a 30 degree outward angle to the front of the cab. The driver's side lightbar will include the following: One (1) red flashing LED module in the outside end position. One (1) white flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside front position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the inside front corner position. The passenger's side lightbar will include the following: One (1) red flashing LED module in the inside front corner position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the outside front position. One (1) white flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside end position. There will be clear lenses included on the lightbar. There will be a switch in the cab on the switch panel to control the lightbars. The white LEDs will be disabled when the parking brake is applied. FRONT ZONE UPPER LIGHTING, PLATFORM Three (3) Whelen, Model: 50R03ZRR red flashing Super LED lights will be located at the front of the platform basket. These lights are required to meet the front upper level optical warning and optical power requirements of NFPA. The lights will be controlled by the same switch as the lightbars. These lights will be deactivated when the boom is lifted out of the cradle. TRAFFIC LIGHT CONTROLLER There will be a GTT, Model 794* LED Opticom traffic light controller with national standard high priority remote mounted on the front edge of the platform basket, front of basket. The Opticom traffic light controller will be activated by a cab switch with emergency master control. The Opticom traffic light controller will have no momentary activation switch. The Opticom traffic light controller will be disabled when the parking brake is applied. Clearwater Fire & Rescue 100' Velocity Platform T48 95 of 147 SIDE WARNING LIGHTS There will be two (2) 21.50" Whelen Freedom IV LED lightbars mounted on the roof, one (1) on each side, over the cab doors. The driver's side lightbar will include the following: One (1) red flashing LED module in the outside end position. One (1) red flashing LED module in the outside front corner position. One (1) white flashing LED module in the outside front position. One (1) red flashing LED module in the inside front position. One (1) red flashing LED module in the inside front corner position. The passenger's side lightbar will include the following: One (1) red flashing LED module in the inside front corner position. One (1) red flashing LED module in the inside front position. One (1) white flashing LED module in the outside front position. One (1) red flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside end position. There will be clear lenses included on the lightbar. There will be a switch in the cab on the switch panel to control the lightbars. The white LED's will be disabled when the parking brake is applied. The two (2) red flashing LED modules in the inside front positions and the two (2) red flashing LED modules in the inside front corner positions may be load managed when the parking brake is applied. CAB FACE WARNING LIGHTS There will be four (4) Whelen®, Model C6L**, 5.12" high x 7.56" wide x 1.56" deep flashing LED warning lights installed on the cab face above the headlights, mounted in two (2) bezels similar to the headlights. the driver's side front outside warning light to be red the driver's side front inside warning light to be white the passenger's side front inside warning light to be white the passenger's side front outside warning light to be red the warning light lens color(s) to be clear There will be a switch in the cab on the switch panel to control the lights. The inside lights will be controlled per the following: white LEDs will be deactivated when the parking brake is applied amber LEDs will be deactivated when the parking brake is released amber, blue or red LEDs may be load managed when the parking brake is applied Clearwater Fire & Rescue 100' Velocity Platform T48 96 of 147 FRONT WARNING LIGHT There will be a Whelen Dominator, Model DP880000, LED light bar mounted to the lower section of the front cab grille. The lightbar will include eight (8) LINZ6, red LED modules. The dimensions will be 30.36" long x 1.75" high x 2.18" deep. The light flash pattern will be controlled by an internal programmable flasher. The flash patter will be set to flash back and fourth. There will be a switch located in the cab on the switch panel to control the lightbar. This light may be load managed when the parking brake is set. FRONT WARNING FLASH PATTERN ADJUSTMENT The flash pattern of the front warning Whelen® Dominator lights will be adjusted to phasing In/Out. HEADLIGHT FLASHER The high beam headlights will flash alternately between the left and right side. There will be a switch installed in the cab on the switch panel to control the high beam flash. This switch will be live when the battery switch and the emergency master switches are on. The flashing will automatically cancel when the hi-beam headlight switch is activated or when the parking brake is set. SIDE ZONE LOWER LIGHTING There will be six (6) Whelen®, flashing LED warning lights with chrome trim installed per the following: Two (2) Model C6L**, 5.15" high x 8.31" wide x 1.56" deep lights, one (1) each side on the bumper extension. The driver's side, side front light to include red warning LEDs and the passenger's side, side front light to include red warning LEDs. Two (2) Model C6L**, 5.15" high x 8.31" wide x 1.56" deep lights, Above front wheels on the EMS doors. match J# 33243. The driver's side, side middle light to include red warning LEDs and the passenger's side, side middle light to include red warning LEDs. Two (2) Model M6V2*, 4.31" high x 6.75" wide x 2.25" deep lights with lower scene LEDs, in between tandem rear wheels. The driver's side, side rear light to include red warning LEDs and the passenger's side, side rear light to include red warning LEDs. The warning light lens color(s) to be clear. There will be a switch in the cab on the switch panel to control the warning LEDs. The scene LEDs will be activated when a directional signal is activated and when the perimeter lights are activated. INTERIOR CAB DOOR WARNING LIGHTS There will be four (4) Weldon, Model 8401-0000-20, amber 12 volt DC LED flashing strip lights provided. Clearwater Fire & Rescue 100' Velocity Platform T48 97 of 147 One (1) light on the driver's side cab door. One (1) light on the passenger's side cab door. One (1) light on the passenger's side crew cab. One (1) light on the driver's side crew cab door. Each light will be located on the door high as possible on DS and PS EMS exterior door . Each light will be installed so the flash pattern directs traffic away from the doors. Each light shall be installed so the flash pattern directs traffic away from the doors. INTERIOR CAB DOOR WARNING LIGHTS There will be four (4) Weldon, Model 8401-0000-20, amber 12 volt DC LED flashing strip lights provided. One (1) light on the driver's side cab door over the window. One (1) light on the passenger's side cab door over the window. One (1) light on the passenger's side crew cab door over the window. One (1) light on the driver's side crew cab door over the window. Each light will be activated when the battery switch is on and the adjacent door is opened. Each light will be installed so the flash pattern directs traffic away from the doors. SIDE WARNING LIGHTS There will be four (4) Whelen®, Model C6L**, 5.12" high x 7.56" wide x 1.56" deep flashing LED warning light(s) with chrome trim provided a pair rear of the crew cab door inline with the side warning light on the front bumper. Put the second pair on the front bumper on the angled portion. Match J#33243. The light(s) to include red flashing LEDs. The warning light lens color(s) to be clear. There will be a switch in the cab on the switch panel to control the light(s). The light(s) may be load managed when the parking brake is applied. SIDE WARNING LIGHTS There will be four (4) Whelen, Model WIONSMCD split red/white LED light(s) provided and located in the body rub rails Center of each rub rail Total 4. The lights will NOT be mounted with the rubber gasket behind the light which will allow the light(s) to fit in the rub rails. The lens color will be clear. Each light will be provided with a chrome plated ABS flange. The light(s) will be activated with the side warning switch. Clearwater Fire & Rescue 100' Velocity Platform T48 98 of 147 REAR ZONE LOWER LIGHTING There will be two (2) Whelen®, Model C6L**, 5.12" high x 7.56" wide x 1.56" deep flashing LED warning light(s) with chrome trim provided at the rear of the apparatus. the driver's side rear light to be red the passenger's side rear light to be red the warning light lens color(s) to be clear There will be a switch in the cab on the switch panel to control the lights. REAR/SIDE ZONE UPPER WARNING LIGHTS There will be two (2) Whelen®, Model L31H*FN, LED warning beacons provided at the rear of the truck, located one (1) each side. There will be a switch located in the cab on the switch panel to control the beacons. The color of the lights will be red LEDs with both domes clear. ELECTRICAL SYSTEM GENERAL DESIGN FOR ALTERNATING CURRENT The following guidelines will apply to the 120/240 VAC system installation: General Any fixed line voltage power source producing alternating current (ac) line voltage will produce electric power at 60 cycles plus or minus 3 cycles. Except where superseded by the requirements of NFPA 1901, all components, equipment and installation procedures will conform to NFPA 70, National Electrical Code (herein referred to as the NEC). Line voltage electrical system equipment and materials included on the apparatus will be listed and installed in accordance with the manufacturer's instructions. All products will be used only in the manner for which they have been listed. Grounding Grounding will be in accordance with Section 250-6 "Portable and Vehicle Mounted Generators" of the NEC. Ungrounded systems will not be used. Only stranded or braided copper conductors will be used for grounding and bonding. An equipment grounding means will be provided in accordance with Section 250-91 (Grounding Conductor Material) of the NEC. The grounded current carrying conductor (neutral) will be insulated from the equipment grounding conductors and from the equipment enclosures and other grounded parts. The neutral conductor will be colored white or gray in accordance with Section 200-6 (Means of Identifying Grounding Conductors) of the NEC. In addition to the bonding required for the low voltage return current, each body and driving or crew compartment enclosure will be bonded to the vehicle frame by a copper conductor. This conductor will have a minimum amperage rating of 115 percent of the nameplate current rating of the power source Clearwater Fire & Rescue 100' Velocity Platform T48 99 of 147 specification label as defined in Section 310-15 (amp capacities) of the NEC. A single conductor properly sized to meet the low voltage and line voltage requirements will be permitted to be used. All power source system mechanical and electrical components will be sized to support the continuous duty nameplate rating of the power source. Operation Instructions that provide the operator with the essential power source operating instructions, including the power-up and power-down sequence, will be permanently attached to the apparatus at any point where such operations can take place. Provisions will be made for quickly and easily placing the power source into operation. The control will be marked to indicate when it is correctly positioned for power source operation. Any control device used in the drive train will be equipped with a means to prevent the unintentional movement of the control device from its set position. A power source specification label will be permanently attached to the apparatus near the operator's control station. The label will provide the operator with the following information: Rated voltage(s) and type (ac or dc) Phase Rated frequency Rated amperage Continuous rated watts Power source engine speed Direct drive (PTO) and portable generator installations will comply with Article 445 (Generators) of the NEC. Overcurrent protection The conductors used in the power supply assembly between the output terminals of the power source and the main over current protection device will not exceed 144.00" (3658 mm) in length. For fixed power supplies, all conductors in the power supply assembly will be type THHW, THW, or use stranded conductors enclosed in nonmetallic liquid tight flexible conduit rated for a minimum of 194 degree Fahrenheit (90 degrees Celsius). For portable power supplies, conductors located between the power source and the line side of the main overcurrent protection device will be type SO or type SEO with suffix WA flexible cord rated for 600-volts at 194 degrees Fahrenheit (90 degrees Celsius). Wiring Methods Fixed wiring systems will be limited to the following: Metallic or nonmetallic liquid tight flexible conduit rated at not less than 194 degrees Fahrenheit (90 degrees Celsius) or Clearwater Fire & Rescue 100' Velocity Platform T48 100 of 147 Type SO or Type SEO cord with a WA suffix, rated at 600 volts at not less than 194 degrees Fahrenheit (90 degrees Celsius) Electrical cord or conduit will not be attached to chassis suspension components, water or fuel lines, air or air brake lines, fire pump piping, hydraulic lines, exhaust system components, or low voltage wiring. In addition the wiring will be run as follows. Separated by a minimum of 12.00" (305 mm), or properly shielded, from exhaust piping Separated from fuel lines by a minimum of 6.00" (152 mm) distance Electrical cord or conduit will be supported within 6.00" (152 mm) of any junction box and at a minimum of every 24.00" (610 mm) of continuous run. Supports will be made of nonmetallic materials or corrosion protected metal. All supports will be of a design that does not cut or abrade the conduit or cable and will be mechanically fastened to the vehicle. Wiring Identification All line voltage conductors located in the main panel board will be individually and permanently identified. The identification will reference the wiring schematic or indicate the final termination point. When prewiring for future power sources or devices, the unterminated ends will be labeled showing function and wire size. Wet Locations All wet location receptacle outlets and inlet devices, including those on hardwired remote power distribution boxes, will be of the grounding type provided with a wet location cover and installed in accordance with Section 210-7 "Receptacles and Cord Connections" of the NEC. All receptacles located in a wet location will be not less than 24.00" (610 mm) from the ground. Receptacles on off-road vehicles will be a minimum of 30.00" (762 mm) from the ground. The face of any wet location receptacle will be installed in a plane from vertical to not more than 45 degrees off vertical. No receptacle will be installed in a face up position. Dry Locations All receptacles located in a dry location will be of the grounding type. Receptacles will be not less than 30.00" (762 mm) above the interior floor height. All receptacles will be marked with the type of line voltage (120-volts or 240-volts) and the current rating in amps. If the receptacles are direct current, or other than single phase, they will be so marked. Listing All receptacles and electrical inlet devices will be listed to UL 498, Standard for Safety Attachment Plugs and Receptacles, or other appropriate performance standards. Receptacles used for direct current voltages will be rated for the appropriate service. Electrical System Testing The wiring and associated equipment will be tested by the apparatus manufacturer or the installer of the line voltage system. Clearwater Fire & Rescue 100' Velocity Platform T48 101 of 147 The wiring and permanently connected devices and equipment will be subjected to a dielectric voltage withstand test of 900-volts for one (1) minute. The test will be conducted between live parts and the neutral conductor, and between live parts and the vehicle frame with any switches in the circuit(s) closed. This test will be conducted after all body work has been completed. Electrical polarity verification will be made of all permanently wired equipment and receptacles to determine that connections have been properly made. Operational Test per Current NFPA 1901 Standard The apparatus manufacturer will perform the following operation test and ensure that the power source and any devices that are attached to the line voltage electrical system are properly connected and in working order. The test will be witnessed and the results certified by an independent third-party certification organization. The prime mover will be started from a cold start condition and the line voltage electrical system loaded to 100 percent of the nameplate rating. The power source will be operated at 100 percent of its nameplate voltage for a minimum of two (2) hours unless the system meets category certification as defined in the current NFPA 1901 standard. Where the line voltage power is derived from the vehicle's low voltage system, the minimum continuous electrical load as defined in the current NFPA 1901 standard will be applied to the low voltage electrical system during the operational test. GENERATOR The apparatus will be equipped with a complete electrical power system. The generator will be a Harrison Model 15.0 MPC 15.0 kW Hydraulic unit. The wiring and generator installation will conform to the present National Electrical Codes Standards of the National Fire Protection Association. The installation will be designed for continuous operation without overheating and undue stress on components. Generator Performance - Continuous Duty Rating: 15,000 watts - Nominal Volts: 120/240 - Amperage: 125 @ 120 volts, 62.5 @ 240 volts - Phase: Single - Cycles: 60 hertz - Engine Speed at Engagement: Idle - RPM range: 925 to 3,000 (hydraulic pump) Generator Dimensions Clearwater Fire & Rescue 100' Velocity Platform T48 102 of 147 - Length: 35.00 inches - Width: 23.00 inches - Height: 19.00 inches - Weight: 455 pounds (dry) The output of the generator will be controlled by an internal hydraulic system. An electrical instrument gauge panel will be provided for the operator to monitor and control all electrical operations and output. The generator will be driven by a transmission power take off unit, through a hydraulic pump and motor. The generator will include an electrical control inside the cab. The hydraulic engagement supply will be operational only after the chassis parking brake is applied. An electric/hydraulic valve will supply hydraulic fluid to the clutch engagement unit provided on the chassis PTO drive. Generator Instruments and Controls To properly monitor the generator performance a digital meter panel will be furnished and mounted next to the circuit breaker panel. The meter will indicate the following items: - Voltage - Amperage for both lines - Frequency - Generator run hours - Over current indication - Over temperature indication - "Power On" indication The meter and indicators will be installed near eye level in the compartment. Instruments will be flush mounted in an appropriate sized weatherproof electrical enclosure. All instruments used will be accurate within +/- two (2) percent. Load Center: The main load center will be a Cutler Hammer with circuit breakers rated to load demand. Circuit Breakers: Individual breakers will be provided for all on-line equipment to isolate a tripped breaker from affecting any other on-line equipment. Clearwater Fire & Rescue 100' Velocity Platform T48 103 of 147 GENERATOR LOCATION The generator will be mounted on top of the water tank, at the front of the body, at the Above forward stabilizers. The water tank in this area will be either reinforced, or constructed, in such a manner, that it will handle the additional weight of the generator. GENERATOR START There will be a switch provided on the cab instrument panel to engage the generator. CIRCUIT BREAKER PANEL The circuit breaker panel will be located high on the right wall of compartment RS4. 120 VOLT LIGHTING There will be two (2) Whelen®, Model PFP2AP1*, 120 volt AC LED flood light(s) with a switch on the light head and Model PBAPEDA, pedestal mounting bracket(s) installed DS body forward, and forward on lower rear portion of the body. Reference Job# 18271. The painted parts of this light assembly to be white. The light(s) selected above will be controlled by the circuit breaker(s) located in the breaker panel and by the following locations: a switch at the driver's side switch panel no additional switch location a switch at the rear of apparatus on the driver's side no additional switch location 120 VOLT LIGHTING There will be two (2) Whelen®, Model PFP2AP1*, 120 volt AC LED flood light(s) with a switch on the light head and Model PBAPEDA, pedestal mounting bracket(s) installed PS body forward, and forward on lower rear portion of the body. Job# 18271. The painted parts of this light assembly to be white. The light(s) selected above will be controlled by the circuit breaker(s) located in the breaker panel and by the following locations: a switch at the driver's side switch panel a switch at the passenger's side switch panel a switch at the rear of apparatus on the passenger's side no additional switch location ELECTRIC CORD REEL Furnished with the 120 volt AC electrical system will be a Hannay, Series 1600, cord reel. The reel will be provided with a 12-volt electric rewind switch, that is guarded to prevent accidental operation and labeled for its intended use. The switch will be protected with a fuse and installed at a height not to exceed 72.00" above the operators standing position. The exterior finish of the reel(s) will be painted #269 gray from the reel manufacturer. Clearwater Fire & Rescue 100' Velocity Platform T48 104 of 147 A captive roller assembly to be provided to aid in the payout and loading of the reel. A ball stop will be provided to prevent the cord from being wound on the reel. A label will be provided in a readily visible location adjacent to the reel. The label will indicate current rating, current type, phase, voltage and total cable length. A total of two (2) cord reels will be provided one (1) reel in the driver's side front compartment over the driver's side front stabilizer and one (1) reel in the passenger’s side front compartment over the passenger's side front stabilizer. The cord reel will be configured with three (3) conductors. CORD Provided for electric distribution will be two (2) lengths, one (1) for each reel, of 200 feet of yellow 10/3 electrical cord, weather resistant 105 degree Celsius to -50 degree Celsius, 600 volt jacketed SOOW cord. A Hubbell L5-20, 20 amp, 120 volt, twist lock connector body will be installed on the end of the cord. PORTABLE JUNCTION BOX There will be a total of two (2) electrical junction box(es), listed for use in wet locations and provided with light to indicate power on. Each box will be designed to keep the exterior electrical components above 2.00" of standing water, protected from corrosion, and capable of being carried with a gloved hand. There will be a cable strain relief and a 1.00' pigtail with wire mesh grip, NEMA L5-20, 20 amp, 120 volt twist lock plug provided for each box. Each box will be gray powder coated . Each Circle D, PF51G Series, box will be provided with the following receptacles: Two (2) 120 vac, 20 amp twist lock receptacles Two (2) 120 vac, 20 amp single straight blade receptacles CORD REEL COVER There will be two (2) removable aluminum treadplate cover(s) provided over the cord reel(s) located DS & PS reels. JUNCTION BOX HOLDER There will be an aluminum junction box holder installed adjacent to the cord reel. A total of two (2) will be mounted at pick-up. POWER OUTLET STRIP There will be one (1) receptacle strip(s) with six (6) 20 amp 120 volt AC straight blade receptacles provided behind the driver's seat. The strip(s) selected will be powered from the shoreline inlet through a receptacle located adjacent to the strip(s). There will be a label installed near the strip(s) that state the following: Clearwater Fire & Rescue 100' Velocity Platform T48 105 of 147 Line Voltage Current Ratting (amps) Phase Frequency Power Source 240 VOLT RECEPTACLE There will be one (1), 30 amp 240 volt AC three (3) wire twist lock receptacle(s) with waterproof flip up cover(s) installed LS5/RS5, middle of compt rear wall, future use for power unit. The NEMA configuration for the receptacles will be L6-30R. The receptacle(s) will be powered from the on board generator. There will be a label installed near the receptacle(s) that state the following: Line Voltage Current Ratting (amps) Phase Frequency Power Source HIGH PRESSURE HYDRAULIC HOSE A 98' section of Hurst high pressure 10,000 psi twin line hose will be provided. The hose will be blue/grey with a black guard. The hose will be one (1) continuous length without unions. The hose will be equipped with a Streamline mono-coupling connection type fitting on one (1) end with swivel fittings on the opposite end. The Streamline mono-coupling connection fitting will allow the twin line hose system to be converted into a single coupling. A total of two (2) section(s) of high pressure hose will be provided. A colored insert will be provided on each guard to differentiate sections of hose. Clearwater Fire & Rescue 100' Velocity Platform T48 106 of 147 [Colored Inserts for High Pressure Hose] The colored insert(s) will be installed on the hose(s) as follows: Hose 1: Red Hose 2: Black Hose 3: Not Required Hose 4: Not Required Hose 5: Not Required Hose 6: Not Required The hose(s) will be located D6 reel. 4'-12' HIGH PRESSURE HYDRAULIC CONNECTION HOSE A 4'-12' section of Hurst high pressure 10,000 psi twin line hose will be provided. The hose will be black with a black guard. The hose will be one (1) continuous length without unions. The hose will be equipped with a Streamline mono-coupling connection type fitting on one (1) end with swivel fittings on the opposite end. The Streamline mono-coupling connection fitting will allow the twin line hose system to be converted into a single coupling. A total of two (2) section(s) of high pressure hose will be provided. A colored insert will be provided on each guard to differentiate sections of hose. Clearwater Fire & Rescue 100' Velocity Platform T48 107 of 147 [Colored Inserts for High Pressure Hose] The colored insert(s) will be installed on the hose(s) as follows: Hose 1: Red Hose 2: Black Hose 3: Not Required Hose 4: Not Required Hose 5: Not Required Hose 6: Not Required The hose(s) will be located Right/rear of D6 to ceiling mounted reel (?). HYDRAULIC REEL WITH CAPACITY FOR 100' OF HOSE A hydraulic hose reel will be provided. The reel will be operated by a 12 volt electric motor controlled by a rewind switch. The motor will be protected by a circuit breaker and the rewind circuit will be protected by a fuse. The switch will be installed at a height not to exceed 72.00" above the operator's standing position. The switch will be guarded to prevent accidental operation. The reel capacity will be a minimum of 100' of 0.25" inside diameter dual hydraulic hose. Surfaces where the hose comes in contact with the reel roller will be constructed of either stainless steel, chrome plated steel or plastic. A captive roller assembly to be provided to aid in the payout and loading of the reel. A ball stop will be provided to prevent the hose from being wound around the reel. A label will be provided in a readily visible location adjacent to the reel. The label will indicate maximum flow pressure and total length of hose installed on the reel. A total of two (2) reels will be installed both center, side by side in LS5 & RS5. (deploy side?). The reel will be designed for a Hurst 2019. POWER UNIT SWITCH A hydraulic power unit switch will be located on the forward wall, underneath the hydraulic reels. SLIDE-OUT BRACKET FOR ROLLER GUIDES A slide-out roller guide bracket will be provided. The slide-out roller guide bracket will be attached to a track that allows it to slide out of the compartment so the hose and/or cord does not interfere with the Clearwater Fire & Rescue 100' Velocity Platform T48 108 of 147 body sides. This bracket will have a 4-way roller guide attached to it to allow the hose/cord to be directed as needed. There will be release latches on each side of the bracket that must both be actuated in order to deploy the bracket. A lever will be installed between the two (2) release latches to provide a single access point to activate the latches and release the roller guide bracket. A total of two (2) bracket(s) will be provided LS5 (reference 31978). THREE SECTION 100' AERIAL PLATFORM GENERAL INFORMATION It is the intent of these specifications to describe a telescoping, elevating platform. The unit will consist of a three (3) section, steel ladder with a self-leveling basket attached, to the ladder fly section. OPERATION ON GRADES The aerial unit will be capable of operating safely, on any slope up to 10 degrees at full capacities. (Operation beyond this limit will be at the operator's discretion.) CONSTRUCTION STANDARDS The ladder will be constructed to meet all of the requirements as described in current NFPA 1901 standard. These capabilities will be established in an unsupported configuration. All structural load supporting elements of the aerial device that are made of a ductile material will have a design stress of not more than 50% of the minimum yield strength of the material based on the combination of the live load and the dead load. This 2:1 structural safety factor meets the current NFPA 1901 standard. All structural load supporting elements of the aerial device that are made of non-ductile material will have a design stress of not more than 20% of the minimum ultimate strength of the material, based on the combination of the rated capacity and the dead load. This 5:1 safety factor meets the current NFPA 1901 standard. The aerial device will be capable of sustaining a static load one and one-half times its rated tip load capacity (live load) in every position in which the aerial device can be placed when the vehicle is on a firm level surface. The aerial device will be capable of sustaining a static load one and one-third times its rated tip load capacity (live load) in every position the aerial device can be placed when the vehicle is on a slope of five degrees downward in the direction most likely to cause overturning. With the aerial device out of the cradle in the in the fully extended position at zero degrees elevation, a test load will be applied in a horizontal direction normal to the centerline of the ladder. The turntable will not rotate and the ladder will not deflect beyond what the product specification allows. Clearwater Fire & Rescue 100' Velocity Platform T48 109 of 147 All welding will be in compliance with the American Welding Society standards. All welding personnel will be certified, as qualified under AWS welding codes. All material and welds will have a structural safety factor of 2:1. This will be derived from taking into account structure weight, payload, wind load, ice load, and nozzle reactions. The aerial device will be capable of operating in wind conditions of up to 35 mph and icing conditions of up to a 0.25" coating over the aerial structure. All of the design criteria must be supported by the following test data: - Strain gage testing of the complete aerial device - Analysis of deflection data taken while the aerial device was under test load The following standards for materials are to be used in the design of the aerial device: - Materials are to be certified by the mill that manufactured the material - Material testing that is performed after the mill test will be for verification only and not with the intent of changing the classification. LADDER CONSTRUCTION The ladder will be comprised of three (3) sections and will extend to a nominal height, of 100' above the ground, as measured by 1901 recommendations. The ladder (handrails, baserails, trusses, k-braces and rungs) will be constructed of welded, high strength steel certified by the manufacturer as being a minimum of 70,000 pounds per square inch of yield strength. Each section will be trussed diagonally, vertical and horizontally using round steel tubing. All critical points will be reinforced, for extra rigidity, and to provide a high strength-to-weight ratio. All ladder rungs will be round and welded to each section in two (2) places with "K" bracing for lateral and torsional rigidity. The inside width dimensions of the ladder will be: -Base Section 38.75" -Mid Section 28.88" -Fly Section 21.50" The height of the handrails above the centerline of the rungs will be: -Base Section 31.31" -Mid Section 26.82" -Fly Section 22.75" Clearwater Fire & Rescue 100' Velocity Platform T48 110 of 147 VERTICAL HEIGHT The height of the unit will extend to no less than 100', as measured by a plumb line from the top surface of the basket handrail assembly to the ground, with the basket raised to a 75 degree angle. The aerial device will be measured, in this manner, for accurate comparison. HORIZONTAL REACH The rated horizontal reach will be 93'. The measurement of horizontal reach will be consistent with NFPA standards. MOUNTING OF ELEVATING PLATFORM The aerial device will be rear mounted, to a torque box, on the truck chassis. TORQUE BOX A "torsion box" subframe will be installed between the two sets of stabilizers. The torque box will be constructed of 0.312" steel plate (50,000 pounds per square inch yield) with steel tubing reinforcement, on each side of the box, in the turntable area. The dimensions of the torque box will be 41.00" wide x 29.00" high x 253.50" long. The torque box subframe assembly will be capable of withstanding all torsional and horizontal loads when the unit is on the stabilizers. The torque box will be bolted to the chassis frame rails using thirty-two 0.750" SAE grade 8 bolts with nuts. TURNTABLE The turntable will be a 1.00" thick steel deck, coated with a non-skid, chemical resistant material in the walking areas. The stepping surfaces will meet the skid-resistance requirements of the current NFPA 1901 standard. The turntable will measure 81.00" long x 96.00" wide. The turntable will include an enclosure for the hydraulic valves and rotation motor, which will also serve as a step, for access to the ladder. The turntable handrails will be a minimum 42.00" high and will not increase the overall travel height of the vehicle. The handrails will be constructed from aluminum and have a slip resistant knurled surface. ELEVATION SYSTEM Two (2) double acting, lift cylinders will be utilized to provide smooth, precise elevation from 5 degrees below horizontal to 75 degrees above horizontal. The lift cylinder will be attached to each side of the base section. The lift cylinder rod will be chrome plated, to provide smooth operation of the aerial and reduce seal wear. The lift cylinders will be equipped with integral holding valves located in the cylinder, to prevent the unit from descending should the charged lines be severed, at any point within the hydraulic system and to maintain the ladder in the bedded position during road travel. The integral holding valves will NOT be located in the transfer tubes. The elevation system will be controlled by the microprocessor. The microprocessor will provide the following features: - Collision avoidance of the elevation system to prevent accidental body damage - Automatic deceleration when the aerial device is lowered into the cradle - Automatic deceleration at the end of stroke, in maximum raise and lower positions Clearwater Fire & Rescue 100' Velocity Platform T48 111 of 147 - Deceleration of the aerial device from 0 to -5 degrees EXTENSION/RETRACTION SYSTEM A hydraulically powered, extension and retraction system will be provided through dual hydraulic cylinders and wire ropes. Each set will be capable of operating the ladder in the event of a failure, of the other. The extension cylinder rod will be chrome plated to provide smooth operation of the aerial device and reduce seal wear. The extension/retraction cylinders will be equipped, with integral holding valves, to prevent the unit from retracting should the charged line be severed, at any point within the hydraulic system. The integral holding valves will NOT be located in the transfer tubes. Wire ropes and attaching systems used to extend and retract the fly sections will have a 5:1 safety factor based on the ultimate strength under all operating conditions. The factor of safety for the wire rope will remain above 2:1 during any extension or retraction stall. The minimum ratio of the diameter of wire rope used to the diameter of the sheave used will be 1:12. Wire ropes will be constructed of seven (7) strands over an inner wire for increased flexibility. The wire rope will be galvanized to reduce corrosion. The extension/retraction system will be controlled by the microprocessor. The microprocessor will provide the following features: - Automatic deceleration at the end of stroke, in maximum extend and retract positions - Controls the rate of retraction while flowing water All sheaves will be greaseless and all sheave pins and pivot pins will be polished stainless steel. ROTATION SYSTEM A 54.00" external tooth, monorace swing circle bearing will be used for the rotation system and will provide 360 degree continuous rotation. To insure proper bearing installation, both the open base bearing plate and the turntable bearing plate will be milled surfaces. The bearing will be bolted to the turntable and the base plate by a minimum of sixty grade 8, 0.88" bolts. Two (2) hydraulically driven, planetary gear boxes with drive speed reducers will be used to provide infinite and minute rotation control throughout the entire rotational travel. Two (2) spring applied, hydraulically released disc type swing brakes will be furnished to provide positive braking of the turntable assembly. Provisions will be made for emergency operation of the rotation system should complete loss of normal hydraulic power occur. The hydraulic system will be equipped with pressure relief valves which will limit the rotational torque to a nondestructive power. The rotation system will be controlled by the microprocessor. The microprocessor will provide the following features: - Envelope control of rotation system to prevent accidental body damage - Prevent the aerial from being rotated into an unstable condition MANUAL OVERRIDE CONTROLS Manual override controls will be provided for all aerial and stabilizer functions. Clearwater Fire & Rescue 100' Velocity Platform T48 112 of 147 LADDER SLIDE MECHANISM UHMW polyethylene wear pads will be used between the telescoping ladder sections, to provide greater bearing surface area for load transfer. Adjustable slide pads will also be used to control side play between the ladder sections. BASKET LEVELING SYSTEM A basket leveling system will be provided and so designed, that the basket with it's rated load, can be supported and maintained level, relative to the turntable, regardless of the elevation or flexion of the ladder. Basket leveling will be accomplished by hydraulic circuitry, that is independent from the main hydraulic system. The leveling of the basket features a dual master/slave hydraulic cylinder system, with each side capable of supporting the load, while maintaining the basket level. Two (2) master cylinders are mounted between the turntable and the base ladder section, with two (2) slave cylinders mounted between the ladder fly section and the basket. The slave and master cylinders are 100% matched, so as the ladder is raised or lowered, exact amounts of hydraulic fluid are transferred between the master and slave cylinders thus maintaining the basket level. The hydraulic circuitry includes pressure operated counter balance valves, on the load side of the slave cylinders, to prevent the basket from tipping should the hydraulic lines be severed. A momentary switch is provided, on the cab instrument panel, to level the basket should this become necessary due to ambient temperature changes. It is not necessary to start the engine and activate the main hydraulic system to level the basket. ROTATION INTERLOCK The microprocessor will be used to prevent the rotation of the aerial device to the side in which the stabilizers have not been fully deployed (short-jacked). The microprocessor will allow full and unrestricted use of the aerial, in the 180 degree area, on the side(s) where the stabilizers have been fully deployed. The system will also have a manual override, to comply with NFPA 1901. LOAD CAPACITIES The following load capacities will be established with the stabilizers at full horizontal extension and placed in the down position to level the truck and to relieve the weight from the tires and axles. Capacities will be based upon full extension and 360 degree rotation. A load chart, visible at the operator's station, will be provided. The load chart will show the recommended safe load at any condition of the aerial device's elevation and extension. 35 MPH WIND CONDITIONS/DRY Degrees of Elevation -5 to 29 30 to 39 40 to 49 50 to 75 Basket 1000 1000 1000 1000 Fly --250 500 Mid -250 500 750 Base 250 500 750 1000 Clearwater Fire & Rescue 100' Velocity Platform T48 113 of 147 WATER TOWER OPERATION The following capacities will be based upon continuous 360 degree rotation and full extension. 35 MPH WIND CONDITIONS/WATER CHARGED Degrees of Elevation -5 to 29 30 to 39 40 to 49 50 to 75 Basket 500 500 500 500 Fly --250 500 Mid -250 500 500 Base -500 500 750 ELEVATION -5 TO +75 DEGREES The aerial device will be able to maintain the above load capacities while flowing up to 1500 GPM and a nozzle position of 0 to 90 degrees to either side of the ladder centerline, as far above and below horizontal to the platform as nozzle design allows. While flowing 1500 to 2000 GPM the nozzle position will be limited to 45 degrees either side of the ladder centerline horizontal to the platform, 30 degrees above horizontal, and as far below horizontal to the platform as nozzle design allows. Reduced loads in the basket can be redistributed in 250 lb. increments to the fly, mid, or base as needed. LADDER CRADLE INTERLOCK SYSTEM A ladder cradle interlock system will be provided through the microprocessor to prevent the lifting of the aerial device from the nested position until the operator places all the stabilizers in a load supporting configuration. A switch will be installed at the boom support to prevent operation of the stabilizers once the aerial has been elevated from the nested position. BOOM SUPPORT A heavy duty boom support, constructed of steel, is to be provided for support of the ladder in the travel position. The boom support will be bolted to the chassis frame as close to the front axle as design allows. On the base section of the ladder, a stainless steel scuffplate will be provided where the ladder comes into contact with the boom support. The boom support will be located just to the rear of the chassis cab, recessed into the transverse compartment in place of pump. AERIAL BOOM SUPPORT LIGHT There will be one (1) Amdor®, Model AY-LB-12HW012, 190 lumen, 12" long, white LED strip light mounted on the boom support cradle. This light will be activated when the aerial master switch is activated. EXTENSION INDICATOR Extension markings and corresponding numerical indicators will be provided along each inside and outside top rail of the base section of the aerial every 10'. They will indicate various positions of Clearwater Fire & Rescue 100' Velocity Platform T48 114 of 147 extension up to full. Markings and indicators will be clearly visible to the console operator. To aid in visibility during hours of darkness, the markings and numerical indicators will be red reflective material. AERIAL DEVICE RUNG COVERS Each rung will be covered with a secure, heavy-duty, fiberglass pultrusion that incorporates an aggressive, no-slip coating. The rung covers will be glued to each rung, and will be easily replaceable should the rung cover become damaged. The center portion of each rung cover will be black and the outside 2.00" edge at each side will be safety yellow. Under no circumstances will the rung covers be fastened to the rungs using screws or rivets. The rung covers will have a 10-year, limited warranty. STOKES AND MISCELLANEOUS STORAGE BOX There will be an aluminum storage box painted job color and provided at the base section of the aerial ladder on the right side of the aerial device while viewed from the turntable. The box will be located in place of the aerial boom panel. The box will have a hinged cover with butterfly latch to secure the equipment. The cover will have the same finish as the box. A divider will be provided to separate the stokes basket from the other equipment. The box will have no louvers. There will be a white LED strip light installed on the inside edge of the box in the miscellaneous storage area. The size of the stokes basket will be Match opposite box.The outside dimensions of the box will be approximately 25.50" high x 12.00" wide x 120.00" long. The maximum capacity of this box will be 75 lb. ROPE EYELET One (1) 1.50" inside diameter rope eyelet will be bolted to a hat section that is welded to the bottom of the cross tube on the base section of the aerial device. The eyelet will be centered on the cross tube and will be used as a tie off point. The rating will not exceed the tip load rating. STOKES AND LYFE BRACKET STORAGE BOX There will be an aluminum storage box provided at the base section of the aerial ladder on the right side of the aerial device while viewed from the turntable. The box will be painted job color. The box will be located in place of the aerial boom panel and have a hinged cover with butterfly latch to secure the stokes basket and Lyfe brackets. The cover will have the same finish as the box. A divider will be provided to separate the stokes basket and the brackets. The box will have no louvers. The size of the stokes basket will be 85.00" long x 24.00" wide x 10.00" high. The maximum capacity of this box will be 75 lb. Clearwater Fire & Rescue 100' Velocity Platform T48 115 of 147 LADDER AND PIKE POLE STORAGE MOUNTING BRACKETS There will be separate D/A finished brackets provided near the end of the driver side fly section of the aerial for mounting a roof ladder and a pike pole. The mounting brackets will accommodate a 14' Duo-Safety 875-A-DR roof ladder and Fire Hooks Unlimited 8' pike pole as determined by the type of aerial device and the available space. The brackets will be specially designed to allow the pike pole to be mounted forward of the roof ladder. BASKET STRUCTURE The complete basket structure will be constructed of welded high strength steel certified by the manufacturer to have a minimum of 46,000 lb per square inch yield strength. Modular construction of the aerial platform basket will allow for easy component replacement should the basket become damaged during use. The aerial basket will be fully tested and independent third party certified. The flooring and front decking of the basket will be multi-piece Morton Cass material, preventing the accumulation of water on the standing surface. The floor will measure approximately 34.00" long x 92.00" wide.The stepping surfaces will meet the skid-resistance requirements of current NFPA 1901 standard. The outside basket steps used for transferring in and out of the basket will be at the same level as the basket floor. The steps on the front are approximately 16.00" deep. The front corners of the basket step will be mitered at 45 degrees to allow the basket to be maneuvered closer to buildings when approaching at an angle. A heavy extruded rubber bumper strip will be fastened to the outside edge of the step. Four (4) stainless steel pompier belt safety loops will be attached to the inside of the basket. Two (2) lifting eyes will be provided on the bottom side of the basket support structure. Two (2) rubber bumpers are provided on the bottom side of the basket structure for damage protection when setting it down on a surface. The basket interior will be illuminated as required per the current edition of NFPA 1901. All hoses and wiring at the basket will be fully enclosed. Electrical sub-components will be mounted at the rear of the basket in a separate enclosure for easy servicing while maintaining an unobstructed basket interior. BASKET SIDES The sides of the basket will be of solid single pan aluminum construction and, along with the basket doors, will form a continuous 42.00" high wall around the basket. The modular design of the basket will allow for easy replacement of components in case of damage. BASKET ENTRANCES/EXITS Two (2) swing-in, spring-loaded, self-closing double pan doors constructed of aluminum will be provided at the front of the basket. The basket doors will be provided with impact release door latches that allow the basket door to be opened from outside the basket by applying pressure to the outside of the door with the foot or hand. A treadplate scuffplate shall be provided at the bottom exterior of the doors. . The rear of the basket will be equipped with a vertical self-closing gate for transfer to and from Clearwater Fire & Rescue 100' Velocity Platform T48 116 of 147 the basket's ladder device. Telescoping-type handrails will be provided as a banister to bridge the gap between the basket and the fly section at all elevations. ACCESSORY MOUNTING RECEPTACLES Two (2) universal accessory mounting receptacles will be permanently affixed on the front of the basket to receive the LyfeLine™family of options such as the Support™rescue basket holders, impact release door latches that allow the basket door to be opened from outside the basket by applying pressure to the outside of the door with the foot or hand. A treadplate scuffplate shall be provided at the bottom exterior of the doors.rappelling arms, LyfeLadder™roof ladder brackets, LyfeHoist™winch, etc. Complete interchangeability will be required without modification to the basket. HOSE BOX AT PLATFORM There will be one (1) hose storage box(es) with a cover and butterfly latch provided at the platform. A brushed stainless steel scuffplate will be provided under each latch. The box(es) will be located at the right side of the basket when viewed from the turntable and will match the finish of the aerial device. The box(es) will be sized to fit 110' of 1.75" diameter hose. Drain holes will be provided in the bottom corners of each box and a louver will be provided on each side near the top of the box, below the latches. ZIAMATIC QUIC-BAR/AXE MOUNTING BRACKETS There shall be one (1) Ziamatic Quic-Bar/Axe Mounting bracket(s), MB-3PBA provided in the aerial basket for mounting a set of irons. BASKET CORNER SCUFFPLATES There will be scuffplates provided at the front vertical corners of the basket. The scuffplates will wrap around each corner and be made of polished stainless steel. MULTIPLEX DISPLAY COVER A cover will be provided for the multiplex display in the platform basket. The cover will be hinged at the front of the basket and when down it will cover the multiplex display. The cover will be constructed of brushed stainless steel. The cover will be held down with a SouthCo stainless steel draw latch. TOP EDGE OF BASKET SCUFFPLATE A scuffplate will be applied to the top edge of the perimeter of the platform basket. The scuffplate will wrap the top edge of the basket including the edge where any hose storage box may be located. The scuffplate will not have any screws on the top of the scuffplate to protect against paint damage during usage. The scuffplate will be made of polished stainless steel. LIGHTS FOR TURNTABLE WALKWAY There will be white LED lights provided at the aerial turntable. The lights will be located to illuminate the entire walking surface of the turntable including the area around the turntable console. These lights will be activated by the aerial master switch. Clearwater Fire & Rescue 100' Velocity Platform T48 117 of 147 TURNTABLE CONSOLE LIGHTING There will be one (1), TecNiq Model T10, white LED light strip mounted in the turntable console cover to illuminate the controls located on both the upper and lower portion of the turntable control station. These lights will be activated by the aerial master switch. ROTATION BEARING COVER An aluminum treadplate cover will be fitted over the aerial rotation bearing and drive pinion gear(s). The cover will be attached to the underside of the turntable deck. BASKET HEAT SHIELDS A heat reflective shield will be provided on the front, sides and bottom of the basket. The double pan basket access doors will form the heat shield at the front of the basket. The area between the access doors and behind the monitor(s) will be shielded with a horizontally hinged single pan aluminum fold down panel. The side heat shields will be formed by a single sheet of .090" aluminum. These heat shields will be painted to match the aerial device. Full under the basket heat shield protection with a non-glare finish will be provided with dual swing- down doors for ease of servicing and clean out. INFORMATION CENTER There will be an information center provided. The information center will operate in temperatures from - 40 to 185 degrees Fahrenheit. The information center will employ a Linux operating system and a 7.00" (diagonal measurement) LCD display. The LCD will have a minimum 400nits rated, color display. The LCD will be sunlight readable. The LCD display will be encased in an ABS, black plastic housing with a gray decal. There will be five (5), weather-resistant user interface switches provided. The LCD display can be changed to an available foreign language. OPERATION The information center will be designed for easy operation in everyday use. There will be a page button to cycle from one screen to the next screen in a rotating fashion. A video button will allow an NTSC signal into the information center to be displayed on the LCD. If any button is pressed while viewing a video feed, the information center will return to the vehicle information screens. There will be a menu button to provide access to maintenance, setup, and diagnostic screens. All other button labels will be specific to the information being viewed. GENERAL SCREEN DESIGN Where possible, background colors will be used to provide vehicle information At A Glance. If the information provided on a screen is within acceptable limits, a green background color will be used. If the information provided on a screen is not within acceptable limits, an amber background color will indicate a caution condition and a red background color will indicate a warning condition. Every screen in the information center will include the aerial tip temperature, the time (12- or 24-hour mode) and a text Alert Center. The time will be synchronized between all Command Zone color displays located on the vehicle. The Alert Center will display text messages for audible alarms. The text messages will identify any items causing the audible alarm to sound. If more than one (1) audible Clearwater Fire & Rescue 100' Velocity Platform T48 118 of 147 alarm is activated, the text message for each alarm will cycle every second until the problems have been resolved. The background for the Alert Center will change to indicate the severity of the warning message. Amber will indicate a caution condition and red will indicate a warning condition. If a warning and a caution condition occur simultaneously, the red background color will be shown for all Alert Center messages. A label will be provided for each button. The label will indicate the function for each active button for each screen. If the button is not utilized on specific screens, it will have a button label with no text. Symbols will accurately depict the aerial device type the information pertains to such as rear mount ladder, rear mount platform, mid-mount ladder or mid-mount platform. PAGE SCREENS The Information center will include the following pages: The Aerial Main and Load Chart page will indicate the following information: - Rungs Aligned and Rungs Not Aligned will be indicated with text and respective green or red colored ladder symbols. - Ladder Elevation will be indicated via a fire apparatus vehicle with ladder symbol with the degree of elevation indicated between the vehicle and ladder. - Water Flow (if applicable) will be indicated via a water nozzle symbol and text indicating flow / time. - Breathing Air Levels will be indicated via an air bottle symbol and text indicating the percent (%) of air remaining. A green bar graphs shown inside the bottle will indicate oxygen levels above 20%. A red bar graph will indicate oxygen levels at or below 20%. When oxygen levels are at or below 10% the red bar graph will flash. - The Aerial Load Chart will indicate the load limit on each section of the ladder based on actual ladder position and water flow (if applicable). -At A Glance color features will be utilized on this screen. Caution type conditions will be indicated via a yellow background. Warning type conditions will be indicated via a red background. Conditions operating within acceptable limits will be indicated via a green background. The Aerial Reach and Hydraulic Systems page will indicate the following information: - Aerial Hydraulic Oil Temperature will be indicated with symbol and text. At a glance features will be utilized. - Aerial Hydraulic Oil Pressure will be indicated with a symbol and text. At a glance features will be utilized. - The following calculations will be indicated on a representative vehicle symbol: - Aerial Device Extension length. Clearwater Fire & Rescue 100' Velocity Platform T48 119 of 147 - Aerial Device Height indicating the height of the aerial device tip from the ground. - Aerial Device Reach indicating the horizontal distance the aerial reaches from the turntable. - Aerial Device Angle indicating the angle from the vehicle which the device is at. -At A Glance color features will be utilized on this screen. Caution type conditions will be indicated via a yellow background. Warning type conditions will be indicated via a red background. Conditions operating within acceptable limits will be indicated via a green background. The Level Vehicle page will indicate the following information: - The grade of the vehicle will be indicated via a fire apparatus vehicle symbol with the degree of grade shown in text format. The symbol will tilt dependent on the vehicle grade. - The slope of the vehicle will be indicated via a fire apparatus vehicle symbol with the degree of slope shown in text format. The symbol will tilt dependent on the vehicle slope. - Outriggers status will be indicated via a colored symbol for each outrigger present. Each outrigger status will be defined as one of the following: - Outrigger stowed indicated with a silver pan located close to the vehicle - Outrigger fully extended indicated with a fully deployed green outrigger - Outrigger short-jacked indicated by a yellow outrigger partially deployed - Outrigger not set indicated by a red outrigger that is not set on the ground - A text box located on the vehicle symbol will be utilized to identify the overall status of the outrigger leveling system. The following status will be indicated in the text box: - Deployed status will indicate all outriggers are properly set on the ground at full extension - Shortjacked status will indicate one or more outriggers are set on the ground but not fully extended. - Not Set status will indicate one or more outriggers is not properly set on the ground. - Stowed status will indicate all outriggers are stowed for vehicle travel. - A bedding assist alert will indicate that the aerial device is being aligned by the Command Zone system as the operator lowers the aerial device into the cradle with the joystick. -At A Glance color features will be utilized on this screen. Caution type conditions will be indicated via a yellow background. Warning type conditions will be indicated via a red background. Conditions operating within acceptable limits will be indicated via a green background. MENU SCREENS The following screens will be available through the Menu button: Clearwater Fire & Rescue 100' Velocity Platform T48 120 of 147 The View System Information screen will display aerial device hours, aerial PTO hours, ladder aligned for stowing, aerial rotation angle, total water flow (if applicable), and aerial waterway valve status (if applicable). The Set Display Brightness screen will allow brightness increase and decrease and include a default setting button. The Configure Video Mode screen will allow setting of video contrast, video color and video tint. The Set Startup screen allows setting of the screen that will be active at vehicle power-up. The Set Date and Time screen has a 12- or 24-hour format, and allows setting of the time and date. The View Active Alarms screen shows a list of all active alarms including the date and time of each alarm occurrence and shows all alarms that are silenced. The System Diagnostics screen allows the user to view system status for each module and it's respective inputs and outputs. Viewable data will include the module type and ID number; the module version; and module diagnostics information including input or output number, the circuit number connected to that input or output, the circuit name (item connected to the circuit), status of the input or output, and other module diagnostic information. Aerial Calibrations screen indicates items that may be calibrated by the user and instructions to follow for proper calibration of the aerial device. Button functions and button labels may change with each screen. LOWER CONTROL STATION A lower control station will be located at the rear of the apparatus in an easily accessible area. The controls and indication labels will be illuminated for nighttime operation. The following items will be furnished at the lower control station and will be clearly identified and conveniently located for ease of operation and viewing: - Level assist switch - Override switch to override microprocessor - Emergency power unit switch AERIAL DEVICE CONTROL STATIONS There will be two (2) device control stations, one (1) will be referred to as the basket control station and the other as the turntable control station. All elevation, extension and rotation controls will operate from both of these locations. The controls will permit the operator to regulate the speed of the aerial functions, within the safe limits, as determined by the manufacturer and NFPA standards. The controls will be grouped and operate in an identical manner at both stations for similarity of operation. The controls will be clearly marked and lighted for nighttime operation. Each control will be equipped with a positive lock to hold the control in a neutral position, preventing accidental activation. In addition to the neutral lock, a console cover will be provided at the turntable Clearwater Fire & Rescue 100' Velocity Platform T48 121 of 147 control station. The controls will be so designed to allow the turntable control station to immediately override the basket controls, even if the ladder is being operated by the basket controls. TURNTABLE CONTROL STATION The turntable control station will be located on the left side of the turntable so the operator may easily observe the basket while operating the controls. The following items will be installed at the turntable control station, clearly identified and lighted for nighttime operation and conveniently located for ease of operation and viewing: - Electric controls for elevation, rotation, extension/retraction - Intercom controls - Tip tracking light switch - Emergency power unit switch - Operator's load chart - A three (3) position switch for selecting aerial operational speed. BASKET CONTROL CONSOLE The basket instrument panel will be located at the front center of the aerial platform. The following controls will be installed at the console and be clearly identified, illuminated for nighttime operation and conveniently located for ease of operation and viewing: - Intercom controls - Operator's load chart AERIAL FUNCTION CONTROLS The aerial function controls, elevation, rotation, extension/retraction will be mounted in a separate control box, which will be attached to the front of the platform control console, by means of an easily removable slide mechanism. The aerial function control box will have infinite positions along with three (3) fixed attachment points in the basket. The electrical connection will be by a permanently attached, strain relieved, coiled cord. The legend for the control lever functions will be illuminated. HIGH IDLE The high idle will be controlled by the microprocessor. The microprocessor will automatically adjust the engine rpm to compensate for the amount of load placed upon the system. The system will include a safety device that allows activation of the high idle only when the parking brake is set and the transmission is placed in neutral. STABILIZERS Two (2) sets of extendible out and down "H" type stabilizers will be provided for stability. The stabilizers will have a spread of 18'. Clearwater Fire & Rescue 100' Velocity Platform T48 122 of 147 The stabilizers will be the double box design, with jack cylinders, that have a 4.25" internal diameter (bore) and 3.00" diameter cylinder rod. The jack cylinders will be equipped with integral holding valves, which will hold the cylinder either in the stowed position or the working position, should a charged line be severed at any point within the hydraulic system. For safety, the integral holding valves will be located in the cylinder base end, NOT in the transfer tube. Vertical jack cylinder rods will be fully enclosed by a telescoping inner box to protect the cylinder rods against damage which may occur. The extension cylinders will be totally enclosed within the extension beams. The horizontal extension cylinders will be of the trombone type to eliminate wear and potential failure of hydraulic hoses. The stabilizers will have the capability of 18.00" of ground penetration for set-up on uneven terrain. Extension of the horizontal beams will be activated by an extension cylinder totally enclosed within the extension beams. The cylinders will be equipped with internal decelerators. The cross section dimensions will be 13.00" high x 6.81" wide. Each stabilizer leg will have attached to the end of the leg a 16 gauge polished stainless steel shield. The stainless steel shield will be of the split-pan design and will be a maximum 13.50" wide so as to allow the extension of the stabilizer between parked cars. This plate will serve as a protective guard and a mounting surface for warning lights. The top, forward, and rear edges will be flanged back for added strength. STABILIZER CONTROLS A portable stabilizer control box will be provided. The control box will be weatherproof and oil resistant. Each function and indicator light will be labeled on a metal photo panel. The control box can be taken as far away as 15' from the vehicle with an extension cable. The stabilizer control box will include the following: - One (1) green power indicator light for stabilizer control that will be illuminated when the aerial master and "PTO" switches in the cab are activated. - Four (4) electric toggle switches for stabilizers: each toggle switch will control the extend/retract and raise/lower of its respective stabilizer to allow vehicle set up in restricted areas and/or on uneven surfaces. - Auto leveling assist switch: The outrigger control system will incorporate a computerized self leveling system in addition to the standard outrigger controls. The operator will have the option to manually or automatically level the truck. The computerized system will ensure full outrigger extension, proper jack penetration, and will level the vehicle within 1/2 a degree of level for safe operation of the aerial device. -One (1) electric toggle switch for the engaging the emergency power unit. - One (1) red "stabilizer not stowed" indicator light: this light will illuminate when the stabilizers are not in the fully stowed position. - Four (4) fully extended beams green indicator lights: these lights will be illuminated when each of the respective stabilizer beams are fully extended. Clearwater Fire & Rescue 100' Velocity Platform T48 123 of 147 - Four (4) firm on ground green indicator lights: each light will be illuminated when its respective stabilizer shoe is in the load supporting condition. Each toggle switch will activate the engine fast idle automatically. Manual override will be supplied for each stabilizer control valve. A "Stabilizers Not Stowed" indicator will be provided in the driver's compartment. It will illuminate automatically whenever the stabilizers are not fully stowed to prevent damage to the apparatus if moved. The stabilizer system will also be wired to the "Do Not Move Indicator Light", which will flash whenever the apparatus parking brake is not fully engaged and the stabilizers are not fully stowed. STABILIZER PADS A one (1) position, floating stabilizer pad will be provided on each stabilizer. The pads will require no operator adjustment during set up. The stabilizer pad will have the ability to pivot in a 360 degree plane for set up on uneven terrain. AUXILIARY STABILIZER PADS A set of four auxiliary pads with handles will be provided for additional load distribution on soft surfaces. Their size will be 31.00" x 26.00" and they will be constructed of a lightweight composite material. The ground contact area for each stabilizer will be such that a unit pressure not greater than 75 psi (500 kPa) will be exerted over the ground contact area when the apparatus is loaded to its maximum in- service weight and the aerial device is carrying its rated capacity in every position permitted by the manufacturer. The pads will be stored in a double stacked configuration, two (2) behind each rear tandem axle in a single bracket. CRADLE INTERLOCK SYSTEM A cradle interlock system will be provided to prevent the lifting of the aerial from the nested position until the operator has positioned all the stabilizers in a load supporting configuration. A switch will be installed at the cradle to prevent operation of the stabilizers once the aerial has been elevated from the nested position. STABILIZER PINS The stabilizer jacks will not have holes for the stabilizer pins. STABILIZER CONTROL BOX ALUMINUM DOOR A vertically hinged smooth aluminum door will be provided over the stabilizer control box. The door will be hinged outboard. STABILIZER PLACEMENT There will be four (4) cameras provided and installed on the body, one (1) directly above each stabilizer. The cameras will be activated with a switch in the cab and will provide a picture to specify the fully extended stabilizer position allowing the driver the ability to position the vehicle with the proper clearance for stabilizer deployment. Clearwater Fire & Rescue 100' Velocity Platform T48 124 of 147 HYDRAULIC SYSTEM All high-pressure hoses will have an abrasion resistant cover, and have a rating greater than or equal to the working pressure of the circuit in which they are installed. All hydraulic fittings will be plated to minimize corrosion. The fitting will use an O-ring face seal, where possible, to minimize hydraulic leaks. All pressure carrying hydraulic hoses will have a 4:1 safety rating based on burst pressure An interlock will be provided that prevents activation of the hydraulic pump until the transmission is placed in neutral and the parking brake is set as outlined in NFPA standards. The hydraulic system will be of the load sense design to minimize heat build up and provide smooth control of the aerial ladder. The system will meet the performance requirement in NFPA standards, which requires adequate cooling after less than 2 1/2 hours of operations. All hydraulic components that are non-sealing, where failure could result in the aerial movement, will comply with NFPA standards and have burst strength of 4:1. Dynamic sealing components, where failure could cause aerial movement, will have a margin of 2:1 on maximum operating pressure per NFPA standards. All hydraulic hoses, tubes, and connections will have minimum burst strength of 3:1 per NFPA standards. A hydraulic oil pressure gauge will be supplied at the base control location per NFPA standards. The aerial hydraulic system will be designed in such a manner that a hydraulic pump failure or line rupture will not allow the aerial or outriggers to lose position. Hydraulic holding valves will be mounted directly into cylinders. To insure reliable performance of holding valves, no hoses or tubing will be permitted between a holding valve and cylinder. The aerial will incorporate the use of trombone steel tubes inside the stabilizer beams to eliminate hydraulic hose wear and leaks. Hydraulic power to the ladder will be transferred from the pedestal by a hydraulic swivel. HYDRAULIC RESERVOIR The hydraulic system will consist of an oil reservoir mounted to the torque box and plumbed to the hydraulic pump. There will be plumbing for a supply and return line and a tank drain on the reservoir. The hydraulic pump suction line will have a shut-off ball valve for pump servicing. The hydraulic oil reservoir fill will be labeled per NFPA standards. The hydraulic system will use multi- weight, SAE grade oil. ISO grade will be based on geographical location. The manufacturer will certify that the oil meets or exceeds the hydraulic cleanliness rating of 18/15/13 per ISO 4406:1999 before delivery. HYDRAULIC FILTERS The system will incorporate the following filters to provide dependable service: - Separate magnet (not on strainer) - Reservoir suction strainer: 125 mesh - Pressure filter with dirt alarm: Nominal 5 micron filter with a rating of 6.5 micron @ Beta 200 (99.5% efficiency); 7.5 micron @ Beta 1000 (99.9% efficiency) Clearwater Fire & Rescue 100' Velocity Platform T48 125 of 147 - Return filter with dirt alarm: Nominal 5 micron filter with a rating of 6.5 micron @ Beta 200 (99.5% efficiency); 7.5 micron @ Beta 1000 (99.9% efficiency) - Desiccant breather filter: Water capacity 4 fluid oz, 5 micron rating HYDRAULIC CYLINDERS All hydraulic cylinders used on the aerial device will be produced by a manufacturer that specializes in the production of hydraulic cylinders. POWER TAKEOFF / HYDRAULIC PUMP The apparatus will be equipped with a power takeoff driven by the chassis transmission and actuated by an electric shift located inside the cab. The power takeoff, which drives the hydraulic pump, will meet all the requirements for the aerial unit operations. The hydraulic pump will be a variable displacement piston pump, for consistent and rapid response, and be capable of supplying hydraulic oil at a nominal 50gpm flow at pressures up to 3000 psi. The system will operate up to 3000 psi with flow controls to protect hydraulic components and incorporate a relief valve set at 3150 psi to prevent over pressurization. The hydraulic pump will be solely dedicated to aerial operations. An amber indicator light will be installed on the cab instrument panel to notify the operator that the power takeoff is engaged. An interlock will be provided that allows operation of the aerial power takeoff shift only after the chassis spring brake has been set and the chassis transmission has either been placed in the neutral position or drive position after the driveline has been disengaged from the rear axle. EMERGENCY PUMP The hydraulic system will be designed with an auxiliary power unit meeting the guidelines of NFPA standards. The auxiliary power unit will be a 12-volt pump connected to the chassis electrical system. The pump will provide operation at reduced speeds to store the aerial device and outriggers for road transportation. Self-centering switches will be provided at the turntable and stabilizer control station to activate the system. The system will be designed to provide a minimum of 30 minutes of hydraulic power to operate functions. HYDRAULIC SWIVEL The aerial ladder will be equipped with a three (3) port, high pressure hydraulic swivel which will connect the hydraulic lines from the hydraulic pump and reservoir through the rotation point to the aerial control bank. The hydraulic swivel will allow for 360 degree continuous rotation of the aerial. ELECTRIC SWIVEL The ladder will be equipped with an electric swivel to allow 360 degrees rotation of the aerial while connecting all electrical circuits through the rotation point. A minimum of 36 collector rings will be provided that are capable of supplying 20 amp continuous service. All collector rings will be enclosed and protected with desiccant plugs against condensation and corrosion. No oil or silicone will be used. Clearwater Fire & Rescue 100' Velocity Platform T48 126 of 147 WATER SWIVEL Water will be transferred to the aerial waterway by means of a 5.00" internal diameter waterway, through the swivel, permitting 360 degree continuous rotation. 12-BIT ABSOLUTE ENCODER The aerial ladder will be equipped with a 12-Bit Absolute Encoder which provides 4096 counts per shaft turn for position and direction reference. The 12-Bit Absolute Encoder will provide a unique binary word to reference each position and direction for all 360 degrees of rotation. If the power is interrupted for any reason, the 12-Bit Absolute Encoder will allow power to be returned to the system without having to re-zero the settings. The 12-Bit Absolute Encoder will be an integral part of a micro-processor based control system. ELECTRICAL SYSTEM The 100' platform will utilize a microprocessor-based control system. The system will consist of the following components: A tethered, CAN- based stabilizer control will be provided. The tethered control will be weatherproof and oil resistant. The stabilizer control will be illuminated with a LED strip light in the face of the unit. The electrical connection at the tethered control will be permanently attached by a strained relieved coil cord that will allow the operator to move 14ft away from the electrical connection for operation. Remote Stabilizer Controls Weatherproof and oil resistant One (1) green "power" indicator light One (1) red "stabilizer not stowed" indicator light One (1) electric push button switch for auto level assist One (1) electric push button switch for the emergency power unit One (1) joystick for each stabilizer to control: Extend/retract function Raise/lower function One (1) green "stabilizer fully extended" indicator light for each stabilizer One (1) green "firm on ground" indicator light for each stabilizer Control System Modules Each of the control system modules will be configured as follows: Clearwater Fire & Rescue 100' Velocity Platform T48 127 of 147 Sealed to a NEMA 4 rating Operating range from -40 degrees F to 185 degrees F (-40 degrees C to 85 degrees C) Communicate using J1939 data link Two (2) diagnostic LED lights One (1) green light that illuminates when module has power (B+) and ground One (1) red light that flashes to indicate the module is capable of communicating via the data link Ground matrix identification system The following control system modules will be used: Control Module Main controller for the system USB connection for computer diagnostics Power Module Built-in fault sensing Eight (8) digital outputs Pulse width modulating (PWM) capable 10A continuous per output Circuit protection based on actual current draw (not affected by heat) Constant Current Module Built-in fault sensing Three (3) analog inputs Eight (8) digital outputs Pulse width modulating (PWM) capable 3A continuous per output Closed Loop System Circuit protection based on actual current draw (not affected by heat) Input Module Clearwater Fire & Rescue 100' Velocity Platform T48 128 of 147 16 software selectable digital inputs Output Module 16 digital outputs Input/Output Module Eight (8) software selectable (digital or analog) inputs Eight (8) digital outputs AERIAL LIGHTS There will be three (3) Whelen®, 12 volt DC LED lights provided on the aerial device below the hand rail per the following: One (1) Model MPB*, 5,090 lumens light installed on the left side base section of the aerial device with adjustable mount. The driver's side tracking light to include flood optics. One (1) Model P*H2P, 18,520 lumens light installed on the front of the basket with an adjustable pedestal mount. The light will be configured with a combination of flood and spot optics. One (1) Model MPB*, 5,090 lumens light installed on the right side base section of the aerial device with adjustable mount. The passenger's side tracking light to include flood optics. The tracking light(s) to include white painted parts. The tip light to include white painted parts. Switched battery power to the lights will be controlled by a switch located at platform/tip, turntable, and driver side cab switch panel. LIGHTING ON AERIAL LADDER There will be TecNiq, Model D02, LED rung lighting provided on both sides of the aerial ladder base, mid, and fly sections. The lighting will be located adjacent to the ladder rungs along the lower rail of the ladder sections and will run the length of the ladder section. The color of the sections will be: The base section of the ladder to be blue. The mid section of the ladder to be white. The fly section of the ladder to be red. The LED rung lighting will be activated when the aerial master switch is activated. The lights may be load managed when the parking brake is applied. STABILIZER WARNING LIGHTS There will be four (4) Whelen®, Model C6L**, 5.15" high x 7.56" wide x 1.58" deep flashing LED warning lights with chrome trim installed on the stabilizer cover panels per the following: the left side rear stabilizer pan warning light to include red LEDs the left side front stabilizer pan warning light to include red LEDs Clearwater Fire & Rescue 100' Velocity Platform T48 129 of 147 the right side front stabilizer pan warning light to include red LEDs the right side rear stabilizer pan warning light to include red LEDs the warning light lens color(s) to be clear The lights will be activated by the same switch as the side warning lights. STABILIZER BEAM WARNING LIGHTS Two (2) 4.00" diameter red LED flashing lights will be mounted on each stabilizer, one (1) facing forward and one (1) facing rearward. The lights will be Grote Supernova 40 series LED lights. The lights will be recessed in the horizontal beam of the stabilizer. These warning lights will be activated with the aerial master switch. STABILIZER SCENE LIGHTS There will be one (1) Amdor®, Model AY-LB-12HW012, 190 lumen, 12" long, white LED strip light installed under each stabilizer beam to illuminate the surrounding area. A total of four (4) lights will be installed. The lights will be activated by the aerial master switch. PLATFORM 120-VOLT ELECTRIC SYSTEM Two (2), 20 amp, NEMA L5-20, 120-volt, three (3)-prong twist lock receptacles with weatherproof covers will be provided in the aerial platform. One (1) receptacle will be located at the platform control console and one (1) will be located at the rear of the basket. Each receptacle will be supplied from individual branch circuits protected by dedicated 20 amp/120-volt circuit breakers. All wiring will be sized to and conform to the latest edition of NEC standards. UNDER PLATFORM 120 VOLT LIGHTING There will be two (2) Whelen, Model PCP2AC 120 volt AC LED combination 8 degree spot light with floodlight(s) provided under the platform basket, under the driver and passenger side, facing down. The painted parts of this light assembly to be white . Light(s) will be switched at the platform/tip and turntable. 120 VOLT PLATFORM FLOODLIGHTS There will be two (2) Whelen, Model PFP2AP1, 120 volt AC LED floodlight(s). There will be a Whelen, Model 86930CA1, pull up pole with light switch included with each light head. The painted parts of this light assembly to be white. The light(s) will be installed at the rear of the aerial platform on the driver and passenger side. Light(s) will be switched at the platform/tip and turntable. The pole(s) will include a switch to be connected to the Do Not Move Truck Indicator. This indicator will be activated if the parking brake is released and the light poles are not in a stowed position. Clearwater Fire & Rescue 100' Velocity Platform T48 130 of 147 COMMUNICATION SYSTEM An Atkinson communication system will be furnished between the platform and the turntable operator's position. The master control located at the turntable control console will have the transmitting and receiving volume controls along with the push to talk button. A self-contained "hands-off" speaker microphone will be located front and center of the platform which will require no operator attention to transmit or receive. RAISED AERIAL PEDESTAL The aerial pedestal will be raised to accommodate the height of the cab. LYFECOMBO™BRACKETS One (1) set of brackets will be supplied which will have the following three (3) options combined into one (1) set of brackets. LyfeLadder™brackets will be provided for use at the front of the platform basket to increase the safety of firefighters during fireground and rescue operations. LyfeLadderbrackets will be capable of holding up to a 20' Duo-Safety roof ladder securely in place. The roof ladder will be 19.00" wide. The ladder will be secured through its beams and one (1) rung, by a bar capable of being latched in place and able to withstand a minimum of a 500 pound load while maintaining a minimum of a two to one (2:1) safety factor. The complete system will maintain and exceed this criteria as well. There will also be a latching pawl to keep the ladder in a vertical position at all times and will latch on a rung, at least two (2) rungs below the primary attachment point. There has been appropriate strain gauging and testing completed on the system, (ladder and complete holding device), proving the above criteria has been satisfied. Additionally there is a letter on file from the roof ladder manufacturer, (Duo-Safety Corporation), stating that their standard roof ladder is approved for such an application. LyfeEye™rappelling arms will be provided. The LyfeEye brackets will mount to the front of the platform basket, one (1) each side over the monitor/s and will be held in place with four (4) hardened 1.00" hitch pins, two (2) for each bracket. The LyfeEyebrackets will be easily removable for storage. Each LyfeEyerappelling arm will have a capacity of 300#. LyfeSupport™ rescue basket support brackets will be provided. The LyfeSupport brackets will mount to the front of the platform basket, one (1) each side over the monitor/s and will be held in place with four (4) hardened 1.00" hitch pins, two (2) for each bracket. The LyfeSupportbrackets will be easily removable for storage. Two (2) quick clip basket straps will be used to secure the basket to the LyfeSupportbrackets. HITCH, WINCH MOUNT A hitch receiver will be supplied at the left and right side of the vehicle aft of the rear wheels. The hitch will not interfere with the angle of departure and will be tied directly to the frame rails. The hitch will be capable of up to a 10,000 lb direct pull. Receiver plugs will be provided for the receiver when it is not in use. AERIAL TURNTABLE CHAIN A chain will be installed at the aerial turntable. Clearwater Fire & Rescue 100' Velocity Platform T48 131 of 147 AERIAL WATERWAY The aerial waterway will be capable of being supplied by either a midship mounted pump or an external water source through a 5.00" intake at the rear of the apparatus. A 5.00" water swivel will be installed below the aerial turntable permitting the ladder to rotate 360 degrees continuously. A 5.00" water swivel will be installed at the aerial heel pivot pin that will permit water tower operations of -5 degrees to 75 degrees. The heel pivot pin will not be integral with the waterway swivel at any point. The waterway design will allow complete servicing of the waterway swivel without disturbing the heel pivot pin. A telescoping aluminum waterway will be installed beneath the center of the aerial ladder. The waterway will consist of a 5.00" diameter tube for the base section, 4.50" diameter tube for the mid- section and 4.00" diameter tube for the fly section. A 1.50" drain will be provided for the waterway with the control at the rear of the unit. WATERWAY SEALS The waterway seals will be of type-B PolyPak design, composed of nitroxile seal and a nitrile wiper, which together offer maximum stability and extrusion resistance on the waterway. The seal will be capable of withstanding pressures up to 2000 psi, temperatures in excess of 250 degrees Fahrenheit and have resistance to all foam generating solutions. The seals will be internally lubricated. The waterway seals will have automatic centering guides constructed of synthetic thermalpolymer. The guides will provide positive centering of the extendible sections within each other and the base section to insure longer service life and smoother operation. PLATFORM WATER SYSTEM A 4.00" (internal diameter) water swivel will connect the fly section waterway to the platform waterway. The water swivel will permit water tower operations from -5 degrees to 75 degrees. The water will be routed from the swivel to a 4.00" gear operated butterfly valve on the front of the platform using a 4.00" tube. The deluge gun will be bolted onto the butterfly valve. A 2.50" preset pressure relief valve will be provided in the waterway system. It will be designed to protect the aerial waterway from excess pressure. It will dump water to the ground when operating. A shower nozzle rated at 75 gpm will be provided beneath the platform for heat protection for the platform personnel. A direct linkage control for the shower nozzle will be provided. AERIAL MONITOR There will be two (2) Task Force Tips Model Y4-EP1A-P monitors provided at the front of the platform. One monitor will be supplied with a TFT 2000 gpm Model M-ERP2000 electric nozzle and the other monitor will be supplied with a TFT YST-4NN stacked tips. The controls for the electronic monitors will be located at the platform and the turntable control console. Clearwater Fire & Rescue 100' Velocity Platform T48 132 of 147 WATERWAY FLOWMETER Waterway flow, including total water flowed, will be monitored by the microprocessor. An LCD display will be located at the upper and lower control stations. REAR INLET A 5.00" NST inlet to the aerial waterway will be provided at the rear of the apparatus. It will be furnished with a 5.00" chrome plated adapter and a 5.00" chrome plated, long handle cap. VALVE UNDER MONITOR A TFT Valve Under Monitor (VUM) valve and manifold will be provided under each monitor at the aerial platform. Each (VUM) will be manually controlled at the basket with a handwheel control. The outboard facing port of each (VUM) will have one (1) gated elbow with 2.50" NH threads. One (1) 1.5" x 2.5" reducer and cap will be provided on the gated elbow. All remaining ports of the (VUM) will be provided with a blind plug. An automatic ball drain will be provided on each VUM. MANUALS The aerial manufacturer will provide two (2) operator maintenance manuals and two (2) wiring diagrams pertaining to the aerial device. INITIAL INSTRUCTION On initial delivery of the fire apparatus, the contractor will supply a qualified representative to demonstrate the apparatus and provide initial instruction to the fire department regarding the operation, care, and maintenance of the apparatus for a period of three (3) consecutive days. LOOSE EQUIPMENT The following equipment will be furnished with the completed unit: - One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and washers, as used in the construction of the unit. NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT The following loose equipment as outlined in NFPA 1901, 2016 edition, section 8.9.3 will be provided by the fire department. Two (2) 3 ft - 4 ft plaster hooks with D handles mounted in brackets fastened to the apparatus. Two (2) crowbars. Two (2) claw tools. Two (2) 12 lb (5 kg) sledgehammers. One (1) SCBA complying with NFPA 1981 for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). One (1) first aid kit. Six (6) salvage covers, each a minimum size of 12 ft × 18 ft (3.6 m × 5.5 m). Clearwater Fire & Rescue 100' Velocity Platform T48 133 of 147 Four (4) combination spanner wrenches. Two (2) scoop shovels. One (1) pair of bolt cutters, 24" (0.6 m) minimum. Four (4) ladder belts meeting the requirements of NFPA 1983. One (1) 150 ft (45 m) light-use life safety rope meeting the requirements of NFPA 1983. One (1) 150 ft (45 m) general-use life safety rope meeting the requirements of NFPA 1983. Two (2) 150 ft (45 m) utility ropes having a breaking strength of at least 5000 lb (2300 kg). One (1) box of tools to include the following: - one (1) hacksaw with three (3) blades - one (1) keyhole saw - one (1) 12" (.3 m) pipe wrench -one (1) 24" (.6 m) pipe wrench - one (1) ballpeen hammer - one (1) pair of tin snips - one (1) pair of pliers - one (1) pair of lineman's pliers - assorted types and sizes of screwdrivers - assorted adjustable wrenches - assorted combination wrenches One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Standard for High Visibility Public Safety Vests, and have a five-point breakaway feature that includes two (2) at the shoulders, two (2) at the sides, and one (1) at the front. Five (5) fluorescent orange traffic cones not less than 28.00" (711 mm) in height, each equipped with a 6.00" (152 mm) retro-reflective white band no more than 4.00" (152 mm) from the top of the cone, and an additional 4.00" (102 mm) retro-reflective white band 2.00" (51 mm) below the 6.00" (152 mm) band. Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. One (1) automatic external defibrillator (AED). One (1) double female 2.50" adapter with National Hose Threads (if equipped with a fire pump). One (1) double male 2.50" adapter with National Hose Threads (if equipped with a fire pump). One (1) rubber mallet, for use on suction hose connections (if equipped with a fire pump). Two (2) hydrant wrenches (if equipped with a fire pump). Clearwater Fire & Rescue 100' Velocity Platform T48 134 of 147 If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, will be carried mounted in brackets fastened to the apparatus (if equipped with a fire pump). If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side will be carried. Any intake connection larger than 3.00" (75 mm) will include a pressure relief device that meets the requirements of 16.6.6 (if equipped with a fire pump). If the apparatus does not have a 2.50" National Hose (NH) intake, an adapter from 2.50" NH female to a pump intake will be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake (if equipped with a fire pump). If the supply hose carried has other than 2.50" National Hose (NH) threads, adapters will be carried to allow feeding the supply hose from a 2.50" NH thread male discharge and to allow the hose to connect to a 2.50" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake (if equipped with a fire pump). DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 8.9.3 requires one (1) approved dry chemical portable fire extinguisher with a minimum 80-B:C rating mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 8.9.3 requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. AERIAL LADDER BELTS The following ladder belts will be provided: no small/medium belts two (2) large/extra large belts for 34"-42" waist two (2) XXL belts for 42"-50" waist FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.9.3 requires two (2) flathead axes mounted in brackets fastened to the apparatus. The axes are not on the apparatus as manufactured. The fire department will provide and mount the axes. PICKHEAD AXES PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 8.9.3 requires three (3) pickhead axes mounted in brackets fastened to the apparatus. Clearwater Fire & Rescue 100' Velocity Platform T48 135 of 147 The axes are not on the apparatus as manufactured. The fire department will provide and mount the axes. PAINT The exterior custom cab and body painting procedure will consist of a seven (7) step finishing process as follows: 1. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting. Imperfections on the exterior surfaces will be removed and sanded to a smooth finish. Exterior seams will be sealed before painting. Exterior surfaces that will not be painted include; chrome plating, polished stainless steel, anodized aluminum and bright aluminum treadplate. 2. Chemical Cleaning and Pretreatment - All surfaces will be chemically cleaned to remove dirt, oil, grease, and metal oxides to ensure the subsequent coatings bond well. The aluminum surfaces will be properly cleaned and treated using a high pressure, high temperature 4 step Acid Etch process. The steel and stainless surfaces will be properly cleaned and treated using a high temperature 3 step process specifically designed for steel or stainless. The chemical treatment converts the metal surface to a passive condition to help prevent corrosion. A final pure water rinse will be applied to all metal surfaces. 3. Surfacer Primer - The Surfacer Primer will be applied to a chemically treated metal surface to provide a strong corrosion protective basecoat. A minimum thickness of 2 mils of Surfacer Primer is applied to surfaces that require a Critical aesthetic finish. The Surfacer Primer is a two-component high solids urethane that has excellent sanding properties and an extra smooth finish when sanded. 4. Finish Sanding - The Surfacer Primer will be sanded with a fine grit abrasive to achieve an ultra- smooth finish. This sanding process is critical to produce the smooth mirror like finish in the topcoat. 5. Sealer Primer - The Sealer Primer is applied prior to the Basecoat in all areas that have not been previously primed with the Surfacer Primer. The Sealer Primer is a two-component high solids urethane that goes on smooth and provides excellent gloss hold out when topcoated. 6. Basecoat Paint - Two coats of a high performance, two component high solids polyurethane basecoat will be applied. The Basecoat will be applied to a thickness that will achieve the proper color match. The Basecoat will be used in conjunction with a urethane clear coat to provide protection from the environment. 7. Clear Coat - Two (2) coats of Clear Coat will be applied over the Basecoat color. The Clear Coat is a two-component high solids urethane that provides superior gloss and durability to the exterior surfaces. Lap style and roll-up doors will be Clear Coated to match the body. Paint warranty for the roll-up doors will be provided by the roll-up door manufacture. Each batch of basecoat color is checked for a proper match before painting of the cab and the body. After the cab and body are painted, the color is verified again to make sure that it matches the color standard. Electronic color measuring equipment is used to compare the color sample to the color standard entered into the computer. Color specifications are used to determine the color match. A Delta E reading is used to determine a good color match within each family color. Clearwater Fire & Rescue 100' Velocity Platform T48 136 of 147 All removable items such as brackets, compartment doors, door hinges, and trim will be removed and separately if required, to ensure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. Pierce Manufacturing paint finish quality levels for critical areas of the apparatus (cab front and sides, body sides and doors, and boom lettering panels) meet or exceed the Cadillac/General Motors GMW15777 global paint requirements. Orange peel levels meet or exceed the #6 A.C.T.standard in critical areas. These requirements are met in order for the exterior paint finish to be considered acceptable. The Pierce Manufacturing written paint standards will be available upon request. The cab will be two-tone, with the upper section painted #10 white along with a shield design on the cab face and lower section of the cab and body painted #90 red. PAINT - ENVIRONMENTAL IMPACT Contractor will meet or exceed all current State regulations concerning paint operations. Pollution control will include measures to protect the atmosphere, water and soil. Controls will include the following conditions: Topcoats and primers will be chrome and lead free. Metal treatment chemicals will be chrome free. The wastewater generated in the metal treatment process will be treated on-site to remove any other heavy metals. Particulate emission collection from sanding operations will have a 99.99% efficiency factor. Particulate emissions from painting operations will be collected by a dry filter or water wash process. If the dry filter is used, it will have an efficiency rating of 98.00%. Water wash systems will be 99.97% efficient Water from water wash booths will be reused. Solids will be removed on a continual basis to keep the water clean. Paint wastes are disposed of in an environmentally safe manner. Empty metal paint containers will be to recover the metal. Solvents used in clean-up operations will be recycled on-site or sent off-site for distillation and returned for reuse. Additionally, the finished apparatus will not be manufactured with or contain products that have ozone depleting substances. Contractor will, upon demand, present evidence that the manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly will be finished with a single system black top coat before the installation of the cab and body, and before installation of the engine and transmission assembly, air brake lines, electrical wire harnesses, etc. Clearwater Fire & Rescue 100' Velocity Platform T48 137 of 147 Components that are included with the chassis frame assembly that will be painted are: Frame rails Frame liners Cross members Axles Suspensions Steering gear Battery boxes Bumper extension weldment Frame extensions Body mounting angles Rear Body support substructure (front and rear) Pump house substructure Air tanks Steel fuel tank Castings Individual piece parts used in chassis and body assembly Components treated with epoxy E-coat protection prior to paint: Two (2) C-channel frame rails Two (2) frame liners The E-coat process will meet the technical properties shown. PAINT, REAR WHEELS All wheel surfaces, inside and outside of inboard steel wheels only, will be provided with powder coat paint #101 black. COMPARTMENT INTERIOR PAINT Interior of compartments will be painted 909017, Nightspots. AERIAL DEVICE PAINT COLOR The aerial device paint procedure will consist of a seven (7) step finishing process as follows: 1. Manual Surface Preparation - All exposed metal surfaces on the aerial device structural components above the rotation point will be thoroughly cleaned and mechanically shot-blasted to remove metal impurities and prepare the aerial for painting. 2. Zinc Rich Primer - Zinc rich primer will be applied to the torque box and stabilizers. 3. Primer/Surfacer Coats - A two (2) component epoxy primer/surfacer will be applied to the mechanically shot-blasted metal surfaces to provide a strong corrosion protective base coat and to Clearwater Fire & Rescue 100' Velocity Platform T48 138 of 147 smooth out the surface. All seams will be caulked with a two (2) component epoxy caulk before painting. 4. Hand Sanding - The primer/surfacer coat of the outer surfaces of the hand rails and base rails will be lightly sanded to a smooth finish. 5. Primer Coat - A two (2) component epoxy primer coat will be applied over the sanded primer. 6. Topcoat Paint - Urethane base coat will be applied to opacity for correct color matching. 7. Clear Coat - Two (2) coats of an automotive grade two (2) component urethane will be applied. Surfaces that will not be painted include all chrome plated, polished stainless steel, anodized aluminum and bright aluminum treadplate. All buy out components, such as monitor, nozzle, gauges, etc. will be supplied as received from the vendor. Removable items such as brackets will be removed and painted separately to ensure paint coverage behind all mounted items. The aerial device components will be painted as follows using the aforementioned seven (7) step finishing process: Aerial basket and basket leveling cylinders at tip: white 10 Aerial device ladder sections and extension cylinders: white 10 Aerial turntable and leveling cylinders at turntable: white 10 Aerial control console: white 10 Aerial lift cylinders: white 10 Aerial rotation motor (if applicable): black Aerial torque box, support structure and components below the rotation point: gloss black primer Aerial stabilizers: red 90 Aerial boom support: gloss black primer REFLECTIVE STRIPES Three (3) reflective stripes will be provided across the front of the vehicle and along the sides of the body. The reflective band will consist of a 1.00" gold stripe at the top with a 1.00" gap then a 4.00" white stripe with a 1.00" gap and a 1.00" gold stripe on the bottom. The reflective band provided on the cab face will be below the headlights on the fiberglass. REAR CHEVRON STRIPING There will be alternating chevron striping located on the rear-facing vertical surface of the apparatus. Covered surfaces will include the rear wall and aluminum doors. Rear compartment doors, stainless steel access doors, and the rear bumper will not be covered. The colors will be red and fluorescent yellow green diamond grade. Clearwater Fire & Rescue 100' Velocity Platform T48 139 of 147 Each stripe will be 6.00" in width. This will meet the requirements of the current edition of NFPA 1901, which states that 50% of the rear surface will be covered with chevron striping. REFLECTIVE STRIPE ON STABILIZERS There will be 4.00" wide alternating ruby red and white reflective chevron stripes provided on the forward and rear facing sides of all four (4) aerial stabilizers. The stripes will be angled at a 45 degree angle. JOG(S) IN REFLECTIVE BAND The reflective band located on each side of the apparatus body will contain one (1) jog(s) and will be angled at approximately a 45 degrees when installed. SIGN GOLD STRIPE There will be a Sign Gold stripe applied above and below the reflective band. The sign gold stripes will be .50" wide with an outline. REFLECTIVE STRIPE OUTLINE A black vinyl outline will be provided for each chevron stripe at the rear of the truck. REFLECTIVE STRIPE INSIDE COMPARTMENT DOOR A 6.00" black reflective stripe will be provided inside two (2) compartment doors. each exterior access EMS compt door. CAB DOOR REFLECTIVE STRIPE A 6.00" x 16.00" white reflective stripe will be provided across the interior of each cab door. The stripe will be located approximately 1.00" up from the bottom, on the door panel. This stripe will meet the NFPA 1901 requirement. SIGN GOLD STRIPE There will be one (1) compartment door/s with a Sign Gold stripe around the top, bottom, front and rear edges of the compartment door including scrolls in each corner. BODY STRIPE There shall be a Sign Gold stripe provided on each side of the body, over the fenders. CAB STRIPE There will be a reflective stripe provided on both sides of the cab in place of the chrome molding and on the cab face with shield. CAB STRIPE There shall be a reflective stripe located just below the window line on each side of the cab. CAB STRIPE There will be a Sign Gold stripe on each side of the cab, low and over the fender. Clearwater Fire & Rescue 100' Velocity Platform T48 140 of 147 BOOM SIGN STRIPING There will be Sign Gold stripes along all edges of the aerial boom sign. The stripes will have an outline and a scroll at each corner. LETTERING The lettering will be 22 karat gold vinyl. LETTERING Forty-one (41) to sixty (60) Sign Gold lettering, 3.00" high, with outline and shade will be provided. LETTERING There will be non-reflective vinyl lettering, 1.50" high, with no outline or shade provided. There will be 11 letters provided. LETTERING There will be sign gold lettering, 14.00" high, with outline and shade provided. There will be four (4) letters provided. LETTERING There will be sign gold lettering, 12.00" high, with outline and shade provided. There will be two (2) letters provided. LETTERING One (1) to twenty (20) non-reflective vinyl lettering, 3.00" high, with outline will be provided. LETTERING There will be sign gold lettering, 6.00" high, with outline and shade provided. There will be two (2) letters provided. LETTERING Twenty-one (21) to forty (40) reflective lettering, 3.00" high, with outline will be provided. LETTERING There will be reflective lettering, 5.00" high, with outline provided. There will be eight (8) letters provided. LETTERING There will be sign gold lettering, 10.00" high, with outline and shade provided. There will be ten (10) letters provided. LETTERING One (1) to twenty (20) Sign Gold lettering, 6.00" high, with outline and shade will be provided. LETTERING Twenty-one (21) to forty (40) Sign Gold lettering, 10.00" high, with outline and shade will be provided. EMBLEM - RIBBON STYLE There will be one (1) pair of "ISO CLASS 1" signgold emblem(s) installed. Clearwater Fire & Rescue 100' Velocity Platform T48 141 of 147 CORNER SCROLL four (4) corner scrolls, comprised of genuine gold leaf, will be provided boom panels. EMBLEM There will be one (1) pair of emblems with the words "HONORING AMERICA'S BRAVEST 9-11-01" and a firefighter's helmet will be mounted TBD.TBD The emblems will be color imaged. AMERICA'S BRAVEST EMBLEM There will be one (1) pair of Sign Gold lettering above and below, and a color imaged firefighter's helmet installed on the vehicle D1/P1 (Match J#31978) per quote. EMBLEM There shall be two (2) pair of emblems showing a "Dept. Patch" installed on the Cab doors. The emblem will be made with reflective material. The size will be approximately 12.00" high x 12.00" wide. ARTWORK ON CUSTOM USB DRIVE There will be a custom USB drive with department specific artwork files provided to the Fire Department. Stock artwork, or artwork developed exclusively by Pierce Manufacturing, and proprietary fonts will not be included on the USB drive. EMBLEM There will be one (1) reflective emblem(s), approximately 22.00" - 24.00" in size, installed rear roll up door. the emblem will be modeled after the department submitted information (art, patch, etc). EMBLEM There will be two (2) reflective emblem(s), approximately 12.00" - 14.00" in size, installed match J#33243. the emblem will be modeled after the department submitted information (art, patch, etc). EMBLEM There will be two (2) vinyl emblem(s), approximately 13.00"-15.00" in size, installed Crew cab doors. the emblem will be modeled after the department submitted information (art, patch, etc). LETTERING/NUMERALS ON CAB GRILLE Two (2) painted letters/numerals with outline, as determined by the fire department, will be provided on the cab grille. FIRE APPARATUS PARTS MANUAL There will be one (1) custom parts manual(s) in USB flash drive format for the complete fire apparatus provided. Clearwater Fire & Rescue 100' Velocity Platform T48 142 of 147 The manual(s) will contain the following: Job number Part numbers with full descriptions Table of contents Parts section sorted in functional groups reflecting a major system, component, or assembly Parts section sorted in alphabetical order Instructions on how to locate parts Each manual will be specifically written for the chassis and body model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. SERVICE PARTS INTERNET SITE The service parts information included in these manuals are also available on the Pierce website. The website offers additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website also features electronic search tools to assist in locating parts quickly. CHASSIS SERVICE MANUALS There will be one (1) chassis service manuals on USB flash drives containing parts and service information on major components provided with the completed unit. The manual will contain the following sections: Job number Table of contents Troubleshooting Front Axle/Suspension Brakes EngineTires Wheels Cab Electrical, DC Air Systems Plumbing Appendix The manual will be specifically written for the chassis model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. CHASSIS OPERATION MANUAL The chassis operation manual will be provided on one (1) USB flash drive. Clearwater Fire & Rescue 100' Velocity Platform T48 143 of 147 ONE (1) YEAR MATERIAL AND WORKMANSHIP A Pierce basic apparatus limited warranty certificate, WA0008, is included with this proposal. THREE (3) YEAR MATERIAL AND WORKMANSHIP The Pierce custom chassis limited warranty certificate, WA0284, is included with this proposal. ENGINE WARRANTY A Cummins five (5) year limited engine warranty will be provided. A limited warranty certificate, WA0181, is included with this proposal. STEERING GEAR WARRANTY A Sheppard three (3) year limited steering gear warranty shall be provided. A copy of the warranty certificate shall be submitted with the bid package. FIFTY (50) YEAR STRUCTURAL INTEGRITY The Pierce custom chassis frame and crossmembers limited warranty certificate, WA0038, is included with this proposal. FRONT AXLE THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY The Pierce TAK-4 suspension limited warranty certificate, WA0050, is included with this proposal. REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor axle limited warranty certificate, WA0046, is included with this proposal. ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor Wabco™ABS brake system limited warranty certificate, WA0232, is included with this proposal. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce custom cab limited warranty certificate, WA0012, is included with this proposal. TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce cab limited pro-rated paint warranty certificate, WA0055, is included with this proposal. FIVE (5) YEAR MATERIAL AND WORKMANSHIP The Pierce Command Zone electronics limited warranty certificate, WA0014, is included with this proposal. CAMERA SYSTEM WARRANTY A Pierce fifty four (54) month warranty will be provided for the camera system. COMPARTMENT LIGHT WARRANTY The Pierce 12 volt DC LED strip lights limited warranty certificate, WA0203, is included with this proposal. Clearwater Fire & Rescue 100' Velocity Platform T48 144 of 147 TRANSMISSION WARRANTY The transmission will have a five (5) year/unlimited mileage warranty covering 100 percent parts and labor. The warranty will be provided by Allison Transmission. Note: The transmission cooler is not covered under any extended warranty you may be getting on your Allison Transmission. Please review your Allison Transmission warranty for coverage limitations. TRANSMISSION COOLER WARRANTY The transmission cooler will carry a five (5) year parts and labor warranty (exclusive to the transmission cooler). In addition, a collateral damage warranty will also be in effect for the first three (3) years of the warranty coverage and will not exceed $10,000 per occurrence. A copy of the warranty certificate will be submitted with the bid package. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce apparatus body limited warranty certificate, WA0009, is included with this proposal. ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY An AMDOR roll-up door limited warranty will be provided. The roll-up door will be warranted against manufacturing defects for a period of ten (10) years. A five (5) year limited warranty will be provided on painted roll up doors. The limited warranty certificate, WA0185, is included with this proposal. TWENTY (20) YEAR AERIAL DEVICE STRUCTURAL INTEGRITY WARRANTY The Pierce device limited warranty certificate, WA0052, is included with this proposal. AERIAL SWIVEL WARRANTY An Amity five (5) year limited swivel warranty will be provided. A copy of the warranty certificate will be submitted with the bid package. HYDRAULIC SYSTEM COMPONENTS WARRANTY Aerial hydraulic system components will be provided with a five (5) year material and workmanship limited warranty. HYDRAULIC SEAL WARRANTY Aerial hydraulic seals will be provided with a three (3) year material and workmanship limited warranty. A copy of the warranty certificates will be submitted with the bid package. AERIAL WATERWAY WARRANTY An Amity ten (10) year limited waterway warranty will be provided. A copy of the warranty certificate will be submitted with the bid package. FOUR (4) YEAR PRO-RATED PAINT AND CORROSION A Pierce aerial device limited pro-rated paint warranty certificate, WA0047, is included with this proposal. Clearwater Fire & Rescue 100' Velocity Platform T48 145 of 147 FIVE (5) YEAR MATERIAL AND WORKMANSHIP The Pierce Command Zone electronics limited warranty certificate, WA0014, is included with this proposal. SIX (6) YEAR GENERATOR MATERIAL AND WORKMANSHIP WARRANTY A Harrison Hydra-Gen limited warranty certificate, WA0285, is included with this proposal. TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce body limited pro-rated paint warranty certificate, WA0057, is included with this proposal. ONE (1) YEAR MATERIAL AND WORKMANSHIP The Pierce graphics fading and deterioration limited warranty limited warranty certificate, WA0168, is included with this proposal. VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer will provide a certification stating the apparatus complies with NFPA 1901, current edition, section 4.13, Vehicle Stability. The certification will be provided at the time of bid. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer will provide a certification, along with a letter from the engine manufacturer stating they approve of the engine installation in the bidder's chassis. The certification will be provided at the time of bid. POWER STEERING CERTIFICATION The fire apparatus manufacturer will provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification will be provided at the time of bid. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer will provide a cab integrity certification with this proposal. The certification will state that the cab has been tested and certified by an independent third-party test facility. Testing events will be documented with photographs, real-time and high-speed video, vehicle accelerometers, cart accelerometers, and a laser speed trap. The fire apparatus manufacturer will provide a state-licensed professional engineer to witness and certify all testing events. Testing will meet or exceed the requirements below: European Occupant Protection Standard ECE Regulation No.29. SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading Heavy Trucks. SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks. Roof Crush The cab will be subjected to a roof crush force of 22,050 lb. This value meets the ECE 29 criteria and is equivalent to the front axle rating up to a maximum of 10 metric tons. Additional Roof Crush The same cab will be subjected to a roof crush force of 100,000 lbs. This value exceeds the ECE 29 criteria by nearly 4.5 times. Clearwater Fire & Rescue 100' Velocity Platform T48 146 of 147 Side Impact The same cab will be subjected to dynamic preload where a 13,275 lb moving barrier slams into the side of the cab at 5.5 mph at a force of 13,000 ft-lbs. This test is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in a rollover incident. Frontal Impact The same cab will withstand a frontal impact of 32,600 ft-lbs of force using a moving barrier in accordance with SAE J2420. Additional Frontal Impact The same cab will withstand a frontal impact of 65,200 ft-lbs of force using a moving barrier, (twice the force required by SAE J2420). The same cab will withstand all tests without any measurable intrusion into the survival space of the occupant area. CAB DOOR DURABILITY CERTIFICATION Robust cab doors help protect occupants. Cab doors will survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration. The bidder will certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage, latch malfunction, or significant component wear. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. Windshield wipers will survive a 3 million cycle durability test in accordance with section 6.2 of SAE J198 Windshield Wiper Systems - Trucks, Buses and Multipurpose Vehicles. The bidder will certify that the wiper system design has been tested and that the wiper system has met these criteria. ELECTRIC WINDOW DURABILITY CERTIFICATION Cab window roll-up systems can cause maintenance problems if not designed for long service life. The window regulator design will complete 30,000 complete up-down cycles and still function normally when finished. The bidder will certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. SEAT BELT ANCHOR STRENGTH Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat belt anchor design will withstand 3000 lb of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages. The bidder will certify that each anchor design was pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design will be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder will certify that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. Clearwater Fire & Rescue 100' Velocity Platform T48 147 of 147 CAB DEFROSTER CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. The defroster system will clear the required windshield zones in accordance with SAE J381 Windshield Defrosting Systems Test Procedure and Performance Requirements - Trucks, Buses, and Multipurpose Vehicles. The bidder will certify that the defrost system design has been tested in a cold chamber and passes the SAE J381 criteria. AMP DRAW REPORT The bidder will provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus will provide the following: Documentation of the electrical system performance tests. A written load analysis, which will include the following: o The nameplate rating of the alternator. o The alternator rating under the conditions specified per: Applicable NFPA 1901 or 1906 (Current Edition). o The minimum continuous load of each component that is specified per: Applicable NFPA 1901 or 1906 (Current Edition). o Additional loads that, when added to the minimum continuous load, determine the total connected load. o Each individual intermittent load. All of the above listed items will be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition). Fire and Rescue Apparatus Coverage: Twenty (20) Year Structural Integrity Pierce Aerial Device Limited WarrantyLimited WarrantyLimited WarrantyLimited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Each new Pierce Aerial Device shall be free from defects in material and workmanship. Aerial Device Models Covered by this warranty include: Aerial Platforms Aerial Ladders SkyBoom 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty applies only to the torque box, turntable, aerial sections and other structural components of the aerial device, as identified in the Pierce specifications for the aerial device. This warranty shall be void if, or to the extent that the aerial device is not maintained in strict compliance with NFPA Standard 1911 in effect at time of sale, including such periodic inspections and testing by qualified third parties as are required by that Standard as it may be in effect from time to time. Proof of such compliance shall accompany any claims under this warranty. Third party testing agencies known to Pierce to be qualified for such purposes may be obtained from the Pierce Customer Service Department This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Twenty (20) Years - or - 100,000 Miles Warranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.10/23/2013 WA0052 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0012 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty applies only to the cab tubular support and mounting structures and other structural components of the cab of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Structural Integrity Custom Cab Ten (10) Years - or - 100,000 Miles Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: The Pierce Custom Cab shall be free from structural failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0008 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. No specific exclusions apply Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: One (1) Year Material and Workmanship Basic Apparatus Twelve (12) months.Warranty Period Ends After: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. NEW PRODUCT WARRANTY PARTICIPATING OEM SALES DISTRIBUTOR SALES LIMITED WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS USED IN EMERGENCY VEHICLE APPLICATIONS Allison Transmission will provide for repairs or replacement, at its option, during the warranty period of each new Allison transmission listed below that is installed in an Emergency Vehicle in accordance with the following terms, conditions, and limitations. WHAT IS COVERED  WARRANTY APPLIES — This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and is provided to the original and any subsequent owner(s) of the vehicle during the warranty period.  REPAIRS COVERED — The warranty covers repairs or replacement, at Allison Transmission’s option, to correct any transmission malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements will be performed using the method Allison Transmission determines most appropriate under the circumstances.  TOWING — Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent further damage to your transmission.  PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in section “APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE.”  OBTAINING REPAIRS — To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or Dealer to perform necessary repairs.  TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and re-installation of the transmission, when necessary to make a warranty repair, are covered by this warranty.  WARRANTY PERIOD — The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail purchaser, with the following exception: Demonstration Service - A transmission in a new truck or bus may be demonstrated to a total of 5000 miles (8000 kilometers). If the vehicle is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be entitled to the remaining warranty. APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE WARRANTY LIMITATIONS (Whichever occurs first) ADJUSTMENT CHARGE TO BE PAID BY THE CUSTOMER APPLICABLE MODELS Months Transmission Miles Or Kilometers Parts Labor MT, MD 3000, 3200, 3500, 3700 0–24 No Limit No Charge No Charge HT with Hydraulic Controls 0–24 No Limit No Charge No Charge AT, 1000 Series, 2000 Series, 2400 Series 0–36 No Limit No Charge No Charge HT with Electronic Controls 0–60 No Limit No Charge No Charge HD 1000 EVS, 2100 EVS, 2200 EVS 2350 EVS, 2500 EVS, 2550 EVS, 3000 EVS, 3500 EVS, 4000, 4000 EVS, 4500, 4500 EVS, 4700, 4700 EVS, 4800, 4800 EVS 0–60 No Limit No Charge No Charge Page 1 of 2 WHAT IS NOT COVERED  DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION — Defects and damage caused as the result of any of the following are not covered: — Flood, collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle; — Misuse of the vehicle; — Installation into unapproved applications and installations; — Alterations or modification of the transmission or the vehicle, and — Damage resulting from improper storage (refer to long-term storage procedure outlined in the applicable Allison Service Manual) — Anything other than defects in Allison Transmission material or workmanship NOTE: This warranty is void on transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled.  CHASSIS, BODY, and COMPONENTS — The chassis and body company (assemblers) and other component and equipment manufacturers are solely responsible for warranties on the chassis, body, component(s), and equipment they provide. Any transmission repair caused by an alteration(s) made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s).  DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in the OPERATOR’S MANUAL — Defects and damage caused by any of the following are not covered: — Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; — Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator’s Manual.  MAINTENANCE — Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the owner’s responsibility.  REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison Transmission Distributor or Dealer are not covered.  USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are not genuine Allison Transmission parts are not covered.  EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle use; inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs.  “DENIED PARTY” OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non-participating OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a “denied party” or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury. OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT This warranty gives you specific legal rights and you may also have other rights which vary from state to state. Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** ** Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OTHER TERMS APPLICABLE TO OTHER END-USERS THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. QUESTIONS If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission Distributor or Dealer or write to: Allison Transmission, Inc. P.O. Box 894 Indianapolis, IN 46206-0894 Attention: Warranty Administration PF-9 Form SE0616EN (201009) Page 2 of 2 Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0014 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire harnesses, cables and connectors are not covered under this limited warranty and are instead covered under the Pierce One Year Basic Apparatus Limited Warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship Command Zone Electronics Five (5) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Command Zone control modules shall be free from failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0001 Velocity® & Impel® Cab Doors Pierce Manufacturing certifies the integrity of the Velocity® & Impel® cab doors. Specimens representing the substantial structural configuration of the Velocity and Impel cab front and crew doors have been successfully tested to meet the following objectives: OBJECTIVES: • Survive a 200,000-cycle door slam test with a slam acceleration up to 20 g’s on one representative • Validate the assembly concept of the main structure of the door by evaluating the durability of the bonding technique. • Evaluate components, structure, and mounting of the door during and the end of the test for fatigue and failure to ensure durability. • Verify that the door seals function properly at the end of the test. • Evaluate the new extrusions and castings of the cab doorframe during and at the end of the test for fatigue, failure, and deformation of seal flanges. • Evaluate various mounting options for the electronic control module for durability during portions of the slam test. CONCLUSIONS: • The door structure and doorframe successfully completed a 200,000-cycle door slam test with a door slam acceleration of 50 g’s. VALIDATION TEST: RD1239, RD1350 Pierce Manufacturing, Inc. James Roger Lackore, PE March 16, 2008 CD0001 Door Durability - Velocity 080315 1 7/8/2008 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0005 Velocity® & Impel® Windshield Wiper System Pierce Manufacturing certifies the integrity of the Velocity® & Impel® Windshield Wiper System. Specimens representing the configuration of the Velocity® & Impel® windshield wipers have been successfully tested to meet the following objectives: OBJECTIVES: • Complete 3,000,000 cycles of windshield wiper operation per SAE J198 § 6.2 • Inspect wiper motor, pivots, linkages, and mounts frequently to validate cumulative wiper system integrity. CONCLUSIONS: • The wiper linkage, pivots, and mounts successfully completed 4,254,000 cycles. • The low speed circuit on the wiper motor failed at 2,954,000 cycles but it continued to operate on high speed. The low speed failure was determined to be due to water intrusion. The production wiper motors are coated in “EL-Cast Resin with a 641 hardener additive” to seal them from water intrusion to prevent failure. VALIDATION TEST: RD1240 Pierce Manufacturing, Inc. James Roger Lackore, PE March 16, 2008 CD0005 Windshield Wipers - Velocity 080315 1 7/8/2008 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0018 Velocity® & Impel® Seats and Seat Belts Pierce Manufacturing certifies the conformance of the Velocity® & Impel® cab seats and seat belts to Federal Motor Vehicle Safety Standards. Representative Velocity® & Impel® Seat and Seat Belt designs have been tested successfully in accordance with FMVSS 207. Physical testing was performed to qualify passenger seats to meet Federal Motor Vehicle Safety Standards (FMVSS) 207 and 210. This requires that a minimum of 3,000 lbf be applied to both the lap and shoulder belts via appropriate body blocks. A third force of twenty times the mass of the seat must be applied at the center-of-gravity (CG) of the seat. All three forces are applied at the same time, reached within thirty seconds of the start of the test, and be held for a minimum of ten seconds. A force equal to twenty times the mass of the seat was applied to each seat in the direction opposite to the combination pull. A moment of 275 lb-ft was applied to the seat with reference to the H-point. This testing ensures that the seat mounting and seat belt anchors are adequate to retain the seats and occupants in a crash. The Federal requirements are based on the high deceleration rates of passenger vehicles, so the design requirements are significantly more conservative considering the slower crash speeds of heavy trucks. VALIDATION TESTS: Pierce Manufacturing, Inc. RD1274 RD1335 RD1352 RD1405 RD1437 RD1446 James Roger Lackore, PE June 17, 2008 CD0018 Seats and Belts - Velocity 080617 1 7/8/2008 Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0014 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire harnesses, cables and connectors are not covered under this limited warranty and are instead covered under the Pierce One Year Basic Apparatus Limited Warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship Command Zone Electronics Five (5) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Command Zone control modules shall be free from failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/22/2010 WA0168 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not cover damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: One (1) Year Material and Workmanship Graphics Fading and Deterioration One (1) YearWarranty Period Ends After: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: Each graphic lamination shall be free from defects in material, workmanship, fading, and deterioration. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty excludes brake pads, brake rotors, seal boots and shock absorbers. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) Years -or- 30,000 Miles Warranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.12/16/2013 WA0050 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Fire and Rescue Apparatus Coverage: Three (3) Year Material and Workmanship TAK-4 Independent Front Suspension Limited WarrantyLimited WarrantyLimited WarrantyLimited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The TAK-4 Front Independent Suspension and Steering Gears shall be free from defects in material and workmanship. 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Lifetime Fifty (50) Year Structural Integrity Chassis Frame & Crossmembers Fifty (50) Years (Expected Life of Apparatus) Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Custom chassis frame rail and cross members manufactured by Pierce shall be free from defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/16/2010 WA0038 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Ten (10) Year Pro-Rated Paint and Corrosion Cab Ten (10) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Exterior surfaces of the cab painted by Pierce shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0055 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0057 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Pro-Rated Paint and Corrosion Custom Body Ten (10) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Exterior surfaces of the body shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0047 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-24 months 100% 25-48 months 50% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-24 months 100% 25-48 months 50% Corrosion: Dissimilar Metal and Crevice 0-24 months 100% 25-48 months 50% Corrosion Perforation 0-24 months 100% 25-48 months 50% This limited warranty applies only to exterior paint. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Four (4) Year Pro-Rated Paint and Corrosion Aerial Device Four (4) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Aerial device shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection for exterior surfaces. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0009 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty applies only to the body tubular support and mounting structures and other structural components of the body of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Structural Integrity Apparatus Body Ten (10) Years - or - 100,000 Miles Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: The apparatus body shall be free from structural failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. | 14233 West Road | Houston TX 77041 | Tel 281.807.4420 | Fax 281.807.4815 | www.harrisonhydragen.com | MANUFACTURER’S LIMITED WARRANTY - HYDRAULIC GENERATORS FIRE & EMERGENCY VOCATION Harrison Hydra-Gen (Seller) extends to the original purchaser (Buyer) of goods for use (whether it be an OEM, dealer, re-seller, or end-user) the following warranty covering the Harrison Hydra-Gen Generator System, subject to the qualifications indicated. Harrison Hydra-Gen Generator Systems shall consist of a Harrison generator tray assembly and its’ components, a Harrison hydraulic pump assembly, and a Harrison supplied meter assembly; unless otherwise specified in below guidelines. Harrison Hydra-Gen warrants the original purchaser that the Generator System manufactured or supplied by Harrison Hydra-Gen will be free from defects in materials and workmanship, provided such goods are: 1. Installed, operated and maintained in accordance with the Harrison Hydra-Gen owner’s manual, and/or written installation addendums. 2. Each new application has been reviewed and approved by the Harrison Hydra-Gen Application Engineering Group. PERIOD OF WARRANTY *Six (6) years or 1000 hours of usage, whichever comes first, from the date the product is shipped from Harrison to the Installer. *The END USER must complete and return to Harrison Hydra-Gen the Harrison Hydra- Gen Warranty Registration Card, Form WR-1, provided in the generator manual and provided online @ www.harrisonhydragen.com, within 45 days of delivery. Warranty includes all parts and labor. In addition, maintenance items that are contaminated or damaged by a proven warrantable failure are covered in years 1-2, and Labor time up to 4 hours, travel time up to 2.5 hours, and mileage up to 100 miles for warranty related repairs are covered in years 1-2. Repair or replacement parts are warranted for ninety (90) days from date of purchase, excluding labor and travel expenses. Any part repaired or replaced during the warranty period assumes the remainder of the warranty or ninety (90) days, whichever is greater. Only components supplied by Harrison Hydra-Gen are covered under this warranty. | 14233 West Road | Houston TX 77041 | Tel 281.807.4420 | Fax 281.807.4815 | www.harrisonhydragen.com | There is no other express warranty. Implied warranties, including merchantability and fitness for a particular purpose, are limited to periods set forth above and to the extent permitted by law. Any and all implied warranties are excluded. In no event is Harrison Hydra-Gen liable for incidental or consequential damages. The Buyer (OEM, dealer, re-seller, or end-user) must notify Harrison Hydra-Gen, an Authorized Distributor, or a designated Harrison Hydra-Gen Service Representative, in writing, within thirty (30) calendar days after goods or parts failed to meet this warranty. The sole liability of Harrison Hydra-Gen and the Buyer’s sole remedy for a failure of goods under this warranty and for any and all other claims arising out of the purchase and use of the goods, including negligence on the part of the manufacturer, shall be limited to the repair or replacement of the product, at the option of Harrison Hydra-Gen, of the parts that do not conform to this warranty, provided that the product or parts are returned to the Harrison Hydra- Gen manufacturing facility. A Returned Goods Authorization (RGA) is required for all products and parts being returned, and may be requested by phone, fax, email, or mail. Failure to make timely delivery to Harrison Hydra-Gen of the goods claimed to be defective shall void any warranty. Unless previous written agreements have been made between the Buyer and Harrison Hydra- Gen, the Buyer shall be responsible for all freight and shipping charges in connection with the delivery of the goods claimed to be defective, to Harrison Hydra-Gen at its manufacturing facility, and the return of repaired or replacement goods to the Buyer. If Harrison Hydra-Gen determines that no warranty coverage is available for goods claimed to be defective, whether determination is based on the warranty being voided, the product failure being due to a cause not covered by the warranty, the failure to make a timely and proper warranty claim, or otherwise, the Buyer shall have the option of either: 1. Having the goods not repaired and returned to the Buyer, freight collect. 2. Having the goods repaired, If Harrison Hydra-Gen determines that the product is repairable, and returned to the Buyer, freight collect. The Buyer will be responsible for all costs associated with the repair and testing of the goods and shall authorize Harrison Hydra-Gen, in writing, to have the goods repaired and tested by Harrison Hydra- Gen. The owner is obligated to operate and maintain the goods in accordance with the recommendations published by Harrison Hydra-Gen in the owner’s manual. The owner is | 14233 West Road | Houston TX 77041 | Tel 281.807.4420 | Fax 281.807.4815 | www.harrisonhydragen.com | responsible for the costs associated with such maintenance and any adjustments that may be required. This warranty shall not apply to: 1. Damages or defects caused by normal wear, accident, misuse, abuse, abnormal operating conditions, negligence, corrosion, accident causes, or attributable to written specifications or instructions furnished by the installer. 2. Damages or defects caused by improper maintenance in accordance with the Harrison Hydra-Gen product manuals and operating guidelines. 3. Damages caused by operator error. 4. Damages or defects caused by improper installation. 5. Damages or defects caused by inadequate water drainage provided by the installer in the area where the generator is installed or stored. 6. Damages or defects caused by inadequate air flow space or ventilation provided by the installer in the area where the generator is installed. 7. Any product or part altered or modified by the installer or service facility without written prior consent by Harrison Hydra-Gen. 8. Cost of normal maintenance, adjustments, installation or start-up. 9. Normal wear items and components needing periodic maintenance such a rubber hoses and filters. 10. Excessive labor due to components being concealed in vehicle as a result of installation. 11. Water, road debris, excessive dirt, salt, abrasive particles, or large foreign objects found in the generator. 12. Telephone or other communications expense. 13. Paint, hydraulic fluid, and interconnecting hoses (internal or external to system assemblies). This warranty gives you specific legal rights, and you may also have other rights that may vary from state to state or province to province. No person is authorized to give any other warranties or to assume any other liabilities behalf of Harrison Hydra-Gen, unless made or assumed in writing by an officer of Harrison Hydra- Gen. Contact Harrison Hydra-Gen for questions regarding your warranty rights and responsibilities at (281) 807-4420; or visit our website at www.harrisonhydragen.com. NOTE: Please refer to the MANUFACTURER’S LIMITED WARRANTY; IHT SYSTEMS for warranty guidelines specific to the IHT system. Fire and Rescue Apparatus Coverage: Three (3) Year Material and Workmanship Velocity and Impel Custom Chassis Limited WarrantyLimited WarrantyLimited WarrantyLimited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty applies, where applicable, to Goldstar lamination, defroster heater coil and motor blower assembly (excluding the FET PWM module), heater, air conditioning condenser coil and fan/motor assembly, air conditioning evaporator coil and motor blower assembly (excluding the drain pan pump and thermostat), under seat heaters coil and motor blower assembly (excluding the FET PWM module), HVAC electronic switches, HVAC hoses and hard lines, heater water valve, Pierce PS6 seat frames and hardware, Pierce One-Eleven mirrors, Pierce hands-free scba holder, cracking or color loss of roto-molded components, Meritor rear axle, Wabco ABS system, cab door handles, Standen spring suspension components, and the gauge instrument cluster. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) Years, or 30,000 Miles, or 5000 Engine Hours Warranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.7/2/2015 WA0284 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Fire and Rescue Apparatus Coverage: Ten (10) Year Material and Workmanship Pierce 12V LED Strip Light Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Pierce 12V LED strip lights installed on the apparatus occuring during the warranty period. 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty does not apply to related wire harnesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Ten (10) YearWarranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 7/5/2011 WA0203 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. )LUHDQG5HVFXH$SSDUDWXV Coverage: 7KUHH  <HDU0DWHULDODQG:RUNPDQVKLS 0HULWRU:DEFR$%6%UDNH6\VWHP Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The Meritor Wabco ABS brake system shall be covered by Meritor Wabco as indicated in the attached Meritor Wabco warranty coverage description /,0,7(':$55$17< (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) YearWarranty Period Ends After: The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. The exclusions listed in the attached Meritor Wabco warranty description shall apply. Conditions and Exclusions: See Also Paragraphs 2 thru 4 (;&/86,212)&216(48(17,$/$1',1&,'(17$/'$0$*(6 Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. %8<(5 6(;&/86,9(5(0('< Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.2/25/2013 WA0232 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. ',6&/$,0(562):$55$17,(6 capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Warranty Model Year 2018 Vehicles SIMPLER IS BETTER Warranty coverage is essential to protecting your investment. But understanding the full details of your coverage can be challenging. This straightforward approach allows you, our valued customer, to better understand how your specific vehicle applications will be covered in your region. Our component warranty coverage is provided according to vocation/usage categories listed below. • Linehaul covers high mileage operation (over 60,000 miles/year) on well maintained major highways of concrete or asphalt construction. • General Service covers moderate mileage operations (less than 60,000 miles/year) on well maintained public roads (less than 10 percent off-road) typically with less than three (3) stops per mile. • Heavy Service (Vocational) covers vehicles with more than 10 percent off-road OR moderate to frequent starts/stops typically with more than three (3) stops per mile. • Off-Highway Service covers lower mileage operations. Vehicles are not typically licensed for highway use. 2 3 Linehaul Service ...............................................................................................4 General Service ................................................................................................4 Heavy Service ..................................................................................................5 Industrial/Off-Highway Service ........................................................................6 Terms and Conditions ......................................................................................7 How to Read Warranty Coverage (Example) Number of Years Mileage (in thousands) Unl=Unlimited P=Parts Only P&L=Parts & Labor 3 300 P CONTENTS Effective Model Year 2018 Vehicles 5 Heavy Service Vehicles Meritor WABCO Components1 ABS (Anti-Lock Braking System) Air 3/300/P&L ABS (Anti-Lock Braking System) Hydraulic 2/200/P&L Electronic Braking System (EBS) 3/300/P&L Electronic Stability Control (ESC) 3/300/P&L Roll Stability Control (RSC) 3/300/P&L Air Dryers (ALL) 1/100/P&L Leveling Valves 1/100/P&L Air Brake Valves 1/100/P&L Emission Valves (SCR) 2/200/P&L Clutch Controls 2/200/P&L Air Compressors (ALL)2 1/100/P&L OnGuard™ 3/300/P&L OnGuardACTIVE™ 3/300/P&L OnLane™ Lane Departure Warning 3/300/P&L Blind Spot Detection 3/300/P&L OptiRide™ 2/200/P&L Trailer Roll Stability Support (RSS) 3/300/P&L Trailer Control Line Filter3 1/100/P&L Trailer ABS Valve3 3/300/P&L 1 WABCO and Meritor WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by Meritor WABCO. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will be applied when a Meritor WABCO Trailer Control Line Filter is used in combination with a Meritor WABCO Trailer ABS valve. • Airport Rescue Fire (ARF) • Airport Shuttle • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle • City Bus • Commercial Pick-Up • Concrete Pumper • Construction Material Hauler • Crash Fire Rescue (CFR) • Mixer • Demolition • Drill Rig • Dump • Emergency Service • Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration • Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler • Michigan Special Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Newspaper Delivery • Package Delivery • Pick-up and Delivery • Rapid Intervention Vehicle (RIV) • Rear Loader • Recycling Truck • Residential Pick-Up/Waste • Rigging Truck • R o l l - O ff • Scrap Truck • Semi-End Dump • Sewer/Septic Vacuum • Shuttle Bus • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • Tractor/Trailer with Jeeps • Transfer Dump • Transfer Vehicle • Transit Bus • Trolley • Utility Truck • Winch Truck Heavy Service Typically Is • On/Off road vocations (10% or more off-road) OR • Moderate to frequent starts/stops typically more than three (3) stops per mile HEAVY SERVICE (VOCATIONAL) WARRANTY INFORMATION 7 Coverage Exclusions Product Description All The cost of any repairs, replacements or adjustments to a covered product due to the following: (1) damage to the product or its component parts caused by incorrect use, installation, maintenance or repair, including without limitation (a) improper fit of mating components or brackets, (b) damaged threads, (c) cut, broken, chafed, pinched or otherwise damaged wiring (sensors, harnesses and connectors), (d) damaged sensors from removal when seized in block, or associated with sensor adjustments/ alignments, and (e) damage resulting from the use or installation of non-genuine Meritor WABCO components or materials; (2) damage to the product, its component parts, or diminished product or component part performance due to incorrect operation, deviation from approved conditions or misapplication; (3) any unauthorized disassembly of the product or its component parts including without limitation (a) obliterated, defaced or missing WABCO or Meritor WABCO name plate, serial numbers or label identifying the device as a Meritor WABCO product or WABCO component, (b) changes to sealed adjusting screws, and (c) opening or attempted repair of non-serviceable components; (4) malfunction of the component due to internal contamination out of the vehicle system including without limitation (a) water and other contamination damage that is due to the use of a non-genuine air dryer cartridge or (b) valve failures due to contamination in air system, (5) complaints associated with noise, (6) damage resulting from corrosion (including oxidation of electrical devices and connections). Air Dryers Mounting brackets (see vehicle OEM). Desiccant cartridge housing only. Air System Components Normal wear items; Gladhand seals, dash valve knobs, valve actuation handles, treadles, pedals. ABS, Electronic Stability Control (ESC), Roll Stability Control (RSC), OptiRide™, OnGuard™ and OnLane™, collectively “Electronics” Failure of electronic components due to overvoltage condition, improper grounding, electrostatic discharge (ESD), improper shielding, electromagnetic interference (EMI), or other wiring or installation issues. Malfunctions and failure codes caused by other electronic subsystem failures (data bus, engine, transmission, dashboard, etc.) Hydraulic Components For certain components, brake fluid DOT3 or DOT4 is used as the operating medium. Use of any other fluid will void all warranties associated with that component. For hydraulic braking applications the brake fluid is considered a maintenance item. Maintenance intervals are listed in TB-1367. Coverage Limitations Product Description All Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, 1/Unl/P. For vehicles that operate full- or part-time outside of the United States and Canada, a 1-Year/Unlimited Miles parts only (1/Unl/P) will apply. TOOLBOX™ Software Proper diagnostics of Meritor WABCO Electronics may require the latest version of TOOLBOX™. Additional labor due to use of an outdated version of TOOLBOX™. TOOLBOX™ software, and/or the time to purchase or install latest version of TOOLBOX™ are not covered under product warranty. TERMS AND CONDITIONS 8 TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? Meritor WABCO Vehicle Control Systems warrants to the owner (“Owner”) that the components listed in this publication, which have been installed by an Original Equipment Manufacturer (“OEM”) as original equipment will be free from defects in material and workmanship. This warranty coverage begins from the original in-service date to the limits provided and runs concurrently with any warranties provided by OEMs and/or any service contracts that cover the components listed in this publication, if any. If the components listed in this publication are covered by an OEM warranty and/or service contract, then the OEM’s warranty and/ or service contract shall supersede Meritor WABCO’s warranty and Owner shall comply with all OEM’s warranty and/or service contract requirements for claims under such OEM’s warranty and/or service contract until those agreements expire. Once those agreements expire and provided the Meritor WABCO warranty has not expired under the terms stated above, the Meritor WABCO warranty would be in effect until its expiration date. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed previously in this publication. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Additional diagnostic time due to use of an outdated version of TOOLBOX™, time to purchase or install latest version of TOOLBOX™ are the responsibility of the authorized Meritor WABCO service location and are not covered under product warranty. Components installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify Meritor WABCO through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the Meritor WABCO components have been incorporated prior to the vehicle in-service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with Meritor WABCO directly. Failure to notify Meritor WABCO of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/Unl/P) from the initial in-service date. A second Owner and each subsequent Owner must also notify Meritor WABCO as to the intended vocational use of the vehicle. This notification can be sent directly to Meritor WABCO or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under Meritor WABCO’s warranty requires that the application of products be properly approved pursuant to OEM and Meritor WABCO, approvals. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? In addition to the items listed on page 7, this warranty does not cover normal wear and tear, or service items; nor does it cover a component that fails, malfunctions or is damaged as a result of (a) improper handling, storage, installation, adjustment, repair or modification including the use of unauthorized attachments or changes or modification in the vehicle’s configuration, usage, or vocation from that which was originally approved by Meritor WABCO, (b) accident, fire or other casualty, natural disaster, road debris, negligence, misuse, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the brake system capacity), or (c) improper or insufficient maintenance (including deviation from maintenance intervals, approved lubricants, or lube levels). This warranty does not cover any component or part that is not sold by Meritor WABCO. (5) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at Meritor WABCO’s option. Meritor WABCO reserves the right to require that all applicable covered components are available and/or returned to Meritor WABCO for review and evaluation. (6) DISCLAIMER OF WARRANTY. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESS, IMPLIED OR STATUTORY INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. SOME STATES LIMIT OR DO NOT ALLOW THE DISCLAIMER OF IMPLIED OR OTHER WARRANTIES, SO THE ABOVE LIMITATION OR EXCLUSION MAY NOT APPLY TO THE EXTENT SUCH STATE’S LAW IS APPLICABLE TO THESE TERMS. (7) LIMITATION OF REMEDIES. IN NO EVENT SHALL MERITOR WABCO BE LIABLE FOR SPECIAL, INCI- DENTAL, INDIRECT, OR CONSEQUENTIAL DAMAGES OF ANY KIND OR UNDER ANY LEGAL THEORY, INCLUDING, BUT NOT LIMITED TO, TOW- ING, DOWNTIME, LOST PRODUCTIVITY, CARGO DAMAGE, TAXES, LOST PROFITS, COSTS OF PROCUREMENT OF A SUBSTITUTE COMPONENT OR ANY OTHER LOSSES OR COSTS RESULTING FROM A COVERED COMPONENT. SOME STATES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF SPECIAL, INCIDENTAL, INDIRECT OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATION OR EXCLUSION MAY NOT APPLY TO THE EXTENT SUCH STATE’S LAW IS APPLICABLE TO THESE TERMS. (8) TIME LIMIT ON COMMENCING LEGAL ACTION. ANY LEGAL ACTION OR CLAIM ARISING FROM OR RELATED TO THIS WARRANTY, IN CONTRACT OR OTHERWISE, MUST BE COMMENCED WITHIN ONE YEAR FROM THE ACCRUAL OF THAT CAUSE OF ACTION, OR BE BARRED FOREVER. (9) To Obtain Service. If the Owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either Meritor WABCO or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM new truck and/or trailer dealer or authorized Meritor WABCO service location. The dealer will inspect the vehicle and contact Meritor WABCO for an evaluation of the claim. When authorized by Meritor WABCO, the dealer will repair or replace during the term of this warranty any defective Meritor WABCO component covered by this warranty. (10) Entire Agreement. This is the entire agreement between Meritor WABCO and the Owner about warranty and no Meritor, Meritor WABCO employee, or dealer is authorized to make any additional warranty on behalf of Meritor WABCO unless in writing and signed by an authorized representative of Meritor WABCO. meritorwabco.com ©2017 Meritor WABCO Vehicle Control SystemsMeritor WABCO Vehicle Control Systems is ajoint venture of Meritor™ and WABCO For more information on Meritor WABCO Warranty, call our OnTrac Customer Service team at 866-OnTrac1 (866-668-7221) or visit meritorwabco.com. Litho in USA. Revised 06/17.SP-1375 (47865/11900)Meritor WABCO Vehicle Control Systems2135 West Maple Road, Troy, Michigan 48084, USAPhone: 866-ONTRAC1 (866-668-7221) Fax: 248-435-8002 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0004 Velocity® & Impel® Window Regulators Pierce Manufacturing certifies the integrity of the Velocity® & Impel® window regulators. Specimens representing the substantial structural configuration of the Velocity® & Impel® window regulators have been successfully tested to meet the following objectives: OBJECTIVES: • Electric window regulators withstand 30,000 up-down cycles. CONCLUSIONS: • The electric window regulators withstood 30,000 cycles without failure. VALIDATION TEST: RD1350, RD1368 Pierce Manufacturing, Inc. James Roger Lackore, PE March 16, 2008 CD0004 Window Regulators - Velocity 080315 1 7/8/2008 CD0009 Cab Integrity Certification - Velocity 080123 1 7/8/2008 PIERCE MANUFACTURING INC.® AN OSHKOSH TRUCK CORPORATION® COMPANY Certification Document CD0009 Velocity® & Impel® Cab Integrity Certification Pierce Manufacturing certifies the integrity of the Velocity/Impel cab relative to occupant protection. A specimen representing the substantial structural configuration of the Velocity and Impel cab models has been successfully tested in accordance with the following standards. • SAE J2422 Cab Roof Strength Evaluation – Quasi-Static Loading Heavy Trucks. • European Occupant Protection Standard ECE Regulation No. 29. • SAE J2420 COE Frontal Strength Evaluation – Dynamic Loading Heavy Trucks. Side Impact: The test cab was subjected to dynamic preload where a 13,275 lb moving barrier was slammed into the side of the cab at 5.5 mph, striking with an impact of 13,000 ft-lbs of energy. This test is not required to meet the ECE 29 standard, but is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in a roll-over incident. Roof Crush: This same test cab was then subjected to a roof crush force of 22,050 lbs. This value meets the ECE 29 criteria, which must be equivalent to the front axle rating up to a maximum of 10 metric tons. Additional Roof Crush: The same cab was then loaded with 58,000 lbs, 85,000 lbs, and finally 100,000 lbs on the roof, exceeding the ECE test by 4.5 times! CD0009 Cab Integrity Certification - Velocity 080123 2 7/8/2008 Frontal Impact: The test cab was struck by the 13,275 lb moving barrier at a speed sufficient to impart the required 32,600 ft-lbs of energy. The cab survived this second blow without compromising the survival space of any occupant area. Additional Frontal Impact: The same cab was then struck a third time at a higher speed to impart 65,200 ft-lbs of energy into the cab (twice the ECE 29 level of energy). The cab survived this third blow, again without compromising the survival space of any occupant area. Side Crush: As an additional test of the Velocity/Impel strength, the same test cab was set on its side and loaded to 100,000 lbs. The cab in this test withstood the load without any appreciable damage or occupant space intrusion. Pass-Fail criteria of the SAE tests and the ECE 29 test is a measure of whether the “survival space” inside the cab is compromised during any of the test loads. The Pierce cab withstood all integrity tests on the same cab without any measurable intrusion into the survival space of the occupant area. Witnessed and Certified by: Pierce Manufacturing, Inc. James Roger Lackore, PE January 24, 2008 CD0156 Vehicle Stability 170601.doc 1 6/26/2017 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0156 Statement of Compliance to NFPA 1901-2016 Vehicle Stability Pierce fire apparatus comply with NFPA 1901 Section 4.13 Vehicle Stability using the tilt table method. As prescribed by the standard, each apparatus is compared to a substantially similar apparatus that has been loaded as required and tested on a tilt table per the SAE J2180 test procedure. If the apparatus configuration was not expected to meet the minimum tilt table criteria, then it will be equipped with the Electronic Stability Control option. A listing of all tested apparatus is maintained by the Research and Development lab and is available for inspection at the Appleton factory. VALIDATION TEST: Multiple Tests Pierce Manufacturing, Inc. David W. Archer Vice President of Engineering June 1, 2017 Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.6/28/2011 WA0200 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. Pierce's obligation under this warranty is limited to repairing or replacing without charge, as Pierce may elect, the hydraulic lines, fittings, valves, seals, cylinders, filters, pumps, hydraulic motors, rotary actuators, or components which Pierce determines to have failed due to defective material and workmanship. This warranty shall not apply unless the aerial device is inspected in accordance with NFPA 1911 Standard for Inspection, Maintenance, Testing, and Retirement of In- Service Automotive Fire Apparatus and the applicable Pierce Operator and Maintenance Manuals. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship Aerial Hydraulic System Components Three (3) Year Material and Workmanship Aerial Hydraulic System Seals Five (5) Years and Three (3) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: The aerial hydraulic system components and seals shall be free from component or structural failures caused by defects in material and/or workmanship. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Warranty Begins: The transmission cooler shall be free from component or structural failures caused by defects in material and/or workmanship. Collateral damage up to $10,000 per occurrence is available for the first three (3) years. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Five (5) Years on Oil Cooler and three (3) years on collateral damage coverage Warranty Period Ends After: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship - Transmission Oil Cooler Three (3) Year Collateral Damage Coverage 1. LIMITED WARRANTY The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The date of delivery to the first retail purchaser. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not cover repair due to accidents, misuse, and excessive vibration, flying debris, storage damage (freezing), negligence or modification. This warranty is void if any modification or repairs are performed without authorization. This also voids any future warranty. This warranty does not cover cost of maintenance or repairs due to lack of required maintenance services as recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Towing is covered to the nearest distributor or authorized dealer only when necessary to prevent further damage to your transmission. Labor costs for the removal and reinstallation of goods may be covered when necessary to make repairs. Please contact your OEM for authorization. Replacement of cooler during the warranty period is limited to 100% of reasonable labor costs up to a maximum of $700 to remove, replace, or repair the oil cooler. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.2/22/2012 WA0216 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. CD0098 Power Steering System 110623.doc 1 10/14/2014 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0098 Power Steering System Pierce Manufacturing, Inc. certifies that the power steering system as installed in our custom chassis meets the requirements of the component supplier, the NFPA 1901 and NFPA 1906 guidelines as applicable, and Pierce internal design standards. VALIDATION TEST: RD1987, RD2055 RD2056, RD2057, RD2058, RD2059 Pierce Manufacturing, Inc. David W. Archer Director of Engineering June 03, 2011 {00046826;v2} AMITY FIRE AND SAFETY, INC. 3750 CHESTNUT ROAD ALBURTIS, PA 18011-0451 Phone: 610-966-3115 Fax: 610-965-6313 * STANDARD TEN YEAR WARRANTY * (standard warranty is in effect for parts shipped after 4/15/10) Telescopic Waterways A. PRESHIPMENT TESTING All waterways fabricated by Amity are final inspected using the following pressure minimums: 1. Hydrostatic applications will be tested to 400 PSI unless specified otherwise on approved drawings. Operating pressures on installed systems are not to exceed 250 PSI at any point in the system. Warranty will be voided and Amity will not be held liable for failure and/or damage occurring from Water Hammering or freezing of water in any system. B. COMPONENTS DESCRIPTION AND MAINTENANCE 1. All components are thoroughly greased at assembly. Since internally lubricated seals are used, regular greasing is not required. We recommend components not be greased at installation. 2. Slip Tube Assemblies may be greased at the Amity’s regularly scheduled Aerial Inspections. The seals in the Slip Tube Assemblies are self-lubricating, so greasing is not mandatory. We do recommend a visual inspection of the Slip Tube Assembly while it is fully extended after initial installation, from that point on we recommend inspection every ten hours of aerial operation. If any deposits of aluminum appear, they are to be rubbed off using a Teflon scouring pad. Slip Tube Assemblies are designed to give long maintenance free service; however, like any product, problems may occur and periodic visual inspections will aid in determining if a potential problem exists and warrants a call to us. Care must be taken to keep debris off of extended tubes. We recommend wiping tubes with light oil (10 weight) or hydraulic oil after use, if tubes appear to have contamination on them. Under no circumstance are tubes to be cleaned with lacquer thinner, or any other solvent. C. LIMITED WARRANTY, LIMITATIONS, CONDITIONS AND PROCEDURES REQUIRED. 1. Products are warranted to be free of defects in labor and/or materials for a period of ten years from the date of purchase from the Amity and shall be repaired or replaced at the sole option and expense of the Amity provided the products alleged to be defective was used for its intended normal use operation and subject to the following qualifications and limitations. 2. Any alteration of product without consent from Amity is strictly forbidden and shall void warranty. 3. No welding shall be performed on finished product. 4. No responsibility is assumed for any malfunctions or damages which are occasionally caused by foreign objects which may be ingested into water system such as, but not limited to stones, sand or metal chips. 5. Amity assumes responsibility for our product, which is defective only, and therefore, it will not assume responsibility for labor to either remove or install our product unless it agrees in writing to assume such responsibility. 6. Unless otherwise approved in writing by the Amity all returns of defective (or allegedly defective products) are at Purchaser’s expense and must include a RGA number issued by the Amity. 7. All warranty claims must be presented at the time the problem occurs, or as soon as practical thereafter, either called or faxed to the Amity and include the numbers on the assembly’s Amity’s label with a detailed explanation of the difficulty in order for the matter to be appropriately evaluated and resolved. 8. Amity will not be held liable for damage incurred during shipment. 9. No responsibility shall be assumed for misuse or improper mounting, unreasonably use or abuse of the Product and or failure to provide or use improper maintenance, failure to follow written installation and use in instruction or any use other than the customary designed use. THE REMEDIES PROVIDED IN THE ABOVE EXPRESS LIMITED WARRANTY AND ARE THE SOLE AND EXCLUSIVE REMEDIES AVAILABLE. NO OTHER EXPRESS WARRANTIES ARE MADE. ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OF MERCHANTABILITY OR {00046826;v2} FITNESS FOR A PARTICULAR PURPOSE OR USE ARE LIMITED IN DURATION AS SET FORTH ABOVE. IN NO EVENT SHALL THE AMITY ASSUME OR BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. THE WITHIN DESCRIBED WARRANTY SHALL ONLY BE AFFORDED TO THE ORIGINAL PURCHASER OR FOR INCORPORATION INTO ANOTHER UNIT AND TO FIRST PURCHASER AS PART OF COMPLETED UNIT, HOWEVER, THE WARRANTY PERIOD OF TEN YEARS COMMENCES UPON INSTALLATION INTO FINAL ASSEMBLY WITH THE UNDERSTANDING IT IS INSTALLED WITHIN SIX MONTHS OF PURCHASE. Dated: ____________________ ____, 20___ {00046826;v2} AMITY FIRE AND SAFETY, INC. 3750 CHESTNUT ROAD ALBURTIS, PA 18011-0451 Phone: 610-966-3115 Fax: 610-965-6313 * STANDARD FIVE YEAR WARRANTY * (standard warranty is in effect for parts shipped after 4/15/10) Three Function Swivel A. PRESHIPMENT TESTING The Three Function Swivel fabricated by Amity which is exposed to pressure during normal use is subject to final inspection using the following pressure minimums: 1. Hydrostatic applications will be tested to 400 PSI unless specified otherwise on approved drawings. Operating pressures on installed systems are not to exceed 250 PSI at any point in the system. Warranty will be voided and Amity will not be held liable for failure and/or damage occurring from Water Hammering or freezing of water in any system. 2. Hydraulic applications will be tested to 4000 PSI. System operating pressure in application to be 3000 PSI maximum. 3. Dielectric and Continuity Test all circuits. 30 Amp max current loading. B. THREE FUNCTION SWIVEL MAINTENANCE – Our Three Function Swivel has been fully tested at assembly. Under no circumstances is there to be any maintenance performed internally or externally to the Three Function Swivel by Purchaser or any other third party other than an authorized representative of or Amity itself. The Three Function Swivel is sealed and must remain so. The Three Function Swivel is designed for a long maintenance free life. Should any problems occur or replacement be necessary, first contact Amity. There is to be no field maintenance performed on the Three Function Swivel . C. MOUNTING REQUIREMENTS – The following are the mounting requirements for the Three Function Swivel: 1. Mounting points and methods are to be determined at the initial design stage. All drawings and applicable documentation must be signed off by both parties and filed for future reference. No deviation to the approved mounting is allowed without approval from Amity. 2. The Three Function Swivel is to be mounted concentric to the center of the turntable bearing. 3. All inlet and outlet plumbing to conform to swivel mounting, under no circumstances is the Three Function Swivel to be positioned to match connections. This will avoid putting excessive loads on the Three Function Swivel. All tubing or piping to be supported by means other than the Three Function Swivel. D. LIMITED WARRANTY, LIMITATIONS, CONDITIONS AND PROCEDURES REQUIRED. 1. The Three Function Swivel is warranted to be free of defects in labor and/or materials for a period of five (5) years from the Date of Service. For purposes here, “Date of Service” shall mean the date when the Three Function Swivel, or the unit to which the Three Function Swivel is incorporated, passes final Underwriters Laboratory testing, or similarly compliant testing, and is certified for service. Evidence of such Date of Service shall be required in connection with any warranty claim by Purchaser. 2. The Three Function Swivel shall be repaired or replaced at the sole option and expense of the Amity provided the Three Function Swivel alleged to be defective was used for its intended normal use of operation and subject to the following qualifications and limitations. 3. Any alteration of the Three Function Swivel without consent from Amity is strictly forbidden and shall void warranty. 4. No welding shall be performed on finished Three Function Swivel. 5. No responsibility is assumed for any malfunctions or damages which are occasionally caused by foreign objects which may be ingested into water or hydraulic systems such as, but not limited to stones, sand or metal chips. 6. Amity assumes responsibility for our Three Function Swivel, which is defective only, and therefore, it will not assume responsibility for labor to either remove or install our Three Function Swivel unless it agrees in writing to assume such responsibility. 7. Unless otherwise approved in writing by the Amity all returns of defective Three Function Swivels (or allegedly defective Three Function Swivels) are at Purchaser’s expense and must include a RGA number issued by the Amity. {00046826;v2} 8. All warranty claims must be presented at the time the problem occurs, or as soon as practical thereafter, either called or faxed to the Amity and include the numbers on the assembly’s Amity’s label with a detailed explanation of the difficulty in order for the matter to be appropriately evaluated and resolved. 9. Amity will not be held liable for damage incurred during shipment. 10. No responsibility shall be assumed for misuse or improper mounting, unreasonably use or abuse of the Three Function Swivel and or failure to provide or use improper maintenance, failure to follow written installation and use in instruction or any use other than the customary designed use. THE REMEDIES PROVIDED IN THE ABOVE EXPRESS LIMITED WARRANTY AND ARE THE SOLE AND EXCLUSIVE REMEDIES AVAILABLE. NO OTHER EXPRESS WARRANTIES ARE MADE. ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE OR USE ARE LIMITED IN DURATION AS SET FORTH ABOVE. IN NO EVENT SHALL THE AMITY ASSUME OR BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. THE WITHIN DESCRIBED WARRANTY SHALL ONLY BE AFFORDED TO THE ORIGINAL PURCHASER OR FOR INCORPORATION INTO ANOTHER UNIT AND TO FIRST PURCHASER AS PART OF COMPLETED UNIT, HOWEVER, THE WARRANTY PERIOD OF FIVE YEARS IS FROM THE DATE OF SERVICE WITH THE UNDERSTANDING IT IS INSTALLED WITHIN A REASONABLE TIME PERIOD. Dated: _______________ ____, 20__ Effective March 15, 2010 AMDOR Inc. TERMS OF BUSINESS AND GENERAL INFORMATION Warranty: All AMDOR Inc. roll-up door products are warranted for a period of 10 years from the date of delivery (with the exception of wet paint adhesion - please see below). AMDOR Inc. liability covers the replacement or repair of any component that fails due to defects in material and / or workmanship during the coverage period. We accept no liability for claims made for damages to any part (or parts) of a vehicle and / or machine (of any type) or injury claims by a person or persons assumed or alleged to have been brought about by the use or misuse of any product supplied by AMDOR Inc. Warranty coverage does not extend to door attachments including (but not limited to) decals, emblems, stripes and adhesives. In order to initiate the claims process please contact your authorized representative of AMDOR Inc. Warranty claims must be accompanied by a written description providing full and reasonable details as to the nature of the defect. Upon receipt of your claim arrangements will be made to inspect the defective product (if necessary). Justified warranty claims will be repaired, exchanged, or credited to the customer's account at AMDOR Inc.'s discretion. All warranty claims must be approved in writing by the Customer Service Manager for AMDOR Inc. There are no exceptions to this clause. Limited warranty coverage includes the labor associated with the disassembly and assembly of products deemed to be defective by AMDOR Inc. Labor allowances are based on a set time schedule as determined by AMDOR Inc. The maximum allowable hourly labor rate is $ 50. All warranty labor claims must be approved in writing by an authorized representative of AMDOR Inc. prior to commencement of work. Allowances for removal and installation: Curtain replacement: 3/4 hour Balancer replacement: 1 hour Door ajar switch 3/4 hour Bottom Panel Assembly: 1/2 hour Slat replacement: 3/4 hour Door removal and replacement 1 1/2 hours Items authorized for return must be accompanied by a Return Goods Authorization (RGA) number. We will accept collect shipments of items deemed to be defective provided that they are returned via the most economical carrier. Should items be returned by means other than the most economical carrier the difference will be charged back to the sender. AMDOR Inc. reserves the right to reject any claim when a product has been opened, interfered with or modified. Claims may also be rejected when damage to the product (or any sub-assembly) has been brought about by accident, misuse, abuse, vandalism, incorrect installation, temperature extremes, chemical exposure or any factor other than regular operating conditions. Limited Wet Paint Match Adhesion Warranty AMDOR Inc. warrants wet paint finishes applied by AMDOR utilizing our approved factory paint specification. All wet paint match colors must be approved in writing by an authorized OEM representative. AMDOR Inc. will provide a color spray out for this purpose. The time required for shipping and consideration of initial color spray outs will be considered over and above stated lead times. Warranty coverage will extend for a period of not less than 5 years from the date of delivery as determined by AMDOR Inc.'s Packing Slip. AMDOR reserves the right to determine whether individual units will be replaced and / or repaired by an AMDOR approved vendor. An allowance will be made for labor associated with the disassembly and assembly of individual units at the prescribed hourly rate of $ 50 per hour. Compensation for labor will not exceed the maximum time allowance permitted for door removal and replacement. Written approval including specified allowance for time must be obtained from AMDOR prior to initiating work. Warranty coverage will extend to the following visible paint system defects: 1./ Loss of mechanical adhesion as evidenced by peeling, cracking or blistering which exposes the substrate material. 2./ Corrosion of the substrate due to paint system failure. 3./ Fading which results in a substantial departure from the primary AMDOR approved body color. Wet paint adhesion limited warranty coverage will be excluded when damages to the system are determined by AMDOR Inc. to be a result of the following: 1./ Damage caused through the use of attachments including (but not limited to) decals, labels, adhesives, non factory approved coatings. 2./ Loss of gloss, discoloration or damage due to improper maintenance (including but not limited to) mechanical wash systems, pressure washers, steam cleaners, non approved wash or polishing agents. 3./ Abuse, acts of nature, excessive heat / cold, chemical exposure, vandalism and / or accidents. 4./ Scratches, chips, abrasions, or dents from any source. This document supercedes all previous written and / or verbal warranties provided by AMDOR Inc. and / or it's affiliates. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1/11/2011 WA0188 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty does not apply to related wire harnesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: 54 Months Material and Workmanship Camera System Fifty - Four (54) monthsWarranty Period Ends After: The date of delivery.Warranty Begins: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Sharpvision camera system installed on the apparatus occuring during the warranty period. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Cummins Warranty Worldwide Fire Apparatus/Crash Trucks Coverage Products Warranted This Warranty applies to new diesel Engines sold byCumminsanddeliveredtothefirstuseronorafterApril1,2007,that are used in fire apparatus truck andcrashtruck*applications Worldwide. Base Engine Warranty The Base Engine Warranty covers any failures of theEnginewhichresult,under normal use and service,from a defect in material or factory workmanship(Warrantable Failure).This Coverage begins with thesaleoftheEnginebyCumminsandendsfiveyearsor100,000 miles (160,935 kilometers),whichever occursfirst,after the date of delivery of the Engine to the firstuser. Engine aftertreatment components included in theCumminsCriticalPartsList(CPL)and marked with aCumminspartnumberarecoveredunderBaseEngineWarranty. Additional Coverage is outlined in the EmissionWarrantysection. These Warranties are made to all Owners in thechainofdistributionandCoveragecontinuesto allsubsequentOwnersuntiltheendoftheperiodsofCoverage. CumminsResponsibilities Cummins will pay for all parts and labor needed torepairthedamagetotheEngineresultingfromaWarrantableFailure. Cummins will pay for the lubricating oil,antifreeze,filter elements,belts,hoses and other maintenanceitemsthatarenotreusableduetotheWarrantableFailure. Cummins will pay for reasonable labor costs forEngineremovalandreinstallationwhennecessary torepairaWarrantableFailure. Cummins will pay reasonable costs for towing avehicledisabledbyaWarrantableFailuretothenearestauthorizedrepairlocation.In lieu of the towingexpense,Cummins will pay reasonable costs formechanicstotraveltoandfromthelocationofthevehicle,including meals,mileage and lodging whentherepairisperformedatthesiteofthefailure. OwnerResponsibilities Owner is responsible for the operation andmaintenanceoftheEngineasspecifiedinCumminsOperationandMaintenanceManuals.Owner is alsoresponsibleforprovidingproofthatallrecommendedmaintenancehasbeenperformed. Before the expiration of the applicable Warranty,Owner must notify a Cummins distributor,authorizeddealerorotherrepairlocationapprovedbyCumminsofanyWarrantableFailureandmaketheEngineavailableforrepairbysuchfacility.Except for EnginesdisabledbyaWarrantableFailure,Owner must alsodelivertheEnginetotherepairfacility. Service locations are listed on the Cummins WorldwideServiceLocatoratcummins.com. Owner is responsible for the cost of lubricating oil,antifreeze,filter elements and other maintenance itemsprovidedduringWarrantyrepairsunlesssuchitemsarenotreusableduetotheWarrantableFailure. Owner is responsible for communication expenses,meals,lodging and similar costs incurred as a result ofaWarrantableFailure. Owner is responsible for non-Engine repairs and for‘‘downtime’’expenses,cargo damage,fines,allapplicabletaxes,all business costs and other lossesresultingfromaWarrantableFailure. Owner is responsible for a $100 (U.S.Dollars)deductible per each service visit under this plan in the3rd,4th and 5th years of Base Engine Warranty.Thedeductiblewillnotbechargedduringthefirst2yearsoftheBaseEngineWarranty. Limitations Cummins is not responsible for failures or damageresultingfromwhatCumminsdeterminestobeabuseorneglect,including,but not limited to:operationwithoutadequatecoolantsorlubricants;overfueling;overspeeding;lack of maintenance of lubricating,cooling or intake systems;improper storage,starting,warm-up,run-in or shutdown practices;unauthorizedmodificationsoftheEngine. Any unauthorized modifications to the aftertreatmentcouldnegativelyeffectemissionscertificationandvoidWarranty. Cummins is also not responsible for failures caused byincorrectoil,fuel or diesel exhaust fluid or by water,dirt or other contaminants in the fuel,oil or diesel exhaust fluid. This Warranty does not apply to accessories suppliedbyCumminswhichbearthenameofanothercompany.Such non-warranted accessories include,butarenotlimitedto:alternators,starters,fans,airconditioningcompressors,clutches,filters,transmissions,torque converters,vacuum pumps,power steering pumps,fan drives and air compressors.Cummins branded alternators and starters are coveredforthefirsttwoyearsfromthedateofdeliveryoftheEnginetothefirstuser,or the expiration of the BaseEngineWarranty,whichever occurs first. Failures resulting in excessive oil consumption are notcoveredbeyondthedurationoftheCoverageor100,000 miles (160,935 kilometers)or 7,000 hours fromthedateofdeliveryoftheEnginetothefirstuser,whichever of the three occurs first.Before a claim forexcessiveoilconsumptionwillbeconsidered,OwnermustsubmitadequatedocumentationtoshowthatconsumptionexceedsCumminspublishedstandards. Failures of belts and hoses supplied by Cummins arenotcoveredbeyondthefirstyearfromthedateofdeliveryoftheEnginetothefirstuserorthedurationoftheWarranty,whichever occurs first. Parts used to repair a Warrantable Failure may be newCumminsparts,Cummins approved rebuilt parts orrepairedparts.Cummins is not responsible for failuresresultingfromtheuseofpartsnotapprovedbyCummins. A new Cummins or Cummins approved rebuilt partusedtorepairaWarrantableFailureassumestheidentityofthepartitreplacedandisentitledtotheremainingCoveragehereunder. Cummins Inc.reserves the right to interrogateElectronicControlModule(ECM)data for purposes offailureanalysis. CUMMINS DOES NOT COVER WEAR OR WEAROUTOFCOVEREDPARTS. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTALORCONSEQUENTIALDAMAGES. THIS WARRANTY AND THE EMISSION WARRANTYSETFORTHHEREINAFTERARETHESOLEWARRANTIESMADEBYCUMMINSINREGARDTOTHESEENGINES.CUMMINS MAKES NO OTHERWARRANTIES,EXPRESS OR IMPLIED,OR OFMERCHANTABILITYORFITNESSFORAPARTICULARPURPOSE. This Warranty gives you specific legal rights,and youmayalsohaveotherrightswhichvaryfromstatetostate. EmissionWarranty Products Warranted This Emission Warranty applies to new EnginesmarketedbyCumminsthatareusedintheUnitedStates**in vehicles designed for transporting personsorpropertyonastreetorhighway.This WarrantyappliestoEnginesdeliveredtothefirstuseronor afterSeptember1,1992. Coverage Cummins warrants to the first user and eachsubsequentpurchaserthattheEngineisdesigned,built and equipped so as to conform at the time of salebyCumminswithallU.S.federal emission regulationsapplicableatthetimeofmanufactureandthatitisfreefromdefectsinmaterialorfactoryworkmanshipwhichwouldcauseitnottomeettheseregulationswithinthelongerofthefollowingperiods:(A)Five years or100,000 miles (160,935 kilometers)of operation,whichever occurs first,as measured from the date ofdeliveryoftheEnginetothefirstuseror(B)The BaseEngineWarranty. If the vehicle in which the Engine is installed isregisteredinthestateofCalifornia,a separateCaliforniaEmissionWarrantyalsoapplies. Limitations Failures,other than those resulting from defects inmaterialorfactoryworkmanship,are not covered bythisWarranty. Cummins is not responsible for failures or damageresultingfromwhatCumminsdeterminestobeabuseorneglect,including,but not limited to:operationwithoutadequatecoolantsorlubricants;overfueling;overspeeding;lack of maintenance of lubricating,cooling or intake systems;improper storage,starting,warm-up,run-in or shutdown practices;unauthorizedmodificationsoftheEngine. Any unauthorized modifications to the aftertreatmentcouldnegativelyeffectemissionscertificationandvoidWarranty. Cummins is also not responsible for failures caused byincorrectoil,fuel or diesel exhaust fluid or by water,dirt or other contaminants in the fuel,oil or dieselexhaustfluid. Cummins is not responsible for non-Engine repairs,‘‘downtime’’expenses,cargo damage,fines,allapplicabletaxes,all business costs or other lossesresultingfromaWarrantableFailure. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. Bulletin 3381161 Printed in U.S.A. Rev. 08/09 ©2001 Cummins Inc. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTALORCONSEQUENTIALDAMAGES. *Airport operated crash trucks and fire departmentoperatedtrucksemployedtorespondtofires,hazardous material releases,rescue and otheremergency-type situations. **United States includes American Samoa,theCommonwealthofNorthernMarianaIslands,Guam,Puerto Rico and the U.S.Virgin Islands. Cummins Inc.Box 3005Columbus,IN 47202-3005U.S.A. Bulletin 3381161PrintedinU.S.A.Rev.08/092001CumminsInc. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. The exclusions listed in the attached Meritor warranty description shall apply. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Two (2) YearWarranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 8/22/2017 WA0328 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Fire and Rescue Apparatus Coverage: Two (2) Year Material and Workmanship Meritor Axles Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The Meritor axle shall be covered by Meritor as indicated in the attached Meritor warranty coverage description 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: MERITOR® COMMERCIAL VEHICLE SYSTEMS WARRANTY/MODEL YEAR 2018 VEHICLES Advantage Program Purchasing additional coverage on select components will continue to safeguard your investment against major repair costs after the initial base coverage expires. You can find out more about the Advantage Program by visiting www.meritor.com or by contacting Meritor at 866-OnTrac1 (866-668-7221). 2 Linehaul .............................................................................................................3-4 General Service ...................................................................................................5-6 Heavy Service ......................................................................................................7-8 Off-Highway Service ................................................................................................9 Terms and Conditions ............................................................................................10 How to Read Warranty Coverage Number of Years Mileage (in thousands) Unl=Unlimited P=Parts Only P&L=Parts & Labor Notice: Models or components that are approved for use by Meritor’s vocational guidelines contained in Meritor Publication TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, which are not specifically listed, are warranted for one year, unlimited miles, parts only (1/Unl/P). Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/Unl/P). Effective Model Year 2018 Vehicles WARRANTY INFORMATION CONTENTS n Auto Hauler n Bulk Hauler n Chip Hauler (Truck)* n Doubles n Flatbed n General Freight n Grain Hauler n Livestock Hauler n Moving Van n Pipe Hauler n Refrigerated Freight n Tanker n Triples FD-965 FF-941 FF-942 FF-943 FF-944 FF-961 FF-966 FF-967 FG-941 FG-943 MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122A-N MFS-12-122B-N MFS-12-122C-N MFS-12E-122A-N MFS-12-132B-N MFS-12-132C-N MFS-12-143A-N MFS-12E-143A-N MFS-12-144A-N MFS-13-122A-N MFS-13-122B-N MFS-13-122C-N MFS-13-132B-N MFS-13-132C-N MFS-13-143A-N MFS-13-144A-N MFS-14-122A-N MFS-14-143A-N n High mileage operation (over 60,000 miles/year) n Well maintained major highways of concrete or asphalt construction n Greater than 30 miles between starting and stopping Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. * Chip Hauler vehicles require specific axle models listed below and Linehaul condition to be eligible for Linehaul warranty consideration. Linehaul Vehicles Front Non-Drive Steer Axles – 5/750/P&L Linehaul Typically Is RPL 5/500/P, 1/Unl/P&L MXL 3/350/P, 1/Unl/P&L 155N 1/Unl/P 92N 1/Unl/P Drivelines RS-19-144/145/A MS-19-14X MS-21-144 RS-21-145 RS-21-160 RS-23-160 RS-23-161 RS-23-186 Rear Drive Single Axles – 5/750/P&L 1 These models required for Chip Hauler and Linehaul warranty consideration. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. RT-34-144/P/A RT-40-145/A RT-40-160/P1,2 RT-46-160/P1,2 RT-46-164EH/P1,2 RT-50-160/P1,2 MA-40-165 MA-40-175 MT-34-14X/P MT-40-14X/P MT-40-14X/P MT-40-144/P MT-40-943 MT-40-943-SP RZ-1662 RZ-188 Rear Drive Tandem/Tridem Axles – 5/750/P&L LINEHAUL WARRANTY INFORMATION 3 Cam Q Series Trailer Brakes 5/500/P, 1/100/L LX500 Feature1 5/750/P&L Q+ Drum Brake™ 5/500/P, 1/Unl/P&L ASA 5/500/P, 1/Unl/P&L Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P STEELite X30 Drum Brake™2 12-Years or Wearable Life/P EX+ Air Disc Brake™ 5/500/P, 1/Unl/L 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 3/500/P&L. 2 Based on stamped wear diameter max. MPA38/40 (Tandem Axle Parallelogram)1 Major Structural Components 5/500/P, 1/100/L Curbing Damage Warranty2 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs 2/200/P, 1/100/L Bushings 7/700/P, 5/500/L PinLoc Air Controls 1/100/P&L PinLoc Actuator 3/300/P&L MPA20 (Single Axle Parallelogram) Major Structural Components 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs 2/200/P, 1/100/L Bushings 7/700/P, 5/500/L MTA (Trailing Arm) Major Structural Components 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs & Rebound Straps 2/200/P, 1/100/L Bushings 5/500/P, 3/300/L 1 Fastener torque coverage is limited to 2/Unl P&L when torqued by Meritor (For axle and ABS coverage, refer to appropriate product warranties.) 2 “Curbing damage” is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A-frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. TQ, TQD, TR, TRD Beam and Brackets 5/750/P&L 1 For brake components and ABS Coverage, refer to appropriate product warranties. MTIS Components 3/500/P&L Beam and Brackets 5/500/P, 1/100/L Wheel End Systems1 Standard System2 1/100/P&L PreSet by Meritor3 5/500/P&L AxlePak54 5P/L AxlePak75 7P/L 1 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 2 When installed by Meritor. 3 Requires approved hubcap stating PreSet by Meritor on hubcap face. 4 When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/500P, 3/500L. 5 When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/750P, 3/500L. (For brake components and ABS coverage, refer to appropriate product warranties.) Brake Components Trailer Air Suspension Systems TAG/Pusher Axles1 Meritor Tire Inflation System by PSI Trailer Axles 4 LINEHAUL WARRANTY INFORMATION n Aerial Ladder Truck n Aerial Platform n Ambulance n Auto Hauler n Beverage Truck n Chip Hauler n Cross Country Coach n Flatbed n Front Engine Commercial Chassis n Front Engine Integral Coach n General Freight n Intercity Coach n Intermodal Chassis n Livestock Hauler n Meat Packer n Moving Van n Municipal Truck n Newspaper Delivery n Pick-Up and Delivery n Pipe Hauler n Platform Auto Hauler n Pumper n Rear Engine Integral Coach n Recreational Vehicles n Refrigerated Freight n School Bus n Stake Truck n Tanker n Tanker Truck n Tour Bus n Wrecker FD-965 FF-941 FF-942 FF-943 FF-944 FF-946 FF-961 FF-966 FF-967 FG-941 FH-941 FH-9461 FL-941 FL-943 MFS-6-151A-N MFS-6-153B-N MFS-6-162B-N MFS-6-153C-N MFS-6-162C-N MFS-7-113C-N MFS-7-153C-N MFS-7-163C-N MFS-8-113B-N MFS-8-143A-N MFS-8-153B-N MFS-8-163B-N MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122A-N MFS-12E-122A-N MFS-12-122B-N MFS-12-122C-N MFS-12-132B-N MFS-12-132C-N MFS-12-143A-N MFS-12-144A-N MFS-12E-143A-N MFS-13-122A-N MFS-13-122B-N MFS-13-122C-N MFS-13-132B-N MFS-13-132C-N MFS-13-143A-N MFS-13-144A-N MFS-14-122A-N MFS-14-143A-N MFS-16-122A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20H-193A-N MFS-22H-135A-N MFS-22H-193A-N n Lower mileage operations (less than 60,000 miles/year) n Generally, on-road service (less than 10% off-road) n An average of three (3) miles between starting and stopping Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. RT-40-160/P RT-46-160/P RT-46-164EH/P RT-50-160/P General Service Vehicles Front Drive/Non-Drive Steer Axles – 2/Unl/P&L General Service Typically Is Rear Drive Tandem – 3/Unl/P&L RPL 4/400/P, 1/Unl/P&L MXL 3/350/P, 1/Unl/P&L 155N 1/Unl/P 92N 1/Unl/P Drivelines MS-17-13X MS-17-14X MS-19-13X MS-19-14X RS-17-144/145/A RS-19-144/145/A MS-21-13X MS-21-14X MS-21-144 MS-23-17X RS-21-145/A RS-21-160 RC-22-145 RC-22-145/A RC-23-160 RC-23-161 RC-23-1621 RC-23-1651 RS-23-160 RS-23-161 RS-23-186 RS-24-160 RC-25-160 RS-26-185 MS-26-616 MS-26-616-SP RS-30-185 MS-30-616 MS-30-616-SP RS-35-380 71162 71163 79163 Rear Drive Single Axles – 2/Unl/P&L 1 3/Unl/P&L if PreSet by Meritor. MT-34-14X/P RT-34-144/P/A MT-40-14X/P MT-40-144/P RT-40-145/A MT-44-14X/P RT-44-145/P RT-46-169 MT-52-616 RT-52-1851 MT-58-616 RT-58-1851 MT-70-380 RZ-166 RZ-188 Rear Drive Tandem/Tridem Axles – 2/Unl/P&L 1 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. GENERAL SERVICE WARRANTY INFORMATION 1 Can also be used with reduced steer angles in tag position in Coach Applications. 5 Cam Q Series Trailer Brakes 3/Unl/P, 1/Unl/L LX500 Feature1 3/Unl/P&L Cam P3 2/200/P Cam 3/Unl/P Q+ Drum Brake™ 3/Unl/P&L Q+ Drum Brake ™3 2/200/P&L ASA 3/Unl/P ASA3 2/200/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P STEELite X30 Drum Brake™2 12-Years or Wearable Life/P EX+ Air Disc Brake™ 2/Unl/P&L 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 1/Unl/P. 2 Based on stamped wear diameter max. 3 Applies to Tour Bus and Cross Country Coach only. Beam and Brackets1 5/Unl/P, 1/Unl/L Wheel End Systems2 Standard System3 1/Unl/P&L AxlePak54 5P/L AxlePak75 7P/L 1 9000 Series is 3/Unl/P, 1/Unl/L 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 3 When installed by Meritor. 4 When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/500P, 3/500L. 5 When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/750P, 3/500L. (For brake components and ABS coverage, refer to appropriate product warranties.) Beam & Brackets 6/Unl/P, 1/Unl/L Wheel End Systems1 Standard System 1/Unl/P&L AxlePak7 7P/L Beam and Brackets 7P/1L 1 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. MPA38/40 (Tandem Axle Parallelogram)1 Major Structural Components 5/Unl/P, 1/Unl/L Curbing Damage Warranty2 5/500/P, 1/100/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings 7/700/P, 5/500/L PinLoc Air Controls 1/Unl/P&L PinLoc Air Actuator 3/Unl/P&L MPA20 (Single Axle Parallelogram) Major Structural Components 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings 7/700/P, 5/500/L MTA (Trailing Arm) Major Structural Components 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs and Rebound Straps 2/Unl/P, 1/Unl/L Bushings3 5/Unl/P, 3/Unl/L (For axle and ABS coverage, refer to appropriate product warranties.) 1 Fastener torque coverage is limited to 2/Unl P&L when torqued by Meritor 2 “Curbing damage” is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A-frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. 3 Raw wood applications 3/Unl/P, 1/Unl/L MTIS Components 3/500/P&L TQ, TQD, TR, TRD Beam and Brackets1 3/Unl/P, 1/Unl/L MC12002, MC14002, MC16003, FH946 2/Unl/P&L (For brake components and ABS coverage, refer to appropriate product warranties.) 1 3/UNL/P&L if sold with PreSet by Meritor. Brake Components Trailer Axles Chassis Axles (2000 Series/ChassiPak) Trailer Air Suspension Systems Meritor® Tire Inflation System by PSI TAG/Pusher Axles 6 GENERAL SERVICE WARRANTY INFORMATION Heavy Service Vehicles n Airport Rescue Fire (ARF) n Airport Shuttle n Asphalt Truck n Block Truck n Bottom Dump Trailer Combination n Cementing Vehicle n City Bus n Commercial Pick-Up n Concrete Pumper n Construction Material Hauler n Crash Fire Rescue (CFR) n Mixer n Demolition n Drill Rig n Dump n Emergency Service n Equipment Hauling n Flatbed Trailer Hauler n Flatbed Truck n Fracturing Truck n Front Loader n Geophysical Exploration n Hopper Trailer Combinations n Landscaping Truck n Liquid Waste Hauler n Log Hauling n Lowboy n Michigan Special Gravel Trains n Michigan Special Log Hauler n Michigan Special Steel Hauler n Michigan Special Waste Vehicle n Municipal Dump n Rapid Intervention Vehicle (RIV) n Rear Loader (Refuse) n Recycling Truck n Residential Pick-Up (Refuse) n Rigging Truck n Roll-Off n Scrap Truck n Semi-End Dump n Sewer/Septic Vacuum n Shuttle Bus n Side Loader n Snowplow/Snowblower n Steel Hauling n Tanker n Tank Truck n Tractors with Pole Trailers n Tractor/Trailer with Jeeps n Transfer Dump n Transfer Vehicle n Transit Bus n Trolley n Utility Truck n Winch Truck n Moderate mileage operation (less than 60,000 miles per year) n On/Off road vocations (10% or more off-road) n Moderate to frequent stops/starts (up to 10 stops per mile) Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/ or contact Meritor regarding specific application approval questions on any product line. Heavy Service Typically Is FD-965 FF-941 FF-942 FF-943 FF-944 FF-946 FF-961 FF-966 FF-967 FG-941 FG-943 FH-941 FH-946 FL-941 FL-943 MFS-6-151A-N MFS-6-153B MFS-6-162B MFS-6-162C MFS-7-113C-N MFS-7-153C-N MFS-7-163C-N MFS-8-113B-N MFS-8-153B-N MFS-8-163B-N MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122 MFS-12-122B-N MFS-12-122C-N MFS-12E-122 MFS-12-132B-N MFS-12-132C-N MFS-12-143A-N MFS-12-144A-N MFS-12-155 MFS-13-122 MFS-13-122B-N MFS-13-122C-N MFS-13-132B-N MFS-13-132C-N MFS-13-143A-N MFS-13-144A-N MFS-13-155 MFS-14-122 MFS-14-143A-N MFS-16-122A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20H-193A-N MFS-22H-135A-N MFS-22H-193A-N RF-16-145 RF-21-160 MX-10-120 MX-10-120 EVO MX-12-120 MX-12-120 EVO MX-14-120 MX-16-120 MX-18-120 MX-17-140 MX-19-140 MX-21-140 MX-21-160 MX-23-160 MX-810 MS-17-14X RS-17-144/145/A MS-19-14X RS-19-144 MS-21-114 MS-21-14X RS-21-145 RS-21-145/A RS-21-160 RC-22-145 RC-23-160 RH-23-160 RS-23-160 RC-23-161 RS-23-161 RS-23-186/380 RC-23-162 RC-23-165 RS-24-160 RS-25-160 MS-26-616 MS-26-616-SP RS-26-185/380 MS-30-616 MS-30-616-SP RS-30-185/380 MS-35-380 RS-38-380 RC-25-160 RC-26-633 MT-58-616 MT-58-616-SP 71162 71163 79163 Front Drive/Non-Drive Steer Axles – 2/Unl/P&L Rear Drive Single Axles – 2/Unl/P&L RPL 3/Unl/P, 1/Unl/P&L 92N 1/Unl/P&L MXL 1/Unl/P&L Drivelines HEAVY SERVICE WARRANTY INFORMATION 7 MT-34-14X/P RT-34-144/P/A MT-40-14X/P RT-40-145/A MT-44-14X/P RT-44-145/P RT-46-169 MT-52-616 MT-52-616-SP RT-52-185/3801,2 MT-58-616 MT-58-616-SP RT-58-185/3801,2 RT-70-380 MT-70-380 RZ-166 RZ-188 Cam P 3/Unl/P Cam P3 2/100/P Cam Cast Plus™ 2/100/P&L Q+ Drum Brake™ 3/Unl/P&L Q+ Drum Brake™2 2/100/P&L ASA 3/Unl/P ASA2 2/100/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P EX+ Air Disc Brake 2/100/P&L 1 Based on stamped wear diameter max. 2 Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. 3 Warranty for all non-Meritor ASAs supplied by Meritor for all Heavy Service vocations is 1/100/P. RT-40-160/P/A3 RT-46-160/P/A1,3 RT-46-164EH/P/A2,3 RT-50-160/P/A3 1 U.S. only. Canadian warranty = 1/Unl/P for combination vehicles only. 2 Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details. 3 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. MTA (Trailing Arm) Major Structural Components1 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings1 5/Unl/P, 3/Unl/L 1 Raw wood applications 3/Unl/P, 1/Unl/L (For axle and ABS coverage, refer to appropriate product warranties.) MTC-4208 MTC-4210 MTC-4213 T-2111 T-2119 MTIS Components 3/500/P&L MC26000 71063 79063 Beam and Brackets1 5/Unl/P, 1/Unl/L Wheel End Systems2 Standard System3 1/Unl/P&L 1 9000 Series is 3/Unl/P, 1/Unl/L. 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 3 When installed by Meritor. (For brake components and ABS coverage, refer to appropriate product warranties.) 1 Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Rear Drive Tandem/Tridem Axles – 2/Unl/P&L Brake Components Rear Drive Tandem – 3/Unl/P&L Trailer Air Suspension Systems Transfer Cases – 1/Unl/P Meritor Tire Inflation System by PSI Center Non-drive Axles – 2/Unl/P&L Trailer Axles 8 HEAVY SERVICE WARRANTY INFORMATION Industrial And Off-Highway Service Vehicles n Load-On/Load-Off n Port Tractor n Rail Yard Spotter n Roll-On/Roll-Off n Stevedoring Tractor n Trailer Spotter n Yard Jockey n All-Terrain Crane n Rough Terrain Crane n Forestry n Material Handling n Specialized Heavy Haul n Specialized Mining n Excavator n Compactor n Fertilizer Spreader n Snow Blower n Mining n Rail Car Mover n Loader n Tow Tractor n Pushback Tractor n Low mileage operation n Low speed vehicle speed restriction n Vehicles are not typically licensed for highway use n Six (6) starts/stops per mile (typical) Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. MOR MOX MOC RPL MXL MOR MOX MOC MOT Cam P 3/Unl/P Q+ Drum Brake™ 3/Unl/P&L ASA 3/Unl/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P FF - 941 FF - 943 FF - 961 FF - 966 FG - 941 FG - 943 FL - 941 FL - 943 MFS-12-143A-N MFS-12-144A-N MFS-13-143A-N MFS-13-144A-N MFS-14-143A-N MFS-16-122A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20H-193A-N MFS-22H-135A-N MFS-22H-193A-N MON-Z0 FAMILY MT-44-14X/P MT-52-616 MT-52-616-SP MT-58-616 MT-58-616-SP MT-70-380 RT-44-145/P RT-46-160/P RT-46-164EH/P RT-50-160/P RZ-166 RS-23-186 RS-23-380 RS-24-160 RS-24-160-SP MS-30-616 MS-30-616-SP RS-30-185 RS-30-380 MS-35-380 Industrial And Off-Highway Service Typically Is Drive Steer Axles – 1/Unl/P Drivelines – 1/Unl/P Planetary Axles – 1/Unl/P Brake Components Front Non-Drive Steer Axles – 1/Unl/P Rear Drive Tandem Axles – 2/Unl/P Rear Drive Single Axles – 1/Unl/P OFF-HIGHWAY SERVICE WARRANTY INFORMATION 9 Coverage Exclusions Product Description All The cost of any repairs, replacements or adjustments to a covered component (1) associated with noise; (2) resulting from the use or installation of non-genuine Meritor components or materials; (3) due to vibration associated with improper operation or misapplication of drivetrain components; and (4) damage resulting from corrosion. For axle assemblies supplied by Meritor with suspension and in- terface brackets designed and/or attached by non-Meritor parties, Meritor warranty coverage does not apply to the brackets, bracket attachment methods, and field issues caused by brackets or bracket attachments to any covered component unless specified in a separate OEM agreement. Front Axles King Pin Bushings. Rear Axles Self-contained traction equalizers and oil filters. The use of NoSPIN differentials will result in the exclusion of axle shafts from warranty considerations. NoSPIN is a product of Eaton. ASA Boot and bushing. Bent, broken, over-torqued, missing or otherwise damaged pawl assemblies. Cam Brake Brake lining wear and brake shoe “rust-jacking.” Disc Brake Pad wear, rotor wear. Coverage Limitations Product Description All Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/Unl/P). Front Axles Tie rod and tie rod ends limited to 3-year/300,000-mile or published vocational coverage, whichever is less. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles Pinion and through shaft seals limited to 3-year/300,000-mile or published vocational coverage, whichever is less, if yoke is installed by Meritor. If yoke is not installed by Meritor, then Meritor does not warrant pinion seals. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles The Meritor® breather part number A-2297-C-8765 with A-3196-J-1336 hose must be used for eligibility of any potential warranty consideration relating to contamination and/or loss of lube in axles. Cam Brake Limited to bracket, brake spider and camshaft structural integrity. STEELite X30 Wearable life is up to the discard diameter of the drum. Disc Brake Warranty coverage for boots, seals, bushings and pins is 2/200/P. Warranty coverage for pads is 1/100/P. Warranty coverage on vehicles with 1,850 lb-ft engine torque and over may be reduced on individual drivetrain components. Contact your Meritor representative for specific details. 10 TERMS AND CONDITIONS For more information: call Ontrac at 866-668-7221 or visit meritor.com ©2017 Meritor, Inc. Litho in USA, SP-95155 Revised 01-17 (47865/11900) Meritor Heavy Vehicle Systems, LLC 2135 West Maple Road Troy, Michigan 48084 USA Vehicle models, brands and names depicted herein are the property of their respective owners, and are not in any way associated with Meritor, Inc., or its affiliates. TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? Meritor Inc. warrants to the owner (“Owner”) that the components listed in this publication, which have been installed by an Original Equipment Manufacturer (“OEM”) as original equipment in vehicles licensed for on-highway use, will be free from defects in material and workmanship. This warranty coverage begins only after the expiration of the OEM’s vehicle warranty for the applicable covered components. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed elsewhere in this warranty statement. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Components (whether new, used or remanufactured) installed as re-placements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. For certain components, coverage requires the use of specific extended drain interval or synthetic lubricants. For further information about lubrication and maintenance, see Meritor publication Maintenance Manual Number l and the applicable Meritor maintenance manual for the product in question. Other conditions and limitations applicable to this warranty are detailed below. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify Meritor through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the Meritor components have been incorporated prior to the vehicle in-service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with Meritor directly. Failure to notify Meritor of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/Unl/P) from the initial in-service date. A second Owner and each subsequent Owner must also notify Meritor as to the intended vocational use of the vehicle. This notification can be sent directly to Meritor or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under Meritor’s warranty requires that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? This warranty does not cover normal wear and tear; nor does it cover a component that fails, malfunctions or is damaged as a result of (I) improper installation, adjustment, repair or modification (including the use of unauthorized attachments or changes or modification in the vehicle’s configuration, usage, or vocation from that which was originally approved by Meritor), (II) accident, natural disaster, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the axle and/or driveline capacity), or (III) improper or insufficient maintenance (including deviation from approved lubricants, change intervals, or lube levels). This warranty does not cover any component or part that is not sold by Meritor. For vehicles that operate full or part time outside of the United States and Canada, a one year, unlimited mileage, parts only warranty (1/Unl/P) will apply. (5) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at Meritor’s option. Meritor reserves the right to require that all applicable failed materials are available and/or returned to Meritor for review and evaluation. (6) Disclaimer of Warranty. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESSED, IMPLIED OR STATUTORY INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. (7) Limitation of Remedies. In no event shall Meritor be liable for special, incidental, indirect, or consequential damages of any kind or under any legal theory, including, but not limited to, towing, downtime, lost productivity, cargo damage, taxes, or any other losses or costs resulting from a defective covered component. (8) To Obtain Service. If the Owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either Meritor or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM new truck and/or trailer dealer or authorized Meritor service location. The dealer will inspect the vehicle and contact Meritor for an evalu-ation of the claim. When authorized by Meritor, the dealer will repair or replace during the term of this warranty any defective Meritor component covered by this warranty. (9) Entire Agreement. This is the entire agreement between Meritor and the Owner about warranty and no Meritor employee or dealer is authorized to make any additional warranty on behalf of Meritor. This agreement allocates the responsibilities for component failure between Meritor and the Owner. CD0153 Engine - Velocity X15 GHG17 170601.doc 1 1/17/2018 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION® COMPANY Certification Document CD0153 Engine Installation – Velocity GHG17 Cummins X15 Engine Pierce Manufacturing, Inc. certifies that the GHG2017 Cummins X15 Engine as installed in a Velocity chassis meets the engine installation requirements of the engine manufacturer, the NFPA 1901 and NFPA 1906 guidelines as applicable, and Pierce engine design standards. Validation testing was conducted in the Pierce wind tunnel chassis dynamometer and cooling test laboratory. Test results have been reviewed and accepted by representatives of the engine supplier. Pierce Manufacturing, Inc. David W. Archer Vice President of Engineering June 1, 2017 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS’ ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #13 – REAR MOUNTED AERIAL PLATFORM ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: In the first column labeled “Manufacturer’s Base Vehicle Standard Equipment”, check the applicable areas where the manufacturer’s base vehicle standard equipment meets the minimum specifications of the base vehicle bid. Minimum Requirements: In all areas of this specification bidders must comply with the current publication of NFPA 1901 (2009 edition) and all chapters that are appropriate for a quint apparatus with a special emphasis on Chapters 1, 2, 3, 4, 8, 12, 13, 14, 15, 16, 18, 19, FMVSS (applicable areas) and NHTSA standards. When requested, bidders must submit complete detailed specifications for the apparatus being offered, as well as all options, to the end user. All bidders are to bid under the current NFPA 1901 standards, and all addendums that are currently in effect at the time of bidding. The bidder is to understand that the Florida Sheriffs Association does not guarantee any quantity of vehicles will be ordered off this contract. The bidder will further understand that this program operates under a split bid award system which allows the end user authority to purchase from any of the responsive bidders authorized and awarded to do business off this contract. The end user authority will contract directly and individually with the awarded bidder of their choice for any and all vehicles offered on this contract and any other features, options and equipment items required to meet their individual needs. Customers shall choose from options furnished to them by the manufacturer. Bid Bond: A five percent (5%) Bid Bond issued by a bonding company licensed to conduct business in the state of Florida is required for base vehicle price and shall be provided as part of the bid package, bond must cover the highest priced submittal. Bid bond will be made out to the Florida Sheriffs Association as coordinator of this bid unless otherwise indicated or approved by FSA’s Bid Coordinator. Performance Bond: The contractor is required to notify the customer of the availability of a one hundred percent performance bond at an additional cost to the customer. The company submitting the performance bond must have a minimum A rating as determined by A.M. Best Company. The cost of the performance bond will be based on the final price of the contract and must be provided to the customer in writing. Note: A letter from a bonding company licensed to do business in Florida must be submitted with the bid stating that the manufacturer will provide a 100% Performance Bond between the bidder and the end user authority upon award of this bid. Delivery of the vehicles shall be accomplished by factory or dealer drive away programs. However, the right is reserved for the individual end users to pick up the vehicles at either the factory or the dealership. Prospective bidder(s) are advised that the following documentation is to be included and made a part of the bid submission. The Bid Coordinator reserves the right to disqualify any bidder(s) who are in non-compliance with this provision. 61 The manufacturer of this vehicle: •Shall carry not less than fifteen million dollars ($15,000,000.00) in product liability insurance, listing the Florida Sheriffs Association as additional insured, and shall submit a copy of this insurance with the bid proposal. •Shall possess a Florida Motor Vehicle Department license as a Manufacturer of Motor Vehicles andshall provide a copy of the license with the bid proposal. •Shall be or have a Florida Dealer Representative who shall possess a Florida Motor Vehicle Dealerslicense and shall provide a copy of the license with the bid proposal. •Shall employ full-time parts personnel with toll-free access number. •Shall employ a full-time electrical troubleshooter with toll-free access number. •Shall employ a full-time warranty representative with toll-free access number. •Bidder shall submit how warranty service claims will be handled in the State of Florida. 1.DOCUMENTATION, DELIVERY, TRAINING a.When requested by end user, bidders to accurately state wheelbase, cab to axle, overall length, bumper swing turn radius, curb-to-curb turning radius, overall height, overall width, GVWR, angle of approach, angle of departure and SCAAN certification for drivetrain compatibility in submitted specifications b.Approval drawings provided prior to construction commencement c.Two (2) sets of operator and service manuals d.Delivery to be F.O.B. customer’s location e.Three (3) days of training by employee of manufacturer f.Pump test certification by independent third party g.Water tank capacity certification by independent third party h.Aerial non-destructive, waterway flow test, performance and stability testing by independent third party i.12 volt and, if applicable, 110 volt testing by independent third party j.Vehicle weight, as measured by certified scales 2.CHASSIS a.110,000 psi heat treated steel frame rail with full length inner 110,000psi C-channel liner or integral torque box frame b.10 gauge polished stainless steel 16” to 24” extended front bumper withaluminum diamond plate gravel shieldc.Tow hooks or eyes front and rear attached to the frame d.20,000 pound minimum front axle, suspension, tubeless radial tires, steel discwheels e.50,000 pound minimum rear axle, suspension, tubeless radial tires, steel disc wheels 62 f.Front and rear mud flaps g.NFPA 1901 Chapter 4.15.3 top speed rating requirement h.S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters i.Manufacturer’s standard compressor j.Minimum 5000 cubic inch air reservoir capacity k.Air dryer, color coded air lines, turn drain valves on reservoirs l.ABS brakes m.Power steering with tilt/telescopic wheel n.Vehicle data recorder (VDR) in compliance with Chapter 4.11 with requiredsoftware meeting 4.11.8 o.Electronic Stability Control shall be provided in compliance with NFPA 1901 Chapter 4.13.1.2 if the manufacturer cannot comply with Chapters 4.13.1.1 through4.13.1.1.3.2. p.Tire pressure monitoring system with Chapter 4.13.4 q.Aluminum Wheels. 3.POWERTRAIN a.Minimum 450 horsepower turbocharged diesel engine with 1450 ft. lb. torque rating b.Engine exhaust at front of right rear wheels c.Secondary braking to meet NFPA d.Engine manufacturer’s statement of engine installation approval withapproved cooling system e.Drivelines to meet engine torque rating f.Silicone coolant hoses with constant torque clamps g.EVS 4000 automatic transmission h.50 gallon minimum fuel tank i.OEM oil, fuel, transmission filters 4.CAB a.Medium length tilt aluminum cab meeting NFPA 1901 Chapter 14.3.2 b.Seating for four, three in SCBA seats with SCBA brackets c.Air ride driver seat, all others fixed position d.All persons in 3-point seat belts per Chapter 14, seats equipped with seatbelt/occupant detection/warning system per Chapter 14 e.Electric over hydraulic cab tilt with manual back-up f.Single tone cab paint finish with 10 year paint warranty pro-rated g.Air conditioning and heating h.Remote controlled mirrors (from driver’s position) with separate flat and convexsections i.DOT compliant headlights j.Forward facing turn and warning lights k.Cornering turn and warning lights l.Minimum four (4) dome lights with red and clear bulbs m.Minimum four (4) under cab step lights 63 n.Cab and compartment door ajar light and buzzer o.One (1) engine compartment light p.Color coded and function coded wiring q.Alternator sized according to amp draw report r.Minimum four (4) 750 CCA batteries s.Load manager with automatic high idle function t.Dual air horns with dual in-cab controls 5.AERIAL APPARATUS – ALUMINUM OR STEEL a.Aerial shall meet or exceed all sections of NFPA 1901 Chapter 19 b.Ladder material: aluminum or steel c.Rear-mounted configuration d.Minimum 3-section aerial with minimum elevation of 100’ per NFPArequirements e.Rated horizontal reach per NFPA requirements f.Rungs shall meet all aspects of NFPA 1901 19.2.5 g.Rungs equipped with a slip resistant surface meeting NFPA 1901 19.2.5 h.Rungs spacing meeting NFPA 1901 19.2.5 i.Turntable with pedestal mounted controls meeting NFPA 1901 19.4 j.Platform rated load capacity not flowing water: 1000 lbs. plusequipment k.Platform rated load capacity while flowing 1000 gpm: 500 lbs. in addition topermanently affixed equipment l.Rated load capacities shall meet and /or exceed NFPA 1901 19.3 m.The aerial shall be rated in multiple configurations per Chapter 19.3.4 n.Extend/retract, rotate and hydraulic or electric over hydraulic controls meeting NFPA1901 19.5 through 19.5.3.6. o.Hydraulic pressure gauge at turntable controls p.Illuminated Angle of Elevation Indicator meeting NFPA 1901 19.4.1 q.Flowmeter on turntable control pedestal meeting NFPA 1901 19.6.8 r.All aerial control devices shall meet NFPA 1901 19.17 s.Fall protection provisions shall be provided. t.Bidders to state type of stabilizers and overall stabilizers spread u.Aerial shall meet structural safety factors in accordance with NFPA 190119.20 v.Aerial shall meet NFPA 1901 stability safety factors Chapter 19.21 w.Lighted turntable area x.The aerial manufacturer (the company that manufacturers the entire aerial device) shall maintain a Quality Control Program in accordance with NFPA 1901 Chapter 19.22 y.Special attention shall be paid to meeting all safety requirements per NFPA 190119.20 z.Aerial shall be fully tested and certified by third party certified testingcompany per NFPA 1901 19.24 and 19.25 aa. 2-way intercom system between ladder tip and turntable control pedestal. 64 bb. Minimum 1000 gpm waterway system meeting NFPA 1901 with remote control nozzle (controls in platform and at turntable control pedestal). cc. Minimum 4” rear waterway inlet with pressure gauge and long handled chrome cap dd. Minimum 4” waterway discharge with 4” valve with handwheel or electric control on pump panel ee. Waterway relief valve and minimum 1.5” drain at rear of apparatus ff. Stabilizer controls and stabilizer to aerial controls mounted on rear of apparatus body gg. One (1) high intensity spotlights on ladder tip hh. Two high intensity flood lights on ladder base ii.Painted finish on steel aerial-bidder shall provide copy of paint warranty on aerial jj. Instruction plates and signs must be installed per NFPA 1901 Chapter 19.23 kk. Platform construction and design must meet NFPA 1901 Chapter 19.7.6 ll. Platform operating positions must meet NFPA 1901 Chapter 19.9 6.FIRE PUMP & PLUMBING a.Minimum 1500 GPM pump as rated per NFPA 1901 Chapter 16 b.Air operated pump shift c.Discharge pressure relief valve d.Intake pressure relief valve e.Master drain valve f.Electric dry type primer g.Pump panel lights, 3 each side h.Pump compartment light i.OK to pump lights in cab and at pump panel j.Engine cooler k.Pump cooler l.Two (2) 6” steamers, one on side panel m.2.5” left side gated suction n.1.5” tank fill o.Two (2) 2” crosslay hose beds over the pump compartment p.Two (2) 2-1/2” left side discharges q.Two (2) 2-1/2” right side discharges r.Stainless steel schedule 40 piping with 10 year warranty s.Panel gauge package: water tank level, tach, oil pressure, water temperature,voltmeter, light and alarm systemt.Minimum 300 gallon polypropylene booster tank with lifetime warranty u.3” tank to pump connection v.Minimum 10” x 8” fill tower with minimum 4” overflow tube w.15 ft. of soft suction hose sized for capacity of fire pump 7.APPARATUS BODY a.Bidders to bid on each of their offered construction types: 65 •Extruded aluminum •Formed aluminum •Formed galvanneal steel•Formed stainless steel b.Bidders to state thicknesses, alloys and construction methods of all materials used in body construction c.High left side compartments or high right side compartments or lower rearcompartments or hose bed d.Bidders to accurately state the total cubic footage of compartment space, alongwith each compartment sizee.Lights in compartments to meet NFPA 1901 Chapter 13.10.5 f.Hose bed lighting must be provided per NFPA Chapter 1901 13.10.2 g.Back up alarm h.Rear ladder storage for minimum 115’ NFPA ground ladders fully enclosed at rear of apparatus, ladders to be included i.Rear pike pole storage for minimum of six (6) pike poles fully enclosed at rear of apparatus j.Slide out pump operator platform k.Hose bed with hose restraints to be NFPA quint compliant l.Steps and handrails for climbing from ground to turntable – bidders to state exact design m.Lights at each step n.Stop/turn/back up lights o.DOT clearance and marker lights p.License plate light q.Rear deck lights r.Rub rail along each side of body s.Running boards at each pump panel t.Brushed stainless steel or black non-glare aluminum pump panels 8.EMERGENCY WARNING a.NFPA Zone A lower and upper level lighting b.NFPA Zone B / D lower level lighting c.NFPA Zone C upper and lower level lighting d.Electronic 200 watt siren/PA with minimum 100 watt speaker recessed in bumper e.All emergency lights, stop/turn/back-up lights, DOT clearance, pump panel,compartment, step, license plate, perimeter scene, and interior dome lights to be LED 9.PAINT FINISH/REFLECTIVE STRIPING a.Cab and body to be painted single tone with 10 year pro-rated paint and corrosion perforation warranty b.Reflective striping in accordance with Chapter 15.9.3 c.Reflective chevron on rear of apparatus in accordance with Chapter 15.9.3.2. v.No less than four Self-Contained Breathing Apparatus (SCBA) Bottle Storage 66 10.WARRANTY a.1 year bumper to bumper mechanical, excluding normal wear and tear items b.10 year cab and body structural c.10 year paint pro-rated d.10 year corrosion perforation on cab and body e.20 year aerial structural f.Lifetime frame warranty g.2 year front axle h.2 year rear axle i.5 year fire pump j.Lifetime booster tank k.Manufacturer’s standard 5 year warranty for transmission 67 Equipment Proposal This Equipment Proposal (the “Proposal”) has been prepared by Ten-8 Fire Equipment, Inc. (“Company”) in response to the undersigned Customer’s request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal Option List, Warranty, and Company’s Purchasing Terms and Conditions. Through its signature below or other Acceptance (as defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company’s Purchasing Terms and Conditions. Date: September 16, 2019 (“Proposal Date”) Customer: Clearwater Fire Rescue (“Customer”) Customer Address: 1140 Court Street, Clearwater, FL 33756 Quantity Product Description & Options Price 1 One (1) Pierce Velocity 100' Platform per Option List #740 Priced in accordance with FSA Contract # FSA18-VEF13.0 Spec#13 $1,358,895.00 Purchase Price: $1,358,895.00 Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 13 (months) after Company receives Customer’s acceptance of this Proposal as defined below. Other: Proposal Valid to October 16th Unless accepted within 30 days from date of proposal, the right is reserved to withdraw this proposal. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. “ACCEPTANCE” MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER’S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY’S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER’S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer: Clearwater Fire Rescue Ten-8 Fire Equipment, Inc. By: __________________________________ By: Title: _________________________________ Title: Authorized Sales Representative Print: _________________________________ Print: Dustin Bouwer Date: _________________________________ Date: 9/16/19 EXHIBIT A PROPOSAL OPTION LIST EXHIBIT B WARRANTY EXHIBIT C PURCHASING TERMS AND CONDITIONS PURCHASING TERMS AND CONDITIONS (Florida) These Purchasing Terms and Conditions, together with the Equipment Proposal and all attachments (collectively, the “Agreement”) are entered into by and between Ten-8 Fire Equipment, Inc., a Florida corporation (“Company”) and Customer (as defined in Ten-8 Fire Equipment, Inc.’s Equipment Proposal document) and is effective as of the date specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred throughout this document individually as a “party” or collectively as the “parties.” 1. Definitions. a. “Acceptance” has the same meaning set forth in Company’s Equipment Proposal. b. “Company’s Equipment Proposal” means the Equipment Proposal provided by Company and prepared in response to Customer’s request for proposal for a fire apparatus, associated equipment or an ambulance. c. “Cooperative Purchasing Contract” means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government (“Public Authority”), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer’s equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a “piggyback arrangement,” which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. “Delivery” means when Company delivers physical possession of the Product to Customer. e. “Manufacturer” means the Manufacturer of any Product. f. “Prepayment Discount” means the prepayment discounts, if any, specified in Company’s Equipment Proposal. g. “Product” means the fire apparatus and any associated equipment, or ambulance manufactured or furnished for Customer by Company pursuant to the Specifications. h. “Purchasing Terms and Conditions” means these Purchasing Terms and Conditions; however, if the Company’s Equipment Proposal or the Customer’s related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, “Purchasing Terms and Conditions” shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. i. “Specifications” means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company’s Equipment Proposal and its Exhibit A (Proposal Option List or for ambulance sales, the Quotation, or Order Form, as applicable), prepared in response to Customer’s request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company’s sale of the Product to Customer. 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company’s Equipment Proposal (“Effective Date”) and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s) as set forth in Company’s Equipment Proposal (“Purchase Price”). The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer’s charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. a. Fire Equipment and Apparatus Sales. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer’s system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance Sales. An order for an ambulance cannot be cancelled or terminated once Company receives and processes Customer’s Acceptance of Company’s Equipment Proposal. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal (“Delivery Timing”), which will be F.O.B. Company’s facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees, affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss, shall pass to Customer upon Delivery of the Product(s) to Customer. 8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company’s Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT, STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE BASED. COMPANY’S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond Company’s control which make Company’s performance impracticable, including but not limited to civil wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, including transportation or delivery losses outside of Company’s control, any act of government, delays in transportation, inability to obtain necessary labor supplies or manufacturing facilities, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy or terrorism, failure of transportation, epidemics, quarantine restrictions, failure of vendors (due to causes similar to those within the scope of this clause) to perform their contracts or labor troubles causing cessation, slowdown, or interruption of work. 11. Customer’s Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer’s providing timely information in response to a request from Manufacturer or Company and Customer’s participation in traveling to Manufacturer’s facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer’s failure to pay any amounts due under this Agreement or Customer’s failure to perform any of its obligations under this Agreement; (b) Company’s failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer’s Statement of Origin. Company shall retain possession of the manufacturer’s statement of origin (“MSO”) for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire Equipment, Inc. will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions, the Ten-8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (h) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. Quote Date 09/17/2019 Quote #QT1283937 Bill To Clearwater Fire Department Jason.Slanina@myclearwater.com Ship To Clearwater Fire Department 1716D Belcher Rd. Clearwater FL 33765 United States Expires 10/16/2019 Sales Rep Robinson, Jamie S PO # Shipping Method FedEx Ground 3789 62nd Avenue North Pinellas Park, FL 33781 Item 275070000 275637000 272042000 271087000 274060000 274040000 296604000 180C012 Alt. Item #Units EA Description Hurst HP P630SG Power Unit High Pressure Simo pump with Turbo; smaller of the two gas-powered units Hurst P 635 SE 230V60Hz Power Unit Simo Electric with Turbo S 788 Cutter STREAMLINE Hurst mid-sized hydraulic High Pressure with Streamline fitting SP 777 Spreader STREAMLINE Hurst 32 inch High Pressure Hurst HP R424 Ram two section - 59 inch push Hurst HP R420 Ram two section - 41 inch push STREAMLINE Hurst HP 10M 32ft Mono Hose - Blue Hurst HP Hyd Fluid (sold per EACH bottle) QTY 1 1 1 1 2 2 2 6 Unit Sales Pri... 7,020.00 7,160.00 5,375.00 7,430.00 4,220.00 4,065.00 1,330.00 75.00 Amount 7,030.00 7,160.00 5,375.00 7,430.00 8,440.00 8,130.00 2,660.00 450.00 Subtotal Shipping Cost (FedEx Ground) Total 46,675.00 480.00 $47,155.00 Quote prepared by MES Rescue Tool Specialist TOM WINKLER Please call or email to order: 727-808-5344; twinkler@mesfire.com ALL PRICING ABOVE IN ACCORDANCE WITH LAKE COUNTY CONTRACT 17-0606G QT1283937 This Quotation is subject to any applicable sales tax and shipping & handling charges that may apply. Tax and shipping charges are considered estimated and will be recalculated at the time of shipment to ensure they take into account the most current local tax information. All returns must be processed within 30 days of receipt and require a return authorization number and are subject to a restocking fee. Custom orders are not returnable. Effective tax rate will be applicable at the time of invoice. Clearwater City Council Agenda Cover Memorandum Title:Purchase of Replacement Fire Apparatus – Pierce Velocity 100’ Platform Agenda category:Fire Department WS Meeting:October 2, 2019 Council Meeting:October 3, 2019 Attachments: Proposal (Quote) for Furnishing Fire Apparatus Warranty and Certificates Apparatus Specifications FSA Contract Extrication Tools Quote Comments: Number of attachments:5 Subject/Recommendations: Authorize the purchase of an Aerial Platform Apparatus from Ten-8 Fire Equipment, Inc. of Appleton, WI, in the amount of $ 1,358,895, and miscellaneous tools and equipment in the amount of $103,255; in accordance with Code of Ordinances Section 2.564(1)(d) – Other Governmental Entities Bids; and authorize appropriate officials to execute same. Summary: Clearwater Fire and Rescue requests authorization to purchase an Aerial Platform apparatus to replace T48 (G3405), purchased in 2006, which will move to the reserve fleet to maintain required reserve units. The reserve unit (G3404) which was also purchased in 2006, will be deemed surplus and processed by City’s Fleet Division for auction. The FY20 Capital Improvement Project (CIP) project 91244 provides $1,358,895 in funding for the replacement of the platform apparatus. The department requests authorization for this purchase to enable early placement on the Pierce Manufacturing production schedule, ahead of other fire departments receiving funding in the new fiscal year. The proposal from Ten-8 is priced in accordance with Florida Sheriffs Association Contract #FSA18-VEF13.0, Specification #13. Additional tools and equipment required to outfit the vehicle prior to placing in operation include extrication tools from Municipal Emergency Services (MES) of Pinellas Park, FL, in the amount of $47,155 (quote number QT1283937, attached), piggybacking Lake County Contract #17- 0606G; and miscellaneous tools such as hoses, ladders, saws, etc., to be quoted and purchased from vendors, in a not-to-exceed amount of $56,100 from operational funds. Estimated annual operating costs of $40,000 in the department’s operating budget include debt costs and garage charges for operating and maintaining the vehicle. Garage charges on the new vehicle are expected to be less than the vehicle being retired. APPROPRIATION CODE AND AMOUNT: Funds are available in CIP 315-91244 $1,358,895 for the apparatus; CIP 315-91263 $47,155 for extrication tools; and $56,100 in the department’s operating budget for miscellaneous tools. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6819 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.8 SUBJECT/RECOMMENDATION: Authorize the purchase of personal protective equipment (PPE) from Municipal Equipment Co, of Orlando, FL, in an amount not to exceed $138,087, in accordance with Clearwater Code of Ordinances Section 2.564(1)(d) - Other Governmental Entities Bids, and authorize the appropriate officials to execute same. (consent) SUMMARY: The approved Fiscal Year 2020 budget includes funding in the capital improvement projects (CIP) and the department’s operating budgets for the purchase of personal protective equipment (PPE). Through CIP project 91261, Clearwater Fire and Rescue outfits firefighters with personal protective equipment. This project also provides for National Fire Protection Association (NFPA) 1852 compliance and generates a revolving replacement schedule for PPE as items reach the 5-year life expectancy. PPE provides a high degree of protection for firefighters, along with providing many safety features members will use during an emergency response. Funding will be partially reimbursed by Pinellas County, as the equipment will help serve any unincorporated resident of the Clearwater Fire District. APPROPRIATION CODE AND AMOUNT: Funds are available in CIP project 315-91261 for $138,087, Personal Protective Equipment. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/3/2019 1 Quote Entered Date Taken By Customer #Order # 8/22/19 TW01 3270 410796-00 PO #Requested Ship Date Page # 8/23/19 1 Bill To Ship To Correspondence To CITY OF CLEARWATER CLEARWATER FIRE & RESCUE MUNICIPAL EQUIPMENT CO, LLC Accounts Payable 100 S MYRTLE AVE PO BOX 4748 1716 NORTH BELCHER ROAD 2049 WEST CENTRAL BOULEVARD EMAIL: SALES@MECOFIRE.COM PHONE (800) 228-8448 CLEARWATER, FL 33756-5520 CLEARWATER, FL 33765 ORLANDO, FL 32805 Instructions Ship Point Via Shipped Terms MUNICIPAL EQUIPMENT - FLORIDA Fedex NET 30 DAYS Notes FREIGHT IS INCLUDED. QUOTE EXPIRES 9/22/19 Line Product and Description UPC Item Order Quantity Shipped Quantity Qty UM Unit Price Price UM Amount(Net) 1 CSTM-32 JANESVILLE SUPER DELUXE COAT, 32" LENGTH 7.5 OZ. WHITE NOMEXPER SPECIFICATION46/32/R GORHAM42/32/R MONTE50/32/R WARMAN48/32/R GUSHEE 00000 4.00 4.00 each 1,152.00 each 4,608.00 2 CSTM-335 JANESVILLE SUPER DELUXE COAT, 33.5" LENGTH 7.5 OZ. WHITE NOMEXPER SPECIFICATION48/33.5/R YAWN44/33.5/R WING 00000 2.00 2.00 each 1,152.00 each 2,304.00 3 CSTM-35 JANESVILLE SUPER DELUXE COAT, 35" LENGTH 7.5 OZ. WHITE NOMEX PER SPECIFICATION 48/35/L HATTEN 00000 1.00 1.00 each 1,152.00 each 1,152.00 4 PSDM JANESVILLE SUPER DELUXE PANT 7.5 OZ. WHITE NOMEX PER SPECIFICATION 42L SR842X GORHAM 44XL SR848X HATTEN 44R SR848X YAWN 46R SR842X WARMAN 42R SR842X GUSHEE40R SR848X WING 00000 6.00 6.00 each 732.00 each 4,392.00 5 M Memo: ***************************************************** ******* ** 00000 1.00 1.00 EA 0.00 EA 0.00 2 Line Product and Description UPC Item Order Quantity Shipped Quantity Qty UM Unit Price Price UM Amount(Net) 6 CVBM-29 JANESVILLE V-FORCEBI-SWING COAT, 29" LEN6.5 OZ. BLACK ARMOR APPER SPECIFICATION34/29/S MARTIN 00000 1.00 1.00 each 1,358.00 each 1,358.00 7 CVBM-305 JANESVILLE V-FORCE BI-SWING COAT, 30.5" LEN 6.5 OZ BLACK ARMOR AP PER SPECIFICATION40/30.5/R MARKUSSEN 00000 1.00 1.00 each 1,358.00 each 1,358.00 8 CVBM-32 JANESVILLE V-FORCE BI-SWING COAT, 32" LEN 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION 40/32/R CARRINGTON 42/32/R JONES 44/32/R RODRIGUEZ 44/32/R FIVECOAT42/32/R LOPEZ40/32/R SUPERNOR44/32/R T. SMITH40/32/R MAINE46/32/R E. MILLER 44/32/L McBRIDE 42/32/R CAMMARATA 44/32/R PANG 46/32/R EDDINGER 00000 13.00 13.00 each 1,358.00 each 17,654.00 9 CVBM-32JANESVILLE V-FORCEBI-SWING COAT, 32" LEN6.5 OZ. BLACK ARMOR APPER SPECIFICATION44/32/R HUGHES 42/32/R BISHOP 42/32/R MAUGER 44/32/R WARD 44/32/R BENDER 42/32/R SHUSTER 44/32/R PETERSON 40/32/R SCIARRA 44/32/R GROTH 46/32/R BILLIAN 46/32/R HENRY 44/32/R MATTHEWS 00000 12.00 12.00 each 1,358.00 each 16,296.00 10 CVBM-335 JANESVILLE V-FORCE BI-SWING COAT, 33.5" LEN 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION 46/33.5/R BESSLER 42/33.5/L MURRAY 46/33.5/L MUELLER 48/33.5/R WINER 48/33.5/R MORRIS 56/33.5/L FERNANDEZ 46/33.5/R KRUEGER46/33.5/R HOOD46/33.5/R J. WILLIAMS42/33.5/L CAMPBELL44/33.5/R PERDIGON50/33.5/R HANNIGAN 00000 12.00 12.00 each 1,358.00 each 16,296.00 11 CVBM-335 JANESVILLE V-FORCE BI-SWING COAT, 33.5" LEN 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION44/33.5/R C. MILLER42/33.5/R G. KEANE46/33.5/R B. KEANE 00000 3.00 3.00 each 1,358.00 each 4,074.00 12 CVBM-35 JANESVILLE V-FORCE BI-SWING COAT, 35" LEN 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION 00000 5.00 5.00 each 1,358.00 each 6,790.00 3 Line Product and Description UPC Item Order Quantity Shipped Quantity Qty UM Unit Price Price UM Amount(Net) 54/35/L BROOKS 54/35/R VANOPDORP 46/35/XL McGRAIL 48/35/L TITUS 46/35/L CONREY 13 PVFM JANESVILLE V-FORCE LOW RISE PANT WITH SUSPENDER 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION 42L SR842X BESSLER 36R SR842X CARRINGTON 48XL SR848X BROOKS 38R SR842X JONES 38L SR848X MURRAY 42L SR848X MUELLER 40R SR848X RODRIGUEZ 46R SR848X WINER40R SR842X FIVECOAT42L SR848X MORRIS48L SR848X FERNANDEZ36R SR842X LOPEZ36R SR842X SUPERNOR 38R SR842X T. SMITH 00000 14.00 14.00 each 1,315.00 each 18,410.00 14 PVFM JANESVILLE V-FORCE LOW RISE PANT WITH SUSPENDER6.5 OZ. BLACK ARMOR APPER SPECIFICATION38R SR842X MAINE38L SR848X E. MILLER42L SR848X KRUEGER40L SR842X McBRIDE 36R SR842X CAMMARATA 34R SR842X MARKUSSEN 38R SR842X PANG 44R SR848X VANOPDORP 42R SR848X HOOD 32R SR842X MARTIN 40R SR848X EDDINGER 40L SR848X J. WILLIAMS 40XXL SR854X McGRAIL 42R SR842X HUGHES 00000 14.00 14.00 each 1,315.00 each 18,410.00 15 PVFM JANESVILLE V-FORCE LOW RISE PANT WITH SUSPENDER 6.5 OZ. BLACK ARMOR AP PER SPECIFICATION 38R SR842X BISHOP 40L SR848X CAMPBELL 38R SR842X MAUGER 40R SR842X WARD 38R SR848X BENDER 38R SR842X SHUSTER 38R SR848X PETERSON 36R SR842X SCIARRA40L SR848X PERDIGON42R SR848X HANNIGAN36R SR842X GROTH42L SR848X BILLIAN42L SR848X TITUS42R SR848X C. MILLER 00000 14.00 14.00 each 1,315.00 each 18,410.00 16 PVFM JANESVILLE V-FORCE LOW RISE PANT WITH SUSPENDER 6.5 OZ. BLACK ARMOR APPER SPECIFICATION42R SR848X HENRY42L SR848X MATTHEWS40L SR848X G. KEANE40XXL SR848X CONREY 40L SR848X B. KEANE 00000 5.00 5.00 each 1,315.00 each 6,575.00 17 M Memo: PER LAKE COUNTY CONTRACT# 17-0606H 00000 1.00 1.00 EA 0.00 EA 0.00 4 17 Lines Total Total Order Quantity 109.00 Subtotal 138,087.00 Taxes 0.00 Total 138,087.00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6820 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.9 SUBJECT/RECOMMENDATION: Approve the Lease Agreement for the Capitol Theatre, authorize acceptance of the Pinellas County EMS Public Education Grant for the use of the Bilheimer Capitol Theatre in the amount of $1625.00, authorize Fire Training Officer to execute the grant application, authorize the Fire Chief to apply and execute future Pinellas County EMS Public Education Grants, and authorize the appropriate officials to execute same. (consent) SUMMARY: SAGES Theater Inc, and the City of Clearwater are sponsoring a fall prevention public education play called Denying Gravity at the Bilheimer Capitol Theatre located at 405 Cleveland Street, Clearwater, FL. The Bilheimer Capitol Theatre has waived the rent fees; however, has expenses occurring for production services, security, and custodial fees. Pinellas County EMS & Fire Administration honors grant funding for EMS Public Education. Fire Training Officer Peter Gushee is the liaison for the grant and has collaborated with Capitol Theatre and Pinellas County EMS & Fire Administration for the grant’s approval. Pinellas County has approved the grant for $1,625.00 covering all expenses at the theatre for this production. Pinellas County has asked for the City of Clearwater, Fire & Rescue Department to pay the invoice of $1,625.00 and Pinellas County will reimburse the Fire & Rescue Department. The Bilheimer Capitol Theatre, Ruth Eckerd Hall, Inc., requests a Lease Agreement signed by a City of Clearwater official, for the Capitol Theatre usage on Sunday, October 27, 2019 from 8am - 5pm for the play. Pinellas County offers monies for public education opportunities through their grant fund. Clearwater Fire & Rescue wishes to apply for future grants utilizing the Pinellas County EMS Public Education Grant application. For ease and timeliness of grant application submittal and approval process, the Department wishes for the Fire Chief to be the Agency Contact Name and signee on the application. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6779 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Library Agenda Number: 7.10 SUBJECT/RECOMMENDATION: Approve Fiscal Year 2019/20 purchases of miscellaneous library materials from multiple sources in an amount not to exceed $694,000, pursuant to Clearwater Code of Ordinances, Section 2.564 Other Government Entities Bids or Sole Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: Approve the purchase of miscellaneous library materials including books ad publications, audiovisual materials, subscriptions, serials, and data base access(es) for online materials, games including videos, and miscellaneous items such as hand tools for Thingamabrary collection. City Code of Ordinances, Section 2.564(1)(d) Other Government Entities Bids include the following sources: VENDOR AMOUNT FY20 SOURCE CONTRACT NUMBER/TERMS Amazon $20,000.00 PCARD (online purchase) Small dollar purchases <$2,500 Baker & Taylor, LLC $230,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Brodart (Non rentals/rentals)$22,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17- 6/30/2021 Gale Cengage $20,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Cengage Learning Inc. (subscriptions)$6,000.00 STATE OF FL CONTRACT #81111902-ACS-17-1 8/7/17- 12/31/21 Center Point $2,500.00 Check Request Small dollar purchase <$2,500 Findaway Launchpad $4,000.00 STATE OF FL CONTRACT #55101500-17-ACS 8/7/17-5/31/20 Library Ideas/Freegal $18,000.00 SOLE SOURCE Sole Source/direct purchases Ingram $160,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Midwest Tape $25,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 ProQuest (Microfilm)$17,500.00 STATE OF NY CONTRACT #22868 6/1/15-5/31/2020 PPLC database/ebook/HOOPLA $99,500.00 COOPERATIVE AGRMT 10/1/18-9/30/2023 Recorded Books $5,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Recorded Books/UNIVERSAL CLASS $3,000.00 SOLE SOURCE Sole Source/direct purchases Thomas Klise/Crimson multimedia $5,000.00 MALIA CONTRACT Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Value Line $14,500.00 SOLE SOURCE Sole Source/direct purchases World Book $3,000.00 STATE OF NY CONTRACT #22868 6/1/15-5/31/2020 WT Cox $26,000.00 STATE OF FL CONTRACT #81111902-ACS-17-1 8/7/17-12/31/21 Direct orders newspapers, reference standing orders/Omnigraphics/Relevant $13,000.00 PCARD/CKS/PO Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6779 Sole Source/direct purchases Purchases will be limited to the term of the contract if expiring during Fiscal Year 20 (i.e. May 2020). If the entity extends the respective contract, purchases will be made through September 2020. Clearwater Code of Ordinances, Section 2.564 (1)(d), Other Entities Bids, and Section 2.564 (1)(b) Exempt From Bid - Sole Source, apply to the respective purchases requested in this authorization in the amount of $694,000. Sole source purchases are typically restricted by publisher or type of media being procured. Small purchases are typically made on the open market with three quotes whenever possible. APPROPRIATION CODE AND AMOUNT: 0101731-564400 $694,000 Page 2 City of Clearwater Printed on 10/3/2019 Gale, a Cengage Learning, Inc., Company 27500 Drake Road, Farmington Hills, MI 48331 800.877.4253 | www.gale.com PROPOSAL OF GALE BOOKS AND VIRTUAL REFERENCE LIBRARY Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Request for Proposals: Library Materials Due Date: April 28, 2017 Proposal Representative: Jean Reynolds, Senior Technical Bids Writer P > 513.229.1529. E > jean.reynolds@cengage.com TABLE OF CONTENTS Letter of Introduction 1 Library of Virginia Request for Proposal on behalf of Mid-Atlantic Library Alliance (MALiA) 3 Attachment A 20 Attachment B 23 Attachment C 35 Attachment E 47 Attachment F 49 Gale Standard Print Business Policies 50 Gale Virtual Reference Library Terms and Conditions 58 Sample Invoice 62 27500 DRAKE ROAD, FARMINGTON HILLS, MI 48331 (800) 877-4253. WWW.GALE.COM April 25, 2017 Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia’s College at Wise One College Avenue Wise, VA 24293 Dear Ms. Newsome: Cengage Learning, Inc., is pleased to respond to the interest in Library Materials for the Mid-Atlantic Library Alliance (MALiA) with a recommendation of Gale print publications and Gale Virtual Reference Library (ebooks). The completed bid package follows this letter. Attached to our response, please find a copy of our Business Policies for Cataloging Services and Discount Programs by Imprint. We propose that the policies apply except as may conflict with the solicitation terms and conditions. Also attached is a copy of our standard Gale Virtual Reference Library Subscription and Hosting Agreement. Gale has a 63 + year history and partnerships with over 100,000 libraries worldwide that have informed and shaped award winning library resources and services. Our customers enjoy accurate and authoritative reference content in an unparalleled collection of archival microform, primary source materials, and over 600 databases that are published online, in print, as eBooks, and in microform. Gale is a part of Cengage Learning, a leading provider of innovative teaching, learning and research solutions for the academic, professional, and library markets worldwide. The company's products and services are designed to foster academic excellence and professional development, increase student engagement, improve learning outcomes and deliver authoritative information to people whenever and wherever they need it. Gale Print Publications The Gale family includes notable publishing reference imprints such as Macmillan Reference USA™, Charles Scribner's Sons™, and Primary Source Microfilm™. Thorndike Press®, Christian Large Print™ and Large Print Press™ serve libraries' large print collections, while the Taft Group® specializes in reference materials for the nonprofit sector. Gale now serves the K-12 print market through a licensing partnership with Rosen Publishing that has the rights to Gale's Greenhaven Press®, Lucent Books®, and KidHaven Press™ imprints. Rosen Publishing will create and sell new titles under these brands and will become the exclusive publisher of existing Greenhaven, Lucent, and KidHaven books and eBooks. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 1 of 62 Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) MALIA Library Materials 2017 Due April 28, 2017. Page 2 of 2 Consultation Gale Library Consultants can provide you with valuable advice for collection development and engagement, services to the aging, and reader’s advisory. Gale Library Consultants offer an average of 10 years’ experience that can be shared to help advance the interests of large and small libraries. Gale Consultants also provide time-saving resources and services, such as information on titles and publication dates to help busy librarians ensure they have the most comprehensive LP collection. Our consultants also provide training on the use of librarian resources like GaleAdmin and SupportGale.com, which include marketing and branding tools that help librarians engage readers of all ages and demographics. Gale eBooks Gale Virtual Reference Library offers a single source for eReference aimed at the needs of students, researchers, professionals and general readers. GVRL offers more than 15,000 authoritative, full-text titles— from Gale and a host of premier publishing partners —within 18 subject areas researchers study most. Our Gale Virtual Reference Library (GVRL) and electronic database content is derived through direct investment in proprietary publishing with partners like Smithsonian Collections, Library of Congress, The British Library, Harvard University Libraries, National Library of Scotland, Yale University Libraries, Associated Press, and National Geographic. Our e-resources have received more than 124 total awards in the last ten years for resources such as Gale Virtual Reference Library (GVRL) and In Context databases. Please visit www.gale.com for more information about our exceptional electronic resources and a full range of services we provide to our libraries free of charge with subscription access. Please contact me with any questions regarding this submission. Thank you in advance for the time you invest in a review of our proposal. Kind regards, Jean Reynolds Bid Services jean.reynolds@cengage.com | 513.229.1529 Attachments Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 2 of 62 REQUEST FOR PROPOSAL Issue Date: April 10, 2017 Title: Library Materials Commodity Codes: 71510,71512,71535, 71505, 71590 Issuing Agency: Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia’s College at Wise One College Avenue Wise, VA 24293 Using Agency: Library of Virginia on behalf of Mid-Atlantic Library Alliance (MALiA) Initial Period of Contract: From July 1, 2017 through June 30, 2020 with two one-year additional renewal periods. Sealed Proposals Will Be Received Until 4:00 p.m. (Eastern Standard Time) on Friday, April 28, 2017, For Furnishing The Services Described Herein. All Inquiries For Information Should Be Directed To: Carolea Newsome, Contract Administrator, 276/328-0152 (V), 276/455-9374 (C), or MALiAContract@ehc.edu. IF PROPOSALS ARE MAILED, ARE HAND DELIVERED OR EXPRESS MAILED, SEND DIRECTLY TO THE ISSUING AGENCY SHOWN ABOVE. In compliance with this Request For Proposals (RFP) and all conditions imposed in this RFP, the undersigned firm hereby offers and agrees to furnish all goods and services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation, and the undersigned firm hereby certifies that all information provided below and in any schedule attached hereto is true, correct, and complete. Name and Address of Firm: Date: By: Name:_________________________________ (Signature in Ink) eVA Vendor ID or DUNS (Please Print) Fax Number: Title: E-mail Address: Telephone Number: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 3 of 62 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against an offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. TABLE OF CONTENTS I. PURPOSE Page 3 II. BACKGROUND Page 3 III. STATEMENT OF NEED Page 3 IV. PROPOSAL PREPARATION & SUBMISSION Page 4-5 V. EVALUATION & AWARD CRITERIA Page 5-6 VI. GENERAL TERMS AND CONDITIONS Page 6-13 VII. SPECIAL TERMS AND CONDITIONS Page 14-17 VIII. ATTACHMENTS 1 A. Offeror Data Sheet Page 18-20 2 B. Service Requirements Page 21-32 3 C. Pricing for Offer Consideration Page 33-36 4 D. MALiA Member Libraries Page 37-44 E. Small Business Subcontracting Plan Page 45-46 F. State Corporation Commission Form Page 47 SCHEDULE OF EVENTS Activity Date Release RFP Monday, April 10, 2017 Proposal Due Date Friday, April 28, 2017, 4:00 PM EST Contract Award June, 2017 Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 4 of 62 I. PURPOSE The purpose of this Request for Proposal (RFP) is for the Library of Virginia to solicit sealed proposals from qualified sources and to establish contract(s) through competitive negotiations with one or more contractors to provide library materials to member libraries of the Mid-Atlantic Library Alliance (MALiA). This RFP outlines the terms, conditions, and all applicable information required for submitting a proposal. Proposal respondents should pay strict attention to the proposal submission date and time and follow the format and instructions in Section IV (Proposal Preparation and Submission) of this RFP. II. BACKGROUND Mid-Atlantic Library Alliance (MALiA) is an organization of public library systems, academic, school systems, institutional, and special libraries established to provide cooperative information services and programs. Full membership shall be conveyed to applicant libraries upon payment of applicable fees to the corporation. The Mid-Atlantic Library Alliance (MALiA) consortium represents 246 libraries throughout the mid- Atlantic region. As of January 2017, membership includes 194 public, 41 academic, 7 schools, and 4 special libraries. See Attachment D: MALiA Member Libraries as of January, 2017 for a list of participating institutions or consult the MALiA Web site (http://www.malialibrary.org/) for a current list of members. The purpose of MALiA is to encourage the development and improvement of all types of library service and to promote the efficient use of finances, personnel, materials and properties by enabling governing authorities having library responsibilities to join together in a nonprofit library consortium. Participation by MALiA members in this contract is optional and is at the discretion of each participating member. It is understood and agreed between the parties to any agreement resulting from this RFP that any library that becomes a member of MALiA after the award of this contract will be accepted at any time under the terms of this contract. The approximate, combined library materials budget for all MALiA members per year is estimated at over $30,000,000. The approximate stated dollar amount is not to be construed to represent any amount MALiA is obligated to purchase under the resulting contract or relieve the contractor of any obligation to provide service. Dollar amounts may change during the course of the contract and MALiA reserves the right to increase or decrease the amount as actual needs and funding determine. III. STATEMENT OF NEED The contractor must be able to provide services necessary to fill orders for library materials placed by any MALiA member library on a consistent basis during the term of the contract. The contractor must be capable of supplying library materials from various types of publishers and must be able to provide geographical coverage for library materials published worldwide. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 5 of 62 Library materials are defined for the purpose of this RFP as stated in the 2013 edition of the ALA Glossary of Library and Information Science edited by Toni M. Carter. and Michael Levine-Clark: “Materials of all physical substances and formats (4), acquired by a library (3) to constitute its library collection, devices for reading, viewing, or hearing the informational content of materials are excluded.” Participating MALiA member libraries that become dissatisfied with the service received during the course of this contract may withdraw at any time with no penalty. IV. PROPOSAL PREPARATION & SUBMISSION 1. RFP Responses: In order to be considered for selection, offerors must submit complete responses to this RFP. Three (3) original and one (1) electronic copy (on CD-ROM or via email) of the proposal must be submitted. No other distribution of the proposal shall be made by the offeror. 2. Proposal Preparation: a. Proposals shall be signed by an authorized representative of the contractor. Failure to submit all information requested may result in the Library of Virginia requiring prompt submissions of missing information and/or giving a lower evaluation of the proposal. Proposals that are substantially incomplete or lack key information may be rejected by the Library of Virginia. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation. b. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content. c. Proposals should be organized in the order in which the requirements are presented in the RFP. All pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, subletter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and subletter should be repeated at the top of the next page. The proposal should contain a table of contents which cross-references the RFP requirements. Information which the offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at the appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specifically addressed. d. The original copies of the proposal should be bound or contained in single volumes where practical. All documentation submitted with the proposal should be contained in that single volume. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 6 of 62 e. Ownership of all data, materials and documentation originated and prepared for the Library of Virginia pursuant to the RFP shall belong exclusively to the Library of Virginia and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by the firm shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protection of Section 11-52D of the Code of Virginia, in writing, either before or at the time the data or material is submitted. The written notice must specifically identify the data or material to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. 3. Oral Presentation: Offerors who submit a proposal to this RFP may be required to give an oral presentation of their proposal. This provides an opportunity for the offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. If demonstrations are required, the Library of Virginia will schedule time and location of these presentations. Oral presentations are an option and may not be conducted. V. EVALUATION & AWARD CRITERIA A. Evaluation Criteria: Proposals shall be evaluated using the following criteria: POINT VALUE 20 Points The scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules as represented by to the Service Requirements Deemed Important in Consideration of Contractor Selection portion of the RFP. 20 Points Sound business environment with experience in providing library materials as outlined Offeror Data Sheet in this RFP including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. 20 Points Small Business Subcontracting Plan 20 Points Discount as listed in the Pricing Offer Consideration, Discounts for Library and Staff Orders portion of this RFP. Offeror shall provide standard price lists of products to indicate base price from which discount is taken. 20 Points Past performance on similar types of contracts. 100 TOTAL Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 7 of 62 VI. GENERAL TERMS AND CONDITIONS: A. VENDORS MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at www.dgs.state.va.us/dps under “Manuals.” B. APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. C. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, § 2.2-4343.1E). 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 8 of 62 c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D. ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. E. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their proposals, offerors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. F. DEBARMENT STATUS: By submitting their proposals, offerors certify that they are not currently debarred by the Commonwealth of Virginia from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. G. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract. H. MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS FOR RFPs : Failure to submit a proposal on the official state form provided for that purpose may be a cause for rejection of the proposal. Modification of or additions to the General Terms and Conditions of the solicitation may be cause for rejection of the proposal; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal. I. CLARIFICATION OF TERMS: If any prospective offeror has questions about the specifications or other solicitation documents, the prospective offeror should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. J. PAYMENT: 1. To Prime Contractor: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 9 of 62 a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. c. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. d. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. e. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363). 2. To Subcontractors: a. A contractor awarded a contract under this solicitation is hereby obligated: (1) To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the Commonwealth for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the agency and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 10 of 62 from the Commonwealth, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Commonwealth. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. K. PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. L. QUALIFICATIONS OF OFFERORS: The Commonwealth may make such reasonable investigations as deemed proper and necessary to determine the ability of the offeror to perform the services/furnish the goods and the offeror shall furnish to the Commonwealth all such information and data for this purpose as may be requested. The Commonwealth reserves the right to inspect offeror’s physical facilities prior to award to satisfy questions regarding the offeror’s capabilities. The Commonwealth further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such offeror fails to satisfy the Commonwealth that such offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. M. TESTING AND INSPECTION: The Commonwealth reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. N. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Commonwealth. O. CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 11 of 62 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency’s right to audit the contractor’s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. P. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Commonwealth, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Commonwealth may have. Q. TAXES: Sales to the Commonwealth of Virginia are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. The Commonwealth’s excise tax exemption registration number is 54-73-0076K. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 12 of 62 R. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict offerors to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article which the public body, in its sole discretion, determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The offeror is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the Commonwealth to determine if the product offered meets the requirements of the solicitation. This is required even if offering the exact brand, make or manufacturer specified. Normally in competitive sealed bidding only the information furnished with the bid will be considered in the evaluation. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the offeror clearly indicates in its proposal that the product offered is an equal product, such proposal will be considered to offer the brand name product referenced in the solicitation. S. TRANSPORTATION AND PACKAGING: By submitting their proposals, all offerors certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. T. INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder or offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Commonwealth of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer’s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 13 of 62 and completed operations coverage. The Commonwealth of Virginia must be named as an additional insured and so endorsed on the policy. U. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice on the DGS/DPS eVA VBO (www.eva.virginia.gov) for minimum of 10 days. V. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. W. NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex- offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. X. eVA Business-To-Government Vendor Registration: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution either through the eVA Basic Vendor Registration Service or eVA Premium Vendor Registration Service. All bidders or offerors must register in eVA; failure to register will result in the bid/proposal being rejected. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 14 of 62 Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes Y. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to extent of the funds available or which may hereafter become available for the purpose of this agreement. Z. SET-ASIDES: This solicitation is set-aside for award priority to DSBSD-certified micro businesses or small businesses when designated as “Micro Business Set-Aside Award Priority” or “Small Business Set-Aside Award Priority” accordingly in the solicitation. DSBSD-certified micro businesses or small businesses also includes DSBSD-certified women-owned and minority- owned businesses when they have received the DSBSD small business certification. For purposes of award, bidders/offerors shall be deemed micro businesses or small businesses if and only if they are certified as such by DSBSD on the due date for receipt of bids/proposals. AA. BID PRICE CURRENCY: Unless stated otherwise in the solicitation, offerors shall state offer prices in US dollars. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 15 of 62 VII. SPECIAL TERMS AND CONDITIONS 1. ADVERTISING In the event a contract is awarded for supplies, equipment, or services resulting from this bid/proposal, no indication of such sales or services to the Library of Virginia will be used in product literature or advertising. The contractor shall not state in any of its advertising or product literature that the Commonwealth of Virginia or any agency or institution of the Commonwealth has purchased or uses its products or services. 2. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. B. AWARD OF CONTRACT: Selection shall be made to two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation criteria included in the Request for Proposals, including price/discount, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the Library of Virginia shall select the offeror(s) which, in its opinion, has made the best proposals, and shall award the contract to those offeror(s). Multiple contracts may be awarded. The Library of Virginia may cancel this Request for Proposal or reject proposals at any time prior to an award, and is not required to furnish a statement of the reason a particular proposal was not deemed to be the most advantageous. (Section 2.2-4359D, Code of Virginia.). Should the Library of Virginia determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor's proposal as negotiated. 3. ADDITIONAL USERS: This procurement is being conducted on behalf of state agencies, institutions and other public bodies who may be added or deleted at anytime during the period of the contract. The addition or deletion of authorized users not specifically named in the solicitation shall be made only by written contract modification issued by this agency or institution. Such modification shall name the specific agency added or deleted and the effective date. The contractor shall not honor an order citing the resulting contract unless the ordering entity has been added by written contract modification. 4. CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 16 of 62 shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 5. SPECIAL EDUCATIONAL OR PROMOTIONAL DISCOUNTS: The contractor shall extend any special educational or promotional sale prices or discounts immediately to the Commonwealth during the term of the contract. Such notice shall also advise the duration of the specific sale or discount price. 6. IDENTIFICATION OF PROPOSAL ENVELOPE: If a special envelope is not furnished, or if return in the special envelope is not possible, the signed bid/proposal should be returned in a separate envelope or package, sealed and identified as follows: From: _____________________ 4:00 p.m. Est Name of Bidder/Offeror Due Date Time Street or Box Number IFB No./RFP No. City, State, Zip Code IFB/RFP Title Name of Contract/Purchase Officer or Buyer The envelope should be addressed as directed on Page 1 of the solicitation. If a proposal not contained in the special envelope is mailed, the offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid or proposal to be disqualified. Proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other proposals should be placed in the envelope. 7. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: A. It is the goal of the Commonwealth that 42% of its purchases be made from small businesses. This includes discretionary spending in prime contracts and subcontracts. All bidders/offerors are required to submit a Small Business Subcontracting Plan. Unless the bidder/offeror is registered as a DSBSD-certified small business and where it is not practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to DSBSD-certified small businesses. This shall include DSBSD-certified women-owned and minority-owned businesses when they have received DSBSD small business certification. No bidder/offeror or subcontractor shall be considered a small business unless certified as such by the Department of Small Business and Supplier Diversity (DSBSD) by the due date for receipt of bids or proposals. If small business Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 17 of 62 subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing the purchasing office at a minimum the following information: name of small business with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product/service provided. B. Each prime contractor who wins an award in which a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution on a _____ (insert monthly, quarterly, or other frequency) ______ basis, evidence of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the small business subcontracting plan. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the plan is received and confirmed by the agency or institution. The agency or institution reserves the right to pursue other appropriate remedies for non-compliance to include, but not be limited to, termination for default. C. Each prime contractor who wins an award valued over $200,000 shall deliver to the contracting agency or institution on a _____ (insert monthly, quarterly, or other frequency) ______ basis, information on use of subcontractors that are not DSBSD-certified small businesses. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm, phone number, total dollar amount subcontracted, and type of product or service provided. 8. REFERENCES: Bidders shall provide a list of at least 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number. ORGANIZATION ADDRESS CONTACT PERSON TELEPHONE 1. ________________________________________________________________________ 2.____________________________________________________ ____________________ 3._________________________________________________________ _______________ 9. RENEWAL OF CONTRACT: This contract may be renewed by the Commonwealth upon written agreement of both parties for two (2) successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 18 of 62 10. eVA Business-To-Government Contracts and Orders: The eVA Internet electronic procurement solution, web site portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution by completing the free eVA Vendor Registration. All bidders or offerors must register in eVA and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes. L. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Code of Virginia 2.2-4311.2 subsection B, a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the bidder or offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 19 of 62 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT A Offeror Data Sheet QUALIFICATIONS OF THE OFFEROR: Offerors shall return a completed copy of this attachment with their proposals. Offerors shall exhibit sound business environment with experience in providing library materials, capability and capacity in all respects to fully satisfy the contractual requirements, including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. To adequately evaluate proposals, MALiA requires the following information of all offerors. 1. YEARS IN BUSINESS: Indicate the length of time the contractor has been in business providing these types of goods and services. Years Months since 2. REFERENCES: Offerors shall provide a list of 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person, telephone number and email address. ORGANIZATION ADDRESS CONTACT TELEPHONE 2.1.__________________________________________________________________________ 2.2.__________________________________________________________________________ 2.3.__________________________________________________________________________ 3. CONTRACT ADMINISTRATION: List full names and addresses of the contractor and any branch offices that may be responsible for administering the contract. 3.1. Contractor: Name:__________________________________________________________________ Address:_________________________ City:______ ____ State:____Zip:_________ 3.2. Person to contact re proposal: Name:__________________________________________________________________ Telephone:_________________ Fax:_________________ E-Mail:_________________ Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 20 of 62 3.3. Person to contact re changes during the life of the contract: Name:__________________________________________________________________ Address:_________________________ City:_________¬¬¬____ State:____Zip:_________ Telephone:_________________ Fax:_________________ E-Mail:_________________ 4. Customer Service: 4.1. Contractor must have a sales representative for states served by Malia (Virginia, Tennessee, and North Carolina) Name:_________________________________________________________________ Address:_________________________ City:_________¬¬¬____ State:____Zip:_________ Telephone:_________________ Fax:_________________ E-Mail:_________________ 4.2. Contractor must provide toll-free customer service telephone number and/or E-Mail, and an account representative must be assigned to the library to respond to problems (e.g., with orders, claims, renewals, invoices, credits) and provide management reports and data. Account Representative:____________________________________________________ Telephone:_________________ Fax:_________________ E-Mail:_________________ Web address:_____________________________________________________________ Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 21 of 62 4. EXPERIENCE: In the space provided, give a description of the offeror's related work experiences that would demonstrate the offeror's ability to fulfill the contract. Include the extent to which your company is actively engaged in supplying, to libraries, materials of the type listed in this RFP. 5. COMPANY STABILITY: 6.1 Describe your company's financial stability, available equipment, and other resources that will ensure the delivery of acceptable services to MALiA. 6.2 Explain how that your company is a prime jobber dealing directly with publishers. Include a list of the publishers/distributors represented. (If that list is too long, list the publishers/distributors NOT represented and indicate that you have chosen this option.) Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 22 of 62 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT B Service Requirements Deemed Important in Consideration of Contractor Selection Offerors shall return a completed copy of this attachment with their proposals, indicating how they will meet each requirement in regard to the scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules. The following section is an itemized checklist of the service requirements to be considered. In the space provided, describe the services that will be performed by the contractor. Additional documents may be attached only if necessary. LOT 1 – BOOKS 1.1 Approximate number of publishers/distributors you can supply (by category): 1.2. Approximate number of titles you currently supply: 1.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 1.4 Types of audience you can supply Children Young Adult Adult LOT 2- Audio/Visual 2.1 Approximate number of publishers/distributors you can supply (by category): Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 23 of 62 2.2. Approximate number of titles you currently supply: 2.3. Types of materials you can supply (check all that apply): Audio- Music/Spoken Word 2.3.1 __ Cassette Tapes __ Compact Discs A) ___ Classical B) ___ Popular C) ___ Spoken Word ____Video 2.3.2 ______VHS ______ DVD ______ Blu-Ray A) ___Educational B) ___Feature/Entertainment C) ___Foreign D) ___ Instructional 1.4 Types of audience you can supply Children Young Adult Adult Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 24 of 62 LOT 3 - SOFTWARE 3.1 Approximate number of publishers/distributors you can supply (by category): 3.2. Approximate number of titles you currently supply: 3.3. Types of materials you can supply (check all that apply): ____Library ____Business ____ Home ____Educational ____Games 3.4 Types of audience you can supply __Children __Young Adult __Adult LOT 4 – E- BOOKS 4.1 Approximate number of publishers/distributors you can supply (by category): 4.2. Approximate number of titles you currently supply: 4.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 4.4 Types of audience you can supply __Children __Young Adult __Adult 4.5 Are you able to provide integrated search and access to full text on the same platform and user interface for both eBooks and databases? Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 25 of 62 4.6 Are your eBooks maintained on a third party dark archive, from which they could be made accessible in the event your platform ceases to exist? 4.7 For purchased eBooks, are there limits to the number of times per year any given title can be accessed or loaned? 4.8 Do you offer eBook download (download of entire eBooks)? 4.8a Is there additional cost to enable download? 4.8b Is the checkout period configurable by the library? To what extent? 4.8c Is maximum simultaneous checkouts per user configurable? 4.8d Do you offer holds functionality? 4.9 For purchased eBooks, what concurrent user options do you offer? If multiple, please specify number of concurrent users. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 26 of 62 General questions pertaining to all formats. 1. Are you the sole source of any material offered? Yes____ No_ _ If yes, describe: 2. Do you supply country of foreign publishers? Yes____ No____ If yes, describe: 3. Provide evidence that demonstrates that your company maintains sufficient inventory to supply up to 10 copies of most titles without backordering. 4. Describe how data about publishers/producers/distributors, titles, and availability are made available to customers. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 27 of 62 5. Do you offer an electronic system for placing orders and performing related services? Yes___ No____ If yes, describe costs and what equipment, etc., is needed by MALIA libraries to participate. 6. Do you support online order transfer from the local library’s acquisition system? Yes___ No____ Cross out the items not covered: adult trade hardcover, quality paperbacks, mass-market paperbacks, pre-bound paperbacks; juvenile trade hardcover, publishers' library bindings, pre- bound books; university press trade and non-trade; serial book continuations; reference works; audio (spoken word), audio (music), video, software, CD-ROM. If yes, what equipment, etc., is needed by libraries to participate? 7. Do you require a minimum order requirement including, rush orders? Yes____ No___ If yes, describe: 8. Do you accept telephone-ordering and/or E-mail for rush orders? Yes___ No____ If yes, describe: 9. Do you assess a service charge for any item ordered on behalf of the library? Yes_X__ No____ If yes, how is charge calculated and on what items? Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 28 of 62 10. Do you offer continuation service for serial books? Yes___ No____ If yes, describe how you accomplish the goal of providing additional titles in a series and any limit on the service. 11. Do you offer leasing programs for books, audiobooks (CD or cassettes), music CDs, or video recordings (DVD or VHS)? Yes____ No___ If yes, describe the services offered. 12. Reports: Describe the types and formats of reports that can be generated, schedule for supplying routine reports, list any costs, and include sample copies. 12.1. Management reports: Examples include shipment history, title reports, etc. 12.2. Status Reports: When materials cannot be shipped immediately, contractor will supply status reports within 7 days of receipt of an order detailing out of print, out of stock indefinitely, out of stock temporarily, publication cancelled, not yet published, etc. Yes____ No____ Remarks: 12.3. Cancellation Reports: Contractor will report which titles cannot be supplied within 120 days of receipt of order. Yes___ No____ Remarks: 12.4. Annual Reports: Contractor will provide to the library annual report details, including number of items shipped; total net dollars invoiced for products shipped; total list price dollars for products shipped; net unit item price for products shipped; average number of copies per title ordered; percentage of purchase by category outline in Attachment C. Yes___ No____ Remarks: 12.5. Invoices: Invoices will be as stated below unless otherwise indicated under Remarks. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 29 of 62 12.5.1. Describe the types and formats of reports of billing procedures and options for varying invoices depending upon needs of individual MALIA member library. Remarks: 12.5.2 Invoices will list code(s), applied line item, to indicate discount category (e.g., "T" for trade discount, "A" for academic, "J" for juvenile, etc.). Yes____ No___ Remarks: 12.5.3. Contractor will issue separate invoices for each purchase order and reference the purchase order on each invoice. Yes___ No____ Remarks: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 30 of 62 13. Fulfillment: Fulfillment will be as stated below unless otherwise specified under Remarks. 13.1. Contractor will ship 50% of order from stock within 14 days of receipt of order. Yes___ No____ Remarks: 13.2. Contractor will ship 95% of each order within 120 days of receipt of order. Yes___ No____ Remarks: 13.3. Contractor will supply materials that are not currently available from publishers within 120 days of receipt of order. Yes___ No____ Remarks: 13.4. The library may cancel any title that is not received within 90 days of order date. Yes___ No____ Remarks: 14. Accuracy: Accuracy will be as stated below unless otherwise indicated under Remarks. 14.1. 99% of materials shipped will be the correct title, edition, and number of copies. Yes___ No____ Remarks: 14.2. Contractor will supply the latest edition of a title unless an earlier edition is specified. Yes___ No____ Remarks: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 31 of 62 14.3. Binding supplied will be as specified in the order. Yes___ No____ Remarks: 15. Multiple Copies: Multiple copies of a title will be shipped together. Back-orders of parts of a multiple-copy title are not acceptable. Yes____ No____ Remarks: 16. Packaging: Each package will indicate the library's purchase order number, and only one purchase order may be represented in each package. Yes____ No____ Remarks: 17. Packing Slips: A packing slip that duplicates the invoice will accompany each shipment. Yes__ No____ Remarks: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 32 of 62 18. Defective Material: The library reserves the right to return defective material at the contractor's expense. There should be no exceptions to this. Yes___ No____ Remarks: 19. Returns: All returns will be scheduled by the contractor for pick-up via UPS. Yes____ No____ Remarks: 20. Credits: Contractor will provide self-credit system for library to facilitate returns. Yes___ No____ If yes, outline details. Remarks: 21. Shipping: Contractor shall specify how shipping charges, if any, will be determined and shall indicate estimate cost of shipping for dollar amount of purchase order. Remarks: 22. Service Charge: The contractor shall describe the type of service fees levied for handling a MALIA account. Remarks: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 33 of 62 23. Multiple Accounts: Contractor will provide at least 20 separate accounts for a given library. Materials in these accounts will be ordered separately and must be shipped and invoiced separately. Yes___ No____ Remarks: 24. Other Services: Specify other services provided. 25. Service Requirements Not Met: If not covered under the sections above, list any specifications in this document that our company will be unable to meet. If you propose to meet service needs in an alternative fashion, give the alternative. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 34 of 62 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT C PRICING FOR OFFER CONSIDERATION Discounts for Library and Staff Orders Offerors shall return a completed copy of this attachment with their proposals. If pricing differs by type of library (public academic, school, special, or state agency), the contractor shall submit a separate copy of this attachment and specify the type of library for which pricing is proposed. MALiA desires an attractive, predictable pricing structure and, at the same time, a high level of order fulfillment. Accordingly, MALiA seeks to select one or more primary contractors as well as one or more secondary contractors. All discounts quoted will be applied to the publishers' lowest list price in effect at the time of shipment and exclude freight-pass-through pricing. All discounts will apply to all shipments, including backorders, for each order placed by the library. Participating libraries reserve the right to request supporting documentation (including copies of the publishers' invoices) on discount or service charge decisions of the contractor at any time during the contract period. MATERIAL DISCOUNT / PRICING LIBRARY TYPE (specify): ___Public ___ Academic ____School ___Special __ State Agency 1. Books (Reference LOT 1) 1 Copy 2+ Copy 1.1. Adult Trade Hardcover Bindings 1.1.1. Fiction ______ _______ 1.1.2 Non-fiction ______ _______ 1.2. Paperbacks 1.2.1. Quality ______ ____ 1.2.2. Mass-market ______ ____ 1.2.3. Pre-bound ______ _____ 1.2.4. Time required to ship prebound orders: Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 35 of 62 MATERIAL DISCOUNT / PRICING 1.3. Juvenile Titles 1.3.1. Trade hardcover bindings ___________ 1.3.2. Publishers' library bindings ___________ 1.3.3. Reinforced bindings ___________ 1.3.4. Pre-bound books ___________ 1.3.5. Time required to ship prebound orders: ____________________________________________________ 1.4. Small Press _________ 1.5. University Press 1.5.1 Trade ___________ 1.5.2. Non-trade ___________ 1.6. Serial Books (continuations) ____________ 1.7 Reference materials _________ 1.8. Cataloging and Processing - Include total support detail and brochures for these services 1.8.1. Complete cataloging and processing 1.8.2. Cataloging and processing without mylar jacket _____________ 1.8.3. Mylar jacket and kit, unfastened _____________ 1.8.4. Mylar jacket, fastened or unfastened _____________ 1.8.5. Kit, unfastened (to include book pocket, book _____________ card, spine label, complete set of catalog cards) 1.8.6. Catalog card set _____________ 1.8.7. Machine-readable cataloging per record _____________ 1.8.8. Additional charges 1.8.9. Reinforced plastic cover for paperbacks: 5 mil thick ____2.15______ Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 36 of 62 1.8.10. Lighter laminate: __________ Describe & specify thickness:____________________________ MATERIAL DISCOUNT / PRICING 1.8.11. Theft-detection devices: attached __________ 1.8.12. Theft-detection devices: unattached __________ 2. Audiovisual (Reference LOT 2) 2.1. Formats 2.1.1. Spoken word cassettes __________ 2.1.2. Books on tape __________ 2.1.3. Books on CD __________ 2.1.4. Compact discs __________ 2.1.5 Music cassettes __________ 2.1.6 DVD __________ 2.1.8 VHS __________ 2.1.9 Blu-Ray 2.1.10 Others:___________________________________ ______ 2.2. Performance rights 2.2.1. Public __________ 2.2.2. Home use __________ 2.3. Cataloging and Processing - 2.3.1. Catalog card sets 2.3.2. Machine-readable cataloging ___________ 2.3.3. Theft-detection devices __________ Provide complete information about what services are offered: _______________________________________________________________________ Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 37 of 62 3. Software (Reference LOT 3) 3.1. MAC _________ 3.2. Windows _________ MATERIAL DISCOUNT / PRICING 4.E-Books 4.1.. Fiction ________ 4.2. Non-fiction ________ 4.3 For purchased eBooks, what fees or other charges are applied in addition to the eBook title price? Which of these are paid up front? And which are recurring? 5. Delivery - INSIDE DELIVERY REQUIRED 5.1. Prepaid FOB 5.1.1. Destination ___________ 5.1.2. Point of Shipment ___________ 5.2 Mode of shipment Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 38 of 62 ATTACHMENT D MALiA Membership 2016-2017 Name Member # City, State 1. Albemarle Regional Library 1129 Winton, NC 2. Alexander County Library 1103 Taylorsville, NC 3. Alleghany Highlands Regional Lib./Charles P. Jones Memorial Library 1197 Covington, VA 4. Amherst County Public Library 1001 Amherst, VA 5. Anderson Public Library 2016-17 1278 Lawrenceburg, KY 6. Anne Arundel County Public Library 1293 Annapolis, MD 7. Appalachian Regional Library 1252 West Jefferson, NC 8. Appomattox Regional Library System 1002 Hopewell, VA 9. Arlington Public Library 2016-17 1288 Arlington, VA 10. Augusta County Library 1089 Fishersville, VA 11. Averett University Library 1093 Danville, VA 12. Bath County Memorial Library 2016-18 New 1291 Owingsville, KY 13. Bedford Public Library 1003 Bedford, VA 14. Belington Public Library 1251 Belington, WV 15. Benton County Public Library 1220 Camden, TN 16. BHM Regional Library 1258 Washington, NC 17. Blackwater Regional Library 1004 Courtland, VA 18. Blue Ridge Community College 1006 Weyers Cave, VA 19. Blue Ridge Regional Library 1007 Martinsville, VA 20. Bluefield College/Easley Library 1008 Bluefield, VA 21. Boone County Public Library 1263 Burlington, KY 22. Boone Madison Library 1239 Madison, WV 23. Botetourt County Library 1009 Roanoke, VA 24. Boynton Beach City Library 1265 Boynton Beach, FL 25. Bracken County Public Library 2016-17 1289 Brooksville, KY 26. Braswell Memorial Library 1155 Rocky Mount, NC 27. Brevard College, J.A Jones Library 1116 Brevard , NC 28. Bridgewater College /Alexander Mack Library/ 1085 Bridgewater, VA 29. Bristol Public Library 1010 Bristol, VA 30. Buchanan County Public Library 1011 Grundy, VA 31. Buncombe County Public Libraries 1144 Asheville, NC 32. Caldwell County Public library 1101 Lenoir, NC Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 39 of 62 33. Campbell County Public Library 1012 Rustburg, VA 34. Cape Fear Community College 1188 Wilmington, NC 35. Caroline Library, Inc. 1112 Bowling Green, VA 36. Carroll County High School 1015 Hillsville, VA 37. Caswell County Public Library 1200 Yanceyville, NC 38. Catawba County Library System 1270 Newton, NC 39. Central Rappahannock Regional Library 1016 Fredericksburg, VA 40. Central Virginia Community College Library 1094 Lynchburg, VA 41. Chapel Hill Public Library 1141 Chapel Hill, NC 42. Charlotte County Library 1194 Charlotte Court House, VA 43. Charlotte Mecklenburg Library 1130 Charlotte, NC 44. Chatham County Public Library System 1271 Pittsboro, NC 45. Chesapeake Public Library 1107 Chesapeake, VA 46. Chesterfield County Public Library 1084 Chesterfield, VA 47. Chesterfield County Public Schools 1189 Midlothian, VA 48. Christopher Newport University/Trible Library 1213 Newport News, VA 49. Clarksburg-Harrison Public Library 1234 Clarksburg, WV 50. Clarksville-Montgomery County Public Library 1241 Clarksville, TN 51. Cleveland County Memorial Library 1123 Shelby, NC 52. Clifton Forge Public Library 1145 Clifton Forge, VA 53. College of William & Mary/Wolf Law Library 1149 Williamsburg, VA 54. Colonial Heights Public Library 1017 Colonial Heights, VA 55. Craft Memorial Library 1190 Bluefield, WV 56. Craig County Public Library 1115 New Castle, VA 57. Culpeper County Library 1114 Culpeper, VA 58. Cumberland County Public Library 1275 Burkesville, KY 59. Cumberland County Public Library 1111 Cumberland, VA 60. Danville Community College 1019 Danville, VA 61. Danville Public Library 1020 Danville, VA 62. Davidson County Public Library 1152 Lexington, NC 63. Davie County Public Library 1212 Mocksville, NC 64. Delray Beach Public Library 1273 Delray Beach, FL 65. Duplin County Public Library 1139 Kenansville, NC 66. Durham Technical Community College 1191 Durham, NC 67. East Albemarle Regional Library 1186 Elizabeth City, NC 68. Eastern Shore Community College 1193 Melfa, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 40 of 62 69. Eastern Shore Public Library 1022 Accomac, VA 70. ECPI University 1268 Virginia Beach, VA 71. Elizabethton/Carter County Public Library 1172 Elizabethton, TN 72. Emory & Henry College 1023 Emory, VA 73. Essex Public Library 1113 Tappahonnock, VA 74. Falkville Public Library 1260 Falkville, AL 75. Farmville Public Library 1224 Farmville, NC 76. Fauquier County Public Library 1024 Warrenton, VA 77. Fauquier County Public Schools 1185 Warrenton, VA 78. Ferrum College/Thomas Stanley Library 1025 Ferrum, VA 79. Floyd County Public Library 1238 Prestonburg, KY 80. Fontana Regional Library 1173 Bryson City, NC 81. Franklin County Library 1171 Louisburg, NC 82. Franklin County Public Library 1026 Rocky Mount, VA 83. Galax-Carroll Regional Library 1027 Galax, VA 84. Garrard County Public Library 1250 Lancaster, KY 85. Gaston County Public Library 1147 Gastonia, NC 86. Germanna Community College 1118 Locust Grove, VA 87. Gibsonville Public Library 1255 Gibsonville, NC 88. Gloucester County Library 1087 Gloucester, VA 89. Grant County Public Library 1254 Williamstown, KY 90. Graves County Public Library 1233 Mayfield, KY 91. Greensboro Public Library 1143 Greensboro, NC 92. Greenup County Public Library 1285 Greenup, KY 93. Halifax County-South Boston Public Library 1028 Halifax, VA 94. Hampden-Sydney College 1096 Hampden-Sydney, VA 95. Hampshire County Public Library 1243 Romney, WV 96. Hampton Public Library 1092 Hampton, VA 97. Handley Regional Library 1099 Stephens City, VA 98. Hanover County Public Schools 1136 Ashland, VA 99. Hardin County Public Library 1279 Elizabethtown, KY 100. Hardy County Public Library 1196 Moorefield, WV 101. Haywood County Public Library 1170 Waynesville, NC 102. Heartland Library Cooperative 1264 Okeechobee , FL 103. Henrico County Public Library 1018 Henrico, VA 104. Henrico County Public Schools 1135 Henrico, VA 105. Henry County Public Library 1276 Eminence, KY 106. Heritage Public Library 1029 Providence Forge, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 41 of 62 107. Hickory Public Library 1256 Hickory, NC 108. Hocutt-Ellington Memorial Library 1214 Clayton, NC 109. Hopkinsville Christian County Public Library 16-17 1287 Hopkinsville, KY 110. J. Sargeant Reynolds Community College 1030 Richmond, VA 111. James L. Hamner Public Library/Amelia County 1083 Amelia Court House, VA 112. James W. Curry Public Library 1269 French Creek, WV 113. Jefferson Madison Regional Library 1031 Charlottesville, VA 114. Jessamine County Public Library 1210 Nicholasville, KY 115. John Tyler Community College Library 1032 Chester, VA 116. Kanawha County Public Library 1236 Charleston, WV 117. Keyser-Mineral County Public Library 1218 Keyser, WV 118. King University 1034 Bristol, TN 119. Laurel County Public Library 1242 London, KY 120. Lee County Library 1272 Sanford, NC 121. Library of Virginia 1134 Richmond, VA 122. Lincoln County Public Library 1245 Stanford, KY 123. Lincoln County Public Library 1128 Lincolnton, NC 124. Linebaugh Public Library System 1228 Murfreesboro, TN 125. Logan County Public Library 1232 Russellville, KY 126. Lonesome Pine Regional Library 1036 Wise, VA 127. Lord Fairfax Community College/Paul Wolk Library 1037 Middletown, VA 128. Luneburg County Public Library 1253 Victoria, VA 129. Lynchburg College/Knight-Capron Library 1226 Lynchburg, VA 130. Lynchburg Public Library 1038 Lynchburg, VA 131. Madison County Public Library 1225 Richmond, KY 132. Maitland Public Library 1290 Maitland, FL 133. Marion County Public Library 1281 Fairmont, WV 134. Mary Riley Styles Public Library 1039 Falls Church, VA 135. Mary Wood Weldon Memorial Library 1277 Glasgow, KY 136. Mason County Public Library 1211 Point Pleasant, WV 137. Mauney Memorial Library 1133 Kings Mountain, NC 138. McCreary County Public Library 1284 Whitley City, KY 139. McDowell County Public Library 1146 Marion, NC 140. Mecklenburg County Public Library 1126 Boydton, VA 141. Mecklenburg County Sheriff’s Office 1231 Charlotte, NC Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 42 of 62 Libraries 142. Meherrin Regional Library 1040 Lawrenceville, VA 143. Menifee County Public Library 1246 Frenchburg, KY 144. Middlesex County Public Library 1104 Urbanna, VA 145. Montgomery County Public Library 1235 Mt. Sterling, KY 146. Montgomery County Public Schools 1090 Christiansburg, VA 147. Montgomery-Floyd Regional Library 1041 Christiansburg, VA 148. Mooneyham Public Library 1174 Forest City, NC 149. Morgantown Public Library 1208 Morgantown, WV 150. Mountain Empire Community College/Wampler Library 1042 Big Stone Gap, VA 151. New Hanover County Public Library 1216 Wilmington, NC 152. New Martinsville Public Library 1205 New Martinsville, WV 153. New River Community College 1091 Dublin, VA 154. Newport News Public Library System 1044 Newport News, VA 155. Norfolk Public Library 1045 Norfolk, VA 156. Norfolk State University 1249 Norfolk, VA 157. Norris Library Foundation, Inc. 1247 Rutherfordton, NC 158. North Palm Beach Library 2016-17 1286 North Palm Beach, FL 159. Northeast State Community College/Wayne G. Basler Library 1046 Blountville, TN 160. Northern Virginia Community College 1132 Annandale, VA 161. Northumberland Public Library 1047 Heathsville, VA 162. Northwestern Regional Library 1165 Elkin, NC 163. Nottaway County Public Library 1142 Crewe, Va 164. Orange County Public Library 1125 Hillsborough, NC 165. Orange County Public Library 1117 Orange, VA 166. Pamunkey Regional Library 1048 Hanover, VA 167. Paris-Bourbon County Library 1274 Paris, KY 168. Patrick Henry Community College/Lester Library 1049 Martinsville, VA 169. Paul Sawyier Public Library 1266 Frankfort, KY 170. Pearisburg Public Library 1050 Pearisburg, VA 171. Pender County Public Libraries 1138 Burgaw, NC 172. Pendleton County Library 1183 Franklin, WV 173. Pendleton County Public Library 1261 Falmouth, KY 174. Perry Memorial Library 1223 Henderson, NC 175. Petersburg Public Library System 1051 Petersburg, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 43 of 62 176. Piedmont Virginia Community College/Betty Sue Jessup Library 1102 Charlottesville, VA 177. Pittsylvania County Public Library 1052 Chatham, VA 178. Polk County Library Cooperative 1267 Bartow, FL 179. Polk County Public Library 1184 Columbus, NC 180. Poquoson Public Library 1053 Poquoson, VA 181. Portsmouth Public Library 1127 Portsmouth, VA 182. Powhatan County Public Library 1088 Powhatan, VA 183. Prince William Public Library System 1054 Prince William, VA 184. Public Library of Anniston-Calhoun County 1292 Anniston, AL 185. Public Library of Johnston County & Smithfield/Selma is under this library as a branch. Number was 1166 1160 Smithfield, NC 186. Pulaski County Library 1055 Pulaski, VA 187. Pulaski County Public Library 1283 Somerset, KY 188. Radford Public Library 1056 Radford, VA 189. Raleigh County Public Library 1259 Beckley, WV 190. Randolph County Public Library 1221 Asheboro, NC 191. Randolph-Macon College/McGraw- Page Library 1058 Ashland, VA 192. Rappahannock Community College 1097 Warsaw, VA 193. Rappahannock County Library 1206 Washington, VA 194. Richmond Public Library 1108 Richmond, VA 195. Richmond Public Schools 1237 Richmond, VA 196. Ritchie County Public Library 1177 Harrisville, WV 197. Roanoke City Public Library 1109 Roanoke, VA 198. Roanoke County Public Library 1059 Roanoke, VA 199. Robeson County Public Library 1164 Lumberton, NC 200. Rockbridge Regional Library 1120 Lexington, VA 201. Rowan Public Library 1150 Salisbury, NC 202. Russell County Public Library 1061 Lebanon, VA 203. Salem Public Library 1063 Salem, VA 204. Sampson-Clinton Public Library 1137 Clinton, NC 205. Samuels Library 1064 Front Royal, VA 206. Scotland County Memorial Library 1222 Laurinburg, NC 207. Scott County Public Library 1262 Georgetown, KY 208. Shenandoah County Library 1179 Edinburg, VA 209. Sheppard Memorial Library 1182 Greenville, NC 210. Smyth-Bland Regional Library 1066 Marion, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 44 of 62 211. Southern Pines Public Library 1158 Southern Pines, NC 212. Southern Virginia University/Von Canon Library 1204 Buena Vista, VA 213. Southside Regional Jail Library 1187 Emporia, VA 214. Southside Virginia Community College 1203 Keysville, VA 215. Southwest Virginia Community College 1067 Cedar Bluff, VA 216. Spindale Public Library 1163 Spindale, NC 217. Stanly County Public Library 1195 Albemarle, NC 218. State Library of North Carolina 1248 Raleigh, NC 219. Staunton Public Library 1068 Staunton, VA 220. Suffolk Public Library 1069 Suffolk, VA 221. Sullivan County Public Library 1070 Blountville, TN 222. Tazewell County Public Library 1071 Tazewell, VA 223. Temple Rodef Shalom Library 1257 Falls Church, VA 224. Tennessee State Library & Archives 1199 Nashville, TN 225. Thomas Jefferson Library 1280 Falls Church, VA 226. Thomas Nelson Community College 1072 Hampton, VA 227. Tidewater Community College 1100 Norfolk, VA 228. Transylvania County Library 1156 Brevard, NC 229. Union County Public Library 1140 Monroe, NC 230. University of Virginia’s College at Wise/Wyllie Library 1124 Wise, VA 231. Upshur County Public Library 1244 Buckhannon, WV 232. Vienna Public Library 1192 Vienna, WV 233. Virginia Beach Public Library 1073 Virginia Beach, VA 234. Virginia Department of Corrections-All Facilities 1201 Richmond, VA 235. Virginia Highlands Community College 1075 Abingdon, VA 236. Virginia State University/Johnston Memorial library 1198 Petersburg, VA 237. Virginia Western Community College 1077 Roanoke, VA 238. Warren County Memorial Library 1217 Warrenton, NC 239. Washington County Public Library 1078 Abingdon, VA 240. Wayne County Public Library 1168 Goldsboro, NC 241. Whitley County Public Library 1215 Williamsburg, KY 242. Williamsburg Regional Library 1080 Williamsburg, VA 243. Wilson County Public Library 1162 Wilson, NC 244. Wolfe County Public Library 1282 Campton, KY 245. Wythe-Grayson Regional Library 1098 Independence, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 45 of 62 246. Wytheville Community College Library 1082 Wytheville, VA Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 46 of 62 ATTACHMENT E Small Business Subcontracting Plan Definitions Small Business: "Small business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Women-Owned Business: "Women-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Minority-Owned Business: "Minority-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Small Business: "Small business (including micro)” means a business which holds a certification as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) on the due date for bids. This shall also include DSBSD-certified women- and minority-owned businesses when they also hold a DSBSD certification as a small business on the bid due date. Currently, DSBSD offers small business certification and micro business designation to firms that qualify. Certification applications are available through DSBSD online at www.DSBSD.virginia.gov (Customer Service). Bidder Name: _____________________________________________ Preparer Name:___________________________________ Date: ____________________ Instructions A. If you are certified by the DSBSD as a micro/small business, complete only Section A of this form. This includes DSBSD-certified women-owned and minority-owned businesses when they have also received DSBSD small business certification. B. If you are not a DSBSD-certified small business, complete Section B of this form. For the bid to be considered and the bidder to be declared responsive, the bidder shall identify the portions of the contract that will be subcontracted to DSBSD-certified small business for the initial contract period in relation to the bidder’s total price for the initial contract period. in Section B. Section A Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 47 of 62 If your firm is certified by the DSBSD provide your certification number and the date of certification. Certification number:____________________ Certification Date:_________________________ B. Plans for Utilization of DSBSD-Certified Small Businesses for this Procurement Micro/Small Business Name & Address DSBSD Certificate # Status if Micro/Small Business is also: Women (W), Minority (M) Contact Person, Telephone & Email Type of Goods and/or Services Planned Involvement During Initial Period of the Contract Planned Contract Dollars During Initial Period of the Contract ($ or %) Totals Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 48 of 62 Attachment F REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, Inc. (MALiA) ATTACHMENT F State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder:  is a corporation or other business entity with the following SCC identification number: ____________ -OR-  is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR-  is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR-  is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver):  Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 49 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 1 of 8 STANDARD PRINT BUSINESS POLICIES Cengage Learning Business Policies for Print Products apply to this proposal for Gale publications and will be included in a contract, if awarded. All Gale imprints are represented by Cengage Learning FEIN: 59-2124491. Shipping Cengage Learning provides free shipping of Gale print orders. Gale will deliver to your location’s loading facility, but will not unpack and shelve products. Gale’s shipping terms are FOB shipping point on all orders. Library Processing Library Processing options are provided on the MediaLog information sheets on the last pages of this document. Books with no library processing will be received 5-10 days after receipt of order. Library processed orders with unattached processing take approximately 1 to 2 weeks, while orders with attached processing will take 2 to 4 weeks. Books with attached library processing may not be returned. Prices and Discounts Guarantee Please note: Prices are subject to change at any time, with or without notice. Discounts vary by catalog and may change at any time with or without notice. Cengage Learning cannot guarantee prices and reserves the right to make adjustment. Discounts can range from 0-70% which may include discounts for standing orders, special promotions, and titles going out of print. Please refer to www.gale.com for the most current catalogs, and discounts and new promotions that may be offered for limited periods of time. Payment Terms Cengage Learning does not provide early payment (cash) discounts. Cengage Learning terms are Net 30 Days after receipt of invoice. Assignment Cengage Learning shall be permitted to assign this Agreement to an affiliate, a successor in interest, or in connection with a change of control or transfer of assets to which this Agreement relates, without the consent of the customer agency. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 50 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 2 of 8 Vendor Non Performance If Cengage Learning is unable to provide products and unable to perform contract and the participating agency elects to purchase products from other sources, or wishes to deduct charges from existing invoice total due at that time, Cengage Learning is not responsible for any difference between contract and actual price. Catalogs Catalogs for all Gale imprints are available 24 hours a day, every day online at www.gale.com . Order Delivery Timeframe Gale will deliver 100% of all in-stock, unprocessed print orders within 5-10 days, or unattached processed items within 30-days after receipt of order (ARO); average delivery time is approximately 5-10 days. Processed/cataloged with attached processing items (please see Gale Cengage Learning Cataloging and Processing Service document) are delivered on an average of 2-4 weeks ARO. Approval Policy In the U.S. and Canada, all Gale products are available on an approval or trial basis. Please contact your Gale Representative for details. To Place an Order Orders can be placed via mail, phone, fax or e-mail. Print products may also be ordered at the Online Order Center at www.gale.com/myaccount. Phone: 800.877.GALE (4253) Press 2 Fax: 800-414-5043 gale.orders@cengage.com Credit card orders (Cengage Learning accepts VISA, MasterCard, American Express and Discover) for accepted for new Gale orders and prepaid orders with a check may be placed by remitting to: Gale P.O. Box 95501 Chicago, IL 60694-5501 To place an order using a purchase order, please remit to: Gale Print Order Support 27500 Drake Road Farmington Hills, MA 48331-3535 Phone: 800-877-GALE (4253) Press 2 Payments may also be made with Electronic Funds Transfer (EFT) Harris Trust and Savings Bank 311 West Monroe (60606) P.O. Box 95501 (60694-5501) Chicago, IL Account # 265-887-0; ABA Routing # 0-710-00-288 Invoices Our practice is to provide one copy of the invoice at time of shipment (specifically, if the ordering and receiving individuals are the same, the invoice is included in the shipment only; if the ordering and receiving individuals differ, a packing slip is included in the shipment, and an invoice is mailed to the ordering individual). For additional copies of your invoice, please contact our Customer Service Department or refer to Gale’s Order Center. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 51 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 3 of 8 Customer Service Call: Monday – Friday, 8:00 a.m. to 7:00 p.m. EST 800.877.GALE (4253) Press 3 Fax: 877.363.GALE (4253) E-mail: gale.customerservice@cengage.com Customers Outside of the U.S. & Canada To place an order, make an inquiry or obtain customer service, visit www.gale.com for a listing of our Sales Offices and Distributors. Technical Support Services Call: 24 hours a day, seven days a week 800.877.GALE (4253) Press 4 E-mail: gale.technicalsupport@ cengage.com Gale’s Order Center The Gale Order Center offers you a quick and easy way to order online, track shipments, print invoices, or determine how many cartons will arrive in a future shipment. Register for a user name and password at www.gale.com/myaccount. This service is available 24 hours a day, every day. Return Policy Customers have 30 days from the date of invoice to decide if the titles they have purchased meet their needs. To return a title, please ship to: Cengage Distribution – Location 04 10650 Toebben Drive Independence, KY 41051 USA Gale does not pay return shipping. If products are received damaged, please contact our Customer Service Department for an immediate replacement. Products should be returned undamaged and shipped via traceable means. Please include a copy of the packing list indicating quantity, title and invoice number. Returns will be processed within 6-8 weeks. Returns Credit Policy General Terms > Customers are allowed 30 days from invoice date for full credit. This is also stated on the invoice, marketing materials and Gale’s web site. > Gale does not pay for return shipping unless the return is due to a Gale error. > Product must be returned undamaged and shipped via traceable means. > No credit is issued for damaged or out-of-print products (books processed by a library are considered intentionally damaged). > Full credit is issued for any item sent by Gale in error or in damaged/defective condition. For damaged/defective books, the title page is returned and customer sent a replacement. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 52 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 4 of 8 No Credit Conditions > Custom editions are non-returnable. > Opened CD-ROMs and CD-Mods are non-returnable and credit will not be issued without approval from the Customer’s Account Executive. > International customers (excluding Canada) are not granted return privileges without the prior consent of Gale VP Controller. > All customers should provide advance notice of pending returns that exceed 10 or more books to receive prompt and accurate credit. Stock Gale stock consists of approximately 15,500 active individual titles, with a total of approximately 6.5 million units. Delivery Times Please specify delivery times at the time of order. Stock Unavailability Notices Gale does not send notices of out-of-print titles; however, all Out-of-Print (OP), Out-of-Stock (OS) and Not-Yet- Published (NYP) books are noted on the invoice. Packing Slips & Invoices in Alphabetical Order Items on packing slips and invoices appear in the order in which they are entered. If you require the packing slips and invoices to be arranged in alphabetical order by title or author, please list your product needs accordingly. If you require multiple copies of invoices be sent to your location(s), please note this upon order placement. Shipment Information Gale shipments include the following information: Return address (Distribution Center), Ship To address, Order number, Purchase Order number, Date of shipment, Box # of #, and other additional information (i.e., if shipped via UPS, the UPS method, tracking number, etc.). In addition, the box that contains the invoice (packing slip) is clearly indicated. www.GaleSchools.com Visit www. gale.com/schools/ (our 5-star rated* web site for the teaching community) for more information on Gale’s K-12 Resources for Teachers, Media Specialists, Administrators, Students and their parents. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 53 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 5 of 8 Gale Discount Programs by Imprint Imprint Disaster Discount Foundation Opening Day Collection Librarian’s Choice Editor’s Choice Standing Order Choice Plans Five Star Quarterly 15% for 24 books/year 18% for 48 books/year 20% min 100 titles/year 25% for either 2 or 4 titles from Five Star Special Plans 15% - Plan 1: 1 title/mo 15% - Plan 2: 2 titles/mo UXL 50% on previously purchased titles 20% on $2,500 - $4,999 25% on $5,000 - $9,999 30% over $10,000 10% UXL over $1,000 15% on each new title Kennebec (Thorndike) 40% Thorndike Large Print Monthly Catalog 15% Program 1 (24/yr) 18% Program 2 (48/yr) 20% Program 3 (100/yr) Hard Covers: 15% Plan 1 (12/yr) 15% Plan 2 (24/yr) 20% Plan 3 (36/yr) 20% Plan 4 (48/yr) 20% Plan 5 (60/yr) 20% Plan 6 (72/yr) 20% Plan 7 (84/yr) 20% Plan 8 (96/yr) Discount varies from 15 - 40% dependent on plan/imprint chosen Gale General Catalog 50% on previously purchased titles 20% on $2,500 - $4,999 25% on $5,000 - $9,999 30% over $10,000 10% UXL and Oceano over $1,000 Premium Plan - 25% & 10 free eBooks Basic Plan - 15% First Time Plan - 30% Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 54 of 62 Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 6 of 8 Library Processing Support 1-800-877-4253, Phone 1-877-363-4253, Fax Karen Whyte, Library Processing Rep - ext. 8718 Peggy Williams, Order Support Services Manager -ext. 8859 Gale Cengage Learning Cataloging and Processing Service Ordering Information Gale is pleased to offer library services such as catalog card kits, MARC records, spine labels, bar code labels, Mylar covers reading program labels and security system products. Attached or unattached processing is available. Please review the specification form, select the items you require and submit this form with your Purchase Order. Should you have any questions regarding cataloging/processing services, please call your Gale Representative at 1-800-877-GALE. Turn-around timing Library processing must be requested with your order. Unattached processing – Allow up to two weeks. Attached processing - Allow two to four weeks. Criteria Elements of bibliographic description are transcribed according to AACR2R, RDA or a combination of both. Cataloging is available with Sears, LC and LC Children's subject headings; call numbers are derived from the Abridged Dewey Decimal Classification. Full MARC data in MicroLIF format is available for Macintosh and Windows systems. All spine, bar code and reading program labels come with protectors. Library of Congress Classification is not available at this time. Please note: Books with attached library processing may not be returned. BILL TO: SHIP TO: Gale Account # Gale Account # Institution Institution Address Address City/State/Prov. City/State/Prov. ZIP/Postal Code/Country ZIP/Postal Code/Country Attention Attention Phone Phone Fax Fax E-mail E-mail Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 55 of 62 Gale Bundles Please choose one of the following bundled service offerings alone or in combination with the a la carte items listed below. When selecting a bundle, complete the specifications for each item included in that bundle. Unattached Processing Bundle I - Includes a Spine Label, Barcode, & Marc Record Unattached for each book. Attached Processing Bundle II - Include a Spine Label, Barcode, & Marc Record Attached to each book. Attached Shelf Ready Bundle III - Includes a Spine Label, Barcode, Marc Record, Theft Detection (3m or checkpoint only) for each book. Attached Shelf Ready Bundle IV - Includes a Spine Label and an RFID Tag for each book. (Bundle does not include Marc Record, Theft Detection, or Barcode due to overlapping with RFID device.) A la Carte Items Spine Labels only Unattached Attached 2 inches from bottom of book inches from bottom of book Property Label/Stamp Unattached label Attached label Placement (specify) Stamp I will provide my own Gale will customize Inscription: Placement: Cataloging & Packing Catalog sets as 1 record Pack in Dewey order Include Dewey packing list Book Covers Colibri covers on paperbacks. Kapco covers on paperbacks. Mylar on books with dust jackets only. Security System Products Attached Unattached Format – please check one: 3M Magnetic Strip Check Point: Frequency Plain Tag Date Due Tag RFID tags - Includes tag, tag cover, application, & tag programming. Attached Unattached Frequency Type: Check one Checkpoint ILS RFID ITG Apex RFID 3M’s D7 RFID Placement: Call Number Specifications Reference prefix above Dewey (circle one): R Ref REF Non Fiction Dewey + 3 letters of Main Entry Other: Fiction F + 3 letters of Main Entry Other: Easy Books E + 3 letters of Main Entry Other: Story Collections SC + 3 letters of Main Entry Other: Individual Bio 92 + 3 letters of Biographee Entry Other: Collective Bio 920 + 3 letters of Main Entry Other: Classifications in all CAPS (ABC) Classifications first letter only CAP (Abc) {Default} Font size for spine labels: 9 pt (default) Pt (between 9 pt and 16 pt) Subject Headings Use Sears subject headings Use Library of Congress subject headings (LCSH) Use Library of Congress Children’s subject headings on juvenile titles, LCSH otherwise Use LCSH, but omit juvenile subdivisions (no juvenile literature, etc.) Other Specifics Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 7 of 8 Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 56 of 62 Bar Codes Unattached One per book Two per book Attached One per book Two per book (*provide orientation and placement information for both labels) Please affix Bar Code labels in the following orientation: Horizontal Vertical, text reading top to bottom Vertical, text reading bottom to top Bar Code Placement: Circle placement preference: Outside Inside Back Front Front Back Bar Code Symbology – please check one: Code 3 of 9/No check digit Code 3 of 9/Mod 10 check digit Code:______ Code 3 of 9/Mod 43 check digit Code:______ Codabar/Mod 10 check digit Interleaved 2 of 5/Follett Classic ****PLEASE INCLUDE BARCODE SAMPLES**** Please provide a large range of numbers that we’ll track to cover multiple orders: Beginning Bar Code Number (Include prefix) Ending Bar Code Number (Include prefix) MARC Records Automated Library Circulation Systems Cataloging Standard: AACRII RDA when available, AACRII otherwise. All records RDA Delivery Method – please check one: CD ROM Email records to: __________________________________ Web Download records to: __________________________ Format – please check one: USMARC 852 Holdings USMARC 949 Holdings 1987 MicroLIF (filename IBM.FIL/MAC.FIL) Computer type needed - please check one: Windows Macintosh Automation System – please check one: Accent Alexandria Genesis G3 Infocentre Athena Follett-Unison Library Pro Mandarin Circ/Cat Concourse Destiny Mandarin Spectrum Suite TLC Library Solutions Casper Dynix Winnebago Other Software version number: __________ Union Database Access PA SUNLINK Illinet (OCLC) Special Instructions Please use the space below to provide any additional information/requirements for your library processing needs (for example, details of 949 holdings): Name to appear on Bar Codes: In 30 characters or less (including spaces and punctuation), please enter Your school or library’s name as you wish it to appear on your Bar Code label: Gale Standard Print Business Polices, Discount Program, Catalog Processing (Rev. 5/17/2016) 8 of 8 E F A B I J G H C D B A F E J I D C H G Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 57 of 62 Cengage Learning Virtual Reference Library Terms and Conditions IMPORTANT-READ CAREFULLY: This End User License Agreement ("Agreement") sets forth the conditions by which Cengage Learning Inc. ("Cengage") will make available electronic copies of ebooks ("Product") to you (the "End User"), which Product includes Cengage-owned licensed content (the "Licensed Content"), all as contained in this package and/or made available to you via this Website. BY CLICKING THE "I ACCEPT" BUTTON AND/OR OPENING THIS PACKAGE, YOU ACKNOWLEDGE THAT YOU HAVE READ ALL OF THE TERMS AND CONDITIONS, AND THAT YOU AGREE TO BE BOUND BY ITS TERMS CONDITIONS AND ALL APPLICABLE LAWS AND REGULATIONS GOVERNING THE USE OF THE LICENSED CONTENT. Should the End User have any questions/comments regarding this Agreement, please contact Cengage at gale.contracting@cengage.com 1.0 SCOPE OF LICENSE 1.1 Subject to the End User's compliance with the terms and conditions of this Agreement, Cengage hereby grants the End User, a nontransferable, non-exclusive, limited right to (i) access Licensed Content, and to download, display, view and print limited and/or make limited paper or electronic copies of citations, abstracts, individual full text or portions thereof, only for personal, educational, scholarly or internal non-commercial use at the authorized site or remotely by logging on to a secure network. The End User shall limit such use to the customary services provided to patrons and will not redistribute the Licensed Content or provide access to the Licensed Content to other libraries or third parties either directly or indirectly, unless authorized in advance and in writing by Cengage. Downloading all or parts of the Licensed Content in a systematic or regular manner so as to create a collection of materials comprising all or part of the Licensed Content and or transmitting (including, but not limited to, by way of e-mail, facsimile or other electronic means), is strictly prohibited whether or not such material is in electronic or print form. 1.2 The End User shall not: (i) except as permitted in 1.1, reproduce, copy, modify, distribute, display, transfer, sublicense, prepare derivative work(s) based on, sell, exchange, barter or transfer, rent, lease, loan, resell, or in any other manner exploit the Product or Licensed Content; (ii) remove, obscure or alter any notice of Cengage intellectual property rights present on or in the Product or Licensed Content therein, including, but not limited to, copyright, trademark and/or patent notices; or (iii) disassemble, decompile, translate, reverse engineer or otherwise reduce the Product or Licensed Content therein; or (iv) supply or fulfill requests from other institutions or libraries, a practice commonly called Interlibrary Loan or by any other means, from the Product or Licensed Content made available through this Agreement. 1.3 The End User understands that it is purchasing a copy of the Product for use in accordance with the provisions of this Agreement. Cengage also separately offers access subscriptions that provide hosting and technical services. Access subscription services enhance your use of the Product and are subject to standard subscription terms. Contact Cengage with any questions regarding such separate access subscriptions. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 58 of 62 2.0 TERMINATION 2.1 Cengage may at any time (without prejudice to its other rights or remedies) immediately terminate this Agreement and/or suspend access to some or all of the Licensed Content, in the event that the End User does not comply with any of the terms and conditions of this Agreement. In the event of such termination by Cengage, the End User shall certify the destruction of all copies of the Product as well as any downloaded copies of the Licensed Materials. 3.0 PROPRIETARY RIGHTS 3.1 The End User acknowledges that Cengage owns all right, title and interest, including, but not limited to all copyright rights therein, in and to the Licensed Content, and that the End User shall not take any action inconsistent with such ownership. The Licensed Content is protected by U.S., Canadian and other applicable copyright laws and by international treaties, including the Berne Convention and the Universal Copyright Convention. End User is purchasing a copy of the Product for use in accordance with the provisions of this Agreement, which includes a license to the Licensed Content contained therein. Nothing contained in this Agreement shall be construed as granting the End User any ownership rights in or to the Licensed Content. 4.0 PROTECTION AND SECURITY 4.1 The End User shall use its best efforts and take all reasonable steps to safeguard its copy of the Licensed Content to ensure that no unauthorized reproduction, publication, disclosure, modification or distribution of the Licensed Content, in whole or in part, is made. To the extent that the End User becomes aware of any such unauthorized use of the Licensed Content, the End User shall immediately notify Cengage. Notification of such violations may be sent to Cengage Learning, Inc., 200 First Stamford Place, Stamford, CT 06905, Attention: General Counsel. 5.0 MISUSE OF THE LICENSED PRODUCT 5.1 In the event the End User uses the Product or Licensed Content in violation of this Agreement, Cengage shall be entitled to recover all costs and expenses for damages resulting from breach of this Agreement, including without limitation, reasonable attorney fees and court costs incurred. 6.0 FEDERAL GOVERNMENT CLIENTS 6.1 Except as expressly authorized by Cengage, Federal Government clients obtain only the rights specified in this Agreement and no other rights. The Government acknowledges that (i) all software and related documentation incorporated in the Product and Licensed Content is existing commercial computer software within the meaning of FAR 27.405(b)(2); and (2) all other data delivered in whatever form, is limited rights data within the meaning of FAR 27.401. The restrictions in this section are acceptable as consistent with the Government's need for software and other data under this Agreement. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 59 of 62 6.2 The text files are provided with RESTRICTED RIGHTS. Use, duplication, or disclosure by the Government is subject to restrictions as set forth in subdivision (c) (1) (ii) of the Rights in Technical Data and Computer Software clause at DFARS 252.277.7013 for DoD contracts, paragraphs (c) (1) and (2) of the Commercial Computer Software-Restricted Rights clause in the FAR (48 CFR 52.227-19) for civilian agencies, or in other comparable agency clauses. 7.0 DISCLAIMER OF WARRANTIES AND LIABILITIES 7.1 Although Cengage believes the Product and Licensed Content therein to be reliable, Cengage does not guarantee or warrant (i) any information or materials contained in or produced by the Product or Licensed Content, (ii) the accuracy, completeness or reliability of the Product and Licensed Content, or (iii) that the Product and Licensed Content is free from errors or other material defects. THE PRODUCT AND LICENSED PRODUCT IS PROVIDED "AS IS," WITHOUT ANY WARRANTY OF ANY KIND AND CENGAGE DISCLAIMS ANY AND ALL WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY OR FITNESS OR A PARTICULAR PURPOSE. IN NO EVENT SHALL CENGAGE BE LIABLE FOR: INDIRECT, SPECIAL, PUNITIVE OR CONSEQUENTIAL DAMAGES INCLUDING FOR LOST PROFITS, LOST DATA, OR OTHERWISE. IN NO EVENT SHALL CENGAGE'S AGGREGATE LIABILITY HEREUNDER, WHETHER ARISING IN CONTRACT, TORT, STRICT LIABILITY OR OTHERWISE, EXCEED THE AMOUNT OF FEES PAID BY THE END USER HEREUNDER FOR THE LICENSE OF THE PRODUCT OR LICENSED CONTENT. 8.0 GENERAL 8.1 Entire Agreement . This Agreement shall constitute the entire Agreement between the Parties and supercedes all prior Agreements and understandings oral or written relating to the subject matter hereof. 8.2 Enhancements/Modifications of Licensed Content. From time to time, and in Cengage's sole discretion, Cengage may advise the End User of updates, upgrades, enhancements and/or improvements to the Product or Licensed Content, and may permit the End User to access and use, subject to the terms and conditions of this Agreement, such modifications, upon payment of prices as may be established by Cengage. 8.3 No Export. The End User shall not transfer or export, directly or indirectly, the Product or Licensed Content in a manner that violates law. 8.4 Severability. If any provision of this Agreement is invalid, illegal, or unenforceable under any applicable statute or rule of law, the provision shall be deemed omitted to the extent that it is invalid, illegal, or unenforceable. In such a case, the remainder of the Agreement shall be construed in a manner as to give greatest effect to the original intention of the parties hereto. 8.5 Waiver. The waiver of any right or failure of either party to exercise in any respect any right provided in this Agreement in any instance shall not be deemed to be a waiver of such right in the future or a waiver of any other right under this Agreement. 8.6 Choice of Law/Venue. This Agreement shall be interpreted, construed, and governed by and in accordance with the laws of the State of New York, applicable to contracts executed and to be wholly preformed therein, without regard to its principles governing conflicts of law. Each party agrees that any proceeding arising out of or relating to this Agreement or the breach or threatened breach of this Agreement may be commenced and prosecuted in a Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 60 of 62 court in the State and County of New York. Each party consents and submits to the non- exclusive personal jurisdiction of any court in the State and County of New York in respect of any such proceeding. 8.7 Acknowledgment. By opening this package and/or by accessing the Licensed Content on this Website, THE END USER ACKNOWLEDGES THAT IT HAS READ THIS AGREEMENT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. IF YOU DO NOT ACCEPT THESE TERMS AND CONDITIONS, YOU MUST NOT ACCESS THE PRODUCT OR LICENSED CONTENT AND RETURN THE LICENSED PRODUCT TO CENGAGE (WITHIN 30 CALENDAR DAYS OF THE END USER'S PURCHASE) WITH PROOF OF PAYMENT ACCEPTABLE TO CENGAGE, FOR A CREDIT OR A REFUND. Cengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 61 of 62 SHIPPED PENDING ISBN TITLE / AUTHOR / EDITION PRICE DISCOUNT NET AMOUNT QUANTITY PURCHASE ORDER NUMBER PAYMENT DUE TERMS FOB SHIPPING POINT BILL TO SHIP TO ORIGINAL INVOICE The Gale legal entity has merged into another Cengage Learning legal entity. Please note the change in FEIN, GST and QST numbers. Federal ID No.: 59-2124491 Canadian G.S.T.#/T.P.S.: 14074 8831 RT0001 Canadian Q.S.T#/T.V.Q.: 1023272543 DIRECT ALL CORRESPONDENCE TO: CENGAGE Learning 27500 Drake Rd. Farmington Hills, MI 48331 PHONE: 248-699-4253, 800-877-4253 FAX: 248-699-8061 ACCOUNT NO. PAY THIS AMOUNT PURCHASE ORDER NUMBER INVOICE DATE INVOICE NUMBER CUSTOMER ACCOUNT NUMBER PAYMENT DUE AMOUNT DUE ACCOUNT NO. RETURN THIS STUB WITH PAYMENT TO: MAIL CHECKS TO:Gale/CENGAGE Learning P.O. BOX 95501 CHICAGO, IL 60694-5501 RETURN BOOKS TO: CENGAGE LEARNING Distribution Center 10650 Toebben Drive Location 04 Independence, KY 41051 SUBTOTALBOOKS RETURN POLICY BRINGING YOU RESOURCES FROM: Gale Macmillan Library Ref USA Primary Source Microform Greenhaven Press/Lucent Books Unless otherwise noted, you have 30 days from the date of invoice to decide if print titles meet your needs. If you would like to return a print item, please send it to the "Return Books To" address below. Gale does not pay return shipping. Products should be returned undamage and shipped via traceable means. Please include a packing list indicating quantity, title, and original invoice number. Questions? Call Customer Service at 1-800-877-GALE. DETACH: THIS PORTION MUST BE RETURNED WITH YOUR PAYMENT The Gale legal entity has merged into another Cengage Learning legal entity. Please note the change in FEIN, GST and QST numbers. Date 11/18/13 NELSON EDUCATION LTD 1120 BIRCHMOUNT RD SCARBOROUGH ON M1K 5G4 CANADA NELSON EDUCATION LTD CROSS DOCK 1120 BIRCHMOUNT RD SCARBOROUGH ON M1K 5G4 CANADA NO. 50754250 24697409715838 Order No. 85200957TS 12/18/13833563 Net 30 Days Page 1 of 1 EXW 6 9781410459404 FIFTEEN MINUTES 35.99 9.0095.83 Karen Kingsbury 001 6 9781410460400 JUST ONE EVIL ACT 35.99 24.4888.66 Elizabeth George 001 6 9781410461520 DARK WITCH 36.99 9.1895.86 Nora Roberts 001 18 42.66 833563 11/18/13 50754250 715838 12/18/13 42.66 42.66 ALL CLAIMS AND SHIPPING ERRORS MUST BE REPORTED WITHIN 10 DAYS AFTER THE INVOICE DATECengage Learning: Gale Resources MALiA 2017 Library Materials Due: April 28, 2017 Page 62 of 62 23044ra06 Corning Tower, Empire State Plaza, Albany, NY 12242 | http://nyspro.ogs.ny.gov | customer.service@ogs.ny.gov | 518-474-6717 Contract Award Notification Title : Group 20020 – Serials and Database Access (Statewide) Classification Code(s): 55 & 83 Award Number : 23044 Contract Period : January 1, 2017 – December 31, 2021 Bid Opening Date : November 1, 2016 and (Periodic Recruitment February 1, 2018) Date of Issue : January 1, 2017 (Revised July 25, 2018) Specification Reference : As Incorporated Herein Contractor Information : Appears on Page 2 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : E-mail : Jeremy Kondrat Contract Management Specialist 518-473-5575 Jeremy.Kondrat@ogs.ny.gov Procurement Services Customer Services Phone : E-mail : 518-474-6717 customer.services@ogs.ny.gov Procurement Services values your input. Complete and return "Contract Performance Report" at end of document. Description NOTICE: THIS CONTRACT AWARD NOTIFICATION CONTAINS A SUBSET OF INFORMATION FROM THE SOLICITATION. CONTRACTS RESULTING FROM SOLICITATION 23044 HAVE BEEN EXECUTED BY CONTRACT AWARD LETTER. THE CONTRACT AWARD LETTER SETS FORTH THE ORDER OF PRECEDENCE FOR THE TERMS AND CONDITIONS OF THE EXECUTED CONTRACTS. COMPLETE CONTRACT DETAILS INCLUDING TERMS AND CONDITIONS CAN BE FOUND IN THE SOLICITATION DOCUMENT DATED REVISED OCTOBER 20, 2016. This contract provides Authorized Users with a means of acquiring Serials and Database Access Products and Services. The contract contains a total of two (2) Lots: Lot 1 - Serials and Lot 2 - Database Access. Lot 1 Serials - Included: Print Periodicals and Newspapers; Electronic Magazines and Journals; Annuals (reports, yearbooks, etc.); Continuing directories; Proceedings and transactions; Numbered monographic series cataloged separately; Subscription based eBooks; and Optional Products and Services, including but not limited to: Stamps, call numbers or routing labels, bar-coding, and security strips, Processing of journals including affixing date and property, Shipment Consolidation, MARC (Machine Readable Cataloging) records and updates, and Serials management solutions. Lot 2 Database Access – Included: Library Databases; Full Text Databases; Numeric Databases; Meta-Databases; General Interest Databases; Discipline Specific Databases; Subject Specific Databases; Streaming Video Databases; Database Files; and Optional Products and services, including but not limited to: Database Management Systems (DBMS), Hard copy records, Mailing labels, Batching, and Reporting This Contract Award Notification contains MWBE goals of 0% MBE and 0% WBE. PR #23044 GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 2 23044ra06 CONTRACT # CONTRACTOR___________ FED.IDENT. # NYS VENDOR # PC67658 Alini Magazine Service LLC 20-5704842 1000044379 PC67660 Cengage Learning, Inc. 59-2124491 1000009563 PC67659 COX Subscriptions Inc. DBA WT COX 56-1352557 1000018262 PC68180 Dun & Bradstreet, Inc. DBA D&B 22-3582360 1000030581 PC67661 EBSCO Industries Inc. 63-6014186 1000041128 PC67662 Elsevier B.V. 98-0389477 1000056131 PC67663 Encyclopaedia Britannica, Inc. 36-2063569 1000040643 PC67664 InfoUSA Marketing Inc. 47-0794710 1000040828 PC67785 Island Magazine Service LLC 82-1610353 1100186829 SB PC67665 LexisNexis Risk Solutions FL Inc. 41-1815880 1100007031 DBA LexisNexis Risk Solutions PC67666 License Monitor Inc. 13-4187405 1000056944 PC67667 LM Information Delivery 23-2724782 1100043737 PC67668 Otto Harrassowitz GmbH & Co. KG 98-0423753 1000009840 PC67677 Prenax, Inc. DBA Basch Subscriptions 94-3342517 1100176364 PC67669 ProQuest LLC 39-2053855 1000040727 PC67670 RELX Inc., DBA LexisNexis, a division 52-1471842 1000004904 of RELX Inc. PC67671 Richard O. Emmons 59-3720494 1000032379 DBA Magazine Subscription Services Agency PC67673 Scholastic, Inc. 13-1824190 1000006121 PC67674 Scholastic Library Publishing Inc. 06-1226353 1000036529 PC67675 Subscription Services of America Inc. 11-2642821 1000011811 SB PC67676 West Publishing Corporation DBA West, 41-1426973 1000004857 a Thomson Reuters business For complete Contractor contract information and Pricing information for this Award, please see the Contractor Information page located on the OGS Website at: http://www.ogs.ny.gov/purchase/spg/awards/2002023044Can.htm GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 3 23044ra06 Cash Discount and/or Early Payment Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. (See "INVOICING AND PAYMENT" in this document.) AGENCIES SHOULD NOTIFY PROCUREMENT SERVICES PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise. RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS: The Procurement Services supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description. RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive NOTE TO AUTHORIZED USERS: When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • The reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). ORDER OF PRECEDENCE: The list of documents below address clarifications agreed to by the Contractor and the Office of General Services (OGS) and resolved by the parties and set forth herein in an order of precedence for the Contract award. The documents listed below were included in Solicitation #23044 or provided by the Contractor. Unless otherwise set GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 4 23044ra06 forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: 1. Appendix A (January 2014), Standard Clauses for NYS Contracts (previously provided); 2. Contract Award Letter; 3. Revisions and Clarifications to Bid Specifications dated January 19, 2018 (previously provided); 4. Solicitation #23044prb including all Appendices and Attachments referenced therein (previously provided); 5. Contractor’s Bid Prices as stated in Attachment 1 – Pricelist 6. Contractor’s Bid OVERVIEW: This Contract provides Authorized Users with a means of acquiring Serials and Database Access Products and Services by New York State Agencies and Non-State agencies, including political subdivisions, school districts and others authorized by law (See Section 5.48, Non-State Agencies Participation in Centralized Contracts and Section 5.50, Extension of Use).. Products for purchase by all Authorized Users are described in the Section titled, Scope. Procurement Instructions describing requirements for Authorized Users to purchase from the Centralized Contract are found in the Section titled, Procurement Instructions. ESTIMATED QUANTITIES: All quantities or dollar values listed within this Contract are estimates. No specific quantities or volumes are represented or guaranteed and the State provides no guarantee of individual Authorized User participation. The Contractor(s) must furnish all quantities or dollar values actually ordered. The anticipated dollar value of the award for this Solicitation, based on historical purchases under previous awards was approximately $55,000,000.00 annually for Lot 1 and $20,000,000.00 annually for Lot 2. The individual value of each resultant Contract is indeterminate and will depend upon the number of Contracts issued and the competitiveness of the pricing offered. Authorized Users will be encouraged to purchase from Contractors who offer the Products and pricing that best meets their needs in the most practical and economical manner. See Appendix B, §28, Estimated/Specific Quantity Contracts and §25, Participation in Centralized Contracts. Numerous factors could cause the actual value of the Contract to vary substantially from the historical value. Such factors include, but are not limited to, the following: • The Contract is a nonexclusive Contract; • There is no guarantee of volume to be purchased, nor is there any guarantee that demand will continue in any manner consistent with previous purchases; • The individual value of the Contract is indeterminate and will depend upon actual Authorized User demand, and actual quantities ordered during the Contract period; and, • The State reserves the right to terminate the Contract for cause or convenience prior to the end of the term pursuant to the terms and conditions of the Contract. In Procurement Service’s experience, depending on the price of a particular item, the actual volume of purchases for that item could be substantially in excess of, or substantially below, estimated volumes. Specifically, if actual Contract pricing is lower than anticipated or historical pricing, actual quantities purchased could be substantially greater than the estimates; conversely, if actual contract pricing is higher than anticipated or historical pricing, actual quantities purchased could be substantially lower than the estimates. Contractor acknowledges the foregoing and agrees that actual good faith purchasing volumes during the term of the Contract could vary substantially from the estimates/historical values provided in this Contract. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 5 23044ra06 DEFINITIONS: Terms used in the IFB documents that have a capitalized first letter shall be defined in accordance with Appendix B, §2 Definitions, which is hereby incorporated by reference. The following definitions shall apply: Term Definition Active Request Refers to an End User submitted search request transaction to the licensor’s online service that has not yet received a response from the licensor’s system. Aggregator A bibliographic service that provides online access to the digital full-text of Periodicals published by different Publishers. See also Database Publisher. Back File Access The ability to access information within a resource before a subscription period begins. Business Day Monday through Friday from 8:00 AM – 5:00 PM ET, excluding New York State and federal holidays. Concurrent Users Specified number of simultaneous End Users accessing an Electronic Publication or Database. Concurrent Sessions Concurrent User is interpreted to include any End User station device which, at the point in time of measurement, has established a logical session path to the licensor’s online service, enabling an immediate search request to be made directly to the licensor’s search software. This is the common meaning of such expressions as being “signed on” or “logged on” to the online service. Under this definition, any signed on terminal or End User station device is counted as part of the concurrent use total, regardless of whether the End User is at the End User station; formulating a new search request; waiting for the licensor’s system to respond to a search request; or digesting the results of a previous request. Concurrent Use License Where licensing of Electronic Publications is based upon “Concurrent Users” the Contractor shall obtain from the publisher the right of the Authorized User to obtain license rights to the specified number of Concurrent Users actually executing the licensed programs, without reference to location or named End Users. Continuing Directory A list of people, companies, institutions, organizations, etc., in alphabetical or classified order, providing contact information (names, addresses, phone/fax numbers, etc.) and other pertinent details (affiliations, conferences, publications, membership, etc.) in brief format, often published serially (i.e. Continuing resources (not complete as first issued and intended to be ongoing, though not necessarily indefinitely). Customization Changes to the function, layout and/or appearance of a Database which does not alter the Database content. Database A large, regularly updated file of digitized information (bibliographic records, abstracts, full-text documents, directory entries, images, statistics, etc.) related to a specific subject or field, consisting of records of uniform format organized for ease and speed of search and retrieval and managed with the aid of database management system (DBMS) software. Content is created by the Database producer, which usually publishes a print version and leases the content to one or more Database vendors that provide electronic access to the data after it has been converted to machine-readable form, usually on CD-ROM or online via the Internet, using proprietary search software. Database Management System (DBMS) A computer application designed to control the storage, retrieval, security, integrity, and reporting of data in the form of uniform records organized in a large searchable file called a Database. The range of available DBMS software extends from simple systems intended for personal computers to highly complex systems designed to run on mainframes. Database Publisher Company that uses specialized techniques to generate documents from source data and provide to End Users through a Database. See also Aggregator. Discipline Specific Database Information provided is focused on a discipline or area, however may include information from multiple related subject areas. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 6 23044ra06 Term Definition Electronic Journal A digital version of a print journal, or a journal-like Electronic Publication with no print counterpart, made available via the World Wide Web, e-mail, or other means of Internet access. Some web-based Electronic Journals are graphically modeled on the print version. Synonymous with E-journal. Compare with electronic magazine. Electronic Magazine A digital version of a print magazine, or a magazine-like electronic publication with no print counterpart, made available via the World Wide Web, e-mail, or other means of Internet access. Some Web-based electronic magazines are graphically modeled on the print version. Synonymous with e-zine and Webzine. Compare with Electronic Journal. Electronic Publication A work in digital form capable of being read or otherwise perceived, distributed to the public electronically. Includes Electronic Journals and e-prints, Electronic Magazines and newspapers, electronic books, Web sites, Weblogs, etc. Some Electronic Publications are online versions of print publications; others are born digital. Synonymous with e-publication. End User Shall mean those persons who are permitted by the Authorized User to have access to an Electronic Publication or Database. Fair Use Shall mean acceptable use under the Copyright Revision Act 1976 as amended subsequently provided that such rights are exercised in accordance with Section 108 of the Act and with the guidelines developed by the National Commission on New Technological Uses of Copyrighted Works (CONTU Guidelines) and published in U.S. Copyright Office Circular 21. Full Text Database Contains the complete text of any documents (e.g. books, Journals, newspapers, magazines). Full Time Equivalent End User (FTE) For State agencies and Authorized Users not otherwise identified, the number of full time employees shall be the number of FTEs; for a higher educational institution, it shall refer to the student enrollment expressed as the number of full time students; for K-12 educational institutions, each student shall be considered one (1) FTE; for public libraries, the census population served shall be deemed to be the number of FTEs. International Standard Serial Number (ISSN) A unique eight-digit standard number assigned by the International Serials Data System (ISDS) to identify a specific serial title. The ISSN is usually given in the masthead of each issue or on the copyright page of each volume or part of a series. When a continuing resource undergoes a title change, a new ISSN is assigned. Journal A Periodical devoted to disseminating original research and commentary on current developments in a specific discipline, sub-discipline, or field of study, usually published in quarterly, bimonthly, or monthly issues sold by subscription. Journal articles are usually written by the person (or persons) who conducted the research. Longer than most magazine articles, they almost always include a bibliography or list of works cited at the end. In Journals in the sciences and social sciences, an abstract usually precedes the text of the article, summarizing its content. Most scholarly Journals are peer-reviewed. Scholars often use a current contents service to keep abreast of the Journal literature in their fields of interest and specialization. Library Database A large catalog or index of organized information. Licensing Agreement A formal written contract between a library and a vendor for the lease of one or more proprietary (copyrighted) bibliographic databases or online resources, usually for a fixed period of time in exchange for payment of an annual subscription fee or per-search charge. Vendors typically charge libraries on a sliding scale based on number of registered borrowers or FTE enrollment, number of institutions or facilities served, and number of simultaneous users. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 7 23044ra06 Term Definition List Price The undiscounted price at which a new publication is offered for sale to the public, established by the publisher at the time the edition is issued. The List Price is quoted in the Publisher's catalog and printed on the front flap of the dust jacket in hardcover editions and usually on the back cover in softcover editions. Discounts offered to libraries, booksellers, and jobbers are computed as a percentage off List Price. In library cataloging, the List Price of an item is indicated (when available) in the standard number and terms of availability area of the bibliographic description (field 020 or 022 of the MARC record). Synonymous with published price, retail price, and sticker price. Magazine A popular interest Periodical usually containing articles on a variety of topics, written by various authors in a nonscholarly style. Most magazines are heavily illustrated, contain advertising, and are printed on glossy paper. Articles are usually short (less than five pages long), frequently unsigned, and do not include a bibliography or list of references for further reading. Most magazines are issued monthly or weekly for sale at newsstands, in bookstores, and by subscription. Metadata Database Information about data itself, including size, origination or other descriptors. MWBE A business certified with NYS Empire State Development (ESD) as a Minority and/or Women-owned Business Enterprise. N/A A common abbreviation for not applicable or not available, used to indicate when information in a certain field on a table is not provided, either because it does not apply to a particular case in question or because it is not available. National Public Entities Defined as State Governments, the Federal Government, Local Governments, cities, towns, school districts, libraries, police and fire departments, and other political subdivisions Net Price List Price less all applicable discounts or inclusive of Service Charges; the price paid by Authorized Users of the resultant Contract. Newspaper A Serial publication, usually printed on newsprint and issued daily, on certain days of the week, or weekly, containing news, editorial comment, regular columns, letters to the editor, cartoons, advertising, and other items of current and often local interest to a general readership. NYS Holidays Refers to the legal holidays for State employees in the classified service of the executive branch, as more particularly specified on the website of the NYS Department of Civil Service. This includes the following: New Year’s Day; Martin Luther King Day; Washington’s Birthday (observed); Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran’s Day; Thanksgiving Day; and Christmas Day. NYS Vendor ID Refers to the ten-character identifier issued by New York State when a vendor is registered on the Vendor File. Preferred Source Products Refers to the ten-character identifier issued by New York State when a vendor is registered on the Vendor File. Preferred Source Program Refers to the special social and economic goals set by New York State in State Finance Law § 162 that require a governmental entity purchase select Products from designated organizations when the Products meet the “form, function and utility” requirements of the governmental entity. Under State Finance Law § 163, purchases of Products from Preferred Sources are given the highest priority and are exempt from the competitive bidding requirements. The New York State Preferred Sources include: The Correctional Industries Program of the Department of Corrections and Community Supervision (“Corcraft”); New York State Preferred Source Program for People Who Are Blind (“NYSPSP”); and GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 8 23044ra06 Term Definition the New York State Industries for the Disabled (“NYSID”). These requirements apply to state agencies, political subdivisions and public benefit corporations (including most public authorities). Numerical Data Database This includes statistical and other numerical data. Optional Products and Services Refer to supplementary Products and services that enhance or support the provision of Serials and/or Database Access Products identified to be within scope. For example: under Lot 1 that may include things such as stamps; call numbers or routing label; bar-coding; security strips; processing of journals including affixing date and property; shipment consolidation, MARC (Machine Readable Cataloging) records and updates; and Serials management solutions; under Lot 2 that may include things such as Database Management Systems (DBMS), hard copy records, mailing labels, batching, and reporting. Periodical A Serial publication with its own distinctive title, containing a mix of articles, editorials, reviews, columns, short stories, poems, or other short works written by more than one contributor, issued in softcover more than once, generally at regular stated intervals of less than a year, without prior decision as to when the final issue will appear. Although each issue is complete in itself, its relationship to preceding issues is indicated by enumeration, usually issue number and volume number printed on the front cover. Content is controlled by an editor or editorial board. Includes magazines, sold on subscription and at newsstands; journals, sold on subscription and/or distributed to members of scholarly societies and professional associations; and newsletters, but not proceedings or the other regular publications of corporate bodies as they relate primarily to meetings. Procurement Services Formerly known as NYSPro or Procurement Services Group (PSG), Procurement Services shall mean a division of the New York State Office of General Services which is authorized by law to issue centralized, statewide Contracts for use by New York agencies, political subdivisions, schools, libraries and others authorized by law to participate in such Contracts. Publication Refers to a work capable of being read or otherwise perceived (e.g. book, audiorecording, videorecording, CD-ROM, etc.), issued by a Publisher for sale to the general public, usually in multiple copies and sometimes in multiple editions. Publisher A person or corporate entity that prepares and issues printed materials for public sale or distribution, normally on the basis of a legal contract in which the publisher is granted certain exclusive rights in exchange for assuming the financial risk of publication and agreeing to compensate the author, usually with a share of the profits. Reseller Any model for distribution of Product other than direct from the Contractor. Resellers include but are not limited to approved value added resellers (VARs), distributors, dealers, sales agents, and alternate channel partners. Subject Specific Database This includes information from academic or scholarly Journals and trade or professional publications. Serial Publication in any medium issued under the same title in a succession of discrete parts, usually numbered (or dated) and appearing at regular or irregular intervals with no predetermined conclusion. Serials may be purchased individually, in combination with other titles, or as large collections of titles (particularly when purchased electronically). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 9 23044ra06 Term Definition Server Shall mean the computer system(s) on which Electronic Publications or Databases reside and through which End Users gain access to the Electronic Publications or Databases. Service Charge A fee charged by a Subscription Agent for filling orders for Periodical subscriptions, usually 5 to 10 percent of the total annual amount paid by the library for subscriptions. Subscription Agent A company in the business of providing centralized Serial subscription or Database Access services to Authorized Users such as libraries to relieve them of the time consuming task of dealing with Publishers individually. In addition to the above definitions, the following terms are defined as follows regardless of whether they are or are not capitalized: May Denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “Should”. Must Denotes the imperative in a Contract clause or specification. Means required - being determinative/mandatory, as well as imperative. Also see “Shall” and “Mandatory”. Shall Denotes the imperative in a Contract clause or specification. Means required - being determinative/mandatory, as well as imperative. Also see “Must” and “Mandatory”. Should Denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “May”. SCOPE: These contracts are to provide Authorized Users with a means of acquiring Serials and Database Access Products and Services. There are a total of two (2) Lots: Lot 1 – Serials, and Lot 2 - Database Access. Products for Lot 1 - Serials include, but may not be limited to: 1. Print Periodicals and Newspapers 2. Electronic Magazines and Journals 3. Annuals (reports, yearbooks, etc.) 4. Continuing directories 5. Proceedings and transactions 6. Numbered monographic series cataloged separately 7. Subscription based eBooks 8. Optional Products and Services, including but not limited to: a. Stamps, call numbers or routing labels, bar-coding, and security strips b. Processing of journals including affixing date and property c. Shipment Consolidation d. MARC (Machine Readable Cataloging) records and updates e. Serials management solutions, such as: (i) Link resolvers (ii) A to Z lists (iii) Information discovery tools (iv) Subscription management tools (v) Electronic resource management (ERM) tools Products for Lot 2 – Database Access include, but may not be limited to: 1. Library Databases GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 10 23044ra06 2. Full Text Databases 3. Numeric Databases 4. Meta-Databases 5. General Interest Databases 6. Discipline Specific Databases 7. Subject Specific Databases 8. Streaming Video Databases 9. Database Files 10. Optional Products and services, including but not limited to: a. Database Management Systems (DBMS) b. Hard copy records c. Mailing labels d. Batching e. Reporting Exclusions: The following Products are not within scope: 1. Products currently offered under the OGS Books and Non-Print Library Materials and other Related Ancillary Services contract (Group 20060) 2. Products and services currently offered under the OGS E-Learning Training/Distance Services contract (Group 73016), which includes web-based, computer based, online and internet based training 3. Standalone Software unrelated to the provision of Serials or Database Access 4. Hardware of any kind 5. Database services offered under the Contract shall not allow the Contractor to access the personal, private, or confidential information of any Authorized User or End User It is the Contractor’s responsibility to ensure that only Products and services that meet the scope of the Contract are purchased through the Contract. Questions concerning items covered under the resultant Contract should be addressed to the OGS Procurement Services contract manager designated on the Contract Award Notification prior to accepting the order. If a Contractor sells Products that are excluded under this Contract as set forth above, such Contractor’s Contract may be suspended or terminated. LIST OF CONTRACTORS AND AWARDED LOTS Please refer to each Contractor’s Information page and Pricelist for more information. Bidder Lot 1 Serials Lot 2 Database Access Alini Magazine Services LLC x Cengage Learning Inc. x x COX Subscriptions Inc. DBA WT COX Subscriptions x Dun & Bradstreet, Inc. DBA D&B x EBSCO Industries Inc. x x Elsevier B.V. x x Encyclopaedia Britannica, Inc. x InfoUSA Marketing Inc. x Island Magazine Service LLC x LexisNexis Risk Solutions FL Inc. DBA LexisNexis Risk Solutions x License Monitor Inc. x LM Information Delivery x GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 11 23044ra06 Bidder Lot 1 Serials Lot 2 Database Access Otto Harrassowitz GmbH & Co. KG x Prenax Inc. DBA Basch Subscriptions x ProQuest LLC x RELX Inc, DBA LexisNexis, a division of RELX Inc. x Richard O. Emmons DBA Magazine Subscription Services Agency x Scholastic Inc. x Scholastic Library Publishing Inc. x Subscription Services of America Inc. x West Publishing Corporation DBA West, a Thomas Reuters business x PROCUREMENT INSTRUCTIONS TO AUTHORIZED USERS: 1. The Contracts resulting from this Solicitation will be centralized Contracts issued under a multiple award structure. Products offered under the Contracts, pricing, and other Contract information will be posted to the OGS website or the awarded Contractors’ dedicated NYS websites. Authorized Users shall procure Products that best meet their form, function and utility requirements. 2. Before proceeding with a purchase, Authorized Users shall check the list of Preferred Source offerings. Authorized Users are reminded that they must comply with State Finance Law §162, which requires that agencies afford first priority to the commodities of Preferred Source suppliers such as Correctional Industries (Corcraft), NYS Preferred Source Program for People Who are Blind (NYSPSP), and NYS Industries for the Disabled (NYSID), when such commodities meet the form, function and utility of the Authorized User. 3. Where products are not available from Preferred Source suppliers in the form, function and utility required by the Authorized User, Authorized Users shall purchase from the centralized Contracts awarded under this Solicitation. The basis for selection among multiple contracts at the time of purchase shall be the most practical and economic alternative and shall be in the best interests of the State. Therefore, Authorized Users are strongly encouraged to obtain quotes from at least three (3) Contractors prior to issuing a purchase order, in order to ensure that the Authorized User is receiving the best possible pricing. 4. When placing Purchase Orders under the Contract(s), the Authorized User should be familiar with and follow the terms and conditions governing its use. The Authorized User is accountable and responsible for compliance with the requirements of public procurement processes. The Authorized User, when purchasing from OGS Contracts, should hold the Contractor accountable for Contract compliance and meeting the Contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, Authorized Users are encouraged to seek improved pricing whenever possible. Authorized Users have the responsibility to document purchases which should include: • statement of need and associated requirements; • obtaining all necessary prior approvals; • a summary of the Contract alternatives considered for the purchase; and • the reason(s) supporting the resulting purchase (e.g., show that basis for the selection among multiple Contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). 5. Authorized Users will issue purchase orders directly to the Contractor or the Contractor’s authorized Reseller (if applicable), as specified by the Contractor, and specifying any shipping/delivery requirements and/or statements of work for services (if applicable). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 12 23044ra06 6. Upon Authorized User acceptance of Products itemized on the purchase order, Contractor will invoice Authorized User for any portion of Products accepted, and accordingly, Authorized User will arrange for payment. Contractor shall provide itemized invoicing for all Products. 7. Contractor must disclose any forms, “click through”, “shrink wrap” or other pass-through or licensing/subscription terms and conditions or other order information that Contractor will attach to orders or require to be completed with Authorized User purchases. Documents which contain additional terms or conditions, such as library maintenance agreements or Licensing Agreements must receive pre-approval by the Authorized User prior to ordering Products and services. Any additional licensing terms agreed to by the Authorized User shall not conflict with Appendix A, this Solicitation, any resultant Contract, or Appendix B. Any such conflicting terms shall be void and unenforceable. 8. The Dun & Bradstreet Inc. DBA D&B contract (PC68180) replaces Dun& Bradstreet LexisNexis Contract #PS64205 under Electronic On-Line Database Group 79103-Award NEG-21094. If you currently use Contract #PS64205 with Dun & Bradstreet, please contact your Dun & Bradstreet account representative as soon as possible to transition from the current contract to the new contract. PRICE: Price shall include all customs duties and charges and be net, F.O.B. destination to any point in New York State as designated by the Authorized User and shall include all transportation charges and inside delivery for print medium. Inside deliveries are to be delivered to the ordering Authorized User’s stockroom or office location. The Bidder’s price should include all costs associated with selling the Product. No shipping charges are allowed EXCEPT on printed foreign publications shipped directly to the Authorized User from an address outside the 48 contiguous US states including the District of Columbia. Foreign shipping costs shall be prepaid by the Contractor and added to the invoice and all such orders shall be shipped on F.O.B. destination by the most economical method. There shall be no increase in Contract prices for freight, shipping, fuel or other surcharges, FPT (Freight Pass Through), etc. during the term of the Contract. FOR LOT 1 ONLY: Authorized Users may be charged additional fees charged by the Publishers which include licensing fees, platform fees etc. in excess of the base subscription fee. However, any additional fess shall only be those charges passed on by the Publishers and shall not include any additional fees charged by the Contractors for such services. The Contractor shall only charge fees based on List Prices charged by Publishers. The Authorized User must be notified of all such fees at the time of purchase. Fees that are not told to the Authorized User at the time of purchase shall be paid by the Contractor. Contractor’s pricing information is included in the posted Pricelist linked from the Contractor Information page. PRICING BASED ON GSA PRICING: Authorized Users shall be entitled to all associated discounts enumerated in the GSA Supply Schedule (including, but not limited to discounts for additional sites and volume discounts), as well as any other pricing or discount terms as are expressly enumerated in this NYS Contract or GSA schedule, when calculating the Contract price. GSA pricing incorporates a sum referred to as the “GSA Industrial Funding Fee (IFF)”. Contract prices will be reduced by an amount equivalent to the IFF. The NYS Price will be calculated by reducing the published GSA price, after the discounts, if any, downward by the amount of the Industrial Funding Fee, currently set at .75%. VOLUME DISCOUNTS: Contractor may offer volume discounts using the thresholds listed on each Contractor’s Information Page. PREPAYMENT PLAN DISCOUNTS: Contractor may offer Prepayment Plan Discounts using the thresholds listed on each Contractor’s Information Page. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 13 23044ra06 PROMPT PAYMENT DISCOUNTS: Contractor may offer prompt payment discounts at the transaction level. Please refer to the Contractor’s Information Page. CENTRALIZED CONTRACT MODIFICATION: 1. OGS, an Authorized User, or the Contractor may suggest modifications to the Centralized Contract or its Appendices. Except as specifically provided herein, modifications to the terms and conditions set forth herein may only be made with mutual written agreement of the Parties. Modifications may take the form of an update or an amendment. “Updates” are changes that do not require a change to the established Centralized Contract terms and conditions. A request to add new Products at the same or better price level is an example of an update. “Amendments” are any changes that are not specifically covered by the terms and conditions of the Centralized Contract, but inclusion is found to be in the best interest of the State. A request to change a contractual term and condition is an example of an amendment. 2. Updates to the Centralized Contract and the Appendices may be made in accordance with the contractual terms and conditions to incorporate new products or services, make price level revisions, delete Products or services, or to make such other updates to the established Centralized Contract terms and conditions, not resulting in a change to such terms and conditions, which are deemed to be in the best interest of the State. 3. OGS reserves the right to consider modifications which are not specifically covered by the terms of the Centralized Contract, but are judged to be in the best interest of the State. Such modifications are deemed amendments to the Centralized Contract and may require negotiations between Contractor and OGS before execution. 4. All modifications proposed by Contractor, shall be processed in accordance with Appendix C, Contract Modification Procedure. The Contractor shall submit all requests in the form and format contained in Appendix C, Contract Modification Procedure. The form contained within Appendix C is subject to change at the sole discretion of OGS. 5. Modifications proposed by OGS or an Authorized User, including updates and amendments, shall be processed in accordance with the terms of the Centralized Contract and Appendix B, §26, Modification of Contract Terms. CONTRACT PRICELIST UPDATE PROCEDURES: The procedures below outline how Contract pricelist updates will be handled under this Contract. If awarded more than one Lot, Contractor shall submit pricelist updates for each Lot simultaneously pursuant to the requirements of this section. NOTE: THE FOLLOWING PROCEDURES ARE NOT APPLICABLE TO CONTRACTOR PROPOSED CHANGES TO CONTRACT TERMS AND CONDITIONS. Any implied or express request for changes in or additions to existing Contract terms and conditions, including new terms and conditions associated with a specific product line being added to the Contract for the first time, requires a formal Contract amendment and requires the approval of OGS. New or revised Contract terms and conditions are subject to the restrictions set forth in Appendix B, §26, Modification of Contract Terms. Lot 1 - Serials Pricelist Updates Adding and Deleting Item Categories (Other than Optional Products and Services) 1. No decrease in discounts: The Bidder’s discount may increase at any time, but shall not decrease during the term of the Contract. Service Charges bid may decrease at any time, but shall not increase during the term of the Contract. 2. Adding or Deleting Item Categories: Bidder may add or delete Item Categories to its Price List pursuant to this Section and at the discretion of OGS. Any new Item Categories added to the Contract shall be subject to a reasonableness of price review pursuant to Section 5.3, Reasonableness of Price, of the Solicitation. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 14 23044ra06 3. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add/delete Item Categories. 4. Subsequent Years: Commencing with the second year of the Contract, the Contractor may add or delete Item Categories within thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. Optional Products and Services 1. Adding or deleting Optional Products and Services: Bidder may add or delete Optional Product and Services offerings pursuant to this section and at the discretion of OGS. Any new Optional Products and Services offered shall be subject to a reasonableness of price review pursuant to Section 5.3, Reasonableness of Price. 2. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add or delete Optional Products and Services. 3. Subsequent Years: Commencing with the second year of the Contract, the Contractor may add or delete Optional Products and Services within thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. Price Adjustments for Lot 1 Optional Products and Services All prices for Optional Products and Services may be adjusted annually following the first year of the Contract on the basis of the Not Seasonally Adjusted Consumer Price Index – All Urban Consumers, U.S. City Average, All Items Less Food, Series ID: CUUR0000SA0L1, published monthly by the US Department of Labor Bureau of Labor Statistics. There shall be no price adjustments during the first year of the Contract. The adjustment shall be established as follows. Following the first year of the Contract and annually thereafter, the Contractor may make a formal request for a price adjustment in the succeeding Contract year. This request must be made in writing to the contract manager identified on the front page of the resultant Contract Award Notification; thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. If the Contractor fails to submit a written request, he/she forfeits its opportunity to receive a price adjustment in the succeeding Contract year. Price adjustments for monetary amounts for Optional Products and Services shall begin with the second year of the start date of the Contract and annually thereafter. The adjustment shall be based on the percentage of increase or decrease in the above referenced index in the preceding twelve months ending three months prior to the effective date of the adjustments. In no case shall price increases exceed five percent (5%) annually. All adjusted prices will be rounded up or down to the nearest whole cent. The Office of General Services shall notify all parties of the price adjustments through the issuance of written notification by the Procurement Services. Below is an example calculation. Values used are for illustrative purposes only. CPI for current period 193.676 Less CPI for previous period 188.326 Equals Index point change 5.350 Divided by previous period CPI 188.326 Equals 0.028 Result multiplied by 100 0.028 x 100 Equals percent change 2.8 Should the referenced CPI become discontinued during the course of the contract, it will be replaced by the Not Seasonally Adjusted Consumer Price Index – All Urban Consumers, U.S. City Average, All Items, Series Id: CUUR0000SA0, and adjustments will be calculated based on the same methodology as outlined above, but with data from the new replacement index. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 15 23044ra06 Submitting Price List Changes Contractor is required to submit Contract pricelist updates electronically in an unprotected Microsoft Excel (2013 or lower version) spreadsheet either on CD or via e-mail to the OGS Procurement Services contract manager. The pricelist must be dated and the format shall be consistent with the format of the Contractor’s approved Contract pricelist. The pricelist shall separately include and identify (e.g., by use of separate worksheets or by using highlighting, italics, bold and/or color fonts) Item Categories added/deleted; Optional Products and Services added/deleted; and any price increases/decreases. Contractors shall submit their updated Contract pricelist to the OGS Procurement Services contract manager pursuant to the requirements of this section for review and written approval prior to issuing to Authorized Users. All approved pricelist updates shall apply prospectively upon approval by OGS. Any request for a pricelist update not received in accordance with this section shall be deemed denied. Lot 2 – Database Access Pricelist Updates 1. General: Any new Products or services added to the Contract shall be subject to a reasonableness of price review. The Bidder’s discount may increase at any time, but shall not decrease during the term of the Contract. 2. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add/delete Products or services as established by the Contractor in their normal course of business. There shall be no price increases allowed for existing Products or services during the first year of the Contract. 3. Subsequent Years: Commencing with the second year of the Contract, the Contractor may update the pricelist annually to reflect Contractor price changes and the addition/deletion of Products and services as established by the Contractor in their normal course of business; thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. In a single year of the Contract the total request for price increases shall not exceed the lesser of: 1. three (3%) percent annually, or 2. the percent increase in the latest available National Consumer Price Index - All Urban Consumers (CPI- U), Not Seasonally Adjusted, U.S. City Average, All Items (Series Id: CUUR0000SA0,CUUS0000SA0); as published by the U.S. Department of Labor, Bureau of Labor Statistics, Washington, D.C. 20212. CPI-U data may be obtained at www.bls.gov. The following example illustrates the computation of percent change: CPI for current period 230.000 Less CPI for previous period 225.000 Equals index point change 5.000 Divided by previous period CPI 225.000 Equals 0.022 Result multiplied by 100 0.022 x 100 Equals percent change 2.2 The “CPI for current period” shall be the index in effect at the time the Contract pricelist update request is received; “CPI for previous period” shall be the index in effect when the Contract pricelist was last updated. Contractor is required to submit Contract pricelist updates electronically in an unprotected Microsoft Excel (2013 or lower version) spreadsheet either on CD or via e-mail to the OGS Procurement Services contract manager. The pricelist must be dated and the format shall be consistent with the format of the Contractor’s approved Contract pricelist. The pricelist shall separately include and identify (e.g., by use of separate worksheets or by using highlighting, italics, bold and/or color fonts) Products and services being added/deleted and any price increases/decreases. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 16 23044ra06 In connection with any Contract pricelist update, OGS reserves the right to request additional information; reject Contract updates; remove Products and services from Contracts; remove Products and services from Contract updates; and request additional discounts for new or existing Products and services. PERFORMANCE REQUIREMENTS – LOT 1 – SERIALS: Orders, Renewals, and Cancellations 1. The Authorized User may specify that the subscription begin with current issue, first issue of the current volume, first issue of the current year, or first issue of the next volume. Subscriptions shall begin on the effective date specified on the purchase order. 2. The Contractor shall notify the Authorized User as soon as possible but no later than thirty (30) calendar days if unable to supply a new order. Contractor shall also provide a reasonable explanation in writing for non- fulfillment. 3. The Contractor shall provide address, publication, merger, and title change services, etc. 4. The Contractor shall make arrangements with publishers for all regularly purchased subscription orders and renewals within sufficient time to avoid any interruption in receipt of issues. 5. The Contractor shall cancel subscriptions as requested by the Authorized User and shall issue a credit if allowed by the publisher. 6. The Contractor shall provide pro-rated refunds or substituted titles for titles which cease publication prior to expiration if provided by the publisher. OGS reserves the right to resolve any issues that may arise between an Authorized User and the Contractor with regards to refunds or substituted titles. 7. The Contractor shall provide a common expiration date for subscriptions (if requested by the Authorized User) unless prohibited by the publisher. 8. At the Authorized User’s request the Contractor shall renew subscriptions automatically on a date selected by the Authorized User; or at the option of the Authorized User, shall provide a list of titles to be renewed by the Contractor for the Authorized User's approval prior to the issuance of the annual renewal invoice. Authorized User may change automatic renewal status at any time and for no additional charge. 9. The Contractor may provide two, or three-year renewal periods, but must at a minimum offer a one-year renewal period. 10. The Contractor may enter orders for back files, special issues, supplements, extra volumes, and cumulative indexes, if requested to do so by the Authorized User. 11. All orders, renewals, and cancellations between the Contractor and the Authorized User shall be in writing, or shall be electronically transmitted. 12. In lieu of individual order forms, Contractor shall be able to accept a purchase or letter order to which is appended a list of titles. Invoicing and Payments 1. The Contractor may offer an early prepayment discount. Annually, the Contractor shall specify the percentages of discount offered and the deadlines for early payment. Subscriptions may be prepaid for up to three years for Authorized Users legally empowered to make advance payments. 2. The Contractor shall provide annual renewal invoice(s) and indicate if such invoices are available electronically. 3. The Contractor shall provide supplemental invoices for “bill as” published titles, for “bill later” titles, for new orders, etc., based on agreement with Authorized User. 4. The Contractor shall provide up to three copies of all invoices if requested by an Authorized User. 5. All invoices shall provide the following information or other "identifier," if applicable: a. Name, address and Federal Identification Number of Contractor. b. Authorized User address and account number. c. Invoice date and number. d. Purchase order number. e. Contract number. f. Titles listed in alphabetical order or in an order specified by Authorized User. g. International Standard Serial Numbers (ISSNs). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 17 23044ra06 h. Price for each subscription period. i. Subscription period. j. Description, quantity, unit price and extended price of all items. k. Information indicating if charge is an added optional service charge. An explanation is required. l. The discount or Service Charge, as requested by the Authorized User, on a line-by-line basis. 6. Increases in subscription price shall be allowed if correction in cost is required due to publisher’s change in price. 7. Decreases in subscription price shall be refunded or credited, as specified, to the Authorized User promptly. 8. The Contractor shall, upon request from the Authorized User, provide proof of Publisher List Prices and increases or decreases in Publisher List Prices for specific titles. 9. Additional fees which are passed on by the publishers, e.g. licensing fees, shall be listed separately on invoices. Optional If available and/or possible, Contractor to advise Authorized Users if the following may be provided: 1. Authorized User fund code. 2. Information indicating if charge is for a renewal or new order. 3. Information identifying “bill later” or “bill as” published titles. 4. On supplemental invoices, the original invoice number. 5. Availability of title in electronic format. 6. Customized Invoicing Claims 1. The Contractor shall be responsible for claiming all issues reported as not received or received damaged or defective by the Authorized User. 2. The Contractor shall promptly process claim notices in a timely manner not to exceed the claim period permitted by the Publisher. 3. The Contractor shall provide claim reports no less frequently than bimonthly. 4. Claim reports shall provide the following information: a. Date of claim report. b. Title(s) being claimed. c. Issue(s) being claimed. d. Date(s) of prior claim(s). e. Publisher's response, if any. 5. The Contractor may accept and respond to claims by U.S. mail, facsimile, electronic mail, courier service, or online. Conversion to New Contractor by Authorized Users 1. Renewal orders requested by Authorized Users shall be placed at least two months before expiration of current subscriptions. 2. If an interruption in service results from a change in a Contractor, any issues not received shall be obtained by the Contractor who received payment for that period at no additional cost to the Authorized User. Delivery to the Authorized User shall be made by the original Contract delivery and at no extra cost to the Authorized User. 3. If duplicate issues are received as a result of change in Contractors and the Publisher required their return, the Contractor shall be responsible for resolving the problem and shall absorb any associated costs. Reports 1. The Contractor may send the Authorized User a monthly statement showing the date and amount of each outstanding invoice and credit memorandum. 2. The Contractor shall notify the Authorized User of title changes and discontinued titles and provide information on titles that are slow, delayed, or irregular, either as they occur or on a monthly basis. 3. At the Authorized User's request the Contractor shall provide a printed customized list of titles arranged alphabetically or according to specifications defined by the Authorized User. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 18 23044ra06 4. Upon request, the Contractor may be required to provide the Authorized User with a price analysis report showing a 1-3 year Publisher List Price comparison of titles ordered. This report can be arranged by title, country of publication, or by codes defined by the Authorized User. 5. If available, Contractor may provide an industry-wide summary of statistical data and analyses. 6. Upon request, the Contractor shall provide a report showing changes in Publisher subscription periods, quantities ordered, and publishers' new requirements. 7. All reports between the Contractor and the Authorized User shall be in writing, and may be electronically transmitted. Licensing Terms and Conditions for Electronic Publication Authorized User Access to Electronic Publications 1. Access: Access to the Electronic Publications by Authorized Users shall be either via electronic media or the Internet. If access is provided via the Internet, the Contractor shall ensure that the Electronic Publications are highly stable and usable (including average response time of less than 5 seconds, and uptime, except for scheduled maintenance, of 96.9%), and shall ensure that the Web server(s) is (are) fully capable of serving Authorized Users. Access shall be controlled by Internet Protocol (IP) addresses, passwords or other appropriate authentication technology. 2. If the license rights are based on a named user model, an Authorized User will prepare and submit to the Contractor a list of End Users that shall include name, address, and contact information. 3. License Scope: The Contractor and the State agree that the license for the Electronic Publications shall be governed as set forth below: a. Authorized User is granted a non-exclusive, transferable, term license to access and use the electronic publications in accordance with this Contract. The license term for the Electronic Publications license shall commence upon the license effective date. b. It shall be the obligation of the Authorized User to review and comply with the terms and conditions of the License Agreement if one is required by the publisher to use the Electronic Publication or electronic content to the extent that they do not conflict with the terms of Appendix A, Appendix B, this Solicitation or any resultant Contract. c. Permitted License Transfers: As Authorized User’s business operations may be altered, expanded or diminished, Electronic Publication licenses may be transferred or combined for use at an alternative or consolidated site not originally specified in the license, including transfers between Authorized Users and/or their End Users (“permitted license transfers”). Contractor shall have the discretion to issue new login credentials when a license transfer takes place. d. Concurrent Use License: Where licensing of Electronic Publications is based upon “Concurrent Users,” Contractor hereby grants license rights to the specified number of Concurrent Users actually executing the licensed programs, without reference to location or named End Users (hereinafter “Concurrent Users”). Contractor’s Performance Obligations 1. The Contractor will provide and maintain help files and other appropriate user documentation for the Electronic Publications to be accessible to all Authorized Users free of charge. 2. The Contractor will offer reasonable levels of continuing support to assist Authorized Users and their End Users in their use of the Products. Contractor will make its personnel available by email, phone or fax during regular Business Days. Authorized User Performance Obligations Authorized Users acknowledge that the copyright and title to the information content and organization of the Electronic Publications are and remain with the publisher. Authorized User shall use reasonable efforts to inform its End Users and walk-in patrons of any restrictions on the use of the Electronic Publications. Authorized User shall use reasonable efforts to protect the Electronic Publications from any use that is not permitted under this agreement. Authorized Users and/or End users may make all use of the Electronic Publications as is consistent with the Fair Use Provisions of United States and international copyright laws and the Bidder’s/Contractor’s GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 19 23044ra06 terms and conditions for use of its online services, provided that they do not conflict with the terms of Appendix A, this Solicitation or any resultant Contract, or Appendix B,. In addition, the Electronic Publications may be used as follows: 1. Authorized Users and End Users may display, download, copy and/or print portions of the Electronic Publications for use in research, education, or other non-commercial purposes. 2. Authorized Users and End Users may use a reasonable portion of the Electronic Publications in the preparation of educational materials. 3. Authorized Users may fulfill occasional requests from other institutions, a practice commonly called Interlibrary Loan. Authorized Users agrees to maintain records respecting End User's use of materials in such Interlibrary Loan and to provide such records to the Contractor upon request. Specific Restrictions on Use of Electronic Publications Authorized User may not utilize the Electronic Publications for commercial purposes, including but not limited to the sale of the Electronic Publications, fee-for-service use of the Electronic Publications, or bulk reproduction or distribution of the Electronic Publications in any form; nor may Authorized User impose special charges for use of the Electronic Publications beyond reasonable printing or administrative costs. Licensing Terms and Conditions Bidders are advised to review all terms and conditions carefully; particularly the licensing terms and conditions for Electronic Publications. If license agreement, shrink-wrap or click wrap agreements are associated with Electronic Publications, it is the responsibility of the potential Bidder/Contractor to offer only those Serials in electronic format that satisfy the license terms and conditions of the Solicitation. License terms that conflict with the terms of Appendix A, Appendix B, this Solicitation or any resultant Contract shall not be enforceable. PERFORMANCE REQUIREMENTS – LOT 2 – DATABASE ACCESS: System Availability Databases shall be functional at least 99% of the time. Scheduled Maintenance Contractor must notify Authorized Users at least 48 hours prior to scheduled maintenance that interrupts End User access to Databases. OGS requests that scheduled maintenance NOT be performed during normal Business Days. RSS Feeds Contractors shall indicate on their Pricelist if RSS Feeds are allowed, and if so, if they are included in the price of the resource. CONTRACT PERIOD AND RENEWAL: The Contract(s) shall commence after all necessary approvals by both parties, and shall become effective upon mailing of the final Contract Award Notice by OGS (see Appendix B, §22, Contract Creation/Execution). The Contract(s) shall be in effect for five (5) years beginning on the date of approval of the first contract awarded as a result of the IFB, and shall end conterminously five (5) years from the approval of the first contract awarded as a result of the IFB. If mutually agreed between OGS and the Contractor, the Contract may be renewed under the same terms and conditions for up to two (2) additional years. Discount reduction will not be allowed and is specifically excluded from the terms and conditions of the Invitation for Bid and resultant Contract. Price decreases or discount increases are permitted at any time. SHORT TERM EXTENSION: In the event a replacement Contract has not been issued, any Contract let and awarded hereunder by the State, may be extended unilaterally by the State for an additional period of up to one (1) month upon notice to the Contractor with the same terms and conditions as the original Contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the Contractor, the extension GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 20 23044ra06 may be for a period of up to three (3) months in lieu of one (1) month. However, this extension terminates should a replacement Contract be issued in the interim. PERIODIC RECRUITMENT: The State reserves the right to add Contractors beginning in the second year of the Contract and at one year intervals thereafter. The State will formally announce when the bid is reissued, at the discretion of the State. Bidders shall be required to submit such Bid documentation as required by OGS, which may include additional applicable statutory requirements currently in effect at the time of the new Bid solicitation. Once awarded a Contract, a Contractor may not resubmit a Bid for future consideration. In addition, if a Bid is deemed non-responsive or is rejected under periodic recruitment, a Bidder cannot reapply for a future Contract until the next periodic recruitment period. For Contracts that are awarded under periodic recruitment, the Contract term will commence upon OGS approval in accordance with §22, Contract Creation/Execution of Appendix B and will terminate on the then current end date of the Contract or at the end of any approved extension or renewal period. Bidders shall be required to submit this original bid document which may include additional applicable statutory requirements currently in effect at the time of the new bid solicitation. Bidders are advised to review the "Qualification of Bidders" clause before submitting a bid under periodic recruitment to ensure they can meet all bid requirements. CONTRACT ADVERTISING: In addition to the requirements set forth in Appendix B §21,Contract Publicity, any Contractor advertisements, promotional literature and/or Contract description(s) of Contract awards must be reviewed and approved by Procurement Services prior to issuance. MINIMUM ORDER: There is no minimum order requirement. NEW YORK STATE PURCHASING CARD: See "Purchasing Card" in Appendix B, §15, Purchasing Card. Contractors indicated on their Contractor’s Information Page if they will accept the NYS Purchasing Card for orders not to exceed $85,000. For all purchases executed using a New York State Purchasing Card, Contractor shall provide an itemized receipt with each delivery. Contractor shall state the discount offered when using the NYS Purchasing Card on each Contractor’s Information page. CONTRACT ORDERS: Contractor shall be capable of accepting orders manually, via facsimile, and, electronically via email. As an option, Contractor may also accept orders electronically via the Internet through a web-based ordering system. Contractor shall be required to provide written quotes to Authorized Users who request them prior to placing an order, which quote details the SKU corresponding with the approved product list, List Price, discount, and Net Price, as applicable. The web-based ordering system, if offered, shall allow Authorized Users to enter orders and have full order inquiry capabilities. All orders (manual, fax, electronic) shall reference requisition and/or purchase order number as required. If offering a web-based ordering system, the Bidder represents and warrants that it is the sole owner of the software product used for its ordering system, or, if not the owner, has received all proper authorizations from the owner to license the software product, and has the full right and power to grant the rights contained in any Contract resulting from this Invitation for Bids and as described further in Appendix B. Bidder further warrants and represents that the software product is of original development, and/or that the package and its use will not violate or infringe upon any patent, copyright, trade secret or other property right of any other person/company. The web-based ordering system*, if offered, shall be capable of processing, controlling, documenting, and reporting on the following minimum data elements: GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 21 23044ra06 • Contractor Name and Address • Agency/Facility/Political Subdivision, etc. • Contract Number • Purchase Order/Requisition Numbers • Contact (individual placing order) • SKU/PN & Product Description • Net Price • Extended and Total Amounts *Comparable systems meeting the intent of the specifications may be considered. If offering a web-based ordering system, the Contractor shall provide any necessary software (excluding communication software) and training guides/manuals or online support in the use of the web-based ordering system at no additional cost to all Authorized Users capable of placing orders electronically. Samples of software and training guides/manuals may be required. If requested, Bidder must demonstrate its system at an Albany, NY area location designated by the State. INTERNET WEBSITES: The State encourages successful Bidders to provide a designated NYS Contract website for Authorized Users’ direct access. This website will be listed under the Contractor information. The purpose of a dedicated website is to provide Authorized Users with access to Contract pricing and Product offerings and the option of online ordering. It is the Contractor’s responsibility to ensure that Contract and related information is accurately and completely posted, maintained and displayed in an objective and timely manner which renders it clearly distinguishable from other, non-contract offerings at Contractor’s web site. Changes in Products or pricing must be approved by the Office of General Services, Procurement Services in accordance with any terms included in this Solicitation and resultant Contract prior to addition to the website. Hard copy catalog and pricelists, either in paper format or electronic format, must be available to all Authorized Users who either do not have Internet access or prefer the optional format. PURCHASE ORDERS AND INVOICING: All Purchase Orders and invoices shall include the Contract number and a line by line listing of separate charges. Order confirmation shall mean that the Contractor has received the purchase order, has reviewed it for compatibility with the Item currently on Contract, has resolved any non-compatibility problems with the Authorized User, and has entered the order, assigned an order number with anticipated delivery date. Purchase Orders Purchase orders are to include the following information: 1. Contract number 2. Contractor name 3. ISSN and Product/service description 4. Net Price Invoices Authorized Users are instructed not to process invoices that do not include the required information set forth below. Invoices must be detailed and include in the body of the invoice or an attachment to the invoice all of the following items. Failure to comply may result in lengthy payment delays. Original invoices must follow the billing instructions contained in the purchase order. Invoices shall include, at a minimum, the following information: 1. Contract number 2. Contractor name 3. NYS Vendor Identification Number 4. Purchase Order number 5. ISSN and Product/service description 6. Line item breakdown of all charges to include Net Price of each Product/service GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 22 23044ra06 Note that additional information is required for invoices for Lot 1 – Serials Products in accordance with Section Performance Requirements – Lot 1 - Serials. Business units or branch offices within an Authorized User may require separate invoicing as specified by each Authorized User. The Contractor’s billing system must be flexible enough to meet the needs of varying accounting systems in use by different Authorized Users. SOFTWARE: Software offered must be in a format that does not require any conversion by the Authorized User and shall: 1. be available as part of the Contractor’s standard commercial offerings; and 2. be directly related to the operational function of the Products offered under the contract. Any Software currently on the NYS Miscellaneous Software Catalog contract Prohibited List is excluded from purchase under this Contract, except when the Software is pre-loaded on equipment at the time of purchase. The Prohibited List may be accessed on the OGS website: http://www.ogs.ny.gov/purchase/snt/awardnotes/79518Prohibited.pdf. RELATED THIRD PARTY PRODUCTS: Third Party Products which meet and comply with all of the following criteria may be authorized for sale under this Contract: 1. The Third Party Product is available as part of the Contractor’s standard commercial offerings. 1. The Third Party Product fits the scope of and is directly related to the operation of Products that fit the scope of the Contract. 2. If the Third Party Product is available on another NYS Contract, such item will only be approved for inclusion on this Contract in accordance with Section titled, Overlapping Contract Items. If the Third Party Product is not available on another NYS Contract, then price reasonableness must be established in order for such item to be added to the Contract. USE OF RESELLERS/DISTRIBUTORS/ALTERNATE CHANNEL PARTNERS: Contractor must provide service, sales and support staff to service Authorized Users geographically located at multiple purchasing locations throughout New York State. Contractor shall ensure that sufficient resources are available directly, or through authorized Resellers to ensure maximum service capability throughout the State. The State agrees to permit Contractor to utilize approved, designated value added resellers (VARs), distributors, dealers, and sales agents to participate as alternate channel partners (collectively referred to as “Resellers”) for Contractor. Such participation is subject to the following conditions: 1. Designation of Reseller(s): Contractor shall specify whether orders must be placed directly with Contractor, or may be placed directly with designated Reseller(s). When Reseller(s) are submitted for approval, Contractor must provide the State, in advance, with all necessary ordering information, billing addresses, Federal Identification Numbers, and NYS Vendor Identification Numbers in the format requested in Reseller Directory. Failure to accurately provide all required information may result in processing delays. 2. Conditions of Participation: Reseller(s) must be approved in advance by the State as a condition of eligibility under the Contract. The State also reserves the right to rescind any such participation or request that Contractor name additional Resellers, in the best interests of the State, at the State’s sole discretion, at any time. Contractor shall have the right to qualify Reseller(s) and their participation as fulfillment agents under this Contract by product line, contracting program (e.g., government/educational sales), geographic region, size/sales volume, technical training or other criteria (“qualifying criteria”), provided that: i) such qualifying criteria are uniformly applied to all potential Resellers based upon Contractor’s established, neutrally applied commercial/governmental program criteria, and not to a particular procurement; ii) all general categories of qualifying criteria must be disclosed by the Contractor to the State, in advance, at the beginning of the Contract term; iii) those qualifying criteria met by the Reseller must be identified on the form provided in Reseller GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 23 23044ra06 Directory at the time that Reseller approval is requested under this paragraph; and iv) immediate advance notice is provided to OGS in the event that a change in Reseller’s status occurs during the Contract term. 3. All Resellers who have been approved in accordance with the foregoing paragraph shall be eligible to quote lower than Contract pricing for procurements under this Contract which meet their qualifying criteria. Except as otherwise set forth in Reseller Directory, Contractor warrants and represents that it shall not, directly or indirectly, by agreement, communication or any other means, restrict any Reseller’s participation or ability to quote a particular order. Reseller Directory updates will be allowed no more than twice annually. On the first business day of the month following the sixth and twelfth months of each contract year, Contractors shall be given an opportunity to submit revised Reseller Directories electronically. When submitting Reseller Directory updates, Contractors shall be required to separately specify additions, deletions, and/or any other changes to the directory in an accompanying communication submitted with the request in order to facilitate a more expeditious review; failure to do so may result in the rejection of the request. 4. Responsibility for Reporting/Performance: Contractor shall be fully liable for Reseller(s)’ performance and compliance with all Contract terms and conditions. Product purchased through Reseller(s) must be reported by Contractor in the required monthly reports to the State as a condition of payment. In addition to inclusion of Reseller(s) volume in the Contractor’s monthly reporting obligation to the State, at the request of Authorized User, Reseller(s) shall provide Authorized User with quarterly reports of the individual Authorized User’s Contract activity with Reseller. 5. Applicability of Contract Terms: Product ordered directly through Reseller(s) shall be limited to Products currently approved for inclusion under this Contract and shall be subject to all terms and conditions of this Contract as a condition of Reseller participation. CANCELLATION OF PURCHASE ORDERS: Cancellation of orders in part or whole for unavailable Products shall be made by means of appropriate notations and adjustments on orders returned by Contractor to the Authorized User. Contractors shall make no shipments of canceled Products except on the basis of a new order. Products not supplied by the Contractor may be purchased from any other Contract source. CONTRACT PAYMENTS: Payments cannot be processed by Authorized Users until the items have been delivered and accepted. Payment will be based on any invoice used in the Contractor's normal course of business. However, such invoice must contain all requirements in Section Purchase Orders and Invoicing. CONTRACT ADMINISTRATOR: Contractor must provide a dedicated Contract Administrator to support the updating and management of the Contract on a timely basis. Contractor must notify OGS within five (5) Business Days if its Contract Administrator changes, and provide an interim contact person until the position is filled. Changes to Contractor contact information, including the designation of a new Contract Administrator, shall be submitted electronically via e-mail to the OGS Contract Management Specialist. TOLL-FREE NUMBER/AUTHORIZED USER ASSISTANCE: A Bidder must provide a toll-free telephone number for the Authorized User assistance under any Contract or purchase order resulting from this Solicitation. Bidder must staff this toll-free number at a minimum from 8:00 a.m. to 5:00 p.m. ET Monday through Friday, excluding NYS holidays. If Bidder does not currently maintain a toll-free number, the Bidder must be willing to establish one prior to award of Contract. Bidders may also offer online assistance, such as email or chat assistance. INSURANCE REQUIREMENTS: The Contractor shall with the Insurance Requirements of the bid solicitation. Within thirty (30) days after renewal or replacement of any policy required by any Contract resulting from this solicitation, or within three (3) business GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 24 23044ra06 days of request, Bidders and Contractors shall supply OGS with updated replacement Certificates of Insurance, and amendatory endorsements. REPORT OF CONTRACT SALES: Contractor shall furnish a report semiannually of all Products purchased under the Contract during each semiannual period, no later than the 15th of the month following the close of each six month period. Purchases by Non-state agencies, political subdivisions and others authorized by law shall be reported in the same report and indicated as required. If resellers are utilized, the Contractor shall be responsible for consolidating all contract purchases into a single report. A template for such report is included in Attachment 9 - Report of Contract Sales. All fields of information shall be accurate and complete. The report is to be submitted electronically via electronic mail utilizing the template provided in Microsoft Excel 2013, or lower version (or as otherwise directed by OGS), to the attention of the OGS contract manager and shall reference the Group Number, Award Number, Contract Number, and Sales Period. OGS reserves the right to amend the report template during the Contract term. Contractor shall specify if any resellers are NYS Certified Minority and/or Women-Owned Business Enterprises (MWBEs) within the Report of Contract Sales document. Contractor shall refer to Section Contractor Requirements and Procedures for Business Participation Opportunities for New York State Certified Minority and Women-Owned Business Enterprises and Equal Employment Opportunities for Minority Group Members and Women for information on how to verify certified status. AUTHORIZED USER SALES REPORT: Upon written request by an Authorized User, the Contractor shall furnish to such Authorized User, on a monthly basis, a report listing the following: name of products purchased, quantity purchased, unit price and total dollar volume of purchases. CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES: Policy Statement The New York State Office of General Services (“OGS”), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority- and women- owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority- and women-owned business enterprises had a full and fair opportunity to participate in State contracting. The findings of the study were published on April 29, 2010, under the title “The State of Minority- and Women-Owned Business Enterprises: Evidence from New York” (the “Disparity Study”). The Disparity Study found evidence of statistically significant disparities between the level of participation of minority- and women-owned business enterprises in State procurement contracting versus the number of minority- and women-owned business enterprises that were ready, willing and able to participate in State procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the Statewide certified minority- and women- owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establish goals for maximum feasible participation of New York State certified minority- and women-owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. General Provisions OGS is required to implement the provisions of New York State Executive Law Article 15-A and 5 NYCRR Parts 140-145 (“MWBE Regulations”) for all State contracts as defined therein, with a value (1) in excess of $25,000 for GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 25 23044ra06 labor, services, equipment, materials, or any combination of the foregoing or (2) in excess of $100,000 for real property renovations and construction. The Contractor agrees, in addition to any other nondiscrimination provision of the Contract and at no additional cost to OGS, to fully comply and cooperate with OGS in the implementation of New York State Executive Law Article 15-A. These requirements include equal employment opportunities for minority group members and women (“EEO”) and contracting opportunities for New York State certified minority- and women-owned business enterprises (“MWBEs”). Contractor’s demonstration of “good faith efforts” pursuant to 5 NYCRR §142.8 shall be a part of these requirements. These provisions shall be deemed supplementary to, and not in lieu of, the nondiscrimination provisions required by New York State Executive Law Article 15 (the “Human Rights Law”) or other applicable federal, State or local laws. The Contractor further agrees to be bound by the provisions of Article 15-A and the MWBE Regulations. If any of these terms or provisions conflict with applicable law or regulations, such laws and regulations shall supersede these requirements. Failure to comply with all of the requirements herein may result in a finding of non-responsiveness, non- responsibility, breach of contract, withholding of funds, suspension or termination of the Contract and/or such other actions or enforcement proceedings as allowed by the Contract. Equal Employment Opportunity (EEO) Contractor shall comply with the provisions of Article 15-A set forth below. These provisions apply to all Contractors, and any subcontractors, awarded a subcontract over $25,000, for labor, services, including legal, financial and other professional services, travel, supplies, equipment, materials, or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting State agency (the “Work”) except where the Work is for the beneficial use of the Contractor. 1. Contractor and subcontractors shall undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, EEO shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation. This requirement does not apply to: (i) the performance of work or the provision of services or any other activity that is unrelated, separate or distinct from the Contract; or (ii) employment outside New York State. 2. By entering into this Contract, Contractor certifies that the text set forth in clause 12 of Appendix A, attached hereto and made a part hereof, is Contractor’s equal employment opportunity policy. Form EEO 100 – Staffing Plan To ensure compliance with this section, the Contractor agrees to submit or has submitted with the Bid a staffing plan on Form EEO 100 to OGS to document the composition of the proposed workforce to be utilized in the performance of the Contract by the specified categories listed, including ethnic background, gender, and federal occupational categories. Form EEO - 101 - Workforce Utilization Reporting Form (Commodities and Services) (“Form EEO-101- Commodities and Services”) The Contractor shall submit, and shall require each of its subcontractors to submit, a Form EEO-101- Commodities and Services to OGS to report the actual workforce utilized in the performance of the Contract by the specified categories listed including ethnic background, gender, and Federal occupational categories. The Form EEO-101-Commodities and Services must be submitted electronically to OGS at EEO_CentCon@ogs.ny.gov on a quarterly basis during the term of the Contract by the 10th day of April, July, October, and January. Separate forms shall be completed by Contractor and any subcontractor. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 26 23044ra06 If Contractor’s EEO Form 100 - Staffing Plan provides that Contractor is unable to separate out the actual workforce utilized in the performance of the Contract from its total workforce, the following clause shall apply: Contractor and OGS agree that Contractor is unable to separate out the workforce utilized in the performance of the Contract from Contractor’s and/or subcontractor’s total workforce and that the information provided on the previously submitted Staffing Plan is Contractor's total workforce during the subject time frame, not limited to work specifically under the Contract. Contractor shall comply with the provisions of the Human Rights Law, all other State and federal statutory and constitutional non-discrimination provisions. Contractor and subcontractors shall not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex, national origin, sexual orientation, military status, age, disability, predisposing genetic characteristic, marital status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal and conviction and prior arrest. Contract Goals For purposes of this procurement, OGS conducted a comprehensive search and determined that the Contract does not offer sufficient opportunities to set goals for participation by MWBEs as subcontractors, service providers and suppliers to Contractor. Contractor is, however, encouraged to make every good faith effort to promote and assist the participation of MWBEs on this Contract for the provision of services and materials. The directory of New York State Certified MWBEs can be viewed at https://ny.newnycontracts.com/FrontEnd/VendorSearchPublic.asp?TN=ny&XID=2528 Additionally, following Contract execution, Contractor is encouraged to contact the Division of Minority and Women’s Business Development ((518) 292-5250; (212) 803-2414; or (716) 846-8200) to discuss additional methods of maximizing participation by MWBEs on the Contract. Good Faith Efforts Pursuant to 5 NYCRR § 142.8, evidence of good faith efforts shall include, but not be limited to, the following: 1. A list of the general circulation, trade and MWBE-oriented publications and dates of publications in which the Contractor solicited the participation of certified MWBEs as subcontractors/suppliers and copies of such solicitations and any responses thereto. 2. A list of the certified MWBEs appearing in the Empire State Development MWBE directory that were solicited for this Contract. Provide proof of dates or copies of the solicitations and copies of the responses made by the certified MWBEs. Describe specific reasons that responding certified MWBEs were not selected. 3. Descriptions of the Contract documents/plans/specifications made available to certified MWBEs by the Contractor when soliciting their participation and steps taken to structure the scope of work for the purpose of subcontracting with or obtaining supplies from certified MWBEs. 4. A description of the negotiations between the Contractor and certified MWBEs for the purposes of complying with the MWBE goals of this Contract. 5. Dates of any pre-bid, pre-award or other meetings attended by Contractor, if any, scheduled by OGS with certified MWBEs whom OGS determined were capable of fulfilling the MWBE goals set in the Contract. 6. Other information deemed relevant to the request. ALL FORMS ARE AVAILABLE AT: http://www.ogs.ny.gov/MWBE/Forms.asp NEW YORK STATE FINANCIAL SYSTEM (SFS): New York State is currently operating on an Enterprise Resource Planning (ERP) system, Oracle PeopleSoft software, referred to as the Statewide Financial System (SFS). SFS is currently on PeopleSoft Financials version 9.2 Bundle 18, operating on PeopleTools version 8.49.33. SFS supports requisition-to-payment processing and financial management functions. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 27 23044ra06 The State is also implementing an eProcurement application that supports the requisitioning process for State Agencies to procure goods and services in SFS. This application provides catalog capabilities. Vendors with Centralized Contracts have the ability to provide a “hosted” or “punch-out” catalog that integrates with SFS and is available to Authorized Users via a centralized eMarketplace website. There are no fees required for a Vendor’s participation in the catalog site development or management. Upon completion and activation of an on-line catalog, State Agencies will process their orders through the SFS functionality and other Authorized Users can access the catalog site to fulfill orders directly. The State is also implementing the PeopleSoft Inventory module in the near future to track inventory items within the item master table. Further information regarding business processes, interfaces, and file layouts may be found at: www.sfs.ny.gov and http://www.osc.state.ny.us/agencies/guide/MyWebHelp/. USE OF RECYCLED OR REMANUFACTURED MATERIALS: New York State supports and encourages vendors to use recycled, remanufactured or recovered materials in the manufacture of products and packaging to the maximum extent practicable without jeopardizing the performance or intended end use of the product or packaging unless such use is precluded due to health or safety requirements or product specifications contained herein. Refurbished or remanufactured components or products are required to be restored to original performance and regulatory standards and functions and are required to meet all other requirements of this Contract. Warranties on refurbished or remanufactured components or products must be identical to the manufacturer's new equipment warranty or industry's normal warranty when remanufacturer does not offer new equipment. See Appendix B, §38, Repaired or Replaced Products, Parts or Components. BULK DELIVERY AND ALTERNATE PACKAGING: New York State encourages the use of innovative packaging that reduces the weight of packaging and the generation of packaging waste. A contractor is encouraged to use reusable materials and containers and to utilize packaging configurations that take advantage of storage containers designed to be part of the product for the shipment of multi-unit purchases. New York State recognizes that these packaging methods are in the development stage and may not be currently available. Authorized Users are urged to inquire about these programs at the time of purchase and determine the best solution for their needs. SURPLUS/TAKE-BACK/RECYCING: 1. A State agency is reminded of its obligation to comply with the NY State Finance Law §§167, Transfer and Disposal of Personal Property, and 168, The Management of Surplus Computer Equipment, regarding transfer and disposal of surplus personal property before utilizing take-back, recycling, or other options for disposition of equipment that is still in operable condition. 2. If Contractor offers a take-back/recycling program, then Contractor shall provide a record of disposition to each Authorized User who participates in the take-back/recycling program for units transferred for disposition. Contractor shall provide documentation that the units were disposed of in an environmentally sound manner in compliance with applicable local, state and federal laws. See Section 3 below for specific requirements governing electronic equipment recycling. 3. The NYS Department of Environmental Conservation (DEC) Electronic Equipment Recycling and Reuse Act (“Act”) (Environmental Conservation Law, Article 27, Title 26, Electronic Equipment Recycling and Reuse), requires manufacturers to establish a convenient system for the collection, handling, and recycling or reuse of electronic waste. If Contractor is a manufacturer of electronic equipment covered by the Act, Contractor agrees to comply with the requirements of the Act. More information regarding the Act can be found on the DEC website at: http://www.dec.ny.gov/chemical/65583.html. 4. If a Contractor offers a take-back/recycling program or offers an electronic equipment recycling program pursuant to the Act, and an Authorized User participates in same, then the Authorized User shall ensure the destruction of all data from any hard drives surrendered with the machines/covered electronic equipment. Contractor shall not require an Authorized User to surrender the hard drive, as an Authorized User may wish to retain the hard drive for security purposes. Contractor shall advise the Authorized User in advance if the GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 28 23044ra06 retention of the hard drive results in additional fees or reduction in trade-in value. It is recommended that an Authorized User use a procedure for ensuring the destruction of confidential data stored on hard drives or other storage media that meets or exceeds the National Institute of Standards and Technology (NIST) Guidelines for Media Sanitation as found in NIST Special Publication 800-88. ENVIRONMENTAL ATTRIBUTES AND NYS EXECUTIVE ORDER NUMBER 4: New York State is committed to environmental sustainability and endeavors to procure products with reduced environmental impact. One example of this commitment may be found in Executive Order No. 4 (Establishing a State Green Procurement and Agency Sustainability Program), which imposes certain requirements on state agencies, authorities, and public benefit corporations when procuring commodities, services, and technology. More information on Executive Order No. 4, including specifications for offerings covered by this Contract, may be found at: http://ogs.ny.gov/EO/4/Default.asp. State entities subject to Executive Order No. 4 are advised to become familiar with the specifications that have been developed in accordance with the Order, and to incorporate them, as applicable, when making purchases under this Contract. PREFERRED SOURCE PRODUCTS: Section 162 of the State Finance Law requires that agencies, including Executive Agencies, afford first priority to the products of preferred source suppliers such as Corcraft (the marketplace name for the NYS Department of Corrections and Community Supervision, Division of Industries), New York State Preferred Source Program for People who are Blind (NYSPSP), and New York State Industries for the Disabled (NYSID), and others determined by law, when such products meet the form, function and utility of the agency. Some products in the resultant Contract(s) may be available from one or more preferred sources. An Authorized User must determine if a particular commodity or service is approved for a Preferred Source and follow the requirements of State Finance Law Section 162(3) or (4)(b), respectively, before engaging the Contractor. NEW YORK STATE VENDOR RESPONSIBILITY: The Contractor shall at all times during the Contract term remain responsible. The Contractor agrees, if requested by the Commissioner of OGS or her designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity. The Commissioner of OGS or her designee, her sole discretion, reserves the right to suspend any or all activities under this Contract, at any time, when she discovers information that calls into question the responsibility of the Contractor. In the event of such suspension, the Contractor will be given written notice outlining the particulars of such suspension. Upon issuance of such notice, the Contractor must comply with the terms of the suspension order. Contract activity may resume at such time as the Commissioner of OGS or her designee issues a written notice authorizing a resumption of performance under the Contract. The Contractor agrees that if it is found by the State that the Contractor’s responses to the Questionnaire were intentionally false or intentionally incomplete, on such finding, the Commissioner may terminate the Contract. Upon written notice to the Contractor, and a reasonable opportunity to be heard with appropriate OGS officials or staff, the Contract may be terminated by the Commissioner of OGS or her designee at the Contractor’s expense where the Contractor is determined by the Commissioner of OGS or her designee to be non-responsible. In such event, the Commissioner of OGS or her designee may complete the contractual requirements in any manner he or she may deem advisable and pursue available legal or equitable remedies for breach. In no case shall such termination of the Contract by the State be deemed a breach thereof, nor shall the State be liable for any damages for lost profits or otherwise, which may be sustained by the Contractor as a result of such termination. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 29 23044ra06 NEW YORK STATE TAX LAW SECTION 5-A: Tax Law Section 5-a requires certain Contractors awarded state Contracts for commodities, services and technology valued at more than $100,000 to certify to NYS Department of Taxation and Finance (DTF) that they are registered to collect New York State and local sales and compensating use taxes. The law applies to Contracts where the total amount of such Contractors’ sales delivered into New York State is in excess of $300,000 for the four quarterly periods immediately preceding the quarterly period in which the certification is made, and with respect to any affiliates and subcontractors whose sales delivered into New York State exceeded $300,000 for the four quarterly periods immediately preceding the quarterly period in which the certification is made. Contractors may consult with DTF’s website at http://www.tax.ny.gov/ for additional information and frequently asked questions. OVERLAPPING CONTRACT ITEMS: Products available in the resulting Contract may also be available from other New York State Contracts. Authorized Users will be advised to select the most cost effective procurement alternative that meets their program requirements and to maintain a procurement record documenting the basis for this selection. NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS: New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See Appendix B, §25, Participation in Centralized Contracts. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services’ Customer Services at 518-474-6717. NOTE TO ALL NON-STATE AGENCIES AND BIDDERS: All such participating non-State agencies and Bidders understand, acknowledge and agree that the primary responsibility in regard to performance of the Contract, of any obligation, covenant, condition or term thereunder by either such party thereto shall be borne and is expressly assumed by the participating non-State agencies and Contractor and not by the State. In the event of a failure or breach in performance of any such Contract by a non- State Agency or Contractor, the State specifically and expressly disclaims any and all liability for such defective performance or breach, and the eligible participating non-State agencies and Contractor guarantee to save the State, its officers, agents and employees harmless from any liability that may be or is imposed by the failure of either party to perform in accordance with its obligations, covenants and the terms and conditions of the State Centralized Contract. EXTENSION OF USE: The contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant Contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 30 23044ra06 CONTRACTOR PERFORMANCE: Authorized Users should notify the Procurement Services Contract administrator promptly if the Contractor fails to meet the requirements of this Contract. Performance which is otherwise unsatisfactory to the Authorized User should also be reported to Procurement Services. MERCURY-ADDED CONSUMER PRODUCTS: Contractor agrees that it will not sell or distribute fever thermometers containing mercury or any products containing elemental mercury for any purpose under this Contract. UNANTICIPATED EXCESSIVE PURCHASE: The State reserves the right to negotiate lower pricing, or to advertise for bids, any unanticipated excessive purchase. An “unanticipated excessive purchase” is defined as an unexpected order for a Contract product(s) totaling more than $50,000.00. AMERICANS WITH DISABILITIES ACT (ADA): The Federal ADA Act, signed into law July 26, 1990, bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Contractors are required to identify and offer any software or hardware products they manufacture or adapt which may be used or adapted for use by visually, hearing, or any other physically impaired individuals. Although it is not mandatory for Contractors to have this equipment in order to receive an award, it is necessary to identify any such equipment offered they have which falls into the above category. ADDITIONAL REQUIREMENTS: 1. NO DRUGS OR ALCOHOL For reasons of safety and public policy, in any Contract resulting from this procurement, the use of illegal drugs and/or alcoholic beverages by the Contractor or its personnel shall not be permitted while performing any phase of the work herein specified. TRAFFIC INFRACTIONS The State will not be liable for any expense incurred by the Contractor for any parking fees or as a consequence of any traffic infraction or parking violations attributable to employees of the Contractor. WEBSITE ACCESSIBILITY: Responsibility for Content: Contractor is solely responsible for administration, content, intellectual property rights and all materials at Contractor’s website. Contractor is solely responsible for its actions and those of its agents, employees, resellers, Sub-Contractors or assigns, and agrees that neither Contractor nor any of the foregoing has any authority to act or speak on behalf of the State. As applicable, Contractor agrees to comply with the Office of Information Technology Services f/k/a Office for Technology policy NYS-P08-005 Accessibility of Web-Based Information and Applications, as may be amended, the stated purpose of which is to make State Agency web-based Intranet and Internet information accessible for persons with disabilities. In accordance with such policy, the following language is incorporated into any Contract resulting from this procurement: Any web-based information and applications development, or programming delivered pursuant to the contract or procurement, will comply with New York State Enterprise IT Policy NYS-P08-005, Accessibility of Web-Based Information and Applications as such policy may be amended, modified or superseded, which requires that state agency web-based information and applications are accessible to persons with disabilities. Web-based information and applications must conform to New York State Enterprise IT Policy NYS-P08-005 as determined by quality assurance testing. Such quality assurance testing will be conducted by (state agency name, contractor or other) and the results of such testing must be satisfactory to (state agency name) before web-based information and applications will be considered a qualified deliverable under the contract or procurement. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 31 23044ra06 LICENSE AGREEMENTS: An Authorized User looking to acquire Products and services under a Contract resulting from this Contract must review the contractual terms and conditions. The Authorized User must ask the Contractor if “click through”, “shrink wrap” or other pass-through or licensing/subscription terms and conditions are present, and if so, the Authorized User is responsible for reviewing and approving such terms and conditions prior to ordering the Products and services. If the terms and conditions are not acceptable to the Authorized User, it is the responsibility of such Authorized User to negotiate any needed amendments. Any additional licensing terms agreed to by the Authorized User shall not conflict with Appendix A, this Solicitation, any resultant Contract, or Appendix B. Any such conflicting terms shall be void and unenforceable. APPENDIX A Appendix A, Standard Clauses For New York State Contracts, dated January 2014 is hereby expressly made a part of this Contract as fully as if set forth at length herein. APPENDIX B Appendix B, Office of General Services General Specifications, dated May 2015 is hereby expressly made a part of this Contract as fully as if set forth at length herein and shall govern any situations not covered by the bid document or Appendix A. NOTICE: THIS CONTRACT AWARD NOTIFICATION CONTAINS A SUBSET OF INFORMATION FROM THE SOLICITATION. CONTRACTS RESULTING FROM SOLICITATION 23044 HAVE BEEN EXECUTED BY CONTRACT AWARD LETTER. THE CONTRACT AWARD LETTER SETS FORTH THE ORDER OF PRECEDENCE FOR THE TERMS AND CONDITIONS OF THE EXECUTED CONTRACTS. COMPLETE CONTRACT DETAILS INCLUDING TERMS AND CONDITIONS CAN BE FOUND IN THE SOLICITATION DOCUMENT DATED REVISED FEBRUARY 1, 2018. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 32 23044ra06 State of New York Office of General Services Procurement Services Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one Contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & returned to: OGS Procurement Services Customer Services, 38th Floor Corning 2nd Tower - Empire State Plaza Albany, New York 12242 customer.service@ogs.ny.gov * * * * * 23044ra06 Corning Tower, Empire State Plaza, Albany, NY 12242 | http://nyspro.ogs.ny.gov | customer.service@ogs.ny.gov | 518-474-6717 Contract Award Notification Title : Group 20020 – Serials and Database Access (Statewide) Classification Code(s): 55 & 83 Award Number : 23044 Contract Period : January 1, 2017 – December 31, 2021 Bid Opening Date : November 1, 2016 and (Periodic Recruitment February 1, 2018) Date of Issue : January 1, 2017 (Revised July 25, 2018) Specification Reference : As Incorporated Herein Contractor Information : Appears on Page 2 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : E-mail : Jeremy Kondrat Contract Management Specialist 518-473-5575 Jeremy.Kondrat@ogs.ny.gov Procurement Services Customer Services Phone : E-mail : 518-474-6717 customer.services@ogs.ny.gov Procurement Services values your input. Complete and return "Contract Performance Report" at end of document. Description NOTICE: THIS CONTRACT AWARD NOTIFICATION CONTAINS A SUBSET OF INFORMATION FROM THE SOLICITATION. CONTRACTS RESULTING FROM SOLICITATION 23044 HAVE BEEN EXECUTED BY CONTRACT AWARD LETTER. THE CONTRACT AWARD LETTER SETS FORTH THE ORDER OF PRECEDENCE FOR THE TERMS AND CONDITIONS OF THE EXECUTED CONTRACTS. COMPLETE CONTRACT DETAILS INCLUDING TERMS AND CONDITIONS CAN BE FOUND IN THE SOLICITATION DOCUMENT DATED REVISED OCTOBER 20, 2016. This contract provides Authorized Users with a means of acquiring Serials and Database Access Products and Services. The contract contains a total of two (2) Lots: Lot 1 - Serials and Lot 2 - Database Access. Lot 1 Serials - Included: Print Periodicals and Newspapers; Electronic Magazines and Journals; Annuals (reports, yearbooks, etc.); Continuing directories; Proceedings and transactions; Numbered monographic series cataloged separately; Subscription based eBooks; and Optional Products and Services, including but not limited to: Stamps, call numbers or routing labels, bar-coding, and security strips, Processing of journals including affixing date and property, Shipment Consolidation, MARC (Machine Readable Cataloging) records and updates, and Serials management solutions. Lot 2 Database Access – Included: Library Databases; Full Text Databases; Numeric Databases; Meta-Databases; General Interest Databases; Discipline Specific Databases; Subject Specific Databases; Streaming Video Databases; Database Files; and Optional Products and services, including but not limited to: Database Management Systems (DBMS), Hard copy records, Mailing labels, Batching, and Reporting This Contract Award Notification contains MWBE goals of 0% MBE and 0% WBE. PR #23044 GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 2 23044ra06 CONTRACT # CONTRACTOR___________ FED.IDENT. # NYS VENDOR # PC67658 Alini Magazine Service LLC 20-5704842 1000044379 PC67660 Cengage Learning, Inc. 59-2124491 1000009563 PC67659 COX Subscriptions Inc. DBA WT COX 56-1352557 1000018262 PC68180 Dun & Bradstreet, Inc. DBA D&B 22-3582360 1000030581 PC67661 EBSCO Industries Inc. 63-6014186 1000041128 PC67662 Elsevier B.V. 98-0389477 1000056131 PC67663 Encyclopaedia Britannica, Inc. 36-2063569 1000040643 PC67664 InfoUSA Marketing Inc. 47-0794710 1000040828 PC67785 Island Magazine Service LLC 82-1610353 1100186829 SB PC67665 LexisNexis Risk Solutions FL Inc. 41-1815880 1100007031 DBA LexisNexis Risk Solutions PC67666 License Monitor Inc. 13-4187405 1000056944 PC67667 LM Information Delivery 23-2724782 1100043737 PC67668 Otto Harrassowitz GmbH & Co. KG 98-0423753 1000009840 PC67677 Prenax, Inc. DBA Basch Subscriptions 94-3342517 1100176364 PC67669 ProQuest LLC 39-2053855 1000040727 PC67670 RELX Inc., DBA LexisNexis, a division 52-1471842 1000004904 of RELX Inc. PC67671 Richard O. Emmons 59-3720494 1000032379 DBA Magazine Subscription Services Agency PC67673 Scholastic, Inc. 13-1824190 1000006121 PC67674 Scholastic Library Publishing Inc. 06-1226353 1000036529 PC67675 Subscription Services of America Inc. 11-2642821 1000011811 SB PC67676 West Publishing Corporation DBA West, 41-1426973 1000004857 a Thomson Reuters business For complete Contractor contract information and Pricing information for this Award, please see the Contractor Information page located on the OGS Website at: http://www.ogs.ny.gov/purchase/spg/awards/2002023044Can.htm GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 3 23044ra06 Cash Discount and/or Early Payment Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. (See "INVOICING AND PAYMENT" in this document.) AGENCIES SHOULD NOTIFY PROCUREMENT SERVICES PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise. RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS: The Procurement Services supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description. RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive NOTE TO AUTHORIZED USERS: When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • The reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). ORDER OF PRECEDENCE: The list of documents below address clarifications agreed to by the Contractor and the Office of General Services (OGS) and resolved by the parties and set forth herein in an order of precedence for the Contract award. The documents listed below were included in Solicitation #23044 or provided by the Contractor. Unless otherwise set GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 4 23044ra06 forth in the procurement or contract documents, conflicts among documents shall be resolved in the following order of precedence: 1. Appendix A (January 2014), Standard Clauses for NYS Contracts (previously provided); 2. Contract Award Letter; 3. Revisions and Clarifications to Bid Specifications dated January 19, 2018 (previously provided); 4. Solicitation #23044prb including all Appendices and Attachments referenced therein (previously provided); 5. Contractor’s Bid Prices as stated in Attachment 1 – Pricelist 6. Contractor’s Bid OVERVIEW: This Contract provides Authorized Users with a means of acquiring Serials and Database Access Products and Services by New York State Agencies and Non-State agencies, including political subdivisions, school districts and others authorized by law (See Section 5.48, Non-State Agencies Participation in Centralized Contracts and Section 5.50, Extension of Use).. Products for purchase by all Authorized Users are described in the Section titled, Scope. Procurement Instructions describing requirements for Authorized Users to purchase from the Centralized Contract are found in the Section titled, Procurement Instructions. ESTIMATED QUANTITIES: All quantities or dollar values listed within this Contract are estimates. No specific quantities or volumes are represented or guaranteed and the State provides no guarantee of individual Authorized User participation. The Contractor(s) must furnish all quantities or dollar values actually ordered. The anticipated dollar value of the award for this Solicitation, based on historical purchases under previous awards was approximately $55,000,000.00 annually for Lot 1 and $20,000,000.00 annually for Lot 2. The individual value of each resultant Contract is indeterminate and will depend upon the number of Contracts issued and the competitiveness of the pricing offered. Authorized Users will be encouraged to purchase from Contractors who offer the Products and pricing that best meets their needs in the most practical and economical manner. See Appendix B, §28, Estimated/Specific Quantity Contracts and §25, Participation in Centralized Contracts. Numerous factors could cause the actual value of the Contract to vary substantially from the historical value. Such factors include, but are not limited to, the following: • The Contract is a nonexclusive Contract; • There is no guarantee of volume to be purchased, nor is there any guarantee that demand will continue in any manner consistent with previous purchases; • The individual value of the Contract is indeterminate and will depend upon actual Authorized User demand, and actual quantities ordered during the Contract period; and, • The State reserves the right to terminate the Contract for cause or convenience prior to the end of the term pursuant to the terms and conditions of the Contract. In Procurement Service’s experience, depending on the price of a particular item, the actual volume of purchases for that item could be substantially in excess of, or substantially below, estimated volumes. Specifically, if actual Contract pricing is lower than anticipated or historical pricing, actual quantities purchased could be substantially greater than the estimates; conversely, if actual contract pricing is higher than anticipated or historical pricing, actual quantities purchased could be substantially lower than the estimates. Contractor acknowledges the foregoing and agrees that actual good faith purchasing volumes during the term of the Contract could vary substantially from the estimates/historical values provided in this Contract. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 5 23044ra06 DEFINITIONS: Terms used in the IFB documents that have a capitalized first letter shall be defined in accordance with Appendix B, §2 Definitions, which is hereby incorporated by reference. The following definitions shall apply: Term Definition Active Request Refers to an End User submitted search request transaction to the licensor’s online service that has not yet received a response from the licensor’s system. Aggregator A bibliographic service that provides online access to the digital full-text of Periodicals published by different Publishers. See also Database Publisher. Back File Access The ability to access information within a resource before a subscription period begins. Business Day Monday through Friday from 8:00 AM – 5:00 PM ET, excluding New York State and federal holidays. Concurrent Users Specified number of simultaneous End Users accessing an Electronic Publication or Database. Concurrent Sessions Concurrent User is interpreted to include any End User station device which, at the point in time of measurement, has established a logical session path to the licensor’s online service, enabling an immediate search request to be made directly to the licensor’s search software. This is the common meaning of such expressions as being “signed on” or “logged on” to the online service. Under this definition, any signed on terminal or End User station device is counted as part of the concurrent use total, regardless of whether the End User is at the End User station; formulating a new search request; waiting for the licensor’s system to respond to a search request; or digesting the results of a previous request. Concurrent Use License Where licensing of Electronic Publications is based upon “Concurrent Users” the Contractor shall obtain from the publisher the right of the Authorized User to obtain license rights to the specified number of Concurrent Users actually executing the licensed programs, without reference to location or named End Users. Continuing Directory A list of people, companies, institutions, organizations, etc., in alphabetical or classified order, providing contact information (names, addresses, phone/fax numbers, etc.) and other pertinent details (affiliations, conferences, publications, membership, etc.) in brief format, often published serially (i.e. Continuing resources (not complete as first issued and intended to be ongoing, though not necessarily indefinitely). Customization Changes to the function, layout and/or appearance of a Database which does not alter the Database content. Database A large, regularly updated file of digitized information (bibliographic records, abstracts, full-text documents, directory entries, images, statistics, etc.) related to a specific subject or field, consisting of records of uniform format organized for ease and speed of search and retrieval and managed with the aid of database management system (DBMS) software. Content is created by the Database producer, which usually publishes a print version and leases the content to one or more Database vendors that provide electronic access to the data after it has been converted to machine-readable form, usually on CD-ROM or online via the Internet, using proprietary search software. Database Management System (DBMS) A computer application designed to control the storage, retrieval, security, integrity, and reporting of data in the form of uniform records organized in a large searchable file called a Database. The range of available DBMS software extends from simple systems intended for personal computers to highly complex systems designed to run on mainframes. Database Publisher Company that uses specialized techniques to generate documents from source data and provide to End Users through a Database. See also Aggregator. Discipline Specific Database Information provided is focused on a discipline or area, however may include information from multiple related subject areas. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 6 23044ra06 Term Definition Electronic Journal A digital version of a print journal, or a journal-like Electronic Publication with no print counterpart, made available via the World Wide Web, e-mail, or other means of Internet access. Some web-based Electronic Journals are graphically modeled on the print version. Synonymous with E-journal. Compare with electronic magazine. Electronic Magazine A digital version of a print magazine, or a magazine-like electronic publication with no print counterpart, made available via the World Wide Web, e-mail, or other means of Internet access. Some Web-based electronic magazines are graphically modeled on the print version. Synonymous with e-zine and Webzine. Compare with Electronic Journal. Electronic Publication A work in digital form capable of being read or otherwise perceived, distributed to the public electronically. Includes Electronic Journals and e-prints, Electronic Magazines and newspapers, electronic books, Web sites, Weblogs, etc. Some Electronic Publications are online versions of print publications; others are born digital. Synonymous with e-publication. End User Shall mean those persons who are permitted by the Authorized User to have access to an Electronic Publication or Database. Fair Use Shall mean acceptable use under the Copyright Revision Act 1976 as amended subsequently provided that such rights are exercised in accordance with Section 108 of the Act and with the guidelines developed by the National Commission on New Technological Uses of Copyrighted Works (CONTU Guidelines) and published in U.S. Copyright Office Circular 21. Full Text Database Contains the complete text of any documents (e.g. books, Journals, newspapers, magazines). Full Time Equivalent End User (FTE) For State agencies and Authorized Users not otherwise identified, the number of full time employees shall be the number of FTEs; for a higher educational institution, it shall refer to the student enrollment expressed as the number of full time students; for K-12 educational institutions, each student shall be considered one (1) FTE; for public libraries, the census population served shall be deemed to be the number of FTEs. International Standard Serial Number (ISSN) A unique eight-digit standard number assigned by the International Serials Data System (ISDS) to identify a specific serial title. The ISSN is usually given in the masthead of each issue or on the copyright page of each volume or part of a series. When a continuing resource undergoes a title change, a new ISSN is assigned. Journal A Periodical devoted to disseminating original research and commentary on current developments in a specific discipline, sub-discipline, or field of study, usually published in quarterly, bimonthly, or monthly issues sold by subscription. Journal articles are usually written by the person (or persons) who conducted the research. Longer than most magazine articles, they almost always include a bibliography or list of works cited at the end. In Journals in the sciences and social sciences, an abstract usually precedes the text of the article, summarizing its content. Most scholarly Journals are peer-reviewed. Scholars often use a current contents service to keep abreast of the Journal literature in their fields of interest and specialization. Library Database A large catalog or index of organized information. Licensing Agreement A formal written contract between a library and a vendor for the lease of one or more proprietary (copyrighted) bibliographic databases or online resources, usually for a fixed period of time in exchange for payment of an annual subscription fee or per-search charge. Vendors typically charge libraries on a sliding scale based on number of registered borrowers or FTE enrollment, number of institutions or facilities served, and number of simultaneous users. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 7 23044ra06 Term Definition List Price The undiscounted price at which a new publication is offered for sale to the public, established by the publisher at the time the edition is issued. The List Price is quoted in the Publisher's catalog and printed on the front flap of the dust jacket in hardcover editions and usually on the back cover in softcover editions. Discounts offered to libraries, booksellers, and jobbers are computed as a percentage off List Price. In library cataloging, the List Price of an item is indicated (when available) in the standard number and terms of availability area of the bibliographic description (field 020 or 022 of the MARC record). Synonymous with published price, retail price, and sticker price. Magazine A popular interest Periodical usually containing articles on a variety of topics, written by various authors in a nonscholarly style. Most magazines are heavily illustrated, contain advertising, and are printed on glossy paper. Articles are usually short (less than five pages long), frequently unsigned, and do not include a bibliography or list of references for further reading. Most magazines are issued monthly or weekly for sale at newsstands, in bookstores, and by subscription. Metadata Database Information about data itself, including size, origination or other descriptors. MWBE A business certified with NYS Empire State Development (ESD) as a Minority and/or Women-owned Business Enterprise. N/A A common abbreviation for not applicable or not available, used to indicate when information in a certain field on a table is not provided, either because it does not apply to a particular case in question or because it is not available. National Public Entities Defined as State Governments, the Federal Government, Local Governments, cities, towns, school districts, libraries, police and fire departments, and other political subdivisions Net Price List Price less all applicable discounts or inclusive of Service Charges; the price paid by Authorized Users of the resultant Contract. Newspaper A Serial publication, usually printed on newsprint and issued daily, on certain days of the week, or weekly, containing news, editorial comment, regular columns, letters to the editor, cartoons, advertising, and other items of current and often local interest to a general readership. NYS Holidays Refers to the legal holidays for State employees in the classified service of the executive branch, as more particularly specified on the website of the NYS Department of Civil Service. This includes the following: New Year’s Day; Martin Luther King Day; Washington’s Birthday (observed); Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran’s Day; Thanksgiving Day; and Christmas Day. NYS Vendor ID Refers to the ten-character identifier issued by New York State when a vendor is registered on the Vendor File. Preferred Source Products Refers to the ten-character identifier issued by New York State when a vendor is registered on the Vendor File. Preferred Source Program Refers to the special social and economic goals set by New York State in State Finance Law § 162 that require a governmental entity purchase select Products from designated organizations when the Products meet the “form, function and utility” requirements of the governmental entity. Under State Finance Law § 163, purchases of Products from Preferred Sources are given the highest priority and are exempt from the competitive bidding requirements. The New York State Preferred Sources include: The Correctional Industries Program of the Department of Corrections and Community Supervision (“Corcraft”); New York State Preferred Source Program for People Who Are Blind (“NYSPSP”); and GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 8 23044ra06 Term Definition the New York State Industries for the Disabled (“NYSID”). These requirements apply to state agencies, political subdivisions and public benefit corporations (including most public authorities). Numerical Data Database This includes statistical and other numerical data. Optional Products and Services Refer to supplementary Products and services that enhance or support the provision of Serials and/or Database Access Products identified to be within scope. For example: under Lot 1 that may include things such as stamps; call numbers or routing label; bar-coding; security strips; processing of journals including affixing date and property; shipment consolidation, MARC (Machine Readable Cataloging) records and updates; and Serials management solutions; under Lot 2 that may include things such as Database Management Systems (DBMS), hard copy records, mailing labels, batching, and reporting. Periodical A Serial publication with its own distinctive title, containing a mix of articles, editorials, reviews, columns, short stories, poems, or other short works written by more than one contributor, issued in softcover more than once, generally at regular stated intervals of less than a year, without prior decision as to when the final issue will appear. Although each issue is complete in itself, its relationship to preceding issues is indicated by enumeration, usually issue number and volume number printed on the front cover. Content is controlled by an editor or editorial board. Includes magazines, sold on subscription and at newsstands; journals, sold on subscription and/or distributed to members of scholarly societies and professional associations; and newsletters, but not proceedings or the other regular publications of corporate bodies as they relate primarily to meetings. Procurement Services Formerly known as NYSPro or Procurement Services Group (PSG), Procurement Services shall mean a division of the New York State Office of General Services which is authorized by law to issue centralized, statewide Contracts for use by New York agencies, political subdivisions, schools, libraries and others authorized by law to participate in such Contracts. Publication Refers to a work capable of being read or otherwise perceived (e.g. book, audiorecording, videorecording, CD-ROM, etc.), issued by a Publisher for sale to the general public, usually in multiple copies and sometimes in multiple editions. Publisher A person or corporate entity that prepares and issues printed materials for public sale or distribution, normally on the basis of a legal contract in which the publisher is granted certain exclusive rights in exchange for assuming the financial risk of publication and agreeing to compensate the author, usually with a share of the profits. Reseller Any model for distribution of Product other than direct from the Contractor. Resellers include but are not limited to approved value added resellers (VARs), distributors, dealers, sales agents, and alternate channel partners. Subject Specific Database This includes information from academic or scholarly Journals and trade or professional publications. Serial Publication in any medium issued under the same title in a succession of discrete parts, usually numbered (or dated) and appearing at regular or irregular intervals with no predetermined conclusion. Serials may be purchased individually, in combination with other titles, or as large collections of titles (particularly when purchased electronically). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 9 23044ra06 Term Definition Server Shall mean the computer system(s) on which Electronic Publications or Databases reside and through which End Users gain access to the Electronic Publications or Databases. Service Charge A fee charged by a Subscription Agent for filling orders for Periodical subscriptions, usually 5 to 10 percent of the total annual amount paid by the library for subscriptions. Subscription Agent A company in the business of providing centralized Serial subscription or Database Access services to Authorized Users such as libraries to relieve them of the time consuming task of dealing with Publishers individually. In addition to the above definitions, the following terms are defined as follows regardless of whether they are or are not capitalized: May Denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “Should”. Must Denotes the imperative in a Contract clause or specification. Means required - being determinative/mandatory, as well as imperative. Also see “Shall” and “Mandatory”. Shall Denotes the imperative in a Contract clause or specification. Means required - being determinative/mandatory, as well as imperative. Also see “Must” and “Mandatory”. Should Denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “May”. SCOPE: These contracts are to provide Authorized Users with a means of acquiring Serials and Database Access Products and Services. There are a total of two (2) Lots: Lot 1 – Serials, and Lot 2 - Database Access. Products for Lot 1 - Serials include, but may not be limited to: 1. Print Periodicals and Newspapers 2. Electronic Magazines and Journals 3. Annuals (reports, yearbooks, etc.) 4. Continuing directories 5. Proceedings and transactions 6. Numbered monographic series cataloged separately 7. Subscription based eBooks 8. Optional Products and Services, including but not limited to: a. Stamps, call numbers or routing labels, bar-coding, and security strips b. Processing of journals including affixing date and property c. Shipment Consolidation d. MARC (Machine Readable Cataloging) records and updates e. Serials management solutions, such as: (i) Link resolvers (ii) A to Z lists (iii) Information discovery tools (iv) Subscription management tools (v) Electronic resource management (ERM) tools Products for Lot 2 – Database Access include, but may not be limited to: 1. Library Databases GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 10 23044ra06 2. Full Text Databases 3. Numeric Databases 4. Meta-Databases 5. General Interest Databases 6. Discipline Specific Databases 7. Subject Specific Databases 8. Streaming Video Databases 9. Database Files 10. Optional Products and services, including but not limited to: a. Database Management Systems (DBMS) b. Hard copy records c. Mailing labels d. Batching e. Reporting Exclusions: The following Products are not within scope: 1. Products currently offered under the OGS Books and Non-Print Library Materials and other Related Ancillary Services contract (Group 20060) 2. Products and services currently offered under the OGS E-Learning Training/Distance Services contract (Group 73016), which includes web-based, computer based, online and internet based training 3. Standalone Software unrelated to the provision of Serials or Database Access 4. Hardware of any kind 5. Database services offered under the Contract shall not allow the Contractor to access the personal, private, or confidential information of any Authorized User or End User It is the Contractor’s responsibility to ensure that only Products and services that meet the scope of the Contract are purchased through the Contract. Questions concerning items covered under the resultant Contract should be addressed to the OGS Procurement Services contract manager designated on the Contract Award Notification prior to accepting the order. If a Contractor sells Products that are excluded under this Contract as set forth above, such Contractor’s Contract may be suspended or terminated. LIST OF CONTRACTORS AND AWARDED LOTS Please refer to each Contractor’s Information page and Pricelist for more information. Bidder Lot 1 Serials Lot 2 Database Access Alini Magazine Services LLC x Cengage Learning Inc. x x COX Subscriptions Inc. DBA WT COX Subscriptions x Dun & Bradstreet, Inc. DBA D&B x EBSCO Industries Inc. x x Elsevier B.V. x x Encyclopaedia Britannica, Inc. x InfoUSA Marketing Inc. x Island Magazine Service LLC x LexisNexis Risk Solutions FL Inc. DBA LexisNexis Risk Solutions x License Monitor Inc. x LM Information Delivery x GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 11 23044ra06 Bidder Lot 1 Serials Lot 2 Database Access Otto Harrassowitz GmbH & Co. KG x Prenax Inc. DBA Basch Subscriptions x ProQuest LLC x RELX Inc, DBA LexisNexis, a division of RELX Inc. x Richard O. Emmons DBA Magazine Subscription Services Agency x Scholastic Inc. x Scholastic Library Publishing Inc. x Subscription Services of America Inc. x West Publishing Corporation DBA West, a Thomas Reuters business x PROCUREMENT INSTRUCTIONS TO AUTHORIZED USERS: 1. The Contracts resulting from this Solicitation will be centralized Contracts issued under a multiple award structure. Products offered under the Contracts, pricing, and other Contract information will be posted to the OGS website or the awarded Contractors’ dedicated NYS websites. Authorized Users shall procure Products that best meet their form, function and utility requirements. 2. Before proceeding with a purchase, Authorized Users shall check the list of Preferred Source offerings. Authorized Users are reminded that they must comply with State Finance Law §162, which requires that agencies afford first priority to the commodities of Preferred Source suppliers such as Correctional Industries (Corcraft), NYS Preferred Source Program for People Who are Blind (NYSPSP), and NYS Industries for the Disabled (NYSID), when such commodities meet the form, function and utility of the Authorized User. 3. Where products are not available from Preferred Source suppliers in the form, function and utility required by the Authorized User, Authorized Users shall purchase from the centralized Contracts awarded under this Solicitation. The basis for selection among multiple contracts at the time of purchase shall be the most practical and economic alternative and shall be in the best interests of the State. Therefore, Authorized Users are strongly encouraged to obtain quotes from at least three (3) Contractors prior to issuing a purchase order, in order to ensure that the Authorized User is receiving the best possible pricing. 4. When placing Purchase Orders under the Contract(s), the Authorized User should be familiar with and follow the terms and conditions governing its use. The Authorized User is accountable and responsible for compliance with the requirements of public procurement processes. The Authorized User, when purchasing from OGS Contracts, should hold the Contractor accountable for Contract compliance and meeting the Contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, Authorized Users are encouraged to seek improved pricing whenever possible. Authorized Users have the responsibility to document purchases which should include: • statement of need and associated requirements; • obtaining all necessary prior approvals; • a summary of the Contract alternatives considered for the purchase; and • the reason(s) supporting the resulting purchase (e.g., show that basis for the selection among multiple Contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). 5. Authorized Users will issue purchase orders directly to the Contractor or the Contractor’s authorized Reseller (if applicable), as specified by the Contractor, and specifying any shipping/delivery requirements and/or statements of work for services (if applicable). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 12 23044ra06 6. Upon Authorized User acceptance of Products itemized on the purchase order, Contractor will invoice Authorized User for any portion of Products accepted, and accordingly, Authorized User will arrange for payment. Contractor shall provide itemized invoicing for all Products. 7. Contractor must disclose any forms, “click through”, “shrink wrap” or other pass-through or licensing/subscription terms and conditions or other order information that Contractor will attach to orders or require to be completed with Authorized User purchases. Documents which contain additional terms or conditions, such as library maintenance agreements or Licensing Agreements must receive pre-approval by the Authorized User prior to ordering Products and services. Any additional licensing terms agreed to by the Authorized User shall not conflict with Appendix A, this Solicitation, any resultant Contract, or Appendix B. Any such conflicting terms shall be void and unenforceable. 8. The Dun & Bradstreet Inc. DBA D&B contract (PC68180) replaces Dun& Bradstreet LexisNexis Contract #PS64205 under Electronic On-Line Database Group 79103-Award NEG-21094. If you currently use Contract #PS64205 with Dun & Bradstreet, please contact your Dun & Bradstreet account representative as soon as possible to transition from the current contract to the new contract. PRICE: Price shall include all customs duties and charges and be net, F.O.B. destination to any point in New York State as designated by the Authorized User and shall include all transportation charges and inside delivery for print medium. Inside deliveries are to be delivered to the ordering Authorized User’s stockroom or office location. The Bidder’s price should include all costs associated with selling the Product. No shipping charges are allowed EXCEPT on printed foreign publications shipped directly to the Authorized User from an address outside the 48 contiguous US states including the District of Columbia. Foreign shipping costs shall be prepaid by the Contractor and added to the invoice and all such orders shall be shipped on F.O.B. destination by the most economical method. There shall be no increase in Contract prices for freight, shipping, fuel or other surcharges, FPT (Freight Pass Through), etc. during the term of the Contract. FOR LOT 1 ONLY: Authorized Users may be charged additional fees charged by the Publishers which include licensing fees, platform fees etc. in excess of the base subscription fee. However, any additional fess shall only be those charges passed on by the Publishers and shall not include any additional fees charged by the Contractors for such services. The Contractor shall only charge fees based on List Prices charged by Publishers. The Authorized User must be notified of all such fees at the time of purchase. Fees that are not told to the Authorized User at the time of purchase shall be paid by the Contractor. Contractor’s pricing information is included in the posted Pricelist linked from the Contractor Information page. PRICING BASED ON GSA PRICING: Authorized Users shall be entitled to all associated discounts enumerated in the GSA Supply Schedule (including, but not limited to discounts for additional sites and volume discounts), as well as any other pricing or discount terms as are expressly enumerated in this NYS Contract or GSA schedule, when calculating the Contract price. GSA pricing incorporates a sum referred to as the “GSA Industrial Funding Fee (IFF)”. Contract prices will be reduced by an amount equivalent to the IFF. The NYS Price will be calculated by reducing the published GSA price, after the discounts, if any, downward by the amount of the Industrial Funding Fee, currently set at .75%. VOLUME DISCOUNTS: Contractor may offer volume discounts using the thresholds listed on each Contractor’s Information Page. PREPAYMENT PLAN DISCOUNTS: Contractor may offer Prepayment Plan Discounts using the thresholds listed on each Contractor’s Information Page. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 13 23044ra06 PROMPT PAYMENT DISCOUNTS: Contractor may offer prompt payment discounts at the transaction level. Please refer to the Contractor’s Information Page. CENTRALIZED CONTRACT MODIFICATION: 1. OGS, an Authorized User, or the Contractor may suggest modifications to the Centralized Contract or its Appendices. Except as specifically provided herein, modifications to the terms and conditions set forth herein may only be made with mutual written agreement of the Parties. Modifications may take the form of an update or an amendment. “Updates” are changes that do not require a change to the established Centralized Contract terms and conditions. A request to add new Products at the same or better price level is an example of an update. “Amendments” are any changes that are not specifically covered by the terms and conditions of the Centralized Contract, but inclusion is found to be in the best interest of the State. A request to change a contractual term and condition is an example of an amendment. 2. Updates to the Centralized Contract and the Appendices may be made in accordance with the contractual terms and conditions to incorporate new products or services, make price level revisions, delete Products or services, or to make such other updates to the established Centralized Contract terms and conditions, not resulting in a change to such terms and conditions, which are deemed to be in the best interest of the State. 3. OGS reserves the right to consider modifications which are not specifically covered by the terms of the Centralized Contract, but are judged to be in the best interest of the State. Such modifications are deemed amendments to the Centralized Contract and may require negotiations between Contractor and OGS before execution. 4. All modifications proposed by Contractor, shall be processed in accordance with Appendix C, Contract Modification Procedure. The Contractor shall submit all requests in the form and format contained in Appendix C, Contract Modification Procedure. The form contained within Appendix C is subject to change at the sole discretion of OGS. 5. Modifications proposed by OGS or an Authorized User, including updates and amendments, shall be processed in accordance with the terms of the Centralized Contract and Appendix B, §26, Modification of Contract Terms. CONTRACT PRICELIST UPDATE PROCEDURES: The procedures below outline how Contract pricelist updates will be handled under this Contract. If awarded more than one Lot, Contractor shall submit pricelist updates for each Lot simultaneously pursuant to the requirements of this section. NOTE: THE FOLLOWING PROCEDURES ARE NOT APPLICABLE TO CONTRACTOR PROPOSED CHANGES TO CONTRACT TERMS AND CONDITIONS. Any implied or express request for changes in or additions to existing Contract terms and conditions, including new terms and conditions associated with a specific product line being added to the Contract for the first time, requires a formal Contract amendment and requires the approval of OGS. New or revised Contract terms and conditions are subject to the restrictions set forth in Appendix B, §26, Modification of Contract Terms. Lot 1 - Serials Pricelist Updates Adding and Deleting Item Categories (Other than Optional Products and Services) 1. No decrease in discounts: The Bidder’s discount may increase at any time, but shall not decrease during the term of the Contract. Service Charges bid may decrease at any time, but shall not increase during the term of the Contract. 2. Adding or Deleting Item Categories: Bidder may add or delete Item Categories to its Price List pursuant to this Section and at the discretion of OGS. Any new Item Categories added to the Contract shall be subject to a reasonableness of price review pursuant to Section 5.3, Reasonableness of Price, of the Solicitation. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 14 23044ra06 3. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add/delete Item Categories. 4. Subsequent Years: Commencing with the second year of the Contract, the Contractor may add or delete Item Categories within thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. Optional Products and Services 1. Adding or deleting Optional Products and Services: Bidder may add or delete Optional Product and Services offerings pursuant to this section and at the discretion of OGS. Any new Optional Products and Services offered shall be subject to a reasonableness of price review pursuant to Section 5.3, Reasonableness of Price. 2. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add or delete Optional Products and Services. 3. Subsequent Years: Commencing with the second year of the Contract, the Contractor may add or delete Optional Products and Services within thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. Price Adjustments for Lot 1 Optional Products and Services All prices for Optional Products and Services may be adjusted annually following the first year of the Contract on the basis of the Not Seasonally Adjusted Consumer Price Index – All Urban Consumers, U.S. City Average, All Items Less Food, Series ID: CUUR0000SA0L1, published monthly by the US Department of Labor Bureau of Labor Statistics. There shall be no price adjustments during the first year of the Contract. The adjustment shall be established as follows. Following the first year of the Contract and annually thereafter, the Contractor may make a formal request for a price adjustment in the succeeding Contract year. This request must be made in writing to the contract manager identified on the front page of the resultant Contract Award Notification; thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. If the Contractor fails to submit a written request, he/she forfeits its opportunity to receive a price adjustment in the succeeding Contract year. Price adjustments for monetary amounts for Optional Products and Services shall begin with the second year of the start date of the Contract and annually thereafter. The adjustment shall be based on the percentage of increase or decrease in the above referenced index in the preceding twelve months ending three months prior to the effective date of the adjustments. In no case shall price increases exceed five percent (5%) annually. All adjusted prices will be rounded up or down to the nearest whole cent. The Office of General Services shall notify all parties of the price adjustments through the issuance of written notification by the Procurement Services. Below is an example calculation. Values used are for illustrative purposes only. CPI for current period 193.676 Less CPI for previous period 188.326 Equals Index point change 5.350 Divided by previous period CPI 188.326 Equals 0.028 Result multiplied by 100 0.028 x 100 Equals percent change 2.8 Should the referenced CPI become discontinued during the course of the contract, it will be replaced by the Not Seasonally Adjusted Consumer Price Index – All Urban Consumers, U.S. City Average, All Items, Series Id: CUUR0000SA0, and adjustments will be calculated based on the same methodology as outlined above, but with data from the new replacement index. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 15 23044ra06 Submitting Price List Changes Contractor is required to submit Contract pricelist updates electronically in an unprotected Microsoft Excel (2013 or lower version) spreadsheet either on CD or via e-mail to the OGS Procurement Services contract manager. The pricelist must be dated and the format shall be consistent with the format of the Contractor’s approved Contract pricelist. The pricelist shall separately include and identify (e.g., by use of separate worksheets or by using highlighting, italics, bold and/or color fonts) Item Categories added/deleted; Optional Products and Services added/deleted; and any price increases/decreases. Contractors shall submit their updated Contract pricelist to the OGS Procurement Services contract manager pursuant to the requirements of this section for review and written approval prior to issuing to Authorized Users. All approved pricelist updates shall apply prospectively upon approval by OGS. Any request for a pricelist update not received in accordance with this section shall be deemed denied. Lot 2 – Database Access Pricelist Updates 1. General: Any new Products or services added to the Contract shall be subject to a reasonableness of price review. The Bidder’s discount may increase at any time, but shall not decrease during the term of the Contract. 2. First Year: In the first year of the Contract, the Contractor shall be allowed to update the pricelist once to add/delete Products or services as established by the Contractor in their normal course of business. There shall be no price increases allowed for existing Products or services during the first year of the Contract. 3. Subsequent Years: Commencing with the second year of the Contract, the Contractor may update the pricelist annually to reflect Contractor price changes and the addition/deletion of Products and services as established by the Contractor in their normal course of business; thirty (30) calendar days after the anniversary date of the Contract. The thirty (30) calendar days includes the anniversary date of the Contract. In a single year of the Contract the total request for price increases shall not exceed the lesser of: 1. three (3%) percent annually, or 2. the percent increase in the latest available National Consumer Price Index - All Urban Consumers (CPI- U), Not Seasonally Adjusted, U.S. City Average, All Items (Series Id: CUUR0000SA0,CUUS0000SA0); as published by the U.S. Department of Labor, Bureau of Labor Statistics, Washington, D.C. 20212. CPI-U data may be obtained at www.bls.gov. The following example illustrates the computation of percent change: CPI for current period 230.000 Less CPI for previous period 225.000 Equals index point change 5.000 Divided by previous period CPI 225.000 Equals 0.022 Result multiplied by 100 0.022 x 100 Equals percent change 2.2 The “CPI for current period” shall be the index in effect at the time the Contract pricelist update request is received; “CPI for previous period” shall be the index in effect when the Contract pricelist was last updated. Contractor is required to submit Contract pricelist updates electronically in an unprotected Microsoft Excel (2013 or lower version) spreadsheet either on CD or via e-mail to the OGS Procurement Services contract manager. The pricelist must be dated and the format shall be consistent with the format of the Contractor’s approved Contract pricelist. The pricelist shall separately include and identify (e.g., by use of separate worksheets or by using highlighting, italics, bold and/or color fonts) Products and services being added/deleted and any price increases/decreases. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 16 23044ra06 In connection with any Contract pricelist update, OGS reserves the right to request additional information; reject Contract updates; remove Products and services from Contracts; remove Products and services from Contract updates; and request additional discounts for new or existing Products and services. PERFORMANCE REQUIREMENTS – LOT 1 – SERIALS: Orders, Renewals, and Cancellations 1. The Authorized User may specify that the subscription begin with current issue, first issue of the current volume, first issue of the current year, or first issue of the next volume. Subscriptions shall begin on the effective date specified on the purchase order. 2. The Contractor shall notify the Authorized User as soon as possible but no later than thirty (30) calendar days if unable to supply a new order. Contractor shall also provide a reasonable explanation in writing for non- fulfillment. 3. The Contractor shall provide address, publication, merger, and title change services, etc. 4. The Contractor shall make arrangements with publishers for all regularly purchased subscription orders and renewals within sufficient time to avoid any interruption in receipt of issues. 5. The Contractor shall cancel subscriptions as requested by the Authorized User and shall issue a credit if allowed by the publisher. 6. The Contractor shall provide pro-rated refunds or substituted titles for titles which cease publication prior to expiration if provided by the publisher. OGS reserves the right to resolve any issues that may arise between an Authorized User and the Contractor with regards to refunds or substituted titles. 7. The Contractor shall provide a common expiration date for subscriptions (if requested by the Authorized User) unless prohibited by the publisher. 8. At the Authorized User’s request the Contractor shall renew subscriptions automatically on a date selected by the Authorized User; or at the option of the Authorized User, shall provide a list of titles to be renewed by the Contractor for the Authorized User's approval prior to the issuance of the annual renewal invoice. Authorized User may change automatic renewal status at any time and for no additional charge. 9. The Contractor may provide two, or three-year renewal periods, but must at a minimum offer a one-year renewal period. 10. The Contractor may enter orders for back files, special issues, supplements, extra volumes, and cumulative indexes, if requested to do so by the Authorized User. 11. All orders, renewals, and cancellations between the Contractor and the Authorized User shall be in writing, or shall be electronically transmitted. 12. In lieu of individual order forms, Contractor shall be able to accept a purchase or letter order to which is appended a list of titles. Invoicing and Payments 1. The Contractor may offer an early prepayment discount. Annually, the Contractor shall specify the percentages of discount offered and the deadlines for early payment. Subscriptions may be prepaid for up to three years for Authorized Users legally empowered to make advance payments. 2. The Contractor shall provide annual renewal invoice(s) and indicate if such invoices are available electronically. 3. The Contractor shall provide supplemental invoices for “bill as” published titles, for “bill later” titles, for new orders, etc., based on agreement with Authorized User. 4. The Contractor shall provide up to three copies of all invoices if requested by an Authorized User. 5. All invoices shall provide the following information or other "identifier," if applicable: a. Name, address and Federal Identification Number of Contractor. b. Authorized User address and account number. c. Invoice date and number. d. Purchase order number. e. Contract number. f. Titles listed in alphabetical order or in an order specified by Authorized User. g. International Standard Serial Numbers (ISSNs). GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 17 23044ra06 h. Price for each subscription period. i. Subscription period. j. Description, quantity, unit price and extended price of all items. k. Information indicating if charge is an added optional service charge. An explanation is required. l. The discount or Service Charge, as requested by the Authorized User, on a line-by-line basis. 6. Increases in subscription price shall be allowed if correction in cost is required due to publisher’s change in price. 7. Decreases in subscription price shall be refunded or credited, as specified, to the Authorized User promptly. 8. The Contractor shall, upon request from the Authorized User, provide proof of Publisher List Prices and increases or decreases in Publisher List Prices for specific titles. 9. Additional fees which are passed on by the publishers, e.g. licensing fees, shall be listed separately on invoices. Optional If available and/or possible, Contractor to advise Authorized Users if the following may be provided: 1. Authorized User fund code. 2. Information indicating if charge is for a renewal or new order. 3. Information identifying “bill later” or “bill as” published titles. 4. On supplemental invoices, the original invoice number. 5. Availability of title in electronic format. 6. Customized Invoicing Claims 1. The Contractor shall be responsible for claiming all issues reported as not received or received damaged or defective by the Authorized User. 2. The Contractor shall promptly process claim notices in a timely manner not to exceed the claim period permitted by the Publisher. 3. The Contractor shall provide claim reports no less frequently than bimonthly. 4. Claim reports shall provide the following information: a. Date of claim report. b. Title(s) being claimed. c. Issue(s) being claimed. d. Date(s) of prior claim(s). e. Publisher's response, if any. 5. The Contractor may accept and respond to claims by U.S. mail, facsimile, electronic mail, courier service, or online. Conversion to New Contractor by Authorized Users 1. Renewal orders requested by Authorized Users shall be placed at least two months before expiration of current subscriptions. 2. If an interruption in service results from a change in a Contractor, any issues not received shall be obtained by the Contractor who received payment for that period at no additional cost to the Authorized User. Delivery to the Authorized User shall be made by the original Contract delivery and at no extra cost to the Authorized User. 3. If duplicate issues are received as a result of change in Contractors and the Publisher required their return, the Contractor shall be responsible for resolving the problem and shall absorb any associated costs. Reports 1. The Contractor may send the Authorized User a monthly statement showing the date and amount of each outstanding invoice and credit memorandum. 2. The Contractor shall notify the Authorized User of title changes and discontinued titles and provide information on titles that are slow, delayed, or irregular, either as they occur or on a monthly basis. 3. At the Authorized User's request the Contractor shall provide a printed customized list of titles arranged alphabetically or according to specifications defined by the Authorized User. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 18 23044ra06 4. Upon request, the Contractor may be required to provide the Authorized User with a price analysis report showing a 1-3 year Publisher List Price comparison of titles ordered. This report can be arranged by title, country of publication, or by codes defined by the Authorized User. 5. If available, Contractor may provide an industry-wide summary of statistical data and analyses. 6. Upon request, the Contractor shall provide a report showing changes in Publisher subscription periods, quantities ordered, and publishers' new requirements. 7. All reports between the Contractor and the Authorized User shall be in writing, and may be electronically transmitted. Licensing Terms and Conditions for Electronic Publication Authorized User Access to Electronic Publications 1. Access: Access to the Electronic Publications by Authorized Users shall be either via electronic media or the Internet. If access is provided via the Internet, the Contractor shall ensure that the Electronic Publications are highly stable and usable (including average response time of less than 5 seconds, and uptime, except for scheduled maintenance, of 96.9%), and shall ensure that the Web server(s) is (are) fully capable of serving Authorized Users. Access shall be controlled by Internet Protocol (IP) addresses, passwords or other appropriate authentication technology. 2. If the license rights are based on a named user model, an Authorized User will prepare and submit to the Contractor a list of End Users that shall include name, address, and contact information. 3. License Scope: The Contractor and the State agree that the license for the Electronic Publications shall be governed as set forth below: a. Authorized User is granted a non-exclusive, transferable, term license to access and use the electronic publications in accordance with this Contract. The license term for the Electronic Publications license shall commence upon the license effective date. b. It shall be the obligation of the Authorized User to review and comply with the terms and conditions of the License Agreement if one is required by the publisher to use the Electronic Publication or electronic content to the extent that they do not conflict with the terms of Appendix A, Appendix B, this Solicitation or any resultant Contract. c. Permitted License Transfers: As Authorized User’s business operations may be altered, expanded or diminished, Electronic Publication licenses may be transferred or combined for use at an alternative or consolidated site not originally specified in the license, including transfers between Authorized Users and/or their End Users (“permitted license transfers”). Contractor shall have the discretion to issue new login credentials when a license transfer takes place. d. Concurrent Use License: Where licensing of Electronic Publications is based upon “Concurrent Users,” Contractor hereby grants license rights to the specified number of Concurrent Users actually executing the licensed programs, without reference to location or named End Users (hereinafter “Concurrent Users”). Contractor’s Performance Obligations 1. The Contractor will provide and maintain help files and other appropriate user documentation for the Electronic Publications to be accessible to all Authorized Users free of charge. 2. The Contractor will offer reasonable levels of continuing support to assist Authorized Users and their End Users in their use of the Products. Contractor will make its personnel available by email, phone or fax during regular Business Days. Authorized User Performance Obligations Authorized Users acknowledge that the copyright and title to the information content and organization of the Electronic Publications are and remain with the publisher. Authorized User shall use reasonable efforts to inform its End Users and walk-in patrons of any restrictions on the use of the Electronic Publications. Authorized User shall use reasonable efforts to protect the Electronic Publications from any use that is not permitted under this agreement. Authorized Users and/or End users may make all use of the Electronic Publications as is consistent with the Fair Use Provisions of United States and international copyright laws and the Bidder’s/Contractor’s GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 19 23044ra06 terms and conditions for use of its online services, provided that they do not conflict with the terms of Appendix A, this Solicitation or any resultant Contract, or Appendix B,. In addition, the Electronic Publications may be used as follows: 1. Authorized Users and End Users may display, download, copy and/or print portions of the Electronic Publications for use in research, education, or other non-commercial purposes. 2. Authorized Users and End Users may use a reasonable portion of the Electronic Publications in the preparation of educational materials. 3. Authorized Users may fulfill occasional requests from other institutions, a practice commonly called Interlibrary Loan. Authorized Users agrees to maintain records respecting End User's use of materials in such Interlibrary Loan and to provide such records to the Contractor upon request. Specific Restrictions on Use of Electronic Publications Authorized User may not utilize the Electronic Publications for commercial purposes, including but not limited to the sale of the Electronic Publications, fee-for-service use of the Electronic Publications, or bulk reproduction or distribution of the Electronic Publications in any form; nor may Authorized User impose special charges for use of the Electronic Publications beyond reasonable printing or administrative costs. Licensing Terms and Conditions Bidders are advised to review all terms and conditions carefully; particularly the licensing terms and conditions for Electronic Publications. If license agreement, shrink-wrap or click wrap agreements are associated with Electronic Publications, it is the responsibility of the potential Bidder/Contractor to offer only those Serials in electronic format that satisfy the license terms and conditions of the Solicitation. License terms that conflict with the terms of Appendix A, Appendix B, this Solicitation or any resultant Contract shall not be enforceable. PERFORMANCE REQUIREMENTS – LOT 2 – DATABASE ACCESS: System Availability Databases shall be functional at least 99% of the time. Scheduled Maintenance Contractor must notify Authorized Users at least 48 hours prior to scheduled maintenance that interrupts End User access to Databases. OGS requests that scheduled maintenance NOT be performed during normal Business Days. RSS Feeds Contractors shall indicate on their Pricelist if RSS Feeds are allowed, and if so, if they are included in the price of the resource. CONTRACT PERIOD AND RENEWAL: The Contract(s) shall commence after all necessary approvals by both parties, and shall become effective upon mailing of the final Contract Award Notice by OGS (see Appendix B, §22, Contract Creation/Execution). The Contract(s) shall be in effect for five (5) years beginning on the date of approval of the first contract awarded as a result of the IFB, and shall end conterminously five (5) years from the approval of the first contract awarded as a result of the IFB. If mutually agreed between OGS and the Contractor, the Contract may be renewed under the same terms and conditions for up to two (2) additional years. Discount reduction will not be allowed and is specifically excluded from the terms and conditions of the Invitation for Bid and resultant Contract. Price decreases or discount increases are permitted at any time. SHORT TERM EXTENSION: In the event a replacement Contract has not been issued, any Contract let and awarded hereunder by the State, may be extended unilaterally by the State for an additional period of up to one (1) month upon notice to the Contractor with the same terms and conditions as the original Contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the Contractor, the extension GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 20 23044ra06 may be for a period of up to three (3) months in lieu of one (1) month. However, this extension terminates should a replacement Contract be issued in the interim. PERIODIC RECRUITMENT: The State reserves the right to add Contractors beginning in the second year of the Contract and at one year intervals thereafter. The State will formally announce when the bid is reissued, at the discretion of the State. Bidders shall be required to submit such Bid documentation as required by OGS, which may include additional applicable statutory requirements currently in effect at the time of the new Bid solicitation. Once awarded a Contract, a Contractor may not resubmit a Bid for future consideration. In addition, if a Bid is deemed non-responsive or is rejected under periodic recruitment, a Bidder cannot reapply for a future Contract until the next periodic recruitment period. For Contracts that are awarded under periodic recruitment, the Contract term will commence upon OGS approval in accordance with §22, Contract Creation/Execution of Appendix B and will terminate on the then current end date of the Contract or at the end of any approved extension or renewal period. Bidders shall be required to submit this original bid document which may include additional applicable statutory requirements currently in effect at the time of the new bid solicitation. Bidders are advised to review the "Qualification of Bidders" clause before submitting a bid under periodic recruitment to ensure they can meet all bid requirements. CONTRACT ADVERTISING: In addition to the requirements set forth in Appendix B §21,Contract Publicity, any Contractor advertisements, promotional literature and/or Contract description(s) of Contract awards must be reviewed and approved by Procurement Services prior to issuance. MINIMUM ORDER: There is no minimum order requirement. NEW YORK STATE PURCHASING CARD: See "Purchasing Card" in Appendix B, §15, Purchasing Card. Contractors indicated on their Contractor’s Information Page if they will accept the NYS Purchasing Card for orders not to exceed $85,000. For all purchases executed using a New York State Purchasing Card, Contractor shall provide an itemized receipt with each delivery. Contractor shall state the discount offered when using the NYS Purchasing Card on each Contractor’s Information page. CONTRACT ORDERS: Contractor shall be capable of accepting orders manually, via facsimile, and, electronically via email. As an option, Contractor may also accept orders electronically via the Internet through a web-based ordering system. Contractor shall be required to provide written quotes to Authorized Users who request them prior to placing an order, which quote details the SKU corresponding with the approved product list, List Price, discount, and Net Price, as applicable. The web-based ordering system, if offered, shall allow Authorized Users to enter orders and have full order inquiry capabilities. All orders (manual, fax, electronic) shall reference requisition and/or purchase order number as required. If offering a web-based ordering system, the Bidder represents and warrants that it is the sole owner of the software product used for its ordering system, or, if not the owner, has received all proper authorizations from the owner to license the software product, and has the full right and power to grant the rights contained in any Contract resulting from this Invitation for Bids and as described further in Appendix B. Bidder further warrants and represents that the software product is of original development, and/or that the package and its use will not violate or infringe upon any patent, copyright, trade secret or other property right of any other person/company. The web-based ordering system*, if offered, shall be capable of processing, controlling, documenting, and reporting on the following minimum data elements: GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 21 23044ra06 • Contractor Name and Address • Agency/Facility/Political Subdivision, etc. • Contract Number • Purchase Order/Requisition Numbers • Contact (individual placing order) • SKU/PN & Product Description • Net Price • Extended and Total Amounts *Comparable systems meeting the intent of the specifications may be considered. If offering a web-based ordering system, the Contractor shall provide any necessary software (excluding communication software) and training guides/manuals or online support in the use of the web-based ordering system at no additional cost to all Authorized Users capable of placing orders electronically. Samples of software and training guides/manuals may be required. If requested, Bidder must demonstrate its system at an Albany, NY area location designated by the State. INTERNET WEBSITES: The State encourages successful Bidders to provide a designated NYS Contract website for Authorized Users’ direct access. This website will be listed under the Contractor information. The purpose of a dedicated website is to provide Authorized Users with access to Contract pricing and Product offerings and the option of online ordering. It is the Contractor’s responsibility to ensure that Contract and related information is accurately and completely posted, maintained and displayed in an objective and timely manner which renders it clearly distinguishable from other, non-contract offerings at Contractor’s web site. Changes in Products or pricing must be approved by the Office of General Services, Procurement Services in accordance with any terms included in this Solicitation and resultant Contract prior to addition to the website. Hard copy catalog and pricelists, either in paper format or electronic format, must be available to all Authorized Users who either do not have Internet access or prefer the optional format. PURCHASE ORDERS AND INVOICING: All Purchase Orders and invoices shall include the Contract number and a line by line listing of separate charges. Order confirmation shall mean that the Contractor has received the purchase order, has reviewed it for compatibility with the Item currently on Contract, has resolved any non-compatibility problems with the Authorized User, and has entered the order, assigned an order number with anticipated delivery date. Purchase Orders Purchase orders are to include the following information: 1. Contract number 2. Contractor name 3. ISSN and Product/service description 4. Net Price Invoices Authorized Users are instructed not to process invoices that do not include the required information set forth below. Invoices must be detailed and include in the body of the invoice or an attachment to the invoice all of the following items. Failure to comply may result in lengthy payment delays. Original invoices must follow the billing instructions contained in the purchase order. Invoices shall include, at a minimum, the following information: 1. Contract number 2. Contractor name 3. NYS Vendor Identification Number 4. Purchase Order number 5. ISSN and Product/service description 6. Line item breakdown of all charges to include Net Price of each Product/service GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 22 23044ra06 Note that additional information is required for invoices for Lot 1 – Serials Products in accordance with Section Performance Requirements – Lot 1 - Serials. Business units or branch offices within an Authorized User may require separate invoicing as specified by each Authorized User. The Contractor’s billing system must be flexible enough to meet the needs of varying accounting systems in use by different Authorized Users. SOFTWARE: Software offered must be in a format that does not require any conversion by the Authorized User and shall: 1. be available as part of the Contractor’s standard commercial offerings; and 2. be directly related to the operational function of the Products offered under the contract. Any Software currently on the NYS Miscellaneous Software Catalog contract Prohibited List is excluded from purchase under this Contract, except when the Software is pre-loaded on equipment at the time of purchase. The Prohibited List may be accessed on the OGS website: http://www.ogs.ny.gov/purchase/snt/awardnotes/79518Prohibited.pdf. RELATED THIRD PARTY PRODUCTS: Third Party Products which meet and comply with all of the following criteria may be authorized for sale under this Contract: 1. The Third Party Product is available as part of the Contractor’s standard commercial offerings. 1. The Third Party Product fits the scope of and is directly related to the operation of Products that fit the scope of the Contract. 2. If the Third Party Product is available on another NYS Contract, such item will only be approved for inclusion on this Contract in accordance with Section titled, Overlapping Contract Items. If the Third Party Product is not available on another NYS Contract, then price reasonableness must be established in order for such item to be added to the Contract. USE OF RESELLERS/DISTRIBUTORS/ALTERNATE CHANNEL PARTNERS: Contractor must provide service, sales and support staff to service Authorized Users geographically located at multiple purchasing locations throughout New York State. Contractor shall ensure that sufficient resources are available directly, or through authorized Resellers to ensure maximum service capability throughout the State. The State agrees to permit Contractor to utilize approved, designated value added resellers (VARs), distributors, dealers, and sales agents to participate as alternate channel partners (collectively referred to as “Resellers”) for Contractor. Such participation is subject to the following conditions: 1. Designation of Reseller(s): Contractor shall specify whether orders must be placed directly with Contractor, or may be placed directly with designated Reseller(s). When Reseller(s) are submitted for approval, Contractor must provide the State, in advance, with all necessary ordering information, billing addresses, Federal Identification Numbers, and NYS Vendor Identification Numbers in the format requested in Reseller Directory. Failure to accurately provide all required information may result in processing delays. 2. Conditions of Participation: Reseller(s) must be approved in advance by the State as a condition of eligibility under the Contract. The State also reserves the right to rescind any such participation or request that Contractor name additional Resellers, in the best interests of the State, at the State’s sole discretion, at any time. Contractor shall have the right to qualify Reseller(s) and their participation as fulfillment agents under this Contract by product line, contracting program (e.g., government/educational sales), geographic region, size/sales volume, technical training or other criteria (“qualifying criteria”), provided that: i) such qualifying criteria are uniformly applied to all potential Resellers based upon Contractor’s established, neutrally applied commercial/governmental program criteria, and not to a particular procurement; ii) all general categories of qualifying criteria must be disclosed by the Contractor to the State, in advance, at the beginning of the Contract term; iii) those qualifying criteria met by the Reseller must be identified on the form provided in Reseller GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 23 23044ra06 Directory at the time that Reseller approval is requested under this paragraph; and iv) immediate advance notice is provided to OGS in the event that a change in Reseller’s status occurs during the Contract term. 3. All Resellers who have been approved in accordance with the foregoing paragraph shall be eligible to quote lower than Contract pricing for procurements under this Contract which meet their qualifying criteria. Except as otherwise set forth in Reseller Directory, Contractor warrants and represents that it shall not, directly or indirectly, by agreement, communication or any other means, restrict any Reseller’s participation or ability to quote a particular order. Reseller Directory updates will be allowed no more than twice annually. On the first business day of the month following the sixth and twelfth months of each contract year, Contractors shall be given an opportunity to submit revised Reseller Directories electronically. When submitting Reseller Directory updates, Contractors shall be required to separately specify additions, deletions, and/or any other changes to the directory in an accompanying communication submitted with the request in order to facilitate a more expeditious review; failure to do so may result in the rejection of the request. 4. Responsibility for Reporting/Performance: Contractor shall be fully liable for Reseller(s)’ performance and compliance with all Contract terms and conditions. Product purchased through Reseller(s) must be reported by Contractor in the required monthly reports to the State as a condition of payment. In addition to inclusion of Reseller(s) volume in the Contractor’s monthly reporting obligation to the State, at the request of Authorized User, Reseller(s) shall provide Authorized User with quarterly reports of the individual Authorized User’s Contract activity with Reseller. 5. Applicability of Contract Terms: Product ordered directly through Reseller(s) shall be limited to Products currently approved for inclusion under this Contract and shall be subject to all terms and conditions of this Contract as a condition of Reseller participation. CANCELLATION OF PURCHASE ORDERS: Cancellation of orders in part or whole for unavailable Products shall be made by means of appropriate notations and adjustments on orders returned by Contractor to the Authorized User. Contractors shall make no shipments of canceled Products except on the basis of a new order. Products not supplied by the Contractor may be purchased from any other Contract source. CONTRACT PAYMENTS: Payments cannot be processed by Authorized Users until the items have been delivered and accepted. Payment will be based on any invoice used in the Contractor's normal course of business. However, such invoice must contain all requirements in Section Purchase Orders and Invoicing. CONTRACT ADMINISTRATOR: Contractor must provide a dedicated Contract Administrator to support the updating and management of the Contract on a timely basis. Contractor must notify OGS within five (5) Business Days if its Contract Administrator changes, and provide an interim contact person until the position is filled. Changes to Contractor contact information, including the designation of a new Contract Administrator, shall be submitted electronically via e-mail to the OGS Contract Management Specialist. TOLL-FREE NUMBER/AUTHORIZED USER ASSISTANCE: A Bidder must provide a toll-free telephone number for the Authorized User assistance under any Contract or purchase order resulting from this Solicitation. Bidder must staff this toll-free number at a minimum from 8:00 a.m. to 5:00 p.m. ET Monday through Friday, excluding NYS holidays. If Bidder does not currently maintain a toll-free number, the Bidder must be willing to establish one prior to award of Contract. Bidders may also offer online assistance, such as email or chat assistance. INSURANCE REQUIREMENTS: The Contractor shall with the Insurance Requirements of the bid solicitation. Within thirty (30) days after renewal or replacement of any policy required by any Contract resulting from this solicitation, or within three (3) business GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 24 23044ra06 days of request, Bidders and Contractors shall supply OGS with updated replacement Certificates of Insurance, and amendatory endorsements. REPORT OF CONTRACT SALES: Contractor shall furnish a report semiannually of all Products purchased under the Contract during each semiannual period, no later than the 15th of the month following the close of each six month period. Purchases by Non-state agencies, political subdivisions and others authorized by law shall be reported in the same report and indicated as required. If resellers are utilized, the Contractor shall be responsible for consolidating all contract purchases into a single report. A template for such report is included in Attachment 9 - Report of Contract Sales. All fields of information shall be accurate and complete. The report is to be submitted electronically via electronic mail utilizing the template provided in Microsoft Excel 2013, or lower version (or as otherwise directed by OGS), to the attention of the OGS contract manager and shall reference the Group Number, Award Number, Contract Number, and Sales Period. OGS reserves the right to amend the report template during the Contract term. Contractor shall specify if any resellers are NYS Certified Minority and/or Women-Owned Business Enterprises (MWBEs) within the Report of Contract Sales document. Contractor shall refer to Section Contractor Requirements and Procedures for Business Participation Opportunities for New York State Certified Minority and Women-Owned Business Enterprises and Equal Employment Opportunities for Minority Group Members and Women for information on how to verify certified status. AUTHORIZED USER SALES REPORT: Upon written request by an Authorized User, the Contractor shall furnish to such Authorized User, on a monthly basis, a report listing the following: name of products purchased, quantity purchased, unit price and total dollar volume of purchases. CONTRACTOR REQUIREMENTS AND PROCEDURES FOR EQUAL EMPLOYMENT AND BUSINESS PARTICIPATION OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND NEW YORK STATE CERTIFIED MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES: Policy Statement The New York State Office of General Services (“OGS”), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority- and women- owned business enterprises have opportunities for maximum feasible participation in the performance of OGS contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority- and women-owned business enterprises had a full and fair opportunity to participate in State contracting. The findings of the study were published on April 29, 2010, under the title “The State of Minority- and Women-Owned Business Enterprises: Evidence from New York” (the “Disparity Study”). The Disparity Study found evidence of statistically significant disparities between the level of participation of minority- and women-owned business enterprises in State procurement contracting versus the number of minority- and women-owned business enterprises that were ready, willing and able to participate in State procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the Statewide certified minority- and women- owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establish goals for maximum feasible participation of New York State certified minority- and women-owned business enterprises (“MWBE”) and the employment of minority groups members and women in the performance of New York State contracts. General Provisions OGS is required to implement the provisions of New York State Executive Law Article 15-A and 5 NYCRR Parts 140-145 (“MWBE Regulations”) for all State contracts as defined therein, with a value (1) in excess of $25,000 for GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 25 23044ra06 labor, services, equipment, materials, or any combination of the foregoing or (2) in excess of $100,000 for real property renovations and construction. The Contractor agrees, in addition to any other nondiscrimination provision of the Contract and at no additional cost to OGS, to fully comply and cooperate with OGS in the implementation of New York State Executive Law Article 15-A. These requirements include equal employment opportunities for minority group members and women (“EEO”) and contracting opportunities for New York State certified minority- and women-owned business enterprises (“MWBEs”). Contractor’s demonstration of “good faith efforts” pursuant to 5 NYCRR §142.8 shall be a part of these requirements. These provisions shall be deemed supplementary to, and not in lieu of, the nondiscrimination provisions required by New York State Executive Law Article 15 (the “Human Rights Law”) or other applicable federal, State or local laws. The Contractor further agrees to be bound by the provisions of Article 15-A and the MWBE Regulations. If any of these terms or provisions conflict with applicable law or regulations, such laws and regulations shall supersede these requirements. Failure to comply with all of the requirements herein may result in a finding of non-responsiveness, non- responsibility, breach of contract, withholding of funds, suspension or termination of the Contract and/or such other actions or enforcement proceedings as allowed by the Contract. Equal Employment Opportunity (EEO) Contractor shall comply with the provisions of Article 15-A set forth below. These provisions apply to all Contractors, and any subcontractors, awarded a subcontract over $25,000, for labor, services, including legal, financial and other professional services, travel, supplies, equipment, materials, or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting State agency (the “Work”) except where the Work is for the beneficial use of the Contractor. 1. Contractor and subcontractors shall undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, EEO shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation. This requirement does not apply to: (i) the performance of work or the provision of services or any other activity that is unrelated, separate or distinct from the Contract; or (ii) employment outside New York State. 2. By entering into this Contract, Contractor certifies that the text set forth in clause 12 of Appendix A, attached hereto and made a part hereof, is Contractor’s equal employment opportunity policy. Form EEO 100 – Staffing Plan To ensure compliance with this section, the Contractor agrees to submit or has submitted with the Bid a staffing plan on Form EEO 100 to OGS to document the composition of the proposed workforce to be utilized in the performance of the Contract by the specified categories listed, including ethnic background, gender, and federal occupational categories. Form EEO - 101 - Workforce Utilization Reporting Form (Commodities and Services) (“Form EEO-101- Commodities and Services”) The Contractor shall submit, and shall require each of its subcontractors to submit, a Form EEO-101- Commodities and Services to OGS to report the actual workforce utilized in the performance of the Contract by the specified categories listed including ethnic background, gender, and Federal occupational categories. The Form EEO-101-Commodities and Services must be submitted electronically to OGS at EEO_CentCon@ogs.ny.gov on a quarterly basis during the term of the Contract by the 10th day of April, July, October, and January. Separate forms shall be completed by Contractor and any subcontractor. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 26 23044ra06 If Contractor’s EEO Form 100 - Staffing Plan provides that Contractor is unable to separate out the actual workforce utilized in the performance of the Contract from its total workforce, the following clause shall apply: Contractor and OGS agree that Contractor is unable to separate out the workforce utilized in the performance of the Contract from Contractor’s and/or subcontractor’s total workforce and that the information provided on the previously submitted Staffing Plan is Contractor's total workforce during the subject time frame, not limited to work specifically under the Contract. Contractor shall comply with the provisions of the Human Rights Law, all other State and federal statutory and constitutional non-discrimination provisions. Contractor and subcontractors shall not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex, national origin, sexual orientation, military status, age, disability, predisposing genetic characteristic, marital status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal and conviction and prior arrest. Contract Goals For purposes of this procurement, OGS conducted a comprehensive search and determined that the Contract does not offer sufficient opportunities to set goals for participation by MWBEs as subcontractors, service providers and suppliers to Contractor. Contractor is, however, encouraged to make every good faith effort to promote and assist the participation of MWBEs on this Contract for the provision of services and materials. The directory of New York State Certified MWBEs can be viewed at https://ny.newnycontracts.com/FrontEnd/VendorSearchPublic.asp?TN=ny&XID=2528 Additionally, following Contract execution, Contractor is encouraged to contact the Division of Minority and Women’s Business Development ((518) 292-5250; (212) 803-2414; or (716) 846-8200) to discuss additional methods of maximizing participation by MWBEs on the Contract. Good Faith Efforts Pursuant to 5 NYCRR § 142.8, evidence of good faith efforts shall include, but not be limited to, the following: 1. A list of the general circulation, trade and MWBE-oriented publications and dates of publications in which the Contractor solicited the participation of certified MWBEs as subcontractors/suppliers and copies of such solicitations and any responses thereto. 2. A list of the certified MWBEs appearing in the Empire State Development MWBE directory that were solicited for this Contract. Provide proof of dates or copies of the solicitations and copies of the responses made by the certified MWBEs. Describe specific reasons that responding certified MWBEs were not selected. 3. Descriptions of the Contract documents/plans/specifications made available to certified MWBEs by the Contractor when soliciting their participation and steps taken to structure the scope of work for the purpose of subcontracting with or obtaining supplies from certified MWBEs. 4. A description of the negotiations between the Contractor and certified MWBEs for the purposes of complying with the MWBE goals of this Contract. 5. Dates of any pre-bid, pre-award or other meetings attended by Contractor, if any, scheduled by OGS with certified MWBEs whom OGS determined were capable of fulfilling the MWBE goals set in the Contract. 6. Other information deemed relevant to the request. ALL FORMS ARE AVAILABLE AT: http://www.ogs.ny.gov/MWBE/Forms.asp NEW YORK STATE FINANCIAL SYSTEM (SFS): New York State is currently operating on an Enterprise Resource Planning (ERP) system, Oracle PeopleSoft software, referred to as the Statewide Financial System (SFS). SFS is currently on PeopleSoft Financials version 9.2 Bundle 18, operating on PeopleTools version 8.49.33. SFS supports requisition-to-payment processing and financial management functions. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 27 23044ra06 The State is also implementing an eProcurement application that supports the requisitioning process for State Agencies to procure goods and services in SFS. This application provides catalog capabilities. Vendors with Centralized Contracts have the ability to provide a “hosted” or “punch-out” catalog that integrates with SFS and is available to Authorized Users via a centralized eMarketplace website. There are no fees required for a Vendor’s participation in the catalog site development or management. Upon completion and activation of an on-line catalog, State Agencies will process their orders through the SFS functionality and other Authorized Users can access the catalog site to fulfill orders directly. The State is also implementing the PeopleSoft Inventory module in the near future to track inventory items within the item master table. Further information regarding business processes, interfaces, and file layouts may be found at: www.sfs.ny.gov and http://www.osc.state.ny.us/agencies/guide/MyWebHelp/. USE OF RECYCLED OR REMANUFACTURED MATERIALS: New York State supports and encourages vendors to use recycled, remanufactured or recovered materials in the manufacture of products and packaging to the maximum extent practicable without jeopardizing the performance or intended end use of the product or packaging unless such use is precluded due to health or safety requirements or product specifications contained herein. Refurbished or remanufactured components or products are required to be restored to original performance and regulatory standards and functions and are required to meet all other requirements of this Contract. Warranties on refurbished or remanufactured components or products must be identical to the manufacturer's new equipment warranty or industry's normal warranty when remanufacturer does not offer new equipment. See Appendix B, §38, Repaired or Replaced Products, Parts or Components. BULK DELIVERY AND ALTERNATE PACKAGING: New York State encourages the use of innovative packaging that reduces the weight of packaging and the generation of packaging waste. A contractor is encouraged to use reusable materials and containers and to utilize packaging configurations that take advantage of storage containers designed to be part of the product for the shipment of multi-unit purchases. New York State recognizes that these packaging methods are in the development stage and may not be currently available. Authorized Users are urged to inquire about these programs at the time of purchase and determine the best solution for their needs. SURPLUS/TAKE-BACK/RECYCING: 1. A State agency is reminded of its obligation to comply with the NY State Finance Law §§167, Transfer and Disposal of Personal Property, and 168, The Management of Surplus Computer Equipment, regarding transfer and disposal of surplus personal property before utilizing take-back, recycling, or other options for disposition of equipment that is still in operable condition. 2. If Contractor offers a take-back/recycling program, then Contractor shall provide a record of disposition to each Authorized User who participates in the take-back/recycling program for units transferred for disposition. Contractor shall provide documentation that the units were disposed of in an environmentally sound manner in compliance with applicable local, state and federal laws. See Section 3 below for specific requirements governing electronic equipment recycling. 3. The NYS Department of Environmental Conservation (DEC) Electronic Equipment Recycling and Reuse Act (“Act”) (Environmental Conservation Law, Article 27, Title 26, Electronic Equipment Recycling and Reuse), requires manufacturers to establish a convenient system for the collection, handling, and recycling or reuse of electronic waste. If Contractor is a manufacturer of electronic equipment covered by the Act, Contractor agrees to comply with the requirements of the Act. More information regarding the Act can be found on the DEC website at: http://www.dec.ny.gov/chemical/65583.html. 4. If a Contractor offers a take-back/recycling program or offers an electronic equipment recycling program pursuant to the Act, and an Authorized User participates in same, then the Authorized User shall ensure the destruction of all data from any hard drives surrendered with the machines/covered electronic equipment. Contractor shall not require an Authorized User to surrender the hard drive, as an Authorized User may wish to retain the hard drive for security purposes. Contractor shall advise the Authorized User in advance if the GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 28 23044ra06 retention of the hard drive results in additional fees or reduction in trade-in value. It is recommended that an Authorized User use a procedure for ensuring the destruction of confidential data stored on hard drives or other storage media that meets or exceeds the National Institute of Standards and Technology (NIST) Guidelines for Media Sanitation as found in NIST Special Publication 800-88. ENVIRONMENTAL ATTRIBUTES AND NYS EXECUTIVE ORDER NUMBER 4: New York State is committed to environmental sustainability and endeavors to procure products with reduced environmental impact. One example of this commitment may be found in Executive Order No. 4 (Establishing a State Green Procurement and Agency Sustainability Program), which imposes certain requirements on state agencies, authorities, and public benefit corporations when procuring commodities, services, and technology. More information on Executive Order No. 4, including specifications for offerings covered by this Contract, may be found at: http://ogs.ny.gov/EO/4/Default.asp. State entities subject to Executive Order No. 4 are advised to become familiar with the specifications that have been developed in accordance with the Order, and to incorporate them, as applicable, when making purchases under this Contract. PREFERRED SOURCE PRODUCTS: Section 162 of the State Finance Law requires that agencies, including Executive Agencies, afford first priority to the products of preferred source suppliers such as Corcraft (the marketplace name for the NYS Department of Corrections and Community Supervision, Division of Industries), New York State Preferred Source Program for People who are Blind (NYSPSP), and New York State Industries for the Disabled (NYSID), and others determined by law, when such products meet the form, function and utility of the agency. Some products in the resultant Contract(s) may be available from one or more preferred sources. An Authorized User must determine if a particular commodity or service is approved for a Preferred Source and follow the requirements of State Finance Law Section 162(3) or (4)(b), respectively, before engaging the Contractor. NEW YORK STATE VENDOR RESPONSIBILITY: The Contractor shall at all times during the Contract term remain responsible. The Contractor agrees, if requested by the Commissioner of OGS or her designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity. The Commissioner of OGS or her designee, her sole discretion, reserves the right to suspend any or all activities under this Contract, at any time, when she discovers information that calls into question the responsibility of the Contractor. In the event of such suspension, the Contractor will be given written notice outlining the particulars of such suspension. Upon issuance of such notice, the Contractor must comply with the terms of the suspension order. Contract activity may resume at such time as the Commissioner of OGS or her designee issues a written notice authorizing a resumption of performance under the Contract. The Contractor agrees that if it is found by the State that the Contractor’s responses to the Questionnaire were intentionally false or intentionally incomplete, on such finding, the Commissioner may terminate the Contract. Upon written notice to the Contractor, and a reasonable opportunity to be heard with appropriate OGS officials or staff, the Contract may be terminated by the Commissioner of OGS or her designee at the Contractor’s expense where the Contractor is determined by the Commissioner of OGS or her designee to be non-responsible. In such event, the Commissioner of OGS or her designee may complete the contractual requirements in any manner he or she may deem advisable and pursue available legal or equitable remedies for breach. In no case shall such termination of the Contract by the State be deemed a breach thereof, nor shall the State be liable for any damages for lost profits or otherwise, which may be sustained by the Contractor as a result of such termination. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 29 23044ra06 NEW YORK STATE TAX LAW SECTION 5-A: Tax Law Section 5-a requires certain Contractors awarded state Contracts for commodities, services and technology valued at more than $100,000 to certify to NYS Department of Taxation and Finance (DTF) that they are registered to collect New York State and local sales and compensating use taxes. The law applies to Contracts where the total amount of such Contractors’ sales delivered into New York State is in excess of $300,000 for the four quarterly periods immediately preceding the quarterly period in which the certification is made, and with respect to any affiliates and subcontractors whose sales delivered into New York State exceeded $300,000 for the four quarterly periods immediately preceding the quarterly period in which the certification is made. Contractors may consult with DTF’s website at http://www.tax.ny.gov/ for additional information and frequently asked questions. OVERLAPPING CONTRACT ITEMS: Products available in the resulting Contract may also be available from other New York State Contracts. Authorized Users will be advised to select the most cost effective procurement alternative that meets their program requirements and to maintain a procurement record documenting the basis for this selection. NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS: New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See Appendix B, §25, Participation in Centralized Contracts. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services’ Customer Services at 518-474-6717. NOTE TO ALL NON-STATE AGENCIES AND BIDDERS: All such participating non-State agencies and Bidders understand, acknowledge and agree that the primary responsibility in regard to performance of the Contract, of any obligation, covenant, condition or term thereunder by either such party thereto shall be borne and is expressly assumed by the participating non-State agencies and Contractor and not by the State. In the event of a failure or breach in performance of any such Contract by a non- State Agency or Contractor, the State specifically and expressly disclaims any and all liability for such defective performance or breach, and the eligible participating non-State agencies and Contractor guarantee to save the State, its officers, agents and employees harmless from any liability that may be or is imposed by the failure of either party to perform in accordance with its obligations, covenants and the terms and conditions of the State Centralized Contract. EXTENSION OF USE: The contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant Contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 30 23044ra06 CONTRACTOR PERFORMANCE: Authorized Users should notify the Procurement Services Contract administrator promptly if the Contractor fails to meet the requirements of this Contract. Performance which is otherwise unsatisfactory to the Authorized User should also be reported to Procurement Services. MERCURY-ADDED CONSUMER PRODUCTS: Contractor agrees that it will not sell or distribute fever thermometers containing mercury or any products containing elemental mercury for any purpose under this Contract. UNANTICIPATED EXCESSIVE PURCHASE: The State reserves the right to negotiate lower pricing, or to advertise for bids, any unanticipated excessive purchase. An “unanticipated excessive purchase” is defined as an unexpected order for a Contract product(s) totaling more than $50,000.00. AMERICANS WITH DISABILITIES ACT (ADA): The Federal ADA Act, signed into law July 26, 1990, bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Contractors are required to identify and offer any software or hardware products they manufacture or adapt which may be used or adapted for use by visually, hearing, or any other physically impaired individuals. Although it is not mandatory for Contractors to have this equipment in order to receive an award, it is necessary to identify any such equipment offered they have which falls into the above category. ADDITIONAL REQUIREMENTS: 1. NO DRUGS OR ALCOHOL For reasons of safety and public policy, in any Contract resulting from this procurement, the use of illegal drugs and/or alcoholic beverages by the Contractor or its personnel shall not be permitted while performing any phase of the work herein specified. TRAFFIC INFRACTIONS The State will not be liable for any expense incurred by the Contractor for any parking fees or as a consequence of any traffic infraction or parking violations attributable to employees of the Contractor. WEBSITE ACCESSIBILITY: Responsibility for Content: Contractor is solely responsible for administration, content, intellectual property rights and all materials at Contractor’s website. Contractor is solely responsible for its actions and those of its agents, employees, resellers, Sub-Contractors or assigns, and agrees that neither Contractor nor any of the foregoing has any authority to act or speak on behalf of the State. As applicable, Contractor agrees to comply with the Office of Information Technology Services f/k/a Office for Technology policy NYS-P08-005 Accessibility of Web-Based Information and Applications, as may be amended, the stated purpose of which is to make State Agency web-based Intranet and Internet information accessible for persons with disabilities. In accordance with such policy, the following language is incorporated into any Contract resulting from this procurement: Any web-based information and applications development, or programming delivered pursuant to the contract or procurement, will comply with New York State Enterprise IT Policy NYS-P08-005, Accessibility of Web-Based Information and Applications as such policy may be amended, modified or superseded, which requires that state agency web-based information and applications are accessible to persons with disabilities. Web-based information and applications must conform to New York State Enterprise IT Policy NYS-P08-005 as determined by quality assurance testing. Such quality assurance testing will be conducted by (state agency name, contractor or other) and the results of such testing must be satisfactory to (state agency name) before web-based information and applications will be considered a qualified deliverable under the contract or procurement. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 31 23044ra06 LICENSE AGREEMENTS: An Authorized User looking to acquire Products and services under a Contract resulting from this Contract must review the contractual terms and conditions. The Authorized User must ask the Contractor if “click through”, “shrink wrap” or other pass-through or licensing/subscription terms and conditions are present, and if so, the Authorized User is responsible for reviewing and approving such terms and conditions prior to ordering the Products and services. If the terms and conditions are not acceptable to the Authorized User, it is the responsibility of such Authorized User to negotiate any needed amendments. Any additional licensing terms agreed to by the Authorized User shall not conflict with Appendix A, this Solicitation, any resultant Contract, or Appendix B. Any such conflicting terms shall be void and unenforceable. APPENDIX A Appendix A, Standard Clauses For New York State Contracts, dated January 2014 is hereby expressly made a part of this Contract as fully as if set forth at length herein. APPENDIX B Appendix B, Office of General Services General Specifications, dated May 2015 is hereby expressly made a part of this Contract as fully as if set forth at length herein and shall govern any situations not covered by the bid document or Appendix A. NOTICE: THIS CONTRACT AWARD NOTIFICATION CONTAINS A SUBSET OF INFORMATION FROM THE SOLICITATION. CONTRACTS RESULTING FROM SOLICITATION 23044 HAVE BEEN EXECUTED BY CONTRACT AWARD LETTER. THE CONTRACT AWARD LETTER SETS FORTH THE ORDER OF PRECEDENCE FOR THE TERMS AND CONDITIONS OF THE EXECUTED CONTRACTS. COMPLETE CONTRACT DETAILS INCLUDING TERMS AND CONDITIONS CAN BE FOUND IN THE SOLICITATION DOCUMENT DATED REVISED FEBRUARY 1, 2018. GROUP 20020 – Serials and Database Access (Statewide) AWARD PAGE 32 23044ra06 State of New York Office of General Services Procurement Services Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one Contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & returned to: OGS Procurement Services Customer Services, 38th Floor Corning 2nd Tower - Empire State Plaza Albany, New York 12242 customer.service@ogs.ny.gov * * * * * Group 20020 – Award 23044 Serials and Database Access (Statewide) Lot 1 – Serials Lot 2 – Database Access Cengage Learning Inc. Contract No. PC67660 Federal ID No. 59-2124491 NYS Vendor ID No. 1000009563 Serials Item Categories Offered Academic Libraries Health Science Libraries Law Libraries School (Secondary, Elementary) Libraries Public Libraries Other Libraries Other Categories Contact Information CONTRACT ADMINISTRATOR ORDERS Michael Dalida Digital Solutions Manager Toll Free Phone Number: 800-877-4253 ext. 8306 Fax Number: 856-792-4500 Email: #GaleCLContracts@cengage.com or Michael.dalida@cengage.com Michael Dalida Digital Solutions Manager Toll Free Phone Number: 800-877-4253 ext. 8306 Fax Number: 856-792-4500 Email: #GaleCLContracts@cengage.com or Michael.dalida@cengage.com CONTRACT PRICING Cengage Learning Inc. - Contract Pricing- See Pricing Information Volume Discount per Transaction – Additional Discounts on Orders: $5,000.00 to $10,000.00 – additional 2% off list price for a total of 12% off list price. $10,000.01 and Over – additional 4% off list price for a total of 14% off list price. Payment/Ordering Information Does Contractor offer Electronic Access Ordering (EDI)? Yes Does Contractor accept the NYS Procurement Card for orders not to exceed $85,000? Yes Does Contractor offer Prompt Payment Discounts? No 2002023044ci_Cengage MALiA AAID ATLANTIC LIBRARY ALLIANCE Request for Proposal Library Materials Due Date: April 28, 2017 at 4:00 P.M. Copy of Original Proposal Submitted By:INGRAM. One Ingram Blvd. La Vergne, TN 37086-1986 Federal ID # 62-1746696(800) 937-5300 INGRAM April 25, 2017 Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia's College at Wise One College Avenue Wise, VA 24293 Re: Request for Proposal Library Materials Due: April 28, 2017 at 4:00 PM Dear Ms Newsome: Thank you for including Ingram Library Services LLC in your search for a vendor to provide library materials to the Mid-Atlantic Library Alliance (MALiA). We are very excited for this opportunity to present our proposal for continued partnership with your libraries. As an Ingram Content Group company, we offer a full range of services, content, and added- value to libraries. With our unmatched on-hand inventory of books and materials, Ingram truly offers "one-stop shopping" for our library customers. With decades of experience in distributing library materials, we serve libraries with a wide range of collection development, processing, and cataloging services. Our goal is to continue to partner with the MALiA to serve your member libraries with materials and services that support their missions to their patrons. Should you have any questions regarding Ingram's proposal, please feel free to contact Patrick McElhiney, Sr. Contract Management Specialist at (800) 937-5300, extension 35721. He may also be reached by email at ilsbids(5)ingramcontent.com or by fax at (615) 213-6004. Best Regards, Pamela R. Smith Vice President, Sales INGRAM CONTENT GROUP • One Ingram Boulevard • RO. Box 3006 • La Vergne.TN 37086-1986 ¦ www.ingramcontent.com REQUEST FOR PROPOSAL Issue Date: April 10, 2017 Title: Library Materials Commodity Codes: 71510,71512,71535, 71505, 71590 Issuing Agency: Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia's College at Wise One College Avenue Wise, VA 24293 Using Agency: Library of Virginia on behalf of Mid-Atlantic Library Alliance (MALiA) Initial Period of Contract: From July 1,2017 through June 30,2020 with two one-year additional renewal periods. Sealed Proposals Will Be Received Until 4:00 p.m. (Eastern Standard Time) on Friday, April 28, 2017, For Furnishing The Services Described Herein. All Inquiries For Information Should Be Directed To: Carolea Newsome, Contract Administrator, 276/328-0152 (V), 276/455-9374 (C), or MALiAContract@,ehc.edu. IF PROPOSALS ARE MAILED, ARE HAND DELIVERED OR EXPRESS MAILED, SEND DIRECTLY TO THE ISSUING AGENCY SHOWN ABOVE. In compliance with this Request For Proposals (RFP) and all conditions imposed in this RFP, the undersigned firm hereby offers and agrees to furnish all goods and services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation, and the undersigned firm hereby certifies that all information provided below and in any schedule attached hereto is true, correct, and complete. Name and Address of Firm: Ingram Library Services LLC One Ingram Blvd. La Vergne, TN 37086 Date: April 25, 2017 Bv: Pamela R. Smith (Signature in Ink) (Please Print) Fax Number: (615)213-6004 Title: Vice President, Sales E-mail Address: ilsbids@iimramcontent.com Telephone Number: (800) 937-5300 MALiA Request for Proposal – Library Materials Page 1 REQUEST FOR PROPOSAL Ingram understands the terms and conditions set forth in the Request for Proposal. We would like to elaborate upon the following specific items: III. STATEMENT OF NEEDS Ingram leads the industry in maintaining the largest on-hand inventory of over 14,000,000 unique titles, representing over 50,000 book publishers and imprints. Our unmatched nationwide inventory of over 20,000,000 books ensures the highest fill rates in the industry. Our on-hand inventory represents the largest range of publishers in the wholesale distribution business today including all binding types and formats as well as university press, small press and specialty publishing houses. Ingram stocks not only new best sellers, but also the deepest inventory of midlist and backlist titles of any vendor. Ingram can provide adult, young adult, and juvenile fiction and nonfiction titles in all subjects in a variety of bindings, including trade hardcover, trade paper, mass market paper, large print, short discount and small press, university press, single library editions, publisher’s library editions, graphic novels, board books, easy readers, picture books, pre-bound books, and big books. Our inventory includes over 17,500 prebound titles from Perfection Learning and San Val (Turtleback Books). Additionally, Ingram can provide paperback prebinding services through our partnership with HF Group, formerly Heckman Bindery, Inc. Our spoken word audio inventory includes 109,000+ titles, including abridged and unabridged editions including CD, MP3 and Playaway formats. We also inventory more than 400,000 music titles on Compact Disc, from classical to popular titles. With 79,000+ DVD and 12,000+ Blu-ray titles, Ingram offers one of the most comprehensive inventories of DVDs in the country. Ingram represents more than 500 video suppliers with titles in categories such as popular box office, foreign and independent films, and family films. We also provide an extensive line of nonfiction and children's titles. Through our supplier, Ingram Entertainment, we provide access to nearly 1,000,000 DVD volumes. Our video game inventory includes over 2,000 titles from the following platforms: PlayStation®2 (PS2), PlayStation 3 (PS3), PlayStation 4 (PS4) Xbox 360®, Xbox One, Nintendo® Wii™, Nintendo Dual Screen™ (Nintendo DS), and PlayStation®Portable (PSP). Ingram currently inventories over 250,000 Spanish titles in our distribution centers, including adult and children’s titles. We provide a limited number of spoken word audio titles in Spanish language. We also provide domestic video titles that have been dubbed or subtitled in Spanish and non-domestic Spanish video. Should a library order books not currently stocked by Ingram, we will attempt to order the book if available on the open market through normal U.S. wholesale channels. Turnaround time will be dependent upon publisher availability, however, due to our long-standing relationships with publishers, we estimate one to three weeks on available items and 60 to 90 days on special order items not currently in stock at the publisher. MALiA Request for Proposal – Library Materials Page 2 VI. GENERAL TERMS AND CONDITIONS J. PAYMENT Payment terms under this contract shall be 1% 10 Days/Net 30 Days. Payment is required for invoices within these terms even when a purchase order has not been completed. Ingram does not invoice for items until they have been shipped. Ingram offers a 1% cash discount on payments made within 10 days of statement date. Payments must be postmarked by the 10th of the month to qualify for the 1% discount. For payments submitted via ipage or Automated Monthly EFT Draft, the 1% discount is extended to the 25th of the month. Credit card payments are not eligible for this discount. This discount is shown on your invoice and must be taken at the time the invoice is paid and cannot be taken retroactively. These additional savings can be substantial when you take advantage of the prompt payment discount. While other vendors demand payment from invoice date, Ingram’s terms are calculated on statement date at the end of each month. With payment due 30 days from statement date, the customer’s payment is due an average of 45 days from invoice (30-59 days). Ingram reserves the right to assess a late charge on all past due invoices. For opening day collections, Ingram can store product and ship to you at an agreed upon date under the following terms. Items will be invoiced when they are moved to storage in an Ingram facility after receiving processing and cataloging services, and are payable within 30 days EOM. Ownership and title of said product passes to the Library upon invoice. Q. TAXES When setting up a new account under the terms of the contract, the library will be asked to provide a copy of their tax exemption certificate. S. TRANSPORTATION AND PACKAGING Orders will ship FOB Destination. Ingram defines FOB Destination as Ingram being responsible for the products until they are actually delivered to the library. Once the items have been delivered, liability lies with the receiving agency. Packaging In preparing books for shipment, our standard procedure is to stack the books on a cardboard base as a tight cube shape. The books are then wrapped in plastic and placed in a high test-weight box. Ingram is known for using the best boxes in the industry with the highest test weights. Paper and/or air pillows as dunnage are placed as needed in the carton before the box is closed and sealed. The shipping cartons Ingram uses have the highest recycled content allowed to maintain burst strength. U. ANNOUNCEMENT OF AWARD A Letter of Award should be sent to the attention of Bids and Contracts (Ingram Mail Stop 623) before you can order under this contract. MALiA Request for Proposal – Library Materials Page 3 V. DRUG FREE WORKPLACE Safety is taken seriously at Ingram. It becomes critical when the health and lives of associates and fellow workers are affected by an associate’s actions. Because of the importance of safety and sound business practices, we take a strong stand against the possession or use of alcohol or illegal drugs on Company time or property. Ingram maintains a “drug-free workplace” policy that is made available to all associates through postings, plus inclusion on our Intranet site. Any work done under this contract will be in accordance with that policy. X. eVA BUSINESS-TO-GOVERNMENT VENDOR REGISTRATION Ingram is registered as an eVA Vendor. Our vendor number is E26846. VII. SPECIAL TERMS AND CONDITIONS E. CANCELLATION OF CONTRACT Ingram acknowledges. In the event of contract cancellation, any items invoiced by Ingram are due and payable upon termination. We ask that both parties use due diligence in reporting contract issues to allow the other party to research and resolve the issue before the contract is cancelled. H. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE Ingram is requesting a full waiver on the Small Business Subcontracting requirements. This contract covers copyrighted material that is controlled by the library’s ordering. We can only purchase a title from one specific publisher that supplies that specific title. Since Ingram is already a distributor of these materials, we are unable to subcontract this work. The nature of our business does not make it effective in cost and time to subcontract distribution. Please note that Ingram does utilize small business and M/WBE vendors whenever applicable in our day to day operations. J. RENEWAL OF CONTRACT Ingram acknowledges. We ask that the request to renew be submitted in writing a minimum of 90 days before the initial contract year is due to expire, to avoid any possible disruption in service. MALiA Request for Proposal – Library Materials Page 4 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT A Offeror Data Sheet QUALIFICATIONS OF THE OFFEROR: Offerors shall return a completed copy of this attachment with their proposals. Offerors shall exhibit sound business environment with experience in providing library materials, capability and capacity in all respects to fully satisfy the contractual requirements, including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. To adequately evaluate proposals, MALiA requires the following information of all offerors. 1. YEARS IN BUSINESS: Indicate the length of time the contractor has been in business providing these types of goods and services. Years__53____ Months________ Since__1964__ 2. REFERENCES: Offerors shall provide a list of 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person, telephone number and email address. ORGANIZATION ADDRESS CONTACT TELEPHONE 2.1. Tenn-Share, P.O. Box 331871 Nashville, TN 37203 Jenifer Grady, (615) 669-8670, execdir@tenn-share.org 2.2. Massachusetts Higher Education Consortium, 505 East Pleasant Street Amherst, MA 01003, Jacqueline Cashin, (413) 577-0573, jcashin@mhec.net 2.3. Colorado Library Consortium, Kira Zimmerman, 7400 E Arapahoe Rd #75, Centennial, CO 80112, Kira Zimmerman (303) 422-1150, KZimmerman@clicweb.org 3. CONTRACT ADMINISTRATION: List full names and addresses of the contractor and any branch offices that may be responsible for administering the contract. MALiA Request for Proposal – Library Materials Page 5 3.1. Contractor: Name: Ingram Library Services LLC__________________________ Address:_1 Ingram Blvd__________ City:_La Vergne___ State:_TN_ Zip:_37086_____ 3.2. Person to contact re proposal: Name:__Patrick McElhiney, Sr. Contract Management Specialist_________________ Telephone:_(800) 937-5300 Fax:_(615) 213-6004 E-Mail:_ilsbids@ingramcontent.com 3.3. Person to contact re changes during the life of the contract: Name: Christi Cunningham, Manager, Contracts and Sales Analysis________________ Address:_1 Ingram Blvd__________ City:_La Vergne___ State:_TN_ Zip:_37086_____ Telephone:_(800) 937-5300 Fax:_(615) 213-6004 E-Mail:_ilsbids@ingramcontent.com 4. CUSTOMER SERVICE: 4.1. Contractor must have a sales representative for states served by Malia (Virginia, Tennessee, and North Carolina) Name: Derek Tolley, Senior Sales Representative Address: 14 Ingram Blvd. City: La Vergne State: TN Zip: 37174 Telephone: (615) 267-1617 Fax: (615) 213-5196 E-Mail: derek.tolley@ingramcontent.com Derek is based out of Winston-Salem, NC. 4.2. Contractor must provide toll-free customer service telephone number and/or E- Mail, and an account representative must be assigned to the library to respond to problems (e.g., with orders, claims, renewals, invoices, credits) and provide management reports and data. Account Representative: John Mangrum, Inside Sales Representative Telephone: (800) 937-5300 Fax: (615) 213-5196 E-Mail: john.mangrum@ingramcontent.com Web address: http://www.ingramcontent.com/libraries MALiA Request for Proposal – Library Materials Page 6 5. EXPERIENCE: In the space provided, give a description of the offeror's related work experiences that would demonstrate the offeror's ability to fulfill the contract. Include the extent to which your company is actively engaged in supplying, to libraries, materials of the type listed in this RFP. Ingram Content Group Inc. is part of the long tradition of successful companies built by the Ingram family of Nashville, Tennessee. Dedicated to helping content reach its destination by providing a broad range of physical and digital services to the book industry, Ingram Content Group has been a partner to librarians, educators, publishers, and booksellers for over five decades. Publishers rely on Ingram Content Group as a key provider of demand-driven print, digital, and marketing solutions. We provide reliable, cutting-edge responses to the questions our publisher partners have about the ever-changing opportunities in the book industry. No single source other than Ingram has the comparable experience, expertise, and connectivity in bringing supply chain management, and print and digital solutions to the market. Ingram is a privately held, family-owned corporation operating under the same ownership since our inception. The Ingram family is actively involved in the day-to-day operations of our company and has a vested interest in our customers’ satisfaction. The Ingram Content Group is led by John Ingram. John serves as Chairman of the Board of Ingram Content Group. John joined Ingram Industries Inc. in 1986, and held a number of key positions with Tennessee Book Company and Ingram Book Company before being named Chairman & Chief Executive Officer of Ingram Content Group. John was named Chairman of the Ingram Industries Inc. Board of Directors in April, 2008, after having served as Vice Chairman of the Board for nine years. A tremendous advantage of being a family-owned company is the history and stability of ownership backing our long-term plans to remain the number one book vendor and service provider in the library market. Ingram Content Group’s operating units are Ingram Book Company LLC including Ingram International and Spring Arbor Distributors®, Lightning Source LLC, VitalSource Technologies LLC, Ingram Periodicals LLC, Ingram Library Services LLC, Ingram Publisher Services LLC, Tennessee Book Company LLC, and Ingram Fulfillment Services LLC and ICG Ventures LLC. Ingram Library Services LLC To better support the unique needs of libraries, Ingram Library Services grew from a specialized department of Ingram Book Company in 1970 to a full-service library vendor. Because of our growth and success, Ingram Library Services incorporated in 1998 as a subsidiary of Ingram Industries Inc. Today we offer “one-stop shopping” for our library customers. Ingram provides librarians with immediate access to the largest selection of books, spoken word audio, DVD/Blu- ray titles, music CDs and other book-related products in the industry. Our full range of library value-added services includes comprehensive Collection Development support, Standing Order and Continuations programs, as well as shelf-ready cataloging and processing services customized to the library’s specifications. MALiA Request for Proposal – Library Materials Page 7 Ingram Library Services LLC is headquartered in La Vergne, Tennessee, where our Inside Sales, Customer Care, Collection Development, Custom Cataloging and Processing, and Executive and Sales staffs are located. 6. COMPANY STABILITY: 6.1 Describe your company's financial stability, available equipment, and other resources that will ensure the delivery of acceptable services to MALiA. Ingram is a privately held, family-owned corporation operating under the same ownership since our inception. The Ingram family is actively involved in the day-to-day operations of our company and has a vested interest in our customers’ satisfaction. A tremendous advantage of being a family-owned company is the history and stability of ownership backing our long-term plans to remain the number one book vendor and service provider in the library market. Ingram has emerged as the one of the largest book distributors in the industry, shipping over 86,000 units across the nation each day from our regional distribution centers. Ingram Library Services enjoys the benefit of being part of one of the largest wholesale distributors of book-related product in the world, including physical book distribution and print on demand solutions. As such, we have established publisher relationships, inventory, and infrastructure in place to provide our customers with an unparalleled speed of delivery. Ingram operates four regional distribution centers, totaling more than 1.7 million square feet and employing over 3,400 associates. 6.2 Explain how that your company is a prime jobber dealing directly with publishers. Include a list of the publishers/distributors represented. (If that list is too long, list the publishers/distributors NOT represented and indicate that you have chosen this option.) Ingram leads the book industry in maintaining the largest on-hand inventory of over 14,000,000 unique titles, representing over 50,000 book publishers and imprints. We have provided a list of current active publishers and imprints on the USB drive included with our proposal. Because we continue to build relationships with publishers and increase inventory, the list may not be all- inclusive. Ingram can provide titles that are in print and available from the publisher. Some publishers choose to sell only directly to end users such as schools or libraries. These direct-only publishers are defined as those publishers whose titles are not available on the open market to distributors. MALiA Request for Proposal – Library Materials Page 8 Ingram Publisher Services LLC Ingram Publisher Services LLC, an Ingram Content Group company, represents more than 600 publisher clients from around the world, which agree to allow Ingram to be the exclusive distributor of their product. Built on a longstanding tradition of Ingram quality, IPS provides our customers with a wide variety of books and book related product from an outstanding roster of publishers, with easy ordering options, fast delivery, and excellent service. The advantage this brings to our library customers is the guaranteed availability of current titles from these publishers at Ingram distribution centers. As the exclusive distributor of these publishers, even other vendors source these purchases from Ingram. Ingram has recently acquired Perseus’ four distinct publisher services brands: Publisher Group West (PGW), Consortium Book Sales & Distribution, Perseus Distribution Services and Legato. Through Ingram Publisher Services, Ingram has launched Ingram Academic Services, a service customized for university presses and academic publishers which includes state-of-the-art warehousing, print-on-demand network, digital asset management services and metadata management system. Clients of Ingram Academic Services include university presses and academic publishers from around the globe. Print on Demand through Lightning Source With facilities in the US, the UK, France and Australia, Lightning Source, an Ingram Content Group company, has a virtual inventory of over 13,600,000 titles representing more than 55,000 publishers. We print only what is needed to meet our customers’ current demand-whether that's a single book order or 10,000. We not only give you access to content that was once extinct or hard-to-find, but also make it possible for low-volume titles to stay in print and for new titles to be released. All this translates into wider title selection and better customer service for your patrons and your community. Once an order is placed, we have all the electronic data necessary to print and deliver the book to its intended destination. The distance between book-maker and book-reader has never been shorter. Print on demand through Lightning Source allows for a book to be printed in order in a range of formats within 24 hours, even if the order is for one book. On average we print 3,000,000 books per month. Lightning Source titles are listed on ipage and are ordered through the same methods you usually use with Ingram - by telephone, fax, mail, or electronically. Lightning Source titles will be printed especially for you once the order is placed. MALiA Request for Proposal – Library Materials Page 9 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT B Service Requirements Deemed Important in Consideration of Contractor Selection Offerors shall return a completed copy of this attachment with their proposals, indicating how they will meet each requirement in regard to the scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules. The following section is an itemized checklist of the service requirements to be considered. In the space provided, describe the services that will be performed by the contractor. Additional documents may be attached only if necessary. LOT 1 – BOOKS 1.1 Approximate number of publishers/distributors you can supply (by category): Ingram represents over 50,000 book publishers and imprints. 1.2. Approximate number of titles you currently supply: Ingram leads the industry in maintaining an on-hand inventory of over 14,000,000 unique titles. 1.3. Types of materials you can supply (check all that apply): X Fiction X Backlist X Nonfiction X Out-of-Print X Reference X Continuations X Current/Popular 1.4 Types of audience you can supply X Children X Young Adult X Adult MALiA Request for Proposal – Library Materials Page 10 LOT 2- Audio/Visual 2.1 Approximate number of publishers/distributors you can supply (by category): For spoken word audio, Ingram represents over 1,200 publishers and imprints. Ingram represents more than 980 video suppliers. 2.2. Approximate number of titles you currently supply: Our spoken word audio inventory includes 150,000+ titles, including abridged and unabridged editions including CD, MP3 and pre-recorded audio player formats. We also inventory more than 500,000 music titles on Compact Disc, from classical to popular titles. With 76,000+ DVD and 13,000+ Blu-ray titles, Ingram offers one of the most comprehensive inventories of DVDs in the country. Ingram represents more than 500 video suppliers with titles in categories such as popular box office, foreign and independent films, and family films. We also provide an extensive line of nonfiction and children's titles. Through our supplier, Ingram Entertainment, we provide access to nearly 1,000,000 DVD volumes. 2.3. Types of materials you can supply (check all that apply): X Audio- Music/Spoken Word 2.3.1 _ _ Cassette Tapes X_ Compact Discs A) _ X_ Classical B) _ X__ Popular C) _ X__ Spoken Word _ X__Video 2.3.2 __ __ VHS __X__ DVD __X___ Blu-Ray A) _ X__Educational B) _ X__Feature/Entertainment C) _ X__Foreign D) _X _ Instructional MALiA Request for Proposal – Library Materials Page 11 2.4 Types of audience you can supply X Children X Young Adult X Adult LOT 3 - SOFTWARE 3.1 Approximate number of publishers/distributors you can supply (by category): Ingram provides video games from 52 game suppliers. 3.2. Approximate number of titles you currently supply: Our video game inventory includes over 1,700 titles from the following platforms: PlayStation®2 (PS2), PlayStation 3 (PS3), PlayStation 4 (PS4), PlayStation Vita, Xbox 360®, Xbox One, Nintendo® Wii™, Nintendo Wii Universe, Nintendo Dual Screen™ (Nintendo DS), Nintendo 3DS, and PlayStation®Portable (PSP). 3.3. Types of materials you can supply (check all that apply): ____Library ____Business ____ Home ____Educational X__Games 3.4 Types of audience you can supply X__Children X__Young Adult X__Adult LOT 4 – E- BOOKS Ingram is entering a no bid for this category 4.1 Approximate number of publishers/distributors you can supply (by category): MALiA Request for Proposal – Library Materials Page 12 4.2. Approximate number of titles you currently supply: 4.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 4.4 Types of audience you can supply __Children __Young Adult __Adult 4.5 Are you able to provide integrated search and access to full text on the same platform and user interface for both eBooks and databases? 4.6 Are your eBooks maintained on a third party dark archive, from which they could be made accessible in the event your platform ceases to exist? 4.7 For purchased eBooks, are there limits to the number of times per year any given title can be accessed or loaned? 4.8 Do you offer eBook download (download of entire eBooks)? 4.8.a Is there additional cost to enable download? 4.8.b Is the checkout period configurable by the library? To what extent? 4.8.c Is maximum simultaneous checkouts per user configurable? 4.8.d Do you offer holds functionality? 4.9 For purchased eBooks, what concurrent user options do you offer? If multiple, please specify number of concurrent users. MALiA Request for Proposal – Library Materials Page 13 General questions pertaining to all formats. 1. Are you the sole source of any material offered? Yes____ No_ X _ If yes, describe: 2. Do you supply country of foreign publishers? Yes____ No__X__ If yes, describe: 3. Provide evidence that demonstrates that your company maintains sufficient inventory to supply up to 10 copies of most titles without backordering. Ingram typically maintains the following inventory figures in our national distribution centers:  35,000,000+ book units  470,000+ spoken word audio units  78,000+ DVD/Blu-ray units, with access to over 1,000,000 units at the Ingram Entertainment distribution center. 4. Describe how data about publishers/producers/distributors, titles, and availability are made available to customers. ipage® ipage is Ingram’s web-based title selection, ordering, and account management tool. Customers with a current, active Ingram account are eligible for a free subscription to ipage, which offers libraries easy-to-use ordering capabilities and other features at no cost for unlimited concurrent users. Libraries recognize ipage as an integral timesaving tool whose collection development and acquisitions capabilities, along with its various account management tools, make day-to-day ordering and receiving tasks virtually hassle-free. ipage can be accessed at https://ipage.ingramcontent.com. As a web-based tool, ipage offers 24/7 real-time inventory information, the ability to search by thousands of categories, as well as a robust array of publicity and product news sources. Here are just a few ipage features:  Simple search by Title, ISBN, Author, Keyword, Series, Dewey®, and more  Ingram stock information and real-time stock check  Title descriptions  Physical Information, LC Subjects, LCCN, Dewey  Ability to create, edit, download, and/or order lists by clicking titles within ipage, importing a document to ipage, or pasting EANs into ipage.  Sort by Author, Title, Binding, Dewey, ISBN, Price, Pub Date, Publisher, Standard Retail Price, Ingram Demand, and more  List sharing options  Download brief MARC order records MALiA Request for Proposal – Library Materials Page 14  Ordering and order status information  Account management and reports  ipage selection lists created by Ingram staff librarians  Current publicity information  Online catalogs  Annotations and citations  Cover images for selected titles  Power search  Boolean search  Saved search  Access to all titles in our Extended database  Additional publicity information  Excerpts for selected titles  Review Citations  Full text reviews for selected journals for a nominal annual fee Additionally, here are just a few of the ipage features specific to DVD/Blu-ray product:  Search by Title – Keyword or Start Of, Featuring, Product Code, Keyword(s),  Stock information  Title descriptions  Sort by Title, Featuring, Product Code, Format, Studio, Release Date, US SRP  Additional Information such as Features, View, Number of Units in Package, Awards, Dewey, Based on the Book  Ability to create lists  Advanced search by Directed By, MPAA Rating, and Featuring/Title The Library’s ipage accounts are created so that an Administrator designated by the Library has oversight capabilities to aggregate lists and manage users. The Administrator can add additional ipage users as required by the Library. Each user will be assigned a unique login and users can set their own password. ipage is customer-driven, and allows users to individually customize their ipage experience. Users have even better tools to assist in prioritizing the critical information they need to search, order, and deliver more content to more patrons. ipage focuses on personalization and intuitive functionality. Customizable widgets allow users to design their own homepage with the tools they use most. Users can easily track bestsellers, access online catalogs, view custom lists, and bookmark favorite destinations in and outside of ipage. Benefits of ipage home page include:  A simplified menu structure that allows our customers to find what they are looking for faster.  Roll-over drop-down menu options for each functional area of ipage that enable users to get to content with less effort.  More suggestions from Ingram product experts in our Ingram Lists & Picks area on the Browse menu.  More ability to customize the homepage, including the ability to remove widgets and the ability to choose a background theme.  Enhanced Simple Search options, including the ability to search across multiple product types. MALiA Request for Proposal – Library Materials Page 15 ipage Searching ipage users do a fast and quick search for items using Simple Search. Simple Search is displayed at the top of every page within ipage. MALiA Request for Proposal – Library Materials Page 16 Boolean Search and Power Search are also available. Power Search allows ipage users to focus their search to a much narrower list of titles by using some or all of a specific set of search criteria. This feature is invaluable when the user has only limited information about a specific title, or when the user wants a set of titles that fit within certain parameters. Through Power Search, the Library can look for titles by publisher, subject heading, format, language, and other filters not listed on the simple search feature. MALiA Request for Proposal – Library Materials Page 17 Predictive Searching Predictive search functionality on ipage allows for more accurate and efficient searches across our entire database. This technology uses our top-demanded product data to offer suggested completions of the search term you are typing into the search bar, including Title (Start of) and Author: Users have the option to have predictive search off or on, by updating their account settings. Search within Results To the left of your results, you will see a box for searching within your results. Enter your search words and click the Search button. You can further refine your results as needed using the options and search feature located on the left. Search Filters provide a better search experience for customers who do not purchase compilations, collections of public information, or reproductions of previously published public domain titles. This filter allows you to hide these product types from your search results. MALiA Request for Proposal – Library Materials Page 18 Search Refinements When you perform an ipage search or view a list through the ‘Browse’ menu at the top of the ipage screen, you see search refinement options in the left panel alongside your search results. ipage’s recent update includes a reordering of the refinement fields to better align with what is most useful to you. You can collapse any field not of interest to you and expand any additional fields that better meet your search needs by clicking on the up/down area to the right of each field. ipage will remember which fields you have collapsed or expanded for the next time you search. Depending on the list, search refinements might include Age Group, Binding, Publication Date, which may include forthcoming titles, Contributor, Price, Format, Awards, Citation Source, BISAC Categories, Dewey Categories, Ingram Categories, Language, and Features. Limiting Your Results Quick Limit - If the refinement terms you are looking for are in the top three showing under the refinement field, check them off and click ‘Update’ to quickly limit your results. You can now select multiple terms to drill into your results. Search the Full List - If you do not see the term you need immediately in the top three under your refinement option or if you want to exclude terms from your results, click the ‘More...’ link next to any field MALiA Request for Proposal – Library Materials Page 19 Including and Excluding Search Terms After clicking the “More” link, you can further refine your results:  Scroll the list of terms by dragging the scrollbar up and down.  Search for terms by entering letters and a text filter will quickly reveal matches.  Select as many terms as you want to include in your results by checking them off in the ‘Include’ column.  Exclude as many terms as you want by checking them off in the ‘Exclude’ column.  Verify your selection with the intuitive green (include) and red (exclude) bubbles.  Remove anything you do not want by clicking on the ‘x’ on the right side of the bubble or by unchecking it in the ‘Include’ and ‘Exclude’ columns.  Click the ‘Update’ button to apply your refinements or ‘Cancel’ to go back to your results. MALiA Request for Proposal – Library Materials Page 20 Backing out of the refinements you have applied to a search is easy and intuitive, too. For each refinement you apply, a breadcrumb will appear at the top of your search results. Click on the crumb to see exactly what limiter you have applied. If you want to remove a limiter, simply click on the ‘x’ on the right side of its bubble. Search results can be sorted by the Title, Author, EAN/ISBN, Binding, Publisher, Pub Date, or SRP: New for 2017: We’ve combined the robust functionality of Selection Lists with the filter options currently available for Search Results. This means that you can filter the items in your selection list by all of the refinement options already available for Search Results. The new Search Result View also contains some new options at the item level. For each item, the user can perform actions such as Duplicate Check, Add or Edit Grid Information, or Edit other information about the item. Batch Edit The new Search Result view for Selection Lists enables users to identify and isolate items within a large list that meet certain criteria. For example, you could filter your selection list to show only those items where Dewey = Fiction or where Reading Level = Juvenile. Once you’ve isolated items using the search result filters, you can apply various edits to those items in batch. Title Details A Title Detail page on ipage includes title, contributor (author, illustrator, editor, etc.), ISBN/EAN, publisher, suggested retail price, binding, pub date, and copyright date. Details may also include any of the following as provided in the publisher metadata: cover image, BISAC categories, LC subjects, themes, OCLC number, Dewey, LC subjects, series, awards, features (Index, Price on Product, Excerpt), initial print run, target age group, physical information (dimensions, weight, number of pages), carton quantity, annotation, description, publisher marketing, review citations, review quotes, biographical notes, and full text reviews. Children’s titles may include Accelerated Reader®, Scholastic Reading Counts!™ and Guided Reading Level information. MALiA Request for Proposal – Library Materials Page 21 Reviews on ipage ipage includes review citations and full text reviews from:  Booklist  The Bulletin of the Center for Children's Books  Criticas  Foreword Magazine  Hornbook Guide  Hornbook Magazine  Library Journal  Kirkus Adult  Kirkus Children's  School Library Journal  Publishers Weekly  VOYA  Shelf Awareness  BookPage  BlueInk Review While not all titles on ipage have reviews, we display the review information for print titles where it exists. If a Library wishes to view full-text reviews, there is a nominal fee of $300.00 per year for that additional service. The Library also has the option of paying in installments of $30.00 per month. Real Time Stock Check ipage provides a real time stock check of Ingram inventory directly on the Title Detail screen. The Library’s assigned primary and secondary distribution centers will be displayed. ipage shows both on hand inventory and number of copies on order with the publisher, and for titles on order, may include the estimated arrival date at Ingram. The Library can access refreshed inventory numbers by simply clicking the button. MALiA Request for Proposal – Library Materials Page 22 In addition, stock check is available when looking at lists of titles either through search results or on selection lists, without having to go to the detail page for individual titles. Note that “On Order” stock for DVD titles shown on ipage reflects the inventory level in the Tennessee Ingram Entertainment distribution center. Upon order, they are received in our distribution center in 24 hours. Catalogs Ingram's comprehensive family of trade catalogs showcases forthcoming and recently published titles in an attractive and easy-to-follow layout. Our catalogs also feature relevant and timely editorial content including author interviews, merchandising tips, and product news to help librarians stay abreast of trends in the book world. For those who like to shop from their computer, online access to catalog content is available to all ipage subscribers. E-Catalogs transform existing print publications into enhanced web versions with multiple browsing options and interactive features including keyword search, zoom and magnifier functions, sticky notes, e-mail options, and easy ordering. Simply click any of the E-Catalog links on ipage to start browsing. MALiA Request for Proposal – Library Materials Page 23 Complimentary Curation Services for Collection Development Ingram’s MLS-degreed Collection Development librarians provide a wide array of lists at no charge to Ingram customers on ipage under the Browse menu, including everything from African American lists, to Youth High/Low Popular Reading titles, to Spanish resources, to replenishment lists by Dewey® and end-of-year spending lists, and more. These lists are regularly updated and can be added to an existing or new selection list with a click of a button for ordering. The Browse tab also lists resources and information on products of interest to librarians, including lists of products in categories such as award winning books and bestsellers. You can also access innovative and creative lists of products you may wish to stock. Browse features in ipage include:  Browse by Product Type - books, audiobooks, video, video games and music  Browse by Classification - BISAC, Dewey, and Ingram Categories  Ingram Lists & Picks - including bestsellers, high interest categories, and standing order lists  Ingram Catalogs E-Communications Ingram Library Services offers a host of free electronic newsletters designed to inform, entertain, and offer ideas and resources for collection development. Examples of these newsletters are Adult Librarian News & Reviews, News and Reviews for the Youth Librarian, and our Collection Development newsletter including important information on Ingram’s Standing Order programs. MALiA Request for Proposal – Library Materials Page 24 The Ingram Wire Relevant book news and collection development information is delivered directly to your desktop with the Ingram Wire. Through this user-friendly downloadable desktop app, built on Adobe® AIR™ and compatible with both PC and Mac, librarians receive stock news on fast-moving products specific to their assigned distribution center, alerts on top awards and breaking events, as well as “backorder now” messages to ensure they are among the first for allocations. From the desktop, users can click directly to ipage to place orders. Libraries can download the application at www.ingramwire.com. MALiA Request for Proposal – Library Materials Page 25 5. Do you offer an electronic system for placing orders and performing related services? Yes_X__ No____ If yes, describe costs and what equipment, etc., is needed by MALIA libraries to participate. Ingram can accept orders electronically via email, EDI (Electronic Data Interchange) or through ipage. Emails with attached orders should be sent to ILS.orders@ingramcontent.com. ipage ordering is described below. EDI information is included in the following question. Electronic ordering is offered at no additional charge from Ingram. ipage Selection List Ordering ipage selection lists, similar to the shopping cart functionality found in other Internet sites, are among the most versatile features on ipage. They're the starting points for using ipage for ordering. Once you create a list, you may add products, delete products, move products to other selection lists, or send it as an online order. Ordering online using our selection list functionality enables the Library to create multiple title lists. These can be downloaded in a variety of formats such as BISAC, FlashBack, or brief MARC order records for import into your ordering or library automation system, provided that one or more of these formats is compatible. Any selection list in ipage; including Ingram selection lists, standing order list or library created lists, can be downloaded in Excel format, and subsequently uploaded into the library’s ILS acquisition system for order placement via EDI. Selection lists can be easily accessed in ipage in two ways: via the Lists drop down menu, or via the Selection Lists link under the Order drop down menu. MALiA Request for Proposal – Library Materials Page 26 An Active Selection List(s) page appears. This page is the starting place for you to navigate to your selection lists or orders, or to manage your selection lists. At the Active Selection List page you can:  create a new list  merge lists (from two to ten lists at a time)  recover deleted lists (within a specified timeframe)  view or edit lists  check stock availability  utilize the “Price this List” feature  set “Do Not Exceed” priorities  Product Detail Browse  E-mail lists  download lists  check for duplicates  delete or archive selected list MALiA Request for Proposal – Library Materials Page 27 Clicking the View button displays all titles on a selection list. To change the sort order, Users can sort by Product Type (i.e. book), Product Name (title), Contributor (author), EAN/ (product code), format, Supplier (publisher), pub date, and US SRP (U.S. suggested retail price). Additional sort options are available by clicking the arrow in the Sorted By box. A few of the additional sort options include BISAC Category, Dewey, and Ingram Demand. While carts cannot be transferred in ipage, lists can be shared with others in the account. ipage allows you to create the following types of selection lists:  For a Private List, only the user who created the list and the user's ipage Administrator can view or edit it.  For a Public List, only users who are in the same ipage account as the user who created the list can view or edit it.  For a Shared List, only users who are in the same Ship to account as the user who created the list can view or edit it. The creator of a selection list also has the ability to lock lists to prevent others in the account from making various changes. There are two levels of list locking: • Title Lock: Other users in the account can view the existing list and can add notes, quantities, or grid information. Users other than the creator or administrator cannot add or takeaway titles from the list. This includes the ability to “see” this list name when adding items from search results or title detail. • List Lock: No edits can be made to the list at all, including the changing of quantities, adding or taking away items from the list, etc. 6. Do you support online order transfer from the local library’s acquisition system? Yes_X_ No__ Cross out the items not covered: adult trade hardcover, quality paperbacks, mass- market paperbacks, pre-bound paperbacks; juvenile trade hardcover, publishers' library bindings, prebound books; university press trade and non-trade; serial book continuations; reference works; audio (spoken word), audio (music), video, software, CD-ROM. If yes, what equipment, etc., is needed by libraries to participate? With a group of specialists dedicated to EDI functionality, Ingram works with automation vendors to ensure all automation systems communicate effectively with ours resulting in efficient order MALiA Request for Proposal – Library Materials Page 28 placement. Ingram makes library automation system vendors aware of new developments and features in EDI as well as works with new vendors as they develop EDI functionality. Ingram supports both basic and enriched ordering via EDI. Enriched capabilities depend upon the automation system vendor and typically includes sending line item specific information such as location, fund, and collection type along with the quantity. This information is used in the processing of materials and creation of holdings in MARC records purchased by the library. When a library wants to implement EDI, Ingram specialists provide you with the information needed to configure your local system, assist with ipage record setup and downloading, and run a test order through our system for you to verify the results. Ingram supports EDI Transaction types and formats based on the capabilities of the library automation system. The following shows supported vendor and systems: Communications for all EDI formats and transactions is supported via FTP. 7. Do you require a minimum order requirement including, rush orders? Yes____ No_X__ If yes, describe: MALiA Request for Proposal – Library Materials Page 29 8. Do you accept telephone-ordering and/or E-mail for rush orders? Yes_X__ No____ If yes, describe: Rush Orders Ingram defines a “rush” order as one that requires immediate turnaround and special shipping. These orders differ from a regular order in that they do not receive processing or cataloging services, are generally very small orders, and are placed with no backorders accepted. Ingram can accept book "rush" orders via toll-free telephone. All orders receive immediate online order entry, as well as instant title and stock verification. Rush orders will be shipped via UPS or other Ingram selected freight method. Ingram does not charge additional freight for orders that ship with your regularly scheduled shipments via standard transportation. Only rush orders that require next day delivery will incur a freight charge. It is our experience that the need for next day delivery is extremely rare with our customers. Should the Library require expedited services for an account, such as minimal processing and no cataloging on titles that require a faster turn time, we are happy to discuss your requirements and work to profile accounts as needed. Items placed on a separate Rush account will be invoiced as shipped. If the Library profiles the account to receive no backorders, then the items in stock would ship and all other items cancel. The Library would then receive one invoice for the purchase order. Rush orders would ship from a single distribution center exclusively. If the Library has a different definition for Rush Orders, such as items that receive cataloging and processing but that have a faster turn timer than your stated standard 30 days, we are happy to discuss how we can profile your account(s) to meet your requirements. 9. Do you assess a service charge for any item ordered on behalf of the library? Yes___ No_X__ If yes, how is charge calculated and on what items? 10. Do you offer continuation service for serial books? Yes_X__ No____ If yes, describe how you accomplish the goal of providing additional titles in a series and any limit on the service. MALiA Request for Proposal – Library Materials Page 30 Ingram has a wide array of no-commitment Standing Order Programs for our library customers. These Programs allow libraries to keep important portions of their collections up-to-date automatically and to more fully develop parts of the collection to meet community needs. Each Program is specially designed to provide the latest releases with full customization, minimum hassle, and standard discounts. There is no extra charge for participating in our Programs. With the options of enrolling as "Report Only" or "Auto-Ship", Ingram standing order programs are designed to provide the ultimate flexibility. Libraries enrolled under the Auto-Ship option have two weeks to edit quantities or delete titles before the list is automatically ordered. Customers have the option of modifying quantities or canceling any order before the titles are in process to be shipped, and may edit program enrollments at any time. With Ingram, you never receive titles in your library unannounced. We recognize that many libraries prefer to place their own orders, either through ipage or their Integrated Library System, and so we offer a Report Only option. The Library can review the title lists, upload final selections to their ILS and place orders solely at their convenience. With this Report Only option, our programs serve as a new title notification system. New titles are added to Ingram’s database several months in advance of publication. To participate in a standing order, a customer completes an online enrollment form, letting us know the quantity, and in some cases binding type, of the titles they wish to receive. Based on this profile, we place the titles on backorder (generally 2 to 3 months before release). The Program lists will appear in ipage under Lists/All Program Lists each month, and the library receives email notification that a list has been created. For customers who select the Auto-Ship feature, major hardcover titles will ship as soon as they are received or by the street date. Otherwise, titles will consolidate with your next shipment or ship within 15 days of receipt, whichever comes first. Report Only customers can place their order at any time. Nonfiction and Continuations Programs Through our Nonfiction and Continuations Standing Order Programs, Ingram can supply materials that are updated annually. Ingram monitors more than 13,655 of the industry’s best series and continuations offerings. We maintain these programs so that we only offer active series and continuations in order to save libraries time and to prevent budgeting headaches. Nonfiction Continuations (Adult) Standing Order Program Libraries can stay updated on reference books, career guides, legal handbooks, test prep guides, tax guides, and other frequently updated titles through Ingram’s Nonfiction Continuations Program. New titles are added to Ingram’s database several months in advance of publication, and the Nonfiction Continuations Program automatically places these titles on selection lists for libraries based on their completed profiles. If a library does not want to see every new edition of a title, they can choose a cycle such as every other year or every third edition. Ingram’s experienced specialists track publications, changes, cessations, and postponements and changes are reported to our customers. MALiA Request for Proposal – Library Materials Page 31 Travel Continuations Standing Order Program Travel guides are frequently updated, and library patrons require the most current information for popular destinations such as Disney, Europe, and the Caribbean. Ingram’s Travel Continuations Program takes the guesswork out of the travel publishing cycle. This program provides a flexible method of receiving best-selling travel titles, as well as providing a broad selection of travel guidebooks. The Library can choose to track updated titles on a cycle, i.e. every other update of a title. Forthcoming Popular Nonfiction (Adult) Standing Order Program With Ingram's Forthcoming Popular Adult Nonfiction Standing Order Program, it's easy to order top nonfiction titles within each Dewey® Range and have them on the shelves and ready for circulation by publication date. Ingram’s MLS-degreed librarians and expert buyers work closely with publishers to anticipate the titles that will resonate with patrons. Each month, they select the best forthcoming nonfiction titles within each Dewey Range plus the top 25 titles overall and automatically include them on a Selection List within ipage several months before they are published. While the number of titles can vary according to the season, customers will receive a balanced selection geared toward public libraries. Libraries may choose Basic for a smaller selection or Expanded for a larger selection in each Dewey Range. Nonfiction Series (Youth) Standing Order Program Libraries having trouble keeping up with the latest in their young patrons' favorite nonfiction book series can let the Nonfiction Series (Youth) Standing Order Program send lists of the forthcoming titles that they have enrolled in. Most titles run three months pre-publication. 11. Do you offer leasing programs for books, audiobooks (CD or cassettes), music CDs, or video recordings (DVD or VHS)? Yes____ No_X__ If yes, describe the services offered. MALiA Request for Proposal – Library Materials Page 32 12. Reports: Describe the types and formats of reports that can be generated, schedule for supplying routine reports, list any costs, and include sample copies. 12.1. Management reports: Examples include shipment history, title reports, etc. ipage has many account management tools. Through ipage, you can:  Review your current account information, such as standard backorder instructions, primary distribution center, and more.  Keep your contacts up-to-date with Ingram and make sure the right people receive the information they need to help you manage your account.  Review your average discount. Order Status information is available on ipage under the Order drop down menu. Under the Order drop down menu, simply click Order Status for a listing of Order Easy Clicks, including:  All Open Items  Open Purchase Order Summary, which includes the PO number, date ordered, total units open, units in process, and units backordered  Backordered Items, which includes date ordered, product code, product name, format, PO number, quantity, and warehouse  Recently Shipped Orders, which includes date shipped, order entry number, number of cartons, and shipping tracking number  ipage order history, which shows order date and time, PO number, and who placed the order. It also provides a link to an Order Confirmation which gives a detailed summary of the order, including title, author, ISBN, whether the item is shipped or backordered, and retail price. MALiA Request for Proposal – Library Materials Page 33 ipage Order History is posted for 6 months, and can be sorter by order date, PO number, or “placed by.” Financial Information includes open and closed invoices and credit memos. MALiA Request for Proposal – Library Materials Page 34 Reports are also available for printing by clicking on the “print version” button. Sample ipage Order Status Report – Backorders: Sample ipage Order Status Report – Cancelled Items: MALiA Request for Proposal – Library Materials Page 35 Ordering Tracking ipage allows users to track shipments under the Order Status tab. To track a standard shipment, click Recently Shipped Orders. This opens a table displaying all recent shipments. Click the shipping tracking number for the shipment you want to track. This links you to a page where you can view tracking information. MALiA Request for Proposal – Library Materials Page 36 Returns Reporting ipage features the following returns reporting options. You can:  Report overstocks or shortages.  Determine the date your return was received.  See whether a return is still in process.  View credit memo information. Collection Development Reports Libraries can view master profile reports of ongoing standing orders on ipage. The reports contain item information including title, author, publisher, quantity, PO number, etc. Some reports also have program-specific information like frequency, cycle, and series title. Note: These reports are only available to those accounts that subscribe to the corresponding standing order programs and to those users who have been given access to reports by their ipage administrators. Title News: This report advises of title changes and revised publication schedules as well as cessations and other pertinent factors needed to manage your profile. This information arrives as part of our electronic newsletter, Collection Development. 12.2. Status Reports: When materials cannot be shipped immediately, contractor will supply status reports within 7 days of receipt of an order detailing out of print, out of stock indefinitely, out of stock temporarily, publication cancelled, not yet published, etc. Yes__X__ No____ Remarks: Status Reports come in the form of our Packing Slip and our Title Status Report, as well as the Order Status information available on ipage, described above. MALiA Request for Proposal – Library Materials Page 37 The packing slip will supply you with the status of any book shipped, backordered, or is out of print. The packing slip will be alphabetized by title. Titles that were not included in the initial shipment will have a “B” in the “BO” column if they have been backordered. An “S/W” will identify those titles that will be shipped from your secondary distribution center. The Title Status Report is sent to customers on a monthly basis. This report will provide you with current backorder status information as well as indicate which titles could not be supplied within your normal backorder period. Listed below are the most frequently used stock abbreviations that will appear on the Title Status Report: B/O = Out of stock at this time and on backorder for you NLS = Title is no longer stocked by Ingram NYR = Title is not yet received by Ingram into the distribution center OSI = Out of stock indefinitely by the publisher PPD = Title has been postponed by the publisher OP = Title is now out of print at the publisher CANC = Title has been cancelled at this time by the publisher 12.3. Cancellation Reports: Contractor will report which titles cannot be supplied within 120 days of receipt of order. Yes_X__ No____ Remarks: In addition to cancellation reporting on the monthly Title Status report, Ingram can provide a custom weekly cancels report, through closed order data. We would be happy to discuss the specific data elements a library would like to see in the report. These reports will be in Excel format, which can then be filtered and sorted per the Library’s preference. MALiA Request for Proposal – Library Materials Page 38 Sample Cancellation Report: A cancellation report is currently under development for ipage, and once completed, will be available for the Library to access and run at its convenience. 12.4. Annual Reports: Contractor will provide to the library annual report details, including number of items shipped; total net dollars invoiced for products shipped; total list price dollars for products shipped; net unit item price for products shipped; average number of copies per title ordered; percentage of purchase by category outline in Attachment C. Yes_X__ No____ Remarks: Ingram will be happy to provide a usage report for any individual library, or for MALiA as a whole, upon request. 12.5. Invoices: Invoices will be as stated below unless otherwise indicated under Remarks. 12.5.1. Describe the types and formats of reports of billing procedures and options for varying invoices depending upon needs of individual MALIA member library. Remarks: Ingram can provide multiple copies of invoices, and they can be mailed or included with the shipment. Title data on invoices is listed in the following order: (1) quantity ordered and shipped, (2) author, (3) title, (4) publisher, (5) ISBN/EAN, (6) unit list price, (7) discount, (8) unit net price, and (9) extended price. Items on invoices are listed alphabetically by either the author or the title per the Library’s request. All invoices have an invoice number and date, order entry number, and Ingram’s Federal ID number. Library name, ship to and billing account addresses and numbers, and purchase order number (can be up to 22 characters in length) are all listed on the invoice. Order data includes shipping warehouse and location, carrier, ship date, number of cartons, and total weight of order. MALiA Request for Proposal – Library Materials Page 39 Ingram can invoice for cataloging and processing on the same invoice as materials or on a separate invoice, per request of the Library. Processing charges appear as separate line items when billed on the same invoice as materials. “Invoice in the Box” Ingram also has the option available to libraries to have their invoice put inside the box of shipped items. This invoice is in a modified, easy to read format. With "Invoice in the Box", libraries can check in items against the invoice and do not have to wait for the invoice to arrive in the mail. The library still has the option to have multiple copies of the invoice. Please note that if invoices are included with the shipment, they cannot be mailed separately. EDI Invoicing EDI invoicing is available for all listed vendors in item 6 above. We support daily or weekly summary invoices. For customers opting to receive electronic invoices, Ingram places electronic invoice files on the Ingram FTP for customer retrieval. E-invoices streamline workflow and greatly reduce the amount of effort used in the manual posting of invoices. Ingram continues to provide paper invoices to electronic invoice users. ipage Invoices Ingram offers the convenience of having invoices available to our customers online via ipage our web-based selection, ordering, and account management tool. With ipage, invoices are available to view and print on demand the moment they become available. 12.5.2. Invoices will list code(s), applied line item, to indicate discount category (e.g., "T" for trade discount, "A" for academic, "J" for juvenile, etc.). Yes_X_ No__ Remarks: Included on the invoice is a code for each binding type. Please refer to the list below for the product class codes. If a title is a Library Binding, it may be designated as such by the notation LIB after the title. R = Trade Hardcover Q = Trade “Quality” Paperback P = Mass Market Paperback W = Spoken Word Audio X = Music K = DVD 12.5.3. Contractor will issue separate invoices for each purchase order and reference the purchase order on each invoice. Yes_X__ No____ Remarks: MALiA Request for Proposal – Library Materials Page 40 Ingram can set accounts such that purchase orders will combine to ship as one order under one Order Entry number, but each PO will invoice separately. Items will be packaged according to account number, and may contain multiple purchase orders for that account. Items ordered on one account will not combine with orders placed on another distinct account. Each account will be assigned an individual account number. The purchase order number is referenced on the invoice. 13. Fulfillment: Fulfillment will be as stated below unless otherwise specified under Remarks. 13.1. Contractor will ship 50% of order from stock within 14 days of receipt of order. Yes_X__ No____ Remarks: 13.2. Contractor will ship 95% of each order within 120 days of receipt of order. Yes_X__ No____ Remarks: Ingram Library Services is proud to state initial fill rates are usually 85-90%, with a fill rate of 95 to 100% shipped or reported within 90 days, on items available in Ingram’s database. Note that our fill rate includes over 14,000,000 available titles. 13.3. Contractor will supply materials that are not currently available from publishers within 120 days of receipt of order. Yes_X__ No____ Remarks: For titles inventoried by Ingram that are temporarily not in stock, Ingram will attempt to place an order with the publishers within three (3) business days of receipt of order. Our ability to obtain out of stock titles is based upon the item’s continued availability from the publisher with whom Ingram buyers have an established relationship. Should the Library order books not currently inventoried by Ingram, we will attempt to order the book if available on the open market through normal U.S. wholesale channels. Turnaround time will be dependent upon publisher availability, however, due to our long-standing relationships with publishers, we estimate one to three weeks on available items and sixty to ninety days on special order items not currently in stock at the publisher. MALiA Request for Proposal – Library Materials Page 41 13.4. The library may cancel any title that is not received within 90 days of order date. Yes_X__ No____ Remarks: Libraries may cancel any title that is not received within 90 days of order date, as long as the title has not yet been placed on a picking list for shipment. After receiving an order, Ingram will ship all titles currently in stock. Any remaining titles normally available through Ingram will then be placed on backorder for a period of time specified by the library. At the end of the backorder period, all unfilled titles will automatically cancel, except for titles Not Yet Received from the publisher. Status Reports will be sent to each ordering agency to keep them updated on the status of their order(s). One of the parameters set at the account level is Backorder Cancellation Date. This is the number of days to wait for a backorder to be filled, and if it has not been filled by that date, Ingram cancels the order. For titles not yet published, the library has a choice to either have these items cancel at the end of the account’s established backorder period, or for the backorder clock to start only after the titles is first received by Ingram. The first option may result in a lower fill rate. We recommend that the library set this cancellation date to be the same on their automation system so the backorders will cancel automatically at the same time. It is up to the local automation system to delete any bibliographic records that are associated with order records that are canceled. 14. Accuracy: Accuracy will be as stated below unless otherwise indicated under Remarks. 14.1. 99% of materials shipped will be the correct title, edition, and number of copies. Yes_X__ No____ Remarks: Ingram strives to maintain 100% accuracy on all orders. Ingram asks that the Library report errors immediately, so that they may be resolved in a timely manner, and to avoid any possible re- occurrence of the same error. Ingram uses the Manhattan Associates PkMS package as our warehouse management system. Ingram has designed our outbound PkMS processes to ensure quality throughout the operation, and makes use of scan confirmation, “blind counts” and random audits to ensure accuracy. We are currently achieving a 99.6% overall error-free rate. Ingram has always specialized in loose-pick order processing, and has developed customized processes for handling single-book and small multi-book orders in an efficient, accurate fashion. Additionally, the case-level inventory tracking provided by PkMS gives us the enhanced capabilities for full-case picking and shipping. MALiA Request for Proposal – Library Materials Page 42 14.2. Contractor will supply the latest edition of a title unless an earlier edition is specified. Yes_X__ No____ Remarks: Ingram does not substitute titles unless the ISBN/EAN has been forwarded to a new edition. Only those items ordered will be shipped. 14.3. Binding supplied will be as specified in the order. Yes_X__ No____ Remarks: Ingram’s Order Entry system is ISBN/EAN driven. Binding type supplied will be based on the binding type of the ISBN/EAN ordered. ipage Title Detail screen shows alternate bindings/formats for a title, when available. Many of our Standing Order Programs allow the Library to indicate their binding preference when setting up the profile. Library Binding may be a choice, including Author/Illustrator Children’s and Author Teen programs. MALiA Request for Proposal – Library Materials Page 43 15. Multiple Copies: Multiple copies of a title will be shipped together. Back-orders of parts of a multiple-copy title are not acceptable. Yes__X__ No____ Remarks: Accounts can be profiled to receive No Partial Shipments. With this account setting, if the entire quantity of a title is not in stock at the time of order, Ingram backorders that title and ships it when the entire quantity is received from the publisher. Please note that this profile option may lessen initial fill rate of an order. As Ingram is offering shipments from two distribution centers, we suggest allowing fulfillment from both, which would result in two shipments and two invoices. For example, if a library orders 20 copies of a title, if we had 5 in stock in the Library’s primary distribution center and 15 in stock in the designated secondary distribution center, we could fill the entire order but it would be delivered in two shipments. We are happy to discuss with the Library to determine the best option to meet your workflows. 16. Packaging: Each package will indicate the library's purchase order number, and only one purchase order may be represented in each package. Yes__X__ No____ Remarks: Each box in a shipment will be plainly marked with the number of boxes in shipment, the library address, and a Control Number (including Order Entry number) which can be used to cross reference the invoice when it is received. The carton containing the packing slip is marked. Orders will be packaged according to account number, and may contain multiple purchase orders for that account. Items ordered on one account will not combine with orders placed on another distinct account. The shipping label on the carton includes the customer name, address, and customer purchase order number. MALiA Request for Proposal – Library Materials Page 44 Each carton shipped from Ingram will also have a 4” x 6” Carton Contents label. The Carton Contents label lists the titles contained in the box, their ISBNs, and quantities. This label allows your library staff to see what is in each box before the carton is opened. MALiA Request for Proposal – Library Materials Page 45 17. Packing Slips: A packing slip that duplicates the invoice will accompany each shipment. Yes_X_ No____ Remarks: Ingram will include a packing slip with each shipment which can be cross-referenced to the invoice. The packing slip is enclosed in the last box of a multi-carton shipment that crosses the shipping manifest. Ingram’s Packing Slip contains the following information:  Library shipping and billing address  Date  Quantity ordered  Quantity shipped  Title  ISBN  Binding Code  Purchase Order Number  Discount Percentage  Unit List Price  Extended Price after Discount Packing slips can be sorted by author, title, or purchase order number. The box containing the packing slip is marked. 18. Defective Material: The library reserves the right to return defective material at the contractor's expense. There should be no exceptions to this. Yes_X__ No____ Remarks: Ingram’s Returns Policies provide for prompt and efficient resolution for reporting and returning materials that are damaged, defective, or shipped in error.  Ingram Customer Service associates are happy to assist with issues including shortages, damages, or defects, and to provide returns authorizations as required.  Customer Service hours of operation are Monday through Friday, 7:00 a.m. – 7:00 p.m. (Central Time.)  Through ipage, the Library may create Hassle-Free returns, report shortages, track status of a return, and view credit memos. ipage is available 24 hours a day, 7 days a week. Unprocessed Print Material Any unprocessed book ordered in good faith that is found to be damaged or unsuitable, whether it is due to Ingram’s error or the Library’s error, may be returned under the Hassle Free Returns Policy. MALiA Request for Proposal – Library Materials Page 46  Unprocessed materials may be returned up to 60 days after the invoice date.  A copy of the Hassle-Free Returns form (the back of your packing slip or printed from ipage) should be included in each carton shipped to Ingram.  A return authorization number is not required for unprocessed print material.  Ingram will not charge a restocking fee for items returned in accordance with our Hassle Free Returns Policy. Product with Defects Ingram understands that defects inside a book may not be detected until it has circulated, so there is no timeframe for returning product with publisher defects, including the following:  Missing pages  Contents out of sequence  Book bound upside down  Contents different than the cover/title  Ink or printing issues  Crooked pages  Blank pages Please note that due to the wear and tear caused by circulation, we will only accept defective books where the binding is falling apart up to 60 days after the invoice date. Processed Materials Items that have received cataloging or processing per the Library’s specifications are no longer in resalable condition, and therefore can only be returned due to an Ingram error or if defective or damaged.  The Library is asked to report any cataloging and processing errors as soon as they are noticed, so that Ingram can research and resolve the issue in a timely manner.  Processed material returns require return authorization from our Customer Care Department. To request authorization, please call (800) 937-5300 Ext.27665. Audiovisual Materials Unprocessed audiovisual materials that are damaged, defective, or shipped due to Ingram error may be returned up to 60 days after the invoice date.  Audiovisual returns require return authorization from our Customer Care Department. To report defective or damaged product and request authorization, please call (800) 937-5300 Ext.27665.  Playaway® accepts return of defective products within one year of the invoice date. The Library should contact Playaway directly. Ingram does not stock replacements for single discs in a multi-disc title. For damaged or defective titles reported to Ingram, we would replace the entire product or issue a credit if the title is no longer available. Individual replacements for discs lost or damaged after receipt by the Library may be available directly from the title’s publisher. For example, Brilliance Audio Library Edition audiobooks have a guarantee of free disc and vinyl case replacements. Publisher contact information for every title is easily obtained on ipage at the Library’ convenience, 24/7. MALiA Request for Proposal – Library Materials Page 47 Non-Returnable Materials Each publisher decides if their product is non-returnable. This may be on a product-by-product or binding-by-binding basis, or as items go out of print. Therefore, Ingram does not assign a non- returnable status to a publisher.  Non-returnable items are indicated as such on ipage.  Ingram cannot accept return of any product that we do not stock or items that were not originally purchased from Ingram. Items Damaged in Shipping For materials damaged in transit, the Library is asked to always accept delivery of materials. Damage should be noted on the carrier delivery receipt, and the Library should call our Customer Care Department for instructions on making a return. Overstock Returns Return of unprocessed materials sent after the 60-day window will be handled as Overstock Returns.  Overstock returns for libraries may not exceed 10% of purchases made during the preceding 12 months.  Overstock returns will have a 10% restocking fee applied.  All product returned to Ingram must be in a condition that it could be resold. Therefore, we cannot accept return of processed items as overstock returns.  Ingram reserves the right to send back, at the Library’s expense, all products returned to us that is not in resalable condition. Hard to Find Books Alibris Returns Policy If the Library is dissatisfied for any reason with a book purchased through our Hard to Find Book program, you may return your purchase to the Alibris distribution center within 30 days for a full refund of purchase. Ingram reimburses shipping costs for returns only if the condition of the book is not as described on ipage. Alibris Distribution Center Returns 475 Lillard Drive #102 Sparks, NV 89434 USA Credit Memo Upon receipt of the returned titles in our distribution center, Ingram will credit the Library for the cost of the item(s) plus freight charges calculated at the standard UPS rate for the weight of the items returned that are damaged, defective, or shipped in error by Ingram.  A credit memo will be mailed listing the item(s), dollar amount, and purchase order number credited.  Credits will be reflected on the monthly statement with reference to the purchase order number.  For items with an Ingram error, when Ingram requires the Library to return the physical product to our distribution center, a Call Tag may be issued.  The Library is responsible for shipping and carrying charges on items that are not damaged, defective or shipped with Ingram error. MALiA Request for Proposal – Library Materials Page 48 Claims Please notify us if you have not received an anticipated publication or if an order is short shipped. Any anticipated publication may have a slightly delayed release that will be reflected on ipage. If an order is shipped and materials do not arrive, claims will be directed to our Customer Care Department to ensure tracking and replacement is handled as quickly as possible. 19. Returns: All returns will be scheduled by the contractor for pick-up via UPS. Yes____ No_X__ Remarks: The Library should return item(s) by using the Hassle Free Returns policy described above. Upon receipt of the returned titles in our distribution center, Ingram will credit the Library for the cost of the item(s) plus freight charges calculated at the standard UPS rate for the weight of the items returned that are damaged, defective, or shipped in error by Ingram. Ingram’s standard practice is to not issue a Call Tag for items needing to be returned. 20. Credits: Contractor will provide self-credit system for library to facilitate returns. Yes___ No_X _ If yes, outline details. Remarks: While we do not offer self-credit memos, the account management features of ipage offer the Library the ability to transmit certain returns information. You can create Hassle Free Returns forms and may also report shortages with the features. After returns have been submitted, you may check the status of these returns, including credit information. No Charge Replacement As an alternate to a credit, libraries may call our Customer Care Department for a No Charge Replacement for any item that is damaged, defective, or shipped with Ingram error.  If a replacement title is available, the Customer Care Representative will either email or fax a No Charge Replacement Return Authorization form to your library.  The Library must mail this form along with the returned item and the original packing slip for a replacement copy.  For Libraries that provide cataloging and processing information as part of their orders, Ingram may issue a credit for a No Charge Replacement and the Library would be required to submit the reorder via EDI or whatever method was used for placing the original order. MALiA Request for Proposal – Library Materials Page 49 21. Shipping: Contractor shall specify how shipping charges, if any, will be determined and shall indicate estimate cost of shipping for dollar amount of purchase order. Remarks: For libraries with a minimum of $50,000 in annual expenditures with Ingram or a commitment to meet this annual expenditure level, orders will ship with Ingram-paid freight from your primary and secondary distribution centers. For libraries with less than $50,000 in annual expenditures with Ingram, shipments of 15 or more units from your primary distribution center or from your secondary distribution center will qualify for Ingram-paid freight. Shipments of less than 15 units will be charged a flat $5.00 shipping fee. Items picked, packed, and shipped together count as an individual shipment. This flat fee amount or qualifying unit quantity is subject to change with notice. Shipping will be via best method, which may include order or account consolidation, shipping schedules or other account setting adjustments to maintain freight costs below 2% of invoice. Ingram does not currently assess any additional fees for shipping. However, given the unpredictable impact of rising oil prices, Ingram reserves the right to assess a fuel surcharge with notice. 22. Service Charge: The contractor shall describe the type of service fees levied for handling a MALIA account. Remarks: Ingram does not currently have any service charges for our services 23. Multiple Accounts: Contractor will provide at least 20 separate accounts for a given library. Materials in these accounts will be ordered separately and must be shipped and invoiced separately. Yes_X__ No____ Remarks: Ingram can provide multiple accounts as required, however we ask for your members’ assistance in keeping freight costs below 2% of total expenditures, including limiting the number of shipping accounts wherever possible, unless Ingram internal operations require multiple accounts. Each account will be assigned an individual account number. Items will be packaged according to account number, and may contain multiple purchase orders for that account. Items ordered on one account will not combine with orders placed on another distinct account. MALiA Request for Proposal – Library Materials Page 50 24. Other Services: Specify other services provided. Placing Orders Ingram can accept orders by toll-free phone, toll-free fax, mail, electronically, (email and/or EDI – Electronic Data Interchange), or through ipage. All orders receive immediate online order entry; phone and electronic orders receive title and stock verification. For ease and efficiency, we can confidently claim to be the best in the business in order entry. Mail orders should be sent to: Ingram Library Services LLC Attention Order Entry One Ingram Blvd. PO Box 3006 La Vergne, TN 37086-1986 The toll-free number for FAX ordering is 800-677-5116. The toll-free number for telephone orders is 800-937-5300. Emails with attached orders should be sent to ILS.orders@ingramcontent.com or K12Orders@ingramcontent.com. Order Fulfillment and Status After receiving an order, Ingram will ship all titles currently in stock. Any remaining titles normally available through Ingram will then be placed on backorder for a period of time specified by you. At the end of the backorder period, all unfilled titles will automatically cancel, except for titles Not Yet Received from the publisher. Status Reports will be sent to each ordering agency to keep them updated on the status of their order(s). Please refer to requirement 12.2 of RFP Attachment B for more information on Status Reports. Schools and Special Libraries - Ingram will set up your accounts to receive two shipments per purchase order. Any in-stock, non-processed book will ship within 24 hours of order entry. Any remaining titles normally available through Ingram will then be placed on backorder for a period of time specified by you. At the end of the backorder period, all books that have come into stock will ship, and all unfilled titles will automatically cancel, except for titles Not Yet Received from the publisher. The second invoice will be marked as final. Ingram has found that this two shipment shipping method is especially helpful to schools. By keeping shipments down to one initial shipment and one final shipment per distribution center and by giving you a final invoice, it is easier to track and close purchase orders. Duplicate Checking ipage offers multiple duplicate order checking methods, including iMatch, OPAC View and Selection List Duplicate Checking. With iMatch, the Library is able to search their entire collection. As described below, Ingram’s duplicate order check methods do not automatically prevent duplicate orders. Conversely, they will allow duplicate copies when needed. MALiA Request for Proposal – Library Materials Page 51 iMatch - Ingram’s iMatch collection matching service on ipage matches titles in a selection list with the titles already in your library collection, saving you time comparing potential purchases. This powerful tool utilizes the industry standard Z39.50 protocol to access your library’s catalog and retrieve your collection information. Then it works with ipage to identify title matches within your selection lists. iMatch matches at the branch level enabling users to check just their collection in a shared database. Results are color coded to show where matches were found. If no color appears to the left of a title, no match was found. A red bar indicates an exact match, yellow a possible match, and green a title- only match. Hovering over a color bar indicator will display details about the match. The details will include which criteria were matched, and whether or not the edition matches your collection. For an exact match, the status of the title in your collection will also be shown. OPAC View - Libraries also have a feature that allows them to look into their Online Public Access Catalog (OPAC) from titles within ipage. The feature requires a one-time setup by the administrator of the account. The administrator needs to provide the following information in this setup:  OPAC web address  Their vendor’s specific ISBN search index  For some vendors, a search suffix is also required MALiA Request for Proposal – Library Materials Page 52 Once the administrator of the account has set up this feature, users in the ipage account will start to see a button/graphic attached to titles in search results and selection lists. Clicking this button will open a new browser window and point to this ISBN within the customer’s web-based OPAC system. Since this feature is ISBN driven, the button will not appear with titles that do not have ISBN’s (videos, music, etc). Selection List Duplicate Check - The selection list functions in ipage allows the user to check for duplicates. This is customizable so that the user can check for duplicates only within the current list, against the user’s Private lists, against Shared lists, or against all lists to which that user has access. The user can set a default for how they want the selection list duplicate check feature to work or can choose this option each time the selection list duplicate check feature is invoked. Additionally, users can check for duplicates as they are adding titles to a selection list. This feature checks for duplicates only within the current list. Custom MARC Ingram’s ipage features an option available in all levels of ipage called Custom MARC. Custom MARC gives libraries the ability to create and map a custom MARC record profile for downloading brief order records for loading to their Integrated Library System (ILS). The Custom MARC feature allows the user to create a list in ipage, and then add local data (like fund, location, collection code, requestor, etc.) in 9xx tags and subfields per the specifications of their ILS for each title to be exported in a brief MARC record. The list is then exported in brief MARC format, and the ILS system loader is used to load the records to the ILS. Upon loading to the ILS, an order record and a brief cataloging record are created. Libraries are now able to receive the title field (245$a) in all caps in brief MARC records. The Library should go to the Data Mapping in the MARC Setup of the administrator’s account and check the box in the Action column for the 245 tag. MALiA Request for Proposal – Library Materials Page 53 Sample brief MARC download: The 9xx configuration in ipage allows the library selectors to download brief MARC order records that include local holdings information. These records can be overlaid with the full MARC records in the Library’s ILS system. Grids Libraries can use grids to allocate multiple copies of an item across their funds, locations, etc. The grid features are an addition to the Custom MARC functionality, with the Custom MARC mapped fields and values feeding the grid. Once Custom MARC data has been added to an account by the administrator, a user can create a grid template, selecting which Custom MARC mapped data elements to use. After a template is created, it can be applied to an entire selection list or at a line item level within a list. As a template is applied, quantities for each item are increased as necessary and individual allocations are made across the library’s funds and locations. The selection list is then downloaded in Custom MARC format, and subsequently uploaded into the library’s acquisition system for order placement via EDI. Unlike other library book vendors, Ingram offers grid creation capabilities free of charge. MALiA Request for Proposal – Library Materials Page 54 Grid Summary We have a Grid Summary option available for our Library customers who use grids. Users are able to select two of their Custom MARC (9XX) tags as fields used to sum a "gridded" selection list. After the ipage administrator selects which 9XX tags they want as part of their grid summaries, the Grid Summary button will appear for selection lists that have a grid attached, and when the button is clicked from the List of Lists page, the View Selection List page, or the Edit Selection list page, the user is taken to a page containing quantity, extended list price, and customer discount price totals by the Grid Data elements associated with that selection list. Exporting Grid Information in Excel Library users can now set their Excel downloads to pull in grid information. Under Template Preferences on the User Settings page, users will see the option as a yes/no toggle. This option is set to No by default. Any user wishing to include grid information in his/her downloads should set this option to Yes. MALiA Request for Proposal – Library Materials Page 55 Applying Grids to Standing Orders Standing order enrollments used to require that customers create an enrollment for each grid template used. For example, if a library wanted to send a certain number of copies of popular titles in our Graphic Novel (Adult & Youth) Standing Order Program to its branches but a different number of copies for less popular titles, they would need to establish two grid templates and set up two separate enrollments, one for each grid template. Libraries can now apply multiple grids within a single enrollment, greatly reducing time spent on setting up and managing new title notifications / standing orders. Price this List and Stock Availability Features ipage shows current list price. Libraries can submit selection lists for product pricing based on the library’s specific discount structure. On the Orders, Selection List page, the Library will see a button labeled Price this List. Clicking this button will send the list as a pseudo-order using the active ship- to account of the ipage user. The total estimated price of product on the selection list will display. This pricing will disappear from the site if the selection list is changed or edited in any way. MALiA Request for Proposal – Library Materials Page 56 Additionally, the Library can view stock levels in each distribution center for each item in your selection list by clicking on the Stock Availability link. This gives a snapshot of current availability of titles from the designated Primary and Secondary distribution centers, and also indicates if titles are not currently in stock and must be backordered, or if the title is not available. MALiA Request for Proposal – Library Materials Page 57 Online Quotations ipage subscribers can set up a selection list of titles and then request a price quotation for that list. ipage will display the quote within the Order section under a function labeled View Quotes. From the View Quotes area, all ipage users on an account can review existing quotes and print the quote. Those users who have ordering capability on ipage can delete the quote if desired or release it as an order. Quotes are valid for 60 days. To revise a list (including changing quantities) and request that it be re-quoted, simply return to the Selection List function, edit the list they want quoted, and resubmit it for quotation. Standing Order / New Title Notification Programs Ingram has a wide array of no-commitment Standing Order Programs for our library customers. These Programs allow libraries to keep important portions of their collections up-to-date automatically and to more fully develop parts of the collection to meet community needs. Each Program is specially designed to provide the latest releases with full customization, minimum hassle, and standard discounts. There is no extra charge for participating in our Programs. MALiA Request for Proposal – Library Materials Page 58 Ingram provides a build-your-own, customizable standing order program called iSelect®. The iSelect Program is based on Ingram’s buying level of pre-publication titles. We also provide a number of other Standing Order Programs focused on Adult and Youth titles:  Fiction – Adult, Inspirational, Paperback Original, Mass Market Genre  Author – Adult, Teen, Children (which includes Illustrators)  Popular Series – Adult, Youth  Continuations – Travel, Adult, Nonfiction  Nonfiction – Adult, Youth, Forthcoming Popular Nonfiction Adult  ReviewALERT – Adult, Youth  Easy Reader  Picture and Board Books  Graphic Novel – Adult, Youth  Awards, Book Clubs, State Lists With the options of enrolling as "Report Only" or "Auto-Ship", Ingram standing order programs are designed to provide the ultimate flexibility. Libraries enrolled under the Auto-Ship option have two weeks to edit quantities or delete titles before the list is automatically ordered. Customers have the option of modifying quantities or canceling any order before the titles are in process to be shipped, and may edit program enrollments at any time. With Ingram, you never receive titles in your library unannounced. We recognize that many libraries prefer to place their own orders, either through ipage or their Integrated Library System, and so we offer a Report Only option. The Library can review the title lists, upload final selections to their ILS and place orders solely at their convenience. With this Report Only option, our programs serve as a new title notification system. New titles are added to Ingram’s database several months in advance of publication. To participate in a standing order, a customer completes an online enrollment form, letting us know the quantity, and in some cases binding type, of the titles they wish to receive. Based on this profile, we place the titles on backorder (generally 2 to 3 months before release). The Program lists will appear in ipage under Lists/All Program Lists each month, and the library receives email notification that a list has been created. For customers who select the Auto-Ship feature, major hardcover titles will ship as soon as they are received or by the street date. Otherwise, titles will consolidate with your next shipment or ship within 15 days of receipt, whichever comes first. Report Only customers can place their order at any time. Processing Our expertly-trained processing team provides the ultimate in flexibility with more than 100 different components and unlimited customized options for books, audiobooks, DVDs, and music CDs. All processing is done in accordance with the Library’s specifications, and quality control measures are in place to ensure that Library expectations are met. MALiA Request for Proposal – Library Materials Page 59 Processing options include, but are not limited to:  AR/SRC Label  Barcode  Branch Labels  Card Set  Catalog Card Kit  Circulation Card  Date Due Slip  Digital Processing for A/V  Edit Sheets  Genre Labels  Label Protector  Laminated Paperback Cover  MARC Record  Mylar Jacket  Pocket  Preprogrammed RFID/Barcode Set  Property Stamp  RFID Tag  Shelf List Card  Spine Label  Spine/Pocket Label  Spine Tape  Spoken Audio Case  Theft Ingram will help the Library to complete an Ingram Processing Specification Sheet to ensure consistency of book appearance. Included details are physical processing rules such as label location, taping requirements, and jacketing needs. Adult and Juvenile materials can have different processing profiles if the Library prefers. We can further refine the Library’s profiles based on binding of book. A BookMARC profile will also be completed for any account requiring spine labels or cataloging records. Processing and/or cataloging is profiled on an account level, and any item ordered on an individual account will receive the appropriate processing services. We are able to change your account profile upon written notification. Ingram will be pleased to establish the necessary accounts to accommodate all shipping locations and whether processed or unprocessed books are ordered. BookMARC® Cataloging Ingram provides access to full-level MARC records through BookMARC, the proprietary Ingram cataloging database. BookMARC includes the complete LC MARC database, as well as tens of thousands of entries created by Ingram's MLS-degreed catalogers. Ingram is a trading partner with OCLC, wherein our CIP upgrades and MARC record originals are accepted by OCLC for inclusion in WorldCat. Ingram cataloging is in accordance with the latest editions and versions of the Anglo-American Cataloging Rules/RDA, MARC21 Format, OCLC Bibliographic Formats and Standards, Library of Congress Classification Schedules, Dewey Decimal Classification, Sears List of Subject Headings, and Library of Congress Subject Headings. Ingram cataloging is consistent with LC rule interpretations and cataloging practices. If standard BookMARC cataloging does not meet the Library’s needs, Ingram offers a full array of custom cataloging options. Services include:  Search/item linking in the Library ILS utilizing Z39.50 protocol.  CIP, OCLC, or other Level 5/7 records can be brought up to FULL AACR2 / RDA / MARC 21 standards to correspond with book in hand by an MLS-degreed cataloger.  Where existing or derived records are not available, an original cataloging record can be created with book in hand by an MLS-degreed cataloger.  Should the Library require OCLC Holdings Updates, Ingram can provide this service at no charge, utilizing OCLC Batch Load Services. MALiA Request for Proposal – Library Materials Page 60 In addition to standard MARC records, Ingram’s MLS-degreed catalogers can review and update records to meet local policy requirements. Examples include applying local exceptions to LC or Dewey classification; adding contents, summary, target audience, or local notes; and applying local subject headings or local exceptions to standard subject headings lists. Pricing for these customized services is reflective of the complexity of the Library’s technical services requirements. Hard to Find Book Service Ingram offers an optional Hard-to-Find Books service on ipage. Ingram's partner for Hard-to-Find Books is Alibris. Alibris is a leading provider of rare, hard-to-find, and antiquarian books. Search options include Title, Author, Subject, Keyword(s) or ISBN/EAN. You can further refine your results by adding optional attributes including Binding (Any, Hardcover or Softcover), Publication Year (before and after years) and Net Price (Below and Above price criteria.) You can also specify if you want to see only a 1st Edition or Signed copy. This service does not allow for searching for a specific copy of a title. Books ordered through this service may be used books. When viewing available titles through ipage, the condition of the book will be listed, such as Good, Very Good, Fine, Acceptable. Notations may also include additional information on the condition of the book. MALiA Request for Proposal – Library Materials Page 61 Title Details Hard to Find Books are not covered under your Ingram contract terms and discounts, and will not receive cataloging or processing services. A per book shipping and handling fee will be applied to each book. Hard to Find Books are not covered under your Ingram contract terms and discounts, and will not receive cataloging or processing services. These titles will be net-priced. No minimum order is required. Ingram will invoice customers for Alibris orders. These invoices will also appear on the monthly Ingram statement. Titles ship from Alibris’s distribution facility, and not an Ingram warehouse. They will not combine with your Ingram orders for shipping and may have different turn times and shipping methods. Delivery charges and freight charges will vary from your standard Ingram orders, and a $3.95 per book shipping and handling fee will be applied to each book if shipped within the United States. Ingram Sendr Ingram Sendr is an email marketing tool that allows you to create, send and track beautiful emails to your Library patrons. You can announce events, send staff picks, create an e-newsletter, or advertise a promotion or sale. Ingram Sendr can also be used to push messages to all your social media networks or create a print-ready flyer to distribute by hand. Features include: • Sendr is easy to setup and use with our step-by-step instructions. • Sendr provides ready-made templates waiting to be customized with your Library's news, events, staff picks, book reviews, photos, and more. • Sendr emails can be branded with your Library’s logo, information, website and social media links. • Sendr emails can easily be sent to the Library’s contact list, shared on social media, or printed. • Sendr currently has 20,000 sends per month. • Sendr emails allow you to remain in contact with your readers even when they're not in your library. • Best of all, Sendr is available at no cost to Ingram Library customers! To learn more, please visit www.ingramsendr.com. MALiA Request for Proposal – Library Materials Page 62 Marketing Materials on ipage Ingram ipage is the Library’s source for free publisher marketing materials. Available assets include shelf talkers, author photos, Q&As, book trailers, reading group guides, printable giveaways, teacher guides, and more. All content is cleared for use in newsletters and reading group materials, on websites and social media, and in other print and digital communications to customers and patrons. Searching and downloading materials is quick and easy. There are two ways to access these files: 1. From the ipage homepage, hover over My Account and select Marketing Materials located under the Ingram Services section. From there you can search through the complete inventory of available assets. MALiA Request for Proposal – Library Materials Page 63 2. When viewing an individual title, look for the Marketing Materials available for this product link on the Title Detail page. 25. Service Requirements Not Met: If not covered under the sections above, list any specifications in this document that our company will be unable to meet. If you propose to meet service needs in an alternative fashion, give the alternative. Alternative to Lease Plan (Better World Books) Ingram does not offer a traditional lease plan. Our observation is that the offer and use of lease plans by public libraries is in decline. Ingram has chosen to focus our offerings on the services and functionalities that support libraries in the most cost effective manner, which in our experience does not include lease plans. Libraries have found using Ingram’s standing order programs in conjunction with our partnership with Better World Books is an efficient, cost effective and eco-friendly alternative to a traditional lease program. The Library could purchase multiple copies as required of all the most popular/best-selling titles and once they are no longer circulating, donate them to Better World Books (BWB) in exchange for credit with Ingram that can be used to purchase new materials. Even better, there are no commitments with this process – no monthly fees and no minimums required. Founded in 2002, Better World Books sells the surplus books of more than 3,000 libraries and 500 bookstores on a consignment basis. A portion of each book sold funds high-impact literacy projects in the United States and around the world. In the process, Better World Books has generated millions of dollars in unrestricted funding for libraries and literacy. MALiA Request for Proposal – Library Materials Page 64 With Better World Books:  The Library collects and boxes discards and donations  BWB supplies shipping cartons and coordinates pickup of materials  BWB scans, inventories, and prices materials and lists them for sale  Books are sold on BetterWorldBooks.com and 52 additional channels  A percentage of each sale is remitted to a non-profit literacy agency selected by each library.  A percentage of each sale is remitted to Ingram, and the proceeds of the sale are credited to individual library accounts by Ingram for use on new materials  Unsalable items are donated or recycled – nothing gets thrown away. With libraries facing limited physical space and reduced budgets, donating books and receiving credits for the purchase of new materials means that the Library is able to meet its goal of providing current content to its patrons. By participating in Ingram’s partnership with Better World Books, the Library can serve not only their local patrons, but their donations will help promote literacy programs world-wide. BUYING LEASING Utilize Ingram Standing Order Programs to automatically receive (or obtain pre-pub notification of) newly published best-sellers and, if desired, add your own title selections. No contracts required. Enter into an annual contract for book leasing services. Receive a monthly selection list of upcoming popular, best-seller titles. Choose the desired titles from that list and order. Receive books in shelf-ready condition based on your specifications. Pay invoices as books arrive or place funds on deposit as an annual purchase plan. Receive books in shelf-ready condition based on your specifications – some limitations apply. Pay the book leasing contract fee (monthly, quarterly, or annually). When circulation declines, contact BWB for shipping supplies and to coordinate the pickup of materials. BWB scans, inventories, prices materials and lists them for sale. When circulation declines, prepare paperwork, pack and ship books to your book leasing vendor. The returned books are sold on BetterWorldBooks.com and other channels. A percentage of each sale is remitted to a non-profit literacy agency selected by the library and a percentage of each sale is remitted to Ingram as a credit to the library for future purchases. Unsalable items are donated or recycled – nothing gets thrown away. The returned books are used for other libraries’ starter lease collections, sold in bulk, or destroyed. The library buys more materials to make patrons happy. The library orders more materials to make patrons happy. MALiA Request for Proposal – Library Materials Page 65 RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT C PRICING FOR OFFER CONSIDERATION Discounts for Library and Staff Orders Offerors shall return a completed copy of this attachment with their proposals. If pricing differs by type of library (public academic, school, special, or state agency), the contractor shall submit a separate copy of this attachment and specify the type of library for which pricing is proposed. MALiA desires an attractive, predictable pricing structure and, at the same time, a high level of order fulfillment. Accordingly, MALiA seeks to select one or more primary contractors as well as one or more secondary contractors. All discounts quoted will be applied to the publishers' lowest list price in effect at the time of shipment and exclude freight-pass-through pricing. All discounts will apply to all shipments, including backorders, for each order placed by the library. Participating libraries reserve the right to request supporting documentation (including copies of the publishers' invoices) on discount or service charge decisions of the contractor at any time during the contract period. MATERIAL DISCOUNT / PRICING LIBRARY TYPE (specify): _X__Public _X__ Academic ___School ___Special _X_ State Agency 1. Books (Reference LOT 1) 1 Copy 2+ Copy 1.1. Adult Trade Hardcover Bindings 46.0% 2-4 copies 46.2% 5-9 copies 1.1.1. Fiction __45.8%_ 46.5% 10+ copies 46.0% 2-4 copies 46.2% 5-9 copies 1.1.2 Non-fiction __45.8%_ 46.5% 10+ copies MALiA Request for Proposal – Library Materials Page 66 1.2. Paperbacks 2-4 copies 40.0% 5-9 copies 41.0% 1.2.1. Quality 38.0% 10+ copies 42.0% 2-4 copies 40.0% 5-9 copies 41.0% 1.2.2. Mass-market 38.0% 10+ copies 42.0% 1.2.3. Pre-bound 35.0% 35.0% 1.2.4. Time required to ship prebound orders: In-stock, non-processed or cataloged pre-bound books from Perfection Learning and San Val (Turtleback Books) are shipped within 24 hours or on the same business day if placed before local cut-off time at your designated Ingram distribution center. Ingram also offers paperback prebinding by HF Group for titles bought from Ingram. These titles receive the above paperback discounts, plus $5.25 per unit prebinding charge. MATERIAL DISCOUNT / PRICING 1.3. Juvenile Titles 45.8% 1 copy 46.0% 2-4 copies 46.2% 5-9 copies 1.3.1. Trade hardcover bindings 46.5% 10+ copies 1.3.2. Publishers' library bindings ____18.0%____ 1.3.3. Reinforced bindings ____18.0%____ 1.3.4. Pre-bound books ____35.0%____ 1.3.5. Time required to ship prebound orders: In-stock, non-processed or cataloged pre-bound books from Perfection Learning and San Val (Turtleback Books) are shipped within 24 hours or on the same business day if placed before local cut-off time at your designated Ingram distribution center. Ingram also offers paperback prebinding by HF Group for titles bought from Ingram. These titles receive the above paperback discounts, plus $5.25 per unit prebinding charge. 1.4. Small Press ____10.0%____ 1.5. University Press 1.5.1 Trade ____18.0%____ MALiA Request for Proposal – Library Materials Page 67 1.5.2. Non-trade ____18.0%____ 1.6. Serial Books (continuations) 0 – 46.5% Standing orders and Continuations will receive the same discount schedule as firm orders, as outlined above. 1.7 Reference materials ____10.0%____ Non-trade/short discounted titles will receive a 10% discount. All net titles are sold at 0% discount. 1.8. Cataloging and Processing - Include total support detail and brochures for these services 1.8.1. Complete cataloging and processing ____$1.19____ Automated Package includes Mylar or Label Protectors, Spine Label, Barcode, standard BookMARC record 1.8.2. Cataloging and processing without mylar jacket ____$1.19____ Automated Package includes Mylar or Label Protectors, Spine Label, Barcode, standard BookMARC record 1.8.3. Mylar jacket and kit, unfastened _____$1.59____ Mylar jacket + Catalog Card Kit 1.8.4. Mylar jacket, fastened or unfastened $0.60 unattached/ $0.69 attached 1.8.5. Kit, unfastened (to include book pocket, book ____$0.99____ card, spine label, complete set of catalog cards) Catalog Card Kit also includes book pocket 1.8.6. Catalog card set ____$0.65____ 1.8.7. Machine-readable cataloging per record $0.35 standard BookMARC record via ipage, email or FTP 1.8.8. Additional charges Ingram offers over 100 processing options. Please contact your Sales Representative for additional processing options. 1.8.9. Reinforced plastic cover for paperbacks: 5 mil thick ____$1.99____ 1.8.10. Lighter laminate: ____$1.85____ Describe & specify thickness: 15 mil MATERIAL DISCOUNT / PRICING MALiA Request for Proposal – Library Materials Page 68 1.8.11. Theft-detection devices: attached ____$0.50____ 3M or Checkpoint Theft; 3M Spine Insert = $0.55 1.8.12. Theft-detection devices: unattached ____$0.50____ 3M or Checkpoint Theft 2. Audiovisual (Reference LOT 2) 2.1. Formats 2.1.1. Spoken word cassettes ___No Bid _ 2.1.2. Books on tape ___No Bid _ 2.1.3. Books on CD ___0 – 45% _ 90-95% of all spoken word audio CD receives the full 45% discount; however some spoken word is short discounted by the publisher 2.1.4. Compact discs ___0 – 45% _ Music on Compact Disc 2.1.5 Music cassettes ___No Bid 2.1.6 DVD ___20 – 35% _ 2.1.8 VHS ___No Bid _ 2.1.9 Blu-ray ___20 – 35% _ 2.1.10 Others: Video Games ___ 5% _ 2.2. Performance rights 2.2.1. Public ___No Bid 2.2.2. Home use ___No Bid 2.3. Cataloging and Processing - 2.3.1. Catalog card sets ____$0.65____ 2.3.2. Machine-readable cataloging $0.35 standard BookMARC record via ipage, email or FTP 2.3.3. Theft-detection devices ____$0.50____ 3M DCD-2 Theft Overlay = $1.33 Provide complete information about what services are offered: Ingram offers over 100 processing options. Please contact your Sales Representative for additional processing options. 3. Software (Reference LOT 3) MALiA Request for Proposal – Library Materials Page 69 3.1. MAC ___No Bid 3.2. Windows ___No Bid 4. E-Books 4.1.. Fiction ___No Bid 4.2. Non-fiction ___No Bid 4.3 For purchased eBooks, what fees or other charges are applied in addition to the eBook title price? Which of these are paid up front? And which are recurring? 5. Delivery - INSIDE DELIVERY REQUIRED 5.1. Prepaid FOB 5.1.1. Destination MALiA libraries 5.1.2. Point of Shipment Chambersburg, PA or La Vergne, TN 5.2 Mode of shipment Ingram delivery, UPS or other common carrier MALiA Request for Proposal – Library Materials Page 70 MATERIAL DISCOUNT / PRICING LIBRARY TYPE (specify): ___Public ___ Academic _X_School _X_Special ___State Agency 1. Books (Reference LOT 1) 1.1. Adult Trade Hardcover Bindings 1 Copy 2+ Copy 1.1.1. Fiction 38.0% 38.0% 1.1.2 Non-fiction 1.2. Paperbacks 38.0% 38.0% 1.2.1. Quality 36.0% 36.0% 1.2.2. Mass-market 36.0% 36.0% 1.2.3. Pre-bound 35.0% 35.0% 1.2.4. Time required to ship prebound orders: In-stock, non-processed or cataloged pre-bound books from Perfection Learning and San Val (Turtleback Books) are shipped within 24 hours or on the same business day if placed before local cut-off time at your designated Ingram distribution center. Ingram also offers paperback prebinding by HF Group for titles bought from Ingram. These titles receive the above paperback discounts, plus $5.25 per unit prebinding charge. MATERIAL DISCOUNT / PRICING 1.3. Juvenile Titles 1.3.1. Trade hardcover bindings 38.0% 1.3.2. Publishers' library bindings 15.0% 1.3.3. Reinforced bindings 15.0% 1.3.4. Pre-bound books __35.0%____ 1.3.5. Time required to ship prebound orders: MALiA Request for Proposal – Library Materials Page 71 In-stock, non-processed or cataloged pre-bound books from Perfection Learning and San Val (Turtleback Books) are shipped within 24 hours or on the same business day if placed before local cut-off time at your designated Ingram distribution center. Ingram also offers paperback prebinding by HF Group for titles bought from Ingram. These titles receive the above paperback discounts, plus $5.25 per unit prebinding charge. 1.4. Small Press ____10.0%____ 1.5. University Press 1.5.1 Trade ____10.0%____ 1.5.2. Non-trade ____10.0%____ 1.6. Serial Books (continuations) 0 – 38.0% Standing orders and Continuations will receive the same discount schedule as firm orders, as outlined above. 1.7 Reference materials ____10.0%____ Non-trade/short discounted titles will receive a 10% discount. All net titles are sold at 0% discount. 1.8. Cataloging and Processing - Include total support detail and brochures for these services 1.8.1. Complete cataloging and processing ____$1.19____ Automated Package includes Mylar or Label Protectors, Spine Label, Barcode, standard BookMARC record 1.8.2. Cataloging and processing without mylar jacket ____$1.19____ Automated Package includes Mylar or Label Protectors, Spine Label, Barcode, standard BookMARC record 1.8.3. Mylar jacket and kit, unfastened _____$1.59____ Mylar jacket + Catalog Card Kit 1.8.4. Mylar jacket, fastened or unfastened $0.60 unattached/ $0.69 attached 1.8.5. Kit, unfastened (to include book pocket, book ____$0.99____ card, spine label, complete set of catalog cards) Catalog Card Kit also includes book pocket 1.8.6. Catalog card set ____$0.65____ 1.8.7. Machine-readable cataloging per record $0.35 standard BookMARC record via ipage, email or FTP MALiA Request for Proposal – Library Materials Page 72 1.8.8. Additional charges Ingram offers over 100 processing options. Please contact your Sales Representative for additional processing options. 1.8.9. Reinforced plastic cover for paperbacks: 5 mil thick ____$1.99____ 1.8.10. Lighter laminate: ____$1.85____ Describe & specify thickness: 15 mil MATERIAL DISCOUNT / PRICING 1.8.11. Theft-detection devices: attached ____$0.50____ 3M or Checkpoint Theft; 3M Spine Insert = $0.55 1.8.12. Theft-detection devices: unattached ____$0.50____ 3M or Checkpoint Theft 2. Audiovisual (Reference LOT 2) 2.1. Formats 2.1.1. Spoken word cassettes ___No Bid _ 2.1.2. Books on tape ___No Bid _ 2.1.3. Books on CD ___0 – 45% _ 90-95% of all spoken word audio CD receives the full 45% discount; however some spoken word is short discounted by the publisher 2.1.4. Compact discs ___20.0% _ Music on Compact Disc 2.1.5 Music cassettes ___No Bid 2.1.6 DVD ___25.0% _ 2.1.8 VHS ___No Bid _ 2.1.9 Blu-ray ___25.0% _ 2.1.10 Others: Video Games ___ 5% _ 2.2. Performance rights 2.2.1. Public ___No Bid 2.2.2. Home use ___No Bid 2.3. Cataloging and Processing - 2.3.1. Catalog card sets ____$0.65____ MALiA Request for Proposal – Library Materials Page 73 2.3.2. Machine-readable cataloging $0.35 standard BookMARC record via ipage, email or FTP 2.3.3. Theft-detection devices ____$0.50____ 3M DCD-2 Theft Overlay = $1.33 Provide complete information about what services are offered: Ingram offers over 100 processing options. Please contact your Sales Representative for additional processing options. 3. Software (Reference LOT 3) 3.1. MAC ___No Bid 3.2. Windows ___No Bid 4. E-Books 4.1.. Fiction ___No Bid 4.2. Non-fiction ___No Bid 4.3 For purchased eBooks, what fees or other charges are applied in addition to the eBook title price? Which of these are paid up front? And which are recurring? 6. Delivery - INSIDE DELIVERY REQUIRED 5.1. Prepaid FOB 5.1.1. Destination MALiA libraries 5.1.2. Point of Shipment Chambersburg, PA or La Vergne, TN 5.2 Mode of shipment Ingram delivery, UPS or other common carrier MALiA Request for Proposal – Library Materials Page 74 ATTACHMENT D MALiA Membership 2016-2017 Name Member # City, State 1. Albemarle Regional Library 1129 Winton, NC 2. Alexander County Library 1103 Taylorsville, NC 3. Alleghany Highlands Regional Lib./Charles P. Jones Memorial Library 1197 Covington, VA 4. Amherst County Public Library 1001 Amherst, VA 5. Anderson Public Library 2016-17 1278 Lawrenceburg, KY 6. Anne Arundel County Public Library 1293 Annapolis, MD 7. Appalachian Regional Library 1252 West Jefferson, NC 8. Appomattox Regional Library System 1002 Hopewell, VA 9. Arlington Public Library 2016-17 1288 Arlington, VA 10. Augusta County Library 1089 Fishersville, VA 11. Averett University Library 1093 Danville, VA 12. Bath County Memorial Library 2016-18 New 1291 Owingsville, KY 13. Bedford Public Library 1003 Bedford, VA 14. Belington Public Library 1251 Belington, WV 15. Benton County Public Library 1220 Camden, TN 16. BHM Regional Library 1258 Washington, NC 17. Blackwater Regional Library 1004 Courtland, VA 18. Blue Ridge Community College 1006 Weyers Cave, VA 19. Blue Ridge Regional Library 1007 Martinsville, VA 20. Bluefield College/Easley Library 1008 Bluefield, VA 21. Boone County Public Library 1263 Burlington, KY 22. Boone Madison Library 1239 Madison, WV 23. Botetourt County Library 1009 Roanoke, VA 24. Boynton Beach City Library 1265 Boynton Beach, FL 25. Bracken County Public Library 2016-17 1289 Brooksville, KY 26. Braswell Memorial Library 1155 Rocky Mount, NC 27. Brevard College, J.A Jones Library 1116 Brevard , NC 28. Bridgewater College /Alexander Mack Library/ 1085 Bridgewater, VA 29. Bristol Public Library 1010 Bristol, VA 30. Buchanan County Public Library 1011 Grundy, VA 31. Buncombe County Public Libraries 1144 Asheville, NC 32. Caldwell County Public library 1101 Lenoir, NC MALiA Request for Proposal – Library Materials Page 75 33. Campbell County Public Library 1012 Rustburg, VA 34. Cape Fear Community College 1188 Wilmington, NC 35. Caroline Library, Inc. 1112 Bowling Green, VA 36. Carroll County High School 1015 Hillsville, VA 37. Caswell County Public Library 1200 Yanceyville, NC 38. Catawba County Library System 1270 Newton, NC 39. Central Rappahannock Regional Library 1016 Fredericksburg, VA 40. Central Virginia Community College Library 1094 Lynchburg, VA 41. Chapel Hill Public Library 1141 Chapel Hill, NC 42. Charlotte County Library 1194 Charlotte Court House, VA 43. Charlotte Mecklenburg Library 1130 Charlotte, NC 44. Chatham County Public Library System 1271 Pittsboro, NC 45. Chesapeake Public Library 1107 Chesapeake, VA 46. Chesterfield County Public Library 1084 Chesterfield, VA 47. Chesterfield County Public Schools 1189 Midlothian, VA 48. Christopher Newport University/Trible Library 1213 Newport News, VA 49. Clarksburg-Harrison Public Library 1234 Clarksburg, WV 50. Clarksville-Montgomery County Public Library 1241 Clarksville, TN 51. Cleveland County Memorial Library 1123 Shelby, NC 52. Clifton Forge Public Library 1145 Clifton Forge, VA 53. College of William & Mary/Wolf Law Library 1149 Williamsburg, VA 54. Colonial Heights Public Library 1017 Colonial Heights, VA 55. Craft Memorial Library 1190 Bluefield, WV 56. Craig County Public Library 1115 New Castle, VA 57. Culpeper County Library 1114 Culpeper, VA 58. Cumberland County Public Library 1275 Burkesville, KY 59. Cumberland County Public Library 1111 Cumberland, VA 60. Danville Community College 1019 Danville, VA 61. Danville Public Library 1020 Danville, VA 62. Davidson County Public Library 1152 Lexington, NC 63. Davie County Public Library 1212 Mocksville, NC 64. Delray Beach Public Library 1273 Delray Beach, FL 65. Duplin County Public Library 1139 Kenansville, NC MALiA Request for Proposal – Library Materials Page 76 66. Durham Technical Community College 1191 Durham, NC 67. East Albemarle Regional Library 1186 Elizabeth City, NC 68. Eastern Shore Community College 1193 Melfa, VA 69. Eastern Shore Public Library 1022 Accomac, VA 70. ECPI University 1268 Virginia Beach, VA 71. Elizabethton/Carter County Public Library 1172 Elizabethton, TN 72. Emory & Henry College 1023 Emory, VA 73. Essex Public Library 1113 Tappahonnock, VA 74. Falkville Public Library 1260 Falkville, AL 75. Farmville Public Library 1224 Farmville, NC 76. Fauquier County Public Library 1024 Warrenton, VA 77. Fauquier County Public Schools 1185 Warrenton, VA 78. Ferrum College/Thomas Stanley Library 1025 Ferrum, VA 79. Floyd County Public Library 1238 Prestonburg, KY 80. Fontana Regional Library 1173 Bryson City, NC 81. Franklin County Library 1171 Louisburg, NC 82. Franklin County Public Library 1026 Rocky Mount, VA 83. Galax-Carroll Regional Library 1027 Galax, VA 84. Garrard County Public Library 1250 Lancaster, KY 85. Gaston County Public Library 1147 Gastonia, NC 86. Germanna Community College 1118 Locust Grove, VA 87. Gibsonville Public Library 1255 Gibsonville, NC 88. Gloucester County Library 1087 Gloucester, VA 89. Grant County Public Library 1254 Williamstown, KY 90. Graves County Public Library 1233 Mayfield, KY 91. Greensboro Public Library 1143 Greensboro, NC 92. Greenup County Public Library 1285 Greenup, KY 93. Halifax County-South Boston Public Library 1028 Halifax, VA 94. Hampden-Sydney College 1096 Hampden-Sydney, VA 95. Hampshire County Public Library 1243 Romney, WV 96. Hampton Public Library 1092 Hampton, VA 97. Handley Regional Library 1099 Stephens City, VA 98. Hanover County Public Schools 1136 Ashland, VA 99. Hardin County Public Library 1279 Elizabethtown, KY 100. Hardy County Public Library 1196 Moorefield, WV 101. Haywood County Public Library 1170 Waynesville, NC 102. Heartland Library Cooperative 1264 Okeechobee , FL MALiA Request for Proposal – Library Materials Page 77 103. Henrico County Public Library 1018 Henrico, VA 104. Henrico County Public Schools 1135 Henrico, VA 105. Henry County Public Library 1276 Eminence, KY 106. Heritage Public Library 1029 Providence Forge, VA 107. Hickory Public Library 1256 Hickory, NC 108. Hocutt-Ellington Memorial Library 1214 Clayton, NC 109. Hopkinsville Christian County Public Library 16-17 1287 Hopkinsville, KY 110. J. Sargeant Reynolds Community College 1030 Richmond, VA 111. James L. Hamner Public Library/Amelia County 1083 Amelia Court House, VA 112. James W. Curry Public Library 1269 French Creek, WV 113. Jefferson Madison Regional Library 1031 Charlottesville, VA 114. Jessamine County Public Library 1210 Nicholasville, KY 115. John Tyler Community College Library 1032 Chester, VA 116. Kanawha County Public Library 1236 Charleston, WV 117. Keyser-Mineral County Public Library 1218 Keyser, WV 118. King University 1034 Bristol, TN 119. Laurel County Public Library 1242 London, KY 120. Lee County Library 1272 Sanford, NC 121. Library of Virginia 1134 Richmond, VA 122. Lincoln County Public Library 1245 Stanford, KY 123. Lincoln County Public Library 1128 Lincolnton, NC 124. Linebaugh Public Library System 1228 Murfreesboro, TN 125. Logan County Public Library 1232 Russellville, KY 126. Lonesome Pine Regional Library 1036 Wise, VA 127. Lord Fairfax Community College/Paul Wolk Library 1037 Middletown, VA 128. Luneburg County Public Library 1253 Victoria, VA 129. Lynchburg College/Knight-Capron Library 1226 Lynchburg, VA 130. Lynchburg Public Library 1038 Lynchburg, VA 131. Madison County Public Library 1225 Richmond, KY 132. Maitland Public Library 1290 Maitland, FL 133. Marion County Public Library 1281 Fairmont, WV 134. Mary Riley Styles Public Library 1039 Falls Church, VA 135. Mary Wood Weldon Memorial Library 1277 Glasgow, KY 136. Mason County Public Library 1211 Point Pleasant, WV MALiA Request for Proposal – Library Materials Page 78 137. Mauney Memorial Library 1133 Kings Mountain, NC 138. McCreary County Public Library 1284 Whitley City, KY 139. McDowell County Public Library 1146 Marion, NC 140. Mecklenburg County Public Library 1126 Boydton, VA 141. Mecklenburg County Sheriff’s Office 1231 Charlotte, NC Libraries 142. Meherrin Regional Library 1040 Lawrenceville, VA 143. Menifee County Public Library 1246 Frenchburg, KY 144. Middlesex County Public Library 1104 Urbanna, VA 145. Montgomery County Public Library 1235 Mt. Sterling, KY 146. Montgomery County Public Schools 1090 Christiansburg, VA 147. Montgomery-Floyd Regional Library 1041 Christiansburg, VA 148. Mooneyham Public Library 1174 Forest City, NC 149. Morgantown Public Library 1208 Morgantown, WV 150. Mountain Empire Community College/Wampler Library 1042 Big Stone Gap, VA 151. New Hanover County Public Library 1216 Wilmington, NC 152. New Martinsville Public Library 1205 New Martinsville, WV 153. New River Community College 1091 Dublin, VA 154. Newport News Public Library System 1044 Newport News, VA 155. Norfolk Public Library 1045 Norfolk, VA 156. Norfolk State University 1249 Norfolk, VA 157. Norris Library Foundation, Inc. 1247 Rutherfordton, NC 158. North Palm Beach Library 2016-17 1286 North Palm Beach, FL 159. Northeast State Community College/Wayne G. Basler Library 1046 Blountville, TN 160. Northern Virginia Community College 1132 Annandale, VA 161. Northumberland Public Library 1047 Heathsville, VA 162. Northwestern Regional Library 1165 Elkin, NC 163. Nottaway County Public Library 1142 Crewe, Va 164. Orange County Public Library 1125 Hillsborough, NC 165. Orange County Public Library 1117 Orange, VA 166. Pamunkey Regional Library 1048 Hanover, VA 167. Paris-Bourbon County Library 1274 Paris, KY MALiA Request for Proposal – Library Materials Page 79 168. Patrick Henry Community College/Lester Library 1049 Martinsville, VA 169. Paul Sawyier Public Library 1266 Frankfort, KY 170. Pearisburg Public Library 1050 Pearisburg, VA 171. Pender County Public Libraries 1138 Burgaw, NC 172. Pendleton County Library 1183 Franklin, WV 173. Pendleton County Public Library 1261 Falmouth, KY 174. Perry Memorial Library 1223 Henderson, NC 175. Petersburg Public Library System 1051 Petersburg, VA 176. Piedmont Virginia Community College/Betty Sue Jessup Library 1102 Charlottesville, VA 177. Pittsylvania County Public Library 1052 Chatham, VA 178. Polk County Library Cooperative 1267 Bartow, FL 179. Polk County Public Library 1184 Columbus, NC 180. Poquoson Public Library 1053 Poquoson, VA 181. Portsmouth Public Library 1127 Portsmouth, VA 182. Powhatan County Public Library 1088 Powhatan, VA 183. Prince William Public Library System 1054 Prince William, VA 184. Public Library of Anniston-Calhoun County 1292 Anniston, AL 185. Public Library of Johnston County & Smithfield/Selma is under this library as a branch. Number was 1166 1160 Smithfield, NC 186. Pulaski County Library 1055 Pulaski, VA 187. Pulaski County Public Library 1283 Somerset, KY 188. Radford Public Library 1056 Radford, VA 189. Raleigh County Public Library 1259 Beckley, WV 190. Randolph County Public Library 1221 Asheboro, NC 191. Randolph-Macon College/McGraw- Page Library 1058 Ashland, VA 192. Rappahannock Community College 1097 Warsaw, VA 193. Rappahannock County Library 1206 Washington, VA 194. Richmond Public Library 1108 Richmond, VA 195. Richmond Public Schools 1237 Richmond, VA 196. Ritchie County Public Library 1177 Harrisville, WV 197. Roanoke City Public Library 1109 Roanoke, VA 198. Roanoke County Public Library 1059 Roanoke, VA 199. Robeson County Public Library 1164 Lumberton, NC MALiA Request for Proposal – Library Materials Page 80 200. Rockbridge Regional Library 1120 Lexington, VA 201. Rowan Public Library 1150 Salisbury, NC 202. Russell County Public Library 1061 Lebanon, VA 203. Salem Public Library 1063 Salem, VA 204. Sampson-Clinton Public Library 1137 Clinton, NC 205. Samuels Library 1064 Front Royal, VA 206. Scotland County Memorial Library 1222 Laurinburg, NC 207. Scott County Public Library 1262 Georgetown, KY 208. Shenandoah County Library 1179 Edinburg, VA 209. Sheppard Memorial Library 1182 Greenville, NC 210. Smyth-Bland Regional Library 1066 Marion, VA 211. Southern Pines Public Library 1158 Southern Pines, NC 212. Southern Virginia University/Von Canon Library 1204 Buena Vista, VA 213. Southside Regional Jail Library 1187 Emporia, VA 214. Southside Virginia Community College 1203 Keysville, VA 215. Southwest Virginia Community College 1067 Cedar Bluff, VA 216. Spindale Public Library 1163 Spindale, NC 217. Stanly County Public Library 1195 Albemarle, NC 218. State Library of North Carolina 1248 Raleigh, NC 219. Staunton Public Library 1068 Staunton, VA 220. Suffolk Public Library 1069 Suffolk, VA 221. Sullivan County Public Library 1070 Blountville, TN 222. Tazewell County Public Library 1071 Tazewell, VA 223. Temple Rodef Shalom Library 1257 Falls Church, VA 224. Tennessee State Library & Archives 1199 Nashville, TN 225. Thomas Jefferson Library 1280 Falls Church, VA 226. Thomas Nelson Community College 1072 Hampton, VA 227. Tidewater Community College 1100 Norfolk, VA 228. Transylvania County Library 1156 Brevard, NC 229. Union County Public Library 1140 Monroe, NC 230. University of Virginia’s College at Wise/Wyllie Library 1124 Wise, VA 231. Upshur County Public Library 1244 Buckhannon, WV 232. Vienna Public Library 1192 Vienna, WV 233. Virginia Beach Public Library 1073 Virginia Beach, VA MALiA Request for Proposal – Library Materials Page 81 234. Virginia Department of Corrections-All Facilities 1201 Richmond, VA 235. Virginia Highlands Community College 1075 Abingdon, VA 236. Virginia State University/Johnston Memorial library 1198 Petersburg, VA 237. Virginia Western Community College 1077 Roanoke, VA 238. Warren County Memorial Library 1217 Warrenton, NC 239. Washington County Public Library 1078 Abingdon, VA 240. Wayne County Public Library 1168 Goldsboro, NC 241. Whitley County Public Library 1215 Williamsburg, KY 242. Williamsburg Regional Library 1080 Williamsburg, VA 243. Wilson County Public Library 1162 Wilson, NC 244. Wolfe County Public Library 1282 Campton, KY 245. Wythe-Grayson Regional Library 1098 Independence, VA 246. Wytheville Community College Library 1082 Wytheville, VA MALiA Request for Proposal – Library Materials Page 82 NOT APPLICABLE TO INGRAM LIBRARY SERVICES LLC ATTACHMENT E Small Business Subcontracting Plan Definitions Small Business: "Small business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Women-Owned Business: "Women-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Minority-Owned Business: "Minority-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Small Business: "Small business (including micro)” means a business which holds a certification as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) on the due date for bids. This shall also include DSBSD-certified women- and minority-owned businesses when they also hold a DSBSD certification as a small business on the bid due date. Currently, DSBSD offers small business certification and micro business designation to firms that qualify. Certification applications are available through DSBSD online at www.DSBSD.virginia.gov (Customer Service). Bidder Name: _____________________________________________ Preparer Name:___________________________________ Date: ____________________ Instructions A. If you are certified by the DSBSD as a micro/small business, complete only Section A of this form. This includes DSBSD-certified women-owned and minority-owned businesses when they have also received DSBSD small business certification. B. If you are not a DSBSD-certified small business, complete Section B of this form. For the bid to be considered and the bidder to be declared responsive, the bidder shall identify the portions of the contract that will be subcontracted to DSBSD-certified small business for the initial contract period in relation to the bidder’s total price for the initial contract period. in Section B. MALiA Request for Proposal – Library Materials Page 83 Section A If your firm is certified by the DSBSD provide your certification number and the date of certification. Certification number:____________________ Certification Date:_________________________ B. Plans for Utilization of DSBSD-Certified Small Businesses for this Procurement Micro/Small Business Name & Address DSBSD Certificate # Status if Micro/Small Business is also: Women (W), Minority (M) Contact Person, Telephone & Email Type of Goods and/or Services Planned Involvement During Initial Period of the Contract Planned Contract Dollars During Initial Period of the Contract ($ or %) Totals MALiA Request for Proposal – Library Materials Page 84 Attachment F REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, Inc. (MALiA) ATTACHMENT F State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder: X is a corporation or other business entity with the following SCC identification number: F195193-0 -OR- is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR- is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): MALiA Request for Proposal – Library Materials Page 85 Definitions of Binding Types and Presses Discounts are applied to the publisher’s current list price at the time of order entry. Prior to placing an order, the Library can determine a title’s estimated discount by utilizing the “Price this List” feature on ipage. In determining which titles receive less than full trade discounts, Ingram has utilized its best efforts to categorize books for pricing purposes by considering the binding, cost of acquisition, general marketing categories, publisher’s discount, and other factors as defined by the Definitions of Binding Types and Presses provided. Ingram reserves the right to be the sole and final determinant of the pricing category. Trade Hardcover: High demand fiction and nonfiction books published with a glued binding and a hardcover. These titles are typically for the general consumer and produced by widely distributed publishers. Trade bindings may also be referred to as retail trade editions, trade books, hardbound books, hardback books, cloth bound books or cloth cover books. Publishers normally produce these titles in larger print runs. * Quality Paperback: High demand fiction and nonfiction books with paper covers and generally no size restriction. Any illustrations or graphics may be placed throughout the book; both paper and printing are high quality. These titles are typically for the general consumer and produced by widely distributed publishers. This binding may also be referred to as trade paper or trade paperback. * Mass Market Paperback: High demand books with paper covers that are produced in a size to fit a standard retail store display and generally deal with subjects of mass appeal. Any illustrations are grouped together in one section of the book. * Library Bindings: Books of higher quality publisher bindings, usually fanned and glued, and may also be sewn. Books may be identified as Library Bindings on ipage. University Press: The binding types may vary for these titles (i.e. Hardcover and/or Paperback), but all are published by a University Press. Short Discount/Non-Trade: Lower demand, small print-run books in various bindings, and includes legal, technical, reference, scientific, and medical titles as defined by Ingram subject categories. Titles are generally published by small or university presses. Also included are print and audiobook titles purchased at lower than full trade discount; titles with limited sales volume; and/or titles from publishers not in compliance with Ingram’s purchasing requirements. Ingram is pleased to make this broad base of titles available to our customers with no service charges. Large Print: Ingram does not recognize the large print title as a separate binding type for discount purposes. Large print titles will receive discounts according to the binding/press assigned to the ISBN ordered as outlined above. Graphic Novels: A narrative work in which the story is conveyed to the reader using comic form. The term is employed in a broad manner, encompassing nonfiction works and thematically linked short stories as well as fictional stories across a number of genres. Picture Books, Board Books, Easy Readers, and Big Books: These juvenile genre categories are not discounting categories used by Ingram. These books will receive the discount appropriate to the specific binding/press ordered as outlined above. We estimate that at least 80% would receive the full trade discount. MALiA Request for Proposal – Library Materials Page 86 Prebound Books: Paperback books bound into a hardback edition. Our inventory also includes over 17,500 prebound titles from Perfection Learning and San Val (Turtleback Books), and are identified on ipage as Prebound-Sewn or Prebound-Glued World Language Materials: Ingram does not recognize Spanish language (or any world languages) as a discounting category. These books will receive the discount appropriate to the specific binding/press ordered as outlined above. Spoken Word Audio: Audiobooks produced for the general consumer and dealing with subjects of mass appeal. Spoken Word audio may be abridged or unabridged and are generally sold by publishers at full trade discounts, however some titles may be short discounted by the publisher. Ingram does not differentiate between MP3 CD and Audio CD formats for discounting purposes. Book and spoken word audio kits will receive discounts based upon classification of the title, typically by the publisher, as a book or as a spoken word audio. If classified as a book, it will receive the discount appropriate to the specific binding/press assigned to the ISBN ordered. DVD and Blu-ray: Currently, Ingram provides pre-recorded titles in these categories under a single discount. However, should a new format of DVD emerge in the industry for which studios apply different purchasing terms, Ingram will notify the Library of the discount applicable to that new format. Net: Low demand, small print run books in various binds upon which Ingram receives minimal or no purchase discount. This category of book will receive a 0% discount. Ingram is pleased to make this broad base of titles available to our customers with no service charges. *See Short Discount for explanation on titles that may fall outside of this discount category. INGRAM LIBRARY SERVICES LLC Offers the following discounts and terms to all members of the: MID ATLANTIC LIBRARY ALLIANCE (MALiA) Per Contract #2017-71500-01, Ingram Library Services LLC offers the following discounts, terms and conditions to the public library, academic library and State agency members of the Mid-Atlantic Library Alliance. Effective Dates: July 1, 2017 through June 30, 2020 Discounts: Adult and Juvenile Trade Hardcover: 1 copy per title .................. 45.8% 2-4 copies per title ............ 46.0% 5-9 copies per title ............ 46.2% 10+ copies per title ........... 46.5% Quality Paperbacks and Mass Market Paperbacks: 1 copy per title .................. 38.0% 2-4 copies per title ............ 40.0% 5-9 copies per title ............ 41.0% 10+ copies per title ........... 42.0% Library Bindings ...................................... 18.0% Prebound Books ...................................... 35.0% University Press ...................................... 18.0% Short Discounted/Non-Trade Titles ......... 10.0% Legal, Medical, Reference, Scientific, and Technical Titles ................ 10.0% * Spoken Word Audio ............................. 0-45.0% ** DVD/Blu-ray (Discount based on List Price of item): < $14.99 ........................................ 35.0% $15.00-$19.99 ............................... 30.0% $20.00 + ........................................ 25.0% Music CDs ............................................ 5-45.0% Video Games ............................................ 5.0% Net Titles ................................................... 0.0% * Eighty to eighty-five percent of all Spoken Word Audio is at the 45% discount; however, some Spoken Word Audio is short discounted by the publisher. ** Although the majority of Ingram's DVD inventory is eligible for the maximum discounts, some titles receive smaller discounts. Freight Terms: For libraries with a minimum of $50,000 in annual expenditures with Ingram or a commitment to meet this annual expenditure level, orders will ship with Ingram-paid freight from your primary and secondary distribution centers. For libraries with less than $50,000 in annual expenditures with Ingram, shipments of 15 or more units from your primary distribution center or from your secondary distribution center will qualify for Ingram- paid freight. Shipments of less than 15 units will be charged a flat $5.00 shipping fee. Items picked, packed, and shipped together count as an individual shipment. This flat fee amount or qualifying unit quantity is subject to change with notice. Shipping will be via best method, which may include order or account consolidation, shipping schedules or other account setting adjustments to maintain freight costs below 2% of invoice. Ingram does not currently assess any additional fees for shipping. However, given the unpredictable impact of rising oil prices, Ingram reserves the right to assess a fuel surcharge with notice. Payment Terms: Payment terms under this contract shall be 1% 10 Days/Net 30 Days. Payment is required for invoices within these terms even when a purchase order has not been completed. Ingram does not invoice for items until they have been shipped. Ingram offers a 1% cash discount on payments made within 10 days of statement date. Payments must be postmarked by the 10th of the month to qualify for the 1% discount. For payments submitted via ipage or Automated Monthly EFT Draft, the 1% discount is extended to the 25th of the month. Credit card payments are not eligible for this discount. This discount is shown on your invoice and must be taken at the time the invoice is paid and cannot be taken retroactively. These additional savings can be substantial when you take advantage of the prompt payment discount. While other vendors demand payment from invoice date, Ingram’s terms are calculated on statement date at the end of each month. With payment due 30 days from statement date, the customer’s payment is due an average of 45 days from invoice (30-59 days). Ingram reserves the right to assess a late charge on all past due invoices. Processing: With over 100 different options, processing can be customized per the Library’s specifications. Any additional processing options chosen by the Library will receive the current pricing in place at the time each option is added to their profile. Complete Processing and Cataloging (Automated Package) Includes Mylar or Label Protectors, Spine Label, Barcode, standard BookMARC record $1.19 per unit Mylar jacket and Catalog Card Kit, unfastened $1.59 per unit Mylar Jacket, Attached $0.69 per unit Mylar Jacket, Unattached $0.60 per unit Catalog Card Kit, Unfastened $0.99 per title Catalog Card Set $0.65 per title Paperback Laminate, 5 mil $1.99 per unit Paperback Laminate, 15 mil $1.85 per unit BookMARC Record- FTP or ipage $0.35 per record Theft-detection devices: 3M or Checkpoint $0.50 per unit Theft-detection devices: Spine insertion $0.55 per unit Theft-detection devices: 3M DCD-2 Overlay $1.33 per unit Ordering: Ingram can accept orders by toll-free phone, toll-free fax, mail, electronically, (email and/or EDI – Electronic Data Interchange), or through ipage. All orders receive immediate online order entry; phone and electronic orders receive title and stock verification. Mail orders should be sent to: Ingram Library Services LLC Attention Order Entry One Ingram Blvd. PO Box 3006 La Vergne, TN 37086-1986 The toll-free number for FAX ordering is 800-677-5116. The toll-free number for telephone orders is 800-937-5300. Emails with attached orders should be sent to ILS.orders@ingramcontent.com. Ingram supports EDI Transaction types and formats based on the capabilities of the library automation system. Ingram EDI offerings include: • Electronic ordering using the X12 format and FTP for communications. • Enriched EDI ordering. • Text format full order confirmation via email from Ingram email to user-specified email address. • Electronic invoicing using the X12 format and FTP for communications. ipage: ipage is Ingram’s web-based title selection, ordering, and account management tool. Customers with a current, active Ingram account are eligible for a free subscription to ipage, which offers libraries easy-to- use ordering capabilities and other features at no cost for unlimited concurrent users. Libraries recognize ipage as an integral timesaving tool whose collection development and acquisitions capabilities, along with its various account management tools, make day-to-day ordering and receiving tasks virtually hassle-free. ipage can be accessed at https://ipage.ingramcontent.com. Account Set-up: Libraries wishing to establish a new account will be asked to complete an Ingram New Account Application and Terms of Sale Form. When setting up an account under the terms of the contract, the Library will be asked to provide a copy of their tax exemption certificate. Any item ordered prior to the start date of this Contract is not eligible to receive the terms of the Contracts. This applies to all backorders, standing orders, and firm orders placed prior to the enactment of this offer. Should a library receive a previously ordered item after the Contracts are in effect, previous discounts will apply. Ingram Contact List: Libraries have toll-free telephone access to any Ingram point of contact at (800) 937-5300, or you may reach your Senior Sales Representative directly at: • Derek Tolley, Senior Sales Representative (VA, NC, WV) .............. (615) 267-1617 E-mail: derek.tolley@ingramcontent.com • John Mangrum, Inside Sales Representative (VA, NC, WV) ........... Ext. 35774 Email: john.mangrum@ingramcontent.com • Jamie Cutlip, Senior Sales Representative (AL, FL, KY, TN) .......... (813) 508-6743 Email: jamie.cutlip@ingramcontent.com • Brandy Swett, Inside Sales Representative (AL, FL, KY, TN) ......... Ext. 31310 Email: brandy.swett@ingramcontent.com • Customer Care ............................................................................... Press Option 1, then 1 E-mail: ILSCustomer.service@ingramcontent.com To discuss concerns or issues regarding your account • To Place an Order .......................................................................... Press Option 1, then 2 E-mail: ILS.orders@ingramcontent.com • Account Services ............................................................................ Press Option 1, then 3 To Set Up / Maintenance an Account E-mail: requirements@ingramcontent.com • To Check Stock Status ................................................................... Press Option 1, then 4 • Toll-Free FAX Ordering ................................................................. (800) 677-5116 • Credit Department .......................................................................... (800) 937-8100 • Technical Support ........................................................................... (800) 937-7978 Mail payments only to this remittance address: Send mail orders only to: Ingram Library Services LLC Ingram Library Services LLC MS 512 P.O. Box 277616 One Ingram Blvd. Atlanta, GA 30394-7616 La Vergne, TN 37086-1986 REQUEST FOR PROPOSAL Issue Date: April 10, 2017 Title: Library Materials Commodity Codes: 71510,71512,71535, 71505, 71590 Issuing Agency: Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia’s College at Wise One College Avenue Wise, VA 24293 Using Agency: Library of Virginia on behalf of Mid-Atlantic Library Alliance (MALiA) Initial Period of Contract: From July 1, 2017 through June 30, 2020 with two one-year additional renewal periods. Sealed Proposals Will Be Received Until 4:00 p.m. (Eastern Standard Time) on Friday, April 28, 2017, For Furnishing The Services Described Herein. All Inquiries For Information Should Be Directed To: Carolea Newsome, Contract Administrator, 276/328-0152 (V), 276/455-9374 (C), or MALiAContract@ehc.edu. IF PROPOSALS ARE MAILED, ARE HAND DELIVERED OR EXPRESS MAILED, SEND DIRECTLY TO THE ISSUING AGENCY SHOWN ABOVE. In compliance with this Request For Proposals (RFP) and all conditions imposed in this RFP, the undersigned firm hereby offers and agrees to furnish all goods and services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation, and the undersigned firm hereby certifies that all information provided below and in any schedule attached hereto is true, correct, and complete. Name and Address of Firm: Midwest Tape, LLC Date: April 27, 2017 By: Jeff Jankowski Name: (Signature in Ink) eVA Vendor ID or DUNS E66471 (Please Print) Fax Number: 800-444-6645 Title: Vice President E-mail Address: jjankowski@midwesttapes. com Telephone Number: 800-875-2785 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against an offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. TABLE OF CONTENTS I. PURPOSE Page 3 II. BACKGROUND Page 3 III. STATEMENT OF NEED Page 3 IV. PROPOSAL PREPARATION & SUBMISSION Page 4-5 V. EVALUATION & AWARD CRITERIA Page 5-6 VI. GENERAL TERMS AND CONDITIONS Page 6-13 VII. SPECIAL TERMS AND CONDITIONS Page 14-17 VIII. ATTACHMENTS 1 A. Offeror Data Sheet Page 18-20 2 B. Service Requirements Page 21-32 3 C. Pricing for Offer Consideration Page 33-36 4 D. MALiA Member Libraries Page 37-44 E. Small Business Subcontracting Plan Page 45-46 F. State Corporation Commission Form Page 47 SCHEDULE OF EVENTS Activity Date Release RFP Monday, April 10, 2017 Proposal Due Date Friday, April 28, 2017, 4:00 PM EST Contract Award June, 2017 I. PURPOSE The purpose of this Request for Proposal (RFP) is for the Library of Virginia to solicit sealed proposals from qualified sources and to establish contract(s) through competitive negotiations with one or more contractors to provide library materials to member libraries of the Mid-Atlantic Library Alliance (MALiA). This RFP outlines the terms, conditions, and all applicable information required for submitting a proposal. Proposal respondents should pay strict attention to the proposal submission date and time and follow the format and instructions in Section IV (Proposal Preparation and Submission) of this RFP. II. BACKGROUND Mid-Atlantic Library Alliance (MALiA) is an organization of public library systems, academic, school systems, institutional, and special libraries established to provide cooperative information services and programs. Full membership shall be conveyed to applicant libraries upon payment of applicable fees to the corporation. The Mid-Atlantic Library Alliance (MALiA) consortium represents 246 libraries throughout the mid- Atlantic region. As of January 2017, membership includes 194 public, 41 academic, 7 schools, and 4 special libraries. See Attachment D: MALiA Member Libraries as of January, 2017 for a list of participating institutions or consult the MALiA Web site (http://www.malialibrary.org/) for a current list of members. The purpose of MALiA is to encourage the development and improvement of all types of library service and to promote the efficient use of finances, personnel, materials and properties by enabling governing authorities having library responsibilities to join together in a nonprofit library consortium. Participation by MALiA members in this contract is optional and is at the discretion of each participating member. It is understood and agreed between the parties to any agreement resulting from this RFP that any library that becomes a member of MALiA after the award of this contract will be accepted at any time under the terms of this contract. The approximate, combined library materials budget for all MALiA members per year is estimated at over $30,000,000. The approximate stated dollar amount is not to be construed to represent any amount MALiA is obligated to purchase under the resulting contract or relieve the contractor of any obligation to provide service. Dollar amounts may change during the course of the contract and MALiA reserves the right to increase or decrease the amount as actual needs and funding determine. III. STATEMENT OF NEED The contractor must be able to provide services necessary to fill orders for library materials placed by any MALiA member library on a consistent basis during the term of the contract. The contractor must be capable of supplying library materials from various types of publishers and must be able to provide geographical coverage for library materials published worldwide. Library materials are defined for the purpose of this RFP as stated in the 2013 edition of the ALA Glossary of Library and Information Science edited by Toni M. Carter. and Michael Levine-Clark: “Materials of all physical substances and formats (4), acquired by a library (3) to constitute its library collection, devices for reading, viewing, or hearing the informational content of materials are excluded.” Participating MALiA member libraries that become dissatisfied with the service received during the course of this contract may withdraw at any time with no penalty. IV. PROPOSAL PREPARATION & SUBMISSION 1. RFP Responses: In order to be considered for selection, offerors must submit complete responses to this RFP. Three (3) original and one (1) electronic copy (on CD-ROM or via email) of the proposal must be submitted. No other distribution of the proposal shall be made by the offeror. 2. Proposal Preparation: a. Proposals shall be signed by an authorized representative of the contractor. Failure to submit all information requested may result in the Library of Virginia requiring prompt submissions of missing information and/or giving a lower evaluation of the proposal. Proposals that are substantially incomplete or lack key information may be rejected by the Library of Virginia. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation. b. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content. c. Proposals should be organized in the order in which the requirements are presented in the RFP. All pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, subletter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and subletter should be repeated at the top of the next page. The proposal should contain a table of contents which cross-references the RFP requirements. Information which the offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at the appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specifically addressed. d. The original copies of the proposal should be bound or contained in single volumes where practical. All documentation submitted with the proposal should be contained in that single volume. e. Ownership of all data, materials and documentation originated and prepared for the Library of Virginia pursuant to the RFP shall belong exclusively to the Library of Virginia and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by the firm shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protection of Section 11-52D of the Code of Virginia, in writing, either before or at the time the data or material is submitted. The written notice must specifically identify the data or material to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. 3. Oral Presentation: Offerors who submit a proposal to this RFP may be required to give an oral presentation of their proposal. This provides an opportunity for the offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. If demonstrations are required, the Library of Virginia will schedule time and location of these presentations. Oral presentations are an option and may not be conducted. V. EVALUATION & AWARD CRITERIA A. Evaluation Criteria: Proposals shall be evaluated using the following criteria: POINT VALUE 20 Points The scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules as represented by to the Service Requirements Deemed Important in Consideration of Contractor Selection portion of the RFP. 20 Points Sound business environment with experience in providing library materials as outlined Offeror Data Sheet in this RFP including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. 20 Points Small Business Subcontracting Plan 20 Points Discount as listed in the Pricing Offer Consideration, Discounts for Library and Staff Orders portion of this RFP. Offeror shall provide standard price lists of products to indicate base price from which discount is taken. 20 Points Past performance on similar types of contracts. 100 TOTAL VI. GENERAL TERMS AND CONDITIONS: A. VENDORS MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at www.dgs.state.va.us/dps under “Manuals.” B. APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. C. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, § 2.2-4343.1E). 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D. ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. E. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their proposals, offerors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. F. DEBARMENT STATUS: By submitting their proposals, offerors certify that they are not currently debarred by the Commonwealth of Virginia from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. G. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract. H. MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS FOR RFPs : Failure to submit a proposal on the official state form provided for that purpose may be a cause for rejection of the proposal. Modification of or additions to the General Terms and Conditions of the solicitation may be cause for rejection of the proposal; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal. I. CLARIFICATION OF TERMS: If any prospective offeror has questions about the specifications or other solicitation documents, the prospective offeror should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. J. PAYMENT: 1. To Prime Contractor: a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. c. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. d. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. e. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363). 2. To Subcontractors: a. A contractor awarded a contract under this solicitation is hereby obligated: (1) To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the Commonwealth for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the agency and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the Commonwealth, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Commonwealth. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. K. PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. L. QUALIFICATIONS OF OFFERORS: The Commonwealth may make such reasonable investigations as deemed proper and necessary to determine the ability of the offeror to perform the services/furnish the goods and the offeror shall furnish to the Commonwealth all such information and data for this purpose as may be requested. The Commonwealth reserves the right to inspect offeror’s physical facilities prior to award to satisfy questions regarding the offeror’s capabilities. The Commonwealth further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such offeror fails to satisfy the Commonwealth that such offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. M. TESTING AND INSPECTION: The Commonwealth reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. N. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Commonwealth. O. CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency’s right to audit the contractor’s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. P. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Commonwealth, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Commonwealth may have. Q. TAXES: Sales to the Commonwealth of Virginia are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. The Commonwealth’s excise tax exemption registration number is 54-73-0076K. R. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict offerors to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article which the public body, in its sole discretion, determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The offeror is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the Commonwealth to determine if the product offered meets the requirements of the solicitation. This is required even if offering the exact brand, make or manufacturer specified. Normally in competitive sealed bidding only the information furnished with the bid will be considered in the evaluation. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the offeror clearly indicates in its proposal that the product offered is an equal product, such proposal will be considered to offer the brand name product referenced in the solicitation. S. TRANSPORTATION AND PACKAGING: By submitting their proposals, all offerors certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. T. INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder or offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Commonwealth of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer’s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Commonwealth of Virginia must be named as an additional insured and so endorsed on the policy. U. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice on the DGS/DPS eVA VBO (www.eva.virginia.gov) for minimum of 10 days. V. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. W. NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex- offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. X. eVA Business-To-Government Vendor Registration: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution either through the eVA Basic Vendor Registration Service or eVA Premium Vendor Registration Service. All bidders or offerors must register in eVA; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes Y. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to extent of the funds available or which may hereafter become available for the purpose of this agreement. Z. SET-ASIDES: This solicitation is set-aside for award priority to DSBSD-certified micro businesses or small businesses when designated as “Micro Business Set-Aside Award Priority” or “Small Business Set-Aside Award Priority” accordingly in the solicitation. DSBSD-certified micro businesses or small businesses also includes DSBSD-certified women-owned and minority- owned businesses when they have received the DSBSD small business certification. For purposes of award, bidders/offerors shall be deemed micro businesses or small businesses if and only if they are certified as such by DSBSD on the due date for receipt of bids/proposals. AA. BID PRICE CURRENCY: Unless stated otherwise in the solicitation, offerors shall state offer prices in US dollars. VII. SPECIAL TERMS AND CONDITIONS 1. ADVERTISING In the event a contract is awarded for supplies, equipment, or services resulting from this bid/proposal, no indication of such sales or services to the Library of Virginia will be used in product literature or advertising. The contractor shall not state in any of its advertising or product literature that the Commonwealth of Virginia or any agency or institution of the Commonwealth has purchased or uses its products or services. 2. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. B. AWARD OF CONTRACT: Selection shall be made to two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation criteria included in the Request for Proposals, including price/discount, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the Library of Virginia shall select the offeror(s) which, in its opinion, has made the best proposals, and shall award the contract to those offeror(s). Multiple contracts may be awarded. The Library of Virginia may cancel this Request for Proposal or reject proposals at any time prior to an award, and is not required to furnish a statement of the reason a particular proposal was not deemed to be the most advantageous. (Section 2.2-4359D, Code of Virginia.). Should the Library of Virginia determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor's proposal as negotiated. 3. ADDITIONAL USERS: This procurement is being conducted on behalf of state agencies, institutions and other public bodies who may be added or deleted at anytime during the period of the contract. The addition or deletion of authorized users not specifically named in the solicitation shall be made only by written contract modification issued by this agency or institution. Such modification shall name the specific agency added or deleted and the effective date. The contractor shall not honor an order citing the resulting contract unless the ordering entity has been added by written contract modification. 4. CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 5. SPECIAL EDUCATIONAL OR PROMOTIONAL DISCOUNTS: The contractor shall extend any special educational or promotional sale prices or discounts immediately to the Commonwealth during the term of the contract. Such notice shall also advise the duration of the specific sale or discount price. 6. IDENTIFICATION OF PROPOSAL ENVELOPE: If a special envelope is not furnished, or if return in the special envelope is not possible, the signed bid/proposal should be returned in a separate envelope or package, sealed and identified as follows: From: 4:00 p.m. Est Name of Bidder/Offeror Due Date Time Street or Box Number IFB No./RFP No. City, State, Zip Code IFB/RFP Title Name of Contract/Purchase Officer or Buyer The envelope should be addressed as directed on Page 1 of the solicitation. If a proposal not contained in the special envelope is mailed, the offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid or proposal to be disqualified. Proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other proposals should be placed in the envelope. 7. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: A. It is the goal of the Commonwealth that 42% of its purchases be made from small businesses. This includes discretionary spending in prime contracts and subcontracts. All bidders/offerors are required to submit a Small Business Subcontracting Plan. Unless the bidder/offeror is registered as a DSBSD-certified small business and where it is not practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to DSBSD-certified small businesses. This shall include DSBSD-certified women-owned and minority-owned businesses when they have received DSBSD small business certification. No bidder/offeror or subcontractor shall be considered a small business unless certified as such by the Department of Small Business and Supplier Diversity (DSBSD) by the due date for receipt of bids or proposals. If small business subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing the purchasing office at a minimum the following information: name of small business with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product/service provided. B. Each prime contractor who wins an award in which a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution on a (insert monthly, quarterly, or other frequency) basis, evidence of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the small business subcontracting plan. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the plan is received and confirmed by the agency or institution. The agency or institution reserves the right to pursue other appropriate remedies for non-compliance to include, but not be limited to, termination for default. C. Each prime contractor who wins an award valued over $200,000 shall deliver to the contracting agency or institution on a (insert monthly, quarterly, or other frequency) basis, information on use of subcontractors that are not DSBSD-certified small businesses. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm, phone number, total dollar amount subcontracted, and type of product or service provided. 8. REFERENCES: Bidders shall provide a list of at least 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number. ORGANIZATION ADDRESS CONTACT PERSON TELEPHONE 1. 2. 3. 9. RENEWAL OF CONTRACT: This contract may be renewed by the Commonwealth upon written agreement of both parties for two (2) successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. 10. eVA Business-To-Government Contracts and Orders: The eVA Internet electronic procurement solution, web site portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution by completing the free eVA Vendor Registration. All bidders or offerors must register in eVA and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes. L. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Code of Virginia 2.2-4311.2 subsection B, a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the bidder or offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance. RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT A Offeror Data Sheet QUALIFICATIONS OF THE OFFEROR: Offerors shall return a completed copy of this attachment with their proposals. Offerors shall exhibit sound business environment with experience in providing library materials, capability and capacity in all respects to fully satisfy the contractual requirements, including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. To adequately evaluate proposals, MALiA requires the following information of all offerors. 1. YEARS IN BUSINESS: Indicate the length of time the contractor has been in business providing these types of goods and services. Years 27 Months since 1989 2. REFERENCES: Offerors shall provide a list of 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person, telephone number and email address. ORGANIZATION ADDRESS CONTACT TELEPHONE 2.1.Virginia Beach Public Library; 4100 Virginia Beach Blvd, Virginia Beach, VA 43452; Clara Hudson, Support Services Manager, 757-385-0171; chudson@vbgov.com 2.2. Prince William Public Library, 13083 Chinn Park Drive, Prince William, VA 22192 Jean Ross, Associate Director Management; 703-792-7449; jross@pwcgov.org 2.3. Los Angeles Public; 630 W Fifth Street, Los Angeles, CA 90071 Peggy Murphy, Collection Services Manager, 213-228-7191; pmurphy@lapl.org 3. CONTRACT ADMINISTRATION: List full names and addresses of the contractor and any branch offices that may be responsible for administering the contract. 3.1. Contractor: Midwest Tape, LLC Name: Jeff Jankowski, Vice President Address: 1417 Timberwolf Drive City: Holland State: Ohio Zip: 43528 3.2. Person to contact re proposal: Bid Specialist Name: Janet Timm Telephone: 800-875-2785 Fax: 800-444-6645 E-Mail: jtimm@midwesttape.com 3.3. Person to contact re changes during the life of the contract: Bid Specialist Name: Janet Timm Address: 1417 Timberwolf Drive City: Holland State: Ohio Zip: 43528 Telephone: 800-875-2785 Fax: 800-444-6645 E-Mail: jtimm@midwesttapes.com 4. Customer Service: 4.1. Contractor must have a sales representative for states served by Malia (Virginia, Tennessee, and North Carolina) Name: Eric Timm, Account Executive Address: 1417 Timberwolf Drive City: Holland State: Ohio Zip: 43528 Telephone: 800-875-2785 Fax: 800-444-6645 E-Mail: etimm@midwesttapes.com 4.2. Contractor must provide toll-free customer service telephone number and/or E-Mail, and an account representative must be assigned to the library to respond to problems (e.g., with orders, claims, renewals, invoices, credits) and provide management reports and data. Account Representative: Christine Garrow Telephone: 800-875-2785 Fax: 800-444-6645 E-Mail: cgarrow@midwesttape.com Web address: www.midwesttape.com 4. EXPERIENCE: In the space provided, give a description of the offeror's related work experiences that would demonstrate the offeror's ability to fulfill the contract. Include the extent to which your company is actively engaged in supplying, to libraries, materials of the type listed in this RFP. Midwest Tape has been listening to our customers, streamlining the workflows of librarians, and providing outstanding customer service for over 27 years. Midwest Tape is the largest supplier of DVDs, Music CD’s and Audio Books to over 10,000 Public Libraries throughout the United States and Canada. Our customer service is unmatched in the industry. We start by answering the phone. We do not have voice mail or extension numbers and we only do business with Libraries. Another advantage is that we have only one building in Holland, Ohio with over 330 employees to serve your library’s needs. Midwest Tape realizes that providing your material before street-date is very important, including any processing or cataloging services. We are very easy to do business with and we provide Libraries with great value-added services. Every music CD, DVD, Blu-Ray DVD, Audiobook and Playaways we sell is guaranteed for one year against shipping damage and manufacturer defects. Just call our toll-free number (800-875-2785), and our staff will be happy to assist you. Our innovative partnership with OCLC allows libraries to obtain quality MARC records for every item we sell including foreign language films. These records can be customized to include local editing practices and barcode linking. The information for spine and title labels is downloaded directly from OCLC and can be printed right on the artwork of the items you order through the Variable Integrated Processing (VIP) program. VIP can save libraries money, provide better quality processing, and you can get your product earlier. We work with all of the major ILS systems including all versions of SirsiDynix, Innovative Interfaces, Inc., TLC and Polaris providing 9xx and EDI ordering services. We are one of the few vendors that have become a reliable source for libraries when it comes to using their ILS and leveraging your library's software to streamline workflows and getting more products to your patrons. Several collection development tools are available, including color catalogs, flexible Customized Selection Lists and a very progressive website. Our free website offers many useful tools such as order records that can be customized, and we are the only vendor to publish OCLC control numbers. Free Customized Selection Lists can be populated directly as shopping carts so you may research, edit, and obtain order records at your convenience. Our discount is competitive, but it is our value-added services and programs that create value for Libraries. 5. COMPANY STABILITY: 6.1 Describe your company's financial stability, available equipment, and other resources that will ensure the delivery of acceptable services to MALiA. Midwest Tape has been providing libraries with audiovisual materials for over 27 years. We listen to the needs of our libraries and tailor our services to meet those needs. We have over 2 million dollars of inventory at any given time and service the library market in the U.S. and Canada. Midwest Tape continues to set the standards for vendors in the library industry. We are one of the few vendors that have become a reliable resource for libraries when it comes to using their ILSs and leveraging their software to streamline workflows and get more products to market for their patrons. Libraries are our only customers, this allow us to focus on specific needs and requirements of this industry. Midwest continues to spend significant amounts of research and development towards making things easier and providing more opportunities for libraries; this includes investment in our website, back end programs, customer relations, as well as the new Hoopla Digital. Midwest Tape is the primary DVD Vendor of 9 out of the top 10 libraries in the United States. These include New York Public, Chicago Public, Cleveland Public, Queens Borough Public, Free Library of Philadelphia, Columbus Metropolitan, Las-Vegas Clark County Library System, Los Angeles Public Library and Broward County Library. Midwest Tape is able to provide services such as a superior website, Cataloging, Processing and Standing Orders to libraries and we are flexible enough to work within many different ILS Systems to customize your work flows. Currently our collection offers the following number of titles in our database per format: DVD – 101,161; Blu-Ray DVD – 15,324; Music CD – 89,919; Audio books – 49,314 and Playaways – 16,822. In 2016 Midwest Tape sold 6,270,340 audiovisual units and our annual sales were $170,280,692. 6.2 Explain how that your company is a prime jobber dealing directly with publishers. Include a list of the publishers/distributors represented. (If that list is too long, list the publishers/distributors NOT represented and indicate that you have chosen this option.) Midwest Tape currently buys from over 900 Movie studios, 3,000 Music Labels and 225 Audiobook Publishers. (Please review Attachments A & B) These reflect the major movie, music and publisher labels whom we do business with, but if a full list is required, we would be happy to provide any required information. RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT B Service Requirements Deemed Important in Consideration of Contractor Selection Offerors shall return a completed copy of this attachment with their proposals, indicating how they will meet each requirement in regard to the scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules. The following section is an itemized checklist of the service requirements to be considered. In the space provided, describe the services that will be performed by the contractor. Additional documents may be attached only if necessary. LOT 1 – BOOKS– Midwest Tape provides audiovisual materials. Please see response to Lots 2 & 4. 1.1 Approximate number of publishers/distributors you can supply (by category): 1.2. Approximate number of titles you currently supply: 1.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 1.4 Types of audience you can supply Children Young Adult Adult LOT 2- Audio/Visual 2.1 Approximate number of publishers/distributors you can supply (by category): Midwest Tape currently buy from over 900 Movie studios, 3,000 Music Labels and 225 Audiobook Publishers. 2.2. Approximate number of titles you currently supply: Currently our collection offers the following number of titles in our database per format: DVD – 101,161; Blu-Ray DVD – 15,324; Music CD – 89,919; Audio books – 49,314 and Playaways – 16,822. 2.3. Types of materials you can supply (check all that apply): X Audio- Music/Spoken Word 2.3.1 Cassette Tapes X Compact Discs A) X Classical B) X Popular C) X Spoken Word X Video 2.3.2 VHS X DVD X Blu-Ray A) X Educational B) X Feature/Entertainment C) X Foreign D) X Instructional 1.4 Types of audience you can supply X Children X Young Adult X Adult LOT 3 – SOFTWARE – Not applicable to Midwest Tape. 3.1 Approximate number of publishers/distributors you can supply (by category): 3.2. Approximate number of titles you currently supply: 3.3. Types of materials you can supply (check all that apply): Library Business Home Educational Games 3.4 Types of audience you can supply Children Young Adult Adult LOT 4 – E- BOOKS (Please also see Attachment C for more details on our digital platform- hoopla) 4.1 Approximate number of publishers/distributors you can supply (by category): Midwest Tape’s hoopla digital platform offers over 350 digital different studios for our full digital platform of movies, television series, music albums, audiobooks, ebooks and comics. Hoopla is an all inclusive digital platform. 4.2. Approximate number of titles you currently supply: As of this date hoopla has nearly 600,000 titles available. This includes 13,123 video titles; 16,472 TV episodes; 41,244 audio book titles; 291,225 full length music albums; 151,051 ebooks and 8,308 comics. 4.3. Types of materials you can supply (check all that apply): X Fiction X Backlist X Nonfiction X Out-of-Print Reference Continuations X Current/Popular 4.4 Types of audience you can supply X Children X Young Adult X Adult 4.5 Are you able to provide integrated search and access to full text on the same platform and user interface for both eBooks and databases? If a library desires to utilize our digital platform all content is offered. Midwest Tape's hoopla digital platform offers a variety of search and browsing methods for all 600,000 titles of movies, television series, music albums, audiobooks, ebooks and comics with full text reviews. The user can access this platform via a website (www.hoopladigital.com) or through a free APP for all of today's mobile devices (iOS and Android). Partner libraries can download free digital content records to reflect these titles in their OPAC for patron discovery. 4.6 Are your eBooks maintained on a third party dark archive, from which they could be made accessible in the event your platform ceases to exist? The hoopla digital platform is maintained on Amazon servers and not a third party archive. Hoopla began in 2013 with only 10 libraries and now has partnerships with over 1,500. Your library is only charged when a patron borrows a title. Our current overall average price per circulation is $1.96. The library does not purchase content. Midwest Tape retains the DRM (Digital Rights Management) of the content. 4.7 For purchased eBooks, are there limits to the number of times per year any given title can be accessed or loaned? With hoopla digital, your library does not purchase content. Your library is only charged a per circ cost when a patron borrows a title. The digital platform offers movies, television series, music albums, audiobooks, ebooks and comics. Please see Attachment C for further details on our digital offering. 4.8 Do you offer eBook download (download of entire eBooks)? 4.8a Is there additional cost to enable download? Hoopla provides the option of streaming or download of the content on a patron's device. There is not download cost to patrons. Only the library is charged a fee when the patron borrows the title. 4.8b Is the checkout period configurable by the library? To what extent? Hoopla, the checkout period for movies and television series is 72 hours; music albums are 7 days; audiobooks, ebooks and comics can be checked out for 21 days. This content is then auto- returned when the loan period ends or the patron can return the title early if so desired. 4.8c Is maximum simultaneous checkouts per user configurable? All hoopla content can be viewed simultaneously by an unlimited number of users. 4.8 d Do you offer holds functionality? Hoopla digital content does not require any holds. All content can be viewed or listened to simultaneously by an unlimited number of users. The library is only charged a fee when a patron borrows a title. 4.9 For purchased eBooks, what concurrent user options do you offer? If multiple, please specify number of concurrent users. Content on hoopla digital can be viewed simultaneously by unlimited number of users. Please see Attachment C for further details on our digital offering. General questions pertaining to all formats. 1. Are you the sole source of any material offered? Yes X No_ _ If yes, describe: Every retailed priced audio book purchased through Midwest Tape comes packaged in our exclusive SoundSafe™ case. The patented SoundSafe™ case is engineered specifically for libraries. It is extremely rugged, which means secure storage in a drop-box proof case. This both cost and time effective for your libraries as it means no additional purchase of cases and time spent by staff members cutting and transferring artwork. Each title will have artwork already printed and inserted into our SoundSafe™ case. More information about this case and our Audiobook Program has been provided in Attachment D. 2. Do you supply country of foreign publishers? Yes X No If yes, describe: On our website, each title contains information such as publisher, publication year, sales rank, release year, original language, country, genre, category, director/artist/author, actors, synoposis and reviews. 3. Provide evidence that demonstrates that your company maintains sufficient inventory to supply up to 10 copies of most titles without backordering. Our inventory contains over 260,000 unique audiovisual titles with over one million units in stock at any given time. The number of new titles added to our inventory each year is dependent on movie studios, music label and publisher output as well as customer demand. As of this date the number of titles in our database per format is DVD – 101,161; Blu-Ray DVD – 15,324; Music CD – 89,919, Audio books – 49,314 and Playaways – 16,981. Number of unique titles sold in 2016 by Midwest Tape - Total non-print titles sold: 118,222; Total DVD titles sold: 52,483; Total Blu-Ray titles sold:6,489; Total Music CD titles sold: 33,636; Total Audiobook titles sold: 21,860; Total Playaways titles sold: 3,417 Total volumes (units) sold: 6,270,340 4. Describe how data about publishers/producers/distributors, titles, and availability are made available to customers. Of our over 250,000 audiovisual titles, our website contains a wide variety of Adult, Juvenile and Young Adult DVDs (Fiction and Non-Fiction), Music CDs (various genres), Audiobooks (Fiction and Non-Fiction) and Playaways (Fiction and Non- Fiction). On our website, each title contains information such as publisher, publication year, sales rank,release year, original language, country, genre, category, director/artist/author, actors, synoposis and reviews. The Midwest Tape website is available at any time to all members free of charge and has been praised in the industry and the most user-friendly in terms of searching, organizing and ordering. Monthly catalogs and weekly mailers are provided to provide the most up-to-date title information. Digital weekly mailer is also available on-line along with many collection development tools. Midwest Tape also offers free Customized Standing Order Plans for each of our product lines. The Customized Standing Order programs of Midwest Tape are significantly different than comparable programs from other distributors offering flexibility to adjust specifications at any time, receive email updates every two weeks and delivered via website shopping cart. The quantities in these carts can be adjusted or titles can be deleted if necessary. The library is in full control over the ordering of those carts. There are no minimums or contracts. 5. Do you offer an electronic system for placing orders and performing related services? Yes X No If yes, describe costs and what equipment, etc., is needed by MALIA libraries to participate. There is no cost to the library to provide electronic services to the library. No special equipment is needed for ILS integration with Midwest Tape. Midwest Tape’s website has the full capability to interface with all of the major ILS systems at no charge to your library to help support electronic ordering, MARC record delivery and electronic invoicing. 9xx holdings information contained in order records can be pre-programmed to be included in MARC data exchanged with OCLC to provide for creation of acquisition system order records and to facilitate FTP order transmissions. Midwest Tape’s Information Technology staff can provide the programming of more information through our vendor records and Full OCLC MARC Records options. 6. Do you support online order transfer from the local library’s acquisition system? Yes X No Cross out the items not covered: adult trade hardcover, quality paperbacks, mass-market paperbacks, pre-bound paperbacks; juvenile trade hardcover, publishers' library bindings, pre- bound books; university press trade and non-trade; serial book continuations; reference works; audio (spoken word), audio (music), video, software, CD-ROM. If yes, what equipment, etc., is needed by libraries to participate? Midwest Tape can provide the physical DVD, Music CD, Audiobook and Playaway product lines for the libraries. No additional equipment is required online ordering. Our ILS Coordination Staff is available to the library to discuss these free options (800-875-2785). 7. Do you require a minimum order requirement including, rush orders? Yes No X If yes, describe: 8. Do you accept telephone-ordering and/or E-mail for rush orders? Yes X No If yes, describe: Simply call our Customer Support Team at 800-875-2785, email (info@midwesttape.com), or fax (800-444-6645) and specify RUSH on order. 9. Do you assess a service charge for any item ordered on behalf of the library? Yes_ No X If yes, how is charge calculated and on what items? 10. Do you offer continuation service for serial books? Yes No X If yes, describe how you accomplish the goal of providing additional titles in a series and any limit on the service. 11. Do you offer leasing programs for books, audiobooks (CD or cassettes), music CDs, or video recordings (DVD or VHS)? Yes No X If yes, describe the services offered. 12. Reports: Describe the types and formats of reports that can be generated, schedule for supplying routine reports, list any costs, and include sample copies. Within the Midwest Tape website the user can search orders to determine if the title is on open order, in processing or has shipped. If the product has shipping information, an icon appears that will allow the user to then view a copy of the invoice. All of this is provided at no additional charge to the user. 12.1 Management reports: Examples include shipment history, title reports, etc. Within the Midwest Tape website the user can search orders to determine if the title is on open order, in processing or has shipped. If the product has shipping information, an icon appears that will allow the user to then view a copy of the invoice. 12.2Status Reports: When materials cannot be shipped immediately, contractor will supply status reports within 7 days of receipt of an order detailing out of print, out of stock indefinitely, out of stock temporarily, publication cancelled, not yet published, etc. Yes_X No __ Remarks: Midwest Tape provides a variety of reports via our free website as well as specialized free reports from our Customer Service Department at any time. Two very popular report samples have been provided as Attachments F (Open/Active Order Report) & G (Cancellation Report). 12.3 Cancellation Reports: Contractor will report which titles cannot be supplied within 120 days of receipt of order. Yes_X No Remarks: Cancellation policies can be placed per your member libraries requests and can be tailored to each libraries unique requirements. Please note that Midwest Tape does have a 97% fill rate. 12.4 Annual Reports: Contractor will provide to the library annual report details, including number of items shipped; total net dollars invoiced for products shipped; total list price dollars for products shipped; net unit item price for products shipped; average number of copies per title ordered; percentage of purchase by category outline in Attachment C. Yes_X No ___ Remarks: Annual reports are an important tool for our libraries as they begin to budget for each fiscal year. These reports can be provided at any time and free of charge by contacting our Customer Service Department at 800-875-2785 or info@midwesttape.com. 12.5 Invoices: Invoices will be as stated below unless otherwise indicated under Remarks. With every shipment, Midwest Tape provides an invoice that corresponds to the materials enclosed. The shipping carton, containing this document, is clearly identified. Invoices are provided to the library in a number of methods so as to satisfy the needs of each Library:  An original invoice can be provided in the shipping carton with the box clearly identified noting the document enclosed. Additional copies of this invoice can be provided at the time of shipment if required by the library.  EDI - Electronic invoicing services are available for our ILS customers, if desired. Our staff would be happy to provide the free set up and support needed to provide this valuable service.  Invoices can also be emailed at the time the product is invoiced at Midwest Tape. This invoice is provided just prior to the items being manifested through our UPS system. This allows the library early notification of the shipment to prepare library staff.  Invoices can also be accessed on our website should the need arise to reprint a copy of an invoice. The information contained on the invoice will include billing address, shipping address, account number, invoice date, purchase order number, invoice number, ILS line item numbers, OCLC number, stock number, quantity, format, retail price, discount price, extension price, free freight notation and total. The titles are listed by format in alphabetical order and the library’s purchase order number and line item number is clearly identified next to the title. 12.5.1 Describe the types and formats of reports of billing procedures and options for varying invoices depending upon needs of individual MALIA member library. Remarks: Billing Statements are provided to each library and are sent via email to a designated library staff member. During the course of the month, if library staff requires a special billing statement, it can be provided upon request or they can be found on our website under our ‘Tools’ option/Statements. 12.5.2 Invoices will list code(s), applied line item, to indicate discount category (e.g., "T" for trade discount, "A" for academic, "J" for juvenile, etc.). Yes No _X___ Remarks: The discounts we’ve provided apply to all agencies and are not broken down by category. The member libraries will see the MSRP of the title along with their discounted price on the each invoice. 12.5.3. Contractor will issue separate invoices for each purchase order and reference the purchase order on each invoice. Yes__X__ No Remarks: 13. Fulfillment: Fulfillment will be as stated below unless otherwise specified under Remarks. 13.1Contractor will ship 50% of order from stock within 14 days of receipt of order. Yes__X__ No Remarks: 13.2Contractor will ship 95% of each order within 120 days of receipt of order. Yes__X__ No_ Remarks: 13.3Contractor will supply materials that are not currently available from publishers within 120 days of receipt of order. Yes__X__ No Remarks: 13.4The library may cancel any title that is not received within 90 days of order date. Yes__X__ No _ Remarks: 14. Accuracy will be as stated below unless otherwise indicated under Remarks. 14.199% of materials shipped will be the correct title, edition, and number of copies. Yes__X__ No _ Remarks: Midwest Tape’s error rate for shipping, cataloging and processing of audiovisual materials is less than 0.5% 14.2 Contractor will supply the latest edition of a title unless an earlier edition is specified. Yes__X__ No _ Remarks: 14.3Binding supplied will be as specified in the order. Yes No__X__ Remarks: Not applicable to Midwest Tape’s Audiovisual product line. 15. Multiple Copies: Multiple copies of a title will be shipped together. Back-orders of parts of a multiple-copy title are not acceptable. Yes__X__ No Remarks: 16. Packaging: Each package will indicate the library's purchase order number, and only one purchase order may be represented in each package. Yes__X__ No Remarks: Our system is designed to match the shipping carton size appropriately to the number of units contained within so as to minimize any extra space that might be cause for damage to product. Recycled material is used to ensure the product does not shift during the shipping process. If multiple box shipments are being provided to your library, each box is marked appropriately so as to alert the receiving department of how many boxes to expect within a shipment, (i.e. 1 of 3, 2 of 3, and 3 of 3). Purchase order numbers, account numbers and order numbers can be identified on the shipping carton and written on the exterior of the first shipping carton. 17. Packing Slips: A packing slip that duplicates the invoice will accompany each shipment. Yes__X__ No Remarks: Each shipment contains a packing slip that corresponds to the contents within the shipping carton and the invoice. 18. Defective Material: The library reserves the right to return defective material at the contractor's expense. There should be no exceptions to this. Yes X No Remarks: Every audiovisual product we sell is guaranteed for one year against manufacturer's defect or shipping damage. If the library notifies Customer Service Representatives within 60 days of invoice of a problem, a pre-paid UPS call tag is provided for the return of the product. The library will be provided this return label by email along with a Return Merchandise Authorization document to help expedite the no-charge replacement of product. If a credit memo is required to satisfy the situation, a printed credit memo will be provided citing the account number, purchase order number, title and UPC. These issues are tracked to ensure that we are providing a consistent level of excellent customer service to the library. 19. Returns: All returns will be scheduled by the contractor for pick-up via UPS. Yes X No _ Remarks: 20. Credits: Contractor will provide self-credit system for library to facilitate returns. Yes X No If yes, outline details. Remarks: We recommend that the member libraries contact our Customer Service Department at 800- 875-2785 for prompt attention to any return of product. 21. Shipping: Contractor shall specify how shipping charges, if any, will be determined and shall indicate estimate cost of shipping for dollar amount of purchase order. Remarks: Member libraries will be provided free shipping services. We would highly recommend member libraries reach out to our Customer Service Staff to allow us to properly set up member library accounts to reflect the proper discount profile and free shipping services. Please have member libraries contact 800-875-2785 for further assistance. 22. Service Charge: The contractor shall describe the type of service fees levied for handling a MALIA account. Remarks: No services charges are incurred by your member libraries. We simply request they make contact with our Customer Service Staff (800-875-2785) to ensure their account is properly set up to receive the promised discounts and free shipping services. 23. Multiple Accounts: Contractor will provide at least 20 separate accounts for a given library. Materials in these accounts will be ordered separately and must be shipped and invoiced separately. Yes X No Remarks: 24. Other Services: Specify other services provided. 1. Free Vendor Record downloads for all audiovisual titles via our website. 2. OCLC MARC Records - free vendor records or our Full unedited MARC Records at $1.20 per title for movies, music and audiobooks. 3. Customized Standing Orders Plans. 4. VIP Digital Processing Services. 5. Opening Day Collections. 6. Ability to add branch and fund information to orders via our website and electronic ordering processes. 7. Ability for Midwest Tape to link to any major ILS and automate the ordering process. 8. Ability for the libraries to have staff operate at different levels within Midwest Tape’s website. Midwest Tape has been listening to our customers, streamlining the workflows for libraries, and providing outstanding customer service for over 27 years. The services we offer provide the library with product and services that best support their customers (patron) by offering unique services. These include ILS Integration with the many ILS systems, Variable Integrated Processing (VIP) digital processing services, OCLC MARC Records, Customized Selection Lists, Free Order Records, Shelf Ready Product, Exclusive Audio Book Titles and Delivery by Release Date. Our prices are competitive, but when combined with our value-added services including a user-friendly website, collection development assistance, ILS connection services, vendor records, ILS support staff, on-site training, SoundSafe™ Case Audio Book cases and live customer service staff support; your member libraries will see our overall value. 25. Service Requirements Not Met: If not covered under the sections above, list any specifications in this document that our company will be unable to meet. If you propose to meet service needs in an alternative fashion, give the alternative. Midwest Tape can provide the services your member libraries require for their audiovisual purchasing. The digital content platform we offer is an all-inclusive digital content platform which includes not only ebooks, but movies, television series, music albums, audiobooks and comics. If a library desires to utilize our digital platform all content is offered. RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT C PRICING FOR OFFER CONSIDERATION Discounts for Library and Staff Orders Offerors shall return a completed copy of this attachment with their proposals. If pricing differs by type of library (public academic, school, special, or state agency), the contractor shall submit a separate copy of this attachment and specify the type of library for which pricing is proposed. MALiA desires an attractive, predictable pricing structure and, at the same time, a high level of order fulfillment. Accordingly, MALiA seeks to select one or more primary contractors as well as one or more secondary contractors. All discounts quoted will be applied to the publishers' lowest list price in effect at the time of shipment and exclude freight-pass-through pricing. All discounts will apply to all shipments, including backorders, for each order placed by the library. Participating libraries reserve the right to request supporting documentation (including copies of the publishers' invoices) on discount or service charge decisions of the contractor at any time during the contract period. MATERIAL DISCOUNT / PRICING LIBRARY TYPE (specify): Public Academic School Special State Agency 1. Books (Reference LOT 1) 1 Copy 2+ Copy 1.1. Adult Trade Hardcover Bindings 1.1.1. Fiction 1.1.2 Non-fiction 1.2. Paperbacks 1.2.1. Quality 1.2.2. Mass-market 1.2.3. Pre-bound 1.2.4. Time required to ship prebound orders: MATERIAL DISCOUNT / PRICING 1.3. Juvenile Titles 1.3.1. Trade hardcover bindings 1.3.2. Publishers' library bindings 1.3.3. Reinforced bindings 1.3.4. Pre-bound books 1.3.5. Time required to ship prebound orders: 1.4. Small Press 1.5. University Press 1.5.1 Trade 1.5.2. Non-trade 1.6. Serial Books (continuations) 1.7 Reference materials 1.8. Cataloging and Processing - Include total support detail and brochures for these services 1.8.1. Complete cataloging and processing 1.8.2. Cataloging and processing without mylar jacket 1.8.3. Mylar jacket and kit, unfastened 1.8.4. Mylar jacket, fastened or unfastened 1.8.5. Kit, unfastened (to include book pocket, book card, spine label, complete set of catalog cards) 1.8.6. Catalog card set 1.8.7. Machine-readable cataloging per record 1.8.8. Additional charges 1.8.9. Reinforced plastic cover for paperbacks: 5 mil thick 2.15 1.8.10. Lighter laminate: Describe & specify thickness: MATERIAL DISCOUNT / PRICING 1.8.11. Theft-detection devices: attached 1.8.12. Theft-detection devices: unattached 2. Audiovisual (Reference LOT 2) 2.1. Formats 2.1.1. Spoken word cassettes N/A to Midwest Tape 2.1.2. Books on tape N/A to Midwest Tape 2.1.3. Books on CD Sold at Retail Price and includes library-friendly case. 2.1.4. Compact discs 20%* *Universal Music CDs sold at list price. 2.1.5 Music cassettes N/A to Midwest Tape 2.1.6 DVD 20% 2.1.8 VHS N/A to Midwest Tape 2.1.9 Blu-Ray 20% 2.1.10 Others: Any Library spending more than $100,000 per calendar year receives 25% of MSRP off DVD and Music CD with the exception of Universal Music which is 10% of MSRP. Audiobooks are sold at retail price and includes library-friendly case. 2.2. Performance rights 2.2.1. Public N/A to Midwest Tape 2.2.2. Home use N/A to Midwest Tape 2.3. Cataloging and Processing - 2.3.1. Catalog card sets N/A to Midwest Tape 2.3.2. Machine-readable cataloging N/A to Midwest Tape 2.3.3. Theft-detection devices Midwest Tape works with many RFID systems including 3M, Envisionware, TechLogic, PV SUPA and Bibliotheca. The cost of applying and activating these library supplied RFID systems is $1.00 for single tag systems and $1.50 for double tag systems. Should the library require Midwest Tape to supply the RFID tags, an additional cost of$.50 to $1.00 would apply depending on the tag needed. We would value the opportunity to fully explain all of the systems we work with as your library define its security system. Provide complete information about what services are offered: VIP Processing services range in price depending on the individual labeling requirements of each member library. Cost proposals will be provided upon request. Please feel free to contact our Processing Coordination Office at 1-800-875-2785. Cataloging of all titles are provided in two economical methods: Free Vendor MARC Records are downloadable from the Midwest Tape website. These records can be downloaded as many times as needed and are a key component with ILS integration services. A second economical cataloging option is our OCLC Full records which are $1.20 per title. Again this is a per title, not per item charge. Should the library require 949 tag item linking services, those are charged per item at the cost of $.25 per tag. Final service pricing for cataloging can be provided based on the individual needs of the library. The library can contact our Cataloging Coordination Office at 1-800-875-2785 for further information. 3. Software (Reference LOT 3) N/A to Midwest Tape 3.1. MAC 3.2. Windows MATERIAL DISCOUNT / PRICING 4.E-Books 4.1.. Fiction Priced per circulation* 4.2. Non-fiction Priced per circulation* 4.3 For purchased eBooks, what fees or other charges are applied in addition to the eBook title price? Which of these are paid up front? And which are recurring? *Please see Attachment C for an explanation of our digital platform of audiovisual materials which includes eBooks. 5. Delivery - INSIDE DELIVERY REQUIRED 5.1. Prepaid FOB 5.1.1. Destination 5.1.2. Point of Shipment 5.2 Mode of shipment UPS Carrier ATTACHMENT D MALiA Membership 2016-2017 Name Member # City, State 1. Albemarle Regional Library 1129 Winton, NC 2. Alexander County Library 1103 Taylorsville, NC 3. Alleghany Highlands Regional Lib./Charles P. Jones Memorial Library 1197 Covington, VA 4. Amherst County Public Library 1001 Amherst, VA 5. Anderson Public Library 2016-17 1278 Lawrenceburg, KY 6. Anne Arundel County Public Library 1293 Annapolis, MD 7. Appalachian Regional Library 1252 West Jefferson, NC 8. Appomattox Regional Library System 1002 Hopewell, VA 9. Arlington Public Library 2016-17 1288 Arlington, VA 10.Augusta County Library 1089 Fishersville, VA 11.Averett University Library 1093 Danville, VA 12.Bath County Memorial Library 2016-18 New 1291 Owingsville, KY 13.Bedford Public Library 1003 Bedford, VA 14.Belington Public Library 1251 Belington, WV 15.Benton County Public Library 1220 Camden, TN 16.BHM Regional Library 1258 Washington, NC 17.Blackwater Regional Library 1004 Courtland, VA 18.Blue Ridge Community College 1006 Weyers Cave, VA 19.Blue Ridge Regional Library 1007 Martinsville, VA 20.Bluefield College/Easley Library 1008 Bluefield, VA 21.Boone County Public Library 1263 Burlington, KY 22.Boone Madison Library 1239 Madison, WV 23.Botetourt County Library 1009 Roanoke, VA 24.Boynton Beach City Library 1265 Boynton Beach, FL 25.Bracken County Public Library 2016-17 1289 Brooksville, KY 26.Braswell Memorial Library 1155 Rocky Mount, NC 27.Brevard College, J.A Jones Library 1116 Brevard , NC 28.Bridgewater College /Alexander Mack Library/ 1085 Bridgewater, VA 29.Bristol Public Library 1010 Bristol, VA 30.Buchanan County Public Library 1011 Grundy, VA 31.Buncombe County Public Libraries 1144 Asheville, NC 32.Caldwell County Public library 1101 Lenoir, NC 33.Campbell County Public Library 1012 Rustburg, VA 34.Cape Fear Community College 1188 Wilmington, NC 35.Caroline Library, Inc. 1112 Bowling Green, VA 36.Carroll County High School 1015 Hillsville, VA 37.Caswell County Public Library 1200 Yanceyville, NC 38.Catawba County Library System 1270 Newton, NC 39.Central Rappahannock Regional Library 1016 Fredericksburg, VA 40.Central Virginia Community College Library 1094 Lynchburg, VA 41.Chapel Hill Public Library 1141 Chapel Hill, NC 42.Charlotte County Library 1194 Charlotte Court House, VA 43.Charlotte Mecklenburg Library 1130 Charlotte, NC 44.Chatham County Public Library System 1271 Pittsboro, NC 45.Chesapeake Public Library 1107 Chesapeake, VA 46.Chesterfield County Public Library 1084 Chesterfield, VA 47.Chesterfield County Public Schools 1189 Midlothian, VA 48.Christopher Newport University/Trible Library 1213 Newport News, VA 49.Clarksburg-Harrison Public Library 1234 Clarksburg, WV 50.Clarksville-Montgomery County Public Library 1241 Clarksville, TN 51.Cleveland County Memorial Library 1123 Shelby, NC 52.Clifton Forge Public Library 1145 Clifton Forge, VA 53.College of William & Mary/Wolf Law Library 1149 Williamsburg, VA 54.Colonial Heights Public Library 1017 Colonial Heights, VA 55.Craft Memorial Library 1190 Bluefield, WV 56.Craig County Public Library 1115 New Castle, VA 57.Culpeper County Library 1114 Culpeper, VA 58.Cumberland County Public Library 1275 Burkesville, KY 59.Cumberland County Public Library 1111 Cumberland, VA 60.Danville Community College 1019 Danville, VA 61.Danville Public Library 1020 Danville, VA 62.Davidson County Public Library 1152 Lexington, NC 63.Davie County Public Library 1212 Mocksville, NC 64.Delray Beach Public Library 1273 Delray Beach, FL 65.Duplin County Public Library 1139 Kenansville, NC 66.Durham Technical Community College 1191 Durham, NC 67.East Albemarle Regional Library 1186 Elizabeth City, NC 68.Eastern Shore Community College 1193 Melfa, VA 69.Eastern Shore Public Library 1022 Accomac, VA 70.ECPI University 1268 Virginia Beach, VA 71.Elizabethton/Carter County Public Library 1172 Elizabethton, TN 72.Emory & Henry College 1023 Emory, VA 73.Essex Public Library 1113 Tappahonnock, VA 74.Falkville Public Library 1260 Falkville, AL 75.Farmville Public Library 1224 Farmville, NC 76.Fauquier County Public Library 1024 Warrenton, VA 77.Fauquier County Public Schools 1185 Warrenton, VA 78.Ferrum College/Thomas Stanley Library 1025 Ferrum, VA 79.Floyd County Public Library 1238 Prestonburg, KY 80.Fontana Regional Library 1173 Bryson City, NC 81.Franklin County Library 1171 Louisburg, NC 82.Franklin County Public Library 1026 Rocky Mount, VA 83.Galax-Carroll Regional Library 1027 Galax, VA 84.Garrard County Public Library 1250 Lancaster, KY 85.Gaston County Public Library 1147 Gastonia, NC 86.Germanna Community College 1118 Locust Grove, VA 87.Gibsonville Public Library 1255 Gibsonville, NC 88.Gloucester County Library 1087 Gloucester, VA 89.Grant County Public Library 1254 Williamstown, KY 90.Graves County Public Library 1233 Mayfield, KY 91.Greensboro Public Library 1143 Greensboro, NC 92.Greenup County Public Library 1285 Greenup, KY 93.Halifax County-South Boston Public Library 1028 Halifax, VA 94.Hampden-Sydney College 1096 Hampden-Sydney, VA 95.Hampshire County Public Library 1243 Romney, WV 96.Hampton Public Library 1092 Hampton, VA 97.Handley Regional Library 1099 Stephens City, VA 98.Hanover County Public Schools 1136 Ashland, VA 99.Hardin County Public Library 1279 Elizabethtown, KY 100. Hardy County Public Library 1196 Moorefield, WV 101. Haywood County Public Library 1170 Waynesville, NC 102. Heartland Library Cooperative 1264 Okeechobee , FL 103. Henrico County Public Library 1018 Henrico, VA 104. Henrico County Public Schools 1135 Henrico, VA 105. Henry County Public Library 1276 Eminence, KY 106. Heritage Public Library 1029 Providence Forge, VA 107. Hickory Public Library 1256 Hickory, NC 108. Hocutt-Ellington Memorial Library 1214 Clayton, NC 109. Hopkinsville Christian County Public Library 16-17 1287 Hopkinsville, KY 110. J. Sargeant Reynolds Community College 1030 Richmond, VA 111. James L. Hamner Public Library/Amelia County 1083 Amelia Court House, VA 112. James W. Curry Public Library 1269 French Creek, WV 113. Jefferson Madison Regional Library 1031 Charlottesville, VA 114. Jessamine County Public Library 1210 Nicholasville, KY 115. John Tyler Community College Library 1032 Chester, VA 116. Kanawha County Public Library 1236 Charleston, WV 117. Keyser-Mineral County Public Library 1218 Keyser, WV 118. King University 1034 Bristol, TN 119. Laurel County Public Library 1242 London, KY 120. Lee County Library 1272 Sanford, NC 121. Library of Virginia 1134 Richmond, VA 122. Lincoln County Public Library 1245 Stanford, KY 123. Lincoln County Public Library 1128 Lincolnton, NC 124. Linebaugh Public Library System 1228 Murfreesboro, TN 125. Logan County Public Library 1232 Russellville, KY 126. Lonesome Pine Regional Library 1036 Wise, VA 127. Lord Fairfax Community College/Paul Wolk Library 1037 Middletown, VA 128. Luneburg County Public Library 1253 Victoria, VA 129. Lynchburg College/Knight-Capron Library 1226 Lynchburg, VA 130. Lynchburg Public Library 1038 Lynchburg, VA 131. Madison County Public Library 1225 Richmond, KY 132. Maitland Public Library 1290 Maitland, FL 133. Marion County Public Library 1281 Fairmont, WV 134. Mary Riley Styles Public Library 1039 Falls Church, VA 135. Mary Wood Weldon Memorial Library 1277 Glasgow, KY 136. Mason County Public Library 1211 Point Pleasant, WV 137. Mauney Memorial Library 1133 Kings Mountain, NC 138. McCreary County Public Library 1284 Whitley City, KY 139. McDowell County Public Library 1146 Marion, NC 140. Mecklenburg County Public Library 1126 Boydton, VA 141. Mecklenburg County Sheriff’s Office 1231 Charlotte, NC Libraries 142. Meherrin Regional Library 1040 Lawrenceville, VA 143. Menifee County Public Library 1246 Frenchburg, KY 144. Middlesex County Public Library 1104 Urbanna, VA 145. Montgomery County Public Library 1235 Mt. Sterling, KY 146. Montgomery County Public Schools 1090 Christiansburg, VA 147. Montgomery-Floyd Regional Library 1041 Christiansburg, VA 148. Mooneyham Public Library 1174 Forest City, NC 149. Morgantown Public Library 1208 Morgantown, WV 150. Mountain Empire Community College/Wampler Library 1042 Big Stone Gap, VA 151. New Hanover County Public Library 1216 Wilmington, NC 152. New Martinsville Public Library 1205 New Martinsville, WV 153. New River Community College 1091 Dublin, VA 154. Newport News Public Library System 1044 Newport News, VA 155. Norfolk Public Library 1045 Norfolk, VA 156. Norfolk State University 1249 Norfolk, VA 157. Norris Library Foundation, Inc. 1247 Rutherfordton, NC 158. North Palm Beach Library 2016-17 1286 North Palm Beach, FL 159. Northeast State Community College/Wayne G. Basler Library 1046 Blountville, TN 160. Northern Virginia Community College 1132 Annandale, VA 161. Northumberland Public Library 1047 Heathsville, VA 162. Northwestern Regional Library 1165 Elkin, NC 163. Nottaway County Public Library 1142 Crewe, Va 164. Orange County Public Library 1125 Hillsborough, NC 165. Orange County Public Library 1117 Orange, VA 166. Pamunkey Regional Library 1048 Hanover, VA 167. Paris-Bourbon County Library 1274 Paris, KY 168. Patrick Henry Community College/Lester Library 1049 Martinsville, VA 169. Paul Sawyier Public Library 1266 Frankfort, KY 170. Pearisburg Public Library 1050 Pearisburg, VA 171. Pender County Public Libraries 1138 Burgaw, NC 172. Pendleton County Library 1183 Franklin, WV 173. Pendleton County Public Library 1261 Falmouth, KY 174. Perry Memorial Library 1223 Henderson, NC 175. Petersburg Public Library System 1051 Petersburg, VA 176. Piedmont Virginia Community College/Betty Sue Jessup Library 1102 Charlottesville, VA 177. Pittsylvania County Public Library 1052 Chatham, VA 178. Polk County Library Cooperative 1267 Bartow, FL 179. Polk County Public Library 1184 Columbus, NC 180. Poquoson Public Library 1053 Poquoson, VA 181. Portsmouth Public Library 1127 Portsmouth, VA 182. Powhatan County Public Library 1088 Powhatan, VA 183. Prince William Public Library System 1054 Prince William, VA 184. Public Library of Anniston-Calhoun County 1292 Anniston, AL 185. Public Library of Johnston County & Smithfield/Selma is under this library as a branch. Number was 1166 1160 Smithfield, NC 186. Pulaski County Library 1055 Pulaski, VA 187. Pulaski County Public Library 1283 Somerset, KY 188. Radford Public Library 1056 Radford, VA 189. Raleigh County Public Library 1259 Beckley, WV 190. Randolph County Public Library 1221 Asheboro, NC 191. Randolph-Macon College/McGraw- Page Library 1058 Ashland, VA 192. Rappahannock Community College 1097 Warsaw, VA 193. Rappahannock County Library 1206 Washington, VA 194. Richmond Public Library 1108 Richmond, VA 195. Richmond Public Schools 1237 Richmond, VA 196. Ritchie County Public Library 1177 Harrisville, WV 197. Roanoke City Public Library 1109 Roanoke, VA 198. Roanoke County Public Library 1059 Roanoke, VA 199. Robeson County Public Library 1164 Lumberton, NC 200. Rockbridge Regional Library 1120 Lexington, VA 201. Rowan Public Library 1150 Salisbury, NC 202. Russell County Public Library 1061 Lebanon, VA 203. Salem Public Library 1063 Salem, VA 204. Sampson-Clinton Public Library 1137 Clinton, NC 205. Samuels Library 1064 Front Royal, VA 206. Scotland County Memorial Library 1222 Laurinburg, NC 207. Scott County Public Library 1262 Georgetown, KY 208. Shenandoah County Library 1179 Edinburg, VA 209. Sheppard Memorial Library 1182 Greenville, NC 210. Smyth-Bland Regional Library 1066 Marion, VA 211. Southern Pines Public Library 1158 Southern Pines, NC 212. Southern Virginia University/Von Canon Library 1204 Buena Vista, VA 213. Southside Regional Jail Library 1187 Emporia, VA 214. Southside Virginia Community College 1203 Keysville, VA 215. Southwest Virginia Community College 1067 Cedar Bluff, VA 216. Spindale Public Library 1163 Spindale, NC 217. Stanly County Public Library 1195 Albemarle, NC 218. State Library of North Carolina 1248 Raleigh, NC 219. Staunton Public Library 1068 Staunton, VA 220. Suffolk Public Library 1069 Suffolk, VA 221. Sullivan County Public Library 1070 Blountville, TN 222. Tazewell County Public Library 1071 Tazewell, VA 223. Temple Rodef Shalom Library 1257 Falls Church, VA 224. Tennessee State Library & Archives 1199 Nashville, TN 225. Thomas Jefferson Library 1280 Falls Church, VA 226. Thomas Nelson Community College 1072 Hampton, VA 227. Tidewater Community College 1100 Norfolk, VA 228. Transylvania County Library 1156 Brevard, NC 229. Union County Public Library 1140 Monroe, NC 230. University of Virginia’s College at Wise/Wyllie Library 1124 Wise, VA 231. Upshur County Public Library 1244 Buckhannon, WV 232. Vienna Public Library 1192 Vienna, WV 233. Virginia Beach Public Library 1073 Virginia Beach, VA 234. Virginia Department of Corrections-All Facilities 1201 Richmond, VA 235. Virginia Highlands Community College 1075 Abingdon, VA 236. Virginia State University/Johnston Memorial library 1198 Petersburg, VA 237. Virginia Western Community College 1077 Roanoke, VA 238. Warren County Memorial Library 1217 Warrenton, NC 239. Washington County Public Library 1078 Abingdon, VA 240. Wayne County Public Library 1168 Goldsboro, NC 241. Whitley County Public Library 1215 Williamsburg, KY 242. Williamsburg Regional Library 1080 Williamsburg, VA 243. Wilson County Public Library 1162 Wilson, NC 244. Wolfe County Public Library 1282 Campton, KY 245. Wythe-Grayson Regional Library 1098 Independence, VA 246. Wytheville Community College Library 1082 Wytheville, VA Definitions ATTACHMENT E Small Business Subcontracting Plan Small Business: "Small business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Women-Owned Business: "Women-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Minority-Owned Business: "Minority-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Small Business: "Small business (including micro)” means a business which holds a certification as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) on the due date for bids. This shall also include DSBSD-certified women- and minority-owned businesses when they also hold a DSBSD certification as a small business on the bid due date. Currently, DSBSD offers small business certification and micro business designation to firms that qualify. Certification applications are available through DSBSD online at www.DSBSD.virginia.gov (Customer Service). Bidder Name: Preparer Name: Date: Instructions A. If you are certified by the DSBSD as a micro/small business, complete only Section A of this form. This includes DSBSD-certified women-owned and minority-owned businesses when they have also received DSBSD small business certification. B. If you are not a DSBSD-certified small business, complete Section B of this form. For the bid to be considered and the bidder to be declared responsive, the bidder shall identify the portions of the contract that will be subcontracted to DSBSD-certified small business for the initial contract period in relation to the bidder’s total price for the initial contract period. in Section B. Section A If your firm is certified by the DSBSD provide your certification number and the date of certification. Certification number: Certification Date: B. Plans for Utilization of DSBSD-Certified Small Businesses for this Procurement Micro/Small Business Name & Address DSBSD Certificate # Status if Micro/Small Business is also: Women (W), Minority (M) Contact Person, Telephone & Email Type of Goods and/or Services Planned Involvement During Initial Period of the Contract Planned Contract Dollars During Initial Period of the Contract ($ or %) Totals Attachment F REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, Inc. (MALiA) ATTACHMENT F State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder: X is a corporation or other business entity with the following SCC identification number: T-031487-4 -OR- is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR- is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): 22868ra24 Corning Tower, Empire State Plaza, Albany, NY 12242 | http://nyspro.ogs.ny.gov | customer.service@ogs.ny.gov | 518-474-6717 Contract Award Notification Title : Group 20060 – Books & Non-Print Library Materials & Related Ancillary Services (Statewide) Classification Code(s): 55 Award Number : 22868 (Replaces Award 21274) Contract Period : June 1, 2015 – May 31, 2020 Bid Opening Date : December 23, 2014 and (Periodic Recruitment August 24, 2016) Date of Issue : June 2, 2015 (Revised July 22, 2019) Updated Information is in Red Specification Reference : As Incorporated In The Invitation for Bids and Purchasing Memorandums Issued Through December 16, 2014 Contractor Information : Appears on Page 2 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Name : Title : Phone : E-mail : Jennifer Prusinowski Contract Management Specialist 1 518-473-3421 Jennifer.Prusinowski@ogs.ny.gov Procurement Services Customer Services Phone : E-mail : 518-474-6717 customer.services@ogs.ny.gov Procurement Services values your input. Complete and return "Contract Performance Report" at end of document. Description This award covers Books and Non-Print Library Materials and Related Ancillary Services. Types of Books included are Trade, Non- Trade, Scientific, Technical, Law, Text Books, Reference, Encyclopedias, Handbooks, University Press Publications, Society or Association Publications, Foreign Publications and Out of Print Books. Non-Print items include: abridged and unabridged audio books on tape, CD/DVD and MP3/MP4 format; non-subscription based eBooks; microfilm; microfiche; microcards; microprint; filmstrips; slides; DVD and Blu-ray (i.e. motion pictures, videos); audio cassettes; compact discs; laser discs; CD-ROM’s (no online services); microcomputer software (educational); maps/globes/atlases/charts; video games; sheet music/scores; and audio visual materials. This version of the Contract Award Notification contains the Original and Five (5) Supplemental Awards which were previously published separately. PR # 22868 GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 2 & Related Ancillary Services (continued) 22868ra24 NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67861 ABDO PUBLISHING COMPANY 8000 W. 78th Street, Suite 310 Edina, MN 55439 Pat Dumdei Tel: (800) 800-1312 Fax: (800) 862-3480 E-mail: 411699406 1000044840 customerservice@abdopublishing.com Website:www.abdopublishing.com Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1.00 Guarantees Delivery: 45 Calendar days A/R/O PC66953 SB ADAMS BOOK CO, INC. 140 58th Street Brooklyn, NY 11220 Miguel Gonzalez Tel: (800) 221-0909 Fax: (718) 852-3212 E-mail: miguelg@adamsbook.com Website: www.adamsbook.com 111764921 1000005563 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $30.00 Guarantees Delivery: 45 Calendar days A/R/O PC66995 SB ADVANCED EDUCATIONAL PRODUCTS, INC. 2495 Main Street, Ste. 230 Buffalo, NY 14214 Erica Elkins-Aquila Tel: (800) 311-1522 ext. 17 Fax: (716) 446-5642 E-mail: eelkins@aepbooks.com Website: http://www.aepk12.com 161597345 1000008440 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 3 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67157 AKJ WHOLESALE, LLC DBA AKJ BOOKS 4702 Benson Ave Halethorpe, MD 21227 John Porter Tel: (800) 922-6066 Fax: (888) 770-2338 E-mail: salessupport@akjeducation.com Website: www.akjeducation.com 203905442 1100003197 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $25.00 Guarantees Delivery: 45 Calendar days A/R/O PC66954 SB CANCELLED: AMBASSADOR BOOK SERVICE, INC. 445 Broad Hollow Road, Ste. 206 Melville, NY 11747 Connie Angello Tel: (800) 431-8913 Fax: (631) 770-1041 E-mail: cangello@ambassadored.com Website: www. ambassadored.com 112317664 1000005649 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $15,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: no minimum dollar amount Guarantees Delivery: 45 Calendar days A/R/O PC66996 AMERICAN READING COMPANY 201 S. Gulph Rd. King of Prussia, PA 19406 David Lyness Tel: (866) 810-2665 Fax: (610) 992-4156 E-mail: Contracts@americanreading.com Website: www.americanreading.com 232965253 1000034881 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $1,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 4 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67698 SB MBE ATLANTIC COAST MARKETING, INC. 22 College Ave. S Nyack, NY 10960 Vernon Hamilton Tel: (845) 727-7720 Tel: (877) 803-0325 Fax: (866) 806-2303 E-mail: hamilton@acmit.com Website: www.acmit.com 223030192 1100006850 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $300.00 Guarantees Delivery: 30 Calendar days A/R/O PC66997 BAKER & TAYLOR, LLC 2550 West Tyvola Road Suite 300 Charlotte, NC 28217 Lee Ann Queen Tel: (800) 775-7930, ext. 3245 Fax: (704) 998-3260 E-mail: bids@baker-taylor.com Website: www.btol.com 473179974 1100142500 Customer Service/Sales Representation (Book and Spoken Word) Public Libraries Lee Ann Turner Customer Service Representative Tel: (800) 775-1200 ext. 2783 E-mail: LeeAnn.Turner@baker-taylor.com Marne Fellows Sales Consultant Tel: (800) 775-7930 ext. 1310 E-mail: marne.fellows@baker-taylor.com Tarita Murray Sales Consultant Tel: (800) 775-7930 ext. 1210 E-mail: tarita.murray@baker-taylor.com School Libraries Delilah Waldroup Customer Service Representative Tel: (800) 775-1200 ext. 2434 E-mail: delilah.waldroup@bakertaylor.com Roger Lendach District Account Manager Tel: (800) 775-7930 ext. 1220 E-mail: roger.lenadach@bakertaylor.com Academic Libraries Cathy Fletcher Customer Service Representative Tel: (800) 775-1200 ext. 2765 E-mail: cathy.fletcher@baker-taylor.com Danielle Miller National Sales Manager, College Library Group Tel: (603) 496-7351 E-mail: dmiller@baker-taylor.com Frances Lewis Inside Sales Manager Tel: (800) 258-3774 ext. 8916 E-mail: flewis@baker-taylor.com GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 5 & Related Ancillary Services (continued) 22868ra24 CONTRACT # cont'd PC66997 CONTRACTOR & ADDRESS TELEPHONE # BAKER & TAYLOR, LLC Placing Orders FED. IDENT. # NYS VENDOR # 473179974 1100142500 Firm Orders (Print Book, eContent, and Spoken Word Audio) Baker & Taylor Attn: Order Department Commerce Service Center 3584 Old Maysville Rd. Commerce, GA 30529 Tel: (800) 775-1100 Fax: (800) 775-7480 E-mail: orders@baker-taylor.com Web: www.baker-taylor.com Customer Service (DVD, Blue Ray, Music CD, Playaway View) Baker & Taylor Attn: Order Department 875 Greentree Road, Suite 78 Seven Parkway Center Pittsburgh, PA 15220 Customer Service Heidi Metro Tel: (800) 775-2600 ext. 2135 Fax: (888) 285-8922 Email: Heidi.metro@baker-taylor.com Web: www.baker-taylor.com Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 6 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC66998 BARNES & NOBLE BOOKSELLERS, INC. 122 Fifth Avenue New York, NY 10011 Madeline Noi Tel: (212) 352-3769 (800) The-Book /843-2665 Fax: (800) 783-0043 E-mail: businessdevelopmentbids@bn.com 134030389 1000046258 For Quotes & Orders Carol Strom Regional Business Development Assistant Region 10 Barnes & Noble, Inc. 765 Route 17 South Paramus, NJ 07654 Tel: (201) 447-9450 Cstrom2@bn.com Or contact your local B&N Store For Remittance Information PO Box 951610 Dallas, TX 75395-1610 Accounts Receivable Joseph Mascia Tel: (732) 656-7267 Fax: (732) 656-2705 E-mail: jmascia@bn.com Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1.00 Guarantees Delivery: 45 Calendar days A/R/O PC66999 SB WBE BAUM & BEAULIEU ASSOCIATES, INC. 46 O’Connell Ct. Great River, NY 11739 Susan Baum Tel: (800) 923-2444 Fax: (631) 277-4054 E-mail: susan@baumbooks.com Website: www.baumbooks.com 203856165 1000044342 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 1% additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $5.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 7 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67699 SB BEARPORT PUBLISHING COMPANY, INC. 5357 Penn Ave. S. Minneapolis, MN 55424 Kelly Mullen Tel: (888) 960-1346 ext. 203 Tel: (877) 337-8577 Fax: (866) 337-8557 Fax: (212) 337-8557 E-mail: kelly@brainstormlibrary.com Website: www.bearportpublishing.com 200298488 1100003226 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67158 BMI EDUCATIONAL SERVICES, INC. 26 Haypress Road Cranbury, NJ 08512 Lynda Bradley Tel: (800) 222-8100 Fax: (800) 986-9393 E-mail: lbradley@bmionline.com Website: www.bmionline.com 221753177 1000008712 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67000 SB BOOK REVUE WHOLESALE, LTD. 313 New York Ave. Huntington, NY 11743 Alyssa Axelrod Tel: (800) 390-7413 Fax: (631) 271-5890 E-mail: alyssa@bookrevue.com Website: www.bookrevue.com 274692456 1100069516 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 8 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67862 BOUND TO STAY BOUND BOOKS, INC. 1880 West Morton Jacksonville, IL 62650 Lori Smith Tel: (800) 637-6586 Fax: (217) 245-0424 E-mail: SALES@BTSB.COM Website: WWW.BTSB.COM 370439010 1000044797 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC66955 BRODART CO. 500 Arch Street Williamsport, PA 17701 Debbie Schall Tel: (800) 474-9802 Fax: (800) 999-6799 E-mail: Debbie.Schall@brodart.com Website: www.brodart.com 232248758 1000008909 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67327 CBM, LLC 1215 Overidge View Court Ann Arbor, MI 48103 Amy Patrick Tel: (800) 487-2323 Tel: (734) 619-6217 Fax: (734) 929-2649 E-mail: amy.patrick@sleepingbearpress.com Website: www.cherrylakepublishing.com 205654413 1100105824 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 9 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67863 CAVENDISH SQUARE PUBLISHIING, LLC 243 5th Ave., Suite 136 New York, NY 10016 Arlene Riley Tel: (877) 980-4450 Fax: (877) 988-4454 E-mail: bids@csqpub.com Website: www.cavendishsq.com 461843778 1100095985 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC66956 CENGAGE LEARNING, INC. 20 Channel Center Boston, MA 02201 Website: www.cengage.com 592124491 1000009563 Library Orders & Services (Including schools, higher education, and special libraries) Gale Customer Service 27500 Drake Road Farmington Hills, MI 48331 Tel: (800) 877-4253 Fax: (877) 283-4253 E-mail:customerservice@cengage.com Textbook Orders & Services (Includes K-12, higher education, and institutional organizations) Cengage Learning Customer Service 10650 Toebben Drive Independence, KY 41051 Tel: (800) 354-9706 Fax: (800) 487-8488 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 10 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67159 CENTRAL PROGRAMS, INC. DBA GUMDROP BOOKS 802 N. 41st St. Bethany, MO 64424 Lisa Gilbert/Amber Hoyle Tel: (800) 821-7199 Fax: (866) 321-7199 E-mail: wecare@gumdropbooks.com Website: www.gumdropbooks.com 431057878 1000044854 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67864 CEREBELLUM CORPORATION 145 Corte Madera Town Center Suite 406 Corte Madera, CA 94925 Becky Rena Tel: (415) 541-9901 Fax: (805) 426-8136 E-mail: brena@cerebellum.com Website: www.libraryvideocompany.com 541687620 1000040965 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O CANCELLED PC67328 CHANNING BETE COMPANY, INC. One Community Place South Deerfield, MA 01373 Karen McGuane Tel: (888) 834-6627 ext. 6513 Fax: (800) 329-2939 E-mail: kmcguane@channing-bete.com Website: www.channing-bete.com 042041237 1000005239 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card Prompt Payment Discount 1% discount if paid within 10 days Minimum Order: $100 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 11 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67329 CHILDREN'S PLUS, INC. 1387 Dutch American Way Beecher, IL 60401 Margaret Finnigan Tel: (800) 230-1279 ext. 4120 Fax: (800) 896-7213 E-mail: margaretf@childrensplusinc.com Website: www.childrensplusinc.com 364078966 1100005432 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67254 MBE COMPLETE BOOK AND MEDIA SUPPLY, LLC 1200 Toro Grande Drive, Ste. 200 Cedar Park, TX 78613 Jessica Kelly Tel: (800) 986-1775 Fax: (512) 616-0410 E-mail: jessica@completebook.com Website: www.completebook.com 742852244 1100005453 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67865 CONN EDUCATION, INC. DBA CLASSROOM LIBRARY COMPANY 3901 Union Blvd., Suite 155 St. Louis, MO 63115 Cristin Choat or Christopher Teter Tel: (888) 318-2665 Fax: (877) 716-7272 E-mail: 273910452 1100133574 cristin@classroomlibrarycompany.com Website:www.classroomlibrarycompany.com Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $100 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 12 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC68164 COUGHLAN COMPANIES, LLC DBA CAPSTONE AND CAPSTONE CLASSROOM 1710 Roe Crest Drive North Mankato, MN 56003-1806 Customer Service Tel: (800) 747-4992 Fax: (888) 262-0705 E-mail: CustomerService@capstonepub.com Website: www.capstonepub.com 824045107 1100210642 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O CANCELLED: PC66959 DAVIDSON TITLES, INC. 2345 Doctor F. E. Wright Drive Jackson, TN 38305 Brenda T. Davidson Tel: (800) 433-3903 Fax: (800) 787-7935 E-mail: brenda@davidsontitles.com Website: www.davidsontitles.com 621076296 1000032409 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $25.00 Guarantees Delivery: 45 Calendar days A/R/O PC67966 DELANEY EDUCATIONAL ENTERPRISES, INC. 1387 Dutch American Way Beecher, IL 60401 Jennifer Decker Tel: (800) 788-5557 Fax: (800) 660-2199 E-mail: jenniferd@deebooks.com Website:www.deebooks.com 821533684 1100193784 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 13 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC66960 CANCELLED: EASTERN BOOK COMPANY 7 Lincoln Ave Scarborough, ME 04074 Belinda Saulle Tel: (800) 937-0331 Fax: (800) 214-3895 E-mail: bsaulle@ebc.com Website: www.ebc.com 010244194 1000005174 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O PC67255 FINDAWAY WORLD, LLC 31999 Aurora Rd. Solon, OH 44139 Donna Destefano Tel: (877) 893-0808 ext. 215 Fax: (877) 893-0809 E-mail: ddestefano@findawayworld.com Website:www.findawayworld.com 201388060 1100003190 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $100.00 Guarantees Delivery: 45 Calendar days A/R/O PC66961 FOLLETT SCHOOL SOLUTIONS, INC. 1340 Ridgeview Dr. McHenry, IL 60050 Nora Belford (Quotes or Contract) Kelline Jourdan (Orders) Tel: (708) 884-6059 (Nora) (708) 884-8055 (Kelline) Fax: (800) 852-5458 E-mail for Quotes: fssbidadmin@follett.com E-mail for Orders: fssorders@follett.com Website: www.follettlearning.com 411426933 1100113853 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 14 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67700 GARETH STEVENS PUBLISHING, LLLP 111 E 14th St., Suite 249 New York, NY 10003 Arlene Riley Tel: (800) 542-2595 Fax: (877) 542-2596 E-mail: bids@gspub.com Website: www.garethstevens.com 270404519 1100104699 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67256 GARRETT OPERATING COMPANY, LLC DBA GARRETT BOOK COMPANY 130 East 13th Street Ada, OK 74820 Cheryl York Tel: (800) 654-9366 Fax: (888) 525-1560 E-mail: cheryl.york@garrettbooks.com Website: www.garrettbooks.com 811079220 1100159732 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67001 GL GROUP, INC. DBA BOOKSOURCE 1230 Macklind Ave. St. Louis, MO 63110 Sean Carosello Tel: (800) 444-0435 ext. 283 Fax: (800) 647-1923 E-mail: scarosello@booksource.com Website: www.booksource.com 431018725 1100102035 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 15 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67002 GREENWOOD PUBLISHING DBA HEINEMANN 361 Hanover St. Portsmouth, NH 03801 Lori Lampert (Contract Admin) Shira Baum (day to day) Tel: (800) 225-5800 (Lori) (800) 923-2444 (Shira) E-mail: lori.lampert@heinemann.com shira@baumbooks.com Website: www.heinemann.com 061154537 1000011213 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67701 SB GREY HOUSE PUBLISHING, INC. PO BOX 56 Amenia, NY 12501 Yvonne Coburn Tel: (518) 789-8700 Fax: (845) 373-6370 E-mail: ycoburn@greyhouse.com Website: www.greyhouse.com 133044945 1000026400 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O PC66962 HERTZBERG-NEW METHOD, INC. DBA PERMA-BOUND BOOKS 617 E. Vandalia Road Jacksonville, IL 62650 Sarah Dundun Tel: (800) 637-6581 ext. 122 Fax: (800) 551-1169 E-mail: sarahd@perma-bound.com Website: www.perma-bound.com 371001726 1000009226 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 16 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC66963 INGRAM LIBRARY SERVICES, LLC One Ingram Blvd. La Vergne, TN 37086 Amanda Inman Tel: 800-937-5300 ext. 35771 Fax: 888-210-4161 621746696 1000048432 E-mail: amanda.inman@ingramcontent.com Website: www.ingramcontent.com Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67160 JEFCO SALES, INC. DBA APPLE BOOKS PO Box 3005 Mankato, MN 56002 Dave Schlichte Tel: (800) 783-6767 Fax: (412) 688-8545 E-mail: customerservice@applebks.com Website: www.applebks.com 251332502 1100003218 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O PC67161 LAKESHORE EQUIPMENT COMPANY DBA LAKESHORE LEARNING MATERIALS 2695 E. Dominguez St. Carson, CA 90895 Rafael Muro Tel: (800) 421-5354 ext. 2653 Fax: (310) 537-7990 E-mail: rmuro@lakeshorelearning.com Website: www.lakeshorelearning.com 941525814 1000009785 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 17 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67702 SB MBE LEE & LOW BOOKS, INC. DBA BEBOP BOOKS 95 Madison Ave. New York, NY 10016 Craig Low Tel: (212) 779-4400 ext. 26 Tel: (888) 320-3190 ext. 28 Fax: (212) 683-1894 E-mail: clow@leeandlow.com Website: www.leeandlow.com 133599568 1100126193 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67162 LERNER PUBLISHING GROUP 241 First Avenue North Minneapolis, MN 55401 Brad Richason Tel: (800) 328-4929 Fax: (800) 332-1132 E-mail: brichason@lernerbooks.com Website:www.lernerbooks.com 410833899 1000044837 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $10.00 Guarantees Delivery: 45 Calendar days A/R/O PC67257 LIBRARY SALES, INC. DBA SEBCO BOOKS 2001 SW 31st Avenue Pembroke Park, FL 33009 Danny Comer Tel: (800) 223-3251 Fax: (954) 987-2200 E-mail: bids@SebcoBooks.com Website:www.sebcobooks.com 650540354 1000045081 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 18 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC66964 SB MAIN STREET BOOK SHOP, INC. 501 Mamaroneck Ave. White Plains, NY 10605 Nicky Kennedy Tel: (888) 228-7550 Fax: (888) 228-7578 E-mail: mainstreetbook@gmail.com Website: www.mainstreetbookcompany.com 132531130 1000043508 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $10.00 Guarantees Delivery: 45 Calendar days A/R/O PC67866 MACKIN BOOK COMPANY DBA MACKIN EDUCATIONAL RESOURCES 3505 County Road 42 West Burnsville, MN 55306 Lynn Bendt Tel: (800) 245-9540 Fax: (800) 369-5490 E-mail: bids@mackin.com Website: www.mackin.com 411658426 1000017902 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O CANCELLED PC67330 MARCO BOOK COMPANY, INC. DBA EVERBIND BOOKS 60 Industrial Rd. Lodi, NJ 07644 Edward T. Yamada Tel: (800) 842-0485 ext.213 Fax: (973) 458-5289 E-mail: eyamada@everbind.com Website: www.everbind.com 112006089 1000056423 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $25.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 19 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67003 MATTHEW BENDER & COMPANY, INC. 9443 Springboro Pike Miamisburg, OH 45342 James Keenan Tel: (937) 247-8139 Fax: (800) 624-8278 E-mail: James.P.Keenan@lexisnexis.com Website: https://store.lexisnexis.com/ 140499170 1000006624 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67703 MIDWEST LIBRARY SERVICE, INC. 11443 St. Charles Rock Road Bridgeton, MO 63044 Terry Marksbury Tel: (314) 739-3100 Tel: (800) 325-8833 Fax: (314) 739-1326 Fax: (800) 962-1009 E-mail: marksbury@midwestls.com Website: www.midwestls.com 430834505 1000009339 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $10.00 Guarantees Delivery: 45 Calendar days A/R/O PC67004 MIDWEST TAPE, LLC 6950 Hall Street Holland, OH 43528 Christine Garrow Tel: (800) 875-2785 Fax: (800)-444-6645 E-mail: cgarrow@midwesttapes.com Website: www.midwesttapes.com 371499686 1000009233 Offers Electronic Access Ordering (EDI) Does not accept NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 20 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC66965 MT LIBRARY SERVICES, INC. DBA JUNIOR LIBRARY GUILD 7858 Industrial Parkway Plain City, OH 43064 Angela Christianson Tel: (800) 325-9558 ext.7276 Fax: (800) 827-3080 E-mail: jlgbids@juniorlibraryguild.com Website: www.juniorlibraryguild.com 593263895 1000009577 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67258 OTTO HARRASSOWITZ GMBH & CO. KG Kreuzberger Ring 7b-d 65205 Wiesbaden, Germany Edith Klee Tel: (800) 348-6886 Fax: (800) 574-5732 E-mail: service@harrassowitz.de Website: www.harrassowitz.de 980423753 1000009840 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67163 PEARSON EDUCATION, INC. 330 Hudson Street New York, NY 10013 Remittance Address PO Box 409496 Atlanta, GA 30384 Customer Service Tel: (800) 848-9500 Fax: (877) 260-2530 E-mail: customerservice@pearson.com Website: www.pearsonschool.com 221603684 1000008708 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 21 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67164 PERFECTION LEARNING CORPORATION 1000 N. Second Avenue Logan, IA 51546 Kristin Hipwell Tel: (515) 309-8091 Fax: (800) 762-2999, ext. 8091 E-mail: bids@perfectionlearning.com Website: www.perfectionlearning.com 420895541 1000009325 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $15,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC66958 PROQUEST, LLC 789 East Eisenhower Parkway Ann Arbor, MI 48108 Christopher Kaul Tel: (800) 521-0600 Fax: (877) 241-5612 E-mail: Christopher.kaul@proquest.com Website: www.proquest.com 392053855 1000040727 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $50,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O CANCELLED: PC67165 QUALITY BOOKS, INC. 1003 W. Pines Road Oregon, IL 61061 Marcia Beauchem Tel: (800) 323-4241 ext. 495 Fax: (815) 732-4499 E-mail: 061818765 1000036588 marcia.beauchem@quality-books.com Website: www.qbibooks.com Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $1.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 22 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67860 RAINBOW BOOKS, INC. P.O. Box 159 Crete, IL 60417 Michael Beechin Tel: (800) 255-0965 Fax: (800) 827-5988 E-mail: mikeb@rainbowbookcompany.com Website: www.rainbowbookcompany.com 611846102 1100189966 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67260 WBE SADDLEBACK EDUCATIONAL, INC. 151 Kalmus Drive, J-1 Costa Mesa, CA 92626 Amber Dormanesh Tel: (714) 640-5200 Fax: (714) 640-5297 E-mail: bids@sdlback.com Website: www.sdlback.com 953740226 1000009825 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC66966 SCHOLASTIC, INC. 557 Broadway New York, NY 10012 Michelle Parker Regional Director for New York State Tel: (908) 635-4914 Fax: (866) 560-6930 E-mail: MParker1@scholastic.com Website: www.scholastic.com 131824190 1000006121 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: >$0.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 23 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67166 SCHOLASTIC LIBRARY PUBLISHING, INC. 90 Old Sherman Turnpike Danbury, CT 06810 Kathy Brown/ Customer Service Tel: (800) 621-1115 ext. 6 (800) 621-1115 ext. 4 Fax:(203) 797-3478 (866) 783-4361 E-mail: kbrown@scholasticlibrary.com slpservice@scholastic.com Website: 061226353 1000036529 www.scholasticlibrary.digital.scholastic.com Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $0.00 Guarantees Delivery: 45 Calendar days A/R/O PC67005 STEPS TO LITERACY, LLC PO BOX 6737 Bridgewater, NJ 08807 Bryan Thompson Tel: (800) 895-2804 Fax: (866) 560-8699 E-mail: sales@stepstoliteracy.com Website: www.stepstoliteracy.com 223603124 1000020040 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $10 minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67261 SB SUSSMAN EDUCATION COMPANY, INC. 150 East 52nd Street, Suite 32002 New York, NY 10022 Ronnie Sussman Tel: (800) 350-7180 Fax:(212) 371-8882 E-mail: info@sussmaneducation.com Website: www.sussmaneducation.com 112270606 1000024088 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card 1% Prompt Payment Discount for payment within 15 days of delivery and/or receipt of invoice Minimum Order: $25.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 24 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67867 TEL/LOGIC, INC. DBA TEXTBOOK CENTRAL 400 Post Ave., Suite 410 Westbury, NY 11590 Bruce Conlin Tel: (516) 801-7861 Fax: (516) 801-7871 E-mail: bconlin@textbookcentral.com Website: www.textbookcentral.com 112907608 1000011968 Does not offer Electronic Access Ordering (EDI) Does not accept NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $100 Guarantees Delivery: 45 Calendar days A/R/O PC67262 TEXTBOOK WAREHOUSE, LLC DBA TEXTBOOK WAREHOUSE 936 Curie Dr. Alpharetta, GA 30005 Stacy Minor, Controller Tel: (800) 796-9152 ext. 221 Fax: (800) 796-9154 E-mail: info@tbwarehouse.com Contract renewal Patty Walters, Marketing Tel: (800) 796-9152 ext. 252 E-mail: Patty@textbookwarehouse.com Michelle Overstreet Tel: (800) 796-9152 ext. 227 E-mail: Michelle@textbookwarehouse.com Website: www.textbookwarehouse.com 202080039 1100024287 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67167 THE CHAPTERS GROUP, LLC 4179 NW 29th Way Boca Raton, FL 33434 Laurence Bard Tel: (866) 229-7976 ext. 4 Fax: (561) 243-3668 E-mail: Laurence@chaptersgroup.com Website: www.chaptersgroup.com 271623513 1100131421 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $50.00 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 25 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67704 THE CREATIVE COMPANY DBA SMART APPLE MEDIA 2140 Howard Dr. W North Mankato, MN 56003 Laurie Osburn Tel: 1 (800) 561-3943 Fax: 1 (877) 894-1304 E-mail: losburn@smartapple.com Website:www.smartapple.com 411948137 1100024288 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67263 THE LEARNING CONNECTION COMPANY 4100 Silver Star Rd., Ste. D Orlando, FL 32808 Ryan Handberg Tel: (800) 218-8489 Fax: (800) 250-4951 E-mail: TLC@TLConnection.com Website: www.TLConnection.com 593094275 1100003013 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $25.00 Guarantees Delivery: 45 Calendar days A/R/O PC68165 THE PENWORTHY COMPANY, LLC 219 N. Milwaukee St. Milwaukee, WI 53202 Brendan Loughrige Kasey Creevy Tel: (800) 262-2665 ext. 207 Fax: (414) 287-4602 E-mail: brendan.loughrige@penworthy.com bid.administrator@penworthy.com Website: www.penworthy.com 812043142 1100210559 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 26 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67705 THE ROSEN PUBLISHING GROUP, INC. 29 E. 21st St. New York, NY 10010 Arlene Riley Tel: (646) 205-7461 Tel: (800) 237-9932 Fax: (888) 436-4643 E-mail: bids@rosenpub.com Website: www.rosenpublishing.com 133129750 1100001011 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $15,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC66967 WEST PUBLISHING CORPORATION 610 Opperman Drive Eagan, MN 55123 Dave Ouellette Tel: (800) 328-9378 or (800) 328-4880 E-mail: 411426973 1000004857 david.ouellette@tr.com Website: www.west.thomson.com Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Update to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67331 WESTON WOODS STUDIOS, INC. 90 Old Sherman Turnpike Danbury, CT 06816 Jennifer Philpott Tel: (800) 243-5020 Fax: (203) 797-3541 E-mail: wwbidsandquotes@scholastic.com Website: 060716595 1100134851 https://westonwoods.scholastic.com/products/westonwoods/ Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: $12.95 Guarantees Delivery: 45 Calendar days A/R/O GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 27 & Related Ancillary Services (continued) 22868ra24 CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED. IDENT. # NYS VENDOR # PC67332 WORLD BOOK, INC. 180 N. LaSalle Street, Suite 900 Chicago, IL 60601 Andrea Thorne Tel: (800) 975-3250 Fax: (800) 922-3766 E-mail: Andrea.Thorne@worldbook.com Website: www.worldbook.com 362364281 1000017719 Does not offer Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O PC67168 YANKEE BOOK PEDDLER, INC. DBA GOBI LIBRARY SOLUTIONS FROM EBSCO 999 Maple Street Contoocook, NH 03229 Bonnie LaRose Tel: (800) 258-3774 ext. 8895 Fax: (800) 451-8667 E-mail: blarose@ybp.com Website: www.ybp.com 020302143 1000005200 Offers Electronic Access Ordering (EDI) Accepts NYS Procurement Card Up to $85,000.00 No additional discount for purchases made with NYS Procurement Card No Prompt Payment Discount Minimum Order: No minimum order Guarantees Delivery: 45 Calendar days A/R/O For Pricelists for this award, please see the Contractor Pricing pages located on the OGS website at: http://www.ogs.ny.gov/purchase/spg/awards/2006022868CAN.HTM Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. (See "Contract Payments" in this document.) AGENCIES SHOULD NOTIFY THE NEW YORK STATE PROCUREMENT PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise. RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS: The Procurement Services supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 28 & Related Ancillary Services (continued) 22868ra24 RS, RP, RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive NOTE TO AUTHORIZED USERS: When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: • a statement of need and associated requirements, • obtaining all necessary prior approvals; • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State). DEBRIEFING: Unsuccessful Bidders shall be notified upon Notification of Award to the winning Contractor(s). A Bidder shall be accorded fair and equal treatment with respect to its opportunity for debriefing. Requests for debriefings may be made both prior to and after Contracts are awarded. For debriefings prior to Contract award, OGS shall, upon request, provide a debriefing which would be limited to review of that Bidder’s proposal or bid. The debriefing prior to Contract award should be requested in writing within 14 days of notification that the bid or proposal was disqualified from further consideration or that the Bidder was a non-awardee. After Contract award, OGS shall, upon request, provide a debriefing to any unsuccessful Bidder that responded to the solicitation, regarding the reason that the proposal or bid submitted by such Bidder was not selected for a Contract award. Requests for debriefings by unsuccessful Bidders must be addressed to OGS in writing. The post-award debriefing should be requested in writing within 30 calendar days of posting of the Contract award on the OGS website. DISPUTE RESOLUTION POLICY: Section 64 of Appendix B is hereby deleted. All disputes under this Contract shall be handled through the Procurement Services Dispute Resolution Process found at: https://nyspro.ogs.ny.gov/sites/default/files/uploaded/Dispute%20Resolution%20Policy%20%289-2015%29.pdf ORDER OF PRECEDENCE: The documents below address clarifications agreed to by the Contractor and the Office of General Services (OGS) and resolved by the parties and set forth herein in an order of precedence for the contract award. The documents set forth below were included in Invitation for Bids (IFB) # 22868 or provided by the Contractor. 1. Appendix A 2. IFB Document 3. Appendix B 4. Appendix C GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 29 & Related Ancillary Services (continued) 22868ra24 5. Appendix D 6. Attachment 1 – Price Pages 7. Attachments 2 -7 8. Awardees Bid and resultant clarifications SCOPE: The contract award is to be used by State Agencies, and Non-State agencies including political subdivisions and others authorized by law (Authorized Users) with a means of acquiring Books and Non-Print Library Materials and Related Ancillary Services. This contract contains a total of two (2) Lots: 1) Printed Publications; and 2) Non-Print and Other. The contract award shall include, but not be limited to the following: domestic and foreign publications, textbooks, books in print, books out-of-print, pre-bound books, Braille books, Large print books, rare books, legal books and materials, business/economics/finance books, social science/humanities, medical books, academic books, encyclopedias, continuations, blanket orders, ephemeral publications, pamphlets (bound and unbound), government documents, musical scores, and sheet music. Non-Print items within scope include: abridged and unabridged audio books on tape, CD/DVD and MP3/MP4 format; non-subscription based eBooks; microfilm; microfiche; microcards; microprint; filmstrips; slides; DVD and Blu-ray ( i.e. motion pictures, videos); audio cassettes; compact discs; laser discs; CD-ROM’s (no online services); microcomputer software (educational); maps/globes/atlases/charts; video games; sheet music/scores; and audio visual materials. The contract is primarily for off the shelf, non-subscription based Products. Electronic databases and subscription based items, such as serials, periodicals, and subscription based eBooks are not within the scope of the Contract. Video players and tablets are also excluded from the scope of the contract. However, publications that require a standing order for supplemental material or updates to the publication that may be issued subsequent to the original release of the publication, such as law books, for example, are within the scope of the Contract. DEFINITIONS: Terms used in this Contract that have a capitalized first letter shall be defined in accordance with Appendix B, §2 Definitions, which is hereby incorporated by reference. The following definitions shall apply: 1. “Ancillary Services” includes supplementary value added services, such as cataloging and processing (including shelf ready books); machine readable cataloging (MARC) records; security tape; rebinding of paperbacks; barcode labels; mylar covers; electronic archive retrieval; MARC record retrieval; spine labels; date due slip/circulation cards; reading program labels; and dust jackets. 2. “Bidder” shall refer to any business entity who submits a response to this IFB. At the time that the Bidder executes a Contract with the State for their services a Bidder shall become a “Contractor.” See also “Contractor.” 3. “Agency or Agency(ies)” shall mean the State of New York, acting by or through one or more departments, boards, commissions, offices or institutions of the State of New York. 4. “Invitation for Bids (IFB)”, a defined in Appendix B, shall refer to this document, and its appendices and attachments. 5. “International Standard Book Number (ISBN)” shall refer to the unique numeric commercial book identifier. 6. “List Price” shall mean Publishers Suggested Retail Price. 7. “Lot” shall refer to a grouping of Items as set forth in Attachment 1 – Price Pages (Revised December 12, 2014). 8. “MWBE” shall refer to a business certified with NYS Empire State Development (ESD) as a Minority and/or Women-owned Business Enterprise. 9. “May” denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “Should”. 10. “Must” denotes the imperative in a clause or specification of this IFB or a resulting Contract. “Must” is synonymous with “required.” Also see “Shall”. 11. “N/A” is a common abbreviation for not applicable or not available, used to indicate when information in a certain field on a table is not provided, either because it does not apply to a particular case in question or because it is not available. 12. “Net Price” Shall be List Price less all applicable discounts and shall be the price paid by Authorized Users of the resultant Contract. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 30 & Related Ancillary Services (continued) 22868ra24 13. “New York State Procurement (NYSPro)”((formerly known as Procurement Services Group (PSG)) shall mean a division of the New York State Office of General Services which is authorized by law to issue centralized, statewide Contracts for use by New York agencies, political subdivisions, schools, libraries and others authorized by law to participate in such Contracts. The terms NYSPro and PSG shall be used interchangeably for purposes of this solicitation. 14. “NYS Vendor ID” shall refer to the ten-character identifier issued by New York State when a vendor is registered on the Vendor File. 15. “Preferred Source Products” shall refer to those commodities or services that have been approved in accordance with State Finance Law §162. 16. “Preferred Source Program” shall refer to the special social and economic goals set by New York State in State Finance Law §162 that require a governmental entity purchase select commodities and services from designated organizations when the commodities or services meet the “form, function and utility” requirements of the governmental entity. Under State Finance Law §163, purchases of commodities and services from preferred sources are given the highest priority and are exempt from the competitive bidding requirements. The New York State preferred sources include: Corcraft; New York State Preferred Source Program for People who or Blind (NYSPSP; New York State Industries for the Disabled (NYSID); and the Office of Mental Health (OMH). These requirements apply to a State Agency, political subdivision and public benefit corporation (including most public authorities). 17. “Price realism” is an evaluative concept which is concerned with whether a bidder’s proposed prices are unrealistically low. 18. “Shall” denotes the imperative in a clause or specification of this IFB or a resulting Contract. “Shall” is synonymous with “required.” Also see “Must”. 19. “Should” denotes the permissive in a Contract clause or specification. Refers to items or information that the State has deemed are worthy of obtaining, but not required or obligatory. Also see “May”. PRICE: Price shall include all customs duties and charges and shall be net, F.O.B. destination, any point in New York State and shall include inside delivery inside doors of Authorized User’s receiving platform. No additional shipping charges will be allowed, EXCEPT for foreign publications shipped directly to the Authorized User from an address outside the continent of North America. Contractor shall provide Authorized User with a written quote ahead of time for any additional shipping charges for foreign publications. Foreign shipping costs shall be prepaid by the Contractor and all such orders shall be shipped on an F.O.B. destination basis by the most economical method. There shall be no increase in Contract prices for freight, shipping (foreign shipments excepted as noted above), fuel surcharges, FPT (Freight Pass Through), etc. See “Delivery” clause for rush order charges. Upon mutual agreement, delivery locations may be expanded per the “Extension of Use” clause. Discount percentages and/or monetary (dollar) amounts to be deducted or charged to each Authorized User shall be listed by Contractor. Discounts shall be applied to publishers’ List Prices. A range of discounts and monetary amounts may be offered; however, the Contractor must identify, where possible, each specific discount within the range and where or how it is to be applied. The discount may increase at any time, but the publishers’ List Prices shall be the current prices as published and distributed to the trade by the publishers. Discount shall not decrease during the term of the Contract. All monetary amounts may be adjusted annually following the first year of the Contract on the basis of the Not Seasonally Adjusted Consumer Price Index – All Urban Consumers, U.S. City Average, All Items Less Food, Series ID: CUUR0000SA0L1,CUUS0000SA0L1 published monthly by the US Department of Labor Bureau of Labor Statistics. There shall be no price adjustments during the first year of the Contract. The adjustment shall be established as follows. Following the first year of the Contract and annually thereafter, the Contractor may make a formal request for a price adjustment in the succeeding Contract year. This request must be made in writing to the Contract Management Specialist identified on the front page of the resultant Contract Award Notification and such request must be received by no later than sixty (60) calendar days in the year preceding the effective date of adjustment. If the Contractor fails to submit a written request by such date, they forfeit their opportunity to receive a price adjustment in the succeeding Contract year. Price adjustments shall be effected beginning GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 31 & Related Ancillary Services (continued) 22868ra24 with the second year of the Contract and annually thereafter. The adjustment shall be based on the percentage of increase or decrease in the above referenced index in the preceding twelve months ending three months prior to the effective date of the adjustments. In no case shall price adjustments exceed five percent. All adjusted prices will be rounded up or down to the nearest whole cent. The Office of General Services will notify all interested parties of the price adjustments through the issuance of written notification by Procurement Services. ESTIMATED QUANTITIES: The quantities or dollar values listed in the IFB are estimated only. The Contracts resulting from the IFB shall be estimated quantities Contracts. No specific quantities or volumes are represented or guaranteed and the State provides no guarantee of individual Authorized User participation. The Contractor(s) must furnish all quantities or dollar values actually ordered. The anticipated dollar value of the award for this IFB, based on historical purchases under previous awards was approximately $90 million annually. The individual value of each resultant Contract is indeterminate and will depend upon the number of Contracts issued and the competitiveness of the pricing offered. Authorized Users will be encouraged to purchase from Contractors who offer the products, services and pricing that best meets their needs in the most practical and economical manner. See Appendix B §30 Estimated/Specific Quantity Contracts and §27 Participation in Centralized Contracts. Numerous factors could cause the actual volume of product purchased under the Contracts resulting from the IFB to vary substantially from the estimates in the IFB. Such factors include, but are not limited to, the following: • Such Contracts will be nonexclusive Contracts; • There is no guarantee of volume to be purchased, nor is there any guarantee that demand will continue in any manner consistent with previous purchases; • The individual value of each Contract is indeterminate and will depend upon actual Authorized User demand, and actual quantities ordered during the contract period; and, • The State reserves the right to terminate any Contract for cause or convenience prior to the end of the term pursuant to the terms and conditions of the Contract. In Procurement Services’ experience, depending on the price of a particular item, the actual volume of purchases for that item could be substantially in excess of, or substantially below, estimated volumes. Specifically, if actual contract pricing is lower than anticipated or historical pricing, actual quantities purchased could be substantially greater than the estimates; conversely, if actual contract pricing is higher than anticipated or historical pricing, actual quantities purchased could be substantially lower than the estimates. By submitting its bid, Contractor acknowledges the foregoing and agrees that actual good faith purchasing volumes during the term of the resulting Contracts could vary substantially from the estimates provided in this IFB. CONTRACT PERIOD AND RENEWAL: The Contract(s) shall be in effect for five (5) years beginning on the date of approval of the first contract awarded as a result of the IFB, and shall end conterminously five (5) years from the approval of the first contract awarded as a result of the IFB. If mutually agreed between OGS and the Contractor, the Contract may be renewed under the same terms and conditions for up to two additional one (1) year terms. Discounts quoted are to be firm for the entire period of the Contract. Prices quotes for monetary amounts as defined in the Price clause are firm for the first year of the Contract but may be adjusted annually thereafter in accordance with the Price clause. Discount reduction will not be allowed and is specifically excluded from the terms and conditions of the Invitation for Bid, its specifications and subsequent Contract award. Price decreases or discount increases are permitted at any time. CANCELLATION FOR CONVENIENCE: The State of New York retains the right to cancel this Contract, in whole or in part without reason (see Appendix B, §47.b, Termination For Convenience). GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 32 & Related Ancillary Services (continued) 22868ra24 SHORT TERM EXTENSION: In the event a replacement Contract has not been issued, any Contract let and awarded hereunder by the State, may be extended unilaterally by the State for an additional period of up to one (1) month upon notice to the Contractor with the same terms and conditions as the original Contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the Contractor, the extension may be for a period of up to three (3) months in lieu of one (1) month. However, this extension terminates should a replacement Contract be issued in the interim. ORDERS: Contractor shall be capable of accepting orders manually, via facsimile, and, electronically via email. As an option, Contractor may also accept orders electronically via the Internet through a web-based ordering system. Contractor shall be required to provide written quotes to Authorized Users who request them prior to placing an order, which details List Price, discount, and Net Price, as applicable. The web-based ordering system, if offered, shall allow Authorized Users to enter orders and have full order inquiry capabilities. All orders (manual, fax, electronic) shall reference requisition and/or purchase order number as required. If offering a web-based ordering system, the Contractor represents and warrants that it is the sole owner of the software product used for its ordering system, or, if not the owner, has received all proper authorizations from the owner to license the software product, and has the full right and power to grant the rights contained in any Contract resulting from this Invitation for Bids and as described further in Appendix B. Contractor further warrants and represents that the software product is of original development, and/or that the package and its use will not violate or infringe upon any patent, copyright, trade secret or other property right of any other person/company. Contractor shall defend, indemnify and save New York State wholly harmless from all costs, liability, and damages, including attorney fees incurred by New York State as a result of claims by a third party that New York State use of such data, information, and software infringes the rights of such third party. New York State shall promptly notify Contractor in the event New York State learns of such claim by a third party. The web-based ordering system shall be capable of processing, controlling, documenting, and reporting on the following minimum data elements: Contractor Name and Address Agency/Facility/Political Subdivision, etc. Contract Number Purchase Order/Requisition Numbers Contact (individual placing order) Publisher, Description, ISBN Net Price Extended and Total Amounts If offering a web-based ordering system, the Contractor shall provide any necessary software (excluding communication software) and training guides/manuals or online support in the use of the web-based ordering system at no additional cost to all Authorized Users capable of placing orders electronically. Samples of software and training guides/manuals may be required. If requested, Contractor must demonstrate its system at an Albany, NY area location designated by the State. MINIMUM ORDER: Minimum order shall be $100.00. Contractor may elect to honor orders for less than the minimum order, however no additional charges shall be allowed. PRODUCT REQUIREMENTS: Contractor shall offer various types of books, Non-Print, and related services. Please see “Scope” clause. Bindings are to meet or exceed requirements established by the Library Binding Institute (LBI). The latest library standard issued by LBI is ANSI/NISO/LBI Library Binding Standard, Z39.78-2000, unless otherwise amended. This standard is available at http://www.lbibinders.org/. Cloth bindings for hardcover publications shall be the publisher’s GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 33 & Related Ancillary Services (continued) 22868ra24 standard binding. Library bindings for hardcover publications shall be reinforced and include reinforced juvenile publications. Contractor shall identify services associated with furnishing books, Non-Print and related materials. Cost/pricing for services shall be expressed in specific monetary amounts, not percentages. Contractors shall identify, define, and provide a short description of the service(s) offered. Also, Contractors shall include any additional service pricing that may apply. Bid pages may be duplicated, as necessary, and addendums may be submitted for additional books and Non-Print services. INTERNET WEBSITES: The State encourages Contractors to provide a designated NYS Contract website for Authorized Users’ direct access. This website will be listed under the Contractor information. The website will be the responsibility of the Contractor to maintain and keep updated. Changes in products/services or pricing must be approved by the New York State Procurement in accordance with any terms included in this contract prior to addition to the website. Hard copy catalog and pricelists, either in paper format or electronic format, must be available to all Authorized Users who either do not have Internet access or prefer the optional format. PROCUREMENT INSTRUCTIONS: 1. The Contracts listed herein have been issued under a multiple award structure. Authorized Users shall procure Products and services that best meet their form, function and utility requirements. 2. Before proceeding with their purchase, Authorized Users shall check the list of Preferred Source offerings and are reminded that they must comply with State Finance Law §162 which requires that agencies afford first priority to the commodities/services of preferred source suppliers such as Correctional Industries (Corcraft), Industries for the Blind of NYS, and NYS Industries for the Disabled, when such commodities/services meet the form, function and utility of the Authorized User. 3. Upon Authorized User acceptance of Products and/or services itemized on the purchase order, Contractor(s) will invoice Authorized User for any portion of Products and services accepted, and accordingly, Authorized User will arrange for payment. Contractor shall provide itemized invoicing for all Products and services. PURCHASE ORDERS AND INVOICING: All Purchase Orders and invoices shall include the Contract number and a line by line listing of separate charges. Order confirmation shall mean that the Contractor has received the purchase order, has reviewed it for compatibility with the Item currently on Contract, has resolved any non-compatibility problems with the Authorized User, and has entered the order, assigned an order number with anticipated delivery date. Purchase Orders: Purchase orders are to include the following information: A. Contract number; B. Contractor name; C. Contract item number and/or description; D. International Standard Book Number (ISBN); and E. Calculation of NYS Net Price. Invoices: Authorized Users are instructed not to process invoices that do not include the required information set forth below. Invoices must be detailed and include in the body of the invoice or an attachment to the invoice all of the following items. Failure to comply may result in lengthy payment delays. Original invoices must follow the billing instructions contained in the purchase order. Invoices shall include, at a minimum, the following information: A. Contract number; B. NYS Vendor Identification number; GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 34 & Related Ancillary Services (continued) 22868ra24 C. Contract item number and description; D. Purchase Order number; and E. Line item breakdown of all charges to include Net Price of each product/service. Titles of books on invoices must be listed as shown on the original order. Shipping charges for foreign book shipments must be stated separately on the invoice. All other library materials must also be listed as shown on the original order and include List Prices, percentage discount or monetary charge, and Net Price of each item. Cost centers or branch offices within an Authorized User may require separate invoicing as specified by each Authorized User. The Contractor’s billing system shall be flexible enough to meet the needs of varying accounting systems in use by different Authorized Users. DELIVERY: Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order. Delivery shall be made no later than 45 calendar days after receipt of purchase order. Guaranteed delivery may be considered in making award. Delivery shall be made in accordance with instructions on Purchase Order from each Authorized User. If there is a discrepancy between the purchase order and what is listed on the Contract, it is the Contractor’s obligation to seek clarification from the ordering Authorized User and, if applicable, from the Office of General Services, New York State Procurement. BACKORDERING: Backordering shall be permissible only when authorized by the ordering Authorizes User. Contractor must complete orders within the guaranteed delivery period offered. PACKING SLIPS: A legible packing slip and/or purchase order copy must accompany each shipment. The carton containing packing slip must be so marked. LABELING: Number of packages in a single shipment must be marked on outside of each carton. Purchase order numbers, where required by the ordering Authorized User, must appear on the outside of each carton delivered. SUBSTITUTIONS: Substitutions and/or additions of titles or editions shall not be permitted without prior written authorization from the ordering Authorized User. All unauthorized substitutions and/or additions shall be returned to the Contractor at the Contractor’s expense. Contractor shall be expected to furnish the total number of copies of any one individual title in one shipment and to fill orders for multi-volume sets in one shipment. PRODUCT RETURNS BECAUSE OF QUALITY PROBLEMS: Upon written notification by the Authorized User to the Contractor, products determined to have quality problems, outdated product, damage, etc., shall be picked up by the Contractor within ten (10) business days after notification with no restocking charge. The Authorized User shall elect whether to receive a replacement product or a credit/refund for the full purchase price. The Authorized User must conduct its inspection, and notify the Contractor within 30 calendar days of delivery. If a defect is not identified within 30 calendar days after delivery, the Authorized User may be required to contact the manufacturer directly. Contractor shall provide an Authorized User with the manufacturer's contact number. PRODUCT RETURNS DUE TO AUTHORIZED USER ERROR: Products ordered in error by an Authorized User shall be returned by Authorized User at its expense for credit within fifteen (15) business days of delivery. Standard stock products must be in resalable condition (original packaging, unused). The Contractor may charge a restocking fee --not to exceed ten percent--for product returns due to Authorized User error. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 35 & Related Ancillary Services (continued) 22868ra24 CANCELLATION OF PURCHASE ORDERS: Cancellation of orders in part or whole for unavailable materials or for “out of stock,” “out of print,” and “not yet published” publications shall be made by means of appropriate notations and adjustments on orders returned by Contractor to the Authorized User. Contractors shall make no shipments of canceled materials except on the basis of a new order. Titles not supplied by the Contractor may be purchased from any other Contract source. STATUS REPORT: A statement in each shipment must be provided to include a listing of unavailable products and/or a listing of titles out of print (OP), titles out of stock indefinitely (OI), titles out of stock temporarily (OS) and titles not to be supplied for other reason. CONTRACT PAYMENTS: Payments cannot be processed by Authorized Users until the items have been delivered and accepted in accordance with the Delivery section above. Payment will be based on any invoice used in the Contractor's normal course of business. However, such invoice must contain all requirements in clause, Purchase Orders and Invoicing. CONTRACT ADMINISTRATOR: Contractor must provide a dedicated Contract Administrator to support the updating and management of the Contract on a timely basis. TOLL-FREE NUMBER: Contractor must provide a toll-free telephone number for the Authorized User usage. Contractor must staff this toll-free number at a minimum from 8:00 a.m. to 5:00 p.m. ET Monday through Friday, excluding NYS holidays. INSURANCE REQUIREMENTS: Workers’ Compensation Insurance and Disability Benefits insurance coverage must be submitted at the time of bid submission. Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance as detailed in Attachment 7–Insurance Requirements. The Contractor shall procure at its sole cost and expense and shall maintain in force at all times during the terms of the resultant Contract, policies of insurance pursuant to the requirements outlined. At least thirty (30) days prior to the expiration of any policy required by this Contract, evidence of renewal or replacement policies of insurance with terms no less favorable to OGS than the expiring policies shall be delivered to OGS in the manner required for service of notice in Attachment 7, Paragraph A.3., Certificates of Insurance/Notices. REPORT OF CONTRACT USAGE: Contractor shall furnish a report of all Product provided under the Contract during each semiannual period, no later than the 15th of the month following the close of each half year. Purchases by Non-state agencies, political subdivisions and others authorized by law shall be reported in the same report and indicated as required. A template for such report is included In Attachment 6–Administrative Reports. All fields of information shall be accurate and complete. The report is to be submitted electronically via electronic mail utilizing the template provided in Microsoft Excel 2013, or lower version (or as otherwise directed by OGS), to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, Award Number, Contract Number, Sales Period, and Contractor's (or other authorized agent) Name, and all other fields required. OGS reserves the right to amend the report template during the Contract term. AUTHORIZED USER SALES REPORTS: Upon written request by an Authorized User, the Contractor shall furnish to such Authorized User, on a monthly basis, a report listing the following: name of products purchased, quantity purchased, unit price and total dollar volume of purchases. OVERLAPPING CONTRACT ITEMS: Products/services available in this contract may also be available from other New York State Contracts. Contract users will be advised to select the most cost effective procurement alternative that meets their program requirements and to maintain a procurement record documenting the basis for this selection. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 36 & Related Ancillary Services (continued) 22868ra24 NEW YORK STATE PROCUREMENT CARD: For all purchases executed using a New York State Procurement Card, Contractor shall provide an itemized receipt with each delivery. NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS: New York State political subdivisions and others authorized by New York State law may participate in Contracts. These include, but are not limited to, local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See Appendix B § 27 Participation in Centralized Contracts. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have Delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include Delivery to locations adjacent to New York State. Upon request, all eligible non-State Agencies must furnish Contractors with the proper tax exemption certificates and documentation certifying eligibility to use State Contracts. Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS New York State Procurement's Customer Services at (518) 474-6717. NOTE TO ALL NON-STATE AGENCIES AND BIDDERS: All such participating non-State agencies and contractors understand, acknowledge and agree that the primary responsibility in regard to performance of the Contract, of any obligation, covenant, condition or term thereunder by either such party thereto shall be borne and is expressly assumed by the participating non-State agencies and Contractor and not by the State. In the event of a failure or breach in performance of any such Contract by a non-State Agency or Contractor, the State specifically and expressly disclaims any and all liability for such defective performance or breach, and the eligible participating non-State agencies and Contractor guarantee to save the State, its officers, agents and employees harmless from any liability that may be or is imposed by the failure of either party to perform in accordance with its obligations, covenants and the terms and conditions of the State Centralized Contract. EXTENSION OF USE: This contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead Contracting State) and the Contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant Contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional Discounts based on any increased volume generated by such extensions. EMERGENCY PURCHASING: In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the Executive Law, or that the Commissioner determines pursuant to his/her authority under Section 163(10)(b) of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services, the Commissioner reserves the right to obtain such products and services from any source, including but not limited to this Contract, as the Commissioner in his/her sole discretion determines will meet the needs of such emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources pursuant to this paragraph. CONTRACTOR PERFORMANCE: Authorized Users should notify the Procurement Services Contract administrator promptly if the Contractor fails to meet the requirements of this Contract. Performance which is otherwise unsatisfactory to the Authorized User should also be reported to Procurement Services. MERCURY ADDED CONSUMER PRODUCTS: Contractor agrees that it will not sell or distribute fever thermometers containing mercury or any products containing elemental mercury for any purpose under this Contract. RESERVATION: The State reserves the right to negotiate lower pricing, or to advertise for bids, any unanticipated excessive purchase. An “unanticipated excessive purchase” is defined as an unexpected order for a Contract product(s) totaling more than $75,000.00. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 37 & Related Ancillary Services (continued) 22868ra24 AMERICANS WITH DISABILITIES ACT (ADA): The Federal ADA Act, signed into law July 26, 1990, bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Contractors are required to identify and offer any software or hardware products they manufacture or adapt which may be used or adapted for use by visually, hearing, or any other physically impaired individuals. ADDITIONAL REQUIREMENTS: A. NO DRUGS OR ALCOHOL For reasons of safety and public policy, in any Contract resulting from this procurement, the use of illegal drugs and/or alcoholic beverages by the Contractor or its personnel shall not be permitted while performing any phase of the work herein specified. B. TRAFFIC INFRACTIONS The State will not be liable for any expense incurred by the Contractor for any parking fees or as a consequence of any traffic infraction or parking violations attributable to employees of the Contractor. PERIODIC RECRUITMENT: The State reserves the right to add Contractors beginning in the second year of the Contract and at one year intervals thereafter. The State will formally announce when the bid is reissued, at the discretion of the State. Bidders shall be required to submit such Bid documentation as required by OGS, which may include additional applicable statutory requirements currently in effect at the time of the new Bid solicitation. Once awarded a Contract, a Contractor may not resubmit a Bid for future consideration. In addition, if a Bid is deemed non-responsive under periodic recruitment, a vendor cannot reapply for a future Contract until the next periodic recruitment period. For Contracts that are awarded under periodic recruitment, the Contract term will commence upon OGS approval in accordance with §26, Contract Creation/Execution of Appendix B and will terminate on the then current end date of the Contract or at the end of any approved extension or renewal period. Bidder must demonstrate that it has a minimum average sales volume of $1,000,000 annually in product meeting the scope of the Contract, offered to national public entities in the 36 month period preceding the bid opening date. Required proof of sales may be demonstrated in the form of a summary of the total sales reported, which shall include the names of the purchasers, the total amount of sales by purchaser and the date of each sale. Procurement Services reserves the right to request copies of purchase orders and/or invoices for verification or clarification. For bids that are awarded under periodic recruitment, the Contract term will commence upon award and terminate on the current end date of the Contract unless an extension is mutually agreed upon between Procurement Services and the Contractor. CONTRACT ADVERTISING: In addition to the requirements set forth in Appendix B, §13 Advertising Results, any Contractor advertisements, promotional literature and/or Contract description(s) of Contract awards must be reviewed and approved by Procurement Services prior to issuance. CONTRACTOR REQUIREMENTS AND PROCEDURES FOR BUSINESS PARTICIPATION OPPORTUNITIES FOR NEW YORK STATE CERTIFIED MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES AND EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND WOMEN POLICY STATEMENT: The New York State Office of General Services (OGS), as part of its responsibility, recognizes the need to promote the employment of minority group members and women and to ensure that certified minority- and women- owned business enterprises have opportunities for maximum feasible participation in the performance of OGS Contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title "The State of Minority- and Women-Owned Business Enterprises: Evidence from New York" (“the Disparity Study”). The report found evidence of statistically significant disparities between the level of participation of minority and women-owned business enterprises in state procurement contracting versus the number of minority and women-owned business enterprises that were ready, willing and able to participate in State GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 38 & Related Ancillary Services (continued) 22868ra24 procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority- and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that OGS establishes goals for maximum feasible participation of New York State Certified minority- and women–owned business enterprises (“MWBEs”) and the employment of minority groups members and women in the performance of New York State Contracts. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS: By submission of a bid or proposal in response to this solicitation, the Bidder/Contractor agrees with all of the terms and conditions of Appendix A including Clause 12 - Equal Employment Opportunities for Minorities and Women. The Contractor is required to ensure that it and any subcontractor s awarded a subcontract over $25,000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the “Work”) except where the Work is for the beneficial use of the Contractor, shall undertake or continue programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, equal opportunity shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, and rates of pay or other forms of compensation. This requirement does not apply to: (i) work, goods, or services unrelated to this Contract; or (ii) employment outside New York State. The Contractor further agrees to submit with the bid a staffing plan on Form EEO 100 identifying the anticipated work force to be utilized on the Contract. Further, pursuant to Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and federal statutory and constitutional non-discrimination provisions, the Contractor and sub-contractors will not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex (including gender expression), national origin, sexual orientation, military status, age, disability, predisposing genetic characteristic, marital status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal conviction and prior arrest. BUSINESS PARTICIPATION OPPORTUNITIES FOR NEW YORK STATE CERTIFIED MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES (MWBEs): New York State Executive Law Article 15-A requires that OGS provide opportunities for the maximum feasible participation of New York State certified minority- and women-owned business enterprises in the performance of OGS contracts. OGS has determined that it will not place MWBE participation goals on contracts resulting from this procurement because there are not sufficient subcontracting opportunities available in the books industry as related to the purchases of books & non-print library materials & related ancillary services. However, contractors should use good faith efforts to engage MWBEs as subcontractors to the extent that such opportunities exist. Additionally, OGS strongly encourages all certified minority- and women-owned businesses to submit a proposal in response to this solicitation. Finally, OGS encourages those minority- and women-owned companies that are not certified by the Empire State Development Division of Minority- and Women-Owned Businesses to become certified at the earliest opportunity. Information regarding the certification process can be viewed at: http://esd.ny.gov/MWBE/Certification.html NEW YORK STATE STATEWIDE FINANCIAL SYSTEMS (SFS) The New York State Statewide Financial System (SFS) went live for NYS agencies in April 2012. Future SFS procurement functionality envisions the ability to fully host Contract catalogs or to integrate Contractor- hosted punch-out catalogs. OGS reserves the right to integrate either of these future catalog functions with a Contractor during the Contract period, and by submittal of a Bid a Contractor agrees to coordinate with SFS for integration if OGS exercises its right to do so. No costs or expenses associated with providing information and integration shall be charged to NYS. Technical Requirements for the data elements, such as data types, maximum field lengths, and cXML element names shall be provided by SFS during integration. Upon completion of integration and activation of an SFS-based catalog ordering system, State Agencies shall process their orders through the SFS functionality and the other Authorized Users shall continue to process orders in accordance with Contract terms and conditions, including through any Contractor-hosted web based ordering system. For more information on SFS, its use, and its capabilities please visit the SFS website here: http://www.sfs.ny.gov/. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 39 & Related Ancillary Services (continued) 22868ra24 USE OF RECYCLED OR REMANUFACTURED MATERIALS: New York State supports and encourages vendors to use recycled, remanufactured or recovered materials in the manufacture of products and packaging to the maximum extent practicable without jeopardizing the performance or intended end use of the product or packaging unless such use is precluded due to health or safety requirements or product specifications contained herein. Refurbished or remanufactured components or products are required to be restored to original performance and regulatory standards and functions and are required to meet all other requirements of this IFB. Warranties on refurbished or remanufactured components or products must be identical to the manufacturer's new equipment warranty or industry's normal warranty when remanufacturer does not offer new equipment. See Appendix B, § 15 Remanufactured, Recycled, Recyclable or Recovered Materials. BULK DELIVERY AND ALTERNATE PACKAGING: New York State encourages the use of innovative packaging that reduces the weight of packaging and the generation of packaging waste. A contractor is encouraged to use reusable materials and containers and to utilize packaging configurations that take advantage of storage containers designed to be part of the product for the shipment of multi-unit purchases. New York State recognizes that these packaging methods are in the development stage and may not be currently available. Authorized Users are urged to inquire about these programs at the time of purchase and determine the best solution for their needs. SURPLUS/TAKE-BACK/RECYCLING: I. A State agency is reminded of its obligation to comply with the NY State Finance Law §§ 167, Transfer and Disposal of Personal Property, and 168, The Management of Surplus Computer Equipment, regarding transfer and disposal of surplus personal property before utilizing take-back, recycling, or other options for disposition of equipment that is still in operable condition. II. If Contractor offers a take-back/recycling program, then Contractor shall provide a record of disposition to each Authorized User who participates in the take-back/recycling program for units transferred for disposition. Contractor shall provide documentation that the units were disposed of in an environmentally sound manner in compliance with applicable local, state and federal laws. See Section III below for specific requirements governing electronic equipment recycling. III. The NYS Department of Environmental Conservation (DEC) Electronic Equipment Recycling and Reuse Act (“Act”) (Environmental Conservation Law, Article 27, Title 26, Electronic Equipment Recycling and Reuse), requires manufacturers to establish a convenient system for the collection, handling, and recycling or reuse of electronic waste. If Contractor is a manufacturer of electronic equipment covered by the Act, Contractor agrees to comply with the requirements of the Act. More information regarding the Act can be found on the DEC website at: http://www.dec.ny.gov/chemical/65583.html. IV. If a Contractor offers a take-back/recycling program or offers an electronic equipment recycling program pursuant to the Act, and an Authorized User participates in same, then the Authorized User shall ensure the destruction of all data from any hard drives surrendered with the machines/covered electronic equipment. Contractor shall not require an Authorized User to surrender the hard drive, as an Authorized User may wish to retain the hard drive for security purposes. Contractor shall advise the Authorized User in advance if the retention of the hard drive results in additional fees or reduction in trade-in value. It is recommended that an Authorized User use a procedure for ensuring the destruction of confidential data stored on hard drives or other storage media that meets or exceeds the National Institute of Standards and Technology (NIST) Guidelines for Media Sanitation as found in NIST Special Publication 800-88. ENVIRONMENTAL ATTRIBUTES AND NYS EXECUTIVE ORDER NUMBER 4: New York State is committed to environmental sustainability and endeavors to procure products with reduced environmental impact. One example of this commitment may be found in Executive Order No. 4 (Establishing a State Green Procurement and Agency Sustainability Program), which imposes certain requirements on state agencies, authorities, and public benefit corporations when procuring commodities, services, and technology. More information on Executive Order No. 4, including specifications for offerings covered by this Contract, may be found at http://ogs.ny.gov/EO/4/Default.asp. State entities subject to Executive Order No. 4 are advised to become familiar with the specifications that have been developed in accordance with the Order, and to incorporate them, as applicable, when making purchases under this Contract. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 40 & Related Ancillary Services (continued) 22868ra24 NEW YORK STATE VENDOR RESPONSIBILITY: The Contractor shall at all times during the Contract term remain responsible. The Contractor agrees, if requested by the Commissioner of OGS or her designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity. The Commissioner of OGS or her designee, her sole discretion, reserves the right to suspend any or all activities under this Contract, at any time, when she discovers information that calls into question the responsibility of the Contractor. In the event of such suspension, the Contractor will be given written notice outlining the particulars of such suspension. Upon issuance of such notice, the Contractor must comply with the terms of the suspension order. Contract activity may resume at such time as the Commissioner of OGS or her designee issues a written notice authorizing a resumption of performance under the Contract. The Contractor agrees that if it is found by the State that the Contractor’s responses to the Questionnaire were intentionally false or intentionally incomplete, on such finding, the Commissioner may terminate the Contract. Upon written notice to the Contractor, and a reasonable opportunity to be heard with appropriate OGS officials or staff, the Contract may be terminated by the Commissioner of OGS or her designee at the Contractor’s expense where the Contractor is determined by the Commissioner of OGS or her designee to be non-responsible. In such event, the Commissioner of OGS or her designee may complete the contractual requirements in any manner he or she may deem advisable and pursue available legal or equitable remedies for breach. In no case shall such termination of the Contract by the State be deemed a breach thereof, nor shall the State be liable for any damages for lost profits or otherwise, which may be sustained by the Contractor as a result of such termination. PREFERRED SOURCE PRODUCTS: Section 162 of the State Finance Law requires that agencies, including Executive Agencies, afford first priority to the products/services of preferred source suppliers such as Corcraft (the marketplace name for the NYS Department of Corrections and Community Supervision, Division of Industries), New York State Preferred Source Program for People who are Blind (NYSPSP), and New York State Industries for the Disabled (NYSID), and others determined by law, when such products/services meet the form, function and utility of the agency. Some products/services in the resultant Contract(s) may be available from one or more preferred sources. An Authorized User must determine if a particular commodity or service is approved for a Preferred Source and follow the requirements of State Finance Law §162(3) or (4)(b), respectively, before engaging the Contractor. "OGS OR LESS" GUIDELINES: Purchases of the products included in this contract are subject to the "OGS or Less" provisions of State Finance Law §163(3) (a) (v). This means that State Agencies can purchase products from sources other than the Contractor provided that such products are substantially similar in form, function or utility to the products herein and are: 1. lower in price -and/or- 2. available under terms which are more economically efficient to the State Agency (e.g. delivery terms, warranty terms, etc.). Agencies are reminded that they must provide the State Contractor an opportunity to match the non-contract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller's Office and competitive bidding of requirements exceeding the discretionary bid limit. State Agencies should refer to Procurement Council Guidelines for additional information. CONTRACT MODIFICATION PROCEDURE: OGS, an Authorized User, or the Contractor may suggest modifications to the Centralized Contract or its Appendices. Except as specifically provided herein, modifications to the terms and conditions set forth herein may only be made with mutual written agreement of the Parties. Modifications may take the form of an update or an amendment. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 41 & Related Ancillary Services (continued) 22868ra24 “Updates” are changes that do not require a change to the established Centralized Contract terms and conditions. A request to add new products at the same or better price level is an example of an update. Contractor requested Updates must be submitted no later than thirty (30) calendar days prior to the annual anniversary date of the Contract. “Amendments” are any changes that are not specifically covered by the terms and conditions of the Centralized Contract, but inclusion is found to be in the best interest of the State. A request to change a contractual term and condition is an example of an amendment. Updates to the Centralized Contract and the Appendices may be made in accordance with the contractual terms and conditions to incorporate new products or services, make price level revisions, delete products or services, or to make such other updates to the established Centralized Contract terms and conditions, not resulting in a change to such terms and conditions, which are deemed to be in the best interest of the State. OGS reserves the right to consider modifications which are not specifically covered by the terms of the Centralized Contract, but are judged to be in the best interest of the State. Such modifications are deemed amendments to the Centralized Contract and may require negotiations between Contractor and OGS before execution. All modifications proposed by Contractor, shall be processed in accordance with Appendix D, Contract Modification Procedure. The Contractor shall submit all requests in the form and format contained in Appendix D, Contract Modification Procedure. The form contained within Appendix D is subject to change at the sole discretion of OGS. Modifications proposed by OGS or an Authorized User, including updates and amendments, shall be processed in accordance with the terms of the Centralized Contract and Appendix B, §28. ADDITIONAL LICENSE AGREEMENTS: OGS will NOT review or approve “click through”, “shrink wrap” or other pass-through terms and conditions. An Authorized User looking to acquire products under these Contracts must review the contractual terms and conditions. The Authorized User must ask if “click through”, “shrink wrap” or other pass-through terms and conditions are present, and if so, the Authorized User is responsible for having its counsel review and approve such terms and conditions prior to ordering the product. If the terms and conditions are not acceptable to the Authorized User’s counsel, it is the responsibility of such Authorized User’s counsel to negotiate any needed amendments. Any additional license agreement terms and conditions offered by the Contractor or otherwise amended by agreement between the Contractor and Authorized User shall not conflict with the terms and conditions of the Contract. APPENDIX A Appendix A, Standard Clauses For New York State Contracts, dated January 2014, is hereby expressly made a part of this Contract as fully as if set forth at length herein. APPENDIX B Appendix B, Office of General Services General Specifications, dated June 2014, is hereby expressly made a part of this Contract as if set forth at length herein and shall govern any situations not covered by the IFB document or Appendix A. APPENDIX B AMENDMENTS Appendix B, § 6, Late Bids Rejected, is hereby deleted and replaced with the following: 6. Late Bids Bids must be received at the location designated in the Solicitation at or before the date and time established in the Solicitation for the Bid opening or receipt of Bids. Any Bid received at the designated location after the established time will be considered a Late Bid. A Late Bid may be rejected and disqualified from award. Notwithstanding the foregoing, a Late Bid may be accepted in the Commissioner’s sole discretion where (i) no timely Bids meeting the requirements of the Solicitation are received, (ii) in the case of a multiple award, an insufficient number of timely Bids are received to satisfy the multiple award, or (iii) the Bidder has demonstrated to the satisfaction of the Commissioner that the Late Bid was caused solely by factors GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 42 & Related Ancillary Services (continued) 22868ra24 outside the control of the Bidder. However, in no event will the Commissioner be under any obligation to accept a Late Bid. APPENDIX C Appendix C, Equal Employment Opportunity Staffing Plan (Form EEO 100), is hereby expressly made a part of this Contract as fully as if set forth at length herein. APPENDIX D Appendix D, Contract Modification Procedure, is hereby expressly made a part of this Contract as fully as if set forth at length herein. GROUP 20060 - Books & Non-Print Library Materials AWARD PAGE 43 & Related Ancillary Services (continued) 22868ra24 State of New York Office of General Services Procurement Services Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by mail to: OGS PROCUREMENT SERVICES Customer Services, 38th Floor Corning Tower - Empire State Plaza Albany, New York 12242 customer.service@ogs.ny.gov * * * * * 1 Library lnterlocal Agreement THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between the undersigned Governmental Units as set forth on the signature pages attached hereto ("Parties"), for the participation in a cooperative library service for Pinellas County (the "Cooperative"). RECITALS: WHEREAS, Pinellas County and various municipalities entered into an Interlocal Agreement providing for the establishment of the Cooperative dated the 10th day of January 1989, which was subsequently amended and extended, and which was superseded by an Interlocal Agreement entered into on the 10th day of September 2001, which expired on September 30, 2013; and which was superseded by an Interlocal Agreement entered into on the 1st day of October, 2013, which expired on September 30, 2018; and which was superseded by an Interlocal Agreement entered into on the 1st day of October 2018, which expires on September 30, 2023; and WHEREAS, it is in the public interest to provide a free public library service for the use of the permanent residents of Pinellas County ("County"); and WHEREAS, this Agreement is authorized by Section 163.01 of the Florida Interlocal Cooperation Act of 1969, which was promulgated to permit local governmental units to make the most effective use of their powers by enabling them to cooperate with other governmental units thereby providing services and facilities in a manner and pursuant to forms of governmental organization that will include geographic, economic, population, and other factors influencing the needs and development of local communities; and WHEREAS, any public agency of this state may exercise jointly with any other public agency of this state any power, privilege, or authority which such agencies share in common and which each might exercise separately; and WHEREAS, the Parties to this Agreement have determined that in order to most effectively utilize their separate powers, a cooperative effort in the form of an Interlocal Agreement is needed; and WHEREAS, Sections 257.12 through 257.25, Florida Statutes (“Free Library Service” verified 2017), provide state funds to assist in the furnishing of library services. NOW THEREFORE, in consideration of the mutual benefits and in consideration of the covenants and agreements set forth herein, the Parties hereto agree as follows: 2 I. PURPOSE; EXECUTION; EFFECTIVE DATE; TERM OF AGREEMENT A. Purpose: The purpose and intent of this Agreement is to continue to operate the Cooperative to extend library services to the unincorporated areas of the County and to municipalities that do not have such services as of the effective date of this Agreement, and to improve library services to residents of municipalities and Municipal Services Taxing Units with Libraries as of the date of this Agreement. The primary functions of the Cooperative are as follows: 1. To receive and disburse funds from federal, state, and local sources. 2. To maintain a shared library automation system serving Member Libraries. 3. To maintain a shared materials delivery system serving Member Libraries. 4. Where agreed by individual Member Libraries for the most efficient use of fiscal resources, to assist Member Libraries in the collective purchase of library resources and services. B. Execution; Effective Date This Interlocal Agreement may be signed in counterparts by the Parties hereto. This Agreement shall become effective on October 1, 2018. C. Term of Agreement: This Agreement will be in force for a period of five (5) years, ending September 30, 2023. The Agreement may be renewed for an additional period of five (5) years to September 30, 2028 with the mutual consent of the Parties. II. DEFINITIONS: A. Articles of Incorporation: "Articles of Incorporation” as used in this Agreement refer to the Articles of Incorporation of the Pinellas Public Library Cooperative, Inc., (PPLC) approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative and executed and filed with the Secretary of State pursuant to Chapter 617, Florida Statutes (1987), as may be amended. B. Board: "Board" as used in this Agreement refers to the Board of Directors of the Pinellas Public Library Cooperative, Inc. C. Board of County Commissioners: "Board of County Commissioners" as used in this Agreement refers to the Pinellas County Board of County Commissioners and may be delineated as "BCC”. 3 D. By-Laws: “By-Laws” as used in this Agreement refer to the By-Laws of the Pinellas Public Library Cooperative, Inc., approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative, as may be amended by the Board as needed. E. Cooperative: "Cooperative" as used in this Agreement refers to the Pinellas Public Library Cooperative, Inc. and may be delineated as "PPLC”. F. County: “County” as used in this Agreement refers to Pinellas County, a political subdivision of the State of Florida. The County as used in this Agreement is a Party to this Agreement but is not a Member of the Cooperative. G. Disbursement Formula: “Disbursement Formula” as used in this Agreement refers to the formula according to which disbursements to Members with Libraries shall be made pursuant to this Agreement. The Disbursement Formula is attached hereto and incorporated herein as Exhibit “B”. H. Governmental Unit: "Governmental Unit" as used in this Agreement refers to municipalities; Municipal Services Taxing Units (MSTU) with Libraries; a municipal consortium offering library services; and the County. Governmental Units which are parties to this Agreement are included within the definition of Governmental Unit and may also be delineated as "Members" of the Cooperative. I. Library: "Library" as used in this Agreement refers to the public Libraries and Library systems operated by Members. To qualify as a " Library" for purposes of this Agreement, the Library must be approved by the Board, which shall determine if the Library meets the basic standards set forth in the Policy on Admission, a copy of which is attached hereto and incorporated herein as Exhibit “A.” J. Library MSTU "Library MSTU” shall mean the Pinellas County Library Services District municipal services taxing unit as established by Ordinance 1989-5, and codified at Pinellas County Code Section 78-2; and excludes any individual MSTU for library services subsequently established. K. Local Support: "Local Support" as used in this Agreement refers to the dollar amount of funds expended for allowable costs by each Member with a Library during the fiscal year for library operations. Funds received from the County for the support of a Library that exists wholly in the unincorporated area of Pinellas County (Library MSTU), excluding all monies received by such 4 Libraries from the Cooperative, shall be considered as additional local support for the Member Library for purposes of the application of the disbursement formula. Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and “Books, Publications, Subscriptions, and Memberships” (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. L. Member: "Member" as used in this Agreement refers to a Governmental Unit which is a Party to this Agreement and which forms part of the Cooperative either as a Member with a Library or as a Member without a Library. M. MSTU: “Municipal Services Taxing Unit” as used in this agreement refers to unincorporated Pinellas County. The Pinellas County Board of County Commissioners serves as the local government for the MSTU. A portion of the County budget (MSTU) is paid by residents of the unincorporated area and is devoted to providing municipal services, such as public library services. N. Reciprocal Borrower: “Reciprocal Borrower” is a cardholder from cooperating Libraries which have reciprocal borrowing agreements with PPLC. N. Year: "Year" as used in this Agreement, unless otherwise indicated, means the fiscal year from October 1 to September 30. The fiscal year of the Cooperative shall run from October 1 to September 30. III. GOVERNING STRUCTURE OF THE COOPERATIVE: A. Corporate Structure: The Cooperative is a private non-profit organization incorporated under the Florida Not- For-Profit Corporation Act, Chapter 617, Florida Statutes (2000). Additional Members may be admitted in the manner specified in the Articles of Incorporation or the By-laws. B. Board of Directors: 1. Membership. Each Board member represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. Each Board member can envision the future of countywide library services. The Board of Directors shall consist of nine (9) voting members who shall be selected and appointed in 5 accordance with the provisions of the Articles of Incorporation and the By-laws, as amended, as follows: a. Four members of the Board of Directors shall be the City Administrator of the City of St. Petersburg and the City Managers of Clearwater, Largo and Pinellas Park, or their senior management designees. b. Three members of the Board of Directors shall be county senior management employees, representing Pinellas County, who shall be appointed by the BCC upon the recommendation of the Pinellas County Administrator. c. Two members of the Board of Directors shall be appointed by the Board of County Commissioners and shall serve a term of three (3) years. Criteria for such appointment shall be as follows: 1) The candidate has previous experience serving on a board or similar body and the capacity to evaluate a full range of perspectives, from library service providers to library users. 2) The candidate represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. 3) The candidate can envision the future of countywide library services. 4) The candidate may not be an employee or member of the governing body of a PPLC Member Library. 2. Terms. The Articles of Incorporation shall specify the term of office for Directors in conformance with Section III.B.1 above. 3. Officers. The Officers of the Cooperative shall be: Chair of the Board of Directors, Vice-Chair of the Board of Directors, and Secretary/Treasurer. The terms of office, election and duties of Officers shall be as specified in the By-- laws. 4. Compensation. Directors and Officers shall not be paid a salary or wages but may be reimbursed for travel and per diem expenses on behalf of the Cooperative as approved by the Board, based on the PPLC Policies and Procedures Manual and in accordance with Section 112.061, Florida Statutes (“Per diem and travel expenses” verified 2017). 6 5. Meetings. The Board of Directors shall meet at least six (6) times each year. Meetings shall be conducted pursuant to the Sunshine Law, Chapter 286, Florida Statutes. The Chairperson or a simple majority of the Board may call emergency meetings. Such meetings shall require at least 24 hours' notice. 6. Duties. The duties of the Board of Directors shall include, but not be limited to: a. Managing the affairs of the Cooperative; b. Amending the Articles of Incorporation and the By-laws; c. Establishing administrative policy for the operation of the Cooperative; d. Receiving and disbursing funds from local, state and federal sources and entering into arrangements as appropriate in connection therewith, and receiving and disbursing funds from Members without Libraries participating in the Cooperative; e. Investing the Cooperative funds; f. Employing and directing an Executive Director; g. Conducting open and public meetings, the time and place to be decided by the Board of Directors; h. Establishing the operating budget for the Cooperative, which is subject to the review upon request of the BCC, and overseeing its execution, including approving expenditures for administration; i. Advising the Parties and Members with respect to the budget, disbursements, extension and expansion of library services and other affairs of the Cooperative; j. Submission of funding requirements in accordance with the provisions of Section V.C. k. Developing, in collaboration with the Executive Director and Library directors of Members, the Long-Range Plan for the Cooperative to improve library services to residents of municipalities, library taxing districts, and unincorporated areas. l. Review and approve the Annual Plan of Service. C. Executive Director: 1. Duties. The duties of the Executive Director shall include, but not be limited to: 7 a. Facilitating joint planning for coordination of library services among Members with Libraries and other Libraries within the County that participate in reciprocal borrowing and joint planning as recipients of State Aid to Libraries. b. Maintaining information for and submitting applications on behalf of the Cooperative for available local, State, and Federal library funds with Board approval, and filing reports with the Division of Library and Information Services pursuant to Section 257.16, Florida Statutes (2000), as may be amended; c. Preparing, in coordination with the library directors of Members, the annual operating and capital budgets of the Cooperative, and presenting the annual operating budget of the Cooperative to the Board and Members. d. Developing, in collaboration with the library directors of Members, the Annual Plan of Service that shall include goals, objectives and activities, and the budget that will support library services for the year. This plan must clearly demonstrate that resources will be allocated in a way that serves the goal of access to library services throughout the area. 2. Qualifications. The Executive Director must have an American Library Association accredited Master’s degree in Library Science (MLS), and a minimum of five (5) years library administration experience, with experience in library cooperative administration preferred. D. Advisory Council: A Library Directors Advisory Council (LDAC) made up of all library directors of Members, or their designees, will collaborate with the Executive Director in coordination, planning and other matters as appropriate. The Officers of the LDAC shall be: Chair, Vice- Chair, and Secretary. The terms of office, election, and duties of Officers shall be as specified in the LDAC By-laws. The By-laws of the LDAC shall provide that the office of Chair will be rotated yearly among the members of the Advisory Council and that the Chair will participate in the meetings of the Cooperative Board of Directors and represent the LDAC. The duties of the LDAC shall be as follows: 1. Conduct open and public meetings, the time and place to be decided by LDAC. 2. Collaborate with the Executive Director on the establishment and revision of the PPLC Public Service Policies for Member Libraries. 8 3. Review and provide recommendations in the preparation of the annual budget. 4. Advise the Board on Board meeting agenda items as needed. E. Long-Range and Annual Plans of Service: Each year an Annual Plan of Service and Budget shall be adopted by the Board of Directors. The Long-Range Plan must be updated every five years. The Plans will meet the requirements for participation in the State Aid to Libraries Program. The Executive Director will disseminate the Plans. F. Reports: The Executive Director will provide annual reports on the progress toward meeting the objectives of the Long-Range Plan and the Annual Plan of service. The reports will include audited statements of operating expenditures, capital expenditures, and reserve accounts. Annual reports will be presented to the Board, the Members, and the Division of Library and Information Services. IV. PARTICIPATION: A. General: Participation will be voluntary and open to any Governmental Unit. People residing in participating areas will be eligible to use the services of Member Libraries of the Cooperative without charge. People residing in Governmental Units or areas not electing to participate will be excluded from the use of the Cooperative's services unless individual people join Member Libraries by paying an annual fee; such fee may be adjusted by a majority of Parties to this Agreement. People who join by paying the annual fee to a Member Library will then be counted as residents of that Member Library's governmental unit. Members may withdraw pursuant to the provisions of Section VI. B. Members With Libraries: 1. Admission. Governmental units applying for the first time for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board which shall determine if the Library meets the statutory requirements and operational standards established in Exhibit “A”: Policy on Admission. 2. Membership. Members with Libraries will adhere to the operational standards established in Exhibit “A”: Policy on Admission, and comply with participation requirements as detailed in this section. 3. Noncompliance and Enforcement. Any Member with a Library that fails to 9 maintain the requirements established in the Policy on Admission or the Participation requirements, may be provided a Notice of Deficiency as follows: a. Subject to Board authorization, any Member with a Library that is found to be non-compliant may be issued a Notice of Deficiency effective upon the date of such Notice. A Member with a Library that has received a Notice of Deficiency will be granted a period not to exceed 12 months (as determined by the Board based on the nature of the deficiency) from the date of the Notice to achieve compliance with the requirements of Membership and to provide documentation of such compliance to the Board. Upon determination that the Member successfully demonstrated compliance with the requirements, the Board shall authorize a written Notice of Compliance to be provided to the Member. b. A Member with a Library that has received a Notice of Deficiency and has failed to successfully demonstrate compliance within the prescribed time period will be considered to have withdrawn from the Cooperative. Such Member will comply with the requirements for withdrawal indicated in Section VI. B. of this Agreement. 4. Autonomy. Each Member with a Library shall continue to decide the level of library service for its community and shall prepare its own budget. Each Library shall remain autonomous and retain control of its operations and functions, i.e.: a. Trust funds, individual gifts or donations made to a Library shall remain the property of that Library. b. All Library staff shall remain employees of the various Members with no loss in benefits. c. Each Library shall remain the property of the Member in which it is located, and all maintenance and repairs shall be affected through operating budgets from allocated local appropriations. d. Members with Libraries will continue to fund their local Libraries and are not required to make any payment to the Cooperative for participation in the Cooperative. 5. Audits. Each Member with a Library shall provide to the Cooperative by March 31 of each year an audited statement of its Library operating costs for its last completed fiscal year. The audits are to be reviewed by the Cooperative 10 to determine the dollars expended locally for library operations. Allowable costs for each Library shall consist of all personnel and direct operating costs, and non-fixed capital as provided for in the State of Florida Chart of Accounts. All other costs, including fixed capital items and debt expenses, are not allowable. 6. Materials and Services. a. Members with Libraries agree to allow all circulating materials (non- electronic formats) of existing Libraries to be freely available to cardholding residents of all participants in the Cooperative. b. Members with Libraries agree to allow all circulating materials (electronic formats) to be freely available to all cardholders of that specific Library regardless of cardholder’s address. c. Reciprocal Borrowers may borrow circulating materials in non-electronic formats only. d. Within policies established by the Cooperative all reference and public programming services are equally available to the public. 7. Staff Development. All Members with Libraries will agree to have their Libraries closed on Columbus Day (or alternately designated day) each year, unless otherwise prohibited, for participation in an annual county-wide staff development day. Staff development day planning will be coordinated by PPLC staff in collaboration with Member Library directors and staff. C. Members Without Libraries: 1. Basis for Funding: The County, on behalf of the Library MSTU, and subject to the provisions and limitations in Section V.A. and any other Member without a Library, shall provide annual financial support to the Cooperative which, when calculated on a per capita (of population of such Member) basis for any year, shall be equivalent to the average per capita funding, excluding all monies received from the Cooperative, provided during the most recent preceding year by the Members having Libraries subject to the provision of, and limitations in, Section V.A., the funding shall be calculated as follows: The total expenditures, as adjusted for monies received from the Cooperative, of the Members from the prior year shall be divided by the total population of the Members to obtain the aggregate average per capita cost. For purposes of this subsection C, "funding" means the amount of Library expenditures 11 for any year as described in Section V.A. by a Member having a Library, and "population" means the number of residents residing in the Member governmental unit determined in accordance with Section V.B. Payments shall be made by the County and each Member without a Library of annual financial support due from it in four (4) quarterly payments of twenty-five percent (25%) each. 2. Underfunding: If financial support paid to the Cooperative by a Member without a Library is less than the amount due under Section V, written notice shall be provided by PPLC, to such unit of the deficiency and all funds due under Section V shall be immediately due and payable as specified in Section VI.C. Such unit shall be deemed to have withdrawn from the Cooperative notwithstanding the provisions of Section VI.A or VI.C effective thirty (30) days following the receipt of written notice of deficiency unless payment of such deficiency is made within that thirty (30) day period. V. FUNDING MECHANISM: A. Fiscal Funding: The County will provide an amount of annual financial support equal to the financial support provided by all Members with Libraries, calculated on a per capita basis for the previous year, excluding all monies received from the Cooperative, provided that the amount shall not exceed the ad valorem revenue, excluding statutory payments to the Tax Collector and Property Appraiser, generated by the millage rate levied by the County in support of Cooperative Library services. At no time shall the millage rate levied by the County in support of Cooperative Library services exceed 0.5 mill. The County shall submit the funds to the Cooperative in quarterly payments. The County shall notify the Cooperative of any changes to the population figures subject to the amount of annual per capita financial support for the new fiscal period prior to May 30 of each year. The obligations of the County as to any funding required pursuant to this Agreement are subject to annual approval of the Library MSTU millage by the County. If funds are not appropriated by the County through the Library MSTU for any or all the obligations in this Agreement, the County shall not be obligated to pay for the services provided pursuant to this Agreement beyond the portion for which funds are appropriated. The County agrees to promptly notify the Cooperative in writing of such failure of appropriation, and upon such notice, the provisions of Section IV shall govern. 12 B. Determination and Notification of Per Capita Amounts for Members Without Libraries: The Cooperative shall advise each Member without a Library by June 1 of each year, of such unit's funding requirement for the next fiscal year, together with the calculations by which such funding requirement was determined and the backup information for such calculation, consisting of (i) average per capita locally funded library expenditures of Members with Libraries for the last completed year and (ii) appropriate population statistics. The expenditures shall be based on audited financial statements for such last completed year in accordance with budget line items identified in Section IV.B.5. The population statistics used to calculate such per capita expenditures shall be for such year and shall be from one of the following sources: the Bureau of Economics and Business Research of the University of Florida, the Pinellas County Planning Department, or the U.S. Census Bureau. C. Fiduciary Responsibility for Funds: 1. All funds of the Cooperative shall be maintained in an interest-bearing public depository as set forth in Florida Statutes, Chapter 280 (“Security for Public Deposits,” verified 2017), as may be amended; 2. Complete and accurate records shall be kept of the receipts and disbursement of all funds of the Cooperative, subject to the PPLC adopted Record Retention and Document Destruction Policy, which will comply with Florida Department of State General Schedule for State and Local Government Agencies GS1-SL, Internal Revenue Code 501(c)(3), and all other applicable federal, state, and local law; 3. An annual audit of the Cooperative by an independent certified public accountant, to be paid for from the operating funds of the Cooperative, shall be made and filed annually with the Department of State; 4. The Cooperative shall abide by the terms and provisions of the laws of the State of Florida and the provisions of this Agreement and any other applicable Federal, State, or local laws, rules and regulations including the County's Investment Policy. D. Disbursement: The Board of Directors shall disburse funds received by the Cooperative according to the formula below: 1. The Board of Directors shall annually establish the budgeted administrative costs of the Cooperative, including salary, office supplies, and any rents or other costs related to the administrative operations of the Cooperative. 13 2. The remaining funds shall be distributed to Members with Libraries in accordance with the disbursement formula, which is attached hereto and incorporated herein as Exhibit “B.” This distribution is to be based on submittal of annual library operating costs with descriptive codes in accordance with the State of Florida Uniform Chart of Accounts. All funds collected from sources other than Members shall be allocated as determined by the Board. In no instance shall the total allocation to a Member Library exceed the amount of the Local Support. Funds received by the Cooperative shall be disbursed within a reasonable time after receipt. Payments to Member Libraries shall be made in quarterly disbursements. The Libraries shall use those funds for materials and operations of their Libraries. The disbursement formula may only be amended by the Board, with the approval of a simple majority of the Members with Libraries and the approval of the BCC. 3. State Aid funds and program grants received from the state shall be used in accordance with the provisions of applicable state law, Florida Statutes 257 (“Public Libraries and State Archives” verified 2017) and Florida Administrative Code 1B-2 (“Library Grant Programs” verified 2017). VI. WITHDRAWAL: A. All Participants: 1. Any Member wishing to withdraw shall submit written notice thereof to the Cooperative no later than six (6) months prior to the beginning of any fiscal year of the Cooperative. 2. Withdrawal of Members without Libraries may occur in the manner specified in Section IV.C.2. B. Members with Libraries: A Member with a Library that submits a withdrawal notice to the Cooperative shall: 1. At the request of the Cooperative's Board, promptly furnish usage statistics and an audit of library operating costs for such Library's last fiscal year completed prior to the date the withdrawal is effective to ensure maintenance of proper accounting for the Cooperative; and 2. Return to the Cooperative within sixty (60) days after withdrawal, any special equipment or collections purchased for such Member with funds from the Cooperative capital improvements fund within the previous five years. In lieu of returning the equipment or collection so purchased, the amortized balance 14 thereof based on an amortization period of five years from date of purchase may be repaid to the Cooperative during the year following withdrawal; and 3. Repay to the Cooperative within sixty (60) days after withdrawal any then remaining unexpended and uncommitted funds received from the Cooperative; C. Members Without a Library: A Member without a Library that submits or receives a withdrawal notice shall pay all sums due for library services provided prior to the date of withdrawal pursuant to Sections IV and V prior to withdrawal. VII. TERMINATION OF AGREEMENT: In the event that Members representing more than fifty percent (50 %) of the total population of all Members withdraw under Section VI or are deemed to have withdrawn under Section IV.C.2 of this Agreement, the remaining Members shall consider the continuation or termination of the Agreement and may terminate the Agreement by consent of a simple majority of the Members. IN WITNESS WHEREOF, the Parties hereto have caused this Interlocal Agreement to be executed on the day and year first above written. 15 EXHIBIT "A" Policy on Admission Pinellas Public Library Cooperative, Inc. For a Library Seeking Membership Libraries applying for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board, which shall determine if the Library meets the basic eligibility requirements outlined below: 1. The Library meets the Essential level of Core Standards as defined in the Florida Public Library Standards (FLA, 2006 Revision, updated 2015 “Standards for Customer Focused Library Facilities” verified 2017). 2. The Library meets the Florida Public Library Standards (FLA 2006 Revision, updated 2015, verified 2017) for Interconnectivity, Lending Services, Services-Resource Sharing and Interlibrary Cooperation. 3. The governing entity must have an established budget for the maintenance and operation of the Library and must be audited each year. 4. There must be evidence that such funding is available, restricted for the Library and will continue to be available. 5. The Library has a long-range plan, an annual plan of service, and an annual budget [Florida Statutes 257.17(2)(e)] (long range plan statement, verified 2017). 6. The Library engages in joint planning for coordinating of library services within the county or counties that receive operating grants from the state [Florida Statutes 257.17(2)(f)] (joint planning statement, verified 2017). 7. The Library adapts its services to meet the needs of people with disabilities as required by the Americans with Disabilities Act and its attendant regulations. 8. The Library has established hiring practices that are in accordance with Equal Employment regulations. When the Library and its governing entity determine that these eligibility requirements can be met the attached Procedures for Admission must be followed. Such requests may be initiated at any time but the funding cycle for the subsequent fiscal year requires a March 31 deadline. See the Procedures for Admission for steps to be taken. 16 Procedures for Admission To the Pinellas Public Library Cooperative, Inc. As a Member Library 1. The Library seeking admission to the Cooperative must provide documentation that it can meet the standards spelled out in the Policy on Admission. 2. The Library must submit a letter of request signed by its governing entity (city commission, Board of Directors, etc.) to the Board/Executive Director. 3. The Library must submit with its letter of request documentation that it meets the basic eligibility standards for admission to the Pinellas Public Library Cooperative, Inc. as provided for in the Policy on Admission. 4. Upon receipt of the letter of request and documentation, the Board and Executive Director will review the request and appoint a committee to visit and evaluate the Library. 5. The committee will determine readiness for services by the requesting Library and will report any deficiencies in writing to the Board and to the Library's governing entity. 6. If the Library's governing entity wishes to pursue membership, it will be given a period of time in which to correct deficiencies, if any, and to prepare the Library for final evaluation by the Board. 7. Upon receipt of the final evaluation, the Board will have up to sixty (60) days in which to vote upon admission. 8. Following a positive vote, the Board will present the Library's governing entity with a copy of the Interlocal Agreement, which must be executed and returned, and an agreement form for the basic policies and procedures in effect for Member Libraries, including all public service policies such as patron registration, patron cards, materials circulation rules and others. 9. In order to be included in the subsequent year's funding allocations, the Procedures for Admission must be completed by March 31st in any given year. 17 EXHIBIT "B" Disbursement Formula Base Allocations to Members with Libraries shall be 90% of the balance remaining after the adjustments stated in Section V.D.1 and V.D.2 of the Library Interlocal Agreement. Each Library's percentage of the total Local Support extended, as determined through the review of the Certified Annual Financial Reports (CAFR), shall then be determined and translated into dollar amounts. The percentage of the total Local Support extended shall be determined by dividing the sums expended locally by the total Local Support for all Members. As set forth in Section IV.B.5 of the agreement, the Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and books, publications, and library materials (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. The Members shall receive a percentage of the available funds equal to the percentage of their total support extended as a base allocation subject to a maximum of 16% and a minimum of 4%. Circulation Allocations to Members with Libraries shall be 10% after the adjustments stated in Section V.D.1. and V.D.2. The dollars available for distribution include the balance remaining after the base allocation. The circulation pool allocation percentage shall be derived by taking non-resident (residents from unincorporated Pinellas County and other Member cities) circulation figures for each Library and dividing it by the total non-resident circulation for all Members. Total Allocations to Members with Libraries shall not exceed the amount of the Local Support. Final 7.11.18 18 Member signature and date page Each member decides what signatures will appear: Mayor / Commissioner City Manager City / Town Attorney City / Town Clerk County Commission for Palm Harbor and East Lake BCC page PPLC page REQUEST FOR PROPOSAL Issue Date: April 10, 2017 Title: Library Materials Commodity Codes: 71510,71512,71535, 71505, 71590 Issuing Agency: Library of Virginia, on behalf of Mid-Atlantic Library Alliance (MALiA) Carolea Newsome, Contract Administrator John Cook Wyllie Library University of Virginia’s College at Wise One College Avenue Wise, VA 24293 Using Agency: Library of Virginia on behalf of Mid-Atlantic Library Alliance (MALiA) Initial Period of Contract: From July 1, 2017 through June 30, 2020 with two one-year additional renewal periods. Sealed Proposals Will Be Received Until 4:00 p.m. (Eastern Standard Time) on Friday, April 28, 2017, For Furnishing The Services Described Herein. All Inquiries For Information Should Be Directed To: Carolea Newsome, Contract Administrator, 276/328-0152 (V), 276/455-9374 (C), or MALiAContract@ehc.edu. IF PROPOSALS ARE MAILED, ARE HAND DELIVERED OR EXPRESS MAILED, SEND DIRECTLY TO THE ISSUING AGENCY SHOWN ABOVE. In compliance with this Request For Proposals (RFP) and all conditions imposed in this RFP, the undersigned firm hereby offers and agrees to furnish all goods and services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation, and the undersigned firm hereby certifies that all information provided below and in any schedule attached hereto is true, correct, and complete. Name and Address of Firm: Thomas Klise/Crimson Multimedia PO Box 720 Mystic CT 063355 Date: April 26, 2017 By: Molly Klise Name: (Signature in Ink) eVA Vendor ID or DUNS: 37-0901975 (Please Print) Fax Number: 860 536 5141 Title: President E-mail Address: molly@klise.com Telephone Number: 860 536 4200 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against an offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. TABLE OF CONTENTS I. PURPOSE Page 3 II. BACKGROUND Page 3 III. STATEMENT OF NEED Page 3 IV. PROPOSAL PREPARATION & SUBMISSION Page 4-5 V. EVALUATION & AWARD CRITERIA Page 5-6 VI. GENERAL TERMS AND CONDITIONS Page 6-13 VII. SPECIAL TERMS AND CONDITIONS Page 14-17 VIII. ATTACHMENTS 1 A. Offeror Data Sheet Page 18-20 2 B. Service Requirements Page 21-32 3 C. Pricing for Offer Consideration Page 33-36 4 D. MALiA Member Libraries Page 37-44 E. Small Business Subcontracting Plan Page 45-46 F. State Corporation Commission Form Page 47 SCHEDULE OF EVENTS Activity Date Release RFP Monday, April 10, 2017 Proposal Due Date Friday, April 28, 2017, 4:00 PM EST Contract Award June, 2017 I. PURPOSE The purpose of this Request for Proposal (RFP) is for the Library of Virginia to solicit sealed proposals from qualified sources and to establish contract(s) through competitive negotiations with one or more contractors to provide library materials to member libraries of the Mid-Atlantic Library Alliance (MALiA). This RFP outlines the terms, conditions, and all applicable information required for submitting a proposal. Proposal respondents should pay strict attention to the proposal submission date and time and follow the format and instructions in Section IV (Proposal Preparation and Submission) of this RFP. II. BACKGROUND Mid-Atlantic Library Alliance (MALiA) is an organization of public library systems, academic, school systems, institutional, and special libraries established to provide cooperative information services and programs. Full membership shall be conveyed to applicant libraries upon payment of applicable fees to the corporation. The Mid-Atlantic Library Alliance (MALiA) consortium represents 246 libraries throughout the mid- Atlantic region. As of January 2017, membership includes 194 public, 41 academic, 7 schools, and 4 special libraries. See Attachment D: MALiA Member Libraries as of January, 2017 for a list of participating institutions or consult the MALiA Web site (http://www.malialibrary.org/) for a current list of members. The purpose of MALiA is to encourage the development and improvement of all types of library service and to promote the efficient use of finances, personnel, materials and properties by enabling governing authorities having library responsibilities to join together in a nonprofit library consortium. Participation by MALiA members in this contract is optional and is at the discretion of each participating member. It is understood and agreed between the parties to any agreement resulting from this RFP that any library that becomes a member of MALiA after the award of this contract will be accepted at any time under the terms of this contract. The approximate, combined library materials budget for all MALiA members per year is estimated at over $30,000,000. The approximate stated dollar amount is not to be construed to represent any amount MALiA is obligated to purchase under the resulting contract or relieve the contractor of any obligation to provide service. Dollar amounts may change during the course of the contract and MALiA reserves the right to increase or decrease the amount as actual needs and funding determine. III. STATEMENT OF NEED The contractor must be able to provide services necessary to fill orders for library materials placed by any MALiA member library on a consistent basis during the term of the contract. The contractor must be capable of supplying library materials from various types of publishers and must be able to provide geographical coverage for library materials published worldwide. Library materials are defined for the purpose of this RFP as stated in the 2013 edition of the ALA Glossary of Library and Information Science edited by Toni M. Carter. and Michael Levine-Clark: “Materials of all physical substances and formats (4), acquired by a library (3) to constitute its library collection, devices for reading, viewing, or hearing the informational content of materials are excluded.” Participating MALiA member libraries that become dissatisfied with the service received during the course of this contract may withdraw at any time with no penalty. IV. PROPOSAL PREPARATION & SUBMISSION 1. RFP Responses: In order to be considered for selection, offerors must submit complete responses to this RFP. Three (3) original and one (1) electronic copy (on CD-ROM or via email) of the proposal must be submitted. No other distribution of the proposal shall be made by the offeror. 2. Proposal Preparation: a. Proposals shall be signed by an authorized representative of the contractor. Failure to submit all information requested may result in the Library of Virginia requiring prompt submissions of missing information and/or giving a lower evaluation of the proposal. Proposals that are substantially incomplete or lack key information may be rejected by the Library of Virginia. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation. b. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content. c. Proposals should be organized in the order in which the requirements are presented in the RFP. All pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, subletter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and subletter should be repeated at the top of the next page. The proposal should contain a table of contents which cross-references the RFP requirements. Information which the offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at the appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specifically addressed. d. The original copies of the proposal should be bound or contained in single volumes where practical. All documentation submitted with the proposal should be contained in that single volume. e. Ownership of all data, materials and documentation originated and prepared for the Library of Virginia pursuant to the RFP shall belong exclusively to the Library of Virginia and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by the firm shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protection of Section 11-52D of the Code of Virginia, in writing, either before or at the time the data or material is submitted. The written notice must specifically identify the data or material to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. 3. Oral Presentation: Offerors who submit a proposal to this RFP may be required to give an oral presentation of their proposal. This provides an opportunity for the offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. If demonstrations are required, the Library of Virginia will schedule time and location of these presentations. Oral presentations are an option and may not be conducted. V. EVALUATION & AWARD CRITERIA A. Evaluation Criteria: Proposals shall be evaluated using the following criteria: POINT VALUE 20 Points The scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules as represented by to the Service Requirements Deemed Important in Consideration of Contractor Selection portion of the RFP. 20 Points Sound business environment with experience in providing library materials as outlined Offeror Data Sheet in this RFP including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. 20 Points Small Business Subcontracting Plan 20 Points Discount as listed in the Pricing Offer Consideration, Discounts for Library and Staff Orders portion of this RFP. Offeror shall provide standard price lists of products to indicate base price from which discount is taken. 20 Points Past performance on similar types of contracts. 100 TOTAL VI. GENERAL TERMS AND CONDITIONS: A. VENDORS MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at www.dgs.state.va.us/dps under “Manuals.” B. APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. C. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, § 2.2-4343.1E). 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D. ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. E. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their proposals, offerors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. F. DEBARMENT STATUS: By submitting their proposals, offerors certify that they are not currently debarred by the Commonwealth of Virginia from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. G. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract. H. MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS FOR RFPs : Failure to submit a proposal on the official state form provided for that purpose may be a cause for rejection of the proposal. Modification of or additions to the General Terms and Conditions of the solicitation may be cause for rejection of the proposal; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal. I. CLARIFICATION OF TERMS: If any prospective offeror has questions about the specifications or other solicitation documents, the prospective offeror should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. J. PAYMENT: 1. To Prime Contractor: a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. c. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. d. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. e. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363). 2. To Subcontractors: a. A contractor awarded a contract under this solicitation is hereby obligated: (1) To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the Commonwealth for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the agency and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the Commonwealth, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Commonwealth. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. K. PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. L. QUALIFICATIONS OF OFFERORS: The Commonwealth may make such reasonable investigations as deemed proper and necessary to determine the ability of the offeror to perform the services/furnish the goods and the offeror shall furnish to the Commonwealth all such information and data for this purpose as may be requested. The Commonwealth reserves the right to inspect offeror’s physical facilities prior to award to satisfy questions regarding the offeror’s capabilities. The Commonwealth further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such offeror fails to satisfy the Commonwealth that such offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. M. TESTING AND INSPECTION: The Commonwealth reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. N. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Commonwealth. O. CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency’s right to audit the contractor’s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. P. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Commonwealth, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Commonwealth may have. Q. TAXES: Sales to the Commonwealth of Virginia are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. The Commonwealth’s excise tax exemption registration number is 54-73-0076K. R. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict offerors to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article which the public body, in its sole discretion, determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The offeror is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the Commonwealth to determine if the product offered meets the requirements of the solicitation. This is required even if offering the exact brand, make or manufacturer specified. Normally in competitive sealed bidding only the information furnished with the bid will be considered in the evaluation. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the offeror clearly indicates in its proposal that the product offered is an equal product, such proposal will be considered to offer the brand name product referenced in the solicitation. S. TRANSPORTATION AND PACKAGING: By submitting their proposals, all offerors certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. T. INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder or offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Commonwealth of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer’s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Commonwealth of Virginia must be named as an additional insured and so endorsed on the policy. U. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice on the DGS/DPS eVA VBO (www.eva.virginia.gov) for minimum of 10 days. V. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. W. NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex- offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. X. eVA Business-To-Government Vendor Registration: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution either through the eVA Basic Vendor Registration Service or eVA Premium Vendor Registration Service. All bidders or offerors must register in eVA; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes Y. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to extent of the funds available or which may hereafter become available for the purpose of this agreement. Z. SET-ASIDES: This solicitation is set-aside for award priority to DSBSD-certified micro businesses or small businesses when designated as “Micro Business Set-Aside Award Priority” or “Small Business Set-Aside Award Priority” accordingly in the solicitation. DSBSD-certified micro businesses or small businesses also includes DSBSD-certified women-owned and minority- owned businesses when they have received the DSBSD small business certification. For purposes of award, bidders/offerors shall be deemed micro businesses or small businesses if and only if they are certified as such by DSBSD on the due date for receipt of bids/proposals. AA. BID PRICE CURRENCY: Unless stated otherwise in the solicitation, offerors shall state offer prices in US dollars. VII. SPECIAL TERMS AND CONDITIONS 1. ADVERTISING In the event a contract is awarded for supplies, equipment, or services resulting from this bid/proposal, no indication of such sales or services to the Library of Virginia will be used in product literature or advertising. The contractor shall not state in any of its advertising or product literature that the Commonwealth of Virginia or any agency or institution of the Commonwealth has purchased or uses its products or services. 2. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. B. AWARD OF CONTRACT: Selection shall be made to two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation criteria included in the Request for Proposals, including price/discount, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the Library of Virginia shall select the offeror(s) which, in its opinion, has made the best proposals, and shall award the contract to those offeror(s). Multiple contracts may be awarded. The Library of Virginia may cancel this Request for Proposal or reject proposals at any time prior to an award, and is not required to furnish a statement of the reason a particular proposal was not deemed to be the most advantageous. (Section 2.2-4359D, Code of Virginia.). Should the Library of Virginia determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor's proposal as negotiated. 3. ADDITIONAL USERS: This procurement is being conducted on behalf of state agencies, institutions and other public bodies who may be added or deleted at anytime during the period of the contract. The addition or deletion of authorized users not specifically named in the solicitation shall be made only by written contract modification issued by this agency or institution. Such modification shall name the specific agency added or deleted and the effective date. The contractor shall not honor an order citing the resulting contract unless the ordering entity has been added by written contract modification. 4. CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 5. SPECIAL EDUCATIONAL OR PROMOTIONAL DISCOUNTS: The contractor shall extend any special educational or promotional sale prices or discounts immediately to the Commonwealth during the term of the contract. Such notice shall also advise the duration of the specific sale or discount price. 6. IDENTIFICATION OF PROPOSAL ENVELOPE: If a special envelope is not furnished, or if return in the special envelope is not possible, the signed bid/proposal should be returned in a separate envelope or package, sealed and identified as follows: From: 4:00 p.m. Est Name of Bidder/Offeror Due Date Time Street or Box Number IFB No./RFP No. City, State, Zip Code IFB/RFP Title Name of Contract/Purchase Officer or Buyer The envelope should be addressed as directed on Page 1 of the solicitation. If a proposal not contained in the special envelope is mailed, the offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid or proposal to be disqualified. Proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other proposals should be placed in the envelope. 7. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: A. It is the goal of the Commonwealth that 42% of its purchases be made from small businesses. This includes discretionary spending in prime contracts and subcontracts. All bidders/offerors are required to submit a Small Business Subcontracting Plan. Unless the bidder/offeror is registered as a DSBSD-certified small business and where it is not practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to DSBSD-certified small businesses. This shall include DSBSD-certified women-owned and minority-owned businesses when they have received DSBSD small business certification. No bidder/offeror or subcontractor shall be considered a small business unless certified as such by the Department of Small Business and Supplier Diversity (DSBSD) by the due date for receipt of bids or proposals. If small business subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing the purchasing office at a minimum the following information: name of small business with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product/service provided. B. Each prime contractor who wins an award in which a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution on a (insert monthly, quarterly, or other frequency) basis, evidence of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the small business subcontracting plan. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the plan is received and confirmed by the agency or institution. The agency or institution reserves the right to pursue other appropriate remedies for non-compliance to include, but not be limited to, termination for default. C. Each prime contractor who wins an award valued over $200,000 shall deliver to the contracting agency or institution on a (insert monthly, quarterly, or other frequency) basis, information on use of subcontractors that are not DSBSD-certified small businesses. Upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm, phone number, total dollar amount subcontracted, and type of product or service provided. 8. REFERENCES: Bidders shall provide a list of at least 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number. ORGANIZATION ADDRESS CONTACT PERSON TELEPHONE 1. Elk Grove Village Public Library Elk Grove Village, IL Adelaide Rowe (847) 439-0447 2. Jackson District Library Jackson, MI Lorraine Butchart (517) 788-4674 3. Carlstadt Free Public Library Carlstadt, NJ Rebecca Spero (201) 438-8866 9. RENEWAL OF CONTRACT: This contract may be renewed by the Commonwealth upon written agreement of both parties for two (2) successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. 10. eVA Business-To-Government Contracts and Orders: The eVA Internet electronic procurement solution, web site portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution by completing the free eVA Vendor Registration. All bidders or offerors must register in eVA and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2014, and after, the Vendor Transaction Fee is: (i) DSBSD-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DSBSD-certified Small Businesses: 1%, capped at $1,500 per order. b. Refer to Special Term and Condition “eVA Orders and Contracts” to identify the number of purchase orders that will be issued as a result of this solicitation/contract with the eVA transaction fee specified above assessed for each order. For orders issued prior to July 1, 2014, the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, typically within 60 days of the order issue date. Any adjustments (increases/decreases) will be handled through purchase order changes. L. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Code of Virginia 2.2-4311.2 subsection B, a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the bidder or offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance. RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT A Offeror Data Sheet QUALIFICATIONS OF THE OFFEROR: Offerors shall return a completed copy of this attachment with their proposals. Offerors shall exhibit sound business environment with experience in providing library materials, capability and capacity in all respects to fully satisfy the contractual requirements, including the number of years the offeror has been actively engaged in the business and favorable references from current accounts. To adequately evaluate proposals, MALiA requires the following information of all offerors. 1. YEARS IN BUSINESS: Indicate the length of time the contractor has been in business providing these types of goods and services. 51 Years Months since 1966. 2. REFERENCES: Offerors shall provide a list of 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person, telephone number and email address. ORGANIZATION ADDRESS CONTACT TELEPHONE 1. Elk Grove Village Public Library Elk Grove Village, IL Adelaide Rowe (847) 439-0447 2. Jackson District Library Jackson, MI Lorraine Butchart (517) 788-4674 3. Carlstadt Free Public Library Carlstadt, NJ Rebecca Spero (201) 438-8866 3. CONTRACT ADMINISTRATION: List full names and addresses of the contractor and any branch offices that may be responsible for administering the contract. 3.1. Contractor: Name: Molly Klise, president Thomas Klise/Crimson Multimedia Address: PO Box 720 City: Mystic State: CT Zip: 06355 3.2. Person to contact re proposal: Name: same (above) Telephone: 860 536 4200 Fax: 860 536 5141 E-Mail: molly@klise.com 3.3. Person to contact re changes during the life of the contract: Name: Molly Klise Address: PO Box 720 City: Mystic State: CT Zip: 06355 Telephone: 860 536 4200 Fax: 860 536 5141 E-Mail: molly@klise.com 4. Customer Service: 4.1. Contractor must have a sales representative for states served by Malia (Virginia, Tennessee, and North Carolina) Name: Debbie Laughlin Address: PO Box 720 City: Mystic State: CT Zip: 06355 Telephone: 860 536 4200 Fax: 860 536 5141 E-Mail: info@crimsoninc.com 4.2. Contractor must provide toll-free customer service telephone number and/or E-Mail, and an account representative must be assigned to the library to respond to problems (e.g., with orders, claims, renewals, invoices, credits) and provide management reports and data. Account Representative: Debbie Laughlin Telephone: 800 937 0092 Fax: 860 536 5141 E-Mail: info@crimsoninc.com Web address: www.crimsoninc.com 4. EXPERIENCE: In the space provided, give a description of the offeror's related work experiences that would demonstrate the offeror's ability to fulfill the contract. Include the extent to which your company is actively engaged in supplying, to libraries, materials of the type listed in this RFP. Since 1966, we have produced and distributed materials to schools and public libraries throughout the United States. Our publishing division produces and supplies programs in literature, language arts, and social studies. We produce and publish these materials, and then we ship directly to customers as well as supplying our roster of resellers. For public libraries, we are a premier supplier of audiobooks, software, and gaming titles. We do collection development and custom processing for circulation. In addition to the titles that we sell, we also stock cases and other packaging materials. For media, we are your one-stop supplier. 5. COMPANY STABILITY: 6.1 Describe your company's financial stability, available equipment, and other resources that will ensure the delivery of acceptable services to MALiA. Our company is privately owned and operated. For 51 years, we have been financially stable. We own outright all of our warehouses and equipment. And our staff is loyal with low turnover. We guarantee your customer satisfaction. Customer service is our number one priority, and our many library customers are a testament to our service. 6.2 Explain how that your company is a prime jobber dealing directly with publishers. Include a list of the publishers/distributors represented. (If that list is too long, list the publishers/distributors NOT represented and indicate that you have chosen this option.) We work with select educational software publishers and all gaming publishers to provide software and video games that work in library circulation including the following: 2K Games, 2K Play, 2K Sports, 2Simple USA Inc, 505 Games, Activision, Aksys, Aspyr Media, Atari, Atlus, Bandai, Bethesda, Blizzard Entertainment, Boggle Noggin Media, Brighter Minds Media, Broderbund, Capcom, City Interactive, Core Learning, D3 Publisher, D3 Publisher of America, Deep Silver, Destination Software, Digital Praise, Disney, Disney Infinity, Disney Interactive, DK Multimedia/GSP, DreamCatcher, Dusenberry Martin Racing, EA Sports, EdWare, Electronic Arts, eMedia Music, Encore, Enlight Interactive, Focus Entertainment, Game Mill, Game Trust, Gearbox, GI Games, Graffiti Entertainment, Her Interactive, Idea Factory, Ignition Entertainment, Jack of All Games, Just Enough, Kalypso Media, Knowledge Adventure, Koei, KOEI Corp, Konami, Kutoka Interactive, Lee and Lee Communications, Lego Media, Little Orbit, Lucas Arts, Mad Catz, Majesco, Mastiff, Mattel, Maximum Family Games, Maximum Games, Microsoft, Midway, MTV Games, Mumbo Jumbo, Namco, Natsume, Nighthawk Interactive, Nintendo, NIS America, Nordic Games, Nova Development, Penton Overseas, Playlogic, PM Studios, Popcap Games, ProtoZone Interactive, QA International, Red Wagon Games, Rising Star Games, River City, Riverdeep, Rockstar Games, Scholastic, School Zone Publishing, Sega, SelectSoft Publishing, Soedesco, Sold Out, Solutions 2 Go, Sony, Sony Entertainment, South Peak Interactive, Square Enix, Storm City Entertainment, Take 2, Tecmo, Telltale Games, Thomas S. Klise Company, THQ, Tommo, Tool Factory, U&I Entertainment, Ubisoft, ValuSoft, Visco, Viva Media, Vivendi Universal, Warner Brothers, WB Games, XSeed, Zoo Games RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT B Service Requirements Deemed Important in Consideration of Contractor Selection Offerors shall return a completed copy of this attachment with their proposals, indicating how they will meet each requirement in regard to the scope and suitability of the work to be performed, capability and capacity to fully satisfy contract requirements, the manner in which these services are to be provided, approach to providing the service, and ability to meet schedules. The following section is an itemized checklist of the service requirements to be considered. In the space provided, describe the services that will be performed by the contractor. Additional documents may be attached only if necessary. LOT 1 – BOOKS 1.1 Approximate number of publishers/distributors you can supply (by category): 1.2. Approximate number of titles you currently supply: 1.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 1.4 Types of audience you can supply Children Young Adult Adult LOT 2- Audio/Visual 2.1 Approximate number of publishers/distributors you can supply (by category): 1 (Thomas S. Klise Company) 2.2. Approximate number of titles you currently supply: 400 2.3. Types of materials you can supply (check all that apply): Audio- Music/Spoken Word 2.3.1 Cassette Tapes Compact Discs A) Classical B) Popular C) Spoken Word Video 2.3.2 VHS X DVD Blu-Ray A) X Educational B) Feature/Entertainment C) Foreign D) X Instructional 1.4 Types of audience you can supply X Children X Young Adult X Adult LOT 3 - SOFTWARE 3.1 Approximate number of publishers/distributors you can supply (by category): Software: 96 Video Game (Wii/Xbox/PlayStation/etc): 62 3.2. Approximate number of titles you currently supply: We currently supply approximately 18,000 titles 3.3. Types of materials you can supply (check all that apply): X Library Business Home X Educational X Games 3.4 Types of audience you can supply X Children X Young Adult X Adult LOT 4 – E- BOOKS 4.1 Approximate number of publishers/distributors you can supply (by category): 4.2. Approximate number of titles you currently supply: 4.3. Types of materials you can supply (check all that apply): Fiction Backlist Nonfiction Out-of-Print Reference Continuations Current/Popular 4.4 Types of audience you can supply Children Young Adult Adult 4.5 Are you able to provide integrated search and access to full text on the same platform and user interface for both eBooks and databases? 4.6 Are your eBooks maintained on a third party dark archive, from which they could be made accessible in the event your platform ceases to exist? 4.7 For purchased eBooks, are there limits to the number of times per year any given title can be accessed or loaned? 4.8 Do you offer eBook download (download of entire eBooks)? 4.8a Is there additional cost to enable download? 4.8b Is the checkout period configurable by the library? To what extent? 4.8c Is maximum simultaneous checkouts per user configurable? 4.8 d Do you offer holds functionality? 4.9 For purchased eBooks, what concurrent user options do you offer? If multiple, please specify number of concurrent users. General questions pertaining to all formats. 1. Are you the sole source of any material offered? Yes X No_ _ If yes, describe: Many of our own Thomas S. Klise Company educational/classroom materials are available only through our company 2. Do you supply country of foreign publishers? Yes No X If yes, describe: 3. Provide evidence that demonstrates that your company maintains sufficient inventory to supply up to 10 copies of most titles without backordering. See attached. 4. Describe how data about publishers/producers/distributors, titles, and availability are made available to customers. All available titles can be found -- including description, publisher, rating, and price -- on our website www.crimsoninc.com. If a library needs help with collection development, we can compile a list of titles based on budget, rating, and subject. New titles can be ordered pre-release, and we will happily take special orders for titles that are no longer available as front line titles. We offer customized standing order programs for audiobooks and video games. We do a monthly enewsletter to announce new titles, and this newsletter can be downloaded and printed from our website. 5. Do you offer an electronic system for placing orders and performing related services? Yes X No If yes, describe costs and what equipment, etc., is needed by MALIA libraries to participate. Orders may be placed via our website at no cost to MALIA libraries. 6. Do you support online order transfer from the local library’s acquisition system? Yes No X Cross out the items not covered: adult trade hardcover, quality paperbacks, mass-market paperbacks, pre-bound paperbacks; juvenile trade hardcover, publishers' library bindings, pre- bound books; university press trade and non-trade; serial book continuations; reference works; audio (spoken word), audio (music), video, software, CD-ROM. If yes, what equipment, etc., is needed by libraries to participate? 7. Do you require a minimum order requirement including, rush orders? Yes X No If yes, describe: Minimum order of $350 is required. 8. Do you accept telephone-ordering and/or E-mail for rush orders? Yes X No If yes, describe: Orders can be placed by phone, fax, email, or website. 9. Do you assess a service charge for any item ordered on behalf of the library? Yes_ No X If yes, how is charge calculated and on what items? 10. Do you offer continuation service for serial books? Yes No X If yes, describe how you accomplish the goal of providing additional titles in a series and any limit on the service. 11. Do you offer leasing programs for books, audiobooks (CD or cassettes), music CDs, or video recordings (DVD or VHS)? Yes No X If yes, describe the services offered. 12. Reports: Describe the types and formats of reports that can be generated, schedule for supplying routine reports, list any costs, and include sample copies. 12.1. Management reports: Examples include shipment history, title reports, etc. We can generate many different reports, based on customer need. See some samples attached. 12.2. Status Reports: When materials cannot be shipped immediately, contractor will supply status reports within 7 days of receipt of an order detailing out of print, out of stock indefinitely, out of stock temporarily, publication cancelled, not yet published, etc. Yes_X No Remarks: 12.3. Cancellation Reports: Contractor will report which titles cannot be supplied within 120 days of receipt of order. Yes X No Remarks: 12.4. Annual Reports: Contractor will provide to the library annual report details, including number of items shipped; total net dollars invoiced for products shipped; total list price dollars for products shipped; net unit item price for products shipped; average number of copies per title ordered; percentage of purchase by category outline in Attachment C. Yes X No Remarks: 12.5. Invoices: Invoices will be as stated below unless otherwise indicated under Remarks. 12.5.1. Describe the types and formats of reports of billing procedures and options for varying invoices depending upon needs of individual MALIA member library. Remarks: Each library may contact us to set up billing options that work best for their library. 12.5.2 Invoices will list code(s), applied line item, to indicate discount category (e.g., "T" for trade discount, "A" for academic, "J" for juvenile, etc.). Yes No X Remarks: We do not have different discount categories, so this is not necessary. 12.5.3. Contractor will issue separate invoices for each purchase order and reference the purchase order on each invoice. Yes X No Remarks: 13. Fulfillment: Fulfillment will be as stated below unless otherwise specified under Remarks. 13.1. Contractor will ship 50% of order from stock within 14 days of receipt of order. Yes X No Remarks: 13.2. Contractor will ship 95% of each order within 120 days of receipt of order. Yes X No Remarks: 13.3. Contractor will supply materials that are not currently available from publishers within 120 days of receipt of order. Yes X No Remarks: 13.4. The library may cancel any title that is not received within 90 days of order date. Yes X No Remarks: 14. Accuracy: Accuracy will be as stated below unless otherwise indicated under Remarks. 14.1. 99% of materials shipped will be the correct title, edition, and number of copies. Yes X No Remarks: 14.2. Contractor will supply the latest edition of a title unless an earlier edition is specified. Yes X No Remarks: 14.3. Binding supplied will be as specified in the order. Yes X No Remarks: 15. Multiple Copies: Multiple copies of a title will be shipped together. Back-orders of parts of a multiple-copy title are not acceptable. Yes X No Remarks: 16.Packaging: Each package will indicate the library's purchase order number, and only one purchase order may be represented in each package. Yes X No Remarks: 17. Packing Slips: A packing slip that duplicates the invoice will accompany each shipment. Yes X No Remarks: 18.Defective Material: The library reserves the right to return defective material at the contractor's expense. There should be no exceptions to this. Yes X No Remarks: 19.Returns: All returns will be scheduled by the contractor for pick-up via UPS. Yes X No Remarks: 20. Credits: Contractor will provide self-credit system for library to facilitate returns. Yes X No If yes, outline details. Remarks: 21. Shipping: Contractor shall specify how shipping charges, if any, will be determined and shall indicate estimate cost of shipping for dollar amount of purchase order. Remarks: We do not charge for shipping on orders over $350. For orders less than $350, we ship via UPS ground and pass along our discounted rates to the customers. 22. Service Charge: The contractor shall describe the type of service fees levied for handling a MALIA account. Remarks: No service charges. 23. Multiple Accounts: Contractor will provide at least 20 separate accounts for a given library. Materials in these accounts will be ordered separately and must be shipped and invoiced separately. Yes X No Remarks: 24. Other Services: Specify other services provided. 25. Service Requirements Not Met: If not covered under the sections above, list any specifications in this document that our company will be unable to meet. If you propose to meet service needs in an alternative fashion, give the alternative. RFP REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, MALiA ATTACHMENT C PRICING FOR OFFER CONSIDERATION Discounts for Library and Staff Orders Offerors shall return a completed copy of this attachment with their proposals. If pricing differs by type of library (public academic, school, special, or state agency), the contractor shall submit a separate copy of this attachment and specify the type of library for which pricing is proposed. MALiA desires an attractive, predictable pricing structure and, at the same time, a high level of order fulfillment. Accordingly, MALiA seeks to select one or more primary contractors as well as one or more secondary contractors. All discounts quoted will be applied to the publishers' lowest list price in effect at the time of shipment and exclude freight-pass-through pricing. All discounts will apply to all shipments, including backorders, for each order placed by the library. Participating libraries reserve the right to request supporting documentation (including copies of the publishers' invoices) on discount or service charge decisions of the contractor at any time during the contract period. MATERIAL DISCOUNT / PRICING LIBRARY TYPE (specify): Public Academic School Special State Agency 1. Books (Reference LOT 1) 1 Copy 2+ Copy 1.1. Adult Trade Hardcover Bindings 1.1.1. Fiction 1.1.2 Non-fiction 1.2. Paperbacks 1.2.1. Quality 1.2.2. Mass-market 1.2.3. Pre-bound 1.2.4. Time required to ship prebound orders: MATERIAL DISCOUNT / PRICING 1.3. Juvenile Titles 1.3.1. Trade hardcover bindings 1.3.2. Publishers' library bindings 1.3.3. Reinforced bindings 1.3.4. Pre-bound books 1.3.5. Time required to ship prebound orders: 1.4. Small Press 1.5. University Press 1.5.1 Trade 1.5.2. Non-trade 1.6. Serial Books (continuations) 1.7 Reference materials 1.8. Cataloging and Processing - Include total support detail and brochures for these services 1.8.1. Complete cataloging and processing 1.8.2. Cataloging and processing without mylar jacket 1.8.3. Mylar jacket and kit, unfastened 1.8.4. Mylar jacket, fastened or unfastened 1.8.5. Kit, unfastened (to include book pocket, book card, spine label, complete set of catalog cards) 1.8.6. Catalog card set 1.8.7. Machine-readable cataloging per record 1.8.8. Additional charges 1.8.9. Reinforced plastic cover for paperbacks: 5 mil thick 2.15 1.8.10. Lighter laminate: Describe & specify thickness: MATERIAL DISCOUNT / PRICING 1.8.11. Theft-detection devices: attached 1.8.12. Theft-detection devices: unattached 2. Audiovisual (Reference LOT 2) 2.1. Formats 2.1.1. Spoken word cassettes 2.1.2. Books on tape 2.1.3. Books on CD 2.1.4. Compact discs 2.1.5 Music cassettes 2.1.6 DVD 10% 2.1.8 VHS 2.1.9 Blu-Ray 2.1.10 Others: 2.2. Performance rights 2.2.1. Public 2.2.2. Home use 2.3. Cataloging and Processing - 2.3.1. Catalog card sets 2.3.2. Machine-readable cataloging 2.3.3. Theft-detection devices Provide complete information about what services are offered: 3. Software (Reference LOT 3) 3.1. MAC 5% 3.2. Windows 5% MATERIAL DISCOUNT / PRICING 4.E-Books 4.1.. Fiction 4.2. Non-fiction 4.3 For purchased eBooks, what fees or other charges are applied in addition to the eBook title price? Which of these are paid up front? And which are recurring? 5. Delivery - INSIDE DELIVERY REQUIRED 5.1. Prepaid FOB 5.1.1. Destination 5.1.2. Point of Shipment 5.2 Mode of shipment UPS or USPS ATTACHMENT D MALiA Membership 2016-2017 Name Member # City, State 1. Albemarle Regional Library 1129 Winton, NC 2. Alexander County Library 1103 Taylorsville, NC 3. Alleghany Highlands Regional Lib./Charles P. Jones Memorial Library 1197 Covington, VA 4. Amherst County Public Library 1001 Amherst, VA 5. Anderson Public Library 2016-17 1278 Lawrenceburg, KY 6. Anne Arundel County Public Library 1293 Annapolis, MD 7. Appalachian Regional Library 1252 West Jefferson, NC 8. Appomattox Regional Library System 1002 Hopewell, VA 9. Arlington Public Library 2016-17 1288 Arlington, VA 10.Augusta County Library 1089 Fishersville, VA 11.Averett University Library 1093 Danville, VA 12.Bath County Memorial Library 2016-18 New 1291 Owingsville, KY 13.Bedford Public Library 1003 Bedford, VA 14.Belington Public Library 1251 Belington, WV 15.Benton County Public Library 1220 Camden, TN 16.BHM Regional Library 1258 Washington, NC 17.Blackwater Regional Library 1004 Courtland, VA 18.Blue Ridge Community College 1006 Weyers Cave, VA 19.Blue Ridge Regional Library 1007 Martinsville, VA 20.Bluefield College/Easley Library 1008 Bluefield, VA 21.Boone County Public Library 1263 Burlington, KY 22.Boone Madison Library 1239 Madison, WV 23.Botetourt County Library 1009 Roanoke, VA 24.Boynton Beach City Library 1265 Boynton Beach, FL 25.Bracken County Public Library 2016-17 1289 Brooksville, KY 26.Braswell Memorial Library 1155 Rocky Mount, NC 27.Brevard College, J.A Jones Library 1116 Brevard , NC 28.Bridgewater College /Alexander Mack Library/ 1085 Bridgewater, VA 29.Bristol Public Library 1010 Bristol, VA 30.Buchanan County Public Library 1011 Grundy, VA 31.Buncombe County Public Libraries 1144 Asheville, NC 32.Caldwell County Public library 1101 Lenoir, NC 33.Campbell County Public Library 1012 Rustburg, VA 34.Cape Fear Community College 1188 Wilmington, NC 35.Caroline Library, Inc. 1112 Bowling Green, VA 36.Carroll County High School 1015 Hillsville, VA 37.Caswell County Public Library 1200 Yanceyville, NC 38.Catawba County Library System 1270 Newton, NC 39.Central Rappahannock Regional Library 1016 Fredericksburg, VA 40.Central Virginia Community College Library 1094 Lynchburg, VA 41.Chapel Hill Public Library 1141 Chapel Hill, NC 42.Charlotte County Library 1194 Charlotte Court House, VA 43.Charlotte Mecklenburg Library 1130 Charlotte, NC 44.Chatham County Public Library System 1271 Pittsboro, NC 45.Chesapeake Public Library 1107 Chesapeake, VA 46.Chesterfield County Public Library 1084 Chesterfield, VA 47.Chesterfield County Public Schools 1189 Midlothian, VA 48.Christopher Newport University/Trible Library 1213 Newport News, VA 49.Clarksburg-Harrison Public Library 1234 Clarksburg, WV 50.Clarksville-Montgomery County Public Library 1241 Clarksville, TN 51.Cleveland County Memorial Library 1123 Shelby, NC 52.Clifton Forge Public Library 1145 Clifton Forge, VA 53.College of William & Mary/Wolf Law Library 1149 Williamsburg, VA 54.Colonial Heights Public Library 1017 Colonial Heights, VA 55.Craft Memorial Library 1190 Bluefield, WV 56.Craig County Public Library 1115 New Castle, VA 57.Culpeper County Library 1114 Culpeper, VA 58.Cumberland County Public Library 1275 Burkesville, KY 59.Cumberland County Public Library 1111 Cumberland, VA 60.Danville Community College 1019 Danville, VA 61.Danville Public Library 1020 Danville, VA 62.Davidson County Public Library 1152 Lexington, NC 63.Davie County Public Library 1212 Mocksville, NC 64.Delray Beach Public Library 1273 Delray Beach, FL 65.Duplin County Public Library 1139 Kenansville, NC 66.Durham Technical Community College 1191 Durham, NC 67.East Albemarle Regional Library 1186 Elizabeth City, NC 68.Eastern Shore Community College 1193 Melfa, VA 69.Eastern Shore Public Library 1022 Accomac, VA 70.ECPI University 1268 Virginia Beach, VA 71.Elizabethton/Carter County Public Library 1172 Elizabethton, TN 72.Emory & Henry College 1023 Emory, VA 73.Essex Public Library 1113 Tappahonnock, VA 74.Falkville Public Library 1260 Falkville, AL 75.Farmville Public Library 1224 Farmville, NC 76.Fauquier County Public Library 1024 Warrenton, VA 77.Fauquier County Public Schools 1185 Warrenton, VA 78.Ferrum College/Thomas Stanley Library 1025 Ferrum, VA 79.Floyd County Public Library 1238 Prestonburg, KY 80.Fontana Regional Library 1173 Bryson City, NC 81.Franklin County Library 1171 Louisburg, NC 82.Franklin County Public Library 1026 Rocky Mount, VA 83.Galax-Carroll Regional Library 1027 Galax, VA 84.Garrard County Public Library 1250 Lancaster, KY 85.Gaston County Public Library 1147 Gastonia, NC 86.Germanna Community College 1118 Locust Grove, VA 87.Gibsonville Public Library 1255 Gibsonville, NC 88.Gloucester County Library 1087 Gloucester, VA 89.Grant County Public Library 1254 Williamstown, KY 90.Graves County Public Library 1233 Mayfield, KY 91.Greensboro Public Library 1143 Greensboro, NC 92.Greenup County Public Library 1285 Greenup, KY 93.Halifax County-South Boston Public Library 1028 Halifax, VA 94.Hampden-Sydney College 1096 Hampden-Sydney, VA 95.Hampshire County Public Library 1243 Romney, WV 96.Hampton Public Library 1092 Hampton, VA 97.Handley Regional Library 1099 Stephens City, VA 98.Hanover County Public Schools 1136 Ashland, VA 99.Hardin County Public Library 1279 Elizabethtown, KY 100. Hardy County Public Library 1196 Moorefield, WV 101. Haywood County Public Library 1170 Waynesville, NC 102. Heartland Library Cooperative 1264 Okeechobee , FL 103. Henrico County Public Library 1018 Henrico, VA 104. Henrico County Public Schools 1135 Henrico, VA 105. Henry County Public Library 1276 Eminence, KY 106. Heritage Public Library 1029 Providence Forge, VA 107. Hickory Public Library 1256 Hickory, NC 108. Hocutt-Ellington Memorial Library 1214 Clayton, NC 109. Hopkinsville Christian County Public Library 16-17 1287 Hopkinsville, KY 110. J. Sargeant Reynolds Community College 1030 Richmond, VA 111. James L. Hamner Public Library/Amelia County 1083 Amelia Court House, VA 112. James W. Curry Public Library 1269 French Creek, WV 113. Jefferson Madison Regional Library 1031 Charlottesville, VA 114. Jessamine County Public Library 1210 Nicholasville, KY 115. John Tyler Community College Library 1032 Chester, VA 116. Kanawha County Public Library 1236 Charleston, WV 117. Keyser-Mineral County Public Library 1218 Keyser, WV 118. King University 1034 Bristol, TN 119. Laurel County Public Library 1242 London, KY 120. Lee County Library 1272 Sanford, NC 121. Library of Virginia 1134 Richmond, VA 122. Lincoln County Public Library 1245 Stanford, KY 123. Lincoln County Public Library 1128 Lincolnton, NC 124. Linebaugh Public Library System 1228 Murfreesboro, TN 125. Logan County Public Library 1232 Russellville, KY 126. Lonesome Pine Regional Library 1036 Wise, VA 127. Lord Fairfax Community College/Paul Wolk Library 1037 Middletown, VA 128. Luneburg County Public Library 1253 Victoria, VA 129. Lynchburg College/Knight-Capron Library 1226 Lynchburg, VA 130. Lynchburg Public Library 1038 Lynchburg, VA 131. Madison County Public Library 1225 Richmond, KY 132. Maitland Public Library 1290 Maitland, FL 133. Marion County Public Library 1281 Fairmont, WV 134. Mary Riley Styles Public Library 1039 Falls Church, VA 135. Mary Wood Weldon Memorial Library 1277 Glasgow, KY 136. Mason County Public Library 1211 Point Pleasant, WV 137. Mauney Memorial Library 1133 Kings Mountain, NC 138. McCreary County Public Library 1284 Whitley City, KY 139. McDowell County Public Library 1146 Marion, NC 140. Mecklenburg County Public Library 1126 Boydton, VA 141. Mecklenburg County Sheriff’s Office 1231 Charlotte, NC Libraries 142. Meherrin Regional Library 1040 Lawrenceville, VA 143. Menifee County Public Library 1246 Frenchburg, KY 144. Middlesex County Public Library 1104 Urbanna, VA 145. Montgomery County Public Library 1235 Mt. Sterling, KY 146. Montgomery County Public Schools 1090 Christiansburg, VA 147. Montgomery-Floyd Regional Library 1041 Christiansburg, VA 148. Mooneyham Public Library 1174 Forest City, NC 149. Morgantown Public Library 1208 Morgantown, WV 150. Mountain Empire Community College/Wampler Library 1042 Big Stone Gap, VA 151. New Hanover County Public Library 1216 Wilmington, NC 152. New Martinsville Public Library 1205 New Martinsville, WV 153. New River Community College 1091 Dublin, VA 154. Newport News Public Library System 1044 Newport News, VA 155. Norfolk Public Library 1045 Norfolk, VA 156. Norfolk State University 1249 Norfolk, VA 157. Norris Library Foundation, Inc. 1247 Rutherfordton, NC 158. North Palm Beach Library 2016-17 1286 North Palm Beach, FL 159. Northeast State Community College/Wayne G. Basler Library 1046 Blountville, TN 160. Northern Virginia Community College 1132 Annandale, VA 161. Northumberland Public Library 1047 Heathsville, VA 162. Northwestern Regional Library 1165 Elkin, NC 163. Nottaway County Public Library 1142 Crewe, Va 164. Orange County Public Library 1125 Hillsborough, NC 165. Orange County Public Library 1117 Orange, VA 166. Pamunkey Regional Library 1048 Hanover, VA 167. Paris-Bourbon County Library 1274 Paris, KY 168. Patrick Henry Community College/Lester Library 1049 Martinsville, VA 169. Paul Sawyier Public Library 1266 Frankfort, KY 170. Pearisburg Public Library 1050 Pearisburg, VA 171. Pender County Public Libraries 1138 Burgaw, NC 172. Pendleton County Library 1183 Franklin, WV 173. Pendleton County Public Library 1261 Falmouth, KY 174. Perry Memorial Library 1223 Henderson, NC 175. Petersburg Public Library System 1051 Petersburg, VA 176. Piedmont Virginia Community College/Betty Sue Jessup Library 1102 Charlottesville, VA 177. Pittsylvania County Public Library 1052 Chatham, VA 178. Polk County Library Cooperative 1267 Bartow, FL 179. Polk County Public Library 1184 Columbus, NC 180. Poquoson Public Library 1053 Poquoson, VA 181. Portsmouth Public Library 1127 Portsmouth, VA 182. Powhatan County Public Library 1088 Powhatan, VA 183. Prince William Public Library System 1054 Prince William, VA 184. Public Library of Anniston-Calhoun County 1292 Anniston, AL 185. Public Library of Johnston County & Smithfield/Selma is under this library as a branch. Number was 1166 1160 Smithfield, NC 186. Pulaski County Library 1055 Pulaski, VA 187. Pulaski County Public Library 1283 Somerset, KY 188. Radford Public Library 1056 Radford, VA 189. Raleigh County Public Library 1259 Beckley, WV 190. Randolph County Public Library 1221 Asheboro, NC 191. Randolph-Macon College/McGraw- Page Library 1058 Ashland, VA 192. Rappahannock Community College 1097 Warsaw, VA 193. Rappahannock County Library 1206 Washington, VA 194. Richmond Public Library 1108 Richmond, VA 195. Richmond Public Schools 1237 Richmond, VA 196. Ritchie County Public Library 1177 Harrisville, WV 197. Roanoke City Public Library 1109 Roanoke, VA 198. Roanoke County Public Library 1059 Roanoke, VA 199. Robeson County Public Library 1164 Lumberton, NC 200. Rockbridge Regional Library 1120 Lexington, VA 201. Rowan Public Library 1150 Salisbury, NC 202. Russell County Public Library 1061 Lebanon, VA 203. Salem Public Library 1063 Salem, VA 204. Sampson-Clinton Public Library 1137 Clinton, NC 205. Samuels Library 1064 Front Royal, VA 206. Scotland County Memorial Library 1222 Laurinburg, NC 207. Scott County Public Library 1262 Georgetown, KY 208. Shenandoah County Library 1179 Edinburg, VA 209. Sheppard Memorial Library 1182 Greenville, NC 210. Smyth-Bland Regional Library 1066 Marion, VA 211. Southern Pines Public Library 1158 Southern Pines, NC 212. Southern Virginia University/Von Canon Library 1204 Buena Vista, VA 213. Southside Regional Jail Library 1187 Emporia, VA 214. Southside Virginia Community College 1203 Keysville, VA 215. Southwest Virginia Community College 1067 Cedar Bluff, VA 216. Spindale Public Library 1163 Spindale, NC 217. Stanly County Public Library 1195 Albemarle, NC 218. State Library of North Carolina 1248 Raleigh, NC 219. Staunton Public Library 1068 Staunton, VA 220. Suffolk Public Library 1069 Suffolk, VA 221. Sullivan County Public Library 1070 Blountville, TN 222. Tazewell County Public Library 1071 Tazewell, VA 223. Temple Rodef Shalom Library 1257 Falls Church, VA 224. Tennessee State Library & Archives 1199 Nashville, TN 225. Thomas Jefferson Library 1280 Falls Church, VA 226. Thomas Nelson Community College 1072 Hampton, VA 227. Tidewater Community College 1100 Norfolk, VA 228. Transylvania County Library 1156 Brevard, NC 229. Union County Public Library 1140 Monroe, NC 230. University of Virginia’s College at Wise/Wyllie Library 1124 Wise, VA 231. Upshur County Public Library 1244 Buckhannon, WV 232. Vienna Public Library 1192 Vienna, WV 233. Virginia Beach Public Library 1073 Virginia Beach, VA 234. Virginia Department of Corrections-All Facilities 1201 Richmond, VA 235. Virginia Highlands Community College 1075 Abingdon, VA 236. Virginia State University/Johnston Memorial library 1198 Petersburg, VA 237. Virginia Western Community College 1077 Roanoke, VA 238. Warren County Memorial Library 1217 Warrenton, NC 239. Washington County Public Library 1078 Abingdon, VA 240. Wayne County Public Library 1168 Goldsboro, NC 241. Whitley County Public Library 1215 Williamsburg, KY 242. Williamsburg Regional Library 1080 Williamsburg, VA 243. Wilson County Public Library 1162 Wilson, NC 244. Wolfe County Public Library 1282 Campton, KY 245. Wythe-Grayson Regional Library 1098 Independence, VA 246. Wytheville Community College Library 1082 Wytheville, VA Definitions ATTACHMENT E Small Business Subcontracting Plan Small Business: "Small business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Women-Owned Business: "Women-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Minority-Owned Business: "Minority-owned business” means a business that has been certified in accordance with Regulations governing Certification by the Virginia Department of Small Business and Supplier Diversity (DSBSD). Certification requirements can be found at www.sbsd.virginia.gov. Small Business: "Small business (including micro)” means a business which holds a certification as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) on the due date for bids. This shall also include DSBSD-certified women- and minority-owned businesses when they also hold a DSBSD certification as a small business on the bid due date. Currently, DSBSD offers small business certification and micro business designation to firms that qualify. Certification applications are available through DSBSD online at www.DSBSD.virginia.gov (Customer Service). Bidder Name: Preparer Name: Date: Instructions A. If you are certified by the DSBSD as a micro/small business, complete only Section A of this form. This includes DSBSD-certified women-owned and minority-owned businesses when they have also received DSBSD small business certification. B. If you are not a DSBSD-certified small business, complete Section B of this form. For the bid to be considered and the bidder to be declared responsive, the bidder shall identify the portions of the contract that will be subcontracted to DSBSD-certified small business for the initial contract period in relation to the bidder’s total price for the initial contract period. in Section B. Section A If your firm is certified by the DSBSD provide your certification number and the date of certification. Certification number: n/a Certification Date: B. Plans for Utilization of DSBSD-Certified Small Businesses for this Procurement Micro/Small Business Name & Address DSBSD Certificate # Status if Micro/Small Business is also: Women (W), Minority (M) Contact Person, Telephone & Email Type of Goods and/or Services Planned Involvement During Initial Period of the Contract Planned Contract Dollars During Initial Period of the Contract ($ or %) n/a n/a n/a n/a n/a n/a Totals Attachment F REQUEST FOR PROPOSAL Title: Library Materials Mid-Atlantic Library Alliance, Inc. (MALiA) ATTACHMENT F State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder: is a corporation or other business entity with the following SCC identification number: -OR- X is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR- is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): 2006022868PriceLists.docx Corning Tower, Empire State Plaza, Albany, NY 12242 | https://ogs.ny.gov/procurement | customer.services@ogs.ny.gov | 518-474-6717 Price Lists Group 20060 Books & Non-Print Library Materials & Related Ancillary Services (Statewide) Award Number : 22868 Contract Period : June 1, 2015 to May 31, 2020 (Updated June 30, 2019) 1. ABDO PUBLISHING COMPANY 2. ADAMS BOOK CO, INC 3. ADVANCED EDUCATIONAL PRODUCTS, INC 4. AKJ WHOLESALE LLC DBA AKJ BOOKS 5. AMBASSADOR BOOK SERVICE INC 6. AMERICAN READING COMPANY 7. ATLANTIC COAST MARKETING, INC 8. BAKER & TAYLOR LLC 9. BARNES & NOBLE BOOKSELLERS, INC 10. BAUM & BEAULIEU ASSOCIATES, INC 11. BEARPORT PUBLISHING COMPANY, INC 12. BMI EDUCATIONAL SERVICES, INC. 13. BOOK REVUE WHOLESALE, LTD 14. BOUND TO STAY BOUND BOOKS, INC. 15. BRODART CO 16. CAVENDISH SQUARE PUBLISHING LLC 17. CBM LLC 18. CENGAGE LEARNING INC 19. CENTRAL PROGRAMS INC. DBA GUMDROP BOOKS 20. CEREBELLUM CORPORATION 21. CHANNING BETE COMPANY, INC. 22. CHILDREN'S PLUS, INC. 23. COMPLETE BOOK AND MEDIA SUPPLY, LLC 24. CONN EDUCATION, INC. DBA CLASSROOM LIBRARY COMPANY 25. COUGHLAN COMPANIES LLC DBA CAPSTONE AND CAPSTONE CLASSROOM 26. DAVIDSON TITLES INC 27. DELANEY EDUCATIONAL ENTERPRISES, INC 28. EASTERN BOOK COMPANY 29. FINDAWAY WORLD, LLC 30. FOLLETT SCHOOL SOLUTIONS INC 31. GARETH STEVENS PUBLISHING LLLP 32. GARRETT EDUCATIONAL CORPORATION 33. GL GROUP, INC DBA BOOKSOURCE 34. GREENWOOD PUBLISHING DBA HEINEMANN 35. GREY HOUSE PUBLISHING, INC 36. HERTZBERG-NEW METHOD INC DBA PERMA-BOUND BOOKS 37. INGRAM LIBRARY SERVICES INC 38. JEFCO SALES, INC. DBA APPLE BOOKS 39. LAKESHORE EQUIPMENT COMPANY DBA LAKESHORE LEARNING MATERIALS 40. LEE & LOW BOOKS, INC 41. LERNER PUBLISHING GROUP 42. LIBRARY SALES, INC DBA SEBCO BOOKS 43. MACKIN BOOK COMPANY DBA MACKIN EDUCATIONAL RESOURCES 44. MAIN STREET BOOK SHOP INC 45. MARCO BOOK COMPANY, INC. DBA EVERBIND BOOKS 46. MATTHEW BENDER & COMPANY, INC 47. MIDWEST LIBRARY SERVICE, INC 48. MIDWEST TAPE, LLC 49. MT LIBRARY SERVICES INC DBA JUNIOR LIBRARY GUILD 50. OTTO HARRASSOWITZ GMBH & CO. KG 51. PEARSON EDUCATION, INC. 52. PERFECTION LEARNING CORPORATION 53. PROQUEST LLC 54. QUALITY BOOKS, INC. 55. RAINBOW BOOKS, INC D/B/A RAINBOW BOOK COMPANY 56. SADDLEBACK EDUCATIONAL, INC 57. SCHOLASTIC INC 58. SCHOLASTIC LIBRARY PUBLISHING, INC. 59. STEPS TO LITERACY, LLC 60. SUSSMAN SALES CO., INC 61. TEL/ LOGIC INC DBA TEXTBOOK CENTRAL 62. TEXTBOOK WAREHOUSE, LLC DBA TEXTBOOK WAREHOUSE 63. THE CHAPTERS GROUP LLC 64. THE CREATIVE COMPANY 65. THE LEARNING CONNECTION COMPANY 66. THE PENWORTHY COMPANY LLC 67. THE ROSEN PUBLISHING GROUP, INC 68. WEST PUBLISHING CORPORATION 69. WESTON WOODS STUDIOS INC. 70. WORLD BOOK, INC. 71. YANKEE BOOK PEDDLER, INC DBA YBP LIBRARY SERVICES VENDOR AMOUNT FY20 Munis CONTRACT NUMBER/TERMS Amazon $20,000.00 PCARD (online purchase)SMALL DOLLAR PURCHASES <$2,500 Baker & Taylor, LLC $230,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Brodart (Non rentals/rentals)$22,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Gale Cengage $20,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Cengage Learning Inc. (subscriptions)$6,000.00 STATE OF FL CONTRACT #81111902-ACS-17-1 8/7/17-12/31/21 Center Point $2,500.00 Check Request SMALL DOLLAR PURCHASES <$2,500 Findaway Launchpad $4,000.00 STATE OF FL CONTRACT #55101500-17-ACS 8/7/17-5/31/20 Library Ideas/Freegal $18,000.00 SOLE SOURCE SOLE SOURCE/DIRECT PURCHASE Ingram $160,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Midwest Tape $25,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 ProQuest (Microfilm)$17,500.00 STATE OF NY CONTRACT #22868 6/1/15-5/31/2020 PPLC database/ebook/HOOPLA $99,500.00 COOPERATIVE AGRMT 10/1/18-9/30/2023 Recorded Books $5,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Recorded Books/UNIVERSAL CLASS $3,000.00 SOLE SOURCE SOLE SOURCE/DIRECT PURCHASE Thomas Klise/Crimson multimedia $5,000.00 MALIA CONTRACT/Commonwealth of VA #2017-71500-01 7/1/17-6/30/2021 Value Line $14,500.00 SOLE SOURCE SOLE SOURCE/DIRECT PURCHASE World Book $3,000.00 STATE OF NY CONTRACT #22868 6/1/15-5/31/2020 WT Cox $26,000.00 STATE OF FL CONTRACT #81111902-ACS-17-1 8/7/17-12/31/21 Direct orders newspapers, reference standing orders/Omnigraphics/Relevant $12,680.00 PCARD/CKS/PO SOLE SOURCE/DIRECT PURCHASE REV: 9/13/19 PC FY20 Materials Budget MATERIALS CODE: 0101731-564400 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6726 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 7.11 SUBJECT/RECOMMENDATION: Authorize a piggyback of Hillsborough County Contract Agreement 215208514 for the purchase of Neptune Water Meters and Original Equipment manufacturer (OEM) replacement parts, to Neptune Technology Group of Tallassee, AL, effective November 1, 2019, in the annual amount of $350,000.00 with option for renewal terms per contract and authorize the appropriate officials to execute same. (consent) ..SUMMARY: Neptune Water Meters are purchased in compliance with the Hillsborough County Term Contract Agreement 215208514. The Hillsborough County Term Contract is effective May 1, 2018 through April 30, 2021. In order to maintain the Neptune water meters, Public Utilities also purchases Original Equipment Manufacturer replacement parts. In accordance with Clearwater Code of Ordinances Section 2.564 (1)(b), Exceptions to Bidding, Neptune Technologies has been determined a sole source vendor for Neptune Water Meter replacement parts. The blanket contract annual amount of $350,000.00 with the option for renewal terms will end on April 30, 2021. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY20 are available in Public Utilities’ operating cost centers, cost code 550400 Operating Supplies & Materials. ·FY20 $350,000 Future fiscal year budgets will include requests for funding: ·FY21 $350,000 (through contract expiration) Page 1 City of Clearwater Printed on 10/3/2019 RFQ Quotes Received 7 Invited Suppliers27Close Date Active Quotes 6 Intent to Participate4RFQ Currency Shortlisted Quotes 4 Responded6 Line Summary AWARD 5360 Yes No Unit Estimated Quantity Estimated Total Amount Award Quantity Agreed Rank Quote Number 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 Yes 30746 Win 32044 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 No Lose 32048 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 No Lose 3307401 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 No Lose 3204901 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 No Lose 3306701 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable Each 30746 No Lose 32052 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 No Win 33074 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 No Lose 3204902 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 Yes 494 Lose 3204402 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 No Lose 3306702 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 No Lose 32048 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable Each 494 No Lose 32052 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 No Win 3204803 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 No Lose 3306703 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 No Lose 3307403 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 Yes 123 Lose 32044 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 No Lose 32049 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 123 No Lose 3205204 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 No Win 3204804 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 No Lose 3307404 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 Yes 96 Lose 32044 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 No Lose 33067 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 No Lose 3204904 2", Water Meter, Positive Displacement, Magnetically driven, Potable Each 96 No Lose 3205205 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 Yes 1191 Win 3204405 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 No Lose 33074 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 No Lose 32048 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 No Lose 3204905 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 No Lose 3306705 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 1191 No Lose 3205206 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 No Win 33074 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 Yes 24 Lose 32044 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 No Lose 3204906 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 No Lose 3306706 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 No Lose 3204806 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 24 No Lose 32052 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 No Win 32048 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 No Lose 3306707 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 No Lose 3307407 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 Yes 21 Lose 3204407 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 No Lose 32049 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 21 No Lose 32052 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 No Win 3204808 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 No Lose 3307408 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 Yes 14 Lose 3204408 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 No Lose 33067 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 No Lose 32049 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Each 14 No Lose 3205209 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 No Win 3204909 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 No Lose 3307409 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 Yes 11 Lose 32044 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 No Lose 32052 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 3204809 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 11 3306710 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 No Win 3204910 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 No Lose 33074 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 Yes 5 Lose 32044 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 No Lose 32052 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 3204810 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Each 5 3306711 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Win 33074 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 32049 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 Yes 3 Lose 3204411 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 32052 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 3204811 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 33067 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 No Win 33074 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 Yes 3 Lose 3204412 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 No Lose 3204912 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 No Lose 3205212 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 3204812 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Each 3 33067 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Win 3307413 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 Yes 3 Lose 3204413 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 3204913 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 32052 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 32048 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 3306714 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Win 3307414 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 Yes 3 Lose 3204414 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 32049 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 No Lose 32052 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 3204814 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Each 3 3306715 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 No Win 3205215 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 Yes 12 Lose 32044 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 No Lose 33074 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 No Lose 32049 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 3204815 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 12 3306716 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 Yes 6 Win 32044 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 No Lose 32049 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 No Lose 3307416 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 No Lose 32052 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 3204816 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 6 33067 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 Yes 27 Win 32044 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 No Lose 3204917 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 No Lose 3307417 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 No Lose 3205217 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 3204817 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticEach 27 33067 File Download Time 890.44 Quantity 4/1/2015 8:14 890.44 Quantity17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 MUNICIPAL WATER WORKS INC 890.44 Quantity17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 MUELLER SYSTEMS LLC 890.44 Quantity17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 HD SUPPLY WATERWORKS LTD 4394 1.00 890.44 Quantity17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 ZENNER USSA 3891.73 890.44 Quantity 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 INNOVATIVE METERING SOLUTIONS INC 3180.2 1.00 890.44 Quantity 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2017 NEPTUNE TECHNOLOGY GROUP INC 3095 890.44 Quantity16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 MUNICIPAL WATER WORKS INC 890.44 Quantity 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 MUELLER SYSTEMS LLC 890.44 Quantity16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 HD SUPPLY WATERWORKS LTD 2545 1.00 890.44 Quantity 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 ZENNER USSA 2230.82 890.44 Quantity 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 INNOVATIVE METERING SOLUTIONS INC 2187.5 1.00 890.44 Quantity16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2016 NEPTUNE TECHNOLOGY GROUP INC 2125 890.44 Quantity15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 MUNICIPAL WATER WORKS INC 890.44 Quantity 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 MUELLER SYSTEMS LLC 890.44 Quantity 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 INNOVATIVE METERING SOLUTIONS INC 1750.45 1.00 890.44 Quantity 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 ZENNER USSA 1729.52 890.44 Quantity15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 NEPTUNE TECHNOLOGY GROUP INC 1500 890.44 Quantity15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic890.44.2015 HD SUPPLY WATERWORKS LTD 1481 1.00 890.44 Quantity14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 MUNICIPAL WATER WORKS INC 890.44 Quantity 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 MUELLER SYSTEMS LLC 890.44 Quantity 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 HD SUPPLY WATERWORKS LTD 7850 1.00 890.44 Quantity14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 INNOVATIVE METERING SOLUTIONS INC 5385.75 1.00 890.44 Quantity14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 NEPTUNE TECHNOLOGY GROUP INC 4265 890.44 Quantity14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2014 ZENNER USSA 974.46 890.44 Quantity 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 MUNICIPAL WATER WORKS INC 890.44 Quantity 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 MUELLER SYSTEMS LLC 890.44 Quantity13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 HD SUPPLY WATERWORKS LTD 5969 1.00 890.44 Quantity13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 INNOVATIVE METERING SOLUTIONS INC 3245.25 1.00 890.44 Quantity13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 NEPTUNE TECHNOLOGY GROUP INC 2715 890.44 Quantity 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2013 ZENNER USSA 2208.01 890.44 Quantity12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 MUNICIPAL WATER WORKS INC 890.44 Quantity12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 MUELLER SYSTEMS LLC 890.44 Quantity12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 HD SUPPLY WATERWORKS LTD 3530 1.00 890.44 Quantity12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 INNOVATIVE METERING SOLUTIONS INC 2390 1.00 890.44 Quantity 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 NEPTUNE TECHNOLOGY GROUP INC 1840 890.44 Quantity 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable890.44.2012 ZENNER USSA 1361.79 890.44 Quantity11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 MUNICIPAL WATER WORKS INC 890.44 Quantity 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 MUELLER SYSTEMS LLC 890.44 Quantity11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 HD SUPPLY WATERWORKS LTD 1962 1.00 890.44 Quantity 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 NEPTUNE TECHNOLOGY GROUP INC 999 890.44 Quantity 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 INNOVATIVE METERING SOLUTIONS INC 968.75 1.00 890.44 Quantity11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2011 ZENNER USSA 920.94 890.44 Quantity10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 MUNICIPAL WATER WORKS INC 890.44 Quantity 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 MUELLER SYSTEMS LLC 890.44 Quantity 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 HD SUPPLY WATERWORKS LTD 1030 1.00 890.44 Quantity 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 NEPTUNE TECHNOLOGY GROUP INC 745 890.44 Quantity10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 ZENNER USSA 739.6 890.44 Quantity10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim890.44.2010 INNOVATIVE METERING SOLUTIONS INC 710 1.00 890.44 Quantity9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 MUNICIPAL WATER WORKS INC 890.44 Quantity 9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 MUELLER SYSTEMS LLC 890.44 Quantity 9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 HD SUPPLY WATERWORKS LTD 1016 1.00 890.44 Quantity9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 NEPTUNE TECHNOLOGY GROUP INC 745 890.44 Quantity9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 ZENNER USSA 739.6 890.44 Quantity9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable890.44.2009 INNOVATIVE METERING SOLUTIONS INC 701.1 1.00 890.44 Quantity 8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 HD SUPPLY WATERWORKS LTD 820 1.00 890.44 Quantity 8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 INNOVATIVE METERING SOLUTIONS INC 401.25 1.00 890.44 Quantity8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 MUNICIPAL WATER WORKS INC 396.18 20.00 890.44 Quantity8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 NEPTUNE TECHNOLOGY GROUP INC 350 890.44 Quantity8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 ZENNER USSA 316 890.44 Quantity 8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2008 MUELLER SYSTEMS LLC 292 890.44 Quantity 7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 HD SUPPLY WATERWORKS LTD 692 1.00 890.44 Quantity7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 INNOVATIVE METERING SOLUTIONS INC 274.9 1.00 890.44 Quantity7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 NEPTUNE TECHNOLOGY GROUP INC 250 890.44 Quantity7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 ZENNER USSA 241 890.44 Quantity 7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 MUNICIPAL WATER WORKS INC 240 20.00 890.44 Quantity 7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2007 MUELLER SYSTEMS LLC 227 890.44 Quantity6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 HD SUPPLY WATERWORKS LTD 152 1.00 890.44 Quantity6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 MUELLER SYSTEMS LLC 123 890.44 Quantity6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 MUNICIPAL WATER WORKS INC 101.9 320.00 890.44 Quantity 6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 INNOVATIVE METERING SOLUTIONS INC 101.25 4.00 890.44 Quantity 6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 NEPTUNE TECHNOLOGY GROUP INC 99.5 890.44 Quantity6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2006 ZENNER USSA 80.72 890.44 Quantity5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 HD SUPPLY WATERWORKS LTD 69 1.00 890.44 Quantity5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 MUNICIPAL WATER WORKS INC 45.49 420.00 890.44 Quantity 5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 INNOVATIVE METERING SOLUTIONS INC 39.1 24.00 890.44 Quantity 5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 MUELLER SYSTEMS LLC 36 890.44 Quantity5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 ZENNER USSA 35.76 890.44 Quantity5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim890.44.2005 NEPTUNE TECHNOLOGY GROUP INC 34.95 890.44 Quantity4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 HD SUPPLY WATERWORKS LTD 806 1.00 890.44 Quantity 4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 INNOVATIVE METERING SOLUTIONS INC 398.85 1.00 890.44 Quantity 4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 MUNICIPAL WATER WORKS INC 396.18 55.00 890.44 Quantity4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 NEPTUNE TECHNOLOGY GROUP INC 350 890.44 Quantity4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 ZENNER USSA 316 890.44 Quantity4 2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2004 MUELLER SYSTEMS LLC 290 890.44 Quantity 3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 HD SUPPLY WATERWORKS LTD 678 1.00 890.44 Quantity 3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 INNOVATIVE METERING SOLUTIONS INC 270.58 1.00 890.44 Quantity3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 NEPTUNE TECHNOLOGY GROUP INC 250 890.44 Quantity3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 ZENNER USSA 241 890.44 Quantity3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 MUNICIPAL WATER WORKS INC 240 55.00 890.44 Quantity 3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2003 MUELLER SYSTEMS LLC 225 890.44 Quantity 2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 HD SUPPLY WATERWORKS LTD 143 1.00 890.44 Quantity2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 MUELLER SYSTEMS LLC 122 890.44 Quantity2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 MUNICIPAL WATER WORKS INC 101.9 320.00 890.44 Quantity2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 NEPTUNE TECHNOLOGY GROUP INC 99.5 890.44 Quantity 2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 INNOVATIVE METERING SOLUTIONS INC 98.25 4.00 890.44 Quantity 2 1", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2002 ZENNER USSA 80.72 890.44 Quantity1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 HD SUPPLY WATERWORKS LTD 63 1.00 890.44 Quantity1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 MUNICIPAL WATER WORKS INC 45.49 420.00 890.44 Quantity1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 INNOVATIVE METERING SOLUTIONS INC 36.38 24.00 890.44 Quantity 1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 ZENNER USSA 35.76 Analyze RFQ: Water Meters 5244,33/19/2015 14:00USD 890.44 Quantity 1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 MUELLER SYSTEMS LLC 35 Supplier Site Target Minimum Release Amount Category Line Type 1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable890.44.2001 NEPTUNE TECHNOLOGY GROUP INC 34.95 Line Item,Rev Supplier Award/Reject Reason Quote Price Quote Minimum Release Amount RFQ Quotes Received 7 Invited Suppliers27Close Date Active Quotes 6 Intent to Participate4 RFQ Currency Shortlisted Quotes 4 Responded6 Header Yes Yes I represent that the Bidder/Proposer and/or its applicable representative(s) has reviewed the information contained in this Bid/Proposal and that the information submitted is accurate. Yes Yes Yes Yes Yes Yes I represent that I am either authorized to bind the Bidder/Proposer, or that I am submitting the Bid/Proposal on behalf of and at the direction of the Bidder's/Proposer's representative authorized to contractually bind the Bidder/Proposer. Yes Yes Yes Yes Yes Yes I represent that the printing of my name and the submittal of a Bid/Proposal is intended to authenticate this writing and to have the same force and effect as my manual signature. Yes Yes Yes Yes Yes Yes I represent that I am at least eighteen (18) years of age.Yes Yes Yes Yes Lawrence M. Russo Bernard Nance Title of person submitting the Bid/Proposal.District Manager Vice President Proposal Manager Vice President VP, Finance Manager of Customer Service and Proposal Support Name of person submitting the Bid/Proposal.Curt Hinson Scott R. Cochrane Anita Short Mueller Systems, LLC James Mathis Affirmation Bids from Mueller Systems LLC and Municipal Water Works Inc have been determined to be non-responsive as not all items were bid on and the Special Terms and Conditions, Item 1 in the bid document states "If a Bidder/Proposer fails to submit an Offer on all items, then that Bidder/Proposer is not eligible for Award". Notes Notice: Pursuant to Hillsborough County Ordinance 13-24, Protest Process and Procedures and Cone of Silence the bidder(s) identified are being recommended for contract award. Interested parties with a grievance pertaining to this procurement shall provide the County written notice no later than five (5) business days from the date the County posts this notice of intent to award. See following link for specific ordinance details: http://www.hillsboroughcounty.org/documentcenter/view/8867 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Requirements Notes Title Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 Attachments Yes Yes Yes Yes Yes Yes Note to Buyer Supplier's Quote Number 26052 RFQ 5244,2 5244 Bid Response Quote Valid Until 2/28/2017 Time of Quote 3/10/2015 11:21 3/6/2015 16:47 3/13/2015 12:08 3/18/2015 11:54 3/6/2015 15:18 3/19/2015 11:21 Total Award Amount 1,397,931.15 IncludedQuote Total 2,506,188.00 1,466,261.57 1,246,576.00 1,583,738.13 1,397,931.15 1,420,789.15Shortlist Status Included Included Excluded Excluded Included NANCE, BERNARD Quote Status Active Active Active Active Active Active Contact HELMS, SUSAN COCHRANE, SCOTT SHORT, ANITA MATHIS, JAMES GULLETT, TERRY Notice of Intent to Award RFQ 5244,3: Water Meters 5244,33/19/2015 14:00 USD ZENNER USSAQuote 33074 Supplier Site HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INC MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 Line 14- The proposed Zenner turbine meter is Cast Iron. In the event an Agreement is executed upon the award of this Invitation to Bid to the Bidder, the County will provide Successful Bidder with a copy of the executed Agreement, if applicable. The County prefers to provide the document via electronic mail (e-mail). However, if Bidder wishes to receive an original hard copy of the executed Agreement, it can be mailed. Indicate the delivery method desired. Send electronic version Send electronic version Send electronic version Send electronic version Send electronic version Send electronic version Deviation(s): Any representation of deviation(s) may cause this Bid to be rejected by Hillsborough County. The following represents every deviation (itemized by number) to the foregoing Invitation to Bid upon which this Bid is based. None 1. Hersey 1 1/2" Model 562DI and 572DI include nylon coated ductile iron bodies, inclusive of bottoms, with oval flange ends.2. Meters bid include plastic register lid pins and register box locking pins. 3. Hersey 1" Model 452 includes a bronze bottom. 4. Meters bid include thermoplastic measuring chambers.5. The 5/8" x 3/4" Model 420 Bronze is presented at a unit price of $43.00 each for the standard meter. 6. The 5/8" x 3/4" Model 420 Composite is presented as the base bid. 7. Material Lead Time: Ship 30 Days ARO8. Payment Terms: 2% 30 Days, Net 31 Days Yes Yes General Requirements At this present time, we understand all requirements and state that as a serious Bidder/Proposer we will comply with all the stipulations included in this Solicitation Document. The above-named Bidder/Proposer affirms and declares: 1. That the Bidder/Proposer is of lawful age and that no other person, firm or corporation has any interest in this Offer or in the Contract proposed to be entered into. 2. That this Offer is made without any understanding, agreement, or connection with any other person, firm or corporation making a Offer for the same purpose, and is, in all respects, fair and without collusion or fraud. 3. That the Bidder/Proposer is not in arrears to Hillsborough County upon debt or contract and is not a defaulter, as surety or otherwise, upon any obligation to Hillsborough County. 4. That no officer or employee or person whose salary is payable, in whole or in part, from the County Treasury is, shall be or become interested, directly or indirectly, surety or otherwise in this Offer; in the performance of this Contract; in the supplies, materials, equipment, and Services and/or Work to which they relate; or in any portion of the profits thereof. 5. That the Bidder/Proposer has carefully examined the site where the Services and/or Work are to be performed and that, from the Bidder’s/Proposer's own investigations, the Bidder/Proposer is satisfied with the nature and location of the Project and/or Work to be performed; the character, quality and quantity of materials; the kind and extent of the equipment and other facilities needed for the performance of the Services and/or Work; the general and local conditions, all difficulties to be encountered; and all other items which may in any way affect the performance of the Services and/or Work. 6. That the Bidder/Proposer has not altered the original Solicitation Document in any way and further understands that any such alteration of the original Solicitation Document may result in rejection of the Bidder's/Proposer's Offer. 7. Bidder/Proposer understands that Section 287.135, Florida Statutes, prohibits agencies and governmental entities from contracting with companies for goods and/or services that are One Million Dollars ($1,000,000.00) or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. Bidder/Proposer hereby certifies that Bidder/Proposer is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Bidder/Proposer understands that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject Bidder/Proposer to civil penalties, attorney’s fees and/or costs. Yes Yes Yes Yes 2/18/2015 1/31/2016 2. Indicate your firm's status on this project.Prime Contractor Prime Contractor Subcontractor Prime Contractor Prime Contractor Prime Contractor 2. Project Period To: 1/29/2016 3/7/2014 3/3/2015 8/14/2015 500000 500000 2. Project Period From: 3/3/2015 2/4/2013 10/4/2013 8/14/2014 2/1/2011 2/1/2015 2. Project Amount:40000 800000 53000 789977.38 rnewkirk@cityofnorthport.com ray.madrid@mesaaz.gov 2. Project Description:To furnish 4" - 8" Sensus Omni Compound water meters for Hillsborough Co. meter change-out project. Supply water meters and fixed network AMI and install AMR System Implementation & Provision Of Water Meters Supply AMR water meter on a needed basis.Provision of Water Meters Annual meter contract 2. E-mail Address:mjuliano@hollyhill.org anthonydimeglio@colliergov.net johng@Jupiter.fl.us 941-628-8160 480-644-69082. Fax Number:727-445-7534 386-248-9499 239-643-4117 561-746-2792 n/a2. Telephone Number:727-445-7544 386-248-9463 239-252-6247 561-748-2702 Rick Newkirk Ray Madrid 2. Address:2151 NE Coachman Rd. Clearwater, FL 33765 453 LPGA Blvd Holly Hill, FL 32117 4375 Progress Ave Naples FL 34104 210 Military Trail, Jupiter, FL 33458 6644 West Price Blvd North Port, FL 34291 640 N. Mesa Drive Mesa, AZ. 2. Contact Person:Kevin Klaus Mr. Mark Juliano Anthony Dimeglio John Gaddis Provision of Water Meters Mesa AZ Annual Meter Contract 2. Contracted With:Brandes Design Build, Inc.City of Holly Hill, FL Collier County Public Utilities Naples, Florida Town of Jupiter Northport, FL City of Mesa AZ 2. Project Name:Phase III North Water Meters City of Holly Hill AMI supply / Install AMR System Contract to Supply Water Meters Prime Contractor Prime Contractor Schedule of Bidder's Qualifications/References 2 1. Indicate your firm's status on this project.Subcontractor Subcontractor Prime Contractor Prime Contractor 1/1/2012 3/1/2014 1. Project Period To: 1/1/2016 9/1/2015 3/3/2015 2/28/2015 2/2/2015 6/1/2015 1. Project Period From:10/3/2011 10/2/2006 6/4/2012 3/1/2011 Provision of Water Meters Annual meter contract 1. Project Amount:232000 1000000 58000 1577388.6 900000 400000 1. Project Description:Furnished 3" - 10" Sensus Omni Compound, Turbo and Fireline water meters, project included approx. 150 meters. Meter and AMR reading equipment AMI System Implementation & Provision O Water Meters Supply AMR water meter for residential and commercial meter change out. 407-836-6862 n/a1. E-mail Address:ira.jenkins@sarasotagov.com tsuddeth@scgov.net joan.brown@charlottefl.com William.marcous@sanfordfl.gov and James.Williams@ocfl.net n/a1. Fax Number:941-365-4840 941-861-0592 941-764-4575 407-688-5091 8100 President's Drive Orlando, FL 32809 115 S. Anderson Ave Ft. Lauderdale FL. 1. Telephone Number:941-365-2200, ext. 6289 941-861-0592 941-764-4571 407-688-5105/ 407-416-3423 407-836-6872 954-831-0977 1. Address:1750 12th Street Sarasota, FL 34236 1001 Sarasota Center Blvd Sarasota, Fl 25550 Harbor View Rd Bldg B Port Charlotte FL 33980 300 N. Park Ave, Sanford, FL 32771 Orange County, FL Broward County Water District 1. Contact Person:Ira Jenkins Terry Suddeth Joan Brown Bill Marcous/ Bob Redding Jim Williams Keith McCauley 1. Contracted With:City of Sarasota, FL Sarasota County Government Agency 1001 Sarasota Center Blvd Charlotte County Utilities Port Charlotte, Florida City of Sanford 1. Project Name:City of Sarasota Large Meter Change-out Sarasota County AMR Project AMI System Supply AMR Water Meters Provision of Water Meters Broward County Water District Schedule of Bidder's Qualifications/References 1 Yes No Pursuant to the SPECIAL TERMS AND CONDITIONS, the County may, during the period of twelve (12) months from the dated of award, require additional units depending on the requirements and availability of funds. Bidders are requested to indicate the number of months they will extend their bid prices, terms and conditions. The Bidder's choice to extend (or not) the Bid Price(s) will NOT be considered in the award of the Invitation to Bid. 0 12 12 6 0 12 Pursuant to the SPECIAL TERMS AND CONDITIONS that allows the Contract to be available to all government agencies, departments, and municipalities, does the Bidder agree to make the contract and bid prices submitted available to all government agencies, departments, and municipalities? The Bidder's choice to make the contract available (or not) will NOT be considered in the award of the Bid. Yes No No Yes No No Bidder will accept payment from the County by direct deposit through the ACH electronic payment solution.Note: If Bidder is already enrolled in the County's ACH solution for an existing contract/award, the Bidder will automatically receive payment using their enrolled solution in the event the Bidder is the Successful Bidder. Yes Yes No Yes Yes No Bidder is currently set up with a merchant account to accept payment by VISA credit card and will accept payment from the County by VISA account through the ePayables electronic payment solution. Note: If Bidder is already enrolled in the County's ePayables solution for an existing contract/award, the Bidder will automatically receive payment using their enrolled solution in the event the Bidder is the Successful Bidder. Yes No No Yes STATEMENT OF COMPLIANCE THE BIDDER REPRESENTS THAT THE INFORMATION SUBMITTED HEREIN IS TRUE AND CORRECT. THE BIDDER ASSURES HILLSBOROUGH COUNTY OF ITS COMPLIANCE WITH FEDERAL, STATE AND COUNTY AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. THE BIDDER FURTHER ASSURES THAT IT AND ITS SUBCONTRACTOR'S/SUBRECIPIENT'S FACILITIES ARE ACCESSIBLE TO THE HANDICAPPED (IF APPLICABLE).INSTRUCTIONSAs a Bidder /Contractor with the County, you are urged to carefully review the Equal Employment Opportunity Affirmative Action Questionnaire and respond to it as it relates to your own employment practices. Please note particularly that: 1. Where federally-assisted contracts are involved, the Bidder/ Contractor is bound by Revised Order No. 4 (41 CFR Part 60-2) and Executive Order 11246 of September 24, 1965 as amended, by Executive Orders 11375 and 12086; or Title VI of the Civil Rights Act of 1964 and Federal contract Compliance "bid conditions" in the proposal package. 2. The Bidder/Contractor must complete all forms of this Equal Employment Opportunity Affirmative Action Questionnaire if the total amount of the Contract is equal to or exceeds $10,000. If at any time there arises a question, problem or need for assistance in meeting the equal opportunity requirements on County contracts, please contact Hillsborough County's Economic Development Department, DM/DWBE & SBE Programs Section, P.O. Box 1110, Tampa, Florida 33601, (813) 914-4028. SANCTIONS AND PENALTIES 1. Failure to comply with the Equal Opportunity and Affirmative Action requirements adopted by the Board of County Commissioners of Hillsborough County may result in suspension or debarment of the firms or individuals involved. Debarment of firms by Hillsborough County for activity contrary to this program will be carried out according to the debarment procedures contained in the Hillsborough County Procurement Manual. Said firm or individual will be notified by registered mail of said suspension or debarment and may appeal suspension or debarment through the procedure set forth in the Procurement Manual. 2. The Board of County Commissioners encourages each Bidder to submit EEO documentation with its Bid. 3. The Board of County Commissioners also reserves the right to reject any Bids from firms who have previously failed to perform properly and who have done so by commission or omission of an act of such serious or compelling nature that the act indicates a serious lack of business integrity or honesty or willingness to comply. FIRM'S CIVIL RIGHTS STATUSAll responding firms/Bidders are requested to carefully review the following questions and provide responses as it relates to the firm's/Bidder's own affirmative action and equal opportunity practices. Subcontractor Prime Contractor Equal Employment Opportunity Requirements 3. Indicate your firm's status on this project.Subcontractor Subcontractor Subcontractor Prime Contractor 10/1/2006 4/1/2014 3. Project Period To:2/1/2016 6/28/2013 3/3/2015 9/30/2015 2/18/2015 4/30/2015 3. Project Period From: 10/4/2010 10/8/2012 11/7/2014 1/13/2014 Installation of an automated meter reading system and provision of water meters Provide residential and commercial water meters 3. Project Amount: 1200000 27000 554843.68 3000000 250000 3. Project Description:Furnishing 3" - 6" Sensus Omni Compound and Turbo water meters for large meter change-out program. Supply Water meters and fixed network AMI for City Provision Of Water Meters Supply Water Meters for complete meter change out 305-293-1519 n/a 3. E-mail Address:clott@mygulfport.us ddoucet@Niceville.org sferrante@ocalafl.org kshelby@fkaa.com n/a 3. Fax Number:850-729-4013 352-351-6718 941-714-7503 1100 Kennedy Drive Key West, FL 33040 451 Dade Blvd Miami Beach, FL. 3. Telephone Number:727-893-1000 850-729-4000 352-351-6781 941-714-7500 305-296-2454 305-673-7620 3. Address:2401 53rd Street S Gulfport, FL 33707 208 N. Partin Drive Niceville, Fl 1805 NE 30th Ave Bldg 600 Ocala FL 34470 1300 6th Street West, Bradenton, FL 34205 Florida Keys Aqueduct Authority City of Miami Beach 3. Contact Person:Clay Lott Dan Doucet Stacey Ferrante Ron Harmon Kerry Shelby Carlos Cuervo 3. Contracted With:City of Gulfport, FL City of Niceville, FL Ocala, Florida City of Bradenton 3. Project Name:City of Gulfport Large Water Meter Change-City of Niceville Water Meters Supply Water Meters for Meter Change Automated Meter Reading System City of Miami Beach Schedule of Bidder's Qualifications/References 3 Yes Yes Equal Opportunity Questionnaire has been downloaded, completed, and uploaded into Bid.Yes Yes Yes Yes Yes Yes Disadvantaged Minority-Disadvantaged Women Business Enterprise Good Faith Effort Determination Form has been downloaded, completed, and uploaded into Bid. Yes No No No No No Please provide a copy of the company's Affirmative Action/Equal Employment Opportunity Policy Statement, signed and dated by the Chief Executive Officer. Copy is attached to Bid/Proposal Copy is attached to Bid/Proposal Copy is attached to Bid/Proposal Copy has been submitted with the past twelve (12) months Copy has been submitted with the past twelve (12) months Copy is attached to Bid/Proposal Do you anticipate hiring additional staff to perform this Contract? If yes, please provide the number of positions and type of position(s). No No No No Yes Yes Has your firm been charged with discrimination within the past eighteen (18) months? If yes, how many charges, nature of charge(s); when; and where? None No No No No No Does the organization have a procedure for resolving discrimination complaints? Yes Yes Yes Yes Jill Samuelson Cole Bowman Is the organization receptive to on-site reviews?Yes Yes Yes No Yes Yes Name of person designated as EEO representative.David Mueck Scott R. Cochrane TJ Pope Progressive See Employment Data See Attached Workkforce Analysis If organization receives federal/state/local funding, please list source and dollar amount. None Not Applicable N/A Workforce Analysis by race/sex and EEO Category.see attached Attached Attached to Bid Attached Provide a copy of your organization's Affirmative Action Plan or Program (if not submitted within the past twelve (12) months). A written Affirmation Action Plan or Program is required if the firm has fifteen (15) or more employees. If the firm has fewer than fifteen (15) employees, then an Affirmative Action Policy Statement is required. Copy is attached to Bid/Proposal Copy is attached to Bid/Proposal Copy is attached to Bid/Proposal Copy is attached to Bid/Proposal Copy has been submitted with the past twelve (12) months Copy is attached to Bid/Proposal RFQ Quotes Received7 Invited Suppliers 27Close Date Active Quotes6 Intent to Participate4 RFQ Currency Shortlisted Quotes4 Responded 6 Lines Number of Awarded Lines 17 Total Current Value Total Savings Amount Number of Awarded Suppliers 1 Total Award Amount 1,397,931.15 Total Savings Percent 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable1 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, PotableLine Type 30746 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, PotableItem,Rev 1,074,572.7001 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, PotableCategory 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 01 5/8 "x 3/4", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable2 1", Water Meter, Positive Displacement, Magnetically driven, Potable02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, PotableLine Type 494 02 1", Water Meter, Positive Displacement, Magnetically driven, PotableItem,Rev 49,153.00 02 1", Water Meter, Positive Displacement, Magnetically driven, PotableCategory 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable 02 1", Water Meter, Positive Displacement, Magnetically driven, Potable Notice: Pursuant to Hillsborough County Ordinance 13-24, Protest Process and Procedures and Cone of Silence the bidder(s) identified by bold borders are being recommended for contract award. Interested parties with a grievance pertaining to this procurement shall provide the County written notice no later than five (5) business days from the date the County posts this notice of intent to award. See the following link for specific ordinance details: http://www.hillsboroughcounty.org/documentcenter/view/8867 Indicate Brand, Model, and Part #Sensus SRII Badger Meter Recordall Model M55 60268 Master Meter B16-A11A010101A1 Neptune T-10 Zenner PPD07 - 1" Positive Displacement Direct Read Meter Attributes General Attachments No No Yes No No No Note to Buyer 452 49,153.00Award/Reject ReasonAward Amount Yes NoQuantity Agreed 494 494 Award No No No No Minimum Release Amount 1.00 4.00 320.00Unit Price Savings Percent 99.5 80.72 Unit Price Savings Quote Price 143 98.25 122 101.9 Included Included Rank Lose Lose Lose Lose Lose Win Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2002 Start Price Award Amount Indicate Brand, Model, and Part #Sensus SRII Badger Meter Recordall Model LP 1076110 Master Meter B12-A11A010101A1 Neptune T-10 Zenner PPD02 5/8 X 3/4" Positive Displacement Attributes General Attachments No No Yes No No YesNote to Buyer 420 Composite 1,074,572.70 Award/Reject Reason Award Amount Yes NoQuantity Agreed 30746 30746 Award No No No No Minimum Release Amount 1.00 24.00 420.00Unit Price Savings Percent 34.95 35.76Unit Price SavingsQuote Price 63 36.38 35 45.49 Included Included Rank Lose Lose Lose Lose Win Lose Shortlist Status Included Included Excluded ExcludedQuote Status Active Active Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site Notice of Intent to Award RFQ 5244,3: Water Meters 5244,33/19/2015 14:00 USD 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2001 Start Price Award Amount 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable3 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, PotableLine Type 123 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, PotableItem,Rev 30,750.0003 1 1/2", Water Meter, Positive Displacement, Magnetically driven, PotableCategory 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable 03 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Potable04 2", Water Meter, Positive Displacement, Magnetically driven, Potable4 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, PotableLine Type 96 04 2", Water Meter, Positive Displacement, Magnetically driven, PotableItem,Rev 33,600.00 04 2", Water Meter, Positive Displacement, Magnetically driven, PotableCategory 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable 04 2", Water Meter, Positive Displacement, Magnetically driven, Potable Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Model M170 27840 Master Meter M24-A00A0101A1 Neptune T-10 Zenner PPD12- 2"Positive Displacement Direct Read Water Meter Attributes General Attachments No No Yes No No NoNote to Buyer 572DI 33,600.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 96 96 Award No No No No Minimum Release Amount 1.00 1.00 55.00Unit Price Savings Percent 350 316Unit Price SavingsQuote Price 806 398.85 290 396.18 Included Included Rank Lose Lose Win Lose Lose Lose Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2004 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall model M120 27675 Master Meter M22-A00A0101A1 Neptune T-10 Zenner PPD09 1 1/2" Positive Displacement Direct Read Meter Attributes General Attachments No No Yes No No NoNote to Buyer 562DI 30,750.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 123 123 Award No No No No Minimum Release Amount 1.00 1.00 55.00Unit Price Savings Percent 250 241 Unit Price Savings Quote Price 678 270.58 225 240 Included Included Rank Lose Lose Win Lose Lose Lose Shortlist Status Included Included Excluded ExcludedQuote Status Active Active Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2003 Start Price Award Amount 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim5 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, ReclaimLine Type 1191 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, ReclaimItem,Rev 41,625.45 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, ReclaimCategory 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 05 5/8" x 3/4", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim6 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, ReclaimLine Type 24 06 1", Water Meter, Positive Displacement, Magnetically driven, ReclaimItem,Rev 2,388.00 06 1", Water Meter, Positive Displacement, Magnetically driven, ReclaimCategory 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim 06 1", Water Meter, Positive Displacement, Magnetically driven, Reclaim06 1", Water Meter, Positive Displacement, Magnetically driven, ReclaimIndicate Brand, Model, and Part #Sensus SRII Badger Meter Recordall Model M55 - reclaim 2952 Master Meter B16-A11F010101A1 Neptune T-10 Zenner PPD07R - 1" Positive Displacement Reclaim Direct Read Water Meter Attributes General Attachments No No Yes No No No Note to Buyer 452-Reclaimed 2,388.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 24 24 Award No No No No Minimum Release Amount 1.00 4.00 320.00Unit Price Savings Percent 99.5 80.72 Unit Price Savings Quote Price 152 101.25 123 101.9 Included Included Rank Lose Lose Lose Lose Lose Win Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2006 Start Price Award Amount Indicate Brand, Model, and Part #Sensus SRII Badger Meter Recordall Model LP - reclaim 42876 Master Meter B12-A11F010101A1 Neptune T-10 Zenner PPD02R - 5/8 x 3/4" Positive Displacement RECLAIMED Direct Read Water Meter Attributes General Attachments No No Yes No No No Note to Buyer 420 Composite-Reclaimed 41,625.45 Award/Reject Reason Award Amount Yes NoQuantity Agreed 1191 1191 Award No No No No Minimum Release Amount 1.00 24.00 420.00Unit Price Savings Percent 34.95 35.76 Unit Price Savings Quote Price 69 39.1 36 45.49 Included Included Rank Lose Lose Lose Lose Win Lose Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2005 Start Price Award Amount 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim7 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, ReclaimLine Type 2107 1 1/2", Water Meter, Positive Displacement, Magnetically driven, ReclaimItem,Rev 5,250.00 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, ReclaimCategory 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 07 1 1/2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim8 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, ReclaimLine Type 14 08 2", Water Meter, Positive Displacement, Magnetically driven, ReclaimItem,Rev 4,900.00 08 2", Water Meter, Positive Displacement, Magnetically driven, ReclaimCategory 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim 08 2", Water Meter, Positive Displacement, Magnetically driven, Reclaim Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Model M170-reclaim 4088 Master Meter M24-A00F0101A1 Neptune T-10 Zenner PPD12R - 2" Positive Displacement Reclaim Direct Read Water Meter Attributes General Attachments No No Yes No No No Note to Buyer includes integral strainer 572DI-Reclaimed 4,900.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 14 14 Award No No No No Minimum Release Amount 1.00 1.00 20.00Unit Price Savings Percent 350 316 Unit Price Savings Quote Price 820 401.25 292 396.18 Included Included Rank Lose Lose Win Lose Lose Lose Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2008 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Model M120 - Reclaim 4767 Master Meter M22-A00F0101A1 Neptune T-10 Zenner PPD09R- 1 1/2" Positive Displacement Reclaim Direct Read Water Meter Attributes General Attachments No No Yes No No No Note to Buyer 562DI-Reclaimed 5,250.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 21 21 Award No No No No Minimum Release Amount 1.00 1.00 20.00 Unit Price Savings Percent 250 241 Unit Price Savings Quote Price 692 274.9 227 240 Included Included Rank Lose Lose Win Lose Lose Lose Shortlist Status Included Included Excluded Excluded Quote Status Active Active Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed890.44.2007 Start Price Award Amount 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable9 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableLine Type 11 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableItem,Rev 8,195.00 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableCategory 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 09 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, ReclaimLine Type 510 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, ReclaimItem,Rev 3,725.00 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, ReclaimCategory 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim 10 3", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Reclaim Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series - reclaim Neptune HP Turbine Zenner ZTMB03R - 3" Bronze Turbine Direct Read Water Meter - RECLAIM Attributes General Attachments No No No No Note to Buyer includes integral strainer 3,725.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 5 5 Award No No Minimum Release Amount 1.00 1.00 Unit Price Savings Percent 745 739.6 Unit Price Savings Quote Price 1030 710 Included Included Rank Lose Win Lose Lose Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed890.44.2010 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series Meter Neptune HP Turbine Zenner ZTMB03 - 3" Bronze turbine direct read water meter Attributes General Attachments No No No YesNote to Buyer includes integral strainer 8,195.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 11 11 Award No No Minimum Release Amount 1.00 1.00 Unit Price Savings Percent 745 739.6 Unit Price Savings Quote Price 1016 701.1 Included Included Rank Lose Win Lose Lose Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2009 Start Price Award Amount 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableLine Type 3 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableItem,Rev 2,997.0011 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableCategory 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 11 4", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,PotableLine Type 3 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,PotableItem,Rev 5,520.0012 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,PotableCategory 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable 12 6", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets,Potable Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series Neptune HP Turbine Zenner ZTMB06 - 6" Bronze Turbine Direct Read Water Meter Attributes General Attachments No No No NoNote to Buyer includes integral strainer 5,520.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 3 3 Award No No Minimum Release Amount 1.00 1.00Unit Price Savings Percent 1840 1361.79 Unit Price Savings Quote Price 3530 2390 Included Included Rank Lose Lose Lose Win Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2012 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series Neptune HP Turbine Zenner - ZTMB04 - 4" Bronze Turbine Direct Read Water Meter Attributes General Attachments No No No NoNote to Buyer includes integral strainer 2,997.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 3 3 Award No No Minimum Release Amount 1.00 1.00Unit Price Savings Percent 999 920.94 Unit Price Savings Quote Price 1962 968.75 Included Included Rank Lose Lose Lose Win Shortlist Status Included IncludedQuote Status Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2011 Start Price Award Amount 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableLine Type 313 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableItem,Rev 8,145.00 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableCategory 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 13 8", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableLine Type 3 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableItem,Rev 12,795.00 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, PotableCategory 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable 14 10", Water Meter, Turbine Type with end connections, bolts, nuts, and gaskets, Potable Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series Neptune HP Turbine Zenner ZTM10 - 10" Cast Iron Turbine Direct Read Water Meter Attributes General Attachments No No No YesNote to Buyer includes integral strainer 12,795.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 3 3 Award No No Minimum Release Amount 1.00 1.00Unit Price Savings Percent 4265 974.46Unit Price SavingsQuote Price 7850 5385.75 Included Included Rank Lose Lose Lose Win Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2014 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni T2 Badger Meter Recordall Turbo Series Neptune HP Turbine Zenner ZTMB08 - 8" Bronze Turbine Direct Read Water Meter Attributes General Attachments No No No No Note to Buyer includes integral strainer 8,145.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 3 3 Award No No Minimum Release Amount 1.00 1.00 Unit Price Savings Percent 2715 2208.01 Unit Price Savings Quote Price 5969 3245.25 Included Included Rank Lose Lose Lose Win Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed890.44.2013 Start Price Award Amount 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticLine Type 12 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticItem,Rev 18,000.00 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticCategory 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 15 3", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticLine Type 6 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticItem,Rev 12,750.00 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticCategory 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 16 4", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic Manufacturer and Model Badger Recordall (Compound Series); Neptune Tru/Flo Compound and Omni C2 Sensus Omni C2 Badger Meter Recordall Compound Series Neptune TruFlo Zenner PMCB04 - 4" Bronze Compound direct Read Water meter w/o strainer Attributes General Attachments No No No NoNote to Buyer includes integral strainer 12,750.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 6 6 Award No No Minimum Release Amount 1.00 1.00Unit Price Savings Percent 2125 2230.82 Unit Price Savings Quote Price 2545 2187.5 Included Included Rank Lose Lose Win Lose Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2016 Start Price Award Amount Indicate Brand, Model, and Part #Sensus Omni C2 Badger Meter Recordall Compound Series Neptune TruFlo Zenner - PMCB03 - 3" Bronze Compound Direct Read water meter with strainer Attributes General Attachments No No No YesNote to Buyer includes integral strainer 18,000.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 12 12 Award No No Minimum Release Amount 1.00 1.00 Unit Price Savings Percent 1500 1729.52 Unit Price Savings Quote Price 1481 1750.45 Included Included Rank Win Lose Lose Lose Shortlist Status Included Included Quote Status Active Active Active Active MUELLER SYSTEMS LLC Quote 32048 MUNICIPAL WATER WORKS INC Quote 33067 NEPTUNE TECHNOLOGY GROUP INC Quote 32044 ZENNER USSA Quote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTD Quote 32052 INNOVATIVE METERING SOLUTIONS INC Quote 32049 Quantity UnitEach Quantity Agreed 890.44.2015 Start Price Award Amount 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticLine Type 27 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticItem,Rev 83,565.0017 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, DomesticCategory 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic 17 6", Water Meter, Compound Type (without) strainer with end connections, gaskets, nuts, and bolts, Domestic Indicate Brand, Model, and Part #Sensus Omni C2 Badger Meter Recordall Compound Series Neptune TruFlo Zenner PMCB06 - 6" Bronze Compound Direct Read Water Meter w/o strainer. Attributes General Attachments No No No NoNote to Buyer includes integral strainer 83,565.00 Award/Reject Reason Award Amount Yes NoQuantity Agreed 27 27 Award No No Minimum Release Amount 1.00 1.00Unit Price Savings Percent 3095 3891.73 Unit Price Savings Quote Price 4394 3180.2 Included Included Rank Lose Lose Win Lose Shortlist Status Included IncludedQuote Status Active Active Active Active MUELLER SYSTEMS LLCQuote 32048 MUNICIPAL WATER WORKS INCQuote 33067 NEPTUNE TECHNOLOGY GROUP INCQuote 32044 ZENNER USSAQuote 33074 Supplier Site 890.44 Current Price Savings Amount Savings Percent Target Value HD SUPPLY WATERWORKS LTDQuote 32052 INNOVATIVE METERING SOLUTIONS INCQuote 32049 Quantity UnitEach Quantity Agreed 890.44.2017 Start Price Award Amount Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6824 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Communications Agenda Number: 7.12 SUBJECT/RECOMMENDATION: Authorize award of Invitation to Bid Number 35-19, Citywide Copy and Printing Services, to Printing Depot of Oldsmar, FL and Minuteman Press of Delray Beach, FL, and the utilization of Pinellas County Print Services, Pinellas County Clerk of the Court; for an annual not-to-exceed amount of $250,000 with option for two one-year term extensions, and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) #35-19 was issued in June 2019, for the provision of citywide quick copy and specialized printing services, supplementary to the utilization of Pinellas County Print Services. Seven bids were received and evaluated for the services available and respective costs. Bid pricing includes electronic submittal/proofing of print orders, delivery, and tiered rates for expedited, normal, two-day, or three-day service. City departments will continue to utilize Pinellas County Print Services for miscellaneous printing needs that are not time sensitive. The County’s pricing is competitive but there is no guarantee of turn around time for printing orders. This authorization ensures appropriate resources are available to meet the City’s quick copy and specialized printing needs. Hunt Family Ventures dba Printing Depot will provide all standard quick copy services - black/white and color printing for varying paper stock weights and sizes, including duplexing. Goldstar Graphics dba Minuteman Press Delray Beach will provide specialized printing services including, but not limited to: forms, booklets, brochures, post card mailers, business cards, rack cards, door hangars, bin tags, posters, envelopes, and parking tags/permits. Minuteman Press Delray Beach’s pricing includes overnight shipping services for one- and two-day services. APPROPRIATION CODE AND AMOUNT: City departments budget annually for printing services in object code 543400 Printing and/or 548000 Other Services. Page 1 City of Clearwater Printed on 10/3/2019 GROUP CATEGORY RECOMMENED AWARD GROUP 1: QUICK COPY SERVICES Hunt Family Ventures dba Printing Depot GROUP 2: PRE-PRINTED FORMS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 3: BOOKLETS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 4: BROCHURE Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 5: POST CARD MAILERS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 6: BUSINESS CARDS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 7: RACK CARDS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 8: DOOR HANGERS & BIN TAGS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 9: POSTERS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 10: ENVELOPES Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 11: MAGNETS & STICKERS Gold Star Graphics Inc dba Minuteman Press Delray Beach GROUP 12: PARKING TAGS & PERMITS Gold Star Graphics Inc dba Minuteman Press Delray Beach NOTE: Recommended award is based on group as a whole CITY OF CLEARWATER ITB #35-19, COPYING AND PRINTING SERVICES DUE DATE: July 24, 2019; 10:00 AM BID SUMMARY BASED ON GROUP 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 1A 8.5 x 11, single-side copy 0.04$ 0.03$ 0.02$ 0.08$ $ 0.04 $ 0.04 $ 0.04 $ 0.04 $25.00/$0.04ea $25.00/$0.04ea $25.00/$0.04ea $25.00/$0.04ea $ 0.07 $ 0.07 $ 0.07 $ 0.09 1B 8.5 x 14, single-side copy 0.06$ 0.05$ 0.04$ 0.12$ $ 0.05 $ 0.05 $ 0.05 $ 0.05 $30.00/$0.06ea $30.00/$0.06ea $30.00/$0.06ea $30.00/$0.06ea $ 0.09 $ 0.09 $ 0.09 $ 0.11 1C 11 x 17, single-side copy 0.09$ 0.08$ 0.07$ 0.18$ $ 0.06 $ 0.06 $ 0.06 $ 0.06 $45.00/$0.09ea $45.00/$0.09ea $45.00/$0.09ea $45.00/$0.09ea $ 0.10 $ 0.10 $ 0.10 $ 0.12 1D 8.5 x 11, double-side copy 0.08$ 0.06$ 0.04$ 0.16$ $ 0.07 $ 0.07 $ 0.07 $ 0.07 $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $ 0.12 $ 0.12 $ 0.12 $ 0.14 1E 8.5 x 14, double-side copy 0.12$ 0.10$ 0.08$ 0.24$ $ 0.08 $ 0.08 $ 0.08 $ 0.08 $50.00/$0.10ea $50.00/$0.10ea $50.00/$0.10ea $50.00/$0.10ea $ 0.13 $ 0.13 $ 0.13 $ 0.15 1F 11 x 17, double-side copy 0.18$ 0.16$ 0.14$ 0.36$ $ 0.10 $ 0.10 $ 0.10 $ 0.10 $70.00/$0.14ea $70.00/$0.14ea $70.00/$0.14ea $70.00/$0.14ea $ 0.15 $ 0.15 $ 0.15 $ 0.17 1A-1F PRICE TOTAL 0.57$ 0.48$ 0.39$ 1.14$ $ 0.40 $ 0.40 $ 0.40 $ 0.40 0.50$ 0.50$ 0.50$ 0.50$ $ 0.66 $ 0.66 $ 0.66 $ 0.78 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 1G 8.5 x 11, single-side copy 0.05$ 0.04$ 0.03$ 0.10$ $ 0.05 $ 0.05 $ 0.05 $ 0.05 $30.00/$0.06ea $30.00/$0.06ea $30.00/$0.06ea $30.00/$0.06ea $ 0.07 $ 0.07 $ 0.07 $ 0.09 1H 8.5 x 14, single-side copy 0.07$ 0.06$ 0.05$ 0.14$ $ 0.06 $ 0.06 $ 0.06 $ 0.06 $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $ 0.09 $ 0.09 $ 0.09 $ 0.11 1I 11 x 17, single-side copy 0.10$ 0.09$ 0.08$ 0.20$ $ 0.07 $ 0.07 $ 0.07 $ 0.07 $50.00/$0.10ea $50.00/$0.10ea $50.00/$0.10ea $50.00/$0.10ea $ 0.10 $ 0.10 $ 0.10 $ 0.12 1J 8.5 x 11, double-side copy 0.10$ 0.08$ 0.06$ 0.20$ $ 0.08 $ 0.08 $ 0.08 $ 0.08 $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $35.00/$0.07ea $ 0.12 $ 0.12 $ 0.12 $ 0.14 1K 8.5 x 14, double-side copy 0.14$ 0.12$ 0.10$ 0.28$ $ 0.10 $ 0.10 $ 0.10 $ 0.10 $55.00/$0.11ea $55.00/$0.11ea $55.00/$0.11ea $55.00/$0.11ea $ 0.13 $ 0.13 $ 0.13 $ 0.15 1L 11 x 17, double-side copy 0.20$ 0.18$ 0.16$ 0.40$ $ 0.12 $ 0.12 $ 0.12 $ 0.12 $80.00/$0.16ea $80.00/$0.16ea $80.00/$0.16ea $80.00/$0.16ea $ 0.15 $ 0.15 $ 0.15 $ 0.17 1G-1L PRICE TOTAL 0.66$ 0.57$ 0.48$ 1.32$ $ 0.48 $ 0.48 $ 0.48 $ 0.48 0.57$ 0.57$ 0.57$ 0.57$ $ 0.66 $ 0.66 $ 0.66 $ 0.78 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 1M 8.5 x 11, single-side copy 0.40$ 0.35$ 0.30$ 0.60$ $ 0.23 $ 0.23 $ 0.23 $ 0.23 $60.00/$0.12ea $60.00/$0.12ea $60.00/$0.12ea $60.00/$0.12ea $ 0.15 $ 0.15 $ 0.15 $ 0.18 1N 8.5 x 14, single-side copy 0.45$ 0.40$ 0.35$ 0.65$ $ 0.25 $ 0.25 $ 0.25 $ 0.25 $80.00/$0.16ea $80.00/$0.16ea $80.00/$0.16ea $80.00/$0.16ea $ 0.18 $ 0.18 $ 0.18 $ 0.21 1O 11 x 17, single-side copy 0.50$ 0.45$ 0.40$ 0.70$ $ 0.29 $ 0.29 $ 0.29 $ 0.29 $115.00/$0.23ea $115.00/$0.23ea $115.00/$0.23ea $115.00/$0.23ea $ 0.19 $ 0.19 $ 0.19 $ 0.22 1P 8.5 x 11, double-side copy 0.80$ 0.70$ 0.60$ 1.20$ $ 0.42 $ 0.42 $ 0.42 $ 0.42 $90.00/$0.18ea $90.00/$0.18ea $90.00/$0.18ea $90.00/$0.18ea $ 0.24 $ 0.24 $ 0.24 $ 0.27 1Q 8.5 x 14, double-side copy 0.90$ 0.80$ 0.70$ 1.30$ $ 0.50 $ 0.50 $ 0.50 $ 0.50 $145.00/$0.29ea $145.00/$0.29ea $145.00/$0.29ea $145.00/$0.29ea $ 0.27 $ 0.27 $ 0.27 $ 0.30 1R 11 x 17, double-side copy 1.00$ 0.90$ 0.80$ 1.40$ $ 0.52 $ 0.52 $ 0.52 $ 0.52 $210.00/$0.42ea $210.00/$0.42ea $210.00/$0.42ea $210.00/$0.42ea $ 0.28 $ 0.28 $ 0.28 $ 0.31 1M-1R PRICE TOTAL 4.05$ 3.60$ 3.15$ 5.85$ $ 2.21 $ 2.21 $ 2.21 $ 2.21 1.40$ 1.40$ 1.40$ 1.40$ $ 1.31 $ 1.31 $ 1.31 $ 1.49 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 24 HR 48 HR 72 HR SAME DAY 1S 8.5 x 11, single-side copy 0.40$ 0.35$ 0.30$ 0.60$ $ 0.29 $ 0.29 $ 0.29 $ 0.29 $65.00/$0.13ea $65.00/$0.13ea $65.00/$0.13ea $65.00/$0.13ea $ 0.15 $ 0.15 $ 0.15 $ 0.18 1T 8.5 x 14, single-side copy 0.45$ 0.40$ 0.35$ 0.65$ $ 0.42 $ 0.42 $ 0.42 $ 0.42 $85.00/$0.17ea $85.00/$0.17ea $85.00/$0.17ea $85.00/$0.17ea $ 0.18 $ 0.18 $ 0.18 $ 0.21 1U 11 x 17, single-side copy 0.50$ 0.45$ 0.40$ 0.70$ $ 0.45 $ 0.45 $ 0.45 $ 0.45 $125.00/$0.25ea $125.00/$0.25ea $125.00/$0.25ea $125.00/$0.25ea $ 0.19 $ 0.19 $ 0.19 $ 0.20 1V 8.5 x 11, double-side copy 0.80$ 0.70$ 0.60$ 1.20$ $ 0.54 $ 0.54 $ 0.54 $ 0.54 $95.00/$0.19ea $95.00/$0.19ea $95.00/$0.19ea $95.00/$0.19ea $ 0.24 $ 0.24 $ 0.24 $ 0.27 1W 8.5 x 14, double-side copy 0.90$ 0.80$ 0.70$ 1.30$ $ 0.74 $ 0.74 $ 0.74 $ 0.74 $150.00/$0.30ea $150.00/$0.30ea $150.00/$0.30ea $150.00/$0.30ea $ 0.27 $ 0.27 $ 0.27 $ 0.30 1X 11 x 17, double-side copy 1.00$ 0.90$ 0.80$ 1.40$ $ 0.85 $ 0.85 $ 0.85 $ 0.85 $215.00/$0.43ea $215.00/$0.43ea $215.00/$0.43ea $215.00/$0.43ea $ 0.28 $ 0.28 $ 0.28 $ 0.31 1S-1X PRICE TOTAL 4.05$ 3.60$ 3.15$ 5.85$ $ 3.29 $ 3.29 $ 3.29 $ 3.29 1.47$ 1.47$ 1.47$ 1.47$ $ 1.31 $ 1.31 $ 1.31 $ 1.47 GROUP 1: QUICK COPY SERVICES $9.33 $8.25 $7.17 $14.16 $6.38 $6.38 $6.38 $6.38 $3.94 $3.94 $3.94 $3.94 $3.94 $3.94 $3.94 $4.52 COLOR COPY 60 # WHITE PAPER - 500 SHEETS COLOR COPY 20 # WHITE PAPER - 500 SHEETS Uptime Investment LLC dba Minuteman Press BLACK AND WHITE COPY 20 # WHITE PAPER - 500 SHEETS BLACK AND WHITE COPY 60 # WHITE PAPER -500 SHEETS GROUP 1: QUICK COPY SERVICES Florida Print Solutions GLEM dba Sir Speedy Hunt Family Ventures dba Printing Depot BID TABULATION CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 2A Pre-printed Form: 8.5 x 11, 2-ply carbonless (white/color); black 0.20$ 0.15$ 0.13$ 0.12$ $242.35 $559.00 $1,000.70 $1,000.70 $0.09 $0.08 $0.08 $0.07 0.17$ 0.16$ 0.15$ 0.14$ $0.19 $0.12 $0.10 $0.85 $ 0.18 $ 0.14 $ 0.13 $ 0.12 2B Pre-printed Form: 8.5 x 11, 3-ply carbonless (white/color); black 0.22$ 0.19$ 0.18$ 0.17$ $365.20 $864.00 $1,555.20 $1,555.20 $0.15 $0.14 $0.13 $0.12 0.27$ 0.26$ 0.25$ 0.23$ $0.25 $0.18 $0.15 $0.14 $ 0.25 $ 0.20 $ 0.19 $ 0.18 2C Pre-printed Form: 8.5 x 11, 4-ply carbonless (white/color); black 0.30$ 0.25$ 0.24$ 0.23$ $463.40 $1,063.79 $1,638.00 $1,638.00 $0.20 $0.19 $0.18 $0.17 0.38$ 0.36$ 0.34$ 0.32$ $0.36 $0.24 $0.20 $0.19 $ 0.34 $ 0.27 $ 0.26 $ 0.25 GROUP 2: PRE-PRINTED FORMS 0.72$ 0.59$ 0.55$ 0.52$ 1.07$ 0.99$ 0.84$ 0.84$ $0.44 $0.41 $0.39 $0.36 0.82$ 0.78$ 0.74$ 0.69$ 0.80$ 0.54$ 0.45$ 1.18$ 0.77$ 0.61$ 0.58$ 0.55$ >5K Based on 10K Sol Davis Printing Inc Uptime Investment LLC dba Minuteman Press GROUP 2: PRE-PRINTED FORMS Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Inc dba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 3A Booklet: 5.5 x 8.5: with cover; stapled; folded; PMS - 1 Color 0.85$ 0.40$ 0.30$ 0.25$ 2747.86 $2.75ea no bid no bid no bid $ 0.43 0.42$ 0.30$ 0.25$ 0.76$ 0.57$ 0.48$ 0.45$ 0.78$ 0.39$ 0.22$ 0.19$ 0.89$ 0.86$ 0.85$ 0.84$ 3B Booklet: 5.5 x 8.5: with cover; stapled; folded; CMYK 1.50$ 0.85$ 0.45$ 0.40$ 2747.86$2.75ea no bid no bid no bid $ 0.43 0.42$ 0.30$ 0.25$ 0.50$ 0.48$ 0.46$ 0.43$ 1.64$ 0.48$ 0.33$ 0.25$ 0.89$ 0.86$ 0.85$ 0.84$ 3C Booklet: 5.5 x 8.5: with cover; stapled; folded; Black 0.50$ 0.45$ 0.30$ 0.27$ 987.57 $0.99ea no bid no bid no bid $ 0.19 0.17$ 0.15$ 0.14$ 0.30$ 0.28$ 0.26$ 0.25$ 0.71$ 0.25$ 0.20$ 0.18$ 0.48$ 0.45$ 0.43$ 0.41$ 3D Booklet: 8.5 x 11: with cover; stapled; folded; PMS - 1 Color 0.95$ 0.50$ 0.40$ 0.30$ 5730.84$5.73ea no bid no bid no bid $ 0.96 0.73$ 0.53$ 0.45$ 0.85$ 0.58$ 0.48$ 0.44$ 1.12$ 0.44$ 0.36$ 0.32$ 1.26$ 1.20$ 1.19$ 1.18$ 3E Booklet: 8.5 x 11: with cover; stapled; folded; CMYK 2.40$ 1.50$ 0.70$ 0.55$ 5730.84 $5.73ea no bid no bid no bid $ 0.96 0.73$ 0.53$ 0.45$ 0.99$ 0.94$ 0.89$ 0.85$ 2.87$ 0.87$ 0.60$ 0.44$ 1.26$ 1.20$ 1.19$ 1.18$ 3F Booklet: 8.5 x 11: with cover; stapled; folded; Black 0.75$ 0.55$ 0.40$ 0.38$ 1281.46$1.28ea no bid no bid no bid $ 0.28 0.27$ 0.27$ 0.27$ 0.76$ 0.66$ 0.60$ 0.55$ 1.02$ 0.42$ 0.35$ 0.31$ 0.76$ 0.71$ 0.67$ 0.65$ n/a Booklet: 11 x 17: with cover; stapled; folded; PMS na na na na na na na na na na na na na na na na na na na na na na na na n/a Booklet: 11 x 17: with cover; stapled; folded; 4/4 na na na na na na na na na na na na na na na na na na na na na na na na n/a Booklet: 11 x 17: with cover; stapled; folded; Black Ink na na na na na na na na na na na na na na na na na na na na na na na na GROUP3: BOOKLETS 6.95$ 4.25$ 2.55$ 2.15$ 3.25$ 2.74$ 2.08$ 1.81$ 4.16$ 3.51$ 3.17$ 2.97$ 8.14$ 2.85$ 2.06$ 1.69$ 5.54$ 5.28$ 5.18$ 5.10$ Sol Davis Printing Inc Uptime Investment LLCdba Minuteman Press GROUP 3: BOOKLETS Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Incdba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot Incomplete - Non Responsive to Group CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 Quantity1-1,000 Quantity1,001-2,500 Quantity2,501-5,000 QuantityOver 5,000 4A Brochure: 8.5 X 11: Tri-fold, matte text; #20 and up; PMS - 1 Color 0.25$ 0.18$ 0.14$ 0.12$ $ 407.00 $ 666.00 $ 972.55 $ 972.55 $ 0.14 0.19$ 0.06$ 0.06$ 0.19$ 0.13$ 0.10$ 0.09$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.34$ 0.09$ 0.05$ 0.04$ 0.21$ 0.18$ 0.17$ 0.16$ 4B Brochure: 8.5 X 11: Tri-fold, matte text; #20 and up; CMYK 0.80$ 0.40$ 0.25$ 0.20$ $ 452.00 $ 572.00 $ 784.00 $ 784.00 $ 0.14 0.09$ 0.06$ 0.06$ 0.17$ 0.16$ 0.15$ 0.14$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.53$ 0.13$ 0.07$ 0.05$ 0.21$ 0.18$ 0.17$ 0.16$ 4C Brochure: 8.5 X 11: Tri-fold, matte text; #20 and up; Black 0.15$ 0.12$ 0.10$ 0.08$ $ 188.00 $ 373.35 $ 663.00 $ 663.00 $ 0.60 0.09$ 0.06$ 0.05$ 0.07$ 0.06$ 0.05$ 0.05$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.27$ 0.07$ 0.05$ 0.03$ 0.11$ 0.09$ 0.08$ 0.07$ 4D Brochure: 8.5 X 11: Tri-fold, gloss; #20 and up; PMS - 1 Color 0.25$ 0.18$ 0.14$ 0.12$ $ 397.00 $ 640.00 $ 972.55 $ 972.55 $ 0.14 0.08$ 0.05$ 0.05$ 0.20$ 0.14$ 0.11$ 0.10$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.35$ 0.09$ 0.06$ 0.03$ 0.22$ 0.19$ 0.18$ 0.17$ 4E Brochure: 8.5 X 11: Tri-fold, gloss; #20 and up; CMYK 0.80$ 0.40$ 0.25$ 0.20$ $ 358.00 $ 486.00 $ 670.00 $ 670.00 $ 0.14 0.08$ 0.05$ 0.05$ 0.18$ 0.17$ 0.16$ 0.15$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.53$ 0.01$ 0.08$ 0.05$ 0.22$ 0.19$ 0.18$ 0.17$ 4F Brochure: 8.5 X 11: Tri-fold, gloss; #20 and up; Black 0.15$ 0.12$ 0.10$ 0.08$ $ 225.00 $ 395.00 $ 706.40 $ 706.40 $ 0.07 0.08$ 0.05$ 0.05$ 0.08$ 0.07$ 0.06$ 0.06$ $ 496.00 $ 777.00 $ 903.00 1,510.00$ 0.29$ 0.07$ 0.05$ 0.03$ 0.12$ 0.10$ 0.09$ 0.08$ 4G Brochure: 8.5 X 14: Tri-fold, matte text; #20 and up; PMS - 1 Color 0.35$ 0.18$ 0.14$ 0.12$ $ 397.00 $ 646.00 $ 972.00 $ 972.00 $ 0.22 0.12$ 0.08$ 0.07$ 0.19$ 0.13$ 0.11$ 0.10$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.41$ 0.11$ 0.07$ 0.06$ 0.20$ 0.17$ 0.16$ 0.15$ 4H Brochure: 8.5 X 14: Tri-fold, matte text; #20 and up; CMYK 0.50$ 0.42$ 0.25$ 0.20$ $ 494.00 $ 622.00 $ 864.00 $ 864.00 $ 0.22 0.12$ 0.08$ 0.07$ 0.28$ 0.21$ 0.18$ 0.17$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.83$ 0.21$ 0.13$ 0.09$ 0.20$ 0.17$ 0.16$ 0.15$ 4I Brochure: 8.5 X 14: Tri-fold, matte text; #20 and up; Black 0.20$ 0.15$ 0.12$ 0.10$ $ 237.95 $ 397.80 $ 773.00 $ 773.00 $ 0.08 0.08$ 0.08$ 0.07$ 0.10$ 0.09$ 0.08$ 0.08$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.35$ 0.10$ 0.07$ 0.06$ 0.11$ 0.09$ 0.08$ 0.07$ 4J Brochure: 8.5 X 14: Tri-fold, gloss; #20 and up; PMS - 1 Color 0.35$ 0.18$ 0.14$ 0.12$ $ 415.00 $ 695.00 $ 1,057.00 $ 1,057.00 $ 0.23 0.13$ 0.09$ 0.08$ 0.30$ 0.23$ 0.20$ 0.19$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.41$ 0.12$ 0.08$ 0.06$ 0.16$ 0.15$ 0.14$ 0.13$ 4K Brochure: 8.5 X 14: Tri-fold, gloss; #20 and up; CMYK 0.50$ 0.42$ 0.25$ 0.20$ $ 478.00 $ 604.00 $ 854.00 $ 854.00 $ 0.23 0.13$ 0.09$ 0.08$ 0.26$ 0.24$ 0.22$ 0.21$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.83$ 0.21$ 0.13$ 0.10$ 0.16$ 0.15$ 0.14$ 0.13$ 4L Brochure: 8.5 X 14: Tri-fold, gloss; #20 and up; Black 0.20$ 0.15$ 0.12$ 0.10$ $ 265.00 $ 441.00 $ 812.00 $ 812.00 $ 0.08 0.08$ 0.09$ 0.08$ 0.11$ 0.10$ 0.09$ 0.09$ $ 698.00 $ 884.00 $ 1,091.00 1,738.00$ 0.35$ 0.10$ 0.07$ 0.06$ 0.13$ 0.10$ 0.10$ 0.08$ 4M Brochure: 11 X 14: Gate fold, matte text; #20 and up; PMS - 1 Color 0.40$ 0.25$ 0.20$ 0.15$ $ 496.00 $ 656.00 $ 828.00 $ 828.00 $ 0.28 0.19$ 0.12$ 0.08$ 0.26$ 0.17$ 0.14$ 0.13$ $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.36$ 0.12$ 0.08$ 0.07$ 0.34$ 0.23$ 0.20$ 0.34$ 4N Brochure: 11 X 14: Gate fold, matte text; #20 and up; CMYK 0.95$ 0.50$ 0.30$ 0.25$ $ 582.00 $ 849.00 $ 1,184.00 $ 1,184.00 $ 0.28 0.19$ 0.12$ 0.08$ 0.30$ no bid no bid no bid $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.84$ 0.22$ 0.14$ 0.10$ 0.34$ 0.23$ 0.20$ 0.15$ 4O Brochure: 11 X 14: Gate fold, matte text; #20 and up; Black 0.22$ 0.20$ 0.16$ 0.14$ $ 347.00 $ 452.00 $ 800.00 $ 800.00 $ 0.10 0.08$ 0.07$ 0.05$ 0.10$ 0.09$ 0.09$ 0.08$ $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.36$ 0.11$ 0.08$ 0.07$ 0.34$ 0.23$ 0.20$ 0.15$ 4P Brochure: 11 X 14: Gate fold, gloss; #20 and up; PMS - 1 Color 0.40$ 0.25$ 0.20$ 0.15$ $ 562.00 $ 829.00 $ 1,144.00 $ 1,144.00 $ 0.28 0.18$ 0.13$ 0.11$ 0.28$ 0.19$ 0.16$ 0.15$ $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.42$ 0.13$ 0.09$ 0.08$ 0.34$ 0.23$ 0.20$ 0.15$ 4Q Brochure: 11 X 14: Gate fold, gloss; #20 and up; CMYK 0.95$ 0.50$ 0.30$ 0.25$ $ 590.00 $ 899.00 $ 1,246.00 $ 1,246.00 $ 0.28 0.18$ 0.13$ 0.11$ 0.32$ 0.30$ 0.28$ 0.27$ $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.84$ 0.22$ 0.14$ 0.11$ 0.34$ 0.23$ 0.20$ 0.15$ 4R Brochure: 11 X 14: Gate fold, gloss; #20 and up; Black 0.22$ 0.20$ 0.16$ 0.14$ $ 355.00 $ 496.65 $ 889.00 $ 889.00 $ 0.11 0.09$ 0.08$ 0.06$ 0.12$ 0.11$ 0.10$ 0.10$ $ 943.00 $ 1,314.00 $ 1,533.00 2,894.00$ 0.36$ 0.11$ 0.08$ 0.07$ 0.34$ 0.23$ 0.20$ 0.15$ GROUP 4: BROCHURES 7.64$ 4.80$ 3.32$ 2.72$ 7.25$ 4.29$ 3.24$ 3.24$ 3.08$ 2.08$ 1.49$ 1.26$ 12.82$ 7.14$ 4.23$ 4.91$ 8.67$ 2.22$ 1.52$ 1.16$ 4.09$ 3.14$ 2.85$ 2.61$ >5K Based on 10K based on 7.5K 3.69$ Based on 10K KM Printing dba Strategic Factory Sol Davis Printing Inc Uptime Investment LLC dba Minuteman Press GROUP 4: BROCHURE Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Inc dba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot Incomplete - Non Responsive to Group CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 Quantity 1-1,000 Quantity 1,001-2,500 Quantity 2,501-5,000 Quantity Over 5,000 5A Post Card Mailers: 4.25 x 5.5; 2 sided; matte CARD STOCK, text; #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.10$ 0.08$ $ 0.05 0.04$ 0.02$ 0.02$ 0.08$ 0.07$ 0.06$ 0.06$ 113.00$ 193.00$ 270.00$ 472.00$ 0.34$ 0.09$ 0.05$ 0.03$ 0.09$ 0.08$ 0.07$ 0.06$ 5B Post Card Mailers: 4.25 x 5.52 sided; matte CARD STOCK, #60 and up; CMYK 0.25$ 0.23$ 0.20$ 0.18$ $ 0.05 0.04$ 0.02$ 0.02$ 0.07$ 0.06$ 0.05$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.52$ 0.13$ 0.07$ 0.04$ 0.09$ 0.08$ 0.07$ 0.06$ 5C Post Card Mailers: 4.25 x 5.52 sided; gloss CARD STOCK, #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.10$ 0.08$ $ 0.05 0.04$ 0.02$ 0.02$ 0.08$ 0.07$ 0.06$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.31$ 0.08$ 0.04$ 0.03$ 0.09$ 0.08$ 0.07$ 0.06$ 5D Post Card Mailers: 4.25 x 5.52 sided; gloss CARD STOCK, #60 and up; CMYK 0.25$ 0.23$ 0.20$ 0.18$ $ 0.05 0.04$ 0.02$ 0.02$ 0.07$ 0.06$ 0.05$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.50$ 0.12$ 0.06$ 0.04$ 0.09$ 0.08$ 0.07$ 0.06$ 5E Post Card Mailers: 4 x 62 sided; matte CARD STOCK, #60 and up; PMS - 1 Color 0.30$ 0.15$ 0.12$ 0.08$ $ 0.05 0.04$ 0.02$ 0.02$ 0.08$ 0.07$ 0.06$ 0.06$ 113.00$ 193.00$ 270.00$ 472.00$ 0.34$ 0.09$ 0.05$ 0.03$ 0.09$ 0.08$ 0.07$ 0.06$ 5F Post Card Mailers: 4 x 62 sided; matte CARD STOCK, #60 and up; CMYK 0.50$ 0.40$ 0.25$ 0.20$ $ 0.05 0.04$ 0.02$ 0.02$ 0.07$ 0.07$ 0.06$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.53$ 0.13$ 0.07$ 0.04$ 0.09$ 0.08$ 0.07$ 0.06$ 5G Post Card Mailers: 4 x 62 sided; gloss CARD STOCK, #60 and up; PMS - 1 Color 0.30$ 0.15$ 0.12$ 0.08$ $ 0.05 0.04$ 0.02$ 0.02$ 0.08$ 0.07$ 0.05$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.03$ 0.09$ 0.05$ 0.03$ 0.09$ 0.08$ 0.07$ 0.06$ 5H Post Card Mailers: 4 x 62 sided; gloss CARD STOCK, #60 and up; CMYK 0.50$ 0.40$ 0.25$ 0.20$ $ 0.05 0.04$ 0.02$ 0.02$ 0.07$ 0.06$ 0.06$ 0.05$ 113.00$ 193.00$ 270.00$ 472.00$ 0.57$ 0.13$ 0.07$ 0.04$ 0.09$ 0.08$ 0.07$ 0.06$ 5I Post Card Mailers: 5.5 x 8.52 sided; matte CARD STOCK, #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.12$ 0.10$ $ 0.12 0.07$ 0.05$ 0.05$ 0.10$ 0.09$ 0.08$ 0.07$ 208.00$ 325.00$ 447.00$ 641.00$ 0.35$ 0.10$ 0.06$ 0.04$ 0.12$ 0.11$ 0.10$ 0.09$ 5J Post Card Mailers: 5.5 x 8.5 2 sided; matte CARD STOCK, #60 and up; CMYK 0.45$ 0.35$ 0.25$ 0.20$ $ 0.12 0.07$ 0.05$ 0.05$ 0.14$ 0.12$ 0.11$ 0.10$ 208.00$ 325.00$ 447.00$ 641.00$ 0.54$ 0.15$ 0.08$ 0.05$ 0.12$ 0.11$ 0.10$ 0.09$ 5K Post Card Mailers: 5.5 x 8.52 sided; gloss CARD STOCK, #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.12$ 0.10$ $ 0.12 0.06$ 0.04$ 0.04$ 0.09$ 0.08$ 0.07$ 0.07$ 208.00$ 325.00$ 447.00$ 641.00$ 0.32$ 0.18$ 0.05$ 0.03$ 0.12$ 0.11$ 0.10$ 0.09$ 5L Post Card Mailers: 5.5 x 8.52 sided; gloss CARD STOCK, #60 and up; CMYK 0.45$ 0.35$ 0.25$ 0.20$ $ 0.12 0.06$ 0.04$ 0.04$ 0.12$ 0.11$ 0.10$ 0.09$ 208.00$ 325.00$ 447.00$ 641.00$ 0.51$ 0.13$ 0.07$ 0.04$ 0.12$ 0.11$ 0.10$ 0.09$ 5M Post Card Mailers: 6 x 92 sided; matte CARD STOCK, #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.10$ 0.08$ $ 0.13 0.09$ 0.07$ 0.06$ 0.10$ 0.09$ 0.08$ 0.07$ 232.00$ 364.00$ 580.00$ 811.00$ 0.36$ 0.11$ 0.06$ 0.04$ 0.12$ 0.11$ 0.10$ 0.09$ 5N Post Card Mailers: 6 x 92 sided; matte CARD STOCK, #60 and up; CMYK 0.45$ 0.35$ 0.20$ 0.10$ $ 0.13 0.09$ 0.07$ 0.06$ 0.12$ 0.11$ 0.10$ 0.09$ 232.00$ 364.00$ 580.00$ 811.00$ 0.55$ 0.15$ 0.08$ 0.06$ 0.12$ 0.11$ 0.10$ 0.09$ 5O Post Card Mailers: 6 x 92 sided; gloss CARD STOCK, #60 and up; PMS - 1 Color 0.25$ 0.15$ 0.10$ 0.08$ $ 0.12 0.07$ 0.05$ 0.05$ 0.09$ 0.08$ 0.07$ 0.07$ 232.00$ 364.00$ 580.00$ 811.00$ 0.38$ 0.11$ 0.06$ 0.05$ 0.12$ 0.11$ 0.10$ 0.09$ 5P Post Card Mailers: 6 x 92 sided; gloss CARD STOCK, #60 and up; CMYK 0.45$ 0.35$ 0.20$ 0.10$ $ 0.12 0.07$ 0.05$ 0.05$ 0.12$ 0.11$ 0.10$ 0.09$ 232.00$ 364.00$ 580.00$ 811.00$ 0.57$ 0.16$ 0.08$ 0.06$ 0.12$ 0.11$ 0.10$ 0.09$ 5Q Post Card Mailers: 8.5 x 11bi-fold; 2 sided; matte CARD STOCK, #60 and up; folded; tabbed; PMS - 1 Color 0.35$ 0.25$ 0.15$ 0.12$ $ 0.23 0.22$ 0.18$ 0.16$ 0.43$ 0.37$ 0.34$ 0.31$ 496.00$ 777.00$ 903.00$ 1,510.00$ 0.50$ 0.16$ 0.13$ 0.11$ 0.33$ 0.28$ 0.18$ 0.17$ 5R Post Card Mailers: 8.5 x 11 bi-fold; 2 sided; matte CARD STOCK, #60 and up; folded; tabbed; CMYK 0.40$ 0.35$ 0.25$ 0.15$ $ 0.23 0.22$ 0.18$ 0.16$ 0.42$ 0.38$ 0.34$ 0.31$ 496.00$ 777.00$ 903.00$ 1,510.00$ 0.69$ 0.21$ 0.15$ 0.12$ 0.33$ 0.28$ 0.18$ 0.17$ 5S Post Card Mailers: 8.5 x 11bi-fold; 2 sided; gloss CARD STOCK, #60 and up; folded; tabbed; PMS - 1 Color 0.35$ 0.25$ 0.15$ 0.12$ $ 0.23 0.18$ 0.15$ 0.13$ 0.42$ 0.36$ 0.33$ 0.30$ 496.00$ 777.00$ 903.00$ 1,510.00$ 0.38$ 0.15$ 0.12$ 0.10$ 0.33$ 0.28$ 0.18$ 0.17$ 5T Post Card Mailers: 8.5 x 11bi-fold; 2 sided; gloss CARD STOCK, #60 and up; folded; tabbed; CMYK 0.40$ 0.35$ 0.25$ 0.15$ $ 0.23 0.18$ 0.15$ 0.13$ 0.42$ 0.38$ 0.34$ 0.31$ 496.00$ 777.00$ 903.00$ 1,510.00$ 0.64$ 0.19$ 0.14$ 0.11$ 0.33$ 0.28$ 0.18$ 0.17$ 5U Post Card Mailers: 11 x 14bi-fold; 2 sided; matte CARD STOCK, #60 and up; folded; tabbed; PMS - 1 Color 0.65$ 0.35$ 0.25$ 0.18$ $ 0.38 0.32$ 0.28$ 0.27$ 0.43$ 0.37$ 0.34$ 0.31$ 978.00$ 1,402.00$ 1,708.00$ 3,244.00$ 0.54$ 0.21$ 0.17$ 0.15$ 0.42$ 0.35$ 0.29$ 0.28$ 5V Post Card Mailers: 11 x 14bi-fold; 2 sided; matte CARD STOCK, #60 and up; folded; tabbed; CMYK 0.65$ 0.35$ 0.25$ 0.18$ $ 0.38 0.32$ 0.28$ 0.27$ 0.62$ 0.56$ 0.51$ 0.47$ 978.00$ 1,402.00$ 1,708.00$ 3,244.00$ 0.71$ 0.25$ 0.19$ 0.17$ 0.42$ 0.35$ 0.29$ 0.28$ 5W Post Card Mailers: 11 x 14bi-fold; 2 sided; gloss CARD STOCK, #60 and up; folded; tabbed; PMS - 1 Color 0.65$ 0.35$ 0.25$ 0.18$ $ 0.38 0.29$ 0.22$ 0.21$ 0.42$ 0.36$ 0.34$ 0.31$ 978.00$ 1,402.00$ 1,708.00$ 3,244.00$ 0.49$ 0.18$ 0.15$ 0.13$ 0.42$ 0.35$ 0.29$ 0.28$ 5X Post Card Mailers: 11 x 14bi-fold; 2 sided; gloss CARD STOCK, #60 and up; folded; tabbed; CMYK 0.65$ 0.35$ 0.25$ 0.18$ $ 0.38 0.29$ 0.22$ 0.21$ 0.61$ 0.55$ 0.50$ 0.47$ 978.00$ 1,402.00$ 1,708.00$ 3,244.00$ 0.66$ 0.22$ 0.17$ 0.15$ 0.42$ 0.35$ 0.29$ 0.28$ 9.50$ 6.46$ 4.48$ 3.30$ 3.82$ 2.92$ 2.24$ 2.10$ 5.25$ 4.65$ 4.20$ 3.86$ 8.56$ 5.21$ 3.34$ 3.81$ 11.33$ 3.52$ 2.22$ 1.69$ 4.68$ 4.04$ 3.24$ 3.00$ Based on 10K Based on 10K2.86$ Based on 10K KM Printing dba Strategic Factory Sol Davis Printing Inc Uptime Investment LLCdba Minuteman Press GROUP 5:POST CARD MAILERS Florida Print Solutions Gold Star Graphics Incdba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot GROUP 5: POST CARD MAILERS CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 6A Logo Business Cards, 3.5 x 2, color, printed on 4/4 recycles white 14 pt. cover stock 0.10$ 0.06$ 0.05$ 0.04$ $ 57.50 99.50$ 118.50$ $ 0.03 0.02$ 0.01$ 0.01$ 0.07$ 0.06$ 0.05$ 0.04$ 59.00$ 115.00$ 220.00$ 295.00$ 0.08$ 0.05$ 0.04$ 0.03$ $ 54.98 90.00$ 145.00$ 165.00$ 6B Logo Business Cards, 3.5 x 2, gray scale/black ink on recycled white 14 pt. cover stock 0.05$ 0.03$ 0.02$ 0.02$ $ 57.50 99.50$ 118.50$ $ 0.03 0.02$ 0.01$ 0.01$ 0.05$ 0.04$ 0.03$ 0.03$ 50.00$ 95.00$ 180.00$ 255.00$ 0.08$ 0.03$ 0.03$ 0.02$ $ 44.98 75.00$ 130.00$ 145.00$ 0.15$ 0.09$ 0.07$ 0.06$ 0.06$ 0.04$ 0.02$ 0.02$ 0.12$ 0.10$ 0.08$ 0.07$ 0.11$ 0.08$ 0.08$ 0.07$ 0.16$ 0.08$ 0.07$ 0.05$ 0.10$ 0.07$ 0.06$ 0.04$ Based on 10K Based on 7.5K Based on 7.5K 0.06$ Based on 10K Incomplete - Non Responsive to GroupGROUP 6: BUSINESS CARDS KM Printing dba Strategic Factory Sol Davis Printing Inc Uptime Investment LLCdba Minuteman Press GROUP 6: BUSINESS CARDS Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Incdba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot BID TABULATION CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 7A Rack Cards: 3 x 8matte CARD STOCK, #60 and up; CMYK 0.32$ 0.28$ 0.22$ 0.20$ $ 291.14 $377.94 $914.56 $914.56 $ 0.08 0.05$ 0.04$ 0.04$ 0.10$ 0.07$ 0.06$ 0.05$ 158.00$ 175.00$ 272.00$ 412.00$ 0.34$ 0.13$ 0.07$ 0.04$ 0.21$ 0.08$ 0.07$ 0.06$ 7B Rack Cards: 3 x 8matte CARD STOCK, #60 and up; Black 0.08$ 0.06$ 0.04$ 0.03$ $ 91.43 $184.46 $315.42 $315.42 $ 0.08 0.04$ 0.04$ 0.04$ 0.06$ 0.05$ 0.04$ 0.04$ 158.00$ 175.00$ 272.00$ 412.00$ 0.18$ 0.07$ 0.04$ 0.03$ 0.11$ 0.06$ 0.05$ 0.04$ 7C Rack Cards: 3 x 8 gloss CARD STOCK, #60 and up; CMYK 0.32$ 0.28$ 0.22$ 0.20$ $ 460.94 $377.94 $914.56 $914.56 $ 0.08 0.04$ 0.03$ 0.03$ 0.10$ 0.07$ 0.06$ 0.05$ 158.00$ 175.00$ 272.00$ 412.00$ 0.52$ 0.16$ 0.08$ 0.05$ 0.21$ 0.08$ 0.07$ 0.06$ 7D Rack Cards: 3 x 8gloss CARD STOCK, #60 and up; Black 0.08$ 0.06$ 0.04$ 0.03$ $ 91.43 $184.46 $315.42 $315.42 $ 0.08 0.04$ 0.04$ 0.04$ 0.05$ 0.04$ 0.03$ 0.03$ 158.00$ 175.00$ 272.00$ 412.00$ 0.29$ 0.09$ 0.05$ 0.03$ 0.11$ 0.06$ 0.05$ 0.04$ 7E Rack Cards: 4 x 9matte CARD STOCK, #60 and up; CMYK 0.30$ 0.25$ 0.20$ 0.15$ $ 291.53 $525.51 $907.46 $907.46 $ 0.10 0.06$ 0.04$ 0.04$ 0.10$ 0.08$ 0.07$ 0.06$ 158.00$ 175.00$ 272.00$ 412.00$ 0.35$ 0.14$ 0.08$ 0.05$ 0.21$ 0.08$ 0.07$ 0.06$ 7F Rack Cards: 4 x 9 matte CARD STOCK, #60 and up; Black 0.10$ 0.08$ 0.06$ 0.05$ $ 101.73 $291.30 $355.72 $355.72 $ 0.08 0.06$ 0.04$ 0.04$ 0.06$ 0.05$ 0.04$ 0.04$ 158.00$ 175.00$ 272.00$ 412.00$ 0.20$ 0.08$ 0.05$ 0.04$ 0.11$ 0.06$ 0.05$ 0.04$ 7G Rack Cards: 4 x 9gloss CARD STOCK, #60 and up; CMYK 0.30$ 0.25$ 0.20$ 0.15$ $ 291.53 $525.51 $907.46 $907.46 $ 0.10 0.06$ 0.04$ 0.04$ 0.10$ 0.08$ 0.07$ 0.06$ 158.00$ 175.00$ 272.00$ 412.00$ 0.35$ 0.15$ 0.09$ 0.05$ 0.21$ 0.08$ 0.07$ 0.06$ 7H Rack Cards: 4 x 9gloss CARD STOCK, #60 and up; Black 0.10$ 0.08$ 0.06$ 0.05$ $ 101.73 $291.91 $355.72 $355.72 $ 0.08 0.06$ 0.04$ 0.04$ 0.06$ 0.05$ 0.04$ 0.04$ 158.00$ 175.00$ 272.00$ 412.00$ 0.20$ 0.10$ 0.06$ 0.04$ 0.11$ 0.06$ 0.05$ 0.04$ 1.60$ 1.34$ 1.04$ 0.86$ 1.72$ 1.10$ 1.00$ 1.00$ 0.68$ 0.41$ 0.31$ 0.31$ 0.63$ 0.49$ 0.41$ 0.37$ 1.26$ 0.56$ 0.44$ 0.44$ 2.43$ 0.92$ 0.52$ 0.33$ 1.28$ 0.56$ 0.48$ 0.40$ Based on 10K Based on 7.5K0.33$ Based on 10K Sol Davis Printing Inc Uptime Investment LLCdba Minuteman Press GROUP 7:RACK CARDS Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Incdba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot KM Printing dba Strategic Factory GROUP 7: RACK CARDS CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION ITB #35-19, COPYING AND PRINTING SERVICES Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 Quantity: 500 - 1,000 Quantity: 1,001 - 2,500 Quantity: 2,501 - 5,000 Quantity: Over 5,000 8A Door Hangers: 4.25 x 11 matte CARD STOCK, #60 and up; die cut; PMS - 1 Color $ 402.99 $ 738.15 $ 1,295.00 $ 1,295.00 $ 0.18 0.10$ 0.08$ 0.08$ 0.17$ 0.16$ 0.15$ 0.14$ 337.00$ 454.00$ 701.00$ 900.00$ 8B Door Hangers: 4.25 x 11 matte CARD STOCK, #60 and up; die cut; CMYK $ 472.68 $ 872.42 $ 1,539.19 $ 1,539.19 $ 0.18 0.10$ 0.08$ 0.08$ 0.26$ 0.24$ 0.21$ 0.19$ 337.00$ 454.00$ 701.00$ 900.00$ 8C Door Hangers: 4.25 x 11 matte CARD STOCK, #60 and up; die cut; Black $ 199.68 $ 372.42 $ 664.19 $ 664.19 $ 0.18 0.10$ 0.08$ 0.08$ 0.19$ 0.18$ 0.17$ 0.16$ 337.00$ 454.00$ 701.00$ 900.00$ 8D Door Hangers: 4.25 x 11gloss CARD STOCK, #60 and up; die cut; PMS - 1 Color $ 402.99 $ 738.15 $ 1,295.00 $ 1,295.00 $ 0.16 0.10$ 0.07$ 0.08$ 0.17$ 0.16$ 0.15$ 0.14$ 337.00$ 454.00$ 701.00$ 900.00$ 8E Door Hangers: 4.25 x 11 gloss CARD STOCK, #60 and up; die cut; CMYK $ 472.68 $ 872.42 $ 1,539.19 $ 1,539.00 $ 0.16 0.10$ 0.07$ 0.08$ 0.26$ 0.24$ 0.21$ 0.19$ 337.00$ 454.00$ 701.00$ 900.00$ 8F Door Hangers: 4.25 x 11 gloss CARD STOCK, #60 and up; die cut; Black $ 199.68 $ 372.42 $ 664.19 $ 664.19 $ 0.16 0.10$ 0.07$ 0.08$ 0.19$ 0.18$ 0.17$ 0.16$ 337.00$ 454.00$ 701.00$ 900.00$ 8G Bin Tags: 4.25 x 11 matte TEXT WEIGHT, #60 and up; die cut; perforation; PMS - 1 Color $ 383.84 $ 700.20 $ 1,137.78 $ 1,137.78 $ 0.18 0.11$ 0.09$ 0.08$ 0.20$ 0.17$ 0.16$ 0.14$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 8H Bin Tags: 4.25 x 11 matte TEXT WEIGHT, #60 and up; die cut; perforation; CMYK $ 404.68 $ 781.92 $ 1,283.69 $ 1,283.69 $ 0.18 0.11$ 0.09$ 0.08$ 0.24$ 0.21$ 0.19$ 0.18$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 8I Bin Tags: 4.25 x 11 matte TEST WEIGHT, #60 and up; die cut; perforation; Black $ 212.00 $ 417.73 $ 637.55 $ 637.55 $ 0.18 0.11$ 0.09$ 0.07$ 0.20$ 0.17$ 0.16$ 0.14$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 8J Bin Tags: 4.25 x 11 gloss TEXT WEIGHT, #60 and up; die cut; perforation; PMS - 1 Color $ 383.84 $ 700.20 $ 1,137.76 $ 1,137.76 $ 0.18 0.11$ 0.09$ 0.07$ 0.20$ 0.17$ 0.16$ 0.14$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 8K Bin Tags: 4.25 x 11gloss TEXT WEIGHT, #60 and up; die cut; perforation; CMYK $ 404.68 $ 781.92 $ 1,283.69 $ 1,283.69 $ 0.18 0.11$ 0.09$ 0.07$ 0.24$ 0.21$ 0.19$ 0.18$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 8L Bin Tags: 4.25 x 11 gloss TEXT WEIGHT, #60 and up; die cut; perforation; Black $ 212.00 $ 417.73 $ 637.55 $ 637.55 $ 0.18 0.11$ 0.09$ 0.07$ 0.20$ 0.17$ 0.16$ 0.14$ 446.00$ 760.00$ 1,091.00$ 1,350.00$ 4.15$ 3.11$ 2.62$ 2.62$ 2.10$ 1.26$ 0.99$ 0.92$ 2.52$ 2.26$ 2.08$ 1.90$ 4.70$ 2.91$ 2.15$ 1.80$ Based on 10K Based on 7.5K 1.35$ Based on 10KNote: 8G-8L include number / 8I & 8L include colored paper GROUP 8: DOOR HANGERS & BIN TAGS GLEM dba Sir Speedy Gold Star Graphics Inc dba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot KM Printing dba Strategic Factory GROUP 8: DOOR HANGERS & BIN TAGS Incomplete - Non Responsive to Group Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM BID TABULATION CITY OF CLEARWATER Quantity:1 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:1 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:1 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 9A Posters: 11 x 17matte text, #20 and up; PMS - 1 Color 0.24$ 0.15$ 0.13$ 0.12$ $ 0.14 0.13$ 0.09$ 0.06$ 0.17$ 0.11$ 0.09$ 0.08$ 0.37$ 0.26$ 0.24$ no bid 9B Posters: 11 x 17matte text, #20 and up; CMYK 0.45$ 0.30$ 0.20$ 0.16$ $ 0.14 0.13$ 0.09$ 0.06$ 0.19$ 0.15$ 0.14$ 0.14$ 0.37$ 0.26$ 0.24$ 0.23$ 9C Posters: 11 x 17matte text, #20 and up; Black 0.17$ 0.11$ 0.10$ 0.09$ $ 0.05 0.04$ 0.04$ 0.04$ 0.09$ 0.08$ 0.07$ 0.07$ 0.17$ 0.11$ 0.10$ 0.23$ 9D Posters: 11 x 17 gloss, #20 and up; PMS - 1 Color 0.25$ 0.16$ 0.14$ 0.13$ $ 0.13 0.12$ 0.10$ 0.09$ 0.18$ 0.12$ 0.10$ 0.09$ 0.37$ 0.26$ 0.24$ 0.09$ 9E Posters: 11 x 17 gloss, #20 and up; CMYK 0.50$ 0.35$ 0.25$ 0.20$ $ 0.13 0.12$ 0.10$ 0.09$ 0.20$ 0.16$ 0.15$ 0.15$ 0.37$ 0.26$ 0.24$ 0.23$ 9F Posters: 11 x 17 gloss, #20 and up; Black 0.18$ 0.12$ 0.11$ 0.10$ $ 0.06 0.06$ 0.05$ 0.05$ 0.10$ 0.09$ 0.08$ 0.08$ 0.17$ 0.11$ 0.10$ 0.09$ 9G Posters: 18 x 24 matte text, #20 and up; PMS - 1 Color 0.40$ 0.20$ 0.13$ 0.12$ $ 0.49 0.34$ 0.22$ 0.16$ 0.79$ 0.53$ 0.39$ 0.34$ 0.80$ 0.75$ 0.73$ 0.70$ 9H Posters: 18 x 24 matte text, #20 and up; CMYK 1.00$ 0.42$ 0.25$ 0.18$ $ 0.49 0.34$ 0.22$ 0.16$ 1.19$ 0.64$ 0.45$ 0.37$ 0.80$ 0.75$ 0.73$ 0.70$ 9I Posters: 18 x 24 matte text, #20 and up; Black 0.30$ 0.18$ 0.15$ 0.12$ $ 0.49 0.34$ 0.22$ 0.16$ 0.63$ 0.42$ 0.34$ 0.31$ 0.65$ 0.60$ 0.58$ 0.55$ 9J Posters: 18 x 24gloss, #20 and up; PMS - 1 Color 0.40$ 0.20$ 0.13$ 0.12$ $ 0.49 0.34$ 0.22$ 0.16$ 0.66$ 0.40$ 0.30$ 0.25$ 0.80$ 0.75$ 0.73$ 0.70$ 9K Posters: 18 x 24gloss, #20 and up; CMYK 1.00$ 0.42$ 0.25$ 0.18$ $ 0.49 0.34$ 0.22$ 0.16$ 1.02$ 0.51$ 0.35$ 0.28$ 0.80$ 0.75$ 0.73$ 0.70$ 9L Posters: 18 x 24gloss, #20 and up; Black 0.30$ 0.18$ 0.15$ 0.12$ $ 0.49 0.34$ 0.22$ 0.16$ 0.56$ 0.36$ 0.27$ 0.24$ 0.65$ 0.60$ 0.58$ 0.55$ 9M Posters: 22 x 28matte text, #20 and up; PMS - 1 Color 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 2.40$ 1.32$ 1.05$ 0.94$ 9.00$ 9.00$ 9.00$ 9.00$ 9N Posters: 22 x 28matte text, #20 and up; CMYK 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 2.79$ 1.49$ 1.11$ 0.98$ 9.00$ 9.00$ 9.00$ 9.00$ 9O Posters: 22 x 28 matte text, #20 and up; Black 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 2.31$ 1.25$ 1.01$ 0.91$ 8.00$ 8.00$ 8.00$ 5.00$ 9P Posters: 22 x 28 gloss, #20 and up; PMS - 1 Color 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 2.10$ 1.27$ 1.02$ 0.90$ 9.00$ 9.00$ 9.00$ 9.00$ 9Q Posters: 22 x 28 gloss, #20 and up; CMYK 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 2.55$ 1.49$ 1.25$ 1.16$ 9.00$ 9.00$ 9.00$ 9.00$ 9R Posters: 22 x 28 gloss, #20 and up; Black 15.00$ 8.00$ 7.80$ 7.50$ $ 0.49 0.38$ 0.25$ 0.22$ 1.98$ 1.22$ 0.99$ 0.88$ 9.00$ 8.00$ 8.00$ 5.00$ 9S Posters: 24 x 36 matte text, #20 and up; PMS - 1 Color 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.67$ 0.47$ 0.34$ 2.40$ 1.32$ 1.05$ 0.94$ 15.00$ 15.00$ 15.00$ 12.00$ 9T Posters: 24 x 36 matte text, #20 and up; CMYK 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.67$ 0.47$ 0.34$ 2.79$ 1.49$ 1.11$ 0.98$ 15.00$ 15.00$ 15.00$ 12.00$ 9U Posters: 24 x 36matte text, #20 and up; Black 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.45$ 0.36$ 0.33$ 2.31$ 1.25$ 1.01$ 0.91$ 10.00$ 10.00$ 10.00$ 8.00$ 9V Posters: 24 x 36gloss, #20 and up; PMS - 1 Color 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.67$ 0.47$ 0.34$ 2.10$ 1.27$ 1.02$ 0.90$ 15.00$ 15.00$ 15.00$ 12.00$ 9W Posters: 24 x 36gloss, #20 and up; CMYK 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.67$ 0.47$ 0.34$ 2.55$ 1.49$ 1.25$ 1.16$ 15.00$ 15.00$ 15.00$ 12.00$ 9X Posters: 24 x 36gloss, #20 and up; Black 15.00$ 8.00$ 7.80$ 7.50$ $ 1.03 0.45$ 0.36$ 0.33$ 1.98$ 1.22$ 0.99$ 0.88$ 10.00$ 10.00$ 10.00$ 8.00$ 185.19$ 98.79$ 95.59$ 91.64$ 12.71$ 8.50$ 5.89$ 4.69$ 34.04$ 19.65$ 15.59$ 13.94$ Based on 10K GROUP 8: DOOR HANGERS & BIN TAGS Incomplete - Non Responsive to Group GROUP 9: POSTERS Florida Print Solutions Gold Star Graphics Inc dba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot Uptime Investment LLC dba Minuteman Press BID TABULATION CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 Quantity:500 - 1,000 Quantity:1,001 - 2,500 Quantity:2,501 - 5,000 Quantity:Over 5,000 10A Envelopes: City Logo Envelope with Return Address, #10 window, black ink, 500 box 0.15$ 0.10$ 0.08$ 0.06$ $ 92.00 $ 170.00 $ 300.00 $ 544.00 $ 0.06 0.05$ 0.04$ 0.04$ 0.15$ 0.11$ 0.10$ 0.10$ 138.00$ 155.00$ 233.00$ 335.00$ 0.10$ 0.07$ 0.06$ 0.06$ 0.10$ 0.09$ 0.08$ 0.07$ 10B Envelopes: City Logo Envelope with Return Address, #10 window, 4 process color, 500 box 0.35$ 0.25$ 0.17$ 0.15$ $ 380.20 $ 552.00 $ 744.00 $ 1,024.00 $ 0.12 0.10$ 0.07$ 0.07$ 0.27$ 0.21$ 0.16$ 0.15$ 289.00$ 316.00$ 487.00$ 750.00$ 0.50$ 0.22$ 0.14$ 0.11$ 0.21$ 0.18$ 0.15$ 0.13$ 10C Envelopes: City Logo Envelope with Return Address, #10 regular, black ink, 500 box 0.13$ 0.09$ 0.07$ 0.06$ $ 83.20 $ 148.00 $ 256.00 $ 456.00 $ 0.05 0.04$ 0.04$ 0.03$ 0.13$ 0.09$ 0.08$ 0.08$ 135.00$ 153.00$ 227.00$ 320.00$ 0.10$ 0.06$ 0.06$ 0.05$ 0.09$ 0.08$ 0.07$ 0.06$ 10D Envelopes: City Logo Envelope with Return Address, #10 regular, 4 process color, 500 box 0.30$ 0.23$ 0.16$ 14.00$ $ 371.20 $ 528.00 $ 696.00 $ 912.00 $ 0.10 0.08$ 0.06$ 0.06$ 0.25$ 0.19$ 0.14$ 0.13$ 286.00$ 311.00$ 426.00$ 729.00$ 0.49$ 0.22$ 0.13$ 0.10$ 0.20$ 0.17$ 0.14$ 0.12$ 0.93$ 0.67$ 0.48$ 14.27$ 0.93$ 0.56$ 0.40$ 0.29$ 0.33$ 0.27$ 0.21$ 0.20$ 0.80$ 0.60$ 0.48$ 0.46$ 0.85$ 0.37$ 0.27$ 0.28$ 1.19$ 0.57$ 0.39$ 0.32$ 0.60$ 0.52$ 0.44$ 0.38$ Based on 10K Based on 10K Based on 7.5K0.21$ Based on 10K KM Printing dba Strategic Factory Sol Davis Printing Inc Uptime Investment LLCdba Minuteman Press GROUP 10: ENVELOPES GROUP 10:ENVELOPES Florida Print Solutions GLEM dba Sir Speedy Gold Star Graphics Incdba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot BID TABULATION CITY OF CLEARWATER Incomplete - Non Responsive to Group ITB #35-19, COPYING AND PRINTING SERVICES Lowest Overall Pricing DUE DATE: July 24, 2019; 10:00 AM Quantity: 50 - 500 Quantity: 501 - 1,000 Quantity: 1,001 and up Quantity: 50 - 500 Quantity: 501 - 1,000 Quantity: 1,001 and up Quantity: 50 - 500 Quantity: 501 - 1,000 Quantity: 1,001 and up 11A Magnets: 2 x 3; Die Cut; PMS - 1 Color no bid no bid no bid 0.17$ 0.10$ 0.08$ 0.46$ 0.37$ 0.27$ 11B Magnets: 2 x 3; Die Cut; CMYK no bid no bid no bid 0.17$ 0.10$ 0.08$ 0.46$ 0.37$ 0.27$ 11C Magnets: 2 x 3; Die Cut; Black no bid no bid no bid 0.17$ 0.10$ 0.08$ 0.46$ 0.37$ 0.27$ 11D Magnets: 2.5 x 3; Die Cut; PMS - 1 Color no bid no bid no bid 0.27$ 0.24$ 0.19$ 0.54$ 0.43$ 0.32$ 11E Magnets: 2.5 x 3; Die Cut; CMYK no bid no bid no bid 0.27$ 0.24$ 0.19$ 0.54$ 0.43$ 0.32$ 11F Magnets: 2.5 x 3; Die Cut; Black no bid no bid no bid 0.27$ 0.24$ 0.19$ 0.54$ 0.43$ 0.32$ 11G Magnets: 4 x 4; Die Cut; PMS - 1 Color no bid no bid no bid 0.46$ 0.41$ 0.32$ 0.62$ 0.50$ 0.37$ 11H Magnets: 4 x 4; Die Cut; CMYK no bid no bid no bid 0.46$ 0.41$ 0.32$ 0.62$ 0.50$ 0.37$ 11I Magnets: 4 x 4; Die Cut; Black no bid no bid no bid 0.46$ 0.41$ 0.32$ 0.62$ 0.50$ 0.37$ 11J Stickers: 1 x 1; Die Cut; PMS - 1 Color 0.10$ 0.06$ 0.05$ 0.25$ 0.15$ 0.09$ 0.10$ 0.09$ 0.08$ 11K Stickers: 1 x 1; Die Cut; CMYK 0.10$ 0.06$ 0.05$ 0.25$ 0.15$ 0.07$ 0.10$ 0.09$ 0.08$ 11L Stickers: 1 x 1; Die Cut; Black 0.10$ 0.06$ 0.05$ 0.25$ 0.15$ 0.07$ 0.10$ 0.09$ 0.08$ 11M Stickers: 2 x 2; Die Cut; PMS - 1 Color 0.22$ 0.20$ 0.18$ 0.28$ 0.16$ 0.07$ 0.29$ 0.24$ 0.22$ 11N Stickers: 2 x 2; Die Cut; CMYK 0.22$ 0.20$ 0.18$ 0.28$ 0.16$ 0.07$ 0.29$ 0.24$ 0.22$ 11O Stickers: 2 x 2; Die Cut; Black 0.22$ 0.20$ 0.18$ 0.28$ 0.16$ 0.07$ 0.29$ 0.24$ 0.22$ 11P Stickers: 2.5 x 3; Die Cut; PMS - 1 Color 0.45$ 0.43$ 0.42$ 0.45$ 0.24$ 0.11$ 0.46$ 0.40$ 0.33$ 11Q Stickers: 2.5 x 3; Die Cut; CMYK 0.45$ 0.43$ 0.42$ 0.45$ 0.24$ 0.11$ 0.46$ 0.40$ 0.33$ 11R Stickers: 2.5 x 3; Die Cut; Black 0.45$ 0.43$ 0.42$ 0.45$ 0.24$ 0.11$ 0.46$ 0.40$ 0.33$ 11S Stickers: 3 x 3; Die Cut; PMS - 1 Color 0.52$ 0.50$ 0.48$ 0.45$ 0.25$ 0.12$ 0.53$ 0.47$ 0.36$ 11T Stickers: 3 x 3; Die Cut; CMYK 0.52$ 0.50$ 0.48$ 0.45$ 0.25$ 0.12$ 0.53$ 0.47$ 0.36$ 11U Stickers: 3 x 3; Die Cut; Black 0.52$ 0.50$ 0.48$ 0.45$ 0.25$ 0.12$ 0.53$ 0.47$ 0.36$ 6.99$ 4.65$ 2.90$ 9.00$ 7.50$ 5.85$ Based on 2K GROUP 11: MAGNETS & STICKERS Incomplete - Non Responsive to Group GROUP 11: MAGNETS & STICKERS Florida Print Solutions Hunt Family Ventures dba Printing Depot CITY OF CLEARWATER ITB #35-19, COPYING AND PRINTING SERVICES DUE DATE: July 24, 2019; 10:00 AM BID TABULATION Incomplete - Non Responsive to Group Lowest Overall Pricing Gold Star Graphics Inc dba Minuteman Press Delray Beach ITB #35-19, COPYING AND PRINTING SERVICES Quantity: 50 - 500 Quantity: 501 - 1,000 Quantity: 1,001 and up Quantity: 50 - 500 Quantity: 501 - 1,000 Quantity: 1,001 and up 12A Parking Tags & Permits: 2.75 x 4.75 PVC/PET; Die Cut; PMS - 1 Color $ 0.56 0.47$ 0.42$ 3.24$ 2.92$ 2.63$ 12B Parking Tags & Permits: 2.75 x 4.75 PVC/PET; Die Cut; CMYK $ 0.56 0.47$ 0.42$ 3.24$ 2.92$ 2.63$ 12C Parking Tags & Permits: 2.75 x 4.75 PVC/PET; Die Cut; Black $ 0.56 0.47$ 0.42$ 3.24$ 2.92$ 2.63$ 12D Parking Tags & Permits: 2.75 x 4.75 Styrene; Die Cut; PMS - 1 Color $ 0.56 0.47$ 0.42$ 2.61$ 2.35$ 2.12$ 12E Parking Tags & Permits: 2.75 x 4.75 Styrene; Die Cut; CMYK $ 0.56 0.47$ 0.42$ 2.61$ 2.35$ 2.12$ 12F Parking Tags & Permits: 2.75 x 4.75 Styrene; Die Cut; Black $ 0.56 0.47$ 0.42$ 2.61$ 2.35$ 2.12$ 12G Parking Tags & Permits: 3.5 x 2.25 PVC/PET; Die Cut; PMS - 1 Color $ 0.46 0.32$ 0.27$ 2.19$ 1.97$ 1.79$ 12H Parking Tags & Permits: 3.5 x 2.25 PVC/PET; Die Cut; CMYK $ 0.46 0.32$ 0.27$ 2.19$ 1.97$ 1.79$ 12I Parking Tags & Permits: 3.5 x 2.25 PVC/PET; Die Cut; Black $ 0.46 0.32$ 0.27$ 2.19$ 1.97$ 1.79$ 12J Parking Tags & Permits: 3.5 x 2.25 Styrene; Die Cut; PMS - 1 Color $ 0.46 0.32$ 0.27$ 1.77$ 1.59$ 1.44$ 12K Parking Tags & Permits: 3.5 x 2.25 Styrene; Die Cut; CMYK $ 0.46 0.32$ 0.27$ 1.77$ 1.59$ 1.44$ 12L Parking Tags & Permits: 3.5 x 2.25 Styrene; Die Cut; Black $ 0.46 0.32$ 0.27$ 1.77$ 1.59$ 1.44$ 12M Parking Tags & Permits: 8.5 x 5.5 PVC/PET; Die Cut; PMS - 1 Color $ 1.03 0.91$ 0.88$ 6.87$ 6.15$ 5.25$ 12N Parking Tags & Permits: 8.5 x 5.5 PVC/PET; Die Cut; CMYK $ 1.03 0.91$ 0.88$ 6.87$ 6.15$ 5.25$ 12O Parking Tags & Permits: 8.5 x 5.5 PVC/PET; Die Cut; Black $ 1.03 0.91$ 0.88$ 6.87$ 6.15$ 5.25$ 12P Parking Tags & Permits: 8.5 x 5.5 Styrene; Die Cut; PMS - 1 Color $ 1.03 0.91$ 0.88$ 5.40$ 4.86$ 4.10$ 12Q Parking Tags & Permits: 8.5 x 5.5 Styrene; Die Cut; CMYK $ 1.03 0.91$ 0.88$ 5.40$ 4.86$ 4.10$ 12R Parking Tags & Permits: 8.5 x 5.5 Styrene; Die Cut; Black $ 1.03 0.91$ 0.88$ 5.40$ 4.86$ 4.10$ 12.30$ 10.20$ 9.42$ 66.24$ 59.52$ 51.99$ Based on 1.5K Incomplete - Non Responsive to Group Lowest Overall Pricing CITY OF CLEARWATER GROUP 12: PARKING TAGS & PERMITS GROUP 12: PARKING TAGS & PERMITS Gold Star Graphics Inc dba Minuteman Press Delray Beach Hunt Family Ventures dba Printing Depot DUE DATE: July 24, 2019; 10:00 AM BID TABULATION v. 11.2018 Purchasing Office 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #35-19 Copy and Printing Services June 17, 2019 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, July 17, 2019 to provide Copy and Printing Services. Brief Description: The City of Clearwater seeks to establish an as-needed term contract(s) for copying and printing services required by the City’s departments. Bids 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. Bid packets, any attachments and addenda are available for download at 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 Invitation to Bid is issued by: Alyce Benge, CPPO, C.P.M. Purchasing Manager Alyce.Benge@myclearwater.com INSTRUCTIONS Copy and Printing Services 2 ITB #35-19 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. 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 bid. 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 bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: July 17, 2019 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids 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, bids are available for inspection by contacting Purchasing. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. 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 bid security shall be forfeited to the City of Clearwater should the bidder 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 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. INSTRUCTIONS Copy and Printing Services 3 ITB #35-19 i.6 SUBMIT BIDS 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 Bids will be received at this address. Bidders may mail or hand-deliver bids. 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 bid that is not properly addressed and identified. i.7 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder 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. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. 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 bidder agrees to accept the time stamp in the City Purchasing Office as the official time. i.8 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.9 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 bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.10 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, 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 bid 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 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 bid be submitted. The bid 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 bid. i.11 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating 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 bidder. The City reserves the right to reject bids that the City deems unacceptable. i.12 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. INSTRUCTIONS Copy and Printing Services 4 ITB #35-19 No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.13 DEBARMENT DISCLOSURE. If the vendor submitting this bid 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 bidder shall include a letter with its bid 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 the suspension or debarment. i.14 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids 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 bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter 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 bidder and the City until the City executes a written contract or purchase order. i.15 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder 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.16 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.17 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, 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.18 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.19 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. If any INSTRUCTIONS Copy and Printing Services 5 ITB #35-19 discrepancy exists between this Section 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 Procurement Officer no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within 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 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Copy and Printing Services 6 ITB #35-19 i.20 EVALUATION PROCESS. Bids will be reviewed by Purchasing and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. i.21 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.22 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder 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 bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder 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 bidder’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) Price. We will then evaluate the bids that have met the requirements above. i.23 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.24 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder 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 bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.25 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at www.myclearwater.com/bid to view relevant bid information and notices. i.26 BID TIMELINE. Dates are tentative and subject to change. Release ITB: June 17, 2019 Advertise Tampa Bay Times: June 19, 2019 Bids due: July 17, 2019 Review bids: July 17-31, 2019 Award recommendation: July 31, 2019 Council authorization: September 5, 2019 Contract begins: October 1, 2019 STANDARD TERMS AND CONDITIONS Copy and Printing Services 7 ITB #35-19 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 STANDARD TERMS AND CONDITIONS Copy and Printing Services 8 ITB #35-19 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. 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. 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. 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. STANDARD TERMS AND CONDITIONS Copy and Printing Services 9 ITB #35-19 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 Invitation to Bid (ITB), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITB 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 ITB and provides notice of its intent to reissue the ITB, 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 ITB or until the City withdraws the reissued ITB. 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 recording 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 ITB and provides notice of its intent to reissue the ITB, 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 ITB or until the City withdraws the reissued ITB. 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. 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 STANDARD TERMS AND CONDITIONS Copy and Printing Services 10 ITB #35-19 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 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. STANDARD TERMS AND CONDITIONS Copy and Printing Services 11 ITB #35-19 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 the City’s Purchasing Policy 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. 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. STANDARD TERMS AND CONDITIONS Copy and Printing Services 12 ITB #35-19 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 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes 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 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. STANDARD TERMS AND CONDITIONS Copy and Printing Services 13 ITB #35-19 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 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 Administrator and/or an authorized representative from the using department. All questions STANDARD TERMS AND CONDITIONS Copy and Printing Services 14 ITB #35-19 regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 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 in the State of Florida 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. STANDARD TERMS AND CONDITIONS Copy and Printing Services 15 ITB #35-19 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 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 Copy and Printing Services 16 ITB #35-19 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 a major tourist destination – Clearwater Beach was recently rated #1 U.S. Beach by TripAdvisor, previously named “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 and hosts 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 has made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. SCOPE OF SERVICES. The City of Clearwater seeks to establish as-needed term contract(s) to provide a range of copy and printing services required by the City and its departments. The estimated annual value for contract award(s) is $150,000. A. SERVICE REQUIREMENTS: • Vendor(s) shall provide all labor, supplies, delivery, and materials to perform copy and print related services. • Services may include, but are not limited to, the following in various sizes, weights, media, image types, and finishes: o black and white digital printing and/or copying o full-color digital printing and/or copying o publications o offset printing o specialized finishing services o related services as requested • Vendor(s) shall have the capability to receive and reproduce text and graphics via electronic files (e-mail, internet, disk or drive). Vendor(s) must be able to produce copies from multiple standard digital file formats. • Vendor(s) shall provide the City with the capability of an electronic work order (on-line/email) to place orders or to edit print images and submit approval for printing. • Vendor(s) shall provide adequate, competent support staff that shall be able to service the City during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, the products and services offered, and shall be familiar with City requirements and standards. • The City shall not be required to purchase minimum quantities to fulfill an order. • Printing must be completed at a minimum of 300 dpi or ppi. • Vendor(s) shall produce exact copies of quality equal to original camera-ready copy in the most cost-effective manner acceptable. • Vendor(s) shall produce press ready artwork along with proofs for each job. DETAILED SPECIFICATIONS Copy and Printing Services 17 ITB #35-19 B. WORK PROCEDURES: • Individual quotations shall be provided per work order and will include, but not be limited to: o reference to the City contract #35-19 o an identifying (work order/quotation) number o itemization of products and/or services with complete description o price per item and a summary of total cost for product o date of request, requestor name, email, and phone number o ship to location and contact person o proof for review and approval • It is the responsibility of the vendor(s) to verify approval of the project proof by the appropriate designee of the City’s Public Communications department either on-line or by email for each project. • Upon approval by the City's Public Communications department designee of the project proof and the corresponding itemized quotation, the authorized work order will be issued to the vendor. • The authorized work order must be received prior to work being performed. • Change orders shall be agreed upon by vendor and city and shall be approved by the city in writing (online/email). • Each printing and copying job shall be boxed or packaged to protect the finished product and be accompanied by a delivery/packing list. C. TURN AROUND TIME: • The Vendor shall respond to quote requests received from the City prior to 1:00 p.m., EST, the same day; request received after 1:01 p.m., EST, may be responded to on the same day, but no later than the next business day. • Digital copying and printing shall be considered quick copy service. • The normal response time for quick copy service shall not exceed 24 hours from receipt of original camera-ready copy and acceptance of proof by City designee. • For quick copy jobs that exceed an output of 15,000 impressions or 7,500 impressions with additional finishing services required such as folding, stapling, binding, etc., the production time will be 48 hours or as otherwise agreed upon by the vendor and the city designee. • Vendor(s) shall provide options in their pricing submittal to include costs for quick copy project completion for the following timeframes: o Expedited Service (the same day, submitted prior to noon) o Normal Service / Next Business Day (within 24 hours) o Two (2) Business Days (within 48 hours) o Three (3) Business Days (within 72 hours) • The turn-around time for projects that involve multiple specialized finishing services will be mutually agreed upon by the vendor and city. • Response time for printing projects that require typesetting or graphic design services shall not exceed forty-eight (48) hours unless otherwise agreed upon by City. DETAILED SPECIFICATIONS Copy and Printing Services 18 ITB #35-19 • Expedited Service shall be defined as work requiring same day service or work to be performed on the weekend. Any special handling or premium charges shall be shown on the bid price pages. • The turn-around time for each off-set printing project will be mutually agreed upon by the vendor and city. D. DELIVERY: • All deliveries will be FOB destination point to the specified department as directed by the city customer, inside delivery required. All delivery costs will be the responsibility of the Vendor(s). • City departments may arrange to have regular scheduled times for deliveries (or copy pickups) at its discretion upon mutual agreement with vendor. E. ART WORK, CITY LOGO: • The City shall retain all rights and possession to any of the following, but not limited to; artwork, negatives, plates, typesetting, etc., collectively called “Property”. This will include graphics and artwork produced by the vendor to meet the needs of specific City jobs. • Artwork will be provided to the City in digital formats that can be read, altered, or utilized by the City for web publishing, printed materials in-house, and manipulation into other graphics created by the City. Formats utilized shall be the highest quality format available to include, but not limited to: .jpg, .tif, .gif, and .png. • Pixilated files are not an accepted format for files. Vendor(s) will work cooperatively with the City to ensure that pixilated files are not submitted by City departments for publication. • The official City Logo or seal must be reproduced in colors as formatted; PMS colors to be provided by City to awarded Vendor(s). Any use of City logo requires approval by a designee of the Public Communications Department. F. INSPECTION AND APPROVAL: • The City of Clearwater reserves the right to refuse poor quality work and will require the Vendor(s) to reproduce substandard work at no additional cost to the City. The City shall define “poor quality” work to include, but not be limited to: substandard material, pixilation, creases in paper, banding or improper color calibration. G. RESPONSIBILITY FOR ERRORS: • The City customer shall notify the Vendor(s) within three (3) working days after receipt of any incorrectly ordered, delivered or defective print job. Vendor shall, as requested by the City, pick up such non-conforming or defective print jobs within three (3) working days. The party in error shall absorb all costs associated to correct the defect. • No service charges for items returned as a result of damage, unacceptable quality, incorrect deliveries or overages shall be invoiced to the City. The vendor(s) shall be responsible for corrections and revisions resulting from its own errors or misunderstandings. • The City shall not be responsible for mistakes in printing if no proof is signed, dated and returned with the approved work order. The successful vendor(s) shall assume all risk for errors if no signed proof is submitted. DETAILED SPECIFICATIONS Copy and Printing Services 19 ITB #35-19 H. ALL-INCLUSIVE PRICING / SERVICES FEES: • Pricing shall include, but not be limited to: price of all paper, labor, materials, delivery and any other associated costs necessary for the completion of a given project. Only those additional service fees listed on the bid pricing pages may be included as separate billable line items. I. ADDITIONAL SERVICES: • Bidders must submit with the response a price list of additional copy and print services offered. Name and date of price list shall be provided. Bidders must also state the discount from the price list given to the City. Bidders may also indicate any volume discounts for items on the solicitation. J. MULTIPLE AWARDS: • It is the purpose of this ITB to help navigate the breadth of options available to the City for the provision of copy and print services. The City may negotiate contracts with multiple vendors providing a variety of options to maximize service availability with the intent to distribute purchases as best meets the needs of the City. 3. MINIMUM QUALIFICATIONS. Prior to contract award, any bidder may be required to show that the company has the necessary facilities, equipment, and ability to perform the work specified in a satisfactory manner and within the time specified. The bidder shall submit with their submittal the vendor questionnaire and a minimum of two (2) references for which the vendor has recently performed similar services. The City of Clearwater may not be used as a reference. The bidder shall maintain a local office with a competent company representative that can be reached during normal working hours and authorized to discuss matters pertaining to this contract with City Representative and to facilitate order placement and delivery. 4. 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 claim made form of coverage is provided, the retroactive 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. DETAILED SPECIFICATIONS Copy and Printing Services 20 ITB #35-19 d. 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 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. 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, ITB #35-19 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 Copy and Printing Services 21 ITB #35-19 1. BEGINNING AND END DATE OF INITIAL TERM. October 2019 through September 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. 2. 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. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. 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. Two (2), one (1) year renewals possible at the City’s option. 4. 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 bid. 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 bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Consumer Price Index for All Urban Customers (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. 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 at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Copy and Printing Services 22 ITB #35-19 1. BID SUBMISSION. Submit one (1) signed original bid and one (1) electronic copy of the bid in a sealed container. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original bid with electronic format Bid container properly labeled Bid pricing form Completed Exhibit A-Bid Pricing W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) Exceptions/Additional Materials/Addenda form Vendor Information forms Scrutinized Companies form Offer Certification form BID PRICING Copy and Printing Services 23 ITB #35-19 Pursuant to all the contract specifications enumerated and described in this solicitation, we agree to furnish Citywide Copy and Printing Services to the City of Clearwater at the price(s) stated in Exhibit A-Bid Pricing. ALL SIZES IN EXHIBIT A-BID PRICING ARE IN INCHES UNLESS OTHERWISE STATED; The City reserves the right to add or delete items/groups as necessary during the contract term. NOTE: EXHIBIT A–BID PRICING - YOU ARE NOT REQUIRED TO BID ON ALL GROUPS HOWEVER, ALL ITEMS WITHIN A GROUP MUST BE PRICED TO PROVIDE FOR EFFICIENT CONTRACT MANAGEMENT. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS Select one choice of payment terms:  Net 30, City of Clearwater’s standard payment terms  2%15, Net 30  _____%10, Net 30 (identify discount not less than 3%)  Procurement card (Bank of America Visa card): o Credit processing fees apply o Invoices under $2,500 paid by department Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Copy and Printing Services 24 ITB #35-19 Bidders 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): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid 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 bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Copy and Printing Services 25 ITB #35-19 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 bid: 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 INFORMATION Copy and Printing Services 26 ITB #35-19 REFERENCES Instructions: The bidder shall submit a minimum of two (2) customer references for which the vendor has recently performed similar services (not including the City). Additional pages may be added, if needed. Complete and return with bid submittal. Reference # 1 Contract Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Contract Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name: Date: VENDOR INFORMATION Copy and Printing Services 27 ITB #35-19 QUESTIONNAIRE Instructions: The bidder shall have the ability to provide services, as listed below. Additional pages may be added, if needed. Complete and return with bid submittal. 1. Expedited Service: Bidder should submit an emergency or rush procedure to be followed in the event it becomes necessary for the respondent to work after hours, weekends or holidays to complete a job within twenty-four (24) clock hours after receipt of originals. 2. Electronic Capabilities: Detail the Bidder’s electronic ordering capabilities. Be specific as to the security, reporting requirements, approval process and other factors. 3. Delivery Capabilities: Detail the Bidder’s delivery capabilities. Be specific as to the method of delivery (courier), number of staff, timeframe, order requirements, delivery process and other factors. 4. Bulk Mailing: Detail any capabilities to provide bulk mailing. Detail City requirements as to pre-ordering, quantity, payment, etc., as well as other requirements. Vendor Name: Date: SCRUTINIZED COMPANIES FORM Copy and Printing Services 28 ITB #35-19 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 OFFER CERTIFICATION Copy and Printing Services 29 ITB #35-19 By signing and submitting this Bid, the Vendor certifies that: a) It is under no legal prohibition on contracting 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; provided that Clearwater agrees not to change or delete any copyright or proprietary notices. 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: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Copy and Printing Services 30 ITB #35-19 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #35-19, Copy and Printing Services Due Date: July 17, 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 BID Submitted by: Company Name: Address: City, State, Zip: ITB #35-19, Copy and Printing Services Due Date: July 17, 2019, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Purchasing 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6567 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.13 SUBJECT/RECOMMENDATION: Approve the purchase of vehicle parts for heavy and light duty vehicles and equipment approved in the 19/20 Fiscal Year Budget, per the pricing, terms and conditions of the following contracts, sole source vendors, specialty parts vendors and other vendors in accordance with the Clearwater Code of Ordinances, Section 2.564 (1)(d) Other Government Entities Bid for a not to exceed total of $1,500,000, and authorize the appropriate officials to execute same. (consent) SUMMARY: ·City of Miami FB-00399 expires 02/28/23 (Parts House and NAPA) ·Hillsborough County Schools 19040-DST-VT Expires 05/07/20 (Fleet Products) o With 4 one-year renewal terms ·Hillsborough County Schools 19040-DST-VT Expires 08/01/20 (Sunstate) o With 4 one-year renewal terms There is an estimated 8% of the annual parts budget that is not spent with sole source vendors or piggyback off various contracts. 7% of smaller dollar purchases under $2,500 are paid with p-cards, while the remaining 1% are quotes. Additional vendors will be engaged if needed. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 0566-06611-550600-519 These funds are available in the operating expense of fleet maintenance as budgeted in fiscal year 19/20. Page 1 City of Clearwater Printed on 10/3/2019 Vendor Estimated 19/20 Expenditures Vendor Contracts, Direct Purchase, Quotes Parts House 125,000$ City of Miami -FB-00399 EXPIRES 02/28/2023 Fleet Products 110,000$ Hillsborough County Public Schools 19040-DST-VT Expires 08/01/20 Sunstate International 75,000$ Hillsborough County Public Schools 19040-DST-VT Expires 08/01/20 Genuine Parts - Napa 5,000$ City of Miami -FB-00399 EXPIRES 02/28/2023 315,000$ Altec Industries 5,000$ direct purchase - mfr or distributor (ALTEC Industries) Bill Currie Ford 40,000$ direct purchase - mfr or distributor Bobcat of Tampa Bay 40,000$ direct purchase - mfr or distributor Broyhill Mfg Co 15,000$ direct purchase - mfr or distributor Container Systems 55,000$ direct purchase - mfr or distributor Cummins 5,000$ direct purchase - mfr or distributor Cycle Springs 20,000$ direct purchase - mfr or distributor Dayton Andrews 5,000$ direct purchase - mfr or distributor DHS Equipment 5,000$ direct purchase - mfr or distributor Dimmitt Chevrolet 35,000$ direct purchase - mfr or distributor E&N Distriubtors 20,000$ direct purchase - mfr or distributor Enforcement One 5,000$ direct purchase - mfr or distributor Environmental Products 10,000$ direct purchase - mfr or distributor (Elgin) Everglades Farm Equipment 35,000$ direct purchase - mfr or distributor (John Deere) FleetPride 50,000$ direct purchase - mfr or distributor Florida Detroit Diesel 25,000$ direct purchase - mfr or distributor H Barber & Sons 30,000$ direct purchase - mfr or distributor Hose & Hydraulics 50,000$ direct purchase-mfe or distibutor Kenworth 35,000$ direct purchase - mfr or distributor Keystone Automotive 5,000$ direct purchase - mfr or distributor Kussmaul Electronics Co 10,000$ direct purchase - mfr or distributor (Kussmaul chargers, auto ejects) Mcneilus Truck 25,000$ direct purchase - mfr or distributor Original Equipment Co 20,000$ direct purchase - mfr or distributor Pats Pump & Blower 15,000$ direct purchase - mfr or distributor Pye Barker 15,000$ direct purchase - mfr or distributor Ring Power-Parts 30,000$ direct purchase - mfr or distributor Rush Truck Centers 125,000$ direct purchase - mfr or distributor Smith Equipment & Supply 15,000$ direct purchase - mfr or distributor Southeast Power 15,000$ direct purchase - mfr or distributor Southern Sewer Equip 50,000$ direct purchase - mfr or distributor Southport Truck 20,000$ direct purchase - mfr or distributor (Freightliner and Sterling) Tampa Crane & Body 5,000$ direct purchase - mfr or distributor Tampa Spring Company 10,000$ direct purchase - mfr or distributor Ten-8 Fire Equipment 70,000$ direct purchase - mfr or distributor Trekker 10,000$ direct purchase - mfr or distributor Vermeer 10,000$ direct purchase - mfr or distributor Wastebuilt 40,000$ direct purchase - mfr or distributor Waste Equipment & Parts 5,000$ direct purchase - mfr or distributor Wesco Turf Inc 75,000$ direct purchase - mfr or distributor Zone Defense LLC 5,000$ direct purchase - mfr or distributor 1,060,000$ Vendor Spreadsheet for Fleet Parts Orders BPO for Fiscal Year 19-20 miscellaneous vendor Amazon miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor miscellaneous vendor 118,000$ 8% of total authorization estimated for miscellaneous vendors 7,000$ Unassigned funds in authorization to be used as needed during FY19/20 1,500,000$ TOTAL REQUESTED AUTHORIZATION FOR FY19/20 Ward Diesel Filter System Nortrax SE LLC QTM Inc Quality Mowers St Pete Powersports Walker Ford Flash Equipment Advance Alternator Central Radiator & Auto Municipal Equipment Gator Ford Trucks Holtz Industries Inc Hydradyne LLC Jacobsen - Div Textron Jeffrey Allen Lubecorp Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6752 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.14 SUBJECT/RECOMMENDATION: Approve a Contract (Purchase Order) to Communications International of Vero Beach, FL in the amount of $ 397,516.95 for the maintenance and repair of the city-wide two-way radio communication system and equipment; the purchase of additional equipment in accordance with Sec. 2.564(1) (b), Code of Ordinances - Sole Source; and authorize the appropriate officials to execute same. (consent) SUMMARY: This contract renewal authorizes Communications International to provide preventive maintenance, repair, and/or replacement for the City’s two-way radios and terminals. The term of this contract renewal is one year, October 1, 2019 through September 30, 2020, and includes demand services, emergency services, and preventive maintenance. The cost for this service is $187, 743.37. The City is also purchasing and installing 2 new Zetron MAX Dispatch Centers and related installation hardware and services for the City’s new Emergency Operations Center at Fire Station 48. This facility will provide a back-up radio dispatch system during events that require the evacuation of the Main Police Station at 645 Pierce. The cost of this equipment and installation is $209,773.37. APPROPRIATION CODE AND AMOUNT: Maintenance funds are available in the operating expense of the Radio Shop as budgeted for Fiscal Year 2019/20. $187,743.58 5666620-530300 Equipment funding is available in Capital Improvement Project 94888. $209,773.37 CIP 94888 - City EOC Facility Page 1 City of Clearwater Printed on 10/3/2019 Page 1 of 1 Quotation Quotation ID QO0007611 Date 09/12/2019 Expiration date 10/12/2019 Customer C000216 Terms N30 Reference Requested By Salesperson Jeanna J Fuehrer Communications International 4450 US Highway 1 VERO BEACH, FL 32967 Bill to Delivery address City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 Zetron MAX Dispatch Centers Item Description Qty Price Extended Price Harris Radio Equipment 1 27,117.66 27,117.66 Zetron MAX Equipment 1 75,824.69 75,824.69 Power Backup, Workstations, Rack & Install Supplies 1 7,611.48 7,611.48 Installation Services, Staging & Cutover 1 41,568.00 41,568.00 Zetron MAX Dispatch Spares 1 9,067.50 9,067.50 MAX PSP 1 35,120.00 35,120.00 Subtotal $196,309.33 Sales tax $0.00 Total $196,309.33 By signing this quotation and/or submitting a purchase order pursuant to this quotation you acknowledge that you have read and agree to be bound by Communications International, Inc.’s terms and conditions of sale, service, and technical support. Orders may be subject to shipping & handling charges. All warranties are manufacturer’s warranties. Terms and Conditions: www.ask4ci.com/termsandconditions August 14, 2019 Earl Gloster Director of General Services 1900 Grand Ave Clearwater FL, 33765 RE: Sole source for Harris 700/800 MHz sales and service The City of Clearwater owned Harris EDACS 800 MHz and 800 MHz P25 radio equipment is proprietary and is only manufactured by Harris Corporation. Communications International, a certified Harris Network Service Provider, is the sole authorized service provider in for your account. In June 2002 the City of Clearwater signed a twenty year contract with Harris Corporation to provide radio system services and equipment. Communications International is the Authorized Harris Network Service Provider for our account and has provided a letter certifying such. Harris trunked public safety radio equipment can only be purchased indirectly from the authorized Harris service provider Communications International, or directly from Harris Corporation. If you have any further questions or concerns I encourage you to call me at my office. Thank you again for choosing Harris for your communications needs. Sincerely Steven Murphy Indirect Channel Manager smurph10@harris.com (434) 455-9315 221 Jefferson Ridge Parkway Lynchburg, VA 24501 Page 1 of 1 Quotation Quotation ID QO0007615 Date 09/12/2019 Expiration date 10/12/2019 Customer C000216 Terms N30 Reference Requested By Salesperson Jeanna J Fuehrer Communications International 4450 US Highway 1 VERO BEACH, FL 32967 Bill to Delivery address City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 Harris Desktop Stations & Antenna System Item Description Qty Price Extended Price Harris Radio Equipment 1 10,536.52 10,536.52 Antenna System Equipment 1 1,465.52 1,465.52 Programming and Installation 1 1,462.00 1,462.00 Subtotal $13,464.04 Sales tax $0.00 Total $13,464.04 By signing this quotation and/or submitting a purchase order pursuant to this quotation you acknowledge that you have read and agree to be bound by Communications International, Inc.’s terms and conditions of sale, service, and technical support. Orders may be subject to shipping & handling charges. All warranties are manufacturer’s warranties. Terms and Conditions: www.ask4ci.com/termsandconditions Page 1 of 1 Quotation Quotation ID QO0005603 Date 09/12/2019 Expiration date 10/11/2019 Customer C000216 Terms N30 Reference Requested By Salesperson Jeanna J Fuehrer Communications International 4450 US Highway 1 VERO BEACH, FL 32967 Bill to Delivery address City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 City of Clearwater 100 S. Myrtle Ave PO Box 4748 CLEARWATER, FL 33756 Annual Maintenance Agreement 2019-2020 Description Qty Price Discount Net Price Extended Price Annual Mobile Radio Maintenance 441 126.00 0% 126.00 55,566.00 Annual Portable Radio Maintenance 845 126.00 0% 126.00 106,470.00 Annual Control Station Maintenance 25 126.00 0% 126.00 3,150.00 Annual Mobile Radio Maintenance - Unity 3 126.00 0% 126.00 378.00 Annual Warranty & Support - Logging Recorder - 2019-2020 1 16,241.38 0% 16,241.38 16,241.38 Exacom Reinstatement Fee 1 5,938.20 0% 5,938.20 5,938.20 Subtotal Order Acceptance - Please sign below $187,743.58 Sales tax $0.00 Total $187,743.58 Signature Printed name Date By signing this quotation and/or submitting a purchase order pursuant to this quotation you acknowledge that you have read and agree to be bound by Communications International, Inc.’s terms and conditions of sale, service, and technical support. Orders may be subject to shipping & handling charges. All warranties are manufacturer’s warranties. Terms and Conditions: www.ask4ci.com/termsandconditions Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6765 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.15 SUBJECT/RECOMMENDATION: Authorize the purchase of vehicles (heavy and light duty) and equipment as approved in the 19/20 Fiscal Year Budget for a not to exceed amount of $9,096,700, per the recommended contracts in accordance with Clearwater Code of Ordinances Section 2.564 (1)(d) Other Government Entities, and authorize the appropriate officials to execute the same. (consent) SUMMARY: The Fleet Department is requesting a consolidated expenditure authorization not to exceed $9,096,700.00 for the acquisition of vehicles and equipment per attached spreadsheet. New purchases are to replace designated units due for replacement in Fiscal Year (FY) 2020, which have reached the end of their useful and economic life. Factors used to determine the end of useful life and economic life include but are not limited to: age, life to date, mileage/hours of operations, historical maintenance cost as compared to like vehicles, operating cost per mile/hour, anticipated and ongoing repairs, and physical condition. All contracts recommended for purchase authorization are competitively bid and awarded by their respective jurisdictions: ·FSA/FAC is a purchasing cooperative in the State of Florida for police and municipal requirements. Contract# FSA18-VEL26.0 October 1, 2019 - September 30, 2020 and Contract # FSA18-VEH16.0 October 1, 2019 - September 30, 2020. ·Sourcewell (formerly NJPA) is a purchasing cooperative operating under legislative authority in the State of Minnesota. Contract #120716-NAF January 17, 2017- January 17, 2021. ·The HGAC is a regional purchasing cooperative in Southeastern Texas comprising over thirteen counties and 100 cities. Contract# GR01-18 January 1,2018 - December 31, 2019 and Contract # VE11-18 November 11, 2018- October 31, 2020. ·State of Florida, Department of Management Services, cooperatively bids requirements of agencies throughout Florida. Contract #21100000-15-1 September 01, 2015- June 30, 2020. Contract # 25101600-16-1 October 1, 2016- Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6765 September 30, 2021. The preparation of a new vehicle may include the application of decals, accessories upfitting, and CNG (natural gas) retrofitting. Vehicles and equipment designated for surplus authorization will be transferred to auctioneer Tampa Machinery Auction for disposition upon mobilization of the replacement vehicle. G3943 a 2013 Chevrolet Caprice Police vehicle was approved for an early replacement by the Resource Management Committee on August 27, 2019 and was ordered in FY 18/19. This vehicle has been left on the designated 19/20 replacement list for funding purposes. APPROPRIATION CODE AND AMOUNT: 010General Fund $2,875,000.00 419Stormwater $0.00 421Public Utilities $1,469,000.00 423Gas $156,000.00 424Solid Waste $1,882,000.00 426Recycling $95,000.00 432Marina $0.00 435Parking $0.00 565General Services $272,000.00 566General Services $67,000.00 Equipment Replacement Fund Subtotal $6,816,000.00 Penny Funds (315-94238)$100,000.00 Garage Fund Motorized Cash (315-94233)$284,300.00 Parks Cash (010-TBD)$30,000.00 Streets & Sidewalks Cash (010-TBD)$16,500.00 Building & Maintenance Cash (565-6531)$6,400.00 Public Utilities Cash (1346/2051-591000)$32,000.00 Fire L/P Additional (316-94627)$42,000.00 Parks & Rec L/P Additional (L1901)$99,000.00 Public Utilities L/P Additional (L1904)$337,000.00 Gas L/P Additional (316-96390)$45,000.00 Stormwater L/P Additional (C1908)$1,288,500.00 Miscellaneous Funding Subtotal $2,280,700.00 Fiscal Year 19/20 Total $9,096,700.00 Page 2 City of Clearwater Printed on 10/3/2019 Dept Old Unit #Old Make Mileage/ Hours Dept Total New Year New Make Customer Svc G3418 Ford Ranger 67,900 2020 Nissan Frontier 4x2Customer Svc G3419 Ford Ranger 69,285 2020 Nissan Frontier 4x2 44,000 Eng/Traffic G3636 Ford E350 W Altec Aerial Lift 90,642 2020 Ford Transit Versalift VanTel 29NE 81,000 Streets & SW G2302 Intl 4700 5 CY Dump Crew Cab 98,500 2020 Intl MV607 Crew 12' Flat Bed DumpStreets & SW G2312 Intl 4700 5 CY Dump 74,200 2020 Intl MV607 12' Flat Bed Dump 4WD Streets & SW G3374 Ford F150 Reg Cab 81,688 2020 Ford F150 Crew Cab 4WD Streets & SW G2123 Crossley Trailer 2020 Big Tex Trailer 22PH-20+5 Deck Over Trailer Streets & SW new add 2020 Bobcat 24" Planer w/ Drum Fastcut 402,700 Stormwater G2172 Intl 5YD Dump 87,200 2020 Intl MV607 5YD Dump 2WDStormwaterG2204Intl 5YD Dump 51,700 2020 Intl MV607 5YD Dump 2WD Stormwater G2303 Intl 4700 Flatbed Dump 89,400 2020 Intl MV607 Flat Bed Dump 2WD Stormwater G2310 Intl 4700 Flatbed Dump 38,800 2020 Intl MV607 Godwin 12' Dump 2WDStormwaterG3197Caterpillar 938G Payloader 6,277 2020 Caterpillar 938G Payloader w/bucketStormwaterG3198Caterpillar 938G Payloader 3,399 2020 Caterpillar 938G Payloader w/ fork Stormwater G3199 Caterpillar 938G Payloader 7,152 2020 Caterpillar 938G Payloader w/ Rockland GrappleStormwaterG3301Ford Ranger Truck 75,851 2020 Ford F150 Crew Cab 2WD Stormwater new add 2020 Scorpion TL-3 Attenuator Stormwater new add 2020 Scorpion TL-3 Attenuator1,288,500 Fire new 2020 Ford F250 Crew Cab 4WD-Red 42,000 Gas 3769 Chevrolet Silverado 3500 SVC Body 80,023 2020 Ford F450 Reg Cab SVC 2WD w Lift Gas 3773 Ford F450 Svc Body 81,121 2020 Ford F450 Reg Cab SVC 2WD w Lift Gas 3844 Ford F350 Svc Body 87,049 2020 Ford F350 Reg Cab SVC Body-CNG Gas new 2020 Ford F250 Ext Cab 4WD CNG 201,000 Bldg & Maint G2181 Intl Truck with Altec Bucket 32,200 2020 Ford F550 4WD w/ Altec AT48M/P Bldg & Maint G3322 Ford F150 Reg Cab 90,318 2020 Ford F250 Ext Cab SVC 2WD-Liftgate Bldg & Maint G3268 Ford F150 Ext Cab 43,521 2020 Ford F250 Ext Cab SVC 2WD-Liftgate Bldg & Maint G3440 Ford F150 Reg Cab 55,300 2020 Ford Transit T350 DRW EL 148" High Roof Bldg & Maint new add 2020 Big Tex 14TL-22 Trailer for Lift 278,400 Fleet G1920 Chevrolet Suburban 99,835 turn in no replacement Fleet G2366 Ame-Lincoln 7760 Sweeper 1,200 2020 Tennant M-M20 Scrubber/Sweeper Fleet G2367 Chevrolet Express Van 109,988 turn in no replacement 67,000 Parks G4276 Polaris Ranger XP900 1,113 2020 Polaris Ranger XP900 Sunset Red Parks G4277 Polaris Ranger XP900 1,064 2020 Polaris Ranger XP900 Sunset Red Parks G4278 Polaris Ranger XP900 1,007 2020 Polaris Ranger XP900 Sunset Red Parks G0527 Crosley TW101 Trailer 2020 6 x 12 Utility Trailer w/mesh sides Parks G1893 Express Trailer 2020 LGS Pace 6 x 10 Enclosed TrailerParksG2646Chevrolet Silverado 2500HD 70,455 2020 Ford F250 Ext Cab 2WD Parks G3124 Chevrolet Silverado 2500HD SVC Body 61,121 2020 Ford F250 Ext Cab 2WD 19/20 Replacement List Dept Old Unit #Old Make Mileage/ Hours Dept Total New Year New Make Parks G3142 Bobcat MT-52 Mini Track Loader 505 2020 Bobcat MT-85 Mini Track Loader Parks G3443 Ford Ranger Truck 68,638 2020 Ford F250 Ext Cab 4WDParksG3551Toro Z Master Z580 2,100 2020 Toro Groundsmaster 7200 72" Deck Parks G3554 Toro Z Master Z580 2,318 2020 Toro Groundsmaster 7200 72" Deck Parks G3733 Toro Groundsmaster 4000-D 3,425 2020 Toro Groundsmaster 4000-D Parks G3823 Toro Z Master Z580 1,911 2020 Toro Groundsmaster 7200 72" Deck Parks new 2020 Hurricane Power Stand Blower X3 Parks new 2020 Edge Pro 300 Parks new 2020 Toro ProForce Debris BlowerParksG3552Toro Z Master Z580 1,118 2020 Toro Groundsmaster 7200 72" Deck Parks G3555 Toro Z Master Z580 1,660 2020 Toro Groundsmaster 7200 72" Deck Parks G2482 John Deere 5420 FEL-w/Clam Shell 1,860 2020 Bobcat T770 T4 Compact Track Ldr Parks G2971 Chevrolet Silverado 1500 40,279 2020 Ford F250 Ext Cab 4WD Parks G3091 Chevrolet 3500 SVC Body 73,781 2020 Ford F350 Reg Cab SVC Body 2WD Parks G3130 Chevrolet Silverado 1500 44,084 2020 Ford F250 Crew Cab 4WD Parks G3270 Chevrolet Silverado 1500 63,556 2020 Ford F250 Ext Cab 2WDParksG2876Ford F450 Truck w Aerial Lift 67,100 2020 Intl CV 4WD Altec AT41 Aerial Parks G3485 Intl 4300 Aerial w/Chipper Body 46,000 2020 Intl MV Altec LR760-E70- Chipper Body Parks G2260 Intl 4800 4WD Dump Truck 41,550 2020 Intl MV607 Crew Cab 4WD Dump Parks G2825 Sterling 5yd Dump 81,480 2020 Intl HV607 Reg Cab 6x4 12YD DumpParksG3089Bobcat Auger Drive 2020 Bobcat 30C Auger Drive Unit Parks G3118 Bobcat 30C Auger Drive 2020 Bobcat 30C Auger Drive Unit Parks G3128 Bobcat Trencher LT313 Attachment 2020 Bobcat Attachment LT313 Parks G3624 Caterpillar 277C Track Loader 2,400 2020 Bobcat T770 T4 Compact Track Ldr Parks G3626 Bobcat MT-52 Mini Track Loader 1,437 2020 Bobcat MT-85 Mini Track Loader Parks G4045 John Deere 5085M Tractor 6,470 2020 John Deere 509M AG Tractor Parks G4046 John Deere 5085M Tractor 4,948 2020 John Deere 509M AG TractorParksG4172Club Carry All 1500 4WD 2,800 2020 Club Carry All 4WD Parks new 2020 Bobcat E35 ZTS Comp Excavator Parks new 2020 Big Tex 14TL 22' Trailer for new Bobcat Parks G3327 Ford F150 Reg Cab Truck 58,316 2020 Ford F150 Reg Cab 2WD Parks G2972 Chevrolet Silverado 1500 71,830 2020 Ford F150 Reg Cab 2WD Parks new 2020 Toro Workman 3100 Parks new 2020 Toro ProCore 648ParksG3279Exmark Turf Tracer Walk-Behind 2020 Exmark Turf Tracer 36" Walk-Behind Mower Parks G3559 Toro Reelmaster 5510-D 4,020 2020 Toro Reelmaster 5510-D Parks G3562 Toro Reelmaster 5510-D 3,510 2020 Toro Reelmaster 5510-D Parks G2666 Toro Reelmaster 3300-D 3,325 2020 Toro Reelmaster 3100-D 1,847,100 Police G3564 Toyota Prius 63,983 2020 Ford F150 Crew Cab 2WD Police G3865 Chevrolet Tahoe 86,107 2020 Chevrolet Tahoe2WD Black Police G3339 Ford Crown Vic 101,301 2020 Ford Interceptor Blue Police G3583 Ford Crown Vic 83,985 2020 Ford Interceptor White Police G3662 Ford Crown Vic 81,351 2020 Ford Interceptor Silver Metallic Police G3668 Ford Crown Vic 82,656 2020 Ford Interceptor White Police G3670 Ford Crown Vic 88,444 2020 Ford Interceptor Smoke Stone Police G3713 Star Car Deluxe Bubble 306 2020 Club Carry All 4WD Police G3757 Ford Crown Vic 86,751 2020 Ford Interceptor White Police G3798 Ford Crown Vic 76,783 2020 Ford Interceptor White Police G3801 Ford Crown Vic 88,518 2020 Ford Interceptor White Police G3802 Ford Crown Vic 86,517 2020 Ford Interceptor White Police G3817 Club Carry All 295 4WD 817 2020 Ford Interceptor White Police G3932 Chevrolet Tahoe 91,715 2020 Chevrolet Tahoe 2WD-White Dept Old Unit #Old Make Mileage/ Hours Dept Total New Year New Make Police G3933 Chevrolet Tahoe 88,171 2020 Chevrolet Tahoe 4WD- White Police G3935 Chevrolet Tahoe 4WD 76,525 2020 Chevrolet Tahoe 4WD- White Police G3943 Chevrolet Caprice 58,671 2020 Ford Interceptor White Police G3947 Chevrolet Caprice 58,112 2020 Ford Interceptor White Police G3946 Chevrolet Caprice 66,469 2020 Ford Interceptor White Police G3954 Chevrolet Silverado 93,263 2020 Nissan Frontier Ext Cab 2WD Police G3999 Club Carry All 295 4WD 641 no replacement see G3817 Police G4024 Chevrolet Tahoe 89,786 2020 Chevrolet Tahoe 4WD- White Police G4025 Chevrolet Tahoe 86,481 2020 Chevrolet Tahoe 2WD-WhitePoliceG4114Polaris Ranger 570 1,884 2020 Polaris Ranger 570 Police G4115 Polaris Ranger 570 1,060 2020 Polaris Ranger 570 Police G4131 Chevrolet Caprice 46,248 2020 Ford Interceptor White Police G3066 Ford F150 Extended Cab 57,868 2020 Ford Explorer Admin- Police G3146 Chevrolet Colorado 34,906 2020 Nissan Frontier Ext Cab 2WD Police G3461 Ford F150 Extended Cab 86,186 2020 Ford F150 XLT Ext Cab 2WD Black/Silver Police G3578 Ford F150 Extended Cab 87,789 2020 Ford F150 Ext Cab 2WD White986,000 Pub Utilities G0421 Butler Trailer 2020 JLG 7616 Power Deck TrailerPub Utilities G2192 Target concrete saw New saw will not have a G# it will be a fixed Pub Utilities G2858 Smalline 4" Double Diaphragm pump 695 2020 Smalline 4" Double Diaphragm pump Pub Utilities G3182 Ingersoll Rand Air Compressor 183 turn in no replacement Pub Utilities G3594 Ingersoll Rand Air Compressor 202 turn in no replacement Pub Utilities G3788 Ford E450 QTV Cargo Van 60,239 2020 Ford F550 Cues Truck Pub Utilities G3835 Wacker Neuson BS 60-4S Compactor/Rammer 2020 Wacker Neuson BS 60-4S Compactor/Rammer Pub Utilities G3836 Wacker Neuson BS 60-4S Compactor/Rammer 2020 Wacker Neuson BS 60-4S Compactor/Rammer Pub Utilities G3837 Wacker Neuson BS 60-4S Compactor/Rammer 2020 Wacker Neuson BS 60-4S Compactor/Rammer Pub Utilities G3856 Wacker Neuson 1550 Plate Compactor 2020 Wacker Neuson 1550 AW Plate Compactor Pub Utilities G3913 Ford F150 2WD 93,323 2020 Ford F150 Ext Cab 2WD Pub Utilities G3921 Ford F150 2WD 86,516 2020 Ford F150 Ext Cab 2WD Pub Utilities G3924 Case 580 Super N 4WD Backhoe 795 2020 Case 590N Super Backhow 4x4 Pub Utilities new 2020 Wacker Neuson 1550 Plate Compactor Pub Utilities new 2020 Bobcat MT-85 Mini Track LoaderPub Utilities G2581 MQ POWER PORTABLE GENERATOR 3,443 2020 Generac 100KW MDG100DG Generator Pub Utilities G2582 MQ POWER PORTABLE GENERATOR 4,740 2020 Generac 100KW MDG100DG Generator Pub Utilities G2583 MQ POWER PORTABLE GENERATOR 934 2020 Generac 100KW MDG100DG Generator Pub Utilities G2584 Caterpillar XQ125 Portable Generator 120KW 3,415 2020 Generac 120KW MDG150DF4 Generator Pub Utilities G2585 Caterpillar XQ125 Portable Generator 120KW 2,873 2020 Generac 120KW MDG150DF4 Generator Pub Utilities G3596 Ford F250SD 81,610 2020 Ford F250 Reg Cab SVC Body 4WD Pub Utilities new 2020 Ford F550 with Altec AT41S Aerial Pub Utilities new 2020 AMT 4" Trash Pump Pub Utilities new 2020 Griffin 400HPND Trailer Mounted w Pump Pub Utilities new 2020 Kubota SSV75 Skid Steer Pub Utilities new 2020 Kaufman FDDT-8K-22D TrailerPub Utilities new 2020 Ford F150 Ext Cab 2WD Pub Utilities G3364 Manitou M30-2 Forklift 1,600 2020 CAT DP40NM 4.0 Ton Forklift Pub Utilities G2691 Case 586G Forklift 2,146 2020 CAT DP40NM 4.0 Ton Forklift Pub Utilities G3183 Caterpillar P6000-D Forklift 1,022 2020 CAT DP35NM 3.5 Ton Forklift Pub Utilities G2427 Bobcat 328D Mini Excavator 3,700 2020 Bobcat E42 Compact Excavator Pub Utilities G2692 Caterpillar 416D Backhoe 1,349 2020 CAT 416F Backhoe 4x4 Pub Utilities G2782 Vac-Tron Trailer Mounted Vac 900 2020 Vac-Tron MC873SDT Trailer Mounted VacPub Utilities new 2020 Big Tex 25PH25+5 Trailer w 44" ramps Pub Utilities G3527 Bobcat 328G Mini Excavator 1,928 2020 Bobcat E35 Mini Excavator w/ Ext Arm 1,882,000 Dept Old Unit #Old Make Mileage/ Hours Dept Total New Year New Make Solid Waste G3520 Broyhill Load N Pack 6,085 2020 Broyhill Load n Pack Solid Waste G3692 Petebilt Side Loader 73,671 2020 Autocar ACX ASLSolid Waste G3693 Petebilt Side Loader 78,825 2020 Autocar ACX ASL Solid Waste G3695 Petebilt Side Loader 78,160 2020 Autocar ACX ASL Solid Waste G3696 Petebilt Side Loader 70,765 2020 Autocar ACX ASL Solid Waste G3503 Ford F150 Reg Cab 82,441 2020 Ford F150 Crew 2WD-CNG Solid Waste G3517 Caterpillar P5000-D Forklift 1,042 2020 Caterpillar P5000-D Forklift Solid Waste G3691 Ford F150 Reg Cab 74,154 2020 Ford F150 Crew 2WD-CNG-Liftgate 1,882,000 Recycling G3386 Great Dane Trailer 6,085 2020 Mack 48' Walking Floor Trailer 95,000 9,096,700 - Fund Impacted (L1910) 010 General Fund 2,875,000 419 Stormwater - 421 Public Utilities 1,469,000 423 Gas 156,000 424 Solid Waste 1,882,000 426 Recycling 95,000 432 Marina - 435 Parking - 555 IT - 565 General Services 272,000 566 General Services 67,000 100,000 284,300 30,000 16,500 6,400 32,000 42,000 99,000 337,000 45,000 1,288,500 9,096,700 9,241,310 (144,610) -1.56% Total 19/20 Vehicle Replacement Budget Budget Change 18/19 vs 19/20 Budget Increase/Decrease Penny Funds (315-94238) Garage Fund Motorized Equipment Cash (315-94233) Parks Cash (010-TBD) Streets Cash (010-TBD) Building & Maint Cash (565-6531) Public Utilities (1346/2051-591000) Fire Dept L/P Additional (316-94627) Parks & Rec L/P Additional (L1901) Total for 18/19 Vehicle Replacement Budget Public Utilities Maintenance Vehicle L/P (L1904) Gas L/P Additional (316-96390) Stormwater L/P Additional (316-96192) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6811 Agenda Date: 10/3/2019 Status: Consent AgendaVersion: 2 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.16 SUBJECT/RECOMMENDATION: Appoint Patrick Raftery to the Parks and Recreation Board to fill the remainder of an unexpired term through May 31, 2022. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Parks and Recreation Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 Chairperson: Mark Rodriguez MEETING DATES: Quarterly (4th Tues.) - Jan., April, July, Oct. PLACE: Main Library - 6:30 p.m. APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Kristin Langley - 1101 Maximo Ave., 33759 - Consultant Original Appointment: 4/21/16 Resigned 9/10/19 - (was serving 1st term to expire 05/31/22) THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Patrick Raftery - 3237 Master Dr., 33761 - Senior Buyer/Supervisor 2.Meg Taylor - 1423 Pinebrook Dr., 33755 - Sales Admin Manager 3.Scott R. Thomas - 1102 South Missouri Ave., Apt. 203, 33756 - Sr. HR Director Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6811 Zip codes of current members on board: 2 at 33755 1 at 33764 2 at 33765 1 at 33767 At the October 2 work session, there was council consensus to appoint Mr. Raftery. Staff was directed to place the item on the consent agenda. Page 2 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6810 Agenda Date: 10/3/2019 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Declare surplus for conveyance to City of Clearwater Community Redevelopment Agency (CRA), certain real property located at 610 Franklin Street; approve the contract for Purchase of Real Property by the CRA; and authorize appropriate officials to execute same. (APH) SUMMARY: City-owned property located at 610 Franklin Street (Property) is 1.085 acres and was acquired by the city in two separate land acquisitions. In 1952, the city paid $21,000 for 0.72 acres and in 1973, the city acquired 3.728 acres of former railroad right-of-way for $210,000. The Property contains 0.365 acres of the land acquired in the railroad transaction. The city completed construction of Fire Station 45 on the Property in 1975 and utilized the Property until moving to a new facility at 1140 Court Street in 2014. Two independent appraisals were performed on the property. James Millspaugh and Associates appraised the Property as of June 27, 2019 and determined fair market value to be $2,000,000. Tobias Realty Advisors, LLC appraised the Property at $1,585,000 with a valuation date of July 2, 2019. Staff is recommending sale of the Property to the CRA at a sale price of $1,006,000. This price represents the city’s initial cost in acquiring the Property plus interest. The building is now vacant and is not conducive to alternative uses. Market rate redevelopment of the site is challenging because the Property lies between two institutional facilities. Staff is recommending sale of the Property to the CRA so the CRA can sell the property for development of an affordable housing project. The CRA issued Request for Proposals 50-19 calling for a Low-Income Housing Tax Credit (LIHTC) project under a program administered by the Florida Housing Finance Corporation (FHFC). The successful respondent to RFP 50-19 will have site control of the Property and will submit an application to FHFC. The FHFC issued Request for Applications (RFA) 2019-114 earlier this year and it will remain open until the application deadline on November 7. The successful respondent to RFA 2019-114 will be awarded tax credits that can be sold on the open market. Revenue gained through the sale of tax credits is expected to fund 50% to 90% of development costs. Several applications are expected to be submitted for projects in various jurisdictions; many will achieve maximum scoring criteria. One project will be selected in Pinellas County. With multiple applications reaching maximum scoring, the selection becomes akin to a lottery. A successful proposal will have a minimum of 80 units, will be a minimum of seven stories and will be available to income qualifying residents consistent with FHFC program requirements. Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6810 APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/3/2019 22 26 700705525614700634524614319 101 613123 204 626528640518644701PARK ST S EAST AVEPIERCE ST FRANKLIN ST S GARDEN AVE S GARDEN AVE 20 24 28 703610316 612207 300 312 530308 516600AERIAL MAP 610 Franklin St.Parcel Number: 15-29-15-54450-007-0010 Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\610 Franklin St.mxd Lot Size:+/- 1.09 ac. 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:9/5/2019WDMap Gen By:286BGrid #:RBReviewed By:16-29s-15eS-T-R: 1 CONTRACT FOR PURCHASE OF REAL PROPERTY BY THE CITY OF CLEARWATER, FLORIDA COMMUNITY REDEVELOPMENT AGENCY PARTIES: THE CITY OF CLEARWATER, a municipal corporation whose mailing address is P.O. Box 4748, Clearwater, Florida 33758-4748 (herein "Seller" or “City”), and the COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA, a public body corporate and politic of the State of Florida (herein "Buyer" or “CRA”), whose post office address is P.O. Box 4748, Clearwater, Florida 33758-4748, (collectively "Parties") hereby agree that the Seller shall sell and Buyer shall buy the following real property ("Property") upon the following terms and conditions. 1. PROPERTY DESCRIPTION Commonly referred to as 610 Franklin St. Clearwater, FL Real Property ID No: 15-29-15-54450-007-0010 Less and except the express reservation of a Gas Main Easement for the benefit of the Grantor, all as more particularly described in Exhibit “A” (attached hereto and incorporated herein). PERSONALTY: NONE 2. FULL PURCHASE PRICE ...........................................……………………………….… $1,006,000.00 3. MANNER OF PAYMENT: Wire in U.S. funds at time of closing 4. PURCHASE PRICE The full Purchase Price as shown herein has been reached through negotiations between the City’s staff and the CRA’s staff based on appraisals as follows; James Millspaugh and Associates, Inc. and Tobias Realty Advisors, LLC performed an appraisal of the Property on behalf of the Seller. 5. TIME FOR ACCEPTANCE; APPROVALS Following execution of this contract by Buyer, the price, terms and conditions as contained herein shall remain unchanged and be held unconditionally open for a period of 45 days following delivery in duplicate original to City Manager of the City of Clearwater for acceptance and approval, counter-offer, or rejection by action of the Clearwater City Council ("Council"). If this agreement is accepted and approved by the Council, it will be executed by duly authorized City officials and delivered to Buyer within 10 days thereafter. If a counteroffer is approved by the Council, it shall be delivered to Buyer in writing within 10 days of such action by the City Council, and Buyer shall have 10 days thereafter to deliver to Seller written notice of acceptance or rejection of such counteroffer. If written notice of acceptance is not timely delivered, or if the counteroffer is rejected by Buyer, this contract shall thereafter be null and void in all respects. If this contract is rejected by the Council upon initial presentation to the Council, this contract [GM19-1313-141/240259/1] 2 shall be null and void in all respects and Buyer shall be so informed in writing within 5 days of such action. 6. TITLE Seller warrants legal capacity to and shall convey marketable title to the Property by Special Warranty Deed, subject only to matters contained in Paragraph 7 acceptable to Buyer. Otherwise title shall be free of liens, easements and encumbrances of record or known to Seller, but subject to property taxes for the year of closing; covenants, restrictions and public utility easements of record; and no others provided there exists at closing no violation of the foregoing and none of them prevents Buyer's intended use of the Property. 7. TITLE EVIDENCE Buyer may, at Buyer’s expense and within 20 days prior to closing date secure a title insurance commitment issued by a Florida licensed title insurer agreeing to liens, encumbrances, exceptions or qualifications set forth in this Contract, and those which shall be discharged by Seller at or before closing. Seller shall convey a marketable title subject only to liens, encumbrances, exceptions or qualifications set forth in this Contract. Marketable title shall be determined according to applicable Title Standards adopted by The Florida Bar and in accordance with law. Buyer shall have 10 days from receiving evidence of title to examine it (Title Examination Period). If title is found defective, Buyer shall, within 3 days thereafter, notify Seller in writing specifying defect(s). If the defect(s) render title unmarketable, Seller will have 120 days from receipt of notice within which to remove the defect(s), failing which Buyer shall have the option of either accepting the title as it then is or withdrawing from this Contract. Seller will, if title is found unmarketable, make diligent effort to correct defect(s) in title within the time provided therefor. 8. SURVEY Buyer, at Buyer's expense, within time allowed to deliver evidence of title and to examine same, may have Real Property surveyed and certified to the Buyer by a registered Florida land surveyor. If survey shows any encroachment on Real Property, or that improvements located on Real Property encroach on setback lines, easements, lands of others, or violate any restrictions, contract covenants or applicable governmental regulation, the same shall constitute a title defect. The survey shall be performed to minimum technical standards of the Florida Administrative Code and may include a description of the property under the Florida Coordinate System as defined in Chapter 177, Florida Statutes. 9. CLOSING PLACE AND DATE Buyer shall designate closing agent and this transaction shall be closed in the offices of the designated closing agent in Pinellas County, Florida, within 120 days of the effective date unless extended by other provisions of this contract including but not limited to time allotted for the removal of title defects as provided for in Paragraph 7 above. If either party is unable to comply with any provision of this contract within the time allowed, and be prepared to close as set forth above, after making all reasonable and diligent efforts to comply, then upon giving written notice to the other party, time of closing may be extended up to 60 days without effect upon any other term, covenant or condition contained in this contract. 10. CLOSING DOCUMENTS [GM19-1313-141/240259/1] 3 Buyer shall furnish closing statements for the respective parties, deed, bill of sale (if applicable), mechanic's lien affidavit, assignments of leases, tenant and mortgage estoppel letters, and corrective instruments. 11. CLOSING EXPENSES Transaction is exempt from documentary stamp tax per Florida Administrative Code Section 12B- 4.014(10). Seller shall pay the costs of recording any corrective instruments. Recordation of the deed shall be paid by Buyer. 12. PRORATIONS; CREDITS Taxes, assessments, rent (if any) and other revenue of the Property shall be prorated through the day before closing. Closing agent shall collect all ad valorem taxes uncollected but due through day prior to closing and deliver same to the Pinellas County Tax Collector with notification to thereafter exempt the Property from taxation as provided in Chapter 196, Florida Statutes. If the amount of taxes and assessments for the current year cannot be ascertained, rates for the previous year shall be used with due allowance being made for improvements and exemptions. Assessments for any improvements that are substantially complete at time of closing shall be paid in full by Seller. 13. OCCUPANCY Seller warrants that there are no parties in occupancy other than the Seller, or as otherwise disclosed herein. If Property is intended to be rented or occupied beyond closing, the fact and terms thereof shall be stated herein, and the tenant(s) or occupants disclosed pursuant to Paragraph 15. Seller agrees to deliver occupancy of the Property at time of closing unless otherwise stated herein. If occupancy is to be delivered before closing, Buyer assumes all risk of loss to Property from date of occupancy, shall be responsible and liable for maintenance from that date, and shall be deemed to have accepted Property in its existing conditions as of the time of taking occupancy unless otherwise stated herein or in separate writing. 14. LEASES Seller warrants there are no tenants occupying the Property and that no leases exist, recorded or unrecorded, authorizing such occupancy and any authorized tenancy or lease for use of the property created by Seller prior to closing or prior to the expiration hereof, shall constitute a material breach of this Contract. Seller shall, at Buyer’s request, furnish Buyer copies of all written leases and estoppels letters from each tenant specifying the nature and duration of the tenant’s occupancy. 15. PROPERTY CONDITION Seller shall deliver the Property to Buyer at time of closing in its present "as is" condition, ordinary wear and tear excepted, and shall maintain the landscaping and grounds in a comparable condition. Seller makes no warranties other than is disclosed herein in Paragraph 21 (“SELLER WARRANTIES”) and marketability of title. Buyer’s covenant to purchase the Property “as is” is more specifically represented in the following paragraph. a. As Is With Right of Inspection: Buyer may, at Buyer expense within 60 days following the effective date hereof ("Inspection Period"), conduct inspections, tests, environmental and any other investigations [GM19-1313-141/240259/1] 4 of the Property Buyer deems necessary to determine suitability for Buyer's intended use. Upon Seller’s execution hereof, Seller shall grant reasonable access to the Property to Buyer, its agents, contractors and assigns for the purposes of conducting the inspections provided, however, that all such persons enter the Property and conduct the inspections and investigations at their own risk. Seller will, upon reasonable notice, provide utilities services as may be required for Buyer's inspections and investigations. Buyer shall not engage in any activity that could result in a mechanics lien being filed against the Property without Seller's prior written consent. Buyer may terminate this contract by written notice to Seller prior to expiration of the Inspection Period if the inspections and/or investigations reveal conditions which are reasonably unsatisfactory to Buyer. In the alternative, if Seller offers to repair or otherwise remedy such conditions to Buyer satisfaction, Buyer may accept such offer; or Buyer, at its option, may elect to accept a credit at closing of the total estimated repair costs as determined by a licensed general contractor of Buyer's selection and expense. If Buyer terminates this contract, and this transaction does not close, Buyer agrees, at Buyer expense, to repair all damages to the Property resulting from the inspections and investigations and return the Property to its present condition. 16. WALK-THROUGH INSPECTION At a time mutually agreeable between the parties, but not later than the day prior to closing, Buyer may conduct a final "walk-through" inspection of the Property to determine compliance with any Seller obligations and to ensure that all Property is in and on the premises. No new issues may be raised as a result of the walk-through. 17. RISK OF LOSS If the Property is damaged by fire or other casualty before closing, Buyer shall have the option of either taking the Property “as is” or of canceling this contract. 18. PROCEEDS OF SALE; CLOSING PROCEDURE The deed shall be recorded upon clearance of funds. Proceeds of sale shall be held in escrow by Buyer’s attorney or by such other mutually acceptable escrow agent for a period of no longer than 5 days from and after closing, during which time evidence of title shall be continued at Buyer's expense to show title in Buyer, without any encumbrances or change which would render Seller's title unmarketable from the date of the last title evidence. If Seller's title is rendered unmarketable through no fault of the Buyer, Buyer shall, within the 5-day period, notify the Seller in writing of the defect and Seller shall have 30 days from the date of receipt of such notification to cure the defect. If Seller fails to timely cure the defect, all funds paid by or on behalf of the Buyer shall, upon written demand made by Buyer and within 5 days after demand, be returned to Buyer and simultaneously with such repayment, Buyer shall vacate the Property and reconvey it to Seller by special warranty deed. If Buyer fails to make timely demand for refund, Buyer shall take title "as is", waiving all rights against Seller as to any intervening defect except as may be available to Buyer by virtue of warranties contained in the deed. The escrow and closing procedure required by this provision may be waived if title agent ensures adverse matters pursuant to Section 627.7841, F.S. (2014), as amended. 19. DEFAULT If this transaction is not closed due to any default or failure on the part of the Seller, other than to make the title marketable after diligent effort, Buyer may seek specific performance or unilaterally cancel this agreement upon giving written notice to Seller. If this transaction is not closed due to any default or failure [GM19-1313-141/240259/1] 5 on the part of the Buyer, Seller may seek specific performance or unilaterally cancel this agreement upon giving written notice to Buyer. If a Broker is owed a brokerage fee regarding this transaction, the defaulting party shall be liable for such fee. 20. SELLER WARRANTIES Seller warrants that there are no facts known to Seller that would materially affect the value of the Property, or which would be detrimental to the Property, or which would affect Buyer's desire to purchase the property except as follows: (Specify known defects. If none are known, write “NONE”) ___________________ Buyer shall have the number of days granted in Paragraph 15(a) above ("Inspection Period") to investigate said matters as disclosed by the Seller, and shall notify Seller in writing whether Buyer will close on this contract notwithstanding said matters, or whether Buyer shall elect to cancel this contract. If Buyer fails to so notify Seller within said time period, Buyer shall be deemed to have waived any objection to the disclosed matters and shall have the obligation to close on the contract. 21. RADON GAS NOTIFICATION In accordance with provisions of Section 404.056(8), Florida Statutes (2014), as amended, Buyer is hereby informed as follows: RADON GAS: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit. 22. CONTRACT NOT RECORDABLE; PERSONS BOUND Neither this contract nor any notice of it shall be recorded in any public records. This contract shall bind and inure to the benefit of the parties and their successors in interest. Whenever the context permits, singular shall include plural and one gender shall include all. 23. NOTICE All notices provided for herein shall be deemed to have been duly given if and when deposited in the United States Mail, properly stamped and addressed to the respective party to be notified, including the parties to this contact, the parties attorneys, escrow agent, inspectors, contractors and all others who will in any way act at the behest of the parties to satisfy all terms and conditions of this contract. 24. ASSIGNABILITY; PERSONS BOUND This contract is not assignable. The terms "Buyer", "Seller", and "Broker" (if any) may be singular or plural. This Contract is binding upon Buyer, Seller, and their heirs, personal representatives, successors and assigns (if assignment is permitted). 25. ATTORNEY FEES; COSTS [GM19-1313-141/240259/1] 6 In any litigation arising out of this contract, the prevailing party shall be entitled to recover reasonable attorney's fees and costs. 26. TYPEWRITTEN OR HANDWRITTEN PROVISIONS Typewritten or handwritten provisions shall control all printed provisions of contract in conflict with them. 27. BROKER REPRESENTATION If either Party chooses to be represented by a Licensed Real Estate Broker upon Seller’s execution hereof, then that Party solely shall be responsible for any such Broker fee or expense due to said Broker, except as provided for in paragraph 20. 28. EFFECT OF PARTIAL INVALIDITY The invalidity of any provision of this contract will not and shall not be deemed to affect the validity of any other provision. In the event that any provision of this contract is held to be invalid, the parties agree that the remaining provisions shall be deemed to be in full force and effect as if they had been executed by both parties subsequent to the expungement of the invalid provision. 29. GOVERNING LAW It is agreed by and between the parties hereto that this contract shall be governed by, construed, and enforced in accordance with the laws of the State of Florida. 30. COUNTERPARTS; FACSIMILE COPY This contract may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one instrument. A facsimile copy of this contract, including any addendum, attachments and any written modifications hereof, and any initials or signature thereon shall be deemed an original. 31. ENTIRE AGREEMENT Upon execution by Seller and Buyer, this contract shall constitute the entire agreement between the parties, shall supersede any and all prior and contemporaneous written and oral promises, representations or conditions in respect thereto. All prior negotiations, agreements, memoranda and writings shall be merged herein. Any changes to be made in this agreement shall only be valid when expressed in writing, acknowledged by the parties and incorporated herein or attached hereto. [GM19-1313-141/240259/1] 7 EXECUTED BY BUYER AND EFFECTIVE this _____ day of ________________________, 2019 THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: _____________________________ George N. Cretekos Chairperson, Board of Trustees Approved as to form: Attest: _________________________ ___________________________ Michael P. Fuino Rosemarie Call Assistant City Attorney City Clerk APPROVED BY SELLER this _____ day of _________________________, 2019. THE CITY OF CLEARWATER, FLORIDA _____________________________ By: _____________________________ George N. Cretekos William B. Horne, II Mayor City Manager Approved as to form: Attest: _____________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk LOTS 1 THRU 3, LOT 16 AND THE WEST 42 FEET OF LOT 15 OF BLOCK 7, FROM THE PLAT TITLED "MAGNOLIA PARK" IN SUBDIVISION PLAT BOOK 3, PAGE 43 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA TOGETHER WITH THAT PART OF THE NE 1/4 OF SECTION 16, TOWNSHIP 29 SOUTH, RANGE 15 EAST DESCRIBED AS FOLLOWS: BEGINNING AT THE NORTHWEST CORNER OF SAID LOT 1, THENCE SOUTH 04°41'03" WEST, A DISTANCE OF 266 FEET, MORE OR LESS, TO THE SOUTHWEST CORNER OF SAID LOT 16; THENCE WESTERLY 60 FEET, MORE OR LESS, TO THE SOUTHEAST CORNER OF LOT 1, BLOCK 7 OF THE PLAT TITLED "GOULD & EWING'S 2ND ADDITION" IN SUBDIVISION PLAT BOOK 1, PAGE 52 OF THE PUBLIC RECORDS OF HILLSBOROUGH COUNTY, FLORIDA OF WHICH PINELLAS COUNTY WAS FORMERLY A PART; THENCE NORTH 04°41'03" EAST, A DISTANCE OF 266 FEET, MORE OR LESS, TO THE NORTHEAST CORNER OF LOT 2, BLOCK 7 OF SAID "GOULD & EWING'S 2ND ADDITION"; THENCE EASTERLY 60 FEET, MORE OR LESS, TO THE POINT OF BEGINNING. CONTAINING 47,443.5 SQUARE FEET OR 1.08915 ACRES, MORE OR LESS. EXHIBIT A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9301-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9301-19 on second reading, annexing certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said additions. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9301-19 ORDINANCE NO. 9301-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTIES LOCATED GENERALLY NORTH OF DREW STREET, SOUTH OF SR 590 AND WITHIN 1/4 MILE WEST OF NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 712 MOSS AVENUE AND 3047 LAKE VISTA DRIVE, ALL WITHIN CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITIONS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real properties described herein and depicted on the map attached hereto as Exhibit B have petitioned the City of Clearwater to annex the properties into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described properties are hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit A for Legal Descriptions. (ATA2019-06001) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9301-19 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ATA2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 09-29-16-45126-007-0070 Lot 7, Block G 712 Moss Avenue 2. 09-29-16-45126-004-0020 The East 60’ of Lot 2, Block D 3047 Lake Vista Drive The above in KAPOK TERRACE, as recorded in PLAT BOOK 36, PAGE 14 and 15, of the Public Records of Pinellas County, Florida. Exhibit B 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C)MOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 900 907 815 808 911 932 708 800 3077301330523041303030493019301330413041307030553065304130363025306130353010304230233040302030813046303130193036308030603044303430293012307430263058302430643063304730473071304630763059303530483069302130123053307530303024305730403050920 7 1 2 912 701 910901 916 915 914 8 0 0 908 9243006 301230473072300730183006304030533035-Not to Scale--Not a Survey-Rev. 6/6/2019 PROPOSED ANNEXATION MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) DREW ST MOSS AVE N McMULLEN BOOTH RD MERRILL AVE HOYT AVE GRAND VIEW AVE LAKE VISTA DR GLEN OAK AVE N KAPOK KOVE DR MISSION CIR BAY LN TERRACE VIEW LN NUTWOOD ST LINDSEY ERIN LN BRIGADOON DR PROJECT SITES -Not to Scale--Not a Survey-Rev. 6/10/2019 ^PROJECT SITES ^ LOCATION MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) HDR MOSS AVE MOSS AVE GRAND VIEW AVE GRAND VIEW AVE LAKE VISTA DR LAKE VISTA DR N McMULLEN BOOTH RD N McMULLEN BOOTH RD GLEN OAK AVE NGLEN OAK AVE N TERRACE VIEW LN TERRACE VIEW LN GLEN OAK AVE EGLEN OAK AVE E-Not to Scale--Not a Survey-Rev. 6/6/2019 AERIAL MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C)MOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 900 907 815 808 911 932 708 800 3077301330523041303030493019301330413041307030553065304130363025306130353010304230233040302030813046303130193036308030603044303430293012307430263058302430643063304730473071304630763059303530483069302130123053307530303024305730403050920 7 1 2 912 701 910901 916 915 914 8 0 0 908 9243006 301230473072300730183006304030533035-Not to Scale--Not a Survey-Rev. 6/6/2019 EXISTING SURROUNDING USES MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential View looking west at subject property, 712 Moss Avenue North of subject property South of subject property East of subject property, across Moss Avenue ATA2019-06001 Kimberly Goudreau 712 Moss Avenue View looking northerly along Moss Avenue View looking southerly along Moss Avenue View looking south at subject property, 3047 Lake Vista Drive West of subject property East of subject property North of subject property, across Lake Vista Drive ATA2019-06001 Lea J. Perrino & Justin J. Perrino 3047 Lake Vista Drive View looking easterly along Lake Vista Drive View looking westerly along Lake Vista Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9302-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9302-19 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Low, (RL). SUMMARY: APPROPRIATION CODE AND AMOUNT: [Enter funding source codes and amounts.] USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9302-19 ORDINANCE NO. 9302-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTIES LOCATED GENERALLY NORTH OF DREW STREET, SOUTH OF SR 590 AND WITHIN 1/4 MILE WEST OF NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 712 MOSS AVENUE AND 3047 LAKE VISTA DRIVE, ALL WITHIN CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described properties, upon annexation into the City of Clearwater, as follows: Properties Land Use Category See attached Exhibit A for Legal Descriptions. Residential Low (RL) (ATA2019-06001) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9301-19. Ordinance No. 9302-19 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ATA2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 09-29-16-45126-007-0070 Lot 7, Block G 712 Moss Avenue 2. 09-29-16-45126-004-0020 The East 60’ of Lot 2, Block D 3047 Lake Vista Drive The above in KAPOK TERRACE, as recorded in PLAT BOOK 36, PAGE 14 and 15, of the Public Records of Pinellas County, Florida. Exhibit B 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C) HDR RL RL RL RL RL CG RL RLRLMOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 907 815 808 911 932 708 800 307730133052304130303049301330413041307030553065304130363025306130353010304230233040302030813046303130363080306030443034302930123074302630583024306430633047304730713046307630593035306930213012307530303024305730403050920 7 1 2 912 701 910901 916 900 915 914 8 0 0 908 924 30193006301230473072300730193018300630403053304830533035-Not to Scale--Not a Survey-Rev. 6/6/2019 PROPOSED FUTURE LAND USE MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) DREW ST MOSS AVE N McMULLEN BOOTH RD MERRILL AVE HOYT AVE GRAND VIEW AVE LAKE VISTA DR GLEN OAK AVE N KAPOK KOVE DR MISSION CIR BAY LN TERRACE VIEW LN NUTWOOD ST LINDSEY ERIN LN BRIGADOON DR PROJECT SITES -Not to Scale--Not a Survey-Rev. 6/10/2019 ^PROJECT SITES ^ LOCATION MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) HDR MOSS AVE MOSS AVE GRAND VIEW AVE GRAND VIEW AVE LAKE VISTA DR LAKE VISTA DR N McMULLEN BOOTH RD N McMULLEN BOOTH RD GLEN OAK AVE NGLEN OAK AVE N TERRACE VIEW LN TERRACE VIEW LN GLEN OAK AVE EGLEN OAK AVE E-Not to Scale--Not a Survey-Rev. 6/6/2019 AERIAL MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C)MOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 900 907 815 808 911 932 708 800 3077301330523041303030493019301330413041307030553065304130363025306130353010304230233040302030813046303130193036308030603044303430293012307430263058302430643063304730473071304630763059303530483069302130123053307530303024305730403050920 7 1 2 912 701 910901 916 915 914 8 0 0 908 9243006 301230473072300730183006304030533035-Not to Scale--Not a Survey-Rev. 6/6/2019 EXISTING SURROUNDING USES MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential View looking west at subject property, 712 Moss Avenue North of subject property South of subject property East of subject property, across Moss Avenue ATA2019-06001 Kimberly Goudreau 712 Moss Avenue View looking northerly along Moss Avenue View looking southerly along Moss Avenue View looking south at subject property, 3047 Lake Vista Drive West of subject property East of subject property North of subject property, across Lake Vista Drive ATA2019-06001 Lea J. Perrino & Justin J. Perrino 3047 Lake Vista Drive View looking easterly along Lake Vista Drive View looking westerly along Lake Vista Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9303-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9303-19 on second reading, amending the Zoning Atlas of the city by zoning certain real properties whose post office addresses are 712 Moss Avenue and 3047 Lake Vista Drive, all within Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9303-19 ORDINANCE NO. 9303-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTIES LOCATED GENERALLY NORTH OF DREW STREET, SOUTH OF SR 590 AND WITHIN 1/4 MILE WEST OF NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESSES ARE 712 MOSS AVENUE AND 3047 LAKE VISTA DRIVE,ALL WITHIN CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described properties located in Pinellas County, Florida, are hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9301-19. Properties Zoning District See attached Exhibit A for Legal Descriptions Low Medium Density Residential (LMDR) (ATA2019-06001) Ordinance No. 9303-19 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ATA2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 09-29-16-45126-007-0070 Lot 7, Block G 712 Moss Avenue 2. 09-29-16-45126-004-0020 The East 60’ of Lot 2, Block D 3047 Lake Vista Drive The above in KAPOK TERRACE, as recorded in PLAT BOOK 36, PAGE 14 and 15, of the Public Records of Pinellas County, Florida. Exhibit B 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C) LMDR LMDR C HDR MOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 907 815 808 911 932 708 800 30773013305230413030304930193013304130413070305530653041303630253061303530103042302330403020308130463031303630803060304430343029301230743026305830243064306330473047307130463076305930353069302130123053307530303024305730403050920 7 1 2 912 701 910901 916 900 915 914 8 0 0 908 9243006 30123047307230073019301830063040305330483035-Not to Scale--Not a Survey-Rev. 6/6/2019 PROPOSED ZONING MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) DREW ST MOSS AVE N McMULLEN BOOTH RD MERRILL AVE HOYT AVE GRAND VIEW AVE LAKE VISTA DR GLEN OAK AVE N KAPOK KOVE DR MISSION CIR BAY LN TERRACE VIEW LN NUTWOOD ST LINDSEY ERIN LN BRIGADOON DR PROJECT SITES -Not to Scale--Not a Survey-Rev. 6/10/2019 ^PROJECT SITES ^ LOCATION MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) HDR MOSS AVE MOSS AVE GRAND VIEW AVE GRAND VIEW AVE LAKE VISTA DR LAKE VISTA DR N McMULLEN BOOTH RD N McMULLEN BOOTH RD GLEN OAK AVE NGLEN OAK AVE N TERRACE VIEW LN TERRACE VIEW LN GLEN OAK AVE EGLEN OAK AVE E-Not to Scale--Not a Survey-Rev. 6/6/2019 AERIAL MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) 270000 271000LAKE LOUISE 45126 C E C D G B 234 5 6 7 8 9 10 11 121314151617181920212223 1 2 3 4 1234567 8 9 10 11 12 13 14 123456 7 8 9 10 11 3 4 5 6 7 8 91011 234567 8910 11 12 13 14 15 16 17 18 894 32/01 1.57 116(S) 116 593593AC(C)MOSS AVE GRAND VIEW AVE LAKE VISTA DR N McMULLEN BOOTH RD GLEN OAK AVE N TERRACE VIEW LN GLEN OAK AVE E906 807 801 602 906 809 8 0 1 917 918 8 0 6 911 904 900 907 815 808 911 932 708 800 3077301330523041303030493019301330413041307030553065304130363025306130353010304230233040302030813046303130193036308030603044303430293012307430263058302430643063304730473071304630763059303530483069302130123053307530303024305730403050920 7 1 2 912 701 910901 916 915 914 8 0 0 908 9243006 301230473072300730183006304030533035-Not to Scale--Not a Survey-Rev. 6/6/2019 EXISTING SURROUNDING USES MAP Owner(s): Kimberly L. Goudreau Lea J. Perrino & Justin J. Perrino Case: ATA2019-06001 Site: 712 Moss Avenue 3047 Lake Vista Drive Property Size(Acres): ROW (Acres): 0.39 Land Use Zoning PIN: 09-29-16-45126-007-0070 09-29-16-45126-004-0020 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential View looking west at subject property, 712 Moss Avenue North of subject property South of subject property East of subject property, across Moss Avenue ATA2019-06001 Kimberly Goudreau 712 Moss Avenue View looking northerly along Moss Avenue View looking southerly along Moss Avenue View looking south at subject property, 3047 Lake Vista Drive West of subject property East of subject property North of subject property, across Lake Vista Drive ATA2019-06001 Lea J. Perrino & Justin J. Perrino 3047 Lake Vista Drive View looking easterly along Lake Vista Drive View looking westerly along Lake Vista Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9321-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9321-19 on second reading, vacating a utility easement lying within the South 5 feet of Lots 1, 2, 3, 4 and 5, Block D, and the North 5 feet of Lots 10, 11, 12, 13, and 14, Block D, Hibiscus Gardens, according to the map or plat thereof, as recorded in Plat Book 14, Pages 55 through 59, inclusive, of the Public Records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 1 Ord. No. 9321-19 ORDINANCE NO. 9321-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A UTILITY EASEMENT LYING WITHIN THE SOUTH 5 FEET OF LOTS 1, 2, 3, 4, AND 5, BLOCK D, AND THE NORTH 5 FEET OF LOTS 10, 11, 12, 13, AND 14, BLOCK D, HIBISCUS GARDENS, ACORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 14, PAGES 55 THROUGH 59, INCLUSIVE, 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. 9321-19 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 PARK ST PIERCE ST S BETTY LN S LINCOLN AVECLEVELAND ST AERIAL MAP Proposed Vacation5' Utility Easement 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 Utility Easement VacationPierce St./S Betty Ln. Page 1 of 1Aerial Flown 2018 Date:4/16/2019 Document Path: V:\GIS\Engineering\Location Maps\Pierce St_Betty Ln.mxd 287BGrid #:15-29s-15eS-T-R:WDMap Gen By: Proposed Vacation5' Utility Easement RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9325-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Adopt Ordinance 9325-19 on second reading, amending the Operating Budget for the Fiscal Year ending September 30, 2019, to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Gas Fund, Marine Fund, Airpark Fund, and Parking Fund. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9325-19 ORDINANCE NO. 9325-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2019 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, SPECIAL DEVELOPMENT FUND, SPECIAL PROGRAM FUND, GAS FUND, MARINE FUND, AIRPARK FUND AND PARKING FUND, AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2019, for operating purposes, including debt service, was adopted by Ordinance No. 9194-18; and WHEREAS, at the third quarter review it was found that an increase of $2,798,721 is necessary for revenues and an increase of $1,390,803 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9194-18 is amended to read: Pursuant to the Amended City Manager's Annual Report and Estimate for the fiscal year beginning October 1, 2018 and ending September 30, 2019 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. 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: _______________________________ ________________________________ Pamela K. Akin, City Attorney Rosemarie Call, City Clerk EXHIBIT A 2018-19 BUDGET REVENUE First Third Quarter Mid Year Quarter Budgeted Amended Amended Amended Revenues Budget Budget Budget Budget 2018/19 2018/19 2018/19 2018/19 Amendment General Fund: Ad Valorem Taxes 60,858,200 60,858,200 60,858,200 60,990,340 132,140 Utility Taxes 15,188,200 15,188,200 15,188,200 15,888,200 700,000 Local Option, Fuel & Other Taxes 6,649,400 6,649,400 6,649,400 6,499,400 (150,000) Franchise Fees 9,748,000 9,748,000 9,748,000 10,148,000 400,000 Other Permits & Fees 2,313,500 2,313,500 2,313,500 2,838,500 525,000 Intergovernmental Revenues 23,141,960 23,285,629 23,285,629 23,441,044 155,415 Charges for Services 15,290,960 15,290,960 15,290,960 15,550,960 260,000 Judgments, Fines & Forfeitures 1,184,000 1,184,000 1,184,000 1,589,000 405,000 Miscellaneous Revenues 2,375,800 3,918,949 3,918,979 4,768,979 850,000 Transfers In 11,100,610 11,100,980 11,101,316 11,840,562 739,246 Other Financing Sources - - - - - Transfer (to) from Reserves 288,370 (697,689) 1,353,701 (1,710,334) (3,064,035) Lease Purchase Total, General Fund 148,139,000 148,840,129 150,891,885 151,844,651 952,766 Special Revenue Funds: Special Development Fund 17,212,750 18,148,650 18,148,650 19,505,605 1,356,955 Special Program Fund 923,050 2,248,878 3,921,980 4,512,170 590,190 Local Housing Asst Trust Fund 539,940 539,940 539,940 539,940 - Utility & Other Enterprise Funds: Water & Sewer Fund 103,723,090 103,724,266 103,724,266 103,724,266 - Stormwater Utility Fund 18,854,780 18,854,780 18,855,092 18,855,092 - Solid Waste & Recycling Fund 26,743,600 26,743,600 26,743,600 26,743,600 - Gas Fund 47,617,850 47,617,850 49,581,397 49,431,397 (150,000) Airpark Fund 325,600 325,600 325,600 340,600 15,000 Marine Fund 4,675,460 5,035,460 5,035,460 5,069,270 33,810 Clearwater Harbor Marina 815,200 815,200 815,200 815,200 - Parking Fund 6,935,540 6,935,540 6,935,707 6,935,707 - Internal Service Funds: Administrative Services Fund 12,387,530 12,387,734 12,387,734 12,387,734 - General Services Fund 5,561,310 5,561,516 5,561,516 5,561,516 - Garage Fund 20,176,620 20,566,842 20,566,842 20,566,842 - Central Insurance Fund 27,172,480 27,172,480 27,172,480 27,172,480 - Total, All Funds 441,803,800 445,518,465 451,207,349 454,006,070 2,798,721 Ordinance #9325-19 EXHIBIT A (Continued) 2017-18 BUDGET EXPENDITURES First Third Quarter Mid Year Quarter Original Amended Amended Amended Budget Budget Budget Budget Budget 2018/19 2018/19 2018/19 2018/19 Amendment General Fund: City Council 383,990 383,990 383,990 383,990 - City Manager's Office 1,087,350 1,087,380 1,087,380 1,144,200 56,820 City Attorney's Office 1,746,160 1,746,160 1,746,160 1,746,160 - City Auditor's Office 230,950 230,962 230,962 230,962 - CRA Administration 410,030 410,057 410,057 472,057 62,000 Economic Development & Housing Svc 1,921,310 1,921,310 1,921,310 1,921,310 - Engineering 7,991,460 7,991,460 7,991,796 7,991,796 - Finance 2,584,870 2,585,047 2,585,047 2,585,047 - Fire 27,641,780 28,449,354 28,449,354 28,343,790 (105,564) Human Resources 1,521,310 1,521,386 1,521,386 1,521,386 - Library 7,439,790 7,439,790 7,439,790 7,439,790 - Non-Departmental 14,239,940 14,133,125 15,198,025 15,844,310 646,285 Official Records & Legislative Svcs 1,123,770 1,123,818 1,123,818 1,123,818 - Parks & Recreation 29,846,370 29,846,370 29,846,400 29,846,400 - Planning & Development 6,151,040 6,151,040 6,151,040 6,181,040 30,000 Police 42,351,890 42,351,890 43,338,380 43,601,605 263,225 Public Communications 1,170,840 1,170,840 1,170,840 1,170,840 - Public Utilities 296,150 296,150 296,150 296,150 - Total, General Fund 148,139,000 148,840,129 150,891,885 151,844,651 952,766 Special Revenue Funds: Special Development Fund 16,075,130 16,111,030 16,111,030 16,111,030 - Special Program Fund 898,050 2,223,878 3,896,980 4,487,170 590,190 Local Housing Asst Trust Fund 539,940 539,940 539,940 539,940 - Utility & Other Enterprise Funds: Water & Sewer Fund 103,723,090 103,724,266 103,724,266 103,724,266 - Stormwater Utility Fund 18,854,780 18,854,780 18,855,092 18,855,092 - Solid Waste & Recycling Fund 26,273,760 26,273,760 26,273,760 26,273,760 - Gas Fund 44,708,470 44,708,470 46,672,017 46,409,064 (262,953) Airpark Fund 304,940 304,940 304,940 319,940 15,000 Marine Fund 4,395,110 5,015,110 5,015,110 5,038,920 23,810 Clearwater Harbor Marina 815,110 815,110 815,110 815,110 - Parking Fund 5,395,890 5,492,284 5,492,451 5,564,441 71,990 Internal Service Funds: Administrative Services Fund 12,223,350 12,223,554 12,223,554 12,223,554 - General Services Fund 5,561,310 5,561,516 5,561,516 5,561,516 - Garage Fund 20,176,620 20,566,842 20,566,842 20,566,842 - Central Insurance Fund 27,151,320 27,151,320 27,151,320 27,151,320 - Total, All Funds 435,235,870 438,406,929 444,095,813 445,486,616 1,390,803 Ordinance #9325-19 Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal Memorandum TO: Mayor and City Council FROM: Bill Horne, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager Department Directors SUBJECT: Third quarter budget review - amended City Manager's annual budget report DATE: September 3, 2019 Attached is the third quarter budget review in accordance with the City Code of Ordinances. The report is based on nine months of activity (October 2018 through June 2019) in this fiscal year. The report comments on major variances, as well as documents all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $952,766. The General Fund expenditure increase at third quarter includes the following amendments: an increase of $56,820 in the City Manager’s Office for salaries of the new positions that were added in the current year; an increase of $62,000 to CRA Administration for increased salary costs which is offset by increased transfer- in revenues from the CRA; an increase of $30,000 in the Planning and Development department for construction inspection services offset by increased building permit revenue; a net increase of $155,415 to Police and Fire supplemental pension to bring the budget in line with actual revenues and expenditures; an increase of $2,246 in the Police Department for the third quarter safety award which is offset by revenues from the Central Insurance Fund; an increase of $296,285 in transfers to the CRA to recognize increased TIF revenues; and an increase in transfers to the capital fund of $100,000 for Sustainability Initiatives, $100,000 for Belmont Park Revitalization, and $150,000 for Environmental Assessment and Clean-up. In addition, various revenues are amended at third quarter to bring the budget in line with anticipated receipts for the year. Adjusted for expenditure increases noted above, this results in a net surplus of $3,064,035 to General Fund revenues at third quarter. This surplus offset the use of General Fund reserves allocated this year returning an estimated $1.7 million to fund reserves. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal With the closing of the year-end 2018 books, and the adjustment to reserves noted above, estimated General Fund reserves at third quarter are approximately $28.8 million, or 19.0% of the preliminary fiscal year 2019/20 General Fund budget, exceeding our minimum reserve requirement by $15.9 million. Significant amendments to other city operating funds are noted as follows. Gas Fund Third quarter amendments to Gas Fund expenditures reflect a net decrease of $262,953. Significant amendments include a decrease totaling $297,870 to various operating expenditures primarily inventory/fuel for resale; a decrease of $29,533 to interfund transfers; an increase of $50,000 to interest expense, and an increase of $13,000 to overtime. Marine Fund Third quarter amendments to Marine Fund expenditures reflect an increase of $23,810 to taxes which are offset by revenue amendments recognizing reimbursements from marina tenants. Airpark Fund Airpark Fund expenditures are increased by $15,000 at third quarter representing a transfer to the Airpark FDOT Security Grant project to provide the City’s matching funds as previously approved by Council. Parking Fund Third quarter amendments to Parking Fund expenditures reflect a net increase of $71,990 to fund increased personnel costs and vehicle purchases due to personnel changes. Budgeted operating revenues in the Parking Fund more than cover this expenditure increase. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $918,967. Amendments previously approved by Council include an increase of $200,000 in lease purchase proceed revenues in the Network Infrastructure and Server R&R project; $60,000 in grant revenue from FDOT and $15,000 in Airpark Fund revenues in the Clearwater Airpark FDOT Security Grant project; and an increase of $53,815 in General Fund revenue in the Moccasin Lake Master Plan project. Project activity not previously approved by the Council is summarized on page 20. Significant amendments include increases of $300,000 of General Fund revenue and $100,000 of Special Program Fund revenue in the Police Information Systems project; $150,000 of General Fund revenues in the Environmental Assessment and Clean-up project, $130,000 of General Fund revenues in the Belmont Park Revitalization project; $100,000 of General Fund revenues in the Sustainability Initiatives project; and a budget decrease of $56,000 in other governmental revenues in the Facilities Upgrade and Improvements project. Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal Special Program Fund The Special Program Fund reflects a net budget increase of $590,190 at third quarter. Significant amendments include the recognition of $49,915 in governmental revenues supporting Police programs for federal forfeiture sharing and school resource officers; $20,523 in donation revenues to support Police programs; $4,600 in receipts from foreclosure registry fees collected; $159,539 in revenues received for special events; $129,403 in fines and court proceeds for public safety programs and the tree replacement program; and $226,210 in contractual service revenue for Police Extra Duty. CITY OF CLEARWATER THIRD QUARTER SUMMARY 2018/19 FY 18/19 Third Variance % Adopted Quarter Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 148,139,000 150,891,885 126,131,791 24,760,094 84%952,766 151,844,651 Expenditures 148,139,000 150,891,885 112,859,317 38,032,568 75%952,766 151,844,651 Utility Funds: Water & Sewer Fund Revenues 103,723,090 103,724,266 66,867,715 36,856,551 64%- 103,724,266 Expenditures 103,723,090 103,724,266 88,309,614 15,414,652 85%- 103,724,266 Stormwater Fund Revenues 18,854,780 18,855,092 15,534,378 3,320,714 82%- 18,855,092 Expenditures 18,854,780 18,855,092 15,801,906 3,053,186 84%- 18,855,092 Gas Fund Revenues 47,617,850 49,581,397 36,990,593 12,590,804 75%(150,000) 49,431,397 Expenditures 44,708,470 46,672,017 33,735,936 12,936,081 72%(262,953) 46,409,064 Solid Waste and Recycling Fund Revenues 26,743,600 26,743,600 20,842,612 5,900,988 78%- 26,743,600 Expenditures 26,273,760 26,273,760 17,298,367 8,975,393 66%- 26,273,760 Enterprise Funds: Marine Fund Revenues 4,675,460 5,035,460 4,030,720 1,004,740 80%33,810 5,069,270 Expenditures 4,395,110 5,015,110 3,610,645 1,404,465 72%23,810 5,038,920 Airpark Fund Revenues 325,600 325,600 255,411 70,189 78%15,000 340,600 Expenditures 304,940 304,940 213,352 91,588 70%15,000 319,940 Clearwater Harbor Marina Fund Revenues 815,200 815,200 676,762 138,438 83%- 815,200 Expenditures 815,110 815,110 580,276 234,834 71%- 815,110 Parking Fund Revenues 6,935,540 6,935,707 5,358,338 1,577,369 77%- 6,935,707 Expenditures 5,395,890 5,492,451 4,253,375 1,239,076 77%71,990 5,564,441 Internal Service Funds: General Services Fund Revenues 5,561,310 5,561,516 4,445,854 1,115,662 80%- 5,561,516 Expenditures 5,561,310 5,561,516 4,082,563 1,478,953 73%- 5,561,516 Administrative Services Revenues 12,387,530 12,387,734 9,332,715 3,055,019 75%- 12,387,734 Expenditures 12,223,350 12,223,554 8,590,364 3,633,190 70%- 12,223,554 Garage Fund Revenues 20,176,620 20,566,842 13,038,493 7,528,349 63%- 20,566,842 Expenditures 20,176,620 20,566,842 13,554,008 7,012,834 66%- 20,566,842 Central Insurance Fund Revenues 27,172,480 27,172,480 20,106,835 7,065,645 74%- 27,172,480 Expenditures 27,151,320 27,151,320 16,786,610 10,364,710 62%- 27,151,320 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2018-19 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 8 Other Enterprise Funds Operating Budgets ................................................................................. 12 Internal Service Funds Operating Budgets ................................................................................... 16 Capital Improvement Program Budget ........................................................................................ 20 Special Program Fund Budget ....................................................................................................... 30 Special Development Fund ........................................................................................................... 34 Administrative Change Orders ...................................................................................................... 37 Ordinances ..................................................................................................................................... 39 The amended 2018/19 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2018 through June 30, 2019. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2019. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget The budget as adopted by the City Council on September 20, 2018. Variance YTD Actual vs. Adopted Budget Difference between adopted budget and year to date actual. % YTD vs. Budget Percentage of adopted budget expended, year to date. Proposed Amendments Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on third quarter review. Amended Budget Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2018/19 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget The budget as of October 1, 2018, which includes project budgets from prior years, which have not been completed. Amendment Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed as a result of the third quarter review. Revised Budget Adding columns one and two. Encumbrance Outstanding contract or purchase order commitment. Available Balance Difference between revised budget and expenditure plus encumbrance. Status C - project is completed Amend Ref Reference number for description of amendment. Increase/ (Decrease)Description Ad Valorem Taxes 132,140 At third quarter,approximately all property tax revenues have been received.The budget is increased by $132,140 to reflect actual collections for the year. 700,000 At third quarter,utility taxes for electricity is being increased by $500,000 and water by $200,000 to bring the budget inline with anticipated revenues for the year. (150,000) At third quarter,telecommunications taxes is being reduced by $150,000 to bring the budget in line with actual activity. Franchise Fees 400,000 Amendments to Franchise fee revenues reflect an increase of $400,000 in Duke Energy fees.This will bring the budget in line with anticipated receipts for the year. Other Permits and Fees 525,000 Other permits and fee revenues reflect an increase of $500,000 to building/sign permit revenues,and an increase of $25,000 to forfeited permit fees. Intergovernmental 155,415 Third quarter amendments to other governmental revenue reflect a net increase of $155,415 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments. Charges for Service 260,000 Amendments to charges for service reflect a decrease of $90,000 to Parks and Recreation instructor commissions,and an increase of $350,000 to concession souvenirs revenue at Pier 60, to better reflect anticipated revenues for the year. 405,000 Amendments to fines and forfeiture revenues reflect an increase of $130,000 to court fines,and $275,000 to red light camera fines.This will bring the budget in line with actual receipts for the year. Judgments, Fines & Forfeitures City of Clearwater General Fund Revenues Third Quarter Amendments FY 2018/19 Utility Taxes Local Option, Fuel & Other Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2018/19 Miscellaneous 850,000 At third quarter,miscellaneous revenues reflect a net increase of $850,000.Amendments include an increase of $300,000 to interest earnings;$450,000 to beach rental revenues;and $100,000 to other general revenues. 739,246 At third quarter,transfer in revenues reflect a net increase of $739,246.Amendments include:1)an increase of $2,246 to recognize safety award funding from the Central Insurance Fund;2)the return of $30,000 from special program 181- 99744,Economic Development Incentives representing unused funds;3)an increase of $62,000 from the CRA to fund increased salaries for the year;and 4)an increase of $645,000 in the annual Gas dividend. (3,064,035) Third quarter amendments reflect a net surplus of $3,064,035. The use of general fund reserves is reduced by this surplus which represents the net of revenue increases and decreases noted above and expenditure increases. (3,064,035) 952,766 Transfers In Transfer (to) from Surplus Net Transfer (to) from Retained Earnings Net General Fund Revenue Amendment 4 Increase/ (Decrease)Description 56,820 At third quarter,amendments to the City Manager budget reflects an increase of $56,820 for increased salaries related to new positions.Amendments also include the increase of 2.5 FTE's recognizing the transfer of FTE's from the Central Insurance Fund,Special Program Fund and Parks and Recreation. 62,000 At third quarter,the CRA Administration budget reflects an increase in salaries of $62,000 due to staffing reorganization. Amendments to offsetting revenues are recognized from the CRA. (105,564) Amendments to Fire Department reflect a net decrease of $105,564 to Fire supplemental pension plans,which is offset by an amendments decreasing supplemental pension revenue. - Third Quarter amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $53,815 in operating savings to capital project 315-93648, Moccasin Lake Park. 30,000 Amendments reflect an increase of $30,000 for construction inspection services,offset by increases building/permit revenues;and a net zero amendment transferring $30,000 of savings in neighborhood programs to capital project M1915, Belmont Park Revitalization. 263,225 Amendments to the Police Department reflect a net increase of $263,225.Amendments include:1)an increase of $2,246 to employee recognition for receipt of the quarterly safety award;2)an increase of $260,979 to the Police supplemental pension plans which is offset by an amendment increasing supplemental pension revenue;and 3)a net zero amendment transferring $300,000 to capital project P1902,Police Information Systems,offset by savings in salaries and garage charges. Police Fire Parks & Recreation Planning & Development City Manager CRA Administration City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2018/19 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2018/19 Non-Departmental Amendments reflect the following transfers: 296,285 1)An increase of $296,285 in transfers to the CRA to recognize the increase in the City's portion of TIF for fiscal year 2019. 100,000 2) A transfer of $100,000 of General Fund revenues to capital project M1914,Sustainability Initiatives to provide funding for an update and implementation of various initiatives of the Green Print plan. 100,000 3) A transfer of $100,000 of General Fund revenues to capital project M1915,Belmont Park Revitalization,to provide funding for enhancements to the park as part of outreach to the Lake Belleview community. 150,000 4) A transfer of $150,000 of General Fund revenues to capital project ENGF180011,Environmental Assessment &Clean-up, to provide funding for an environmental analysis. 646,285 952,766 Net General Fund Expenditure Amendment 6 2018/19 Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 60,858,200 60,968,793 (110,593) 100%132,140 60,990,340 Utility Taxes 15,188,200 10,558,905 4,629,295 70%700,000 15,888,200 Local Option, Fuel and Other Taxes 6,649,400 4,511,327 2,138,073 68%(150,000) 6,499,400 Franchise Fees 9,748,000 6,517,738 3,230,262 67%400,000 10,148,000 Other Permits & Fees 2,313,500 2,294,301 19,199 99%525,000 2,838,500 Intergovernmental 23,285,629 14,873,915 8,411,714 64%155,415 23,441,044 Charges for Services 15,290,960 11,541,382 3,749,578 75%260,000 15,550,960 Judgments, Fines and Forfeitures 1,184,000 1,315,586 (131,586) 111%405,000 1,589,000 Miscellaneous Revenues 3,918,979 4,446,825 (527,846) 113%850,000 4,768,979 Transfers In 11,101,316 9,103,019 1,998,297 82%739,246 11,840,562 Total Revenues 149,538,184 126,131,791 23,406,393 84%4,016,801 153,554,985 Transfer (to) from Surplus 1,353,701 - 1,353,701 0%(3,064,035) (1,710,334) Adjusted Revenues 150,891,885 126,131,791 24,760,094 84%952,766 151,844,651 General Fund Expenditures City Council 383,990 283,229 100,761 74%- 383,990 City Manager's Office 1,087,380 838,994 248,386 77%56,820 1,144,200 City Attorney's Office 1,746,160 1,205,660 540,500 69%- 1,746,160 City Auditor's Office 230,962 145,112 85,850 63%- 230,962 CRA Administration 410,057 373,636 36,421 91%62,000 472,057 Economic Development and Housing 1,921,310 1,384,880 536,430 72%- 1,921,310 Engineering 7,991,796 5,688,746 2,303,050 71%- 7,991,796 Finance 2,585,047 1,835,437 749,610 71%- 2,585,047 Fire 28,449,354 20,217,688 8,231,667 71%(105,564) 28,343,790 Human Resources 1,521,386 1,087,974 433,412 72%- 1,521,386 Library 7,439,790 5,638,234 1,801,556 76%- 7,439,790 Non-Departmental 15,198,025 13,055,035 2,142,990 86%646,285 15,844,310 Official Records and Legislative Svcs 1,123,818 774,394 349,424 69%- 1,123,818 Parks & Recreation 29,846,400 22,680,322 7,166,078 76%- 29,846,400 Planning & Development 6,151,040 4,493,144 1,657,896 73%30,000 6,181,040 Police 43,338,380 32,098,219 11,240,161 74%263,225 43,601,605 Public Communications 1,170,840 828,242 342,598 71%- 1,170,840 Public Utilities 296,150 230,371 65,779 78%- 296,150 Total Expenditures 150,891,885 112,859,317 38,032,568 75%952,766 151,844,651 For Nine Month Period of October 1, 2018 - June 30, 2019 GENERAL FUND THIRD QUARTER REVIEW 7 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 87,465,240 64,770,182 22,695,058 74%- 87,465,240 Judgments, Fines and Forfeits 271,000 248,925 22,075 92%- 271,000 Miscellaneous 837,460 1,847,432 (1,009,972) 221%- 837,460 Transfers In 1,176 1,176 - 100%- 1,176 Fund Equity 15,149,390 - 15,149,390 0%- 15,149,390 Total Revenues 103,724,266 66,867,715 36,856,551 64%- 103,724,266 Water & Sewer Expenditures: Public Utilities Administration 1,636,416 1,136,495 499,921 69%- 1,636,416 Wastewater Collection 16,074,400 14,350,205 1,724,195 89%- 16,074,400 Public Utilities Maintenance 5,739,030 4,095,837 1,643,193 71%- 5,739,030 WPC / Plant Operations 33,961,510 29,845,614 4,115,896 88%- 33,961,510 WPC / Laboratory Operations 2,704,510 2,183,968 520,542 81%- 2,704,510 WPC / Industrial Pretreatment 920,550 593,088 327,462 64%- 920,550 Water Distribution 21,110,890 21,267,416 (156,526) 101%- 21,110,890 Water Supply 18,682,630 12,807,271 5,875,359 69%- 18,682,630 Reclaimed Water 2,894,330 2,029,720 864,610 70%- 2,894,330 Non-Departmental - - - ~- - Total Expenditures 103,724,266 88,309,614 15,414,652 85%- 103,724,266 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- No amendments are proposed to Water and Sewer Fund revenues at third quarter. Expenditures reflect 85%of total budget due to transfers to the capital fund which happen in the first period of the year,and the timing of debt payments. No amendments are proposed. For the Nine Month Period of October 1, 2018 to June 30, 2019 At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2018/19. UTILITY FUNDS THIRD QUARTER REVIEW 8 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 18,336,780 13,894,940 4,441,840 76%- 18,336,780 Judgments, Fines and Forfeits 70,000 59,871 10,129 86%- 70,000 Miscellaneous 448,000 1,579,255 (1,131,255) 353%- 448,000 Transfers In 312 312 - 100%- 312 Fund Equity - - - ~- - Total Revenues 18,855,092 15,534,378 3,320,714 82%- 18,855,092 Stormwater Expenditures: Stormwater Management 12,280,120 11,481,836 798,284 93%- 12,280,120 Stormwater Maintenance 6,574,972 4,320,070 2,254,902 66%- 6,574,972 Total Expenditures 18,855,092 15,801,906 3,053,186 84%- 18,855,092 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- No amendments are proposed to Stormwater Fund expenditures at third quarter. At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2018/19. No amendments are proposed to Stormwater Fund revenues at third quarter. 9 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 48,964,767 36,239,760 12,725,007 74%(150,000) 48,814,767 Judgments, Fines and Forfeits 132,000 97,370 34,630 74%- 132,000 Miscellaneous 484,630 653,462 (168,832) 135%- 484,630 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 49,581,397 36,990,593 12,590,804 75%(150,000) 49,431,397 Gas Expenditures: Administration & Supply 24,513,896 16,522,848 7,991,048 67%(607,302) 23,906,594 South Area Gas Operations 8,888,158 7,072,568 1,815,590 80%315,059 9,203,217 North Area Gas Operations 6,342,190 4,841,611 1,500,579 76%31,840 6,374,030 Marketing & Sales 6,927,773 5,298,910 1,628,863 76%(2,550) 6,925,223 Total Expenditures 46,672,017 33,735,936 12,936,081 72%(262,953) 46,409,064 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:(150,000) Gas Fund Expenditures:(262,953) At third quarter,amendments to Gas Fund revenues reflect a net decrease totaling $150,000 in charges for service revenues. At third quarter expenditure amendments reflect a net decrease of $262,953.Amendments include:1)a net increase of $13,000 in personnel for increased overtime;2)an increase of $1,450 for telephone charges;3)an increase of $50,000 for interest expense on bonded debt;4)a net decrease of $297,870 in other operating expenses primarily related to inventory/fuel purchases for resale;and 5)a decrease of $29,533 to interfund transfers. At third quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $3,022,333 for fiscal year 2018/19. 10 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 1,357 (357) 136%- 1,000 Charges for Service 23,659,000 17,844,093 5,814,907 75%- 23,659,000 Judgments, Fines and Forfeits 85,000 75,314 9,686 89%- 85,000 Miscellaneous 512,000 1,064,239 (552,239) 208%- 512,000 Transfers In - - - ~- - Solid Waste Revenues 24,257,000 18,985,003 5,271,997 78%- 24,257,000 Recycling Revenues: Other Permits and Fees 400 288 113 72%- 400 Intergovernmental - - - ~- - Charges for Service 2,295,000 1,772,480 522,520 77%- 2,295,000 Judgments, Fines and Forfeits 8,000 6,928 1,072 87%- 8,000 Miscellaneous 183,200 77,914 105,286 43%- 183,200 Transfers In - - - ~- - Recycling Revenues 2,486,600 1,857,609 628,991 75%- 2,486,600 - Fund Equity - - ~- - Total Revenues 26,743,600 20,842,612 5,900,988 78%- 26,743,600 Solid Waste Expenditures: Collection 18,633,870 12,317,877 6,315,993 66%- 18,633,870 Transfer 1,756,070 1,121,852 634,218 64%- 1,756,070 Container Maintenance 889,510 665,399 224,111 75%- 889,510 Administration 1,087,370 806,911 280,459 74%- 1,087,370 Solid Waste Expenditures 22,366,820 14,912,039 7,454,781 67%- 22,366,820 Recycling Expenditures: Residential 1,609,530 1,059,872 549,658 66%- 1,609,530 Multi-Family 440,920 325,306 115,614 74%- 440,920 Commercial 1,856,490 1,001,149 855,341 54%- 1,856,490 Recycling Expenditures 3,906,940 2,386,327 1,520,613 61%- 3,906,940 Total Expenditures 26,273,760 17,298,367 8,975,393 66%- 26,273,760 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $469,840 for fiscal year 2018/19. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. 11 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental 4,500 2,361 2,139 52%- 4,500 Charges for Service 4,931,960 3,916,574 1,015,386 79%23,810 4,955,770 Judgments, Fines and Forfeits 3,000 1,630 1,370 54%- 3,000 Miscellaneous Revenue 96,000 100,155 (4,155) 104%- 96,000 Transfers In - 10,000 (10,000) ~10,000 10,000 Fund Equity - - - ~- - Total Revenues 5,035,460 4,030,720 1,004,740 80%33,810 5,069,270 Marine Expenditures: Marina Operations 4,977,540 3,593,785 1,383,755 72%23,810 5,001,350 Seminole Street Boat Ramp 37,570 16,860 20,710 45%- 37,570 Total Expenditures 5,015,110 3,610,645 1,404,465 72%23,810 5,038,920 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:33,810 Marine Fund Expenditures:23,810 At third quarter,amendments reflect an increase of $23,810 to slip rentals recognizing the the tenants portion of property tax costs;and an increase of $10,000 from the special program fund to reimburse for slips 149 and 150 taken out of service for the beach ferry landing. Expenditure amendments reflect an increase of $23,810 for property taxes which is offset by revenues representing reimbursements from marina tenants. For The Nine Month Period of October 1, 2018 - June 30, 2019 At third quarter, anticipated revenues of the Marine Fund exceed anticipated expenditures by $30,350 for fiscal year 2018/19. ENTERPRISE FUNDS THIRD QUARTER REVIEW 12 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 795,000 636,705 158,295 80%- 795,000 Judgments, Fines and Forfeits 800 380 420 48%- 800 Miscellaneous Revenue 19,400 39,677 (20,277) 205%- 19,400 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 815,200 676,762 138,438 83%- 815,200 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 815,110 580,276 234,834 71%- 815,110 Total Expenditures 815,110 580,276 234,834 71%- 815,110 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $90 for fiscal year 2018/19. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. 13 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 20,000 12,378 7,622 62%- 20,000 Miscellaneous Revenue 305,600 243,032 62,568 80%- 305,600 Transfers In - - - ~- - Fund Equity - - - ~15,000 15,000 Total Revenues 325,600 255,411 70,189 78%15,000 340,600 Airpark Expenditures:- Airpark Operations 304,940 213,352 91,588 70%15,000 319,940 Total Expenditures 304,940 213,352 91,588 70%15,000 319,940 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:15,000 Airpark Fund Expenditures:15,000 At third quarter,an appropriation of $15,000 from Airpark Fund Reserves is recognized to fund the supplemental Joint Participation Agreement between the City of Clearwater and FDOT as approved by the Council on June 20, 2019. Third quarter expenditure amendments include a transfer of $15,000 to capital improvement project G1908,Clearwater Airpark FDOT Security Grant.This provides the City's matching funds for the grant agreement,as approved by Council on June 20,2019.Offsetting revenues are recognized from Airpark Fund reserves. At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $20,660 for fiscal year 2018/19. 14 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 6,083,090 4,421,757 1,661,333 73%- 6,083,090 Judgments, Fines and Forfeits 650,450 663,547 (13,097) 102%- 650,450 Miscellaneous Revenue 202,000 272,867 (70,867) 135%- 202,000 Transfers In 167 167 - 100%- 167 Fund Equity - - - ~- - Total Revenues 6,935,707 5,358,338 1,577,369 77%- 6,935,707 PARKING FUND EXPENDITURES Engineering/Parking System 3,905,845 2,981,190 924,655 76%- 3,905,845 Engineering/Parking Enforcement 650,496 550,647 99,849 85%71,990 722,486 Parks & Rec/Beach Guards 936,110 721,537 214,573 77%- 936,110 Total Expenditures 5,492,451 4,253,375 1,239,076 77%71,990 5,564,441 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:- Parking Fund Expenditures:71,990 Third quarter amendments to Parking Fund expenditures reflect a net increase of $71,990.Amendments include an increase of $32,000 to personnel costs,and an increase of $39,990 for additional vehicles due to personnel changes between Parking operating cost centers. At third quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $1,371,266 for fiscal year 2018/19. No amendments are proposed to Parking Fund revenues at third quarter. 15 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 5,522,310 4,265,355 1,256,955 77%- 5,522,310 Miscellaneous Revenues 39,000 180,293 (141,293) 462%- 39,000 Transfers In 206 206 - 100%- 206 Fund Equity - - - ~- - Total Revenues 5,561,516 4,445,854 1,115,662 80%- 5,561,516 General Services Expenditures: Administration 403,498 299,770 103,728 74%- 403,498 Building & Maintenance 5,158,018 3,782,793 1,375,225 73%- 5,158,018 Total Expenditures 5,561,516 4,082,563 1,478,953 73%- 5,561,516 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2018 to June 30, 2019 At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2018/19. INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 16 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 12,238,530 9,163,409 3,075,121 75%- 12,238,530 Miscellaneous Revenues 149,000 169,102 (20,102) 113%- 149,000 Transfers In 204 204 - 100%- 204 Fund Equity - - - ~- - Total Revenues 12,387,734 9,332,715 3,055,019 75%- 12,387,734 Administrative Services Expenditures: Info Tech / Admin 396,794 307,245 89,549 77%- 396,794 Info Tech / Network Svcs 3,983,750 2,563,082 1,420,668 64%- 3,983,750 Info Tech / Software Applications 2,996,710 2,511,056 485,654 84%- 2,996,710 Info Tech / Telecommunications 840,730 564,791 275,939 67%- 840,730 Public Comm / Courier 191,310 101,452 89,858 53%- 191,310 Clearwater Customer Service 3,814,260 2,542,740 1,271,520 67%- 3,814,260 Total Expenditures 12,223,554 8,590,364 3,633,190 70%- 12,223,554 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund expenditures at third quarter. At third quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $164,180 for fiscal year 2018/19. No amendments are proposed to Administrative Services Fund revenues at third quarter. 17 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 18,397,890 12,378,444 6,019,446 67%- 18,397,890 Miscellaneous Revenues 733,000 659,827 73,173 90%- 733,000 Transfers In 222 222 - 100%- 222 Fund Equity 1,435,730 - 1,435,730 0%- 1,435,730 Total Revenues 20,566,842 13,038,493 7,528,349 63%- 20,566,842 Garage Fund Expenditures: Fleet Maintenance 17,740,210 11,082,193 6,658,017 62%- 17,740,210 Radio Communications 2,826,632 2,471,815 354,817 87%- 2,826,632 Total Expenditures 20,566,842 13,554,008 7,012,834 66%- 20,566,842 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. At third quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2018/19. 18 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 26,645,480 19,126,985 7,518,495 72%- 26,645,480 Miscellaneous Revenues 527,000 979,851 (452,851) 186%- 527,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 27,172,480 20,106,835 7,065,645 74%- 27,172,480 Central Insurance Expenditures: Finance / Risk Management 499,900 281,208 218,692 56%- 499,900 HR / Employee Benefits 399,550 270,328 129,222 68%- 399,550 HR / Employee Health Clinic 1,752,040 1,088,286 663,754 62%- 1,752,040 Non-Departmental 24,499,830 15,146,788 9,353,042 62%- 24,499,830 Total Expenditures 27,151,320 16,786,610 10,364,710 62%- 27,151,320 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- No amendments are proposed to Central Insurance Fund expenditures at third quarter.Expenditures reflect only 62%of total budget due to lower than anticipated insurance claims to date. At third quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $21,160 for fiscal year 2018/19. No amendments are proposed to Central Insurance Fund revenues at third quarter. 19 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2018/19 20 The amended 2018/19 Capital Improvement Program budget report is submitted for the City Council's Third Quarter review. The net proposed amendment is a budget increase in the amount of $1,068,967. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity: ➢ Police Information Systems - To establish the project and record a budget increase of $300,000 of General Fund revenue, and $100,000 of Special Program Fund revenue. ➢ Environmental Assessment & Clean-up - To record a budget increase in the amount of $150,000 of General Fund revenue. ➢ Belmont Park Revitalization - To establish the project and record a budget increase of $130,000 of General Fund revenue ➢ Sustainability Initiatives - To establish the project and record a budget increase of $100,000 of General Fund revenue. ➢ Facilities Upgrade & Improvement - To record a budget decrease of $56,000 of other governmental revenue. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval Network Infrastructure and Server R&R 200,000 07/18/19 Clearwater Airpark FDOT Security Grant 75,000 06/20/19 Moccasin Lake Park Master Plan 53,815 09/19/19 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Police Information Systems - NEW PROJECT 1 315-P1902 400,000 To establish the project and record a budget increase of $300,000.00 of General Fund revenue,and $100,000.00 of Special Program Fund revenue.This will provide funding for the purchase and upgrade of Police Department maintained technology systems.400,000 Morningside Recreation Center Replacement 2 315-93251 24,000 To record a budget transfer of $24,000.00 of infrastructure sales tax (Penny for Pinellas)revenue from project 315-93665, Youth Sports Field Renovations.24,000 Parking Lot/Bicycle Path Resurfacing & Improvements 3 315-93286 (126,888) To record a budget transfer of $126,888.00 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City Council on September 19, 2019.(126,888) Playground & Fitness Equipment Purchase & Replacement 4 315-93637 (43,480) To record a budget transfer of $43,480.00 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City Council on September 19, 2019.(43,480) Moccasin Lake Park Master Plan 5 315-93648 53,815 170,368 To record a net budget increase of $224,183.00 in General Fund revenue.Amendments reflect a transfer of $126,888.00 from project 315-93286,Parking Lot/Bicycle Path Resurfacing and Improvements;$43,480.00 from project 315-93637,Playground &Fitness Equipment Purchase and Replacement;and $53,815.00 from Parks and Recreation operating,as approved by the City Council on September 19, 2019.224,183 Youth Sports Field Renovations 6 315-93665 (24,000) To record a budget transfer of $24,000.00 of infrastructure sales tax (Penny for Pinellas)revenue to project 315-93251,Morningside Recreation Center Replacement.(24,000) CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 21 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 Clearwater Airpark FDOT Security Grant - NEW PROJECT 7 302-G1908 60,000 * To establish the project and record a budget increase of $60,000.00 in grant revenue from the Florida Department of Transportation. 15,000 To record a budget increase of $15,000.00 in Airpark Fund revenues.This was approved by the City Council on June 20, 2019.75,000 Environmental Assessment & Clean-up 8 ENGF180011 150,000 To record a budget increase of $150,000.00 of General Fund revenue.This will provide funding for an environmental analysis.150,000 Network Infrastructure and Server R&R 9 355-L1908 200,000 * To record a budget increase of $200,000.00 in lease purchase proceeds.This was approved by the City Council on July 18, 2019.200,000 Sustainability Initiatives - NEW PROJECT 10 315-M1914 100,000 To establish the project and record a budget increase of $100,000.00 in General Fund revenue.The funding provided will update and implement various initiatives of the Green Print plan. 100,000 Belmont Park Revitalization - NEW PROJECT 11 315-M1915 130,000 To establish the project and record a budget increase of $130,000.00 in General Fund revenue to provide funding for enhancements to the park as part of outreach to the Lake Belleview community.130,000 Stormwater System Improvements 12 ENST180001 119,303 To record a budget transfer of $119,303.05 in stormwater revenue from project ENST180007,Street Sweeping Facility.119,303 Street Sweeping Facility - CLOSE PROJECT 13 ENST180007 (119,303) To record a budget transfer of $119,303.05 in stormwater revenue to project ENST180001,Stormwater System Improvements. This project is complete and will be closed.(119,303) East Gateway Improvements 14 ENST180009 16,152 * To record a budget increase of $16,152.00 in insurance proceeds for Waverly Towers.16,152 22 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 Northeast Plant R&R 15 327-M1906 19,313 To record a budget transfer of $19,313.12 in utility R&R revenue from project 327-96654,Facilities Upgrade & Improvement.19,313 Sanitary Sewer Extensions 16 321-96630 149,742 To record a budget transfer of $149,742.41 in sewer revenue from project 321-96665, Sanitary Sewer R&R.149,742 Facilities Upgrade & Improvement 17 321-96654 (56,000) * To record a budget decrease of $56,000.00 in other governmental revenue. 327-96654 (19,313) To record a budget transfer of $19,313.12 in utility R&R revenue to project 327-M1906, Northeast Plant R&R.(75,313) Sanitary Sewer R&R 18 321-96665 (149,742) To record a budget transfer of $149,742.41 in sewer revenue to project 321-96630, Sanitary Sewer Extensions.(149,742) 1,068,967 - 1,068,967 TOTAL BUDGET INCREASE /(DECREASE) 23 * indicates budget amendment only CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Police Protection 91150 Range Improvements 2,845,426 2,843,395 2,843,395 2,843,395 - 0 C P1802 Police Equipment Replacement 349,698 349,698 349,698 88,400 258,761 2,537 P1803 Command Bus Refurbishment 200,000 200,000 200,000 - - 200,000 P1901 Lift Station - PD Sub-Station 300,000 300,000 300,000 - - 300,000 P1902 Police Information Systems 0 0 400,000 400,000 - - 400,000 1 PD00180001 Police District 3 Sub Station 200,000 200,000 200,000 41,890 13,553 144,557 3,895,124 3,893,093 400,000 4,293,093 2,973,685 272,314 1,047,094 Fire Protection 91218 Fire Engine Replacement 2,813,786 2,824,786 2,824,786 2,824,786 - 0 91221 EMS Capital Equipment 1,165,710 1,165,710 1,165,710 1,031,480 - 134,230 91229 Replace & Upgrade Airpacks 1,928,350 1,928,350 1,928,350 1,708,591 - 219,759 91236 Rescue Vehicle 200,000 200,000 200,000 200,000 - 0 91244 Aerial Truck 1,300,000 1,300,000 1,300,000 1,294,584 - 5,416 91257 AED Program 215,810 215,810 215,810 138,700 - 77,110 91259 Radio Replacements 1,519,640 1,519,640 1,519,640 1,519,353 - 287 91260 Thermal Imaging Cameras 219,050 219,050 219,050 115,711 - 103,339 91261 Personal Protection Equipment 1,896,110 1,896,110 1,896,110 1,718,753 - 177,357 91262 SCBA Upgrade - Fill Station 125,000 125,000 125,000 82,366 - 42,634 91263 Extrication Tools 112,000 112,000 112,000 79,043 9,200 23,758 91264 Fire Hose Replacement 405,540 405,540 405,540 301,045 - 104,495 91268 Countryside Fire Station 3,932,566 3,708,953 3,708,953 3,708,953 - 0 C 91269 Clearwater Beach Fire Station 6,372,693 0 0 - - 0 C 91271 Fire Boat 900,000 900,000 900,000 619,808 - 280,192 91272 Old Fire Station 45 Demolition 100,000 100,000 100,000 24,247 - 75,753 91273 Lakeview Fire Station 4,198,460 0 0 - - 0 C FD00190001 Fire Station 46 - Beach 0 6,372,693 6,372,693 1,698 - 6,370,995 FD00190002 Fire Station 47 Replacement 0 4,839,441 4,839,441 - - 4,839,441 G1803 Video Teleconferencing Equipment 373,982 343,557 343,557 - - 343,557 Sub-Total 27,778,697 28,176,640 0 28,176,640 15,369,119 9,200 12,798,321 Major Street & Sidewalk Maintenance ENRD180001 Druid Road Trail 3,483,646 3,483,646 3,483,646 2,883,659 527,938 72,049 ENRD180002 Bridge Maintenance & Improvements 6,872,527 6,872,527 6,872,527 47,881 36,375 6,788,271 ENRD180003 Traffic Calming 1,585,031 1,585,031 1,585,031 337,930 48,396 1,198,705 ENRD180004 Streets and Sidewalks 10,992,253 10,992,253 10,992,253 5,110,303 3,243,718 2,638,232 ENGF180001 Downtown Streetscaping 6,735,405 6,735,405 6,735,405 170,370 414,264 6,150,771 Sub-Total 29,668,862 29,668,862 0 29,668,862 8,550,142 4,270,691 16,848,028 Intersections ENRD180005 City-Wide Intersection Improvement 2,304,750 2,304,750 2,304,750 779,177 132,940 1,392,633 ENRD180006 Traffic Signal 776,311 776,311 776,311 271,097 18,184 487,030 ENRD180007 Traffic Safety Infrastructure 1,064,265 1,064,265 1,064,265 230,364 125,964 707,937 Sub-Total 4,145,326 4,145,326 0 4,145,326 1,280,637 277,088 2,587,600 Parking ENPK180001 Parking Lot Resurfacing 908,476 908,476 908,476 31,609 - 876,867 ENPK180002 Parking Lot Improvement 1,028,802 1,028,802 1,028,802 27,050 81,553 920,199 ENPK180003 Parking Facilities 1,007,348 1,007,348 1,007,348 120,326 43,277 843,745 Sub-Total 2,944,626 2,944,626 0 2,944,626 178,985 124,830 2,640,811 Miscellaneous Engineering ENGF180002 Downtown Intermodal 924,756 924,756 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 239,146 239,146 239,146 18,732 - 220,415 92842 U.S. 19 Wayfinding Project 1,450,000 1,450,000 1,450,000 215,459 3,760 1,230,781 ENGF180004 Survey Equipment Replacement 14,288 14,288 14,288 - - 14,288 92845 Clearwater Beach Transit Center 260,074 260,074 260,074 260,074 - 0 C Sub-Total 2,888,264 2,888,264 0 2,888,264 494,264 3,760 2,390,240 Land Acquisition 93133 Park Land Acquisition 1,331,351 1,331,351 1,331,351 1,331,119 - 232 Sub-Total 1,331,351 1,331,351 0 1,331,351 1,331,119 0 232 24 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Park Development 93203 Carpenter Field-Infras Rep/Improve 572,817 572,817 572,817 518,322 - 54,495 93205 Brighthouse Field Infrastructure Imp 3,182,272 3,182,272 3,182,272 2,867,512 95,145 219,615 93247 Fitness Equipment Replacement 425,000 425,000 425,000 350,507 72,801 1,692 93251 Morningside Rec Ctr Replacement 7,165,000 7,165,000 24,000 7,189,000 6,946,097 242,638 265 2 93263 Public Art Maintenance 1,498 1,498 1,498 1,173 - 325 93271 Swimming Pool R&R 1,111,876 1,111,876 1,111,876 945,765 14,856 151,255 93272 Bicycle Paths-Bridges 5,858,833 5,858,833 5,858,833 3,707,940 44,810 2,106,083 93278 Long Center Infra Repairs 2,058,283 2,058,283 2,058,283 1,737,023 5,507 315,753 93286 Parking Lot/Bike Path Rsr/Imprv 853,506 853,506 (126,888)726,618 644,183 12,296 70,138 3 93602 Sp Events Equip Rep & Rplcmnt 330,000 330,000 330,000 297,214 - 32,786 93604 Brdwlks & Docks Rep & Rplcmnt 545,000 545,000 545,000 518,965 900 25,135 93608 Miscellaneous Minor Public Art 295,543 296,667 296,667 296,666 - 0 C A1901 Miscellaneous Minor Public Art 0 112,785 112,785 - 3,000 109,785 93612 McMullen Tennis Complex 800,000 878,103 878,103 851,465 446 26,191 93618 Miscellaneous Park & Rec Contract 285,000 285,000 285,000 271,403 2,942 10,655 93620 Sports Field Lighting 415,000 415,000 415,000 111,817 69,514 233,668 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 224,726 3,828 - 220,898 93633 Pier 60 Park & Bchwlk Repair and Improv 939,377 939,377 939,377 784,648 2,172 152,557 93634 Concrete Sidewalk & Pad Repair 308,176 308,176 308,176 254,466 - 53,710 93635 Park Amenity Purch & Rplcmnt 822,800 822,800 822,800 645,846 6,000 170,954 93636 Tennis Court Resurfacing 705,310 705,310 705,310 344,444 5,725 355,141 93637 Playground & Fitness Purch & Rplc 862,079 862,079 (43,480)818,599 639,785 36,373 142,441 4 93638 Fencing Replacement Program 659,664 659,664 659,664 635,307 - 24,357 93639 Marina Dist Boardwalk & Entry Node 831,510 751,930 751,930 751,930 - (0)C 93642 Phillip-Jones Restroom/Concession 507,944 507,944 507,944 157,984 10,558 339,402 93646 Rest Rm Expan-Barefoot Bch House 401,000 480,580 480,580 287,537 5,750 187,293 93648 Moccasin Lake Park Master Plan 958,249 958,249 224,183 1,182,432 938,363 1,683 242,386 5 93650 Crest Lake Park Improvement 7,500,000 7,500,000 7,500,000 1,080,645 488,340 5,931,015 93652 Countryside Plex Restroom/Concession 2,950,000 4,099,500 4,099,500 778,633 2,130,793 1,190,074 93653 Countryside Community Park Reno 100,000 25,218 25,218 25,218 - 0 C 93654 Recreation Centers Infrastructure Repairs 400,000 400,000 400,000 94,057 78,659 227,284 93655 J.D. Sports Complex Multipurpose Fields 1,845,924 1,778,503 1,778,503 1,778,503 - 0 C 93661 Frank Tack Parking Lot 399,500 0 0 - - 0 93665 Youth Sports Field Renovations 70,297 70,297 (24,000)46,297 - 4,203 42,094 6 93666 Woodgate Park Renovations 450,000 0 0 - - 0 C 93667 Del Oro Park Renovations 450,000 450,000 450,000 - - 450,000 93668 Showmaster Portable Stage 200,000 200,000 200,000 142,743 - 57,257 93669 North East Coachman Park Renovations 300,000 0 0 - - 0 C 93670 Articulating Boom Lift 62,000 51,450 51,450 51,450 - 0 C 93672 Clearwater Beach Infrast Repairs & Improve 300,000 338,060 338,060 294,333 - 43,728 93673 Jack Russell Stadium Improvements 989,066 989,066 989,066 954,538 33,648 880 C1902 Long Center Parking Improvements 550,000 550,000 550,000 - - 550,000 C1903 Phillies Entrance Sign 150,000 150,000 150,000 - - 150,000 C1904 Ruth Eckerd Hall 2,500,000 8,000,000 8,000,000 6,500,000 - 1,500,000 L1901 P&R Vehicle and Equipment Additions 146,110 146,110 146,110 145,517 0 593 M1901 Countryside Sports Complex Renovation 50,000 50,000 50,000 - - 50,000 PRAF180001 Eddie C. Moore Softball Complex Reno 790,000 790,000 790,000 754,095 33,521 2,384 Sub-Total 51,323,360 56,900,678 53,815 56,954,493 38,109,921 3,402,283 15,442,290 Marine Facilities 93403 Beach Guard Facility Maintenance 348,292 348,292 348,292 348,292 - 0 C ENGF190002 Beach Guard Tower 0 108,239 108,239 190 - 108,049 93410 Clwr Harbor Marina Maintenance 220,000 220,000 220,000 183,642 5,500 30,858 ENGF180006 City-wide Docks and Seawall 1,786,739 1,786,739 1,786,739 963,639 56,281 766,819 93415 Waterway Maintenance 410,000 410,000 410,000 283,048 44,340 82,612 93418 Utilities Services Replacement 377,714 377,714 377,714 170,456 - 207,258 93419 Dock Replacement & Repair 166,727 111,607 111,607 111,606 - 0 C 93420 Fuel System R & R 122,752 122,752 122,752 98,390 - 24,362 25 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Marine Facilities - continued 93421 Marine Facilities Dredging & Maint 158,715 73,865 73,865 73,385 - 480 C 93422 Dredging of City Waterways 946,204 946,204 946,204 483,487 - 462,717 ENGF180014 Seminole Boat Launch Improvements 6,752,000 6,752,000 6,752,000 368,684 2,461,612 3,921,704 93499 Pier 60/Sailing Center Maintenance 421,952 421,952 421,952 279,989 - 141,963 C1905 Beach Marina Upgrade 300,000 300,000 300,000 - - 300,000 C1906 Clearwater Harbor Marina Repl & Upgrade 106,000 106,000 106,000 - - 106,000 M1902 Marine Facility Maintenance Dock R&R 75,000 214,970 214,970 41,203 - 173,767 Sub-Total 12,192,095 12,300,333 0 12,300,333 3,406,012 2,567,733 6,326,588 Airpark 94817 Airpark Maintenance & Repair 219,000 219,000 219,000 183,569 - 35,431 94886 Clearwater Airpark Masterplan Update 110,000 110,000 110,000 106,345 2,980 675 94894 Ground Support Equipment Upgrade 100,000 100,000 100,000 54,560 - 45,440 G1901 Replace Hangar C 1,200,000 1,200,000 1,200,000 - 1,200,000 G1908 Clearwater Airpark FDOT Security Grant 0 0 75,000 75,000 - - 75,000 7 Sub-Total 1,629,000 1,629,000 75,000 1,704,000 344,474 2,980 1,356,546 Libraries 93527 Books & Other Lib Mat - II 7,796,601 7,696,601 7,696,601 7,586,423 - 110,177 93530 Consolidated Eastside/SPC Library 6,250,000 6,250,000 6,250,000 5,295,731 - 954,269 93532 Library Maker Space Maint. & Upgrade 174,480 224,480 224,480 112,086 - 112,394 93533 Main Library Upgrade - Alt. Usage 298,850 298,850 298,850 298,850 - 0 C 93534 Library FF&E Repair & Replace 225,000 275,000 275,000 106,926 8,247 159,827 93535 Countryside Library Demolition 75,000 75,000 75,000 - - 75,000 Sub-Total 14,819,931 14,819,931 0 14,819,931 13,400,016 8,247 1,411,667 Garage 94233 Motorized Equip-Cash II 1,796,856 1,796,856 1,796,856 1,756,622 - 40,234 94238 Police Vehicles 3,301,001 3,219,686 3,219,686 2,902,027 - 317,659 94241 Motorized Equipment Replace - L/P 41,120,392 38,808,946 38,808,946 36,705,560 2,103,385 0 C 94244 Misc Vehicle Additions- Gen Serv 56,237 56,237 56,237 56,237 - 0 C 94246 Fleet Management & Mapping 320,000 710,000 710,000 - 675,000 35,000 94627 Misc Budgetary Vehicle Addition 125,799 125,799 125,799 124,950 - 849 C1901 Beach Radio Tower 852,370 852,370 852,370 - - 852,370 GSFL180001 Fleet Facility R&R 94,520 94,520 94,520 - - 94,520 GSFL180002 P25 Radio Equipment & Infrastructure 400,000 400,000 400,000 56,896 - 343,104 L1910 Motorized Equipment Replacement 0 2,111,446 2,111,446 - 2,111,446 L1911 Off Cycle Equipment Replacement 0 200,000 200,000 - - 200,000 Sub-Total 48,067,175 48,375,860 0 48,375,860 41,602,292 2,778,385 3,995,183 Maintenance of Buildings C1907 City Hall Hardening 100,000 100,000 100,000 - - 100,000 C1909 City Hall Move 0 383,085 383,085 367,727 6,775 8,583 ENGF180012 Public Works Complex 1,615,664 1,615,664 1,615,664 1,926 - 1,613,738 GSBM180001 Air Cond Replace-City Wide 704,436 704,436 704,436 273,430 3,237 427,768 GSBM180002 Flooring for Facilities 777,837 777,837 777,837 482,381 41,857 253,599 GSBM180003 Roof Repair and Replacement 1,345,409 1,345,409 1,345,409 833,635 8,228 503,546 GSBM180004 Painting of Facilities 592,923 592,923 592,923 64,692 528,231 GSBM180005 Fencing of Facilities 143,170 143,170 143,170 73,199 - 69,971 GSBM180006 Light Replacement & Repair 278,197 278,197 278,197 193,499 2,386 82,313 GSBM180007 Elevator Refurbish/Modernization 560,576 560,576 560,576 - - 560,576 GSBM180008 Building Systems 1,018,377 1,018,377 1,018,377 349,060 669,317 GSBM180009 New A/C Chiller System 2,900,000 2,900,000 2,900,000 816,279 924,928 1,158,793 GSBM180010 General Services R&R 250,000 250,000 250,000 144,866 - 105,134 GSBM180011 Generator Maintenance 450,000 450,000 450,000 - - 450,000 GSBM180012 General Facility Building Major Renovations 1,335,242 1,335,242 1,335,242 106,562 - 1,228,680 L1902 B&M Vehicle & Equipment 65,000 65,000 65,000 - - 65,000 Sub-Total 12,136,831 12,519,916 0 12,519,916 3,707,257 987,411 7,825,249 26 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Miscellaneous 94729 City-wide Connect Infra 3,717,991 3,723,089 3,723,089 3,180,879 - 542,210 94736 Geographic Information Sys 1,110,997 1,110,997 1,110,997 954,455 - 156,542 ENGF180010 Pollutant Storage Tank 359,408 359,408 359,408 21,615 3,540 334,254 ENGF180011 Environmental Assmt & Clean-up 463,636 463,636 150,000 613,636 21,211 9,691 582,734 8 94814 Network Infra & Server Upgrade 4,385,057 3,470,819 3,470,819 3,470,819 - 0 C L1908 Network Infra & Server R&R 0 843,191 200,000 1,043,191 209,554 22,579 811,058 9 M1912 Network Infra & Server Upgrade 0 71,048 71,048 8,486 2,870 59,691 94824 IT Disaster Recovery 580,000 354,604 354,604 354,604 - 0 C L1907 IT Disaster Recovery 0 165,396 165,396 - - 165,396 M1911 IT Disaster Recovery 0 60,000 60,000 - - 60,000 94827 Telecommunications Upgrade 604,000 334,953 334,953 334,953 - 0 C L1906 Telecommunications Upgrade 0 269,047 269,047 - - 269,047 94828 Financial Systems Upgrades 3,933,165 3,933,165 3,933,165 2,248,821 342,029 1,342,315 94829 CIS Upgrades / Replacement 1,047,376 1,047,376 1,047,376 428,583 - 618,793 94830 MS Licensing / Upgrades 1,025,000 1,025,000 1,025,000 842,601 16,201 166,198 94833 Computer Monitors 399,828 399,828 399,828 392,266 - 7,562 94850 Backfile Conversion of Records 500,000 500,000 500,000 187,660 - 312,340 94857 Accela Permitting & Code Enforce 250,000 250,000 250,000 90,906 - 159,094 94861 Library Technology 1,350,000 1,350,000 1,350,000 1,206,609 48,450 94,941 94873 Citywide Camera System 260,000 260,000 260,000 118,298 - 141,702 94874 City Enterprise Timekeeping System 285,000 285,000 285,000 182,082 5,620 97,298 94878 Asset Management Upgrade 31,420 26,322 26,322 26,322 - 0 C 94880 Granicus Agenda Management Sys 135,000 135,000 135,000 41,136 - 93,864 94883 Business Process Review & Improve 600,000 600,000 600,000 275,738 369 323,893 94888 City EOC & Disaster Recovery Facility 3,360,000 3,360,000 3,360,000 1,216,844 833,456 1,309,700 94890 Enterprise Advanced Audio Video R&R 1,063,000 1,063,000 1,063,000 472,822 - 590,178 94892 Imagine Clearwater Implementation 4,865 4,865 4,865 4,865 - 0 C ENGF180013 Imagine Clearwater 6,516,829 6,523,329 6,523,329 2,277,242 729,097 3,516,990 94894 Ground Support Equipment Upgrade 100,000 100,000 100,000 54,560 - 45,440 M1914 Sustainability Initiatives 0 0 100,000 100,000 - - 100,000 10 M1915 Belmont Park Revitalization 0 0 130,000 130,000 - - 130,000 11 Sub-Total 32,082,572 32,089,072 580,000 32,669,072 18,623,931 2,013,902 12,031,239 UTILITIES Stormwater Utility ENST180001 Stormwater System Impovements 8,181,794 8,181,794 119,303 8,181,794 1,647,996 259,075 6,274,723 12 ENST180002 Allen's Creek Improvement 2,016,271 2,816,271 2,816,271 7,957 2,648,967 159,347 ENST180003 Stormwater System Expansion 1,615,576 1,615,576 1,615,576 - - 1,615,576 ENST180004 Stevenson Creek 3,182,636 3,182,636 3,182,636 66,900 - 3,115,736 ENST180005 Coastal Basin 3,234,985 3,234,985 3,234,985 718,286 203,011 2,313,688 ENST180006 Alligator Creek Watershed Projects 5,140,082 4,340,082 4,340,082 328,024 97,845 3,914,213 ENST180007 Street Sweeping Facility 1,823,765 1,823,765 (119,303)1,704,462 1,704,462 - (0)13 ENST180008 Hillcrest Bypass Culvert 4,096,167 4,096,167 4,096,167 535,174 3,241,709 319,284 ENST180009 East Gateway Improvements 3,503,121 3,503,121 16,152 3,519,273 2,483,301 527,936 508,036 14 ENST180010 Lower Sp Branch Convey Improvement 2,320,000 2,320,000 2,320,000 140,487 168,557 2,010,956 C1908 Stormwater Vehicles & Equipment 1,375,500 1,375,500 1,375,500 1,217,034 33,570 124,896 Sub-Total 36,489,897 36,489,897 16,152 36,386,746 8,849,619 7,180,672 20,356,455 Water System 96721 System R & R - Maintenance 5,524,536 3,205,685 3,205,685 2,417,736 - 787,950 96722 Line Relocation - Maintenance 4,767,305 4,767,305 4,767,305 1,411,539 509,721 2,846,045 96739 Reclaimed Water Dist Sys 46,686,453 46,686,453 46,686,453 46,008,995 132,199 545,258 96740 Water Supply/Treatment 2,626,926 2,626,926 2,626,926 2,626,926 - 0 96741 System R & R-Capitalized 8,788,154 8,788,154 8,788,154 8,788,154 - (0) 96742 Line Relocation-Capitalized 7,998,570 7,998,570 7,998,570 6,489,388 443,406 1,065,776 96743 Mtr Bkflow Prev Dev/Change Out 2,834,600 2,834,600 2,834,600 2,834,600 - (0) 96744 System Expansion 2,965,673 2,965,673 2,965,673 2,950,994 - 14,679 96752 Water Service Lines 1,233,436 1,233,436 1,233,436 1,233,436 - (0) 96764 RO Plant Exp Res #1 13,507,530 13,524,408 13,524,408 12,676,048 193,106 655,254 M1908 RO Plant Exp Res #1 R&R 0 1,000,000 1,000,000 - - 1,000,000 96767 RO Plant at Res #2 43,076,061 43,092,939 43,092,939 41,019,765 99,262 1,973,913 M1909 RO Plant at Res #2 R&R 0 1,000,000 1,000,000 - - 1,000,000 96768 Rebate Well, Lk, Pnd Irr Abandmt 114,608 114,608 114,608 114,608 - (0) 27 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Water System - continued 96773 Groundwater Replenishment Facility 20,900,118 20,900,118 20,900,118 5,902,487 93,544 14,904,087 96782 Reverse Osmosis Plant @WTP #3 1,380,000 1,380,000 1,380,000 218,585 - 1,161,415 96783 Water System Upgrades/Improvements 3,349,000 3,349,000 3,349,000 944,837 21,485 2,382,679 96784 Reclaimed Water Distribution System R&R 2,094,584 2,094,584 2,094,584 392,670 - 1,701,914 96785 Feasibility Studies/Evaluations - Water System 2,625,000 2,625,000 2,625,000 366,771 1,968,000 290,229 96786 Devices/Equipments - Water System 350,000 350,000 350,000 - - 350,000 L1905 Vehicle & Equipment 146,000 146,000 146,000 125,212 - 20,788 Sub-Total 170,968,554 170,683,460 0 170,683,460 136,522,751 3,460,722 30,699,986 Sewer System 96212 Sanitary Sewer Upgrades/Improvements 12,004,552 12,004,552 12,004,552 4,217,772 2,639,884 5,146,896 96213 Marshall Street Upgrades/Improvements 6,744,299 6,744,299 6,744,299 2,521,832 1,652,118 2,570,349 M1905 Marshall Street Plant R&R 0 1,200,000 1,200,000 - - 1,200,000 96214 East Plant Upgrades/Improvements 1,500,000 1,500,000 1,500,000 231,624 187,759 1,080,617 M1907 East Plant R&R 0 1,200,000 1,200,000 - - 1,200,000 96215 Northeast Plant Upgrades/Improvements 12,794,860 12,794,860 12,794,860 1,127,785 503,324 11,163,751 M1906 Northeast Plant R&R 0 1,200,000 19,313 1,219,313 - - 1,219,313 15 96216 Laboratory Upgrade/Improvements 1,155,079 1,155,079 1,155,079 12,168 2,690 1,140,222 96217 Pump Station R&R 1,325,192 1,325,192 1,325,192 504,525 33,896 786,770 96218 Feasibility Studies/Evaluations 2,241,642 114,088 114,088 114,088 - 0 96219 Devices/Equipment Sewer Division 446,274 446,274 446,274 300,898 - 145,376 96630 Sanitary Sewer Extension 15,461,998 14,961,998 149,742 15,111,740 13,082,982 782,003 1,246,756 16 96634 Sanitary Util Reloc Accmmdtn 6,267,352 5,267,352 5,267,352 4,165,772 269,550 832,031 96645 Laboratory Upgrade & R&R 1,803,627 1,803,627 1,803,627 1,783,627 - 20,000 96654 Facilities Upgrade & Improvement 15,155,224 15,155,224 (75,313)15,079,911 14,182,220 382,759 514,932 17 96664 WPC R & R 26,992,114 20,392,114 20,392,114 16,591,365 1,544,707 2,256,041 96665 Sanitary Sewer R&R 26,629,685 32,793,824 (149,742)32,644,082 21,690,616 10,147,459 806,007 18 96686 Pump Station Replacement 4,707,682 4,707,682 4,707,682 4,344,906 - 362,776 L1903 Generators 420,000 420,000 420,000 - 404,250 15,750 L1904 Vehicle and Equipment 240,000 240,000 240,000 66,375 168,932 4,694 M1910 Water Treatment Plant #3 R&R 0 318,851 318,851 - - 318,851 Sub-Total 135,889,579 135,745,015 (56,000)135,689,015 84,938,554 18,719,331 32,031,131 Gas System 96358 Environmental Remediation 2,384,794 2,384,794 2,384,794 1,760,301 38,068 586,425 96365 Line Relocation-Pinellas Maint 731,106 731,106 731,106 516,773 71,382 142,952 96367 Gas Meter Change Out-Pinellas 3,638,000 3,713,000 3,713,000 3,657,239 - 55,761 96374 Line Relocation-Pinellas Capitalized 2,882,890 2,382,890 2,382,890 2,298,222 - 84,668 96376 Line Relocation - Pasco Maint 258,593 258,593 258,593 85,896 - 172,697 96377 Pinellas New Main / Service Lines 31,551,118 31,551,118 31,551,118 31,125,823 6,000 419,296 96378 Pasco New Mains / Service Lines 17,864,858 17,864,858 17,864,858 16,530,338 - 1,334,520 96379 Pasco Gas Meter Change Out 867,821 792,821 792,821 747,458 - 45,363 96381 Line Reloc-Pasco-Capitalized 237,386 737,386 737,386 379,898 45,924 311,565 96382 Gas Inventory - Work Mgmt Sys 992,000 992,000 992,000 856,268 - 135,732 96384 Gas System - Pinellas Building 28,855,055 28,855,055 28,855,055 16,663,845 8,629,032 3,562,178 96385 Gas Main Extensions 1,557,845 1,557,845 1,557,845 1,432,673 - 125,172 96386 Expanded Energy Conservation 9,091,479 9,591,479 9,591,479 9,176,690 - 414,789 96387 Natural Gas Vehicle 4,581,069 5,531,069 5,531,069 4,288,624 439,934 802,510 96389 Future IMS Software & Hardware 400,000 400,000 400,000 314,958 12,090 72,952 96390 Gas Vehicle Additions 590,000 428,294 428,294 428,294 - 0 96391 Gas System Pasco Building 2,100,000 650,000 650,000 - - 650,000 96392 Gas Equipment Additions 191,000 189,278 189,278 189,278 - 0 M1904 Pinellas Building Equipment R&R 200,000 200,000 200,000 - - 200,000 Sub-Total 108,975,014 108,811,586 0 108,811,586 90,452,576 9,242,430 9,116,580 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Solid Waste 96426 Facility R & R 2,652,608 2,652,608 2,652,608 1,716,415 - 936,193 96443 Res Container Acquisition-II 2,001,741 2,001,741 2,001,741 1,433,402 - 568,339 96444 Comm Container Acquisition-II 4,130,020 4,130,020 4,130,020 3,429,253 - 700,767 96445 Solar Trash & Recycling Kiosks 289,414 289,414 289,414 239,182 - 50,232 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,650,130 19,650,130 9,996,913 8,810,621 842,596 96448 Solid Waste CNG Station 150,000 150,000 150,000 - - 150,000 96449 Solid Waste Truck Wash Facility 555,500 555,500 555,500 - - 555,500 Sub-Total 29,429,413 29,429,413 0 29,429,413 16,815,165 8,810,621 3,803,627 Utility Miscellaneous 96523 Pub Utilities Adm Bldg R&R 858,828 858,828 858,828 738,818 - 120,009 96526 Public Utility Admin Building 184,306 184,306 184,306 - - 184,306 Sub-Total 1,043,134 1,043,134 0 1,043,134 738,818 0 304,315 Recycling 96804 Recycling Carts/Dumpsters 1,216,650 1,216,650 1,216,650 821,934 - 394,716 96805 Recycling Expansion/Particip/R&R 1,311,525 1,311,525 1,311,525 1,184,376 - 127,149 96811 Purchase of Transfer Tractors 408,000 408,000 408,000 395,983 - 12,017 SR00180003 Processing Center Building Replacement 3,862,633 3,862,633 3,862,633 2,957 - 3,859,676 Sub-Total 6,798,808 6,798,808 0 6,798,808 2,405,250 0 4,393,558 TOTAL ALL PROJECTS 734,497,611 740,684,264 1,068,967 741,633,928 490,094,588 64,132,600 187,406,739 29 Special Program Fund Third Quarter Budget Amendments October 1, 2018 - June 30, 2019 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 4,600 To record a budget increase of $4,600.00 which represents foreclosure registry fees collected to date. 4,600 Police Extra Duty 2 99215 226,210 (27,211) To record a budget increase of $226,210.00 in Police Service revenue to bring the budget in line with actual receipts. To record a transfer of $27,211.25 in Police Service revenue to program 99350,Vehicle Replacement representing revenue collected for vehicle usage on extra duty jobs. 198,999 Police Education Fund 3 99317 5,286 To record a budget increase of $5,286.13 in police education fine revenue which will bring the budget in line with actual receipts.5,286 Investigative Cost Recovery 4 99329 37,660 To record a net budget increase of $37,659.57 which will bring the budget in line with actual receipts.Amendments include an increase of $11,886.80 in overtime reimbursement revenues,and an increase of $25,772.77 in fines,forfeitures and penalties revenue.37,660 Florida Contraband Forfeiture Fund 5 99330 60,605 (74,123) To record a net budget increase of $60,082.00 fines,forfeitures and penalties revenue,and an increase of $523.46 in donations revenue which will bring the budget in line with actual receipts.To record a budget transfer of $74,122.66 in fines,forfeitures and penalties revenue to 99356, Safe Neighborhood Program.(13,517) Vehicle Replacement 6 99350 27,211 To record a transfer of $27,211.25 in police services revenue from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs. 27,211 Safe Neighborhood Program 7 99356 74,123 To record a budget transfer of $74,123.00 in fines, forfeitures, and penalties revenue from program 99330,Florida Contraband Forfeiture Fund.74,123 Crime Prevention Program 8 99364 20,000 To record a budget increase of $20,000.00 in donation revenues which will bring the budget in line with actual receipts.20,000 Federal Forfeiture Sharing 9 99387 3,540 To record a budget increase of $3,539.83 in US Department of Justice revenue which will bring the budget in line with actual receipts.3,540 30 Special Program Fund Third Quarter Budget Amendments October 1, 2018 - June 30, 2019 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) School Resource Officers 10 P1801 34,488 To record a budget transfer of $34,488.01 in governmental revenue for School Resource Officers extra duty from the Pinellas County School Board.34,488 Public Safety Program Totals:392,389 - 392,389 Physical Environment Programs Tree Replacement Program 11 99970 38,262 To record a budget increase of $38,262.00 in fines forfeiture and penalty revenue to bring the budget in line with actual receipts.38,262 Physical Environment Programs Program: Totals:38,262 - 38,262 Culture and Recreation Programs Special Events 12 PRSE190001 159,539 To record a net budget increase of $159,538.70;representing increases of $25,452.79 in rental income,$78,550.00 in sponsorship revenue,$8,947.65 in sales revenues,and $46,588.26 in reimbursements which will bring the budget in line with actual receipts to date. 159,539 Culture and Recreation Program Total:159,539 - 159,539 590,190 - 590,190 Interfund Transfers Florida Contraband Forfeiture Fund 99330 100,000 To record a transfer of $100,000.00 to the new capital project P1902,Police Information Systems,to provide funding for PD related technology systems. Economic Development Incentive - CLOSE PROGRAM 99744 30,000 To record a transfer in the amount of $30,000.00 of unspent revenue back to the General Fund. This project will be closed. Total Interfund Transfers:130,000 Total Budget Increase/(Decrease): 31 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/01/2018 Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 98611 CMA Capital Project Agreement 5,000,000 5,000,000 - 5,000,000 5,000,000 - - C 99421 Housing Consulting Service 115,000 115,000 - 115,000 49,334 - 65,666 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 289,000 - 289,000 149,927 - 139,073 99868 Federal Early Retiree Reinsurance 651,500 651,500 - 651,500 559,222 - 92,279 99925 Peg Access Support 838,261 838,261 - 838,261 836,917 - 1,344 99928 Nagano Sister City Program 229,379 229,379 - 229,379 165,990 1,154 62,235 M1913 Lien Foreclosure Program - 255,553 - 255,553 109,967 - 145,586 Sub-Total 7,123,140 7,378,693 - 7,378,693 6,871,356 1,154 506,183 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Rgstry-Nuesance Abtmnt 63,600 93,300 4,600 97,900 21,513 33,513 42,875 1 98610 Hurricane Irma 1,286,998 1,511,864 - 1,511,864 2,628,911 41,577 (1,158,625) 99215 Police Extra Duty 2,417,257 3,124,639 198,999 3,323,638 3,002,042 - 321,596 2 99241 Human Trafficking Overtime 87,000 87,000 - 87,000 70,954 - 16,046 99264 School Resource Officers 2,833,704 2,736,583 - 2,736,583 2,736,583 - 0 C 99279 Police Recruitments 141,010 141,010 - 141,010 65,330 - 75,680 99281 Fed Forfeitures - Treasury 171,936 194,515 - 194,515 120,171 - 74,345 99316 Police Volunteers 153,519 153,519 - 153,519 141,286 1,000 11,232 99317 Police Education Fund 1,328,750 1,357,756 5,286 1,363,042 1,304,102 - 58,940 3 99329 Investigative Recovery Costs 2,451,206 2,564,941 37,660 2,602,600 2,279,474 - 323,126 4 99330 FL Contraband Forfeiture Fnd 914,586 1,042,051 (13,517) 1,028,533 657,266 - 371,267 5 99350 Vehicle Replacement Fund 327,865 370,984 27,211 398,195 220,033 - 178,162 6 99356 Safe Neighborhood Program 1,127,580 1,142,580 74,123 1,216,702 1,108,255 5,447 103,000 7 99364 Crime Prevention Program 102,341 141,284 20,000 161,284 119,332 - 41,952 8 99387 Federal Forfeiture Sharing 2,427,479 2,474,009 3,540 2,477,549 1,805,237 35,558 636,754 9 99927 Emergency Operations 4,106,338 4,144,887 - 4,144,887 3,066,236 11,300 1,067,351 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 41,088 - 28,612 G1802 2017 JAG Grant 46,977 46,977 - 46,977 46,977 - - G1804 2019 HVE Ped & Bicycle Safety 50,000 50,000 - 50,000 49,399 - 601 P1801 School Resource Officers 468,356 565,477 34,488 599,965 339,384 - 260,581 10 Sub-Total 20,576,201 22,013,074 392,389 22,405,463 19,823,575 128,395 2,453,494 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Project 1,517,880 1,561,652 38,262 1,599,914 914,652 11,735 673,527 11 Sub-Total 1,517,880 1,561,652 38,262 1,599,914 914,652 11,735 673,527 TRANSPORTATION PROGRAMS 98604 2016 Clearwater Ferry 519,120 519,120 - 519,120 509,921 - 9,199 Sub-Total 519,120 519,120 - 519,120 509,921 - 9,199 ECONOMIC ENVIRONMENT PROGRAMS 99538 Affordable Housing Imp Fees 441,530 447,612 - 447,612 163,299 - 284,314 99729 Joint Hercules Pln & Econ Study 150,000 150,000 - 150,000 - - 150,000 99744 Economic Development Incentives 292,500 292,500 - 292,500 262,500 - 30,000 99754 Housing Rehab 2016 258,701 253,251 - 253,251 253,251 - - C 99759 Public Facilities 2017 377,764 377,764 - 377,764 377,764 - - C 99760 Economic Development 2017 14,802 - - - - - - C 99761 Public Services 2017 100,275 95,786 - 95,786 95,786 - - C 99762 Program Administration 2017 135,036 136,693 - 136,693 136,693 - 0 C 99763 Housing Rehab 2017 322,997 132,694 - 132,694 132,694 - (0) C 99764 Public Facilities 2018 448,000 448,919 - 448,919 248,919 - 200,000 99765 Economic Development 2018 130,020 98,602 - 98,602 98,602 - (0) C 99766 Program Administration 2018 131,388 131,388 - 131,388 131,388 - - C 99767 Infill Housing 2018 137,500 74,746 - 74,746 60,899 - 13,847 99768 Public Services 2018 106,725 106,725 - 106,725 93,985 - 12,740 99802 Brownfield Revolving Loan 1,204,720 1,206,597 - 1,206,597 420,381 - 786,216 32 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/01/2018 Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (continued) 99846 Economic Development - QTI 140,419 140,419 - 140,419 71,591 - 68,828 99871 State Brownfields Redevelopment Acct 165,463 165,463 - 165,463 165,463 - 0 C 99888 ULI Report Implementation 875,000 875,000 - 875,000 757,007 - 117,993 G1902 Public Facilities 2019 168,815 332,954 - 332,954 28,478 219,117 85,359 G1903 Economic Development 2019 135,000 135,000 - 135,000 32,646 22,355 80,000 G1904 Program Administration 2019 186,188 186,188 - 186,188 130,929 - 55,259 G1905 Infill Housing 2019 139,797 282,297 - 282,297 49,936 64,064 168,297 G1906 Public Services 2019 111,140 111,140 - 111,140 86,362 24,498 280 Sub-Total 6,173,780 6,181,740 - 6,181,740 3,798,572 330,034 2,053,134 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 10,000 10,000 - 10,000 6,544 - 3,456 98606 Senior Citizens Services - EBWP 24,960 24,960 - 24,960 25,794 - (834) 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 10,808 - 3,192 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 12,080 12,080 - 12,080 10,123 - 1,957 99869 Health Prevention Program 192,060 195,269 - 195,269 176,019 - 19,251 99872 Coordinated Child Care - Ross Norton 2,718,545 2,718,545 - 2,718,545 1,873,862 11,233 833,450 Sub-Total 3,001,645 3,004,854 - 3,004,854 2,130,750 11,233 862,871 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)105,020 106,077 - 106,077 - - 106,077 99865 Special Events 9,296,350 9,344,182 - 9,344,182 9,344,182 - 0 C 99910 Library Special Account 830,311 856,908 - 856,908 828,243 225 28,440 G1907 Clearwater for Youth Grants - 18,000 - 18,000 1,345 - 16,655 PRSE190001 Special Events 70,000 1,228,076 159,539 1,387,615 1,015,247 276,059 96,309 12 Sub-Total 10,301,681 11,553,243 159,539 11,712,782 11,189,017 276,283 247,481 TOTAL ALL PROJECTS 49,213,447 52,212,377 590,190 52,802,566 45,237,842 758,834 6,805,890 33 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter FY 2018/19 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 5,658 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Open Space Fees 196,315 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 2,300 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 361,289 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 780,000 An increase in interest earnings to bring the budget in line with actual receipts for the year. Fee in Lieu of Sidewalks 7,865 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Fee in Lieu of Drainage 3,528 An increase in fee in lieu of drainage to bring the budget in line with actual receipts for the year. 1,356,955$ Net Revenue Amendments Expenditures No amendments are proposed to Special Development Fund expenditures at mid year. -$ Net Expenditure Amendments 34 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2018 - June 30, 2019 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2018/19 2018/19 2018/19 2018/19 Amendments Revenues: Ad Valorem Taxes 3,044,520 3,044,520 3,044,520 3,050,178 5,658 Infrastructure Tax 11,820,680 11,820,680 11,820,680 11,820,680 - Interest Earnings 537,000 537,000 537,000 1,317,000 780,000 Open Space Fees 20,000 20,000 20,000 216,315 196,315 Recreation Facility Impact Fees 25,000 25,000 25,000 27,300 2,300 Recreation Land Impact Fees 25,000 25,000 25,000 386,289 361,289 Fee in Lieu of Sidewalks - - - 7,865 7,865 Fee in Lieu of Drainage - - - 3,528 3,528 Multi-Modal Impact Fees 200,000 200,000 200,000 200,000 - Local Option Gas Tax 1,540,550 1,540,550 1,540,550 1,540,550 - Allocation of Assigned Fund Balance - 35,900 35,900 35,900 - Transfer-In from Capital Improvement Plan - 900,000 900,000 900,000 - 17,212,750 18,148,650 18,148,650 19,505,605 1,356,955 Expenditures: Transfer to Capital Improvement Fund - Road Millage 3,044,520 3,044,520 3,044,520 3,044,520 - Infrastructure Tax 11,463,460 11,463,460 11,463,460 11,463,460 - Recreation Facility Land Fees - 35,900 35,900 35,900 - Multi-Modal Impact fees 140,000 140,000 140,000 140,000 - Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 - 16,075,130 16,111,030 16,111,030 16,111,030 - SPECIAL DEVELOPMENT FUND 35 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2018 - June 30, 2019 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2018/19 2018/19 2018/19 2018/19 Amendments Revenues: CDBG Program Income 740,940 740,940 740,940 740,940 - Interest Earnings 25,000 54,467 54,467 54,467 - Intergovernmental Revenue - 187,729 323,928 361,956 38,028 Charges for Service Revenue - 426,299 881,733 1,228,432 346,700 Judgments, Fines and Forfeit Revenue - 240,658 569,468 698,871 129,403 Miscellaneous Revenue - 209,585 762,245 838,304 76,059 Transfers from Special Program Fund - 232,090 232,090 232,090 - Transfers from General Fund:- - - - - Sister City Program 37,380 37,380 37,380 37,380 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 70,000 270,000 270,000 - Economic Development QTI 18,230 18,230 18,230 18,230 - Police Recruitments 30,000 30,000 30,000 30,000 - 923,050 2,248,878 3,921,980 4,512,170 590,190 Expenditures: General Government 37,380 37,380 292,933 292,933 - Public Safety 30,000 824,202 1,466,873 1,859,262 392,389 Physical Environment - 41,804 43,772 82,034 38,262 Transportation - - - - - Economic Environment 422,980 430,939 430,939 430,939 - Human Services 1,500 4,709 4,709 4,709 - Culture and Recreation 40,000 518,653 1,291,563 1,451,101 159,539 Interfund Transfers 236,190 236,190 236,190 236,190 - Transfer to Capital Fund 130,000 130,000 130,000 130,000 - 898,050 2,223,878 3,896,980 4,487,170 590,190 Revenues: HOME Investment Partnerships 383,150 383,150 383,150 383,150 - State Housing Initiatives Partnerships 156,790 156,790 156,790 156,790 - Total - HOME/SHIP Funds 539,940 539,940 539,940 539,940 - Expenditures: Economic Environment 380,950 380,950 380,950 380,950 - Interfund Transfers 158,990 158,990 158,990 158,990 - Total - HOME/SHIP Programs 539,940 539,940 539,940 539,940 - SPECIAL PROGRAM FUND LOCAL HOUSING ASSISTANCE TRUST FUND 36 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2018/19 37 In accordance with City of Clearwater Code Section 2.564(2), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. Increases do not exceed 10% over Council approved amount on a cumulative basis. 2. Change does not change the scope of a project. 3. Price increases do not require additional appropriation to the project. 4. Contract price decreases may be approved without limitation. 5. The time for completion may not be extended by more than sixty (60) days, in any one change or cumulatively for the same project. ***** 05/24/19 Administrative Change Order #1 – Hillcrest Avenue Bypass Culvert (13- 0042-EN). This change order decreases, increases and adds items to accommodate for redesign of the water sewer system resulting in a net increase to the contract. Keystone Excavators, Inc. 33,208 06/26/19 Administrative Change Order #1 & Final – Harbor Oaks Subdivision Brick Crosswalks (17-0058-EN). This change order decreases, increases and adds items in accordance with field conditions resulting in a net decrease to the contract. Steve’s Excavating & Paving, Inc. (48,395.98) 07/22/19 Administrative Change Order #2 – Hillcrest Avenue Bypass Culvert (13- 0042-EN). This change order decreases and increases items to accommodate for redesign of the water sewer system and unforeseen conditions due to extensive excavations resulting in a net increase to the contract. Keystone Excavators, Inc. 43,645.35 07/24/19 Administrative Change Order #4 & Final – Druid Trail Phase (04-0021-PR). This change order decreases, increases and adds items in accordance with field conditions to close out the project resulting in a net decrease to the contract. Keystone Excavators, Inc. (259,724.93) ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2018/19 38 08/13/19 Administrative Change Order #1 & Final – Water Treatment Plant Fluoride Addition WTP 1 & 2 (16-0031-UT). This change order decreases and increases items in accordance with field conditions and adds 50 calendar days to the contract resulting in a net decrease to the contract. Kat Construction & Materials, Inc. (25,620.11) 08/21/19 Administrative Change Order #2 & Final – Clearwater Memorial Causeway Subaqueous Pipelines (14-0041-UT). This change order decreases, increases and adds items according to field conditions to close the contract resulting in a net decrease to the contract. Andrew Sitework, LLC. (287,218.05) 08/23/19 Administrative Change Order #1 & Final – Harborview Center Demolition (09-0049-EN). This change order decreases unused items to close the contract resulting in a net decrease to the contract. Biltmore Construction Co, Inc. (237,994.39) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9326-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9326-19 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2019, to reflect a net increase of $1,068,967. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 ORDINANCE NO. 9326-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2019, TO REFLECT A NET INCREASE OF $1,068,967 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2019 was adopted by Ordinance No. 9195-18; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Section 1 of Ordinance No. 9195-18 is amended to read: Pursuant to the Third Quarter Amended Capital Improvement Program Report and Estimated Budget for the fiscal year beginning October 1, 2018 and ending September 30, 2019, a copy of which is on file with the City Clerk, the City Council hereby adopts a Third Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. 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: ______________________________ ____________________________ Pamela K. Akin, City Attorney Rosemarie Call, City Clerk First Qtr.Mid Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2018/19 2018/19 2018/19 2018/19 Amendments Police Protection 400,000 400,000 397,969 797,969 400,000 Fire Protection 4,721,010 4,732,010 5,118,953 5,118,953 Major Street and Sidewalk Maintenance 7,071,260 7,071,260 7,071,260 7,071,260 Intersections 315,410 315,410 315,410 315,410 Parking 390,500 390,500 390,500 390,500 Miscellaneous Engineering 41,500 41,500 41,500 191,500 150,000 Park Development 13,036,110 18,510,070 18,613,429 18,667,244 53,815 Marine Facilities 1,096,000 1,096,000 1,204,239 1,204,239 Airpark Facilities 1,225,000 1,225,000 1,225,000 1,300,000 75,000 Libraries 226,500 226,500 226,500 226,500 Garage 7,695,970 8,085,970 8,004,655 8,004,655 Maintenance of Buildings 3,390,000 3,773,085 3,773,085 3,773,085 Miscellaneous 1,135,000 1,135,000 1,141,500 1,571,500 430,000 Stormwater Utility 7,148,350 7,148,350 7,148,350 7,164,502 16,152 Gas System 5,850,000 5,850,000 5,686,572 5,686,572 Solid Waste & Recycling 625,000 625,000 625,000 625,000 Sewer System 34,107,770 33,963,207 33,963,207 33,907,207 (56,000) Water System 8,317,750 8,015,778 8,032,656 8,032,656 TOTAL PROJECT EXPENDITURES 96,793,130 102,604,639 102,979,784 104,048,751 1,068,967 GENERAL SOURCES: General Operating Revenue 12,862,330 13,245,415 13,328,899 14,062,714 733,815 Road Millage 3,044,520 3,044,520 3,044,520 3,044,520 Penny for Pinellas 11,463,460 11,463,460 11,463,460 11,463,460 Multi-Modal Impact Fee 140,000 140,000 140,000 140,000 Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 Recreation Facility Impact Fee - 35,900 35,900 35,900 Special Program Fund 130,000 130,000 130,000 230,000 100,000 Grants - Other Agencies 960,000 6,360,000 6,360,000 6,420,000 60,000 Other Governmental 804,000 840,585 1,257,953 1,201,953 (56,000) Insurance Proceeds - 38,060 38,060 54,212 16,152 Donations 50,000 50,000 50,000 50,000 Reimbursement - - 6,500 6,500 SELF SUPPORTING FUNDS: Marine Revenue 430,000 430,000 430,000 430,000 Clearwater Harbor Marina Revenue 146,000 146,000 146,000 146,000 Airpark Revenue 25,000 25,000 25,000 40,000 15,000 Parking Revenue 450,500 450,500 558,739 558,739 Water Revenue 6,267,200 6,267,200 6,267,200 6,267,200 Sewer Revenue 24,518,850 24,518,850 24,518,850 24,518,850 Water Impact Fees 160,000 160,000 160,000 160,000 Sewer Impact Fees 24,920 24,920 24,920 24,920 Utility R&R 9,844,550 9,844,550 9,844,550 9,844,550 Stormwater Utility Revenue 7,148,350 7,148,350 7,148,350 7,148,350 Gas Revenue 5,850,000 5,850,000 5,850,000 5,850,000 Solid Waste Revenue 525,000 525,000 525,000 525,000 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2018/19 Ordinance # 9326-19 First Qtr.Mid Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2018/19 2018/19 2018/19 2018/19 Amendments EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2018/19 Recycling Revenue 100,000 100,000 100,000 100,000 Grants - Other Agencies - (483,122) (466,243) (466,243) INTERNAL SERVICE FUNDS: Garage Revenue 1,268,470 1,658,470 1,658,470 1,658,470 General Services Revenue 100,000 100,000 100,000 100,000 Administrative Services Revenue 675,000 675,000 675,000 675,000 BORROWING - GENERAL SOURCES: Lease Purchase - General Fund 789,330 800,330 706,434 706,434 BORROWING - SELF SUPPORTING FUNDS: Lease Purchase - Water & Sewer 806,000 806,000 806,000 806,000 BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 6,327,500 6,327,500 6,327,500 6,327,500 Lease Purchase - General Services 65,000 65,000 65,000 65,000 Lease Purchase - Administrative Services 390,000 390,000 390,000 590,000 200,000 Lease Purchase - Gas - - (163,428) (163,428) TOTAL ALL FUNDING SOURCES:96,793,130 102,604,639 102,979,784 104,048,751 1,068,967 Ordinance # 9326-19 Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal Memorandum TO: Mayor and City Council FROM: Bill Horne, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager Department Directors SUBJECT: Third quarter budget review - amended City Manager's annual budget report DATE: September 3, 2019 Attached is the third quarter budget review in accordance with the City Code of Ordinances. The report is based on nine months of activity (October 2018 through June 2019) in this fiscal year. The report comments on major variances, as well as documents all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $952,766. The General Fund expenditure increase at third quarter includes the following amendments: an increase of $56,820 in the City Manager’s Office for salaries of the new positions that were added in the current year; an increase of $62,000 to CRA Administration for increased salary costs which is offset by increased transfer- in revenues from the CRA; an increase of $30,000 in the Planning and Development department for construction inspection services offset by increased building permit revenue; a net increase of $155,415 to Police and Fire supplemental pension to bring the budget in line with actual revenues and expenditures; an increase of $2,246 in the Police Department for the third quarter safety award which is offset by revenues from the Central Insurance Fund; an increase of $296,285 in transfers to the CRA to recognize increased TIF revenues; and an increase in transfers to the capital fund of $100,000 for Sustainability Initiatives, $100,000 for Belmont Park Revitalization, and $150,000 for Environmental Assessment and Clean-up. In addition, various revenues are amended at third quarter to bring the budget in line with anticipated receipts for the year. Adjusted for expenditure increases noted above, this results in a net surplus of $3,064,035 to General Fund revenues at third quarter. This surplus offset the use of General Fund reserves allocated this year returning an estimated $1.7 million to fund reserves. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal With the closing of the year-end 2018 books, and the adjustment to reserves noted above, estimated General Fund reserves at third quarter are approximately $28.8 million, or 19.0% of the preliminary fiscal year 2019/20 General Fund budget, exceeding our minimum reserve requirement by $15.9 million. Significant amendments to other city operating funds are noted as follows. Gas Fund Third quarter amendments to Gas Fund expenditures reflect a net decrease of $262,953. Significant amendments include a decrease totaling $297,870 to various operating expenditures primarily inventory/fuel for resale; a decrease of $29,533 to interfund transfers; an increase of $50,000 to interest expense, and an increase of $13,000 to overtime. Marine Fund Third quarter amendments to Marine Fund expenditures reflect an increase of $23,810 to taxes which are offset by revenue amendments recognizing reimbursements from marina tenants. Airpark Fund Airpark Fund expenditures are increased by $15,000 at third quarter representing a transfer to the Airpark FDOT Security Grant project to provide the City’s matching funds as previously approved by Council. Parking Fund Third quarter amendments to Parking Fund expenditures reflect a net increase of $71,990 to fund increased personnel costs and vehicle purchases due to personnel changes. Budgeted operating revenues in the Parking Fund more than cover this expenditure increase. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $918,967. Amendments previously approved by Council include an increase of $200,000 in lease purchase proceed revenues in the Network Infrastructure and Server R&R project; $60,000 in grant revenue from FDOT and $15,000 in Airpark Fund revenues in the Clearwater Airpark FDOT Security Grant project; and an increase of $53,815 in General Fund revenue in the Moccasin Lake Master Plan project. Project activity not previously approved by the Council is summarized on page 20. Significant amendments include increases of $300,000 of General Fund revenue and $100,000 of Special Program Fund revenue in the Police Information Systems project; $150,000 of General Fund revenues in the Environmental Assessment and Clean-up project, $130,000 of General Fund revenues in the Belmont Park Revitalization project; $100,000 of General Fund revenues in the Sustainability Initiatives project; and a budget decrease of $56,000 in other governmental revenues in the Facilities Upgrade and Improvements project. Third quarter Budget Review Fiscal Year 2018-19 City Manager's Transmittal Special Program Fund The Special Program Fund reflects a net budget increase of $590,190 at third quarter. Significant amendments include the recognition of $49,915 in governmental revenues supporting Police programs for federal forfeiture sharing and school resource officers; $20,523 in donation revenues to support Police programs; $4,600 in receipts from foreclosure registry fees collected; $159,539 in revenues received for special events; $129,403 in fines and court proceeds for public safety programs and the tree replacement program; and $226,210 in contractual service revenue for Police Extra Duty. CITY OF CLEARWATER THIRD QUARTER SUMMARY 2018/19 FY 18/19 Third Variance % Adopted Quarter Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 148,139,000 150,891,885 126,131,791 24,760,094 84%952,766 151,844,651 Expenditures 148,139,000 150,891,885 112,859,317 38,032,568 75%952,766 151,844,651 Utility Funds: Water & Sewer Fund Revenues 103,723,090 103,724,266 66,867,715 36,856,551 64%- 103,724,266 Expenditures 103,723,090 103,724,266 88,309,614 15,414,652 85%- 103,724,266 Stormwater Fund Revenues 18,854,780 18,855,092 15,534,378 3,320,714 82%- 18,855,092 Expenditures 18,854,780 18,855,092 15,801,906 3,053,186 84%- 18,855,092 Gas Fund Revenues 47,617,850 49,581,397 36,990,593 12,590,804 75%(150,000) 49,431,397 Expenditures 44,708,470 46,672,017 33,735,936 12,936,081 72%(262,953) 46,409,064 Solid Waste and Recycling Fund Revenues 26,743,600 26,743,600 20,842,612 5,900,988 78%- 26,743,600 Expenditures 26,273,760 26,273,760 17,298,367 8,975,393 66%- 26,273,760 Enterprise Funds: Marine Fund Revenues 4,675,460 5,035,460 4,030,720 1,004,740 80%33,810 5,069,270 Expenditures 4,395,110 5,015,110 3,610,645 1,404,465 72%23,810 5,038,920 Airpark Fund Revenues 325,600 325,600 255,411 70,189 78%15,000 340,600 Expenditures 304,940 304,940 213,352 91,588 70%15,000 319,940 Clearwater Harbor Marina Fund Revenues 815,200 815,200 676,762 138,438 83%- 815,200 Expenditures 815,110 815,110 580,276 234,834 71%- 815,110 Parking Fund Revenues 6,935,540 6,935,707 5,358,338 1,577,369 77%- 6,935,707 Expenditures 5,395,890 5,492,451 4,253,375 1,239,076 77%71,990 5,564,441 Internal Service Funds: General Services Fund Revenues 5,561,310 5,561,516 4,445,854 1,115,662 80%- 5,561,516 Expenditures 5,561,310 5,561,516 4,082,563 1,478,953 73%- 5,561,516 Administrative Services Revenues 12,387,530 12,387,734 9,332,715 3,055,019 75%- 12,387,734 Expenditures 12,223,350 12,223,554 8,590,364 3,633,190 70%- 12,223,554 Garage Fund Revenues 20,176,620 20,566,842 13,038,493 7,528,349 63%- 20,566,842 Expenditures 20,176,620 20,566,842 13,554,008 7,012,834 66%- 20,566,842 Central Insurance Fund Revenues 27,172,480 27,172,480 20,106,835 7,065,645 74%- 27,172,480 Expenditures 27,151,320 27,151,320 16,786,610 10,364,710 62%- 27,151,320 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2018-19 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 8 Other Enterprise Funds Operating Budgets ................................................................................. 12 Internal Service Funds Operating Budgets ................................................................................... 16 Capital Improvement Program Budget ........................................................................................ 20 Special Program Fund Budget ....................................................................................................... 30 Special Development Fund ........................................................................................................... 34 Administrative Change Orders ...................................................................................................... 37 Ordinances ..................................................................................................................................... 39 The amended 2018/19 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2018 through June 30, 2019. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2019. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget The budget as adopted by the City Council on September 20, 2018. Variance YTD Actual vs. Adopted Budget Difference between adopted budget and year to date actual. % YTD vs. Budget Percentage of adopted budget expended, year to date. Proposed Amendments Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on third quarter review. Amended Budget Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2018/19 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget The budget as of October 1, 2018, which includes project budgets from prior years, which have not been completed. Amendment Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed as a result of the third quarter review. Revised Budget Adding columns one and two. Encumbrance Outstanding contract or purchase order commitment. Available Balance Difference between revised budget and expenditure plus encumbrance. Status C - project is completed Amend Ref Reference number for description of amendment. Increase/ (Decrease)Description Ad Valorem Taxes 132,140 At third quarter,approximately all property tax revenues have been received.The budget is increased by $132,140 to reflect actual collections for the year. 700,000 At third quarter,utility taxes for electricity is being increased by $500,000 and water by $200,000 to bring the budget inline with anticipated revenues for the year. (150,000) At third quarter,telecommunications taxes is being reduced by $150,000 to bring the budget in line with actual activity. Franchise Fees 400,000 Amendments to Franchise fee revenues reflect an increase of $400,000 in Duke Energy fees.This will bring the budget in line with anticipated receipts for the year. Other Permits and Fees 525,000 Other permits and fee revenues reflect an increase of $500,000 to building/sign permit revenues,and an increase of $25,000 to forfeited permit fees. Intergovernmental 155,415 Third quarter amendments to other governmental revenue reflect a net increase of $155,415 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments. Charges for Service 260,000 Amendments to charges for service reflect a decrease of $90,000 to Parks and Recreation instructor commissions,and an increase of $350,000 to concession souvenirs revenue at Pier 60, to better reflect anticipated revenues for the year. 405,000 Amendments to fines and forfeiture revenues reflect an increase of $130,000 to court fines,and $275,000 to red light camera fines.This will bring the budget in line with actual receipts for the year. Judgments, Fines & Forfeitures City of Clearwater General Fund Revenues Third Quarter Amendments FY 2018/19 Utility Taxes Local Option, Fuel & Other Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2018/19 Miscellaneous 850,000 At third quarter,miscellaneous revenues reflect a net increase of $850,000.Amendments include an increase of $300,000 to interest earnings;$450,000 to beach rental revenues;and $100,000 to other general revenues. 739,246 At third quarter,transfer in revenues reflect a net increase of $739,246.Amendments include:1)an increase of $2,246 to recognize safety award funding from the Central Insurance Fund;2)the return of $30,000 from special program 181- 99744,Economic Development Incentives representing unused funds;3)an increase of $62,000 from the CRA to fund increased salaries for the year;and 4)an increase of $645,000 in the annual Gas dividend. (3,064,035) Third quarter amendments reflect a net surplus of $3,064,035. The use of general fund reserves is reduced by this surplus which represents the net of revenue increases and decreases noted above and expenditure increases. (3,064,035) 952,766 Transfers In Transfer (to) from Surplus Net Transfer (to) from Retained Earnings Net General Fund Revenue Amendment 4 Increase/ (Decrease)Description 56,820 At third quarter,amendments to the City Manager budget reflects an increase of $56,820 for increased salaries related to new positions.Amendments also include the increase of 2.5 FTE's recognizing the transfer of FTE's from the Central Insurance Fund,Special Program Fund and Parks and Recreation. 62,000 At third quarter,the CRA Administration budget reflects an increase in salaries of $62,000 due to staffing reorganization. Amendments to offsetting revenues are recognized from the CRA. (105,564) Amendments to Fire Department reflect a net decrease of $105,564 to Fire supplemental pension plans,which is offset by an amendments decreasing supplemental pension revenue. - Third Quarter amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $53,815 in operating savings to capital project 315-93648, Moccasin Lake Park. 30,000 Amendments reflect an increase of $30,000 for construction inspection services,offset by increases building/permit revenues;and a net zero amendment transferring $30,000 of savings in neighborhood programs to capital project M1915, Belmont Park Revitalization. 263,225 Amendments to the Police Department reflect a net increase of $263,225.Amendments include:1)an increase of $2,246 to employee recognition for receipt of the quarterly safety award;2)an increase of $260,979 to the Police supplemental pension plans which is offset by an amendment increasing supplemental pension revenue;and 3)a net zero amendment transferring $300,000 to capital project P1902,Police Information Systems,offset by savings in salaries and garage charges. Police Fire Parks & Recreation Planning & Development City Manager CRA Administration City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2018/19 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2018/19 Non-Departmental Amendments reflect the following transfers: 296,285 1)An increase of $296,285 in transfers to the CRA to recognize the increase in the City's portion of TIF for fiscal year 2019. 100,000 2) A transfer of $100,000 of General Fund revenues to capital project M1914,Sustainability Initiatives to provide funding for an update and implementation of various initiatives of the Green Print plan. 100,000 3) A transfer of $100,000 of General Fund revenues to capital project M1915,Belmont Park Revitalization,to provide funding for enhancements to the park as part of outreach to the Lake Belleview community. 150,000 4) A transfer of $150,000 of General Fund revenues to capital project ENGF180011,Environmental Assessment &Clean-up, to provide funding for an environmental analysis. 646,285 952,766 Net General Fund Expenditure Amendment 6 2018/19 Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 60,858,200 60,968,793 (110,593) 100%132,140 60,990,340 Utility Taxes 15,188,200 10,558,905 4,629,295 70%700,000 15,888,200 Local Option, Fuel and Other Taxes 6,649,400 4,511,327 2,138,073 68%(150,000) 6,499,400 Franchise Fees 9,748,000 6,517,738 3,230,262 67%400,000 10,148,000 Other Permits & Fees 2,313,500 2,294,301 19,199 99%525,000 2,838,500 Intergovernmental 23,285,629 14,873,915 8,411,714 64%155,415 23,441,044 Charges for Services 15,290,960 11,541,382 3,749,578 75%260,000 15,550,960 Judgments, Fines and Forfeitures 1,184,000 1,315,586 (131,586) 111%405,000 1,589,000 Miscellaneous Revenues 3,918,979 4,446,825 (527,846) 113%850,000 4,768,979 Transfers In 11,101,316 9,103,019 1,998,297 82%739,246 11,840,562 Total Revenues 149,538,184 126,131,791 23,406,393 84%4,016,801 153,554,985 Transfer (to) from Surplus 1,353,701 - 1,353,701 0%(3,064,035) (1,710,334) Adjusted Revenues 150,891,885 126,131,791 24,760,094 84%952,766 151,844,651 General Fund Expenditures City Council 383,990 283,229 100,761 74%- 383,990 City Manager's Office 1,087,380 838,994 248,386 77%56,820 1,144,200 City Attorney's Office 1,746,160 1,205,660 540,500 69%- 1,746,160 City Auditor's Office 230,962 145,112 85,850 63%- 230,962 CRA Administration 410,057 373,636 36,421 91%62,000 472,057 Economic Development and Housing 1,921,310 1,384,880 536,430 72%- 1,921,310 Engineering 7,991,796 5,688,746 2,303,050 71%- 7,991,796 Finance 2,585,047 1,835,437 749,610 71%- 2,585,047 Fire 28,449,354 20,217,688 8,231,667 71%(105,564) 28,343,790 Human Resources 1,521,386 1,087,974 433,412 72%- 1,521,386 Library 7,439,790 5,638,234 1,801,556 76%- 7,439,790 Non-Departmental 15,198,025 13,055,035 2,142,990 86%646,285 15,844,310 Official Records and Legislative Svcs 1,123,818 774,394 349,424 69%- 1,123,818 Parks & Recreation 29,846,400 22,680,322 7,166,078 76%- 29,846,400 Planning & Development 6,151,040 4,493,144 1,657,896 73%30,000 6,181,040 Police 43,338,380 32,098,219 11,240,161 74%263,225 43,601,605 Public Communications 1,170,840 828,242 342,598 71%- 1,170,840 Public Utilities 296,150 230,371 65,779 78%- 296,150 Total Expenditures 150,891,885 112,859,317 38,032,568 75%952,766 151,844,651 For Nine Month Period of October 1, 2018 - June 30, 2019 GENERAL FUND THIRD QUARTER REVIEW 7 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 87,465,240 64,770,182 22,695,058 74%- 87,465,240 Judgments, Fines and Forfeits 271,000 248,925 22,075 92%- 271,000 Miscellaneous 837,460 1,847,432 (1,009,972) 221%- 837,460 Transfers In 1,176 1,176 - 100%- 1,176 Fund Equity 15,149,390 - 15,149,390 0%- 15,149,390 Total Revenues 103,724,266 66,867,715 36,856,551 64%- 103,724,266 Water & Sewer Expenditures: Public Utilities Administration 1,636,416 1,136,495 499,921 69%- 1,636,416 Wastewater Collection 16,074,400 14,350,205 1,724,195 89%- 16,074,400 Public Utilities Maintenance 5,739,030 4,095,837 1,643,193 71%- 5,739,030 WPC / Plant Operations 33,961,510 29,845,614 4,115,896 88%- 33,961,510 WPC / Laboratory Operations 2,704,510 2,183,968 520,542 81%- 2,704,510 WPC / Industrial Pretreatment 920,550 593,088 327,462 64%- 920,550 Water Distribution 21,110,890 21,267,416 (156,526) 101%- 21,110,890 Water Supply 18,682,630 12,807,271 5,875,359 69%- 18,682,630 Reclaimed Water 2,894,330 2,029,720 864,610 70%- 2,894,330 Non-Departmental - - - ~- - Total Expenditures 103,724,266 88,309,614 15,414,652 85%- 103,724,266 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- No amendments are proposed to Water and Sewer Fund revenues at third quarter. Expenditures reflect 85%of total budget due to transfers to the capital fund which happen in the first period of the year,and the timing of debt payments. No amendments are proposed. For the Nine Month Period of October 1, 2018 to June 30, 2019 At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2018/19. UTILITY FUNDS THIRD QUARTER REVIEW 8 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 18,336,780 13,894,940 4,441,840 76%- 18,336,780 Judgments, Fines and Forfeits 70,000 59,871 10,129 86%- 70,000 Miscellaneous 448,000 1,579,255 (1,131,255) 353%- 448,000 Transfers In 312 312 - 100%- 312 Fund Equity - - - ~- - Total Revenues 18,855,092 15,534,378 3,320,714 82%- 18,855,092 Stormwater Expenditures: Stormwater Management 12,280,120 11,481,836 798,284 93%- 12,280,120 Stormwater Maintenance 6,574,972 4,320,070 2,254,902 66%- 6,574,972 Total Expenditures 18,855,092 15,801,906 3,053,186 84%- 18,855,092 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- No amendments are proposed to Stormwater Fund expenditures at third quarter. At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2018/19. No amendments are proposed to Stormwater Fund revenues at third quarter. 9 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 48,964,767 36,239,760 12,725,007 74%(150,000) 48,814,767 Judgments, Fines and Forfeits 132,000 97,370 34,630 74%- 132,000 Miscellaneous 484,630 653,462 (168,832) 135%- 484,630 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 49,581,397 36,990,593 12,590,804 75%(150,000) 49,431,397 Gas Expenditures: Administration & Supply 24,513,896 16,522,848 7,991,048 67%(607,302) 23,906,594 South Area Gas Operations 8,888,158 7,072,568 1,815,590 80%315,059 9,203,217 North Area Gas Operations 6,342,190 4,841,611 1,500,579 76%31,840 6,374,030 Marketing & Sales 6,927,773 5,298,910 1,628,863 76%(2,550) 6,925,223 Total Expenditures 46,672,017 33,735,936 12,936,081 72%(262,953) 46,409,064 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:(150,000) Gas Fund Expenditures:(262,953) At third quarter,amendments to Gas Fund revenues reflect a net decrease totaling $150,000 in charges for service revenues. At third quarter expenditure amendments reflect a net decrease of $262,953.Amendments include:1)a net increase of $13,000 in personnel for increased overtime;2)an increase of $1,450 for telephone charges;3)an increase of $50,000 for interest expense on bonded debt;4)a net decrease of $297,870 in other operating expenses primarily related to inventory/fuel purchases for resale;and 5)a decrease of $29,533 to interfund transfers. At third quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $3,022,333 for fiscal year 2018/19. 10 2018/19 Variance %2018/19 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 1,357 (357) 136%- 1,000 Charges for Service 23,659,000 17,844,093 5,814,907 75%- 23,659,000 Judgments, Fines and Forfeits 85,000 75,314 9,686 89%- 85,000 Miscellaneous 512,000 1,064,239 (552,239) 208%- 512,000 Transfers In - - - ~- - Solid Waste Revenues 24,257,000 18,985,003 5,271,997 78%- 24,257,000 Recycling Revenues: Other Permits and Fees 400 288 113 72%- 400 Intergovernmental - - - ~- - Charges for Service 2,295,000 1,772,480 522,520 77%- 2,295,000 Judgments, Fines and Forfeits 8,000 6,928 1,072 87%- 8,000 Miscellaneous 183,200 77,914 105,286 43%- 183,200 Transfers In - - - ~- - Recycling Revenues 2,486,600 1,857,609 628,991 75%- 2,486,600 - Fund Equity - - ~- - Total Revenues 26,743,600 20,842,612 5,900,988 78%- 26,743,600 Solid Waste Expenditures: Collection 18,633,870 12,317,877 6,315,993 66%- 18,633,870 Transfer 1,756,070 1,121,852 634,218 64%- 1,756,070 Container Maintenance 889,510 665,399 224,111 75%- 889,510 Administration 1,087,370 806,911 280,459 74%- 1,087,370 Solid Waste Expenditures 22,366,820 14,912,039 7,454,781 67%- 22,366,820 Recycling Expenditures: Residential 1,609,530 1,059,872 549,658 66%- 1,609,530 Multi-Family 440,920 325,306 115,614 74%- 440,920 Commercial 1,856,490 1,001,149 855,341 54%- 1,856,490 Recycling Expenditures 3,906,940 2,386,327 1,520,613 61%- 3,906,940 Total Expenditures 26,273,760 17,298,367 8,975,393 66%- 26,273,760 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $469,840 for fiscal year 2018/19. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. 11 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental 4,500 2,361 2,139 52%- 4,500 Charges for Service 4,931,960 3,916,574 1,015,386 79%23,810 4,955,770 Judgments, Fines and Forfeits 3,000 1,630 1,370 54%- 3,000 Miscellaneous Revenue 96,000 100,155 (4,155) 104%- 96,000 Transfers In - 10,000 (10,000) ~10,000 10,000 Fund Equity - - - ~- - Total Revenues 5,035,460 4,030,720 1,004,740 80%33,810 5,069,270 Marine Expenditures: Marina Operations 4,977,540 3,593,785 1,383,755 72%23,810 5,001,350 Seminole Street Boat Ramp 37,570 16,860 20,710 45%- 37,570 Total Expenditures 5,015,110 3,610,645 1,404,465 72%23,810 5,038,920 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:33,810 Marine Fund Expenditures:23,810 At third quarter,amendments reflect an increase of $23,810 to slip rentals recognizing the the tenants portion of property tax costs;and an increase of $10,000 from the special program fund to reimburse for slips 149 and 150 taken out of service for the beach ferry landing. Expenditure amendments reflect an increase of $23,810 for property taxes which is offset by revenues representing reimbursements from marina tenants. For The Nine Month Period of October 1, 2018 - June 30, 2019 At third quarter, anticipated revenues of the Marine Fund exceed anticipated expenditures by $30,350 for fiscal year 2018/19. ENTERPRISE FUNDS THIRD QUARTER REVIEW 12 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 795,000 636,705 158,295 80%- 795,000 Judgments, Fines and Forfeits 800 380 420 48%- 800 Miscellaneous Revenue 19,400 39,677 (20,277) 205%- 19,400 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 815,200 676,762 138,438 83%- 815,200 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 815,110 580,276 234,834 71%- 815,110 Total Expenditures 815,110 580,276 234,834 71%- 815,110 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $90 for fiscal year 2018/19. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. 13 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 20,000 12,378 7,622 62%- 20,000 Miscellaneous Revenue 305,600 243,032 62,568 80%- 305,600 Transfers In - - - ~- - Fund Equity - - - ~15,000 15,000 Total Revenues 325,600 255,411 70,189 78%15,000 340,600 Airpark Expenditures:- Airpark Operations 304,940 213,352 91,588 70%15,000 319,940 Total Expenditures 304,940 213,352 91,588 70%15,000 319,940 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:15,000 Airpark Fund Expenditures:15,000 At third quarter,an appropriation of $15,000 from Airpark Fund Reserves is recognized to fund the supplemental Joint Participation Agreement between the City of Clearwater and FDOT as approved by the Council on June 20, 2019. Third quarter expenditure amendments include a transfer of $15,000 to capital improvement project G1908,Clearwater Airpark FDOT Security Grant.This provides the City's matching funds for the grant agreement,as approved by Council on June 20,2019.Offsetting revenues are recognized from Airpark Fund reserves. At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $20,660 for fiscal year 2018/19. 14 2018/19 Third Qtr.Variance %2018/19 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For The Nine Month Period of October 1, 2018 - June 30, 2019 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 6,083,090 4,421,757 1,661,333 73%- 6,083,090 Judgments, Fines and Forfeits 650,450 663,547 (13,097) 102%- 650,450 Miscellaneous Revenue 202,000 272,867 (70,867) 135%- 202,000 Transfers In 167 167 - 100%- 167 Fund Equity - - - ~- - Total Revenues 6,935,707 5,358,338 1,577,369 77%- 6,935,707 PARKING FUND EXPENDITURES Engineering/Parking System 3,905,845 2,981,190 924,655 76%- 3,905,845 Engineering/Parking Enforcement 650,496 550,647 99,849 85%71,990 722,486 Parks & Rec/Beach Guards 936,110 721,537 214,573 77%- 936,110 Total Expenditures 5,492,451 4,253,375 1,239,076 77%71,990 5,564,441 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:- Parking Fund Expenditures:71,990 Third quarter amendments to Parking Fund expenditures reflect a net increase of $71,990.Amendments include an increase of $32,000 to personnel costs,and an increase of $39,990 for additional vehicles due to personnel changes between Parking operating cost centers. At third quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $1,371,266 for fiscal year 2018/19. No amendments are proposed to Parking Fund revenues at third quarter. 15 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 5,522,310 4,265,355 1,256,955 77%- 5,522,310 Miscellaneous Revenues 39,000 180,293 (141,293) 462%- 39,000 Transfers In 206 206 - 100%- 206 Fund Equity - - - ~- - Total Revenues 5,561,516 4,445,854 1,115,662 80%- 5,561,516 General Services Expenditures: Administration 403,498 299,770 103,728 74%- 403,498 Building & Maintenance 5,158,018 3,782,793 1,375,225 73%- 5,158,018 Total Expenditures 5,561,516 4,082,563 1,478,953 73%- 5,561,516 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2018 to June 30, 2019 At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2018/19. INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 16 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 12,238,530 9,163,409 3,075,121 75%- 12,238,530 Miscellaneous Revenues 149,000 169,102 (20,102) 113%- 149,000 Transfers In 204 204 - 100%- 204 Fund Equity - - - ~- - Total Revenues 12,387,734 9,332,715 3,055,019 75%- 12,387,734 Administrative Services Expenditures: Info Tech / Admin 396,794 307,245 89,549 77%- 396,794 Info Tech / Network Svcs 3,983,750 2,563,082 1,420,668 64%- 3,983,750 Info Tech / Software Applications 2,996,710 2,511,056 485,654 84%- 2,996,710 Info Tech / Telecommunications 840,730 564,791 275,939 67%- 840,730 Public Comm / Courier 191,310 101,452 89,858 53%- 191,310 Clearwater Customer Service 3,814,260 2,542,740 1,271,520 67%- 3,814,260 Total Expenditures 12,223,554 8,590,364 3,633,190 70%- 12,223,554 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund expenditures at third quarter. At third quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $164,180 for fiscal year 2018/19. No amendments are proposed to Administrative Services Fund revenues at third quarter. 17 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 18,397,890 12,378,444 6,019,446 67%- 18,397,890 Miscellaneous Revenues 733,000 659,827 73,173 90%- 733,000 Transfers In 222 222 - 100%- 222 Fund Equity 1,435,730 - 1,435,730 0%- 1,435,730 Total Revenues 20,566,842 13,038,493 7,528,349 63%- 20,566,842 Garage Fund Expenditures: Fleet Maintenance 17,740,210 11,082,193 6,658,017 62%- 17,740,210 Radio Communications 2,826,632 2,471,815 354,817 87%- 2,826,632 Total Expenditures 20,566,842 13,554,008 7,012,834 66%- 20,566,842 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. At third quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2018/19. 18 2018/19 Variance %2018/19 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2018 to June 30, 2019 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 26,645,480 19,126,985 7,518,495 72%- 26,645,480 Miscellaneous Revenues 527,000 979,851 (452,851) 186%- 527,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 27,172,480 20,106,835 7,065,645 74%- 27,172,480 Central Insurance Expenditures: Finance / Risk Management 499,900 281,208 218,692 56%- 499,900 HR / Employee Benefits 399,550 270,328 129,222 68%- 399,550 HR / Employee Health Clinic 1,752,040 1,088,286 663,754 62%- 1,752,040 Non-Departmental 24,499,830 15,146,788 9,353,042 62%- 24,499,830 Total Expenditures 27,151,320 16,786,610 10,364,710 62%- 27,151,320 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- No amendments are proposed to Central Insurance Fund expenditures at third quarter.Expenditures reflect only 62%of total budget due to lower than anticipated insurance claims to date. At third quarter, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $21,160 for fiscal year 2018/19. No amendments are proposed to Central Insurance Fund revenues at third quarter. 19 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2018/19 20 The amended 2018/19 Capital Improvement Program budget report is submitted for the City Council's Third Quarter review. The net proposed amendment is a budget increase in the amount of $1,068,967. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity: ➢ Police Information Systems - To establish the project and record a budget increase of $300,000 of General Fund revenue, and $100,000 of Special Program Fund revenue. ➢ Environmental Assessment & Clean-up - To record a budget increase in the amount of $150,000 of General Fund revenue. ➢ Belmont Park Revitalization - To establish the project and record a budget increase of $130,000 of General Fund revenue ➢ Sustainability Initiatives - To establish the project and record a budget increase of $100,000 of General Fund revenue. ➢ Facilities Upgrade & Improvement - To record a budget decrease of $56,000 of other governmental revenue. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval Network Infrastructure and Server R&R 200,000 07/18/19 Clearwater Airpark FDOT Security Grant 75,000 06/20/19 Moccasin Lake Park Master Plan 53,815 09/19/19 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Police Information Systems - NEW PROJECT 1 315-P1902 400,000 To establish the project and record a budget increase of $300,000.00 of General Fund revenue,and $100,000.00 of Special Program Fund revenue.This will provide funding for the purchase and upgrade of Police Department maintained technology systems.400,000 Morningside Recreation Center Replacement 2 315-93251 24,000 To record a budget transfer of $24,000.00 of infrastructure sales tax (Penny for Pinellas)revenue from project 315-93665, Youth Sports Field Renovations.24,000 Parking Lot/Bicycle Path Resurfacing & Improvements 3 315-93286 (126,888) To record a budget transfer of $126,888.00 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City Council on September 19, 2019.(126,888) Playground & Fitness Equipment Purchase & Replacement 4 315-93637 (43,480) To record a budget transfer of $43,480.00 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City Council on September 19, 2019.(43,480) Moccasin Lake Park Master Plan 5 315-93648 53,815 170,368 To record a net budget increase of $224,183.00 in General Fund revenue.Amendments reflect a transfer of $126,888.00 from project 315-93286,Parking Lot/Bicycle Path Resurfacing and Improvements;$43,480.00 from project 315-93637,Playground &Fitness Equipment Purchase and Replacement;and $53,815.00 from Parks and Recreation operating,as approved by the City Council on September 19, 2019.224,183 Youth Sports Field Renovations 6 315-93665 (24,000) To record a budget transfer of $24,000.00 of infrastructure sales tax (Penny for Pinellas)revenue to project 315-93251,Morningside Recreation Center Replacement.(24,000) CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 21 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 Clearwater Airpark FDOT Security Grant - NEW PROJECT 7 302-G1908 60,000 * To establish the project and record a budget increase of $60,000.00 in grant revenue from the Florida Department of Transportation. 15,000 To record a budget increase of $15,000.00 in Airpark Fund revenues.This was approved by the City Council on June 20, 2019.75,000 Environmental Assessment & Clean-up 8 ENGF180011 150,000 To record a budget increase of $150,000.00 of General Fund revenue.This will provide funding for an environmental analysis.150,000 Network Infrastructure and Server R&R 9 355-L1908 200,000 * To record a budget increase of $200,000.00 in lease purchase proceeds.This was approved by the City Council on July 18, 2019.200,000 Sustainability Initiatives - NEW PROJECT 10 315-M1914 100,000 To establish the project and record a budget increase of $100,000.00 in General Fund revenue.The funding provided will update and implement various initiatives of the Green Print plan. 100,000 Belmont Park Revitalization - NEW PROJECT 11 315-M1915 130,000 To establish the project and record a budget increase of $130,000.00 in General Fund revenue to provide funding for enhancements to the park as part of outreach to the Lake Belleview community.130,000 Stormwater System Improvements 12 ENST180001 119,303 To record a budget transfer of $119,303.05 in stormwater revenue from project ENST180007,Street Sweeping Facility.119,303 Street Sweeping Facility - CLOSE PROJECT 13 ENST180007 (119,303) To record a budget transfer of $119,303.05 in stormwater revenue to project ENST180001,Stormwater System Improvements. This project is complete and will be closed.(119,303) East Gateway Improvements 14 ENST180009 16,152 * To record a budget increase of $16,152.00 in insurance proceeds for Waverly Towers.16,152 22 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third QTR Amendments FY 2018/19 Northeast Plant R&R 15 327-M1906 19,313 To record a budget transfer of $19,313.12 in utility R&R revenue from project 327-96654,Facilities Upgrade & Improvement.19,313 Sanitary Sewer Extensions 16 321-96630 149,742 To record a budget transfer of $149,742.41 in sewer revenue from project 321-96665, Sanitary Sewer R&R.149,742 Facilities Upgrade & Improvement 17 321-96654 (56,000) * To record a budget decrease of $56,000.00 in other governmental revenue. 327-96654 (19,313) To record a budget transfer of $19,313.12 in utility R&R revenue to project 327-M1906, Northeast Plant R&R.(75,313) Sanitary Sewer R&R 18 321-96665 (149,742) To record a budget transfer of $149,742.41 in sewer revenue to project 321-96630, Sanitary Sewer Extensions.(149,742) 1,068,967 - 1,068,967 TOTAL BUDGET INCREASE /(DECREASE) 23 * indicates budget amendment only CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Police Protection 91150 Range Improvements 2,845,426 2,843,395 2,843,395 2,843,395 - 0 C P1802 Police Equipment Replacement 349,698 349,698 349,698 88,400 258,761 2,537 P1803 Command Bus Refurbishment 200,000 200,000 200,000 - - 200,000 P1901 Lift Station - PD Sub-Station 300,000 300,000 300,000 - - 300,000 P1902 Police Information Systems 0 0 400,000 400,000 - - 400,000 1 PD00180001 Police District 3 Sub Station 200,000 200,000 200,000 41,890 13,553 144,557 3,895,124 3,893,093 400,000 4,293,093 2,973,685 272,314 1,047,094 Fire Protection 91218 Fire Engine Replacement 2,813,786 2,824,786 2,824,786 2,824,786 - 0 91221 EMS Capital Equipment 1,165,710 1,165,710 1,165,710 1,031,480 - 134,230 91229 Replace & Upgrade Airpacks 1,928,350 1,928,350 1,928,350 1,708,591 - 219,759 91236 Rescue Vehicle 200,000 200,000 200,000 200,000 - 0 91244 Aerial Truck 1,300,000 1,300,000 1,300,000 1,294,584 - 5,416 91257 AED Program 215,810 215,810 215,810 138,700 - 77,110 91259 Radio Replacements 1,519,640 1,519,640 1,519,640 1,519,353 - 287 91260 Thermal Imaging Cameras 219,050 219,050 219,050 115,711 - 103,339 91261 Personal Protection Equipment 1,896,110 1,896,110 1,896,110 1,718,753 - 177,357 91262 SCBA Upgrade - Fill Station 125,000 125,000 125,000 82,366 - 42,634 91263 Extrication Tools 112,000 112,000 112,000 79,043 9,200 23,758 91264 Fire Hose Replacement 405,540 405,540 405,540 301,045 - 104,495 91268 Countryside Fire Station 3,932,566 3,708,953 3,708,953 3,708,953 - 0 C 91269 Clearwater Beach Fire Station 6,372,693 0 0 - - 0 C 91271 Fire Boat 900,000 900,000 900,000 619,808 - 280,192 91272 Old Fire Station 45 Demolition 100,000 100,000 100,000 24,247 - 75,753 91273 Lakeview Fire Station 4,198,460 0 0 - - 0 C FD00190001 Fire Station 46 - Beach 0 6,372,693 6,372,693 1,698 - 6,370,995 FD00190002 Fire Station 47 Replacement 0 4,839,441 4,839,441 - - 4,839,441 G1803 Video Teleconferencing Equipment 373,982 343,557 343,557 - - 343,557 Sub-Total 27,778,697 28,176,640 0 28,176,640 15,369,119 9,200 12,798,321 Major Street & Sidewalk Maintenance ENRD180001 Druid Road Trail 3,483,646 3,483,646 3,483,646 2,883,659 527,938 72,049 ENRD180002 Bridge Maintenance & Improvements 6,872,527 6,872,527 6,872,527 47,881 36,375 6,788,271 ENRD180003 Traffic Calming 1,585,031 1,585,031 1,585,031 337,930 48,396 1,198,705 ENRD180004 Streets and Sidewalks 10,992,253 10,992,253 10,992,253 5,110,303 3,243,718 2,638,232 ENGF180001 Downtown Streetscaping 6,735,405 6,735,405 6,735,405 170,370 414,264 6,150,771 Sub-Total 29,668,862 29,668,862 0 29,668,862 8,550,142 4,270,691 16,848,028 Intersections ENRD180005 City-Wide Intersection Improvement 2,304,750 2,304,750 2,304,750 779,177 132,940 1,392,633 ENRD180006 Traffic Signal 776,311 776,311 776,311 271,097 18,184 487,030 ENRD180007 Traffic Safety Infrastructure 1,064,265 1,064,265 1,064,265 230,364 125,964 707,937 Sub-Total 4,145,326 4,145,326 0 4,145,326 1,280,637 277,088 2,587,600 Parking ENPK180001 Parking Lot Resurfacing 908,476 908,476 908,476 31,609 - 876,867 ENPK180002 Parking Lot Improvement 1,028,802 1,028,802 1,028,802 27,050 81,553 920,199 ENPK180003 Parking Facilities 1,007,348 1,007,348 1,007,348 120,326 43,277 843,745 Sub-Total 2,944,626 2,944,626 0 2,944,626 178,985 124,830 2,640,811 Miscellaneous Engineering ENGF180002 Downtown Intermodal 924,756 924,756 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 239,146 239,146 239,146 18,732 - 220,415 92842 U.S. 19 Wayfinding Project 1,450,000 1,450,000 1,450,000 215,459 3,760 1,230,781 ENGF180004 Survey Equipment Replacement 14,288 14,288 14,288 - - 14,288 92845 Clearwater Beach Transit Center 260,074 260,074 260,074 260,074 - 0 C Sub-Total 2,888,264 2,888,264 0 2,888,264 494,264 3,760 2,390,240 Land Acquisition 93133 Park Land Acquisition 1,331,351 1,331,351 1,331,351 1,331,119 - 232 Sub-Total 1,331,351 1,331,351 0 1,331,351 1,331,119 0 232 24 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Park Development 93203 Carpenter Field-Infras Rep/Improve 572,817 572,817 572,817 518,322 - 54,495 93205 Brighthouse Field Infrastructure Imp 3,182,272 3,182,272 3,182,272 2,867,512 95,145 219,615 93247 Fitness Equipment Replacement 425,000 425,000 425,000 350,507 72,801 1,692 93251 Morningside Rec Ctr Replacement 7,165,000 7,165,000 24,000 7,189,000 6,946,097 242,638 265 2 93263 Public Art Maintenance 1,498 1,498 1,498 1,173 - 325 93271 Swimming Pool R&R 1,111,876 1,111,876 1,111,876 945,765 14,856 151,255 93272 Bicycle Paths-Bridges 5,858,833 5,858,833 5,858,833 3,707,940 44,810 2,106,083 93278 Long Center Infra Repairs 2,058,283 2,058,283 2,058,283 1,737,023 5,507 315,753 93286 Parking Lot/Bike Path Rsr/Imprv 853,506 853,506 (126,888)726,618 644,183 12,296 70,138 3 93602 Sp Events Equip Rep & Rplcmnt 330,000 330,000 330,000 297,214 - 32,786 93604 Brdwlks & Docks Rep & Rplcmnt 545,000 545,000 545,000 518,965 900 25,135 93608 Miscellaneous Minor Public Art 295,543 296,667 296,667 296,666 - 0 C A1901 Miscellaneous Minor Public Art 0 112,785 112,785 - 3,000 109,785 93612 McMullen Tennis Complex 800,000 878,103 878,103 851,465 446 26,191 93618 Miscellaneous Park & Rec Contract 285,000 285,000 285,000 271,403 2,942 10,655 93620 Sports Field Lighting 415,000 415,000 415,000 111,817 69,514 233,668 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 224,726 3,828 - 220,898 93633 Pier 60 Park & Bchwlk Repair and Improv 939,377 939,377 939,377 784,648 2,172 152,557 93634 Concrete Sidewalk & Pad Repair 308,176 308,176 308,176 254,466 - 53,710 93635 Park Amenity Purch & Rplcmnt 822,800 822,800 822,800 645,846 6,000 170,954 93636 Tennis Court Resurfacing 705,310 705,310 705,310 344,444 5,725 355,141 93637 Playground & Fitness Purch & Rplc 862,079 862,079 (43,480)818,599 639,785 36,373 142,441 4 93638 Fencing Replacement Program 659,664 659,664 659,664 635,307 - 24,357 93639 Marina Dist Boardwalk & Entry Node 831,510 751,930 751,930 751,930 - (0)C 93642 Phillip-Jones Restroom/Concession 507,944 507,944 507,944 157,984 10,558 339,402 93646 Rest Rm Expan-Barefoot Bch House 401,000 480,580 480,580 287,537 5,750 187,293 93648 Moccasin Lake Park Master Plan 958,249 958,249 224,183 1,182,432 938,363 1,683 242,386 5 93650 Crest Lake Park Improvement 7,500,000 7,500,000 7,500,000 1,080,645 488,340 5,931,015 93652 Countryside Plex Restroom/Concession 2,950,000 4,099,500 4,099,500 778,633 2,130,793 1,190,074 93653 Countryside Community Park Reno 100,000 25,218 25,218 25,218 - 0 C 93654 Recreation Centers Infrastructure Repairs 400,000 400,000 400,000 94,057 78,659 227,284 93655 J.D. Sports Complex Multipurpose Fields 1,845,924 1,778,503 1,778,503 1,778,503 - 0 C 93661 Frank Tack Parking Lot 399,500 0 0 - - 0 93665 Youth Sports Field Renovations 70,297 70,297 (24,000)46,297 - 4,203 42,094 6 93666 Woodgate Park Renovations 450,000 0 0 - - 0 C 93667 Del Oro Park Renovations 450,000 450,000 450,000 - - 450,000 93668 Showmaster Portable Stage 200,000 200,000 200,000 142,743 - 57,257 93669 North East Coachman Park Renovations 300,000 0 0 - - 0 C 93670 Articulating Boom Lift 62,000 51,450 51,450 51,450 - 0 C 93672 Clearwater Beach Infrast Repairs & Improve 300,000 338,060 338,060 294,333 - 43,728 93673 Jack Russell Stadium Improvements 989,066 989,066 989,066 954,538 33,648 880 C1902 Long Center Parking Improvements 550,000 550,000 550,000 - - 550,000 C1903 Phillies Entrance Sign 150,000 150,000 150,000 - - 150,000 C1904 Ruth Eckerd Hall 2,500,000 8,000,000 8,000,000 6,500,000 - 1,500,000 L1901 P&R Vehicle and Equipment Additions 146,110 146,110 146,110 145,517 0 593 M1901 Countryside Sports Complex Renovation 50,000 50,000 50,000 - - 50,000 PRAF180001 Eddie C. Moore Softball Complex Reno 790,000 790,000 790,000 754,095 33,521 2,384 Sub-Total 51,323,360 56,900,678 53,815 56,954,493 38,109,921 3,402,283 15,442,290 Marine Facilities 93403 Beach Guard Facility Maintenance 348,292 348,292 348,292 348,292 - 0 C ENGF190002 Beach Guard Tower 0 108,239 108,239 190 - 108,049 93410 Clwr Harbor Marina Maintenance 220,000 220,000 220,000 183,642 5,500 30,858 ENGF180006 City-wide Docks and Seawall 1,786,739 1,786,739 1,786,739 963,639 56,281 766,819 93415 Waterway Maintenance 410,000 410,000 410,000 283,048 44,340 82,612 93418 Utilities Services Replacement 377,714 377,714 377,714 170,456 - 207,258 93419 Dock Replacement & Repair 166,727 111,607 111,607 111,606 - 0 C 93420 Fuel System R & R 122,752 122,752 122,752 98,390 - 24,362 25 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Marine Facilities - continued 93421 Marine Facilities Dredging & Maint 158,715 73,865 73,865 73,385 - 480 C 93422 Dredging of City Waterways 946,204 946,204 946,204 483,487 - 462,717 ENGF180014 Seminole Boat Launch Improvements 6,752,000 6,752,000 6,752,000 368,684 2,461,612 3,921,704 93499 Pier 60/Sailing Center Maintenance 421,952 421,952 421,952 279,989 - 141,963 C1905 Beach Marina Upgrade 300,000 300,000 300,000 - - 300,000 C1906 Clearwater Harbor Marina Repl & Upgrade 106,000 106,000 106,000 - - 106,000 M1902 Marine Facility Maintenance Dock R&R 75,000 214,970 214,970 41,203 - 173,767 Sub-Total 12,192,095 12,300,333 0 12,300,333 3,406,012 2,567,733 6,326,588 Airpark 94817 Airpark Maintenance & Repair 219,000 219,000 219,000 183,569 - 35,431 94886 Clearwater Airpark Masterplan Update 110,000 110,000 110,000 106,345 2,980 675 94894 Ground Support Equipment Upgrade 100,000 100,000 100,000 54,560 - 45,440 G1901 Replace Hangar C 1,200,000 1,200,000 1,200,000 - 1,200,000 G1908 Clearwater Airpark FDOT Security Grant 0 0 75,000 75,000 - - 75,000 7 Sub-Total 1,629,000 1,629,000 75,000 1,704,000 344,474 2,980 1,356,546 Libraries 93527 Books & Other Lib Mat - II 7,796,601 7,696,601 7,696,601 7,586,423 - 110,177 93530 Consolidated Eastside/SPC Library 6,250,000 6,250,000 6,250,000 5,295,731 - 954,269 93532 Library Maker Space Maint. & Upgrade 174,480 224,480 224,480 112,086 - 112,394 93533 Main Library Upgrade - Alt. Usage 298,850 298,850 298,850 298,850 - 0 C 93534 Library FF&E Repair & Replace 225,000 275,000 275,000 106,926 8,247 159,827 93535 Countryside Library Demolition 75,000 75,000 75,000 - - 75,000 Sub-Total 14,819,931 14,819,931 0 14,819,931 13,400,016 8,247 1,411,667 Garage 94233 Motorized Equip-Cash II 1,796,856 1,796,856 1,796,856 1,756,622 - 40,234 94238 Police Vehicles 3,301,001 3,219,686 3,219,686 2,902,027 - 317,659 94241 Motorized Equipment Replace - L/P 41,120,392 38,808,946 38,808,946 36,705,560 2,103,385 0 C 94244 Misc Vehicle Additions- Gen Serv 56,237 56,237 56,237 56,237 - 0 C 94246 Fleet Management & Mapping 320,000 710,000 710,000 - 675,000 35,000 94627 Misc Budgetary Vehicle Addition 125,799 125,799 125,799 124,950 - 849 C1901 Beach Radio Tower 852,370 852,370 852,370 - - 852,370 GSFL180001 Fleet Facility R&R 94,520 94,520 94,520 - - 94,520 GSFL180002 P25 Radio Equipment & Infrastructure 400,000 400,000 400,000 56,896 - 343,104 L1910 Motorized Equipment Replacement 0 2,111,446 2,111,446 - 2,111,446 L1911 Off Cycle Equipment Replacement 0 200,000 200,000 - - 200,000 Sub-Total 48,067,175 48,375,860 0 48,375,860 41,602,292 2,778,385 3,995,183 Maintenance of Buildings C1907 City Hall Hardening 100,000 100,000 100,000 - - 100,000 C1909 City Hall Move 0 383,085 383,085 367,727 6,775 8,583 ENGF180012 Public Works Complex 1,615,664 1,615,664 1,615,664 1,926 - 1,613,738 GSBM180001 Air Cond Replace-City Wide 704,436 704,436 704,436 273,430 3,237 427,768 GSBM180002 Flooring for Facilities 777,837 777,837 777,837 482,381 41,857 253,599 GSBM180003 Roof Repair and Replacement 1,345,409 1,345,409 1,345,409 833,635 8,228 503,546 GSBM180004 Painting of Facilities 592,923 592,923 592,923 64,692 528,231 GSBM180005 Fencing of Facilities 143,170 143,170 143,170 73,199 - 69,971 GSBM180006 Light Replacement & Repair 278,197 278,197 278,197 193,499 2,386 82,313 GSBM180007 Elevator Refurbish/Modernization 560,576 560,576 560,576 - - 560,576 GSBM180008 Building Systems 1,018,377 1,018,377 1,018,377 349,060 669,317 GSBM180009 New A/C Chiller System 2,900,000 2,900,000 2,900,000 816,279 924,928 1,158,793 GSBM180010 General Services R&R 250,000 250,000 250,000 144,866 - 105,134 GSBM180011 Generator Maintenance 450,000 450,000 450,000 - - 450,000 GSBM180012 General Facility Building Major Renovations 1,335,242 1,335,242 1,335,242 106,562 - 1,228,680 L1902 B&M Vehicle & Equipment 65,000 65,000 65,000 - - 65,000 Sub-Total 12,136,831 12,519,916 0 12,519,916 3,707,257 987,411 7,825,249 26 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Miscellaneous 94729 City-wide Connect Infra 3,717,991 3,723,089 3,723,089 3,180,879 - 542,210 94736 Geographic Information Sys 1,110,997 1,110,997 1,110,997 954,455 - 156,542 ENGF180010 Pollutant Storage Tank 359,408 359,408 359,408 21,615 3,540 334,254 ENGF180011 Environmental Assmt & Clean-up 463,636 463,636 150,000 613,636 21,211 9,691 582,734 8 94814 Network Infra & Server Upgrade 4,385,057 3,470,819 3,470,819 3,470,819 - 0 C L1908 Network Infra & Server R&R 0 843,191 200,000 1,043,191 209,554 22,579 811,058 9 M1912 Network Infra & Server Upgrade 0 71,048 71,048 8,486 2,870 59,691 94824 IT Disaster Recovery 580,000 354,604 354,604 354,604 - 0 C L1907 IT Disaster Recovery 0 165,396 165,396 - - 165,396 M1911 IT Disaster Recovery 0 60,000 60,000 - - 60,000 94827 Telecommunications Upgrade 604,000 334,953 334,953 334,953 - 0 C L1906 Telecommunications Upgrade 0 269,047 269,047 - - 269,047 94828 Financial Systems Upgrades 3,933,165 3,933,165 3,933,165 2,248,821 342,029 1,342,315 94829 CIS Upgrades / Replacement 1,047,376 1,047,376 1,047,376 428,583 - 618,793 94830 MS Licensing / Upgrades 1,025,000 1,025,000 1,025,000 842,601 16,201 166,198 94833 Computer Monitors 399,828 399,828 399,828 392,266 - 7,562 94850 Backfile Conversion of Records 500,000 500,000 500,000 187,660 - 312,340 94857 Accela Permitting & Code Enforce 250,000 250,000 250,000 90,906 - 159,094 94861 Library Technology 1,350,000 1,350,000 1,350,000 1,206,609 48,450 94,941 94873 Citywide Camera System 260,000 260,000 260,000 118,298 - 141,702 94874 City Enterprise Timekeeping System 285,000 285,000 285,000 182,082 5,620 97,298 94878 Asset Management Upgrade 31,420 26,322 26,322 26,322 - 0 C 94880 Granicus Agenda Management Sys 135,000 135,000 135,000 41,136 - 93,864 94883 Business Process Review & Improve 600,000 600,000 600,000 275,738 369 323,893 94888 City EOC & Disaster Recovery Facility 3,360,000 3,360,000 3,360,000 1,216,844 833,456 1,309,700 94890 Enterprise Advanced Audio Video R&R 1,063,000 1,063,000 1,063,000 472,822 - 590,178 94892 Imagine Clearwater Implementation 4,865 4,865 4,865 4,865 - 0 C ENGF180013 Imagine Clearwater 6,516,829 6,523,329 6,523,329 2,277,242 729,097 3,516,990 94894 Ground Support Equipment Upgrade 100,000 100,000 100,000 54,560 - 45,440 M1914 Sustainability Initiatives 0 0 100,000 100,000 - - 100,000 10 M1915 Belmont Park Revitalization 0 0 130,000 130,000 - - 130,000 11 Sub-Total 32,082,572 32,089,072 580,000 32,669,072 18,623,931 2,013,902 12,031,239 UTILITIES Stormwater Utility ENST180001 Stormwater System Impovements 8,181,794 8,181,794 119,303 8,181,794 1,647,996 259,075 6,274,723 12 ENST180002 Allen's Creek Improvement 2,016,271 2,816,271 2,816,271 7,957 2,648,967 159,347 ENST180003 Stormwater System Expansion 1,615,576 1,615,576 1,615,576 - - 1,615,576 ENST180004 Stevenson Creek 3,182,636 3,182,636 3,182,636 66,900 - 3,115,736 ENST180005 Coastal Basin 3,234,985 3,234,985 3,234,985 718,286 203,011 2,313,688 ENST180006 Alligator Creek Watershed Projects 5,140,082 4,340,082 4,340,082 328,024 97,845 3,914,213 ENST180007 Street Sweeping Facility 1,823,765 1,823,765 (119,303)1,704,462 1,704,462 - (0)13 ENST180008 Hillcrest Bypass Culvert 4,096,167 4,096,167 4,096,167 535,174 3,241,709 319,284 ENST180009 East Gateway Improvements 3,503,121 3,503,121 16,152 3,519,273 2,483,301 527,936 508,036 14 ENST180010 Lower Sp Branch Convey Improvement 2,320,000 2,320,000 2,320,000 140,487 168,557 2,010,956 C1908 Stormwater Vehicles & Equipment 1,375,500 1,375,500 1,375,500 1,217,034 33,570 124,896 Sub-Total 36,489,897 36,489,897 16,152 36,386,746 8,849,619 7,180,672 20,356,455 Water System 96721 System R & R - Maintenance 5,524,536 3,205,685 3,205,685 2,417,736 - 787,950 96722 Line Relocation - Maintenance 4,767,305 4,767,305 4,767,305 1,411,539 509,721 2,846,045 96739 Reclaimed Water Dist Sys 46,686,453 46,686,453 46,686,453 46,008,995 132,199 545,258 96740 Water Supply/Treatment 2,626,926 2,626,926 2,626,926 2,626,926 - 0 96741 System R & R-Capitalized 8,788,154 8,788,154 8,788,154 8,788,154 - (0) 96742 Line Relocation-Capitalized 7,998,570 7,998,570 7,998,570 6,489,388 443,406 1,065,776 96743 Mtr Bkflow Prev Dev/Change Out 2,834,600 2,834,600 2,834,600 2,834,600 - (0) 96744 System Expansion 2,965,673 2,965,673 2,965,673 2,950,994 - 14,679 96752 Water Service Lines 1,233,436 1,233,436 1,233,436 1,233,436 - (0) 96764 RO Plant Exp Res #1 13,507,530 13,524,408 13,524,408 12,676,048 193,106 655,254 M1908 RO Plant Exp Res #1 R&R 0 1,000,000 1,000,000 - - 1,000,000 96767 RO Plant at Res #2 43,076,061 43,092,939 43,092,939 41,019,765 99,262 1,973,913 M1909 RO Plant at Res #2 R&R 0 1,000,000 1,000,000 - - 1,000,000 96768 Rebate Well, Lk, Pnd Irr Abandmt 114,608 114,608 114,608 114,608 - (0) 27 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Water System - continued 96773 Groundwater Replenishment Facility 20,900,118 20,900,118 20,900,118 5,902,487 93,544 14,904,087 96782 Reverse Osmosis Plant @WTP #3 1,380,000 1,380,000 1,380,000 218,585 - 1,161,415 96783 Water System Upgrades/Improvements 3,349,000 3,349,000 3,349,000 944,837 21,485 2,382,679 96784 Reclaimed Water Distribution System R&R 2,094,584 2,094,584 2,094,584 392,670 - 1,701,914 96785 Feasibility Studies/Evaluations - Water System 2,625,000 2,625,000 2,625,000 366,771 1,968,000 290,229 96786 Devices/Equipments - Water System 350,000 350,000 350,000 - - 350,000 L1905 Vehicle & Equipment 146,000 146,000 146,000 125,212 - 20,788 Sub-Total 170,968,554 170,683,460 0 170,683,460 136,522,751 3,460,722 30,699,986 Sewer System 96212 Sanitary Sewer Upgrades/Improvements 12,004,552 12,004,552 12,004,552 4,217,772 2,639,884 5,146,896 96213 Marshall Street Upgrades/Improvements 6,744,299 6,744,299 6,744,299 2,521,832 1,652,118 2,570,349 M1905 Marshall Street Plant R&R 0 1,200,000 1,200,000 - - 1,200,000 96214 East Plant Upgrades/Improvements 1,500,000 1,500,000 1,500,000 231,624 187,759 1,080,617 M1907 East Plant R&R 0 1,200,000 1,200,000 - - 1,200,000 96215 Northeast Plant Upgrades/Improvements 12,794,860 12,794,860 12,794,860 1,127,785 503,324 11,163,751 M1906 Northeast Plant R&R 0 1,200,000 19,313 1,219,313 - - 1,219,313 15 96216 Laboratory Upgrade/Improvements 1,155,079 1,155,079 1,155,079 12,168 2,690 1,140,222 96217 Pump Station R&R 1,325,192 1,325,192 1,325,192 504,525 33,896 786,770 96218 Feasibility Studies/Evaluations 2,241,642 114,088 114,088 114,088 - 0 96219 Devices/Equipment Sewer Division 446,274 446,274 446,274 300,898 - 145,376 96630 Sanitary Sewer Extension 15,461,998 14,961,998 149,742 15,111,740 13,082,982 782,003 1,246,756 16 96634 Sanitary Util Reloc Accmmdtn 6,267,352 5,267,352 5,267,352 4,165,772 269,550 832,031 96645 Laboratory Upgrade & R&R 1,803,627 1,803,627 1,803,627 1,783,627 - 20,000 96654 Facilities Upgrade & Improvement 15,155,224 15,155,224 (75,313)15,079,911 14,182,220 382,759 514,932 17 96664 WPC R & R 26,992,114 20,392,114 20,392,114 16,591,365 1,544,707 2,256,041 96665 Sanitary Sewer R&R 26,629,685 32,793,824 (149,742)32,644,082 21,690,616 10,147,459 806,007 18 96686 Pump Station Replacement 4,707,682 4,707,682 4,707,682 4,344,906 - 362,776 L1903 Generators 420,000 420,000 420,000 - 404,250 15,750 L1904 Vehicle and Equipment 240,000 240,000 240,000 66,375 168,932 4,694 M1910 Water Treatment Plant #3 R&R 0 318,851 318,851 - - 318,851 Sub-Total 135,889,579 135,745,015 (56,000)135,689,015 84,938,554 18,719,331 32,031,131 Gas System 96358 Environmental Remediation 2,384,794 2,384,794 2,384,794 1,760,301 38,068 586,425 96365 Line Relocation-Pinellas Maint 731,106 731,106 731,106 516,773 71,382 142,952 96367 Gas Meter Change Out-Pinellas 3,638,000 3,713,000 3,713,000 3,657,239 - 55,761 96374 Line Relocation-Pinellas Capitalized 2,882,890 2,382,890 2,382,890 2,298,222 - 84,668 96376 Line Relocation - Pasco Maint 258,593 258,593 258,593 85,896 - 172,697 96377 Pinellas New Main / Service Lines 31,551,118 31,551,118 31,551,118 31,125,823 6,000 419,296 96378 Pasco New Mains / Service Lines 17,864,858 17,864,858 17,864,858 16,530,338 - 1,334,520 96379 Pasco Gas Meter Change Out 867,821 792,821 792,821 747,458 - 45,363 96381 Line Reloc-Pasco-Capitalized 237,386 737,386 737,386 379,898 45,924 311,565 96382 Gas Inventory - Work Mgmt Sys 992,000 992,000 992,000 856,268 - 135,732 96384 Gas System - Pinellas Building 28,855,055 28,855,055 28,855,055 16,663,845 8,629,032 3,562,178 96385 Gas Main Extensions 1,557,845 1,557,845 1,557,845 1,432,673 - 125,172 96386 Expanded Energy Conservation 9,091,479 9,591,479 9,591,479 9,176,690 - 414,789 96387 Natural Gas Vehicle 4,581,069 5,531,069 5,531,069 4,288,624 439,934 802,510 96389 Future IMS Software & Hardware 400,000 400,000 400,000 314,958 12,090 72,952 96390 Gas Vehicle Additions 590,000 428,294 428,294 428,294 - 0 96391 Gas System Pasco Building 2,100,000 650,000 650,000 - - 650,000 96392 Gas Equipment Additions 191,000 189,278 189,278 189,278 - 0 M1904 Pinellas Building Equipment R&R 200,000 200,000 200,000 - - 200,000 Sub-Total 108,975,014 108,811,586 0 108,811,586 90,452,576 9,242,430 9,116,580 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/18 Prev Qtr Amdmts Budget To Date Encumbran Balance Status Ref Solid Waste 96426 Facility R & R 2,652,608 2,652,608 2,652,608 1,716,415 - 936,193 96443 Res Container Acquisition-II 2,001,741 2,001,741 2,001,741 1,433,402 - 568,339 96444 Comm Container Acquisition-II 4,130,020 4,130,020 4,130,020 3,429,253 - 700,767 96445 Solar Trash & Recycling Kiosks 289,414 289,414 289,414 239,182 - 50,232 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,650,130 19,650,130 9,996,913 8,810,621 842,596 96448 Solid Waste CNG Station 150,000 150,000 150,000 - - 150,000 96449 Solid Waste Truck Wash Facility 555,500 555,500 555,500 - - 555,500 Sub-Total 29,429,413 29,429,413 0 29,429,413 16,815,165 8,810,621 3,803,627 Utility Miscellaneous 96523 Pub Utilities Adm Bldg R&R 858,828 858,828 858,828 738,818 - 120,009 96526 Public Utility Admin Building 184,306 184,306 184,306 - - 184,306 Sub-Total 1,043,134 1,043,134 0 1,043,134 738,818 0 304,315 Recycling 96804 Recycling Carts/Dumpsters 1,216,650 1,216,650 1,216,650 821,934 - 394,716 96805 Recycling Expansion/Particip/R&R 1,311,525 1,311,525 1,311,525 1,184,376 - 127,149 96811 Purchase of Transfer Tractors 408,000 408,000 408,000 395,983 - 12,017 SR00180003 Processing Center Building Replacement 3,862,633 3,862,633 3,862,633 2,957 - 3,859,676 Sub-Total 6,798,808 6,798,808 0 6,798,808 2,405,250 0 4,393,558 TOTAL ALL PROJECTS 734,497,611 740,684,264 1,068,967 741,633,928 490,094,588 64,132,600 187,406,739 29 Special Program Fund Third Quarter Budget Amendments October 1, 2018 - June 30, 2019 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 4,600 To record a budget increase of $4,600.00 which represents foreclosure registry fees collected to date. 4,600 Police Extra Duty 2 99215 226,210 (27,211) To record a budget increase of $226,210.00 in Police Service revenue to bring the budget in line with actual receipts. To record a transfer of $27,211.25 in Police Service revenue to program 99350,Vehicle Replacement representing revenue collected for vehicle usage on extra duty jobs. 198,999 Police Education Fund 3 99317 5,286 To record a budget increase of $5,286.13 in police education fine revenue which will bring the budget in line with actual receipts.5,286 Investigative Cost Recovery 4 99329 37,660 To record a net budget increase of $37,659.57 which will bring the budget in line with actual receipts.Amendments include an increase of $11,886.80 in overtime reimbursement revenues,and an increase of $25,772.77 in fines,forfeitures and penalties revenue.37,660 Florida Contraband Forfeiture Fund 5 99330 60,605 (74,123) To record a net budget increase of $60,082.00 fines,forfeitures and penalties revenue,and an increase of $523.46 in donations revenue which will bring the budget in line with actual receipts.To record a budget transfer of $74,122.66 in fines,forfeitures and penalties revenue to 99356, Safe Neighborhood Program.(13,517) Vehicle Replacement 6 99350 27,211 To record a transfer of $27,211.25 in police services revenue from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs. 27,211 Safe Neighborhood Program 7 99356 74,123 To record a budget transfer of $74,123.00 in fines, forfeitures, and penalties revenue from program 99330,Florida Contraband Forfeiture Fund.74,123 Crime Prevention Program 8 99364 20,000 To record a budget increase of $20,000.00 in donation revenues which will bring the budget in line with actual receipts.20,000 Federal Forfeiture Sharing 9 99387 3,540 To record a budget increase of $3,539.83 in US Department of Justice revenue which will bring the budget in line with actual receipts.3,540 30 Special Program Fund Third Quarter Budget Amendments October 1, 2018 - June 30, 2019 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) School Resource Officers 10 P1801 34,488 To record a budget transfer of $34,488.01 in governmental revenue for School Resource Officers extra duty from the Pinellas County School Board.34,488 Public Safety Program Totals:392,389 - 392,389 Physical Environment Programs Tree Replacement Program 11 99970 38,262 To record a budget increase of $38,262.00 in fines forfeiture and penalty revenue to bring the budget in line with actual receipts.38,262 Physical Environment Programs Program: Totals:38,262 - 38,262 Culture and Recreation Programs Special Events 12 PRSE190001 159,539 To record a net budget increase of $159,538.70;representing increases of $25,452.79 in rental income,$78,550.00 in sponsorship revenue,$8,947.65 in sales revenues,and $46,588.26 in reimbursements which will bring the budget in line with actual receipts to date. 159,539 Culture and Recreation Program Total:159,539 - 159,539 590,190 - 590,190 Interfund Transfers Florida Contraband Forfeiture Fund 99330 100,000 To record a transfer of $100,000.00 to the new capital project P1902,Police Information Systems,to provide funding for PD related technology systems. Economic Development Incentive - CLOSE PROGRAM 99744 30,000 To record a transfer in the amount of $30,000.00 of unspent revenue back to the General Fund. This project will be closed. Total Interfund Transfers:130,000 Total Budget Increase/(Decrease): 31 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/01/2018 Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 98611 CMA Capital Project Agreement 5,000,000 5,000,000 - 5,000,000 5,000,000 - - C 99421 Housing Consulting Service 115,000 115,000 - 115,000 49,334 - 65,666 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 289,000 - 289,000 149,927 - 139,073 99868 Federal Early Retiree Reinsurance 651,500 651,500 - 651,500 559,222 - 92,279 99925 Peg Access Support 838,261 838,261 - 838,261 836,917 - 1,344 99928 Nagano Sister City Program 229,379 229,379 - 229,379 165,990 1,154 62,235 M1913 Lien Foreclosure Program - 255,553 - 255,553 109,967 - 145,586 Sub-Total 7,123,140 7,378,693 - 7,378,693 6,871,356 1,154 506,183 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Rgstry-Nuesance Abtmnt 63,600 93,300 4,600 97,900 21,513 33,513 42,875 1 98610 Hurricane Irma 1,286,998 1,511,864 - 1,511,864 2,628,911 41,577 (1,158,625) 99215 Police Extra Duty 2,417,257 3,124,639 198,999 3,323,638 3,002,042 - 321,596 2 99241 Human Trafficking Overtime 87,000 87,000 - 87,000 70,954 - 16,046 99264 School Resource Officers 2,833,704 2,736,583 - 2,736,583 2,736,583 - 0 C 99279 Police Recruitments 141,010 141,010 - 141,010 65,330 - 75,680 99281 Fed Forfeitures - Treasury 171,936 194,515 - 194,515 120,171 - 74,345 99316 Police Volunteers 153,519 153,519 - 153,519 141,286 1,000 11,232 99317 Police Education Fund 1,328,750 1,357,756 5,286 1,363,042 1,304,102 - 58,940 3 99329 Investigative Recovery Costs 2,451,206 2,564,941 37,660 2,602,600 2,279,474 - 323,126 4 99330 FL Contraband Forfeiture Fnd 914,586 1,042,051 (13,517) 1,028,533 657,266 - 371,267 5 99350 Vehicle Replacement Fund 327,865 370,984 27,211 398,195 220,033 - 178,162 6 99356 Safe Neighborhood Program 1,127,580 1,142,580 74,123 1,216,702 1,108,255 5,447 103,000 7 99364 Crime Prevention Program 102,341 141,284 20,000 161,284 119,332 - 41,952 8 99387 Federal Forfeiture Sharing 2,427,479 2,474,009 3,540 2,477,549 1,805,237 35,558 636,754 9 99927 Emergency Operations 4,106,338 4,144,887 - 4,144,887 3,066,236 11,300 1,067,351 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 41,088 - 28,612 G1802 2017 JAG Grant 46,977 46,977 - 46,977 46,977 - - G1804 2019 HVE Ped & Bicycle Safety 50,000 50,000 - 50,000 49,399 - 601 P1801 School Resource Officers 468,356 565,477 34,488 599,965 339,384 - 260,581 10 Sub-Total 20,576,201 22,013,074 392,389 22,405,463 19,823,575 128,395 2,453,494 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Project 1,517,880 1,561,652 38,262 1,599,914 914,652 11,735 673,527 11 Sub-Total 1,517,880 1,561,652 38,262 1,599,914 914,652 11,735 673,527 TRANSPORTATION PROGRAMS 98604 2016 Clearwater Ferry 519,120 519,120 - 519,120 509,921 - 9,199 Sub-Total 519,120 519,120 - 519,120 509,921 - 9,199 ECONOMIC ENVIRONMENT PROGRAMS 99538 Affordable Housing Imp Fees 441,530 447,612 - 447,612 163,299 - 284,314 99729 Joint Hercules Pln & Econ Study 150,000 150,000 - 150,000 - - 150,000 99744 Economic Development Incentives 292,500 292,500 - 292,500 262,500 - 30,000 99754 Housing Rehab 2016 258,701 253,251 - 253,251 253,251 - - C 99759 Public Facilities 2017 377,764 377,764 - 377,764 377,764 - - C 99760 Economic Development 2017 14,802 - - - - - - C 99761 Public Services 2017 100,275 95,786 - 95,786 95,786 - - C 99762 Program Administration 2017 135,036 136,693 - 136,693 136,693 - 0 C 99763 Housing Rehab 2017 322,997 132,694 - 132,694 132,694 - (0) C 99764 Public Facilities 2018 448,000 448,919 - 448,919 248,919 - 200,000 99765 Economic Development 2018 130,020 98,602 - 98,602 98,602 - (0) C 99766 Program Administration 2018 131,388 131,388 - 131,388 131,388 - - C 99767 Infill Housing 2018 137,500 74,746 - 74,746 60,899 - 13,847 99768 Public Services 2018 106,725 106,725 - 106,725 93,985 - 12,740 99802 Brownfield Revolving Loan 1,204,720 1,206,597 - 1,206,597 420,381 - 786,216 32 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2018 to June 30, 2019 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/01/2018 Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (continued) 99846 Economic Development - QTI 140,419 140,419 - 140,419 71,591 - 68,828 99871 State Brownfields Redevelopment Acct 165,463 165,463 - 165,463 165,463 - 0 C 99888 ULI Report Implementation 875,000 875,000 - 875,000 757,007 - 117,993 G1902 Public Facilities 2019 168,815 332,954 - 332,954 28,478 219,117 85,359 G1903 Economic Development 2019 135,000 135,000 - 135,000 32,646 22,355 80,000 G1904 Program Administration 2019 186,188 186,188 - 186,188 130,929 - 55,259 G1905 Infill Housing 2019 139,797 282,297 - 282,297 49,936 64,064 168,297 G1906 Public Services 2019 111,140 111,140 - 111,140 86,362 24,498 280 Sub-Total 6,173,780 6,181,740 - 6,181,740 3,798,572 330,034 2,053,134 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 10,000 10,000 - 10,000 6,544 - 3,456 98606 Senior Citizens Services - EBWP 24,960 24,960 - 24,960 25,794 - (834) 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 10,808 - 3,192 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 12,080 12,080 - 12,080 10,123 - 1,957 99869 Health Prevention Program 192,060 195,269 - 195,269 176,019 - 19,251 99872 Coordinated Child Care - Ross Norton 2,718,545 2,718,545 - 2,718,545 1,873,862 11,233 833,450 Sub-Total 3,001,645 3,004,854 - 3,004,854 2,130,750 11,233 862,871 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)105,020 106,077 - 106,077 - - 106,077 99865 Special Events 9,296,350 9,344,182 - 9,344,182 9,344,182 - 0 C 99910 Library Special Account 830,311 856,908 - 856,908 828,243 225 28,440 G1907 Clearwater for Youth Grants - 18,000 - 18,000 1,345 - 16,655 PRSE190001 Special Events 70,000 1,228,076 159,539 1,387,615 1,015,247 276,059 96,309 12 Sub-Total 10,301,681 11,553,243 159,539 11,712,782 11,189,017 276,283 247,481 TOTAL ALL PROJECTS 49,213,447 52,212,377 590,190 52,802,566 45,237,842 758,834 6,805,890 33 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter FY 2018/19 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 5,658 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Open Space Fees 196,315 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 2,300 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 361,289 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 780,000 An increase in interest earnings to bring the budget in line with actual receipts for the year. Fee in Lieu of Sidewalks 7,865 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Fee in Lieu of Drainage 3,528 An increase in fee in lieu of drainage to bring the budget in line with actual receipts for the year. 1,356,955$ Net Revenue Amendments Expenditures No amendments are proposed to Special Development Fund expenditures at mid year. -$ Net Expenditure Amendments 34 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2018 - June 30, 2019 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2018/19 2018/19 2018/19 2018/19 Amendments Revenues: Ad Valorem Taxes 3,044,520 3,044,520 3,044,520 3,050,178 5,658 Infrastructure Tax 11,820,680 11,820,680 11,820,680 11,820,680 - Interest Earnings 537,000 537,000 537,000 1,317,000 780,000 Open Space Fees 20,000 20,000 20,000 216,315 196,315 Recreation Facility Impact Fees 25,000 25,000 25,000 27,300 2,300 Recreation Land Impact Fees 25,000 25,000 25,000 386,289 361,289 Fee in Lieu of Sidewalks - - - 7,865 7,865 Fee in Lieu of Drainage - - - 3,528 3,528 Multi-Modal Impact Fees 200,000 200,000 200,000 200,000 - Local Option Gas Tax 1,540,550 1,540,550 1,540,550 1,540,550 - Allocation of Assigned Fund Balance - 35,900 35,900 35,900 - Transfer-In from Capital Improvement Plan - 900,000 900,000 900,000 - 17,212,750 18,148,650 18,148,650 19,505,605 1,356,955 Expenditures: Transfer to Capital Improvement Fund - Road Millage 3,044,520 3,044,520 3,044,520 3,044,520 - Infrastructure Tax 11,463,460 11,463,460 11,463,460 11,463,460 - Recreation Facility Land Fees - 35,900 35,900 35,900 - Multi-Modal Impact fees 140,000 140,000 140,000 140,000 - Local Option Gas Tax 1,427,150 1,427,150 1,427,150 1,427,150 - 16,075,130 16,111,030 16,111,030 16,111,030 - SPECIAL DEVELOPMENT FUND 35 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2018 - June 30, 2019 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2018/19 2018/19 2018/19 2018/19 Amendments Revenues: CDBG Program Income 740,940 740,940 740,940 740,940 - Interest Earnings 25,000 54,467 54,467 54,467 - Intergovernmental Revenue - 187,729 323,928 361,956 38,028 Charges for Service Revenue - 426,299 881,733 1,228,432 346,700 Judgments, Fines and Forfeit Revenue - 240,658 569,468 698,871 129,403 Miscellaneous Revenue - 209,585 762,245 838,304 76,059 Transfers from Special Program Fund - 232,090 232,090 232,090 - Transfers from General Fund:- - - - - Sister City Program 37,380 37,380 37,380 37,380 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 70,000 270,000 270,000 - Economic Development QTI 18,230 18,230 18,230 18,230 - Police Recruitments 30,000 30,000 30,000 30,000 - 923,050 2,248,878 3,921,980 4,512,170 590,190 Expenditures: General Government 37,380 37,380 292,933 292,933 - Public Safety 30,000 824,202 1,466,873 1,859,262 392,389 Physical Environment - 41,804 43,772 82,034 38,262 Transportation - - - - - Economic Environment 422,980 430,939 430,939 430,939 - Human Services 1,500 4,709 4,709 4,709 - Culture and Recreation 40,000 518,653 1,291,563 1,451,101 159,539 Interfund Transfers 236,190 236,190 236,190 236,190 - Transfer to Capital Fund 130,000 130,000 130,000 130,000 - 898,050 2,223,878 3,896,980 4,487,170 590,190 Revenues: HOME Investment Partnerships 383,150 383,150 383,150 383,150 - State Housing Initiatives Partnerships 156,790 156,790 156,790 156,790 - Total - HOME/SHIP Funds 539,940 539,940 539,940 539,940 - Expenditures: Economic Environment 380,950 380,950 380,950 380,950 - Interfund Transfers 158,990 158,990 158,990 158,990 - Total - HOME/SHIP Programs 539,940 539,940 539,940 539,940 - SPECIAL PROGRAM FUND LOCAL HOUSING ASSISTANCE TRUST FUND 36 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2018/19 37 In accordance with City of Clearwater Code Section 2.564(2), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. Increases do not exceed 10% over Council approved amount on a cumulative basis. 2. Change does not change the scope of a project. 3. Price increases do not require additional appropriation to the project. 4. Contract price decreases may be approved without limitation. 5. The time for completion may not be extended by more than sixty (60) days, in any one change or cumulatively for the same project. ***** 05/24/19 Administrative Change Order #1 – Hillcrest Avenue Bypass Culvert (13- 0042-EN). This change order decreases, increases and adds items to accommodate for redesign of the water sewer system resulting in a net increase to the contract. Keystone Excavators, Inc. 33,208 06/26/19 Administrative Change Order #1 & Final – Harbor Oaks Subdivision Brick Crosswalks (17-0058-EN). This change order decreases, increases and adds items in accordance with field conditions resulting in a net decrease to the contract. Steve’s Excavating & Paving, Inc. (48,395.98) 07/22/19 Administrative Change Order #2 – Hillcrest Avenue Bypass Culvert (13- 0042-EN). This change order decreases and increases items to accommodate for redesign of the water sewer system and unforeseen conditions due to extensive excavations resulting in a net increase to the contract. Keystone Excavators, Inc. 43,645.35 07/24/19 Administrative Change Order #4 & Final – Druid Trail Phase (04-0021-PR). This change order decreases, increases and adds items in accordance with field conditions to close out the project resulting in a net decrease to the contract. Keystone Excavators, Inc. (259,724.93) ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2018/19 38 08/13/19 Administrative Change Order #1 & Final – Water Treatment Plant Fluoride Addition WTP 1 & 2 (16-0031-UT). This change order decreases and increases items in accordance with field conditions and adds 50 calendar days to the contract resulting in a net decrease to the contract. Kat Construction & Materials, Inc. (25,620.11) 08/21/19 Administrative Change Order #2 & Final – Clearwater Memorial Causeway Subaqueous Pipelines (14-0041-UT). This change order decreases, increases and adds items according to field conditions to close the contract resulting in a net decrease to the contract. Andrew Sitework, LLC. (287,218.05) 08/23/19 Administrative Change Order #1 & Final – Harborview Center Demolition (09-0049-EN). This change order decreases unused items to close the contract resulting in a net decrease to the contract. Biltmore Construction Co, Inc. (237,994.39) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9327-19 2nd rdg Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.7 SUBJECT/RECOMMENDATION: Adopt Ordinance 9327-19 on second reading, vacating a portion of a right-of-way lying in the North 10 feet of the South 30 feet of Lot 12, Block G, Fairmont Subdivision, as recorded in Plat Book 9, Page 85, of the Public Records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 1 Ord. No. 9327-19 ORDINANCE NO. 9327-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PORTION OF A RIGHT-OF-WAY, LYING IN THE NORTH 10 FEET OF THE SOUTH 30 FEET OF LOT 12, BLOCK G, FAIRMONT SUBDIVISION, AS RECORDED IN PLAT BOOK 9, PAGE 85, 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” 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. 2 Ord. No. 9327-19 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 TANGERINE STREET (Right-of-Way Varies)N MADISON AVENUEMICHIGAN AVENUE (PLAT)(60' Right-of-Way)(dedicated right-of-way OR 6054, 1857) Block C Gree n w oo d P ark Plat B o o k 8, Pa ge 2 2 Lot 11 Lot 10 Block G Fairm o n t S u b d i vi s i o n Plat Bo o k 9, P a g e 8 5 Greenwood Park No. 2 Plat Book 8, Page 16 Lot 12 Lot 9 A Right-of-Way vacation described as follows: The North 10' of the South 30' of Lot 12, Block G, Fairmont Subdivision, as recorded in Plat Book 9, Page 85, 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 OFProposed Right-of-Way Vacation For a Portion of Tangerine Street JAB TLM 08/16/2019 Lgl_2019-18 1 1 10 29 S 15 E TANGERINE ST N MADISON AVE RUSSELL ST 11291314 11511130113211351128113311391131113111431312 1137113313081129AERIAL MAP 132' Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Partial Right of Way Vacation ofTangerine St Page 1 of 1Aerial Flown 2019 Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\Tangerine_St-Partial_ROW.mxd Date:8/19/2019KNMap Gen By:RBReviewed By:10'269AGrid #:10-29s-15eS-T-R: 132'10'Location of Vacation ² N.T.S 5 c, 41 / 7f Citizen Comment Card Name: 8 t i, r, jc AJ s D A) Address: 2 7 kEZ)F o b CT, k City: CG•E /4/e4)4 7 -.Ek Zip: 3 3 7 ( Telephone Number: r%2 `l - 7 C.-\sa ! 5 Email Address: J3D)Ja O 4AlteG Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: 7' 7 soh /? What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9298-19 2nd rdg contd Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.8 SUBJECT/RECOMMENDATION: Continue second reading of Ordinance 9298-19 to October 16, 2019, annexing certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, together with a certain portion of Audubon Street right-of-way, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9298-19 ORDINANCE NO. 9298-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTYIES LOCATED GENERALLY NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET CLEARWATER, FLORIDA 33764 AND 1015 WOODSIDE AVENUE, CLEARWATER, FLORIDA 33756, TOGETHER WITH A CERTAIN PORTION OF AUDUBON STREET RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITIONS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real propertiesy described herein and depicted on the map attached hereto as Exhibit B haves petitioned the City of Clearwater to annex the properties into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described propertiesy are is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit A for Legal Descriptions. (ANX2019-06001) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9298-19 PASSED ON FIRST READING AS AMENDED PASSED ON SECOND READING ___________________________ AS AMENDED PASSED ON THIRD AND FINAL READING AND ADOPTED ___________________________ George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0130 Lot 13 1819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 14-29-15-62010-000-0060 Lot 6 1015 Woodside Ave. The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Together with the South 3’ wide portion of Right-of-Way of Audubon St., West of Regent Ave. Exhibit B 317000 406226266283832382 A B C D 24 29 34 39 14 21 44 23 30 33 40 15 20 43 16 19 22 31 32 41 42 17 18 9 8 5 4 1 1 2 3 31 7 6 3 2 4 10 10 11 12 13 14 15 16 5 11 126 7 13 148 9 15 19 18 17 16 1 2 3 4 5 6 1 2 3 4 1 6 52 3 4 1 2 3 4 56 7 8 9 10 1 2 3 4 533/0233/0133/03 33/04 33/05 33/06 33/08 33/071.17 33/09 50 68 142.17 142 163 163 213.61 240 120 137.01879595150 180.15110(S)109.4640(S)40100(S) 90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 619926193861848406A A 10 9 8 5 6 1 19 20 21 7 1 2 3 4 5 6 7 8 9 10 11 12 13 3 4 (1) 4 33 33 AC(C) 1 21 1 DRUID RD S KEENE RD REGENT AVE WOODRUFF AVE WILLOWBRANCH AVE MAGNOLIA DR AUDUBON ST SHADY LN OAK LAKE DR FLORIDA AVE BROOKSIDE DR PARKLAND AVE MAGNOLIA DR 812 819 709 821 804 815 712 809 818 805 715 717 721 821 800 820 713 808 805 817 801 709 821 814 816 810 804 824 818 708 814 716 800 800 815 814 810 809 800 815 708 806801 715 713 806714 804 800 1003 1015 1008 17671011 1010 1012 186017651760101018351811176418261820 1017 10051808 18651814180010111809 101017661800 1016 18451830707 808 708 817 801 708 801 709 705 820 704 810 992 811 809 805 704 712 809 1784179818401004 180918461011 18301019 184818411819182918581845183418331827184218201825183118471828176810151810183010041005 18601020 1001-Not to Scale--Not a Survey-Rev. 9/17/2019 PROPOSED ANNEXATION Owner(s): Daniel De La Cruz Palma Case: ANX2019-06001 Site: 1819 Audubon Street Property Size(Acres): ROW (Acres): 0.42 .028 Land Use Zoning PIN: 13-29-15-32382-000-0130 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) Low Medium Density Residential (LMDR) DRUID RD S KEENE RD WOODCREST AVE WOODSIDE AVE WOODRUFF AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR ^ PROJECT SITE -Not to Scale--Not a Survey-Rev. 6/10/2019 PROJECT SITE ^ LOCATION MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) AUDUBON ST AUDUBON ST DRUID RD DRUID RD S KEENE RD S KEENE RD WOODSIDE AVE WOODSIDE AVE WOODRUFF AVE WOODRUFF AVE WOODCREST AVE WOODCREST AVE MAGNOLIA DR MAGNOLIA DR OAK LAKE DR OAK LAKE DR JEFFORDS ST JEFFORDS ST MAGNOLIA DR MAGNOLIA DR -Not to Scale--Not a Survey-Rev. 6/10/2019 AERIAL MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) 317000 14 3 A B 32 9 8 7 10 11 12 13 14 1 2 3 4 1 2 3 4 5 133/0233/0133/03 33/04 33/05 33/06 1.17 33/ 50 68 142.17 142 163 163 213.61 137.01879595150 180.1540(S)90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 30 13620106197461992619386184861956AB C B A 9 3 2 1 8 1 2 3 4 5 6 7 8 9 10 11 12 13 1 2 3 4 5 6 7 8 9 10 11 12 13 4 5 6 7 8 11 12 13 1 2 3 4 5 6 6 5 4 3 2 2 3 4 5 6 7 8 9 10 1 2 3 1 1 (1) 4 VACVACVAC 33 33 14 13 137.19 1515 3014 13 AC(C) 21 3 DRUID RD S KEENE RD WOODSIDE AVE WOODRUFF AVE WOODCREST AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR 819818 801 810 800 806 809 801 819 801 814 804 814 821 809 815 800 810 814 809 804 804 815 800 809 818 805 815818 821 805 815 18271209 1008 1007 180817371012 18111022 1003175617501749 1020 176717661015 176517301020 18001009 1010 17491018 1009 101617371012 10101814 1015 1011 1024 1013 1004 1809814 805 811 808 809 805 810 0 4 0 801 8 8 2 18194 18090 4 17251004 181736 0 1820181005173 17571101 1784171025 1019 1717101517 10011798 517517417181100 0 1740-Not to Scale--Not a Survey-Rev. 6/10/2019 EXISTING SURROUNDING USES MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential ANX2019-06001 Daniel De La Cruz Palma 1819 Audubon Street View looking south at subject property, 1819 Audubon Street East of subject property North of subject property North of subject property, across Audubon Street View looking northerly along Audubon Street View looking easterly along Audubon Street View looking east at subject property, 1015 Woodside Ave. North of subject property East of subject property West of subject property, across Woodside Avenue ANX2019-06001 Marvin D. Gulley 1015 Woodside Avenue View looking northerly along Woodside Avenue View looking easterly along Jeffords Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9299-19 2nd rdg contd Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.9 SUBJECT/RECOMMENDATION: Continue second reading of Ordinance 9299-19 to November 7, 2019, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater as Residential Low (RL). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9299-19 ORDINANCE NO. 9299-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTIESY LOCATED GENERALLY NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET, CLEARWATER, FLORIDA 33764 AND 1015 WOODSIDE AVENUE, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described propertiesy, upon annexation into the City of Clearwater, as follows: Propertiesy Land Use Category See attached Exhibit A for Legal Descriptions. Residential Low (RL) (ANX2019-06001) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9298-19. Ordinance No. 9299-19 PASSED ON FIRST READING AS AMENDED PASSED ON SECOND READING ____________________________ AS AMENDED AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0130 Lot 13 1819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 14-29-15-62010-000-0060 Lot 6 1015 Woodside Ave. The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Exhibit B 317000 406226266283832382 A B C D 24 29 34 39 14 21 44 23 30 33 40 15 20 43 16 19 22 31 32 41 42 17 18 9 8 5 4 1 1 2 3 31 7 6 3 2 4 10 10 11 12 13 14 15 16 5 11 126 7 13 148 9 15 19 18 17 16 1 2 3 4 5 6 1 2 3 4 1 6 52 3 4 1 2 3 4 56 7 8 9 10 1 2 3 4 533/0233/0133/03 33/04 33/05 33/06 33/08 33/071.17 33/09 50 68 142.17 142 163 163 213.61 240 120 137.01879595150 180.15110(S)109.4640(S)40100(S) 90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 619926193861848406A A 10 9 8 5 6 1 19 20 21 7 1 2 3 4 5 6 7 8 9 10 11 12 13 3 4 (1) 4 33 33 AC(C) 1 21 1 RL RU RL RL RL RL RU RU RU RL RURURURU RL RU RU RL RL RU RU RU WATER RU RU WATER WATER WATER DRUID RD S KEENE RD REGENT AVE WOODRUFF AVE WILLOWBRANCH AVE MAGNOLIA DR AUDUBON ST SHADY LN OAK LAKE DR FLORIDA AVE BROOKSIDE DR PARKLAND AVE MAGNOLIA DR 812 709 808 815 712 809 715 717 821 800 820 713 808 805 817 709 821 814 816 810 804 824 818 708 814 716 800 800 810 809 800 708 806801 713 806714 804 800 809 1003 1015 17671011 1010 1012 1860176517601010183518111826 184518201017 183410051808 18651827181418311809101017661800 1016 18451830819 821 707 804 708 817 801 708 801 818 805 709 705 820 721 704 810 992 801 815 811 809 814 805 815 704 715 712 1784179818401008 1004 180918461011 18301019 184818411819176418291858183318001842182010111825 18471828176810151810183010041005 1020 1001-Not to Scale--Not a Survey-Rev. 9/17/2019 PROPOSED FUTURE LAND USE MAP Owner(s): Daniel De La Cruz Palma Case: ANX2019-06001 Site: 1819 Audubon Street Property Size(Acres): ROW (Acres): 0.42 Land Use Zoning PIN: 13-29-15-32382-000-0130 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) Low Medium Density Residential (LMDR) DRUID RD S KEENE RD WOODCREST AVE WOODSIDE AVE WOODRUFF AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR ^ PROJECT SITE -Not to Scale--Not a Survey-Rev. 6/10/2019 PROJECT SITE ^ LOCATION MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) AUDUBON ST AUDUBON ST DRUID RD DRUID RD S KEENE RD S KEENE RD WOODSIDE AVE WOODSIDE AVE WOODRUFF AVE WOODRUFF AVE WOODCREST AVE WOODCREST AVE MAGNOLIA DR MAGNOLIA DR OAK LAKE DR OAK LAKE DR JEFFORDS ST JEFFORDS ST MAGNOLIA DR MAGNOLIA DR -Not to Scale--Not a Survey-Rev. 6/10/2019 AERIAL MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) 317000 14 3 A B 32 9 8 7 10 11 12 13 14 1 2 3 4 1 2 3 4 5 133/0233/0133/03 33/04 33/05 33/06 1.17 33/ 50 68 142.17 142 163 163 213.61 137.01879595150 180.1540(S)90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 30 13620106197461992619386184861956AB C B A 9 3 2 1 8 1 2 3 4 5 6 7 8 9 10 11 12 13 1 2 3 4 5 6 7 8 9 10 11 12 13 4 5 6 7 8 11 12 13 1 2 3 4 5 6 6 5 4 3 2 2 3 4 5 6 7 8 9 10 1 2 3 1 1 (1) 4 VACVACVAC 33 33 14 13 137.19 1515 3014 13 AC(C) 21 3 DRUID RD S KEENE RD WOODSIDE AVE WOODRUFF AVE WOODCREST AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR 819818 801 810 800 806 809 801 819 801 814 804 814 821 809 815 800 810 814 809 804 804 815 800 809 818 805 815818 821 805 815 18271209 1008 1007 180817371012 18111022 1003175617501749 1020 176717661015 176517301020 18001009 1010 17491018 1009 101617371012 10101814 1015 1011 1024 1013 1004 1809814 805 811 808 809 805 810 0 4 0 801 8 8 2 18194 18090 4 17251004 181736 0 1820181005173 17571101 1784171025 1019 1717101517 10011798 517517417181100 0 1740-Not to Scale--Not a Survey-Rev. 6/10/2019 EXISTING SURROUNDING USES MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential ANX2019-06001 Daniel De La Cruz Palma 1819 Audubon Street View looking south at subject property, 1819 Audubon Street East of subject property North of subject property North of subject property, across Audubon Street View looking northerly along Audubon Street View looking easterly along Audubon Street View looking east at subject property, 1015 Woodside Ave. North of subject property East of subject property West of subject property, across Woodside Avenue ANX2019-06001 Marvin D. Gulley 1015 Woodside Avenue View looking northerly along Woodside Avenue View looking easterly along Jeffords Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9300-19 2nd rdg contd Agenda Date: 10/3/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.10 SUBJECT/RECOMMENDATION: Continue second reading of Ordinance 9300-19 to November 7, 2019, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1819 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater as Low Medium Density Residential (LMDR). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Ordinance No. 9300-19 ORDINANCE NO. 9300-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTIESY LOCATED GENERALLY NORTH OF LAKEVIEW ROAD, SOUTH OF DRUID ROAD, EAST OF SOUTH DUNCAN AVENUE, AND WEST OF SOUTH HERCULES AVENUE, WHOSE POST OFFICE ADDRESSES ARE IS 1819 AUDUBON STREET, CLEARWATER, FLORIDA 33764 AND 1015 WOODSIDE AVENUE, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described propertiesy located in Pinellas County, Florida, are is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9298-19. Propertiesy Zoning District See attached Exhibit A for Legal Descriptions Low Medium Density Residential (LMDR) (ANX2019-06001) Ordinance No. 9300-19 PASSED ON FIRST READING AS AMENDED PASSED ON SECOND READING ____________________________ AS AMENDED AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTIONS ANX2019-06001 ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0130 Lot 13 1819 Audubon St. The above in Gracemoor Subdivision, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. No. Parcel ID Lot No., Block No. Address 2. 14-29-15-62010-000-0060 Lot 6 1015 Woodside Ave. The above in Unit 5 of Oak Acres Subdivision, as recorded in PLAT BOOK 30, PAGE 42, of the Public Records of Pinellas County, Florida. Exhibit B 317000 406226266283832382 A B C D 24 29 34 39 14 21 44 23 30 33 40 15 20 43 16 19 22 31 32 41 42 17 18 9 8 5 4 1 1 2 3 31 7 6 3 2 4 10 10 11 12 13 14 15 16 5 11 126 7 13 148 9 15 19 18 17 16 1 2 3 4 5 6 1 2 3 4 1 6 52 3 4 1 2 3 4 56 7 8 9 10 1 2 3 4 533/0233/0133/03 33/04 33/05 33/06 33/08 33/071.17 33/09 50 68 142.17 142 163 163 213.61 240 120 137.01879595150 180.15110(S)109.4640(S)40100(S) 90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 6199261938618484069A A 10 9 8 5 6 1 19 20 21 7 1 2 3 4 5 6 7 8 9 10 11 12 13 3 4 (1) 4 33 33 AC(C) 1 21 1 LMDR DRUID RD S KEENE RD REGENT AVE WOODRUFF AVE WILLOWBRANCH AVE MAGNOLIA DR AUDUBON ST SHADY LN OAK LAKE DR FLORIDA AVE BROOKSIDE DR PARKLAND AVE MAGNOLIA DR 812 819 709 821 804 808 815 708 712 817 809 801 818 805 715 717 705 721 800 820 713 808810 805 817 801 709 821 814 816 810 804 824 818 708 814 716 800 800 815 811 814 810 809 800 815 708 806801 715 713 712 806714 804 800 809 1003 1015 1008 1004 17671011 1010 1012 1011186017651760101018351811176418261829 1858184518201017 18341005 183318081865182718141800184210111831 184717681015183018091004 1010 100517661800 1020 1016 100118451830708707709 801 708709 820 821 704 992 809 805 704 1784179818401809184618301019 1848184118191820182518281810-Not to Scale--Not a Survey-Rev. 9/17/2019 PROPOSED ZONING MAP Owner(s): Daniel De La Cruz Palma Case: ANX2019-06001 Site: 1819 Audubon Street Property Size(Acres): ROW (Acres): 0.42 Land Use Zoning PIN: 13-29-15-32382-000-0130 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) Low Medium Density Residential (LMDR) DRUID RD S KEENE RD WOODCREST AVE WOODSIDE AVE WOODRUFF AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR ^ PROJECT SITE -Not to Scale--Not a Survey-Rev. 6/10/2019 PROJECT SITE ^ LOCATION MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) AUDUBON ST AUDUBON ST DRUID RD DRUID RD S KEENE RD S KEENE RD WOODSIDE AVE WOODSIDE AVE WOODRUFF AVE WOODRUFF AVE WOODCREST AVE WOODCREST AVE MAGNOLIA DR MAGNOLIA DR OAK LAKE DR OAK LAKE DR JEFFORDS ST JEFFORDS ST MAGNOLIA DR MAGNOLIA DR -Not to Scale--Not a Survey-Rev. 6/10/2019 AERIAL MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) 317000 14 3 A B 32 9 8 7 10 11 12 13 14 1 2 3 4 1 2 3 4 5 133/0233/0133/03 33/04 33/05 33/06 1.17 33/ 50 68 142.17 142 163 163 213.61 137.01879595150 180.1540(S)90 165.490 454545141.87 14232.3673 110 33 40 33 33 30 30 13620106197461992619386184861956AB C B A 9 3 2 1 8 1 2 3 4 5 6 7 8 9 10 11 12 13 1 2 3 4 5 6 7 8 9 10 11 12 13 4 5 6 7 8 11 12 13 1 2 3 4 5 6 6 5 4 3 2 2 3 4 5 6 7 8 9 10 1 2 3 1 1 (1) 4 VACVACVAC 33 33 14 13 137.19 1515 3014 13 AC(C) 21 3 DRUID RD S KEENE RD WOODSIDE AVE WOODRUFF AVE WOODCREST AVE MAGNOLIA DR OAK LAKE DR AUDUBON ST JEFFORDS ST MAGNOLIA DR 819818 801 810 800 806 809 801 819 801 814 804 814 821 809 815 800 810 814 809 804 804 815 800 809 818 805 815818 821 805 815 18271209 1008 1007 180817371012 18111022 1003175617501749 1020 176717661015 176517301020 18001009 1010 17491018 1009 101617371012 10101814 1015 1011 1024 1013 1004 1809814 805 811 808 809 805 810 0 4 0 801 8 8 2 18194 18090 4 17251004 181736 0 1820181005173 17571101 1784171025 1019 1717101517 10011798 517517417181100 0 1740-Not to Scale--Not a Survey-Rev. 6/10/2019 EXISTING SURROUNDING USES MAP Owner(s): Daniel De La Cruz Palma Marvin Dana Gulley Case: ANX2019-06001 Site: 1819 Audubon Street 1015 Woodside Avenue Property Size(Acres): ROW (Acres): 0.72 Land Use Zoning PIN: 13-29-15-32382-000-0130 14-29-15-62010-000-0060 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 298A 297B To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential ANX2019-06001 Daniel De La Cruz Palma 1819 Audubon Street View looking south at subject property, 1819 Audubon Street East of subject property North of subject property North of subject property, across Audubon Street View looking northerly along Audubon Street View looking easterly along Audubon Street View looking east at subject property, 1015 Woodside Ave. North of subject property East of subject property West of subject property, across Woodside Avenue ANX2019-06001 Marvin D. Gulley 1015 Woodside Avenue View looking northerly along Woodside Avenue View looking easterly along Jeffords Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6769 Agenda Date: 10/3/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Ratify and confirm an increase to Invitation to Bid Number 19-18 to General Utility Pipe and Supply, Inc. of Trussville, AL, from the original annual amount of $1,250,000 to $1,413,000, for the purchase of Steel and Polyethylene Pipe and Fittings, to include the current contract period of May 1, 2019 through April 30, 2020, and the remaining one-year renewal option, and authorize the appropriate officials to execute same. SUMMARY: General Utility Pipe & Supply was originally awarded Bid #19-18 at the May 3, 2018 Council meeting in the amount of $500,000 for Steel Pipe and Fittings and $750,000 for Polyethylene Pipe and Fittings. This request includes merging the amounts into a single authorization of $1.413M to facilitate more efficient ordering and invoice processing for both steel and poly pipe and fittings. The annual $163,000 increase requested is to add an item to the award and accommodate two upgrades, as follows: ·Gas meter stops (sizes: ¾ in., 1 in., and 2 in.). This commodity was not included on the original bid. Quotations have indicated General Utility to be the most competitively pricing vendor for these items, ranging in price from $42 to $66 per stop. ·Upgrade: Gas marker poles - These items are placed in the right-of-way to identify there’s a gas line in the general area. This item was bid as a 2-in. marker pole; however, the pole was not sufficient to meet our requirements. The identification stickers were fading or peeling due to adverse weather conditions. Additionally, the 2-in. marker poles bent easily. CGS is requesting to upgrade to a 3-in. gas marker pole with increased durability and etched with a UV hot-stamp. The item price increase is $19 to $28.50 per pole. ·Upgrade: Wire gauges - #12 and #10 wires are buried next to the gas mains and service lines to identify the exact location of our gas mains and service lines. This item was bid as a stranded (not solid) wire which has resulted in wires breaking and identification challenges. The upgrade to solid wire increases tensile strength and improves conductivity. Pricing increase are $.03/foot for #12 wire, and $.06/foot for #10 wire. APPROPRIATION CODE AND AMOUNT: Funding is budgeted and available in Pinellas New Mains and Services 315-96377 and Pasco Page 1 City of Clearwater Printed on 10/3/2019 File Number: ID#19-6769 New Mains and Services 315-96378 USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/3/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6733 Agenda Date: 10/3/2019 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 12.1 SUBJECT/RECOMMENDATION: City Attorney Evaluation SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 Employee Supervisor SAMP 4 — 6j + Performance Evaluation c Clearwater and Planning Form -:,.,,, III Review Mid -Year Review Annual Review Employee Name (Please Print) Pamela K. Akin Job Title/Department City Attorney Review Period From: 10/2018 To: 10/2019 Supervisor/Reviewer (Please Print) DAVID ALLBRITTON — COUNCIL MEMBER Performance Rating Scale Exceeds Expectations: Performance consistently exceeds the requirements of the position. Performance is of an unusually high of the position. Indicates that all assignments and objectives according to the requirements of the position. meet or partially meets some, but not all, expectations. Further in question. quality. Further improvement in performance is unlikely. Meets Expectations: Performance completely meets the expectations have been met. All core managerial competencies were performed Needs Further Development: Performance either does not improvement is required for successful performance of the area CITY VALUES: CARING, WELL-RUN, INTEGRITY, FUTURE ORIENTED DECISION MAKING, OUTSTANDING QUALITY ANNUAL OVERALL RATING: 0 Exceeds Expectations • Meets Expectations 0 Needs Further Development Part r: KEY,JOB O OBJECTIVE #1: Manage the legal department and the provision of legal services to the City. Notes (status, results, revisions made) Exceeds Expectations Meets Expectations Needs Further Development OBJECTIVE #2: Advise the Council, the City Manager, the Departments, Agencies and Boards; prepare or review all contracts, bonds and other instruments to which the City is a party. Notes (status, results, revisions made) Exceeds Expectations 0 Meets Expectations 0 Needs Further Development OBJECTIVE #3: Direct the prosecution or defense of litigation to which the City is a party. Notes (status, results, revisions made) Exceeds Expectations Meets Expectations Needs Further Development COMMENTS ON OBJECTIVES: IGM06-9600-0001/8625/11 Part II: CORE MANAGEMENT COMPETENCIES Refer to the SAMP Manager Competency Model Manual for competency definitions and ratings standar s. DEVELOP NT PLANNING Development Area(s) Improve Performance O Career Development O Personal Development Actions — Resources - Notes: Part I' ORMANCE SUM Evaluator Comments: Pam spent many hours this year with the Charter Review Committee. She has been helpful to me in our weekly meetings and goes the extra mile advising committees after normal working hours. Employee Comments: Supervisor Signature/Date: Next -level Supervisor Signature (if applicable)/Date: Employee Signature/Date: GM06-9600-0001/8625/1] My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. RE V.6/04 EE ME NFD LEADING PEOPLE — BUILDING PARTNERSHIPS: Communication, Team Building, Diversity, Conflict Management, Coaching and Development, Interpersonal Skills, Integrity SUPPORTING THE VISION: Leadership, Strategic Thinking, Innovation, Flexibility, Vision OBTAINING RESULTS: Planning and Organization, Problem Solving, Decision Making, Professional Knowledge, Credibility FISCAL RESPONSIBILITY: Executing with Quality, Customer Focus, Financial, Human Resources & Technology Management Additional Competency: COMMENTS ON CORE MANAGEMENT COMPETENCIES DEVELOP NT PLANNING Development Area(s) Improve Performance O Career Development O Personal Development Actions — Resources - Notes: Part I' ORMANCE SUM Evaluator Comments: Pam spent many hours this year with the Charter Review Committee. She has been helpful to me in our weekly meetings and goes the extra mile advising committees after normal working hours. Employee Comments: Supervisor Signature/Date: Next -level Supervisor Signature (if applicable)/Date: Employee Signature/Date: GM06-9600-0001/8625/1] My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. RE V.6/04 Employee Supervisor SAMP 4 — 6 u lClearwaterPerformanceEvaluation and Planning Form ° Initial Review Mid -Year Review Er—Annual Review Employee Name (Please Print) Pamela K. Akin Job Title/Department City Attorney Review Period From: 10/2018 To: 10/2019 Supervisor/Reviewer (Please Print) Mayor and City Council Performance Rating Scale Exceeds Expectations: Performance consistently exceeds the requirements of the position. Performance is of an unusually high of the position. Indicates that all assignments and objectives according to the requirements of the position. meet or partially meets some, but not all, expectations. Further in question. quality. Further improvement in performance is unlikely. Meets Expectations: Performance completely meets the expectations have been met. All core managerial competencies were performed Needs Further Development: Performance either does not improvement is required for successful performance of the area CITY VALUES: CARING, WELL-RUN, INTEGRITY, FUTURE ORIENTED DECISION MAKING, OUTSTANDING QUALITY ANNUAL OVERALL RATING: Exceeds Expectations Meets Expectations 0 Needs Further Development Part I: KEY JOB OBJECTIVES OBJECTIVE #1: Manage the legal department and the provision of legal services to the City. Notes (status, results, revisions made) Er Exceeds Expectations Meets Expectations Needs Further Development OBJECTIVE #2: Advise the Council, the City Manager, the Departments, Agencies and Boards; prepare or review all contracts, bonds and other instruments to which the City is a party. Notes (status, results, revisions made) lxceeds Expectations Meets Expectations Needs Further Development OBJECTIVE #3: Direct the prosecution or defense of litigation to which the City is a party. Notes (status, results, revisions made) Ld' Exceeds Expectations Meets Expectations Needs Further Development COMMENTS ON OBJECTIVES: GM06-9600-0001 /8625/ 1 ] Part N: CORE MANAGEMENT COMPETENCIES a.,fi - f 4 C A AID AL .. tea. r+.,. ,,.,ef.r nr, AAnctc! AAantr/ fnr r+nmrwk nr`V: rk ffntftnne Ancj n Minas stanca S. Part III: DEVELOPMENT PLANNING Development Area(s) Improve Performance Career Development O Personal Development Actions — Resources - Notes: Part IV: PERFORMANCE SUMMARY Evaluator Comments: Employee Comments: Supervisor Signature/Date: Next -level Supervisor : gnature (if ap•licable)/Da GM06-9600-0001/8625/11 My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. REV.6/04 3 /9 EE ME NFD LEADING PEOPLE — BUILDING PARTNERSHIPS: Communication, Team Building, Diversity, Conflict Management, Coaching and Development, Interpersonal Skills, Integrity 17 SUPPORTING THE VISION: Leadership, Strategic Thinking, Innovation, Flexibility, Vision OBTAINING RESULTS: Planning and Organization, Problem Solving, Decision Making, Professional Knowledge, Credibility FISCAL RESPONSIBILITY: Executing with Quality, Customer Focus, Financial, Human Resources & Technology Management Additional Competency: COMMENTS ON CORE MANAGEMENT COMPETENCIES Part III: DEVELOPMENT PLANNING Development Area(s) Improve Performance Career Development O Personal Development Actions — Resources - Notes: Part IV: PERFORMANCE SUMMARY Evaluator Comments: Employee Comments: Supervisor Signature/Date: Next -level Supervisor : gnature (if ap•licable)/Da GM06-9600-0001/8625/11 My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. REV.6/04 3 /9 Employee Signature/Date: 4-tM z -1 efi Ja/i/t-e (:1, Cunc%orctiaAf Cb7u0 /td)g ie al"uvti,>v g/amato, pin .14urr(dl4 aad f z /&7/fr m2'0 i/to .(46' GM06-9600-0001/8625/1] My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. REV.6/04 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6734 Agenda Date: 10/3/2019 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 12.2 SUBJECT/RECOMMENDATION: City Manager Evaluation SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/3/2019 October 3, 2019 TO: Mr. William Horne, Clearwater City Manager FROM: David Allbritton, Councilmember CC: Clearwater Councilmembers City Attorney In accordance with City Charter Sec. 2.01 © (1), I hereby submit a report on the evaluation of the performance of the City Manager for the fiscal year ending September 30, 2019. You are a professional who knows how to make a positive impression on citizens and are easy to talk to. Your communications are thoughtful, clear and to the point. You are honest and ethical and care about the welfare of your employees and the City. When I bring concerns to you during our weekly meetings, you listen and discuss ways to resolve concerns and issues. Where the concern needs Council input, you will often poll the other members to see if there is a consensus to move forward. This process is time consuming and sometimes gets lost in the shuffle of new items discussed. Again, the follow through on some issues is lacking. Some highlights of your accomplishments this year are the completed employee compensation study, as we were losing good employees to other municipalities, moving the lagging Imagine Clearwater project along, appointment of a sustainability coordinator to address sustainability and resilience in all departments, the completion of the downtown development code with a sign ordinance that finally meets the needs of merchants, and a new budget that is less than last years budget. Last review I asked to please help our building department permitting process become more customer friendly. This has been discussed for decades and even the Downtown Development Board and CRA recognize this issue. I'm not suggesting making our building or fire codes any less stringent. I'm talking about the process. Residents or business owners shouldn't have to hire attorneys or permit expediters to navigate the process successfully. In closing I am giving you an overall rating of 4 out of 5 as I think everyone has room to improve, including myself . I look forward to working with you this next fiscal year. CITY MANAGER (Clearwater, FL) 2019 EVALUATION Scheduled for Council Meeting: 10/3/19 ASSISTING COUNCIL WITH ITS POLICY-MAKING ROLE Weak Strong A. Providing Information 1. Does the City Manager keep you informed, 1 2 3 4 • in a timely manner, of the things you want to know about? 2. Do you feel that you receive information on 1 2 3 4 • an equal basis with other Council members? 3. Do reports provide adequate information 1 2 4 5 and analysis to help you make sound decisions? 4. Are agenda items and supporting documents 1 2 3 5 brought to the Council in sufficient time for deliberations? 5. Does the City Manager follow up promptly 1 3 4 5 on Council requests for information or action without having to be reminded? Comments - #3 Imagine Clearwater reports and progress has improved with Michael Delk 4 Mostly YES — sometimes items discussed at meetings don't give me enough time to digest before a vote. 5 Some items have to be brought up repeatedly before action is taken. 1 Weak Strong B. Providing Advice 1. Does the City Manager have adequate 1 2 3 4 • knowledge of municipal affairs? 2. Does he exercise good judgment? 1 2 3 5 3. Do you feel that the City Manager considers 1 2 3 5 alternatives before making recommendations? 4. Does the City Manager plan ahead, anticipate 1 2 3 5 needs and recognize potential problems? 5. How do you feel about the quality of analysis 1 2 3 5 that accompanies recommendations? 6. Does he have a good sense of timing in 1 2 3 5 bringing issues to the Council for action? Comments INTERNAL ADMINISTRATION Weak Storm A. Financial Management 1. Are you comfortable with the City Manager's 1 2 3 4 • approach to budget preparation and review? 2. Is the City Manager effective in controlling 1 2 3 5 costs through economical utilization of manpower, materials and equipment? 3. Does the City Manager have sufficient 1 2 3 4 • knowledge of financial matters? 4. Does the City Manager provide you with 1 2 3 5 sufficient information on the financial status of the City government? 5. Is the budget submitted on time? 1 2 3 4 • Comments 2 3 Weak Strong B. Personnel Management 1. Is the City Manager successful in guiding 1 2 3 5 people so that they work together as a team toward common objectives? 2. Is the City Manager effective in selecting and 1 2 3 5 placing personnel? 3. Does the City Manager develop and motivate 1 2 3 5 personnel so that they are increasingly effective in performing their duties? 4. Is the City Manager willing to face up to 1 2 3 4 • disciplinary problems and take action when warranted? 5. Is the City Manager effective in promoting 1 2 3 4 • positive employer-employee relations? 6. Is the City Manager effective on assuring that 1 2 4 5 staff makes a positive impression on citizens? Comments #6 More could be done to help citizens through permit process. Weak Strong C. Getting the Job Done 1. Do you have the feeling that things the 1 2 4 5 Council decides or directs get done? 2. Does the City Manager organize or assign 1 2 3 5 work so that it is performed efficiently and effectively? 3. Does the City Manager pay sufficient attention 1 2 3 5 to detail to avoid error or things "slipping through the cracks"? 4. Does the City Manager put in sufficient time 1 2 3 5 and effort to perform to your expectations? 5. Does the City Manager have a good sense of 1 2 4 5 priorities in the way he spends his time on the job? 4 6. Is the City Manager able to analyze problems 1 2 3 4 • or issues and identify causes, reasons and implications? Comments #1 We discussed allowing marques on Theatres in an April work session and nothing was followed up after Council discussion. 5 I'm finding City Manager spending time out of office on other endeavors. EXTERNAL RELATIONS Weak Strong A. Citizen Relations 1. Does the City Manager generally make a 1 2 3 5 positive impression on citizens and is he respected in the City of Clearwater? 2. Is he effective in handling disputes or 1 2 3 5 complaints involving citizens? 3. Does the City Manager have appropriate 1 2 3 4 • visibility or identity in the community? 4. Does the City Manager represent Council 1 2 3 5 positions and policies accurately and effectively? 5. Does the City Manager give sufficient credit 1 2 3 4 • to Council? 6. Does the City Manager think and act in a 1 2 3 5 manner reflecting an attitude that client Council, staff or citizens) perceptions and satisfactions are key? Comments Weak Strong B. Intergovernmental Relations 1. Is the City Manager effective representing 1 2 3 5 the City's interests in dealing with other agencies? 2. Does the City Manager participate in enough 1 2 3 5 intergovernmental activity to have an impact on behalf of the City? 5 Comments PERSONAL CHARACTERISTICS Weak Strong A. Personality 1. Is the City Manager's personality suited to 1 2 3 4 • effective performance of his duties? B. Communications 1. Is the City Manager easy to talk to? 1 2 3 4 • 2. Do you feel he is a good listener? 1 2 3 4 • 3. Are communications thoughtful, clear 1 2 3 4 • and to the point? 4. Does the City Manager show sensitivity 1 2 3 4 • to the concerns of others? Comments Weak Strong C. Management Style 1. Does the City Manager demonstrate interest 1 2 3 5 and enthusiasm in performing his duties? 2. Does he have sufficient leadership 1 2 3 5 characteristics to command respect and good performance from employees? 3. Does the City Manager show initiative and 1 2 3 5 creativity in dealing with issues, problems and unusual situations? 4. Is the City Manager open to new ideas and 1 2 4 5 suggestions for change? 5. Is the City Manager honest and ethical? 1 2 3 4 • 6. Does the City Manager work well under 1 2 3 4 • pressure? 6 7. Can the City Manager consistently put 1 2 3 5 aside personal views and implement Council policy and direction? Comments VISION ACCOMPLISHMENTS Weak Strong 1. Does the City Manager demonstrate interest 1 2 3 5 and enthusiasm about the Council's Vision for the City? 2. Has the City Manager given staff enough support 1 2 3 5 to carry out the Council's Vision? 3. Has the City Manager contained the growth of 1 2 3 4 • public safety personnel? 4. Has the City Manager supported policies that will 1 2 3 4 • increase safety in the City of Clearwater? 5. Has the City Manager created an atmosphere 1 2 4 5 for redevelopment throughout the City? 6. Does the City Manager support responsible 1 2 3 4 • infrastructure maintenance? 7. Does the City Manager place enough emphasis 1 2 3 4 • on the need for asset management and technological improvements throughout the City? 8. Has the City Manager supported a wide variety 1 2 3 4 • of cultural and recreational offerings? 9. Do the City Manager's actions show an active 1 2 3 5 interest in the health and safety of the City's neighborhoods? 10. Does the City Manager give his staff the tools 1 2 3 5 necessary to provide efficient, responsive city services? 11. Does the City Manager create an atmosphere 1 2 3 5 in which employees can enjoy working for the City? 7 12. Do the City Manager's personnel policies reflect the need to compete for and cultivate talented employees? 1 2 3 4 • 13. Has the City Manager helped to make Clearwater 1 2 3 5 a wonderful place to live, learn, work and play? ACHIEVEMENTS List the top three achievements or strong points of the City Manager for the past twelve (12) months. Appointment of Michael Delk in charge of Imagine Clearwater Employee Classification & compensation study Completion of Downtown development & sign code FUTURE DEVELOPMENT List three goals for the City Manager that you feel are the most important targets for this year. Complete drawings & break ground for Imagine Clearwater project Pick new City Hall site & structured parking location Start Crest Lake Park project Successful referendum for Harborview mixed use site Weak Strong OVERALL RATING 1 2 3 5 Council Member David Allbritton Date October 3, 2019 8 CITY MANAGER (Clearwater, FL) 2019 EVALUATION Scheduled for Council Meeting: 10/3/19 ASSISTING COUNCIL WITH ITS POLICY-MAKING ROLE Weak Strong A. Providing Information 1. Does the City Manager keep you informed, 1 2 4 5 in a timely manner, of the things you want to know about? 2. Do you feel that you receive information on 1 2 3 4 an equal basis with other Council members? 3. Do reports provide adequate information 1 2 C.23 4 5 and analysis to help you make sound decisions? 4. Are agenda items and supporting documents 1 2 4 5 brought to the Council in sufficient time for deliberations? 5. Does the City Manager follow up promptly 1 2 4 5 on Council requests for information or action without having to be reminded? Co m nts 1 ' % 14i CO( .A a/N 4eu Weak Stron B. Providing Advice 1. Does the City Manager have adequate knowledge of municipal affairs? 2. Does he exercise good judgment? 1 20 4 5 3. Do you feel that the City Manager considers 1 20 4 5 alternatives before making recommendations? 4. Does the City Manager plan ahead, anticipate 1 3 4 5 needs and recognize potential problems? 1 2 3 4 5. How do you feel about the quality of analysis that accompanies recommendations? 6. Does he have a good sense of timing in 1 Q 3 4 5 1 (2) 3 4 5 bringing issues to the Council for action? Comments - in/ / 6P2)2.& -riwo ih Y) ! I • L// t 4'/ r / I_1 dArrITA .%!/.!/FR/I N NN _I_ 1111 ,4 INTERNAL ADMINISTRATION A. Financial Management Weak 1. Are you comfortable with the City Manager's 1 2 3 4 approach to budget preparation and review? 2. Is the City Manager effective in controlling 1 2 3 4 costs through economical utilization of manpower, materials and equipment? 3. Does the City Manager have sufficient 1 2 3 knowledge of financial matters? 4. Does the City Manager provide you with 1 2 3 ® 5 sufficient information on the financial status of the City government? Strong 5 5. Is the budget submitted on time? 1 2 3 4 Comments 2 Weak Stron B. Personnel Management 1. Is the City Manager successful in guiding 1 2 3 0 5 people so that they work together as a team toward common objectives? 2. Is the City Manager effective in selecting and 1 2 4 5 placing personnel? 3. Does the City Manager develop and motivate 1 2 3 5 personnel so that they are increasingly effective in performing their duties? 4. Is the City Manager willing to face up to 1 0 3 4 5 disciplinary problems and take action when warranted? 5. Is the City Manager effective in promoting 1 2 (J 4 5 positive employer-employee relations? 6. Is the City Manager effective on assuring that 1 2 3 CO 5 staff makes a positive impression on citizens? , / Comments i " r, i weAv, , 64ya-i_z4 42,z,z2e.,,,,7 re.e_zz,,,,t/i& 7,--/AL,0 /0..e.:, Weak Stron C. Getting the Job Done 1. Do you have the feeling that things the 1 0 3 4 5 Council decides or directs get done? 2. Does the City Manager organize or assign 1 2 3 0 5 work so that it is performed efficiently and effectively? 3. Does the City Manager pay sufficient attention 1 2 3 GJ 5 to detail to avoid error or things "slipping through the cracks"? 4. Does the City Manager put in sufficient time 1 2 3 4 and effort to perform to your expectations? 5. Does the City Manager have a good sense of 1 2 3 4 priorities in the way he spends his time on the job? 3 6. Is the City Manager able to analyze problems 1 2 3 or issues and identify causes, reasons and implic tions? 5 Com nts 1/ / / / 4 ._ 441 1 I. 4 A0141 ,; ' i#% az.xi 4 -1- 41' olsagrirrflellairArAffillarri4MireM_ AWN' i EXTERNAL RELATIONS A. Citizen Relations Weak Strong 1. Does the City Manager generally make a 1 2 3 4 positive impression on citizens and is he respected in the City of Clearwater? 2. Is he effective in handling disputes or 1 2 3 4 complaints involving citizens? 3. Does the City Manager have appropriate 1 2 3 4 visibility or identity in the community? 4. Does the City Manager represent Council 1 2 3 4 positions and policies accurately and effectively? 5. Does the City Manager give sufficient credit 1 2 3 4 to Council? 6. Does the City Manager think and act in a 1 2 3 4 manner reflecting an attitude that client Council, staff or citizens) perceptions and satisfactions are key? e Comments c5) Id % 4 _L_' ' 1L 4 12-,z11, e,,vet Weak Strong B. Intergovernmental Relations /— 1. Is the City Manager effective representing 1 2 3 C4) 5 the City's interests in dealing with other agencies? 2. Does the City Manager participate in enough 1 2 3 1 5 intergovernmental activity to have an impact on behalf of the City? 4 Com gents 7 /7797-}2,--4 .s zGA.-/V- PERONAL CHARACTERISTICS Weak Strong A. Personality 1. Is the City Manager's personality suited to 1 2 3 4 effective performance of his duties? B. Communications 1. 1s the City Manager easy to talk to? 1 2 3 4 r5 2. Do you feel he is a good listener? 1 2 3 4 U 3. Are communications thoughtful, clear 1 2 3 4 0 and to the point? 4. Does the City Manager show sensitivity 1 2 3 4 0 to the concerns of others? Weak Strong C. Management Style 1. Does the City Manager demonstrate interest 1 2 3 4 and enthusiasm in performing his duties? 2. Does he have sufficient leadership 1 2 3 4 characteristics to command respect and good performance from employees? 3. Does the City Manager show initiative and 1 2 3 0 5 creativity in dealing with issues, problems and unusual situations? 4. Is the City Manager open to new ideas and 1 2 3 4 suggestions for change? 5. Is the City Manager honest and ethical? 1 2 3 6. Does the City Manager work well under 1 2 3 pressure? 4 5 5 7. Can the City Manager consistently put 1 2 3 40 aside personal views and implement Council policy and direction? Comments rG"l /11(i ,l!/1.- .7% /1 % Q'Yl11-1 l /l /1)-t i' f' vvra aL, 14,.?1 7,ii' a/Yj fkia/li 1)6 _712 1,e(1 eq , VISION ACCOMPLISHMENTS Weak Strong 1. Does the City Manager demonstrate interest 1 2 3 R 5 and enthusiasm about the Council's Vision for the City? 2. Has the City Manager given staff enough support 1 2 3 40 to carry out the Council's Vision? 3. Has the City Manager contained the growth of 1 2 3 4 0 public safety personnel? 4. Has the City Manager supported policies that will 1 2 3 4 C) increase safety in the City of Clearwater? 0/( Has the City Manager created an atmosphere 1 2 4 5 for redevelopment throughout the City? 6. Does the City Manager support responsible 1 2 3 4 0 infrastructure maintenance? 7. Does the City Manager place enough emphasis 1 2 3 4 0 on the need for asset management and technological improvements throughout the City? 8. Has the City Manager supported a wide variety 1 2 3 4 0 of cultural and recreational offerings? 9. Do the City Manager's actions show an active 1 2 3 • 5 interest in the health and safety of the City's neighborhoods? 10. Does the City Manager give his staff the tools 1 2 3 4 V necessary to provide efficient, responsive city services? 11. Does the City Manager create an atmosphere 1 2 3 4 V in which employees can enjoy working for the City? 6 12. Do the City Manager's personnel policies reflect the need to compete for and cultivate talented employees? 13. Has the City Manager helped to make Clearwater 1 2 a wonderful place to live, learn, work and play? 1 2 3 ACHIEVEMENTS List the top three achievements or strong points of the City Manager for the past twelve (12) months. 3 4 5 mAmainumm ffPirdwariamirwr itwortravymr ILAIErrire Mir tai/' A.c.' 1 Fig dr IMILWAIMErr MOW FUTURE DEVELOPMENT List three goals for the City Manager that you feel are the most important targets for this year. 4 dnnzu,( 3, 0 •a2 1 iypci 2.4.01 40 e/4- — G ..4/3-74, 1.0 l i i..r1n 04.017 OVERALL RATING 0, ( ,i 4iii. >O 7i e'? anti Biu .499/, 1. .71v Cd rr c/ uo c2 dr i , -2,1.,E irn/ , / pt# -/Li . i 7740 Weak 1 2 Strong 4 5 7 da6.61 diat, A40 J -(--1.w3 (67/ ill /i,&(-cfri9-)z)994'b C i/. y -eco , ua b) Z_D 7Mi "Lel')1 170 j -ed gy, -6'z?/64 gilT )0 1 A /7id max n C -)-e‘ 04)7,/,Agi(-e /po V -Lai ai° coqd cam fin 14,cwid. CEJ/,9d 41 art 49 e ,, ! . i' 1,4e -e- .77yad a.d_ teazi22:146ar GM06-9600-0001/8625/1] My signature acknowledges that I have received this evaluation and associated feedback from my supervisor, although I may not necessarily agree with the evaluation. Signatures only required at the end of the evaluation year. REV.6/04