08/31/2020Monday, August 31, 2020
9:00 AM
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Main Library - Council Chambers
Council Work Session
Work Session Agenda
August 31, 2020Council Work Session Work Session Agenda
To ensure public safety and comply with the Governor's Safer at Home order in response to the
COVID-19 virus, the Clearwater City Council will hold a public meeting on Monday, August 31, 2020 at
9:00 a.m. using communications media technology.
Pursuant to Executive Order No. 20-69, issued by the Office of Governor Ron DeSantis on March 20,
2020, municipalities may conduct meetings of their governing boards without having a quorum of its
members present physically or at any specific location, and utilizing communications media technology
such as telephonic or video conferencing, as provided by Section 120.54(5)(b)2, Florida Statutes.
The meeting will be held through the Zoom platform and will be broadcast live
on the city's website (https://www.myclearwater.com/government/council-meeting-streaming-videos),
o n F a c e b o o k ( w w w . f a c e b o o k . c o m / c i t y o f c l e a r w a t e r ) a n d o n Y o u T u b e
(www.youtube.com/myclearwater) as well as the following public access TV channels: Spectrum
Channel 638, Frontier Channel 30 and WOW! Channel 15.
Individuals with disabilities who need reasonable accommodations to effectively participate in this
meeting are asked to contact the City Clerk at (727)562-4092 or rosemarie.call@myclearwater.com in
advance.
1. Call to Order
2. Presentations
Forward Pinellas - Mr. Whit Blanton, Executive Director2.1
Pinellas County Presentation on Belcher Road and Gulf to Bay Boulevard -
1) Ken Jacobs, PWE, TSOS, RSP - Director of Transportation Pinellas
County Public Works 2) Kevin Kuhlow, PE - Ayres Associates, Inc.,
Transportation Services Manager, 3) Available for questions: Hisham
Sunna, PhD, PE - Ayres Associates, Inc., Belcher Rd and Gulf to Bay Blvd
Project Manager
2.2
3. City Manager
Approve not-to-exceed increase of $125,000 to Hilltop Securities Inc.
(Hilltop) for spring training deal structure consulting services provided by
ICON Venue Group, LLC d/b/a CAA ICON (CAA ICON) as subconsultant
to Hilltop per Amendment 1 to the agreement dated April 17, 2019
between Hilltop and CAA ICON, approve a not-to-exceed administrative
fee increase of $5,000 to Hilltop per the agreement between Hilltop and
the City, bringing the total for contract No. 900622 to $188,059.17 and
authorize the appropriate officials to execute same. (consent)
3.1
Provide direction on Clearwater Main Library Imagine Clearwater
Construction Scheduling.
3.2
4. Office of Management and Budget
Page 2 City of Clearwater Printed on 8/30/2020
August 31, 2020Council Work Session Work Session Agenda
Set final millage rate of 5.9550 mills for fiscal year 2020/21 against
non-exempt real and personal property within the City of Clearwater and
pass Ordinance 9407-20 on first reading. (APH)
4.1
Approve the City of Clearwater Annual Operating Budget for the 2020/21
fiscal year and pass Ordinance 9408-20 on first reading. (APH)
4.2
Approve the fiscal year 2020/21 Annual Capital Improvement Budget,
establish a six-year plan for the Capital Improvement Program (CIP) and
pass Ordinance 9409-20 on first reading. (APH)
4.3
Approve the recommended Penny for Pinellas project list, as revised for
Fiscal Years 2020/21 through 2029/30. (APH)
4.4
5. Economic Development and Housing
Approve State Housing Initiatives Partnership (SHIP) Program Annual
Report and Local Housing Incentive Certification for the closeout year
2017-2018 and interim years 2018-2019 and 2019-2020 and allow
appropriate officials to execute same. (APH)
5.1
6. Finance
Approve agreement for professional external audit services for five fiscal
years ending September 30, 2020 through 2024, with the
accounting/auditing firm of Carr, Riggs and Ingram, LLC, for a
not-to-exceed amount of $711,700 and authorize the appropriate officials
to execute same. (consent)
6.1
Approve Memorandum of Assumption with Resources Investment
Advisors, LLC for investment advisory services for the City’s 457 Deferred
Compensation Plan and 401(a) Money Purchase Pension Plan and
authorize the appropriate officials to execute same. (consent)
6.2
7. Gas System
Approve a Gas Utility Easement from Fl-Tarpon Square-QRX, LLC, for the
construction, installation, and maintenance of gas utility facilities on real
property located at 41256 US Highway 19 North, Tarpon Springs and
adopt Resolution 20-43.
7.1
Approve an Extended Warranty Service Agreement and Purchase Order,
in the amount of $525,000, with Tecogen, Inc., for the period October 1,
2020 through September 30, 2029, for service maintenance on three
Tecochill air conditioning units and authorize the appropriate officials to
execute same. (consent)
7.2
Page 3 City of Clearwater Printed on 8/30/2020
August 31, 2020Council Work Session Work Session Agenda
8. Human Resources
Authorize the funding of city medical insurance for the Administrative
Services Agreement between the City and Cigna Healthcare under a
self-insured funding arrangement for the period January 1, 2021 through
December 31, 2021, at a total not-to-exceed $21.5 million, to be funded by
city budgeted funds, payroll deductions of employees and retiree
premiums. (consent)
8.1
Approve a one-year renewal term for the professional services agreement
between the City of Clearwater and Cigna Onsite Health, LLC to provide
onsite health clinic services to employees, family members, and retirees
who are covered by the City of Clearwater health insurance not to exceed
$1.7 million and authorize the appropriate officials to execute same.
(consent)
8.2
9. Parks and Recreation
Approve a proposal by Construction Manager at Risk Keystone
Excavators, Inc. of Oldsmar, Florida in the amount of $268,417.05 for site
work and improvements at Valencia Park located at 2050 Hercules
Avenue and authorize the appropriate officials to execute same. (consent)
9.1
Approve the First Amendment to the Host Venue Agreement between the
City and Competitor Group, Inc. (CGI) for the Rock ‘n’ Roll Marathon Series
to update the term of the agreement and authorize the appropriate officials
to execute same. (consent)
9.2
10. Engineering
Ratify and confirm a first amendment to the Joint Project Agreement (JPA)
between Pinellas County and the City of Clearwater for the Sunset Point
Road at Betty Lane Utility Relocation Project (17-0012-UT) for an increase
of $333,108.17, from $402,948 to $736,056.17, and authorize the
appropriate officials to execute same. (consent)
10.1
Approve Construction Manager at Risk (CMAR) proposal from Skanska,
Inc., of Tampa, FL, for installation of supportive infrastructure for Imagine
Clearwater (17-0031-EN) at the Guaranteed Maximum Price (GMP) of
$1,184,090 and authorize the appropriate officials to execute same.
(consent)
10.2
Page 4 City of Clearwater Printed on 8/30/2020
August 31, 2020Council Work Session Work Session Agenda
Award a construction contract to David Nelson Construction Company, of
Palm Harbor, Florida, for Invitation to Bid (ITB) 20-0029-EN 2021 Annual
Stormwater Repairs in the annual amount of $1,500,000 for an initial
one-year term with an option to renew for three additional one-year renewal
terms on a unit price basis and authorize the appropriate officials to
execute same. (consent)
10.3
Award a construction contract to Shenandoah General Construction
Company, of Pompano Beach, Florida, for Invitation to Bid (ITB)
20-0019-EN 2021 Stormwater Pipe Cleaning in the annual amount of
$400,000 for an initial one-year term with an option to renew for three
additional one-year renewal terms on a unit price basis and authorize the
appropriate officials to execute same. (consent)
10.4
Approve the conveyance of a Distribution Easement to Duke Energy
Florida, LLC, d/b/a Duke Energy, for the installation, operation and
maintenance of electric facilities to support Duke’s new transformers and
electrical facility installation for the Imagine Clearwater project. (consent)
10.5
11. Planning
Authorize a Work Order to HDR, Inc. of Tampa, Florida in the amount of
$236,324 to assist in updating the City’s Comprehensive Plan per
Clearwater Code of Ordinances, 2.564(1)(d) Other Government Contracts,
and authorize the appropriate officials to execute same. (consent)
11.1
12. Information Technology
Authorize a purchase order to CDW Government LLC (CDW-G), of Vernon
Hills, IL, in the amount of $156,377.00, pursuant to Clearwater Code of
Ordinances Section 2.564(1)(d) Exceptions to Bid - Other Government
Entities’ Bids, authorize lease purchase under the City's Master Lease
Purchase Agreement or internal financing via an interfund loan from the
Capital Improvement Fund, whichever is deemed to be in the City's best
interests, and authorize the appropriate officials to execute same.
(consent)
12.1
13. Public Utilities
Authorize the award of Invitation to Bid 43-20, Laboratory Services, to
Flowers Chemical Laboratories, Inc of Altamonte Springs, FL and Pace
Analytical Services, LLC of Oldsmar, FL for an annual not-to-exceed
amount of $400,000.00 with the option for two, one-year extensions at the
City’s discretion, and authorize the appropriate officials to execute same.
(consent)
13.1
Page 5 City of Clearwater Printed on 8/30/2020
August 31, 2020Council Work Session Work Session Agenda
14. Customer Service
Approve the renewal agreement and purchase order to Cayenta, a division
of N. Harris Computer Corporation, for support and maintenance related to
the Utility Management System, for a total not-to-exceed amount of
$774,366.15 for the 5-year term beginning November 1, 2020 through
October 31, 2025, per Clearwater Code of Ordinances Section 2.564 (1)
(e) Impractical to bid and authorize the appropriate officials to execute
same. (consent)
14.1
15. Solid Waste
Approve a Purchase Order increase to Clearwater Towing Service, Inc., of
Clearwater, FL, in the amount of $15,000 for a total not to exceed amount
of $75,000 for remainder of this term ending September 30, 2020, to
accommodate towing services for all city-wide equipment, and authorize
the appropriate officials to execute same. (consent)
15.1
Approve an increase to Contract 900048, Hose and Hydraulics, Inc. of
Clearwater, FL, in the amount of $100,000 for the remainder of the third
year term, bringing the total amount to $325,000, increase the final two
terms of the contract expiring August 10, 2022 to $325,000 for the
purchase of replacement hydraulic parts, repairs and service for vehicles
and equipment used by city departments, in accordance with Clearwater
Code of Ordinances Sec. 2.564(1)(d), Other Government Entities Bids,
and authorize the appropriate officials to execute same. (consent)
15.2
16. Official Records and Legislative Services
Appoint Janelle Branch to the Brownfields Advisory Board, as a business
owner or representative, with a term to expire September 30, 2024.
(consent)
16.1
17. Legal
Increase the amount of the contract with Manson Bolves Donaldson Varn
for outside counsel representation in Seminole Boat Docks land ownership
issues for a not exceed amount of exceed $25,000, for a new contract total
of not to exceed $75,000, approve the amendment to the Legal Services
Agreement increasing the contract amount, and authorize the appropriate
officials to execute same. (consent)
17.1
Approve a Special Magistrate Services Agreement with Nancy Mag, Esq.
and authorize the appropriate officials to execute same. (consent)
17.2
Page 6 City of Clearwater Printed on 8/30/2020
August 31, 2020Council Work Session Work Session Agenda
Adopt Ordinance 9383-20 on second reading, amending Chapter 33,
Clearwater Code of Ordinances, to prohibit derelict vessels from being left
in the city waterways and providing for enforcement.
17.3
Confirm COVID-19 Emergency Proclamation and adopt Resolution 20-47.17.4
18. City Manager Verbal Reports
19. City Attorney Verbal Reports
20. Council Discussion Item
Solar Panels on Amphitheater - Councilmember Beckman20.1
Go Vote on old City Hall - Councilmember Beckman20.2
PSTA Update - Vice Mayor Allbritton20.3
21. New Business (items not on the agenda may be brought up asking they be
scheduled for subsequent meetings or work sessions in accordance with Rule 1,
Paragraph 2).
22. Closing Comments by Mayor
23. Adjourn
24. Presentation(s) for Council Meeting
Library Card Sign Up Month Proclamation - Jennifer Obermaier, Library
Director
24.1
Page 7 City of Clearwater Printed on 8/30/2020
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8049
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: PresentationIn Control: Council Work Session
Agenda Number: 2.1
SUBJECT/RECOMMENDATION:
Forward Pinellas - Mr. Whit Blanton, Executive Director
SUMMARY:
Mr. Blanton will review Forward Pinellas’ legislative priorities and earmarks for the coming year.
Page 1 City of Clearwater Printed on 8/30/2020
Whit Blanton, FAICP
Executive Director
LEGISLATIVE PRIORITIES &
EARMARKS
1
Call For Projects
2
Multimodal, Transportation Alternatives
& Complete Streets
Advantage Pinellas – A Land Use & Transportation Strategy
3
A Balanced Solution Reflecting Our Land Use & Redevelopment Context
Reduce Traffic
Congestion
Reduce Traffic
Congestion
Make Transportation
Safer
Make Transportation
Safer
Enhance Transit
Services
Enhance Transit
Services
Multimodal Projects Priority List
4
›Basis for Developing the FDOT 5-
Year Work Program
›Minimum project cost $350K
›Maximum of 3 applications/entity
›All modes considered
›Evaluated against criteria that
support Advantage Pinellas goals
Multimodal Priority List Criteria
5
Improve Safety
Improve Mobility
Foster Economic Growth
Enhance Equitable Outcomes
Protect the Environment
Increase Resiliency
Transportation Alternatives Program (TA)
Eligible Projects
Pedestrian, bicycle and other non-auto projects
Infrastructure to improve access to transit service
6
Prerequisites
Local Commitment
100% of Right-of-Way or easement
LAP Certification (County may assist)
Complete Streets Program
7
Complete Streets are streets for everyone, no
matter who they are or how they travel.
Pedestrians, bicyclists, motorists, and public transportation users of all ages
and abilities can safely move along and across a complete street.
Complete Streets Program
8
Minimum criteria
Local support
Demonstrate how project serves
as redevelopment catalyst
Land use connection
Minimum Criteria
Local support
Demonstrate support as a
redevelopment catalyst
Land use connection
Serve multiple modes
LAP certification (or
agreement)
ROW available or secured
Concept Planning (up to $100,000)Construction Projects (up to $1 million)
Legislative Priorities
9
Adopted 2019-20 Policy Positions
Support Urban Agriculture
Protect Trust Funds
Support Flexible & Sustained
Transportation Funding
10
Stop Distracted Driving
Maintain MPO Authority for
Apportionment Structure
Support Home Rule
Adopted 2019-20 Policy Positions
Support Urban Agriculture
Forward Pinellas supports promoting healthy communities
through urban agriculture with local land development
regulations that protect existing urban development.
Protect Trust Funds
Forward Pinellas specifically supports protecting funding
intended for affordable housing and other specific purposes
from being transferred to other sources.
11
Adopted 2019-20 Policy Positions
Support Flexible & Sustained Transportation Funding
Forward Pinellas supports the Legislature permitting the indexing of local fuel
taxes for inflation to better keep pace with transportation needs like it has
done for state fuel tax revenues.
Forward Pinellas supports increased flexibility for SIS funds for premium or
express transit operating on the SIS roadway, but not necessarily on its own
fixed guideway, to enhance mobility on the SIS.
Forward Pinellas supports additional flexibility of Other Arterials program
funds to enable urban corridor improvements that strengthen the safety and
multimodal accessibility of the state highway system.
Forward Pinellas supports sustained funding of $250 million per year for the
TRIP program as a way to strengthen regional partnerships to improve mobility.
12
Adopted 2019-20 Policy Positions
Stop Distracted Driving
Forward Pinellas supports legislation that expands upon the adopted Texting While Driving law by prohibiting distracted driving by addressing the use of wireless communications devices with clear definitions and clarification on what it means to be stationary and operating.
Maintain MPO Authority for Apportionment Structure
Forward Pinellas opposes one-size-fits all changes that would usurp local
authority to determine the most appropriate structure of MPOs
consistent with federal law and consultation with the Governor.
Support Home Rule
Forward Pinellas supports home rule and opposes bills that erode the
ability of local governments to reflect the wishes and desires of their
communities.
13
2020 Legislative Fight – Rectangular Rapid-Flashing Beacons
Top countermeasure to improve roadway safety
Reduces pedestrian crashes by 47%
Increases motorist compliance by 80%
98% of fatal crashes are located in places outside of a RRFB crosswalk
14
In 2020, Senate Bill 100, which would have forced the removal of many Rectangular
Rapid Flashing Beacons (RRFBs) across the state, advanced all the way to its final
stop, the Senate Appropriations Committee.
Legislative Issues to Monitor for 2021
Broaden the ability of local governments to use discretionary
sales surtaxes (e.g., Penny for Pinellas) to fund affordable
housing
Budget reductions due to COVID-19
Further restrictions on local governments’ ability to raise local
revenue for transportation
Restore local governments’ authority to regulate vacation rentals
Respect and affirm local governments’ authority to regulate the
character of their communities through land use regulation,
including building design
Increase state funding support for local resiliency planning
15
The Problem with
Earmarks
16
Five Problems with Legislative Earmarks
1.Earmarks do not grow the funding pie.
2.Earmarked local projects force other priority projects out.
3.If the governor vetoes the earmark project, that money is gone from the budget.
4.FDOT is prohibited from working on the project that was vetoed for the next fiscal year.
5.Earmarked projects only include one phase of a transportation project. If prior phases still need to be completed, that money will sit.
17
“Earmarks are like jumping the line at the movie
premier. They subvert the process and undermine
the efforts of everyone who plays by the rules.”
When “Good” Earmarks Go Bad
In last year’s budget, a “goodwill” earmark for TBARTA meant the Pinellas
Suncoast Transit Authority lost $1 million that was slated for replacing the
aging and undersized transfer center in downtown Clearwater.
Another earmark in Hillsborough County eliminated five other safety
projects that FDOT had planned to fund.
Language in an earmark is key: if the earmark is for “design,” the money
cannot be used for evaluating alternatives or construction.
18
There’s More Than One Way
Submit a Call For Projects
Look for other grant opportunities
Safe Routes to Schools
Highway Safety Improvement Program
19
Earmarks Consultation & Assessment
Thinking of a Legislative Earmark? We can help!
Helping with the Call For Projects Submittal Process
Finding other funding sources
Identifying what other projects may be affected by your Earmark
Getting the language right to do what you want done
20
Let’s Talk Legislative Priorities and
Earmarks ~
21
Thank You
Whit Blanton, FAICP
Executive Director
wblanton@forwardpinellas.org | 727. 464. 8712
22
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8096
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: PresentationIn Control: Council Work Session
Agenda Number: 2.2
SUBJECT/RECOMMENDATION:
Pinellas County Presentation on Belcher Road and Gulf to Bay Boulevard - 1) Ken Jacobs, PWE,
TSOS, RSP - Director of Transportation Pinellas County Public Works 2) Kevin Kuhlow, PE - Ayres
Associates, Inc., Transportation Services Manager, 3) Available for questions: Hisham Sunna, PhD, PE -
Ayres Associates, Inc., Belcher Rd and Gulf to Bay Blvd Project Manager
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/30/2020
Gulf to Bay and Belcher RoadIntersection Improvements
Clearwater City Council Work Session
August 31, 2020
Ken Jacobs,
Director, Public Works Transportation Division
Kevin Kuhlow, PE
Transportation Manager, Ayres Associates
Gulf to Bay and Belcher Road
Intersection Improvements
3
Gulf to Bay and Belcher Road Intersection
Google Maps
North
Expanded Traffic Signal Alternative
Dual Left-Turn Lanes andRight-Turn Lanes
LOS F in 2037
Decreased Safety
Removal of Walmart/Publix Traffic Signal on Belcher Road
Closure of Median Openingson Gulf to Bay Blvd
Comparison Cost = $15M-$18M
Gulf to Bay and Belcher Road Intersection
4
North
Single Point Urban Interchange
Alternative
Gulf to Bay Blvd over Belcher Rd
Improved Operations
Significant R/W and Access Impacts
Comparison Cost = $80M+
Gulf to Bay and Belcher Road Intersection
5
North
Feasible Alternatives
Innovative Intersection Alternatives
Quadrant Roadway
Displaced Left-Turn
Restricted Crossing U-Turn
Median U-Turn
Gulf to Bay and Belcher Road Intersection
6
Gulf to Bay and Belcher Road Intersection
7
East/West Median U-Turn
Improved Safety and Operations
Improved Pedestrian Accommodations
Maintains Walmart/Publix Traffic Signal on Belcher Road
Reduced Right-of-Way Impacts
Comparison Cost = $13.5M
Gulf to Bay and Belcher Road Intersection
8
Next Steps
FY 2021/22 Public Meeting
Present Public Feedback for Alternative Determination
Finalize and Share PD&E
~FY 2022/23 Design
~FY 2023/24 Acquisition
~FY 2025/26 Construction
Gulf to Bay and Belcher Road Intersection
9
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8179
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: City Council
Agenda Number: 3.1
SUBJECT/RECOMMENDATION:
Approve not-to-exceed increase of $125,000 to Hilltop Securities Inc. (Hilltop) for spring training
deal structure consulting services provided by ICON Venue Group, LLC d/b/a CAA ICON (CAA
ICON) as subconsultant to Hilltop per Amendment 1 to the agreement dated April 17, 2019
between Hilltop and CAA ICON, approve a not-to-exceed administrative fee increase of $5,000
to Hilltop per the agreement between Hilltop and the City, bringing the total for contract No.
900622 to $188,059.17 and authorize the appropriate officials to execute same. (consent)
SUMMARY:
In the Spring of 2019, the City requested assistance from the City’s financial advisor, Hilltop
Securities (Hilltop), with professional analysis of the proposed Phillies spring training terms. In
April 2019, the City contracted with Hilltop for the services of a subconsultant, CAA ICON.
Hilltop contracted with CAA ICON on behalf of the City. Payments to Hilltop for CAA ICON
consulting fees and related expenses totaled $53,059.17, with another $5,000 in Hilltop
administrative and consulting fees under contract #900622. With this increase the total
not-to-exceed amount for services under the contract will total $188,059.17
The City has determined that additional CAA ICON consulting services are needed during
negotiations of a new spring training lease agreement with the Phillies. CAA ICON has
proposed a fee of $25,000 per month for a minimum of 3 months, plus travel expenses, etc.
Staff is requesting a not-to-exceed increase of $125,000 to provide a buffer if negotiations
exceed the three-month timeframe. Additionally, not-to-exceed increase of $5,000 is requested
for Hilltop administrative and consulting fees as needed.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendment will provide a transfer of $130,000 from General Fund
reserves to capital improvement project 93618, Misc. Parks and Recreation Contracts, to fund
this contract.
USE OF RESERVE FUNDS:
Funding for this contract will be provided by a third quarter budget amendment allocating
General Fund reserves in the amount of $130,000 to capital improvement project 93618, Misc.
Parks and Recreation Contracts. Inclusive of this item if approved, a net total of $2,694,294 of
General Fund reserves has been appropriated by Council to fund expenditures in the 2019/20
operating budget. The remaining balance in General Fund reserves after the 8.5% reserve is
Page 1 City of Clearwater Printed on 8/30/2020
File Number: ID#20-8179
approximately $24.8 million, or 16.3% of the current General Fund operating budget.
Page 2 City of Clearwater Printed on 8/30/2020
Effective as of August 13, 2020
VIA EMAIL
Matthew J. Sansbury
Managing Director
Alex Bugallo
Managing Director
Hilltop Securities Inc.
450 S. Orange Avenue, Suite 460
Orlando, FL 32801
RE: Spring Training Deal Structure Comparison – Amendment #1
Gentlemen:
Reference is made to the certain Agreement between Hilltop Securities Inc. (“Hilltop” or “Client”),
for the benefit of The City of Clearwater, Florida (“City”), and ICON Venue Group, LLC, d/b/a CAA
ICON ("CAA ICON"), dated April 17, 2019 (the "Agreement"). Capitalized terms not otherwise
defined herein shall have the meanings for such terms in the Agreement.
CAA ICON's Strategic Advisory Group is pleased to present this Letter Amendment to our
Agreement. CAA ICON shall provide the Additional Services as outlined in Exhibit A. In
consideration for CAA ICON’s performance of these Additional Services, Client shall pay CAA ICON
an additional fee of $25,000 per month for a minimum of three months, or $75,000 in total
professional fees (“Additional Fees”), plus reimbursement for all reimbursable expenses in
accordance with the Letter. The foregoing Additional fee and reimbursable expenses shall be
payable in accordance with Section 26 of the Terms and Conditions. At the end of the initial three
month period, CAA ICON and Client will meet and confer to determine business arrangements and
reach a mutually agreeable approach regarding the extent to which the Services are to be
completed. Client acknowledges and agrees that not all the tasks described Exhibit A will be
completed in the initial three month period. As provided in the Agreement, any additional
consulting services not included in the scope of work described above shall only be performed
when agreed to in writing.
Hilltop represents and warrants that it has the express authority to retain CAA ICON to perform the
scope of Additional Services described below under the terms as outlined herein.
In countersigning below, Client acknowledges and agrees that CAA ICON is not an investment bank,
broker-dealer, or financial adviser, and is in no way providing services in such a capacity. As such,
consistent with Section 5 of the Terms and Conditions, the work-product produced in connection
with the Services under this Letter Amendment shall not be used for financing, marketing, or
lending purposes.
2 of 3
Except as provided in this Letter Amendment, the Agreement shall remain unchanged and apply fully
for the services provided under this Letter Amendment. Your signature below shall signify the
Hilltop’s agreement to continue to engage CAA ICON under the terms outlined in this Letter
Amendment.
Sincerely,
ICON VENUE GROUP, LLC d/b/a CAA ICON
BY:
Daniel S. Barrett
TITLE: Executive Vice President
Attachment
ACKNOWLEDGEMENT OF RECEIPT AND AGREEMENT WITH THE TERMS AND CONDITIONS OF
THIS LETTER AMENDMENT (INCLUDING ALL EXHIBITS):
HILLTOP SECURITIES, INC.
BY:
NAME:
TITLE:
3 of 3
Exhibit A
SCOPE OF ADDITIONAL SERVICES
1) Negotiating assistance and support services
a) Review and comment on existing agreements
b) Review and comment on proposed stadium and training facility renovation plans
c) Estimate financial impact of proposed renovation plans
d) Assist in developing overall negotiation strategy
e) Meet with team representative(s) and other key stakeholders
f) Identify key considerations
i) Financial considerations
ii) Financing considerations
iii) Operating considerations
iv) Capital repair considerations
v) Timing considerations
vi) Political considerations
g) Public relations strategy
h) Assess key stakeholder goals/objectives and alternatives
i) Participate in negotiations
j) Consider team alternatives
2) Deal structure advisory
a) Consider alternative approaches
b) Identify issues and concerns
c) Identify desired amenities/rights
d) Evaluate financial impacts of key negotiating terms
3) Provide document support services/assist legal team
a) Letter of intent/memorandum of understanding
b) Definitive agreements
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8180
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: City Manager's Office
Agenda Number: 3.2
SUBJECT/RECOMMENDATION:
Provide direction on Clearwater Main Library Imagine Clearwater Construction Scheduling.
SUMMARY:
At the August 6, 2020 city council meeting, staff was provided direction to move forward with
the construction component of the Main Library renovations in conjunction with the Imagine
Clearwater Plan.
In working with contractor Skanska, staff has developed two construction options:
Option 1 - This option will allow for limited use of the library by patrons by bifurcating
construction work on the first floor with a temporary wall. The construction timeline for Option 1
is roughly thirteen months. Keeping the library open during renovations the City will incur
additional costs due to the protracted construction timeline.
Option 2 - This option calls for closing the main library for approximately 9 months to all
patrons. This option allows the contractor to complete their construction in almost 1/3 of the
time as mentioned in Option 1. Saving additional time and money with a proposed project
completion of 9 months instead of 13.
Due to the operational and financial impacts of Option 1, staff is recommending that Council
pursue Option 2 which would result in a full and complete closure of the main library for 9
months. City Administration and Library staff feel that the library system is well positioned to
absorb this impact. To offset patron impact to the library system, staff is planning to
temporarily reassign staff from the Main Library to North Greenwood and Beach Library
branches to provide increased operational hours while the Main Library is closed due to
renovation.
Based on Council’s direction, staff will amend Agenda Item 10.2, if needed, before the
September 3rd council meeting.
Page 1 City of Clearwater Printed on 8/30/2020
2021 Council Schedule Intranet (last rev.08-05-20)
2021 CITY COUNCIL MEETING SCHEDULE DRAFT
WORK
SESSION
Time CITY
COUNCIL
MEETING
Time Completed Items &
attachments due to
Agenda Program
Items due to
City Clerk
Tuesday January 19 9:00 a.m. Thursday January 21 6:00 p.m. January 4 January 11
Monday February 1 9:00 a.m. Thursday February 4 6:00 p.m. January 15 January 25
Tuesday February 16 9:00 a.m. Thursday February 18 6:00 p.m. February 1 February 8
Monday March 1 9:00 a.m. Thursday March 4 6:00 p.m. February 12 February 22
Monday March 15 9:00 a.m. Thursday March 18 6:00 p.m. March 1 March 8
Monday March 29 9:00 a.m. Thursday April 1 6:00 p.m. March 15 March 22
Monday April 12 9:00 a.m. Thursday April 15 6:00 p.m. March 29 April 5
Monday May 3 9:00 a.m. Thursday May 6 6:00 p.m. April 19 April 26
Monday May 17 9:00 a.m. Thursday May 20 6:00 p.m. May 3 May 10
Tuesday June 1 9:00 a.m. Thursday June 3 6:00 p.m. May 17 May 24
Monday June 14 9:00 a.m. Thursday June 17 6:00 p.m. May 28 June 7
Monday July 12 9:00 a.m. Thursday July 15 6:00 p.m. June 28 July 2
Monday August 2 9:00 a.m. Thursday August 5 6:00 p.m. July 19 July 26
Monday August 16 9:00 a.m. Thursday August 19 6:00 p.m. August 2 August 9
Monday August 30 9:00 a.m. Thursday September 2 6:00 p.m. August 16 August 23
Monday September 13 9:00 a.m. Thursday September 16 6:00 p.m. August 30 September 3
Monday October 4 9:00 a.m. Thursday October 7 6:00 p.m. September 20 September 27
Monday October 18 9:00 a.m. Thursday October 21 6:00 p.m. October 4 October 11
Monday November 1 9:00 a.m. Thursday November 4 6:00 p.m. October 18 October 25
Monday November 15 9:00 a.m. Thursday November 18 6:00 p.m. November 1 November 8
Monday November 29 9:00 a.m. Thursday December 2 6:00 p.m. November 15 November 22
Monday December 13 9:00 a.m. Thursday December 16 6:00 p.m. November 29 December 6
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9407-20
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Office of Management & Budget
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Set final millage rate of 5.9550 mills for fiscal year 2020/21 against non-exempt real and
personal property within the City of Clearwater and pass Ordinance 9407-20 on first reading.
(APH)
SUMMARY:
In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the
Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City
Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The
adoption of this ordinance to establish the millage rate and the two related budget ordinances
are an integral part of fulfilling these requirements.
The City Council set a tentative millage rate of 5.9550 mills on July 16, 2020, which is the rate
that appeared on the TRIM bill notices mailed to taxpayers in August. The millage rate of
5.9550 mills represents a 5.12% increase from the rolled back rate of 5.6649 mills.
Ordinance 9407-20 is presented in order to adopt the millage rate of 5.9550 mills to support the
operating and capital improvement budgets for the 2020/21 fiscal year.
Page 1 City of Clearwater Printed on 8/30/2020
Ordinance No. 9407-20
MILLAGE ORDINANCE
ORDINANCE NO. 9407-20
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
DECLARING THE MILLAGE RATE TO BE LEVIED FOR THE
FISCAL YEAR BEGINNING OCTOBER 1, 2020, AND ENDING
SEPTEMBER 30, 2021, FOR OPERATING PURPOSES
INCLUDING THE FUNDING OF PENSIONS, DEBT SERVICE, AND
ROAD MAINTENANCE FOR CAPITAL IMPROVEMENT
EXPENDITURES AT 5.9550 MILLS; PROVIDING AN EFFECTIVE
DATE. THE LEVY OF 5.9550 MILLS CONSTITUTES A 5.12%
INCREASE FROM THE ROLLED BACK RATE OF 5.6649 MILLS.
WHEREAS, the estimated revenue to be received by the City for the fiscal year beginning
October 1, 2020, and ending September 30, 2021, from ad valorem taxes is $71,918,560; and
WHEREAS, based upon the taxable value provided by the Pinellas County Property
Appraiser, 5.9550 mills are necessary to generate $71,918,560; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. It is hereby determined that a tax of 5.9550 mills against the non-exempt real
and personal property within the City is necessary to raise the sums to be appropriated for
operation purposes, including pensions, debt service, and road capital improvement projects, for
the fiscal year beginning October 1, 2020.
Section 2. The levy of 5.9550 mills constitutes a 5.12% increase from the rolled back rate.
Section 3. This ordinance shall take effect October 1, 2020.
PASSED ON FIRST READING _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
________________________________
Frank Hibbard
Mayor
Approved as to form: Attest:
_____________________________ _________________________________
Pamela K. Akin Rosemarie Call
City Attorney City Clerk
|1CITY OF CLEARWATER
ANNUAL OPERATING
&
CAPITAL
IMPROVEMENT
BUDGET
myclearwater.com
Fiscal Year
2020/21
|2CITY OF CLEARWATER
Total Budget
(All City Operations)
Amended
FY 2019/20
Proposed
FY 2020/21
%
Inc/(Dec)
$558,204,821 $539,205,084 (3%)
|3CITY OF CLEARWATER
All Funds
Fund
Amended
FY 2019/20
Proposed
FY 2020/21
Increase/
(Decrease)
General Fund $ 155,622,768 $ 152,179,840 (2%)
Utility Funds 199,246,385 189,956,110 (5%)
Enterprise Funds 12,406,426 12,750,460 3%
Internal Service Funds 65,301,247 64,391,260 (1%)
Special Revenue Funds 29,238,941 19,383,564 (34%)
Capital Fund 96,389,054 100,543,850 4%
|4CITY OF CLEARWATER
$0
$3
$6
$9
$12
$15
2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020
$7.9 $7.6 $7.7 $8.7
$10.2
$11.9 $12.7
Property Values
Billion
|5CITY OF CLEARWATER
Millage Rate
•A “mill” is the property tax levy of $1 per $1,000 of taxable
property value
•Current Millage Rate 5.9550 mills
•Proposed Millage Rate 5.9550 mills
•(5.12% greater than rolled-back rate)
•The rolled-back rate is the millage rate that will provide the
same revenues as prior year if applied to the current tax roll
(after adjusting for new construction)
•Rolled-back Rate 5.6649 mills
|6CITY OF CLEARWATER
$0
$10
$20
$30
$40
$50
$60
$70
$80
$39.1 $37.1 $40.6 $46.5
$63.8 $68.1 $71.9
Ad Valorem Tax Revenues
Million
|7CITY OF CLEARWATER
General Fund Revenues
Source Amended FY 19/20 Proposed FY 20/21 Inc/(Dec)
Ad Valorem Tax $ 64,911,420 $ 68,492,140 6%
Utility Taxes 15,575,000 15,230,000 (2%)
Other Taxes 6,614,400 6,350,000 (4%)
Franchise Fees 10,010,000 10,104,770 1%
Intergovernmental 23,499,780 18,862,910 (20%)
Charges for Service 15,569,430 15,780,380 1%
Transfers In 11,428,599 11,052,684 (3%)
All Other Revenue 8,711,482 6,306,956 (28%)
Transfer (to)/from Surplus (697,343)
TOTAL $ 155,622,768 $ 152,179,840 (2%)
|8CITY OF CLEARWATER
General Fund -By Department
Police 31%
Fire / EMS
20%
Parks and
Recreation
21%Library 5%
Planning and
Development
4%
Engineering 5%
Non-
Departmental5%
Adm/Other
9%
Public
Safety
51%
$152.2 Million
|9CITY OF CLEARWATER
General Fund -By Category
Personnel
65%
Operating
15%
Internal
Service 12%
Interfund
Transfers 7%
Debt and Capital
1%
$152.2 Million
|10CITY OF CLEARWATER
1,708.4 1,685.5 1,709.7 1,790.3 1,834.6 1,837.6
0.0
200.0
400.0
600.0
800.0
1,000.0
1,200.0
1,400.0
1,600.0
1,800.0
2,000.0
Full Time Equivalent Positions (All Funds)
|11CITY OF CLEARWATER
Capital Improvement Fund
Utility
Operations
54%
General
Government
36.5%
Internal
Service 7.5%
Small
Enterprise 2%
$100.5 Million
|12CITY OF CLEARWATER
Homesteaded Property
Save Our Homes Cap –2.3%
2019 2020 Increase
Taxable
Value $100,00 $102,300 $2,300
City Taxes $595.50 $609.20 $13.70
|13CITY OF CLEARWATER
Where your property taxes go -
31%
31%
29%
9%School Board
Pinellas County
Clearwater
Other Agencies
|14CITY OF CLEARWATER
Public Hearings
Thursday, Sept. 3 –6 p.m.
Thursday, Sept. 17 –6 p.m.
|15CITY OF CLEARWATER
ANNUAL OPERATING
&
CAPITAL
IMPROVEMENT
BUDGET
myclearwater.com
Fiscal Year
2020/21
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9408-20
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Office of Management & Budget
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
Approve the City of Clearwater Annual Operating Budget for the 2020/21 fiscal year and pass
Ordinance 9408-20 on first reading. (APH)
SUMMARY:
In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage
(TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The
adoption of this ordinance and the related ordinances adopting the 2020/21 millage rate and the
Capital Improvement Budget are an integral part of fulfilling these requirements.
On June 26, 2020, the City Manager provided the City Council with a Preliminary Annual
Operating and Capital Improvement Budget that outlined estimates of revenues and
expenditures for the 2020/21 fiscal year. The City Manager presented the preliminary budget at
the City Council meeting on July 16, 2020, for Council discussion and citizen input. In addition,
a Special Budget Work Session was held on July 28, 2020 for Council discussion of the
proposed budget.
The following changes have been made to the preliminary operating budget and are included in
the ordinances for adoption of the operating budget:
·General Fund revenues reflect an increase of $105,630 to ad valorem tax revenues
based upon 2020 preliminary property tax values received on June 29th which were
greater than early estimates.
·Updates made in Miscellaneous and Transfer In revenues (net zero) to account for
revenues in the correct categories.
·Various General Fund department budgets are being reduced representing operating
savings found to help offset the increase to the Police Department for the cost of the
Police Body Worn Camera Program which was approved by Council on August 6,
2020. This results in a net expenditure increase of $105,630.
·In the Stormwater Fund, utility fee revenue is reduced by $258,380 and transfers to
capital projects are reduced by $1,451,950. These changes are being made to better
align with rate study revenue estimates and planned project funding.
·In the Central Insurance Fund, transfers to capital projects is increased by $27,460 to
fund the AED Replacement Program formerly in the General Fund Fire Department.
Page 1 City of Clearwater Printed on 8/30/2020
File Number: 9408-20
The use of fund reserves is increased to cover this expenditure.
·In the Special Development Fund, ad valorem tax (road millage) revenues are increased
by $5,290 based upon 2020 preliminary property tax values received from the County
on June 29th which were greater than early estimates.
·Special Program Fund revenues and expenditures are increased by $270,794 to
account for the transfer of General Fund revenue to fund the new Police Body Worn
Camera Program approved by Council on August 6, 2020.
·In Other Housing Assistance Funds, revenues and expenditures for State Housing
Initiatives Partnership (SHIP) are eliminated reflecting a decrease of $1,247,740. The
State’s distribution of SHIP funds for fiscal year 2020/21 was vetoed statewide.
Page 2 City of Clearwater Printed on 8/30/2020
Ordinance No. 9408-20
OPERATING BUDGET ORDINANCE
ORDINANCE NO. 9408-20
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
ADOPTING AN OPERATING BUDGET FOR THE FISCAL YEAR
BEGINNING OCTOBER 1, 2020, AND ENDING SEPTEMBER 30,
2021; 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; PROVIDING
AN EFFECTIVE DATE.
WHEREAS, the City Manager has submitted an estimate of the expenditures necessary to
carry on the City government for the fiscal year beginning October 1, 2020, and ending
September 30, 2021; and
WHEREAS, an estimate of the revenues to be received by the City during said period from
ad valorem taxes and other sources has been submitted to the City Council; and
WHEREAS, a general summary of the operating budget, and notice of the times and
places where copies of the budget message and operating budget are available for inspection by
the public, was published in a newspaper of general circulation; and
WHEREAS, the City Council has examined and carefully considered the proposed budget;
and
WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City
Council conducted a public hearing in City Hall on September 3, 2020, upon said budget and tax
levy; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA;
Section 1. Pursuant to the City Manager's Annual Budget Report for the fiscal year
beginning October 1, 2020, and ending September 30, 2021, a copy of which is on file with the
City Clerk, the City Council hereby adopts a budget for the operation of the City, a copy of which
is attached as Exhibit A, and a summary of which is attached as Exhibit B.
Section 2. The budget as adopted shall stand and be the budget of the City for said fiscal
year, subject to the authority of the City Council to amend or change the budget as provided by
Section 2.519 of the Clearwater Code of Ordinances.
Section 3. The City Manager is authorized and directed to issue such instructions and
directives that are necessary to achieve and accomplish the service programs authorized by the
adoption of this budget.
Ordinance No. 9408-20
Section 4. The City Manager is authorized for reasons of economy or efficiency to transfer
part or all of any unencumbered appropriation balance among programs within an operating fund,
provided such action does not result in the discontinuance of a program.
Section 5. It is the intent of the City Council that this budget, including amendments
thereto, is adopted to permit the legal appropriation and encumbering of funds for the purposes
set forth in the budget. All appropriated and encumbered but unexpended funds at the end of the
fiscal year may be expended during the subsequent fiscal year for the purposes for which they
were appropriated and encumbered, and such expenditures shall be deemed to have been spent
out of the current budget allocation. It shall not be necessary to reappropriate additional funds in
the budget for the subsequent fiscal year to cover valid open encumbrances outstanding as of the
end of the current fiscal year.
Section 6. Should any provision of this ordinance be declared by any court to be invalid,
the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other
than the provision declared to be invalid.
Section 7. This ordinance shall take effect October 1, 2020.
PASSED ON FIRST READING _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
________________________________
Frank Hibbard
Mayor
Approved as to form: Attest:
______________________________ ________________________________
Pamela K. Akin Rosemarie Call
City Attorney City Clerk
Page 1
Special Special Other Housing Total
General Development Program Assistance Trust Governmental
GOVERNMENTAL FUNDS Fund Fund Fund Funds Funds
Balances Brought Forward 25,123,713 11,665,573 8,693,718 3,256,144 48,739,148
Budgeted Revenues
Ad Valorem Taxes 68,492,140 3,426,420 71,918,560
Utility Taxes 15,230,000 15,230,000
Local Option, Fuel & Other Taxes 6,350,000 13,271,980 19,621,980
Franchise Fees 10,104,770 10,104,770
Other Permits and Fees 2,309,000 2,309,000
Intergovernmental Revenue 18,862,910 837,360 431,440 20,131,710
Charges for Services 15,780,380 150,000 15,930,380
Judgments, Fines and Forfeits 1,354,000 1,354,000
Miscellaneous Revenues 2,643,956 550,000 100,000 3,293,956
Transfers In 11,052,684 722,904 11,775,588
Other Financing Sources
TOTAL BUDGETED REVENUES 152,179,840 17,398,400 1,660,264 431,440 171,669,944
TOTAL REVENUES, TRANSFERS, AND
BALANCES 177,303,553 29,063,973 10,353,982 3,687,584 220,409,092
Budgeted Expenditures
City Council 395,821 395,821
City Manager's Office 1,275,890 1,275,890
City Attorney's Office 1,809,585 1,809,585
City Audit 226,432 226,432
CRA Administration 468,480 468,480
Economic Development and Housing 1,828,948 1,828,948
Engineering 8,230,947 8,230,947
Finance 2,637,681 2,637,681
Fire 30,293,051 30,293,051
Human Resources 1,562,078 1,562,078
Library 8,000,965 8,000,965
Non-Departmental 7,784,508 7,784,508
Official Records and Legislative Services 1,215,681 1,215,681
Parks and Recreation 31,136,988 31,136,988
Planning and Development 6,458,802 6,458,802
Police 47,259,323 300,794 47,560,117
Public Communications 1,196,190 1,196,190
Public Utilities 398,470 398,470
General Government Services 337,380 337,380
Economic Environment 686,120 323,580 1,009,700
Human Services 1,500 1,500
Culture and Recreation 70,000 70,000
Transfers Out 17,361,860 194,470 107,860 17,664,190
TOTAL BUDGETED EXPENDITURES 152,179,840 17,361,860 1,590,264 431,440 171,563,404
Fund Balances/Reserves/Net Assets 25,123,713 11,702,113 8,763,718 3,256,144 48,845,688
TOTAL EXPENDITURES AND BALANCES 177,303,553 29,063,973 10,353,982 3,687,584 220,409,092
EXHIBIT A
CITY OF CLEARWATER
2020-21 BUDGET
Ordinance No. 9408-20
Page 2
Water Stormwater Solid Waste Total
& Sewer Utility & Recycling Gas Utility
UTILITY FUNDS Fund Fund Fund Fund Funds
Balances Brought Forward 57,968,487 29,954,457 18,494,583 10,264,058 116,681,585
Budgeted Revenues
Ad Valorem Taxes
Utility Taxes
Local Option, Fuel & Other Taxes
Franchise Fees
Other Permits and Fees 1,350 1,350
Intergovernmental Revenue
Charges for Services 93,969,645 16,910,500 26,090,000 47,003,340 183,973,485
Judgments, Fines and Forfeits 271,000 73,000 103,000 153,100 600,100
Miscellaneous Revenues 1,835,000 916,390 936,000 631,700 4,319,090
Transfers In
Other Financing Sources
TOTAL BUDGETED REVENUES 96,075,645 17,899,890 27,130,350 47,788,140 188,894,025
TOTAL REVENUES, TRANSFERS, AND
BALANCES 154,044,132 47,854,347 45,624,933 58,052,198 305,575,610
Budgeted Expenditures
Water & Sewer Fund
Public Utilities Administration 1,703,374 1,703,374
Wastewater Collection 13,506,904 13,506,904
Public Utilities Maintenance 9,060,046 9,060,046
WPC Plant Operations 33,737,721 33,737,721
WPC Laboratory Operations 1,594,863 1,594,863
WPC Industrial Pretreatment 1,042,918 1,042,918
Water Distribution 18,805,229 18,805,229
Water Supply 18,336,027 18,336,027
Reclaimed Water 4,502,398 4,502,398
Stormwater Fund
Stormwater Management 10,647,663 10,647,663
Stormwater Maintenance 6,058,657 6,058,657
Solid Waste & Recycling Fund
Administration 1,036,817 1,036,817
Solid Waste Collection 17,853,129 17,853,129
Solid Waste Transfer 2,354,091 2,354,091
Solid Waste Container Maintenance 944,923 944,923
Recycling Residential 1,401,597 1,401,597
Recycling Multi Family 460,267 460,267
Recycling Commercial 1,652,106 1,652,106
Gas Fund
Administration and Supply 21,830,658 21,830,658
Pinellas Gas Operations 9,775,059 9,775,059
Pasco Gas Operations 6,709,495 6,709,495
Gas Marketing and Sales 6,942,168 6,942,168
TOTAL BUDGETED EXPENDITURES 102,289,480 16,706,320 25,702,930 45,257,380 189,956,110
Fund Balances/Reserves/Net Assets 51,754,652 31,148,027 19,922,003 12,794,818 115,619,500
TOTAL EXPENDITURES AND BALANCES 154,044,132 47,854,347 45,624,933 58,052,198 305,575,610
EXHIBIT A
CITY OF CLEARWATER
2020-21 BUDGET
Ordinance No. 9408-20
Page 3
Clearwater Total
Harbor Other
Airpark Marine Marine Parking Enterprise
OTHER ENTERPRISE FUNDS Fund Fund Fund Fund Funds
Balances Brought Forward 897,409 1,841,232 1,864,589 16,352,838 20,956,068
Budgeted Revenues
Ad Valorem Taxes
Utility Taxes
Local Option, Fuel & Other Taxes
Franchise Fees
Other Permits and Fees
Intergovernmental Revenue
Charges for Services 18,500 5,133,210 872,870 6,230,560 12,255,140
Judgments, Fines and Forfeits 6,000 1,600 800,000 807,600
Miscellaneous Revenues 329,360 138,000 47,500 300,000 814,860
Transfers In
Other Financing Sources
TOTAL BUDGETED REVENUES 347,860 5,277,210 921,970 7,330,560 13,877,600
TOTAL REVENUES, TRANSFERS, AND
BALANCES 1,245,269 7,118,442 2,786,559 23,683,398 34,833,668
Budgeted Expenditures
Airpark Fund
Airpark Operations 340,770 340,770
Marine Fund
Marina Operations 5,119,120 5,119,120
Clearwater Harbor Marine Fund
Clearwater Harbor Marina Operations 854,430 854,430
Parking Fund
Parking System 4,552,380 4,552,380
Parking Enforcement 800,000 800,000
Beach Guard Operations 950,920 950,920
Seminole Street Boat Ramp 132,840 132,840
TOTAL BUDGETED EXPENDITURES 340,770 5,119,120 854,430 6,436,140 12,750,460
Fund Balances/Reserves/Net Assets 904,499 1,999,322 1,932,129 17,247,258 22,083,208
TOTAL EXPENDITURES AND BALANCES 1,245,269 7,118,442 2,786,559 23,683,398 34,833,668
EXHIBIT A
CITY OF CLEARWATER
2020-21 BUDGET
Ordinance No. 9408-20
Page 4
Administrative General Central
Service Service Garage Insurance
INTERNAL SERVICE FUNDS Fund Fund Fund Fund Total
Balances Brought Forward 5,767,651 6,557,103 5,716,881 27,249,418 45,291,053
Budgeted Revenues
Ad Valorem Taxes
Utility Taxes
Local Option, Fuel & Other Taxes
Franchise Fees
Other Permits and Fees
Intergovernmental Revenue
Charges for Services 13,125,520 6,009,230 17,494,420 23,271,960 59,901,130
Judgments, Fines and Forfeits
Miscellaneous Revenues 180,000 185,000 1,030,000 900,000 2,295,000
Transfers In
Other Financing Sources
TOTAL BUDGETED REVENUES 13,305,520 6,194,230 18,524,420 24,171,960 62,196,130
TOTAL REVENUES, TRANSFERS, AND
BALANCES 19,073,171 12,751,333 24,241,301 51,421,378 107,487,183
Budgeted Expenditures
Administrative Services Fund
Information Technology/Administration 408,735 408,735
Network Services 4,703,533 4,703,533
Software Applications 3,272,530 3,272,530
Telecommunications 862,372 862,372
Courier 191,630 191,630
Utility Customer Service 3,815,660 3,815,660
General Services Fund
Administration 443,624 443,624
Building and Maintenance 5,718,756 5,718,756
Garage Fund
Fleet Maintenance 17,760,211 17,760,211
Radio Communications 1,155,979 1,155,979
Central Insurance Fund
Risk Management 426,880 426,880
Employee Benefits 426,370 426,370
Employee Health Center 1,702,340 1,702,340
Non-Departmental 23,502,640 23,502,640
TOTAL BUDGETED EXPENDITURES 13,254,460 6,162,380 18,916,190 26,058,230 64,391,260
Fund Balances/Reserves/Net Assets 5,818,711 6,588,953 5,325,111 25,363,148 43,095,923
TOTAL EXPENDITURES AND BALANCES 19,073,171 12,751,333 24,241,301 51,421,378 107,487,183
EXHIBIT A
CITY OF CLEARWATER
2020-21 BUDGET
Ordinance No. 9408-20
Page 1
Total Total
Total Total Other Internal Total
Governmental Utility Enterprise Service All
ALL FUNDS Funds Funds Funds Funds Funds
Balances Brought Forward 48,739,148 116,681,585 20,956,068 45,291,053 231,667,854
Budgeted Revenues
Ad Valorem Taxes 71,918,560 71,918,560
Utility Taxes 15,230,000 15,230,000
Local Option, Fuel & Other Taxes 19,621,980 19,621,980
Franchise Fees 10,104,770 10,104,770
Other Permits and Fees 2,309,000 1,350 2,310,350
Intergovernmental Revenue 20,131,710 20,131,710
Charges for Services 15,930,380 183,973,485 12,255,140 59,901,130 272,060,135
Judgments, Fines and Forfeits 1,354,000 600,100 807,600 2,761,700
Miscellaneous Revenues 3,293,956 4,319,090 814,860 2,295,000 10,722,906
Transfers In 11,775,588 11,775,588
Other Financing Sources
TOTAL BUDGETED REVENUES 171,669,944 188,894,025 13,877,600 62,196,130 436,637,699
TOTAL REVENUES, TRANSFERS, AND
BALANCES 220,409,092 305,575,610 34,833,668 107,487,183 668,305,553
Budgeted Expenditures
City Council 395,821 395,821
City Manager's Office 1,275,890 1,275,890
City Attorney's Office 1,809,585 1,809,585
City Audit 226,432 226,432
CRA Administration 468,480 468,480
Economic Development and Housing 1,828,948 1,828,948
Engineering 8,230,947 8,230,947
Finance 2,637,681 2,637,681
Fire 30,293,051 30,293,051
Human Resources 1,562,078 1,562,078
Library 8,000,965 8,000,965
Non-Departmental 7,784,508 7,784,508
Official Records and Legislative Services 1,215,681 1,215,681
Parks and Recreation 31,136,988 31,136,988
Planning and Development 6,458,802 6,458,802
Police 47,560,117 47,560,117
Public Communications 1,196,190 1,196,190
Public Services 398,470 398,470
General Government Services 337,380 337,380
Economic Environment 1,009,700 1,009,700
Human Services 1,500 1,500
Culture and Recreation 70,000 70,000
Transfers Out 17,664,190 17,664,190
Water & Sewer Fund Expenditures
Public Utilities Administration 1,703,374 1,703,374
Wastewater Collection 13,506,904 13,506,904
Public Utilities Maintenance 9,060,046 9,060,046
WPC Plant Operations 33,737,721 33,737,721
WPC Laboratory Operations 1,594,863 1,594,863
WPC Industrial Pretreatment 1,042,918 1,042,918
Water Distribution 18,805,229 18,805,229
Water Supply 18,336,027 18,336,027
Reclaimed Water 4,502,398 4,502,398
Stormwater Fund
Stormwater Management 10,647,663 10,647,663
Stormwater Maintenance 6,058,657 6,058,657
EXHIBIT B
CITY OF CLEARWATER
2020-21 BUDGET
Ordinance No. 9408-20
Page 2
Total Total
Total Total Other Internal Total
Governmental Utility Enterprise Service All
ALL FUNDS Funds Funds Funds Funds Funds
Budgeted Expenditures
Solid Waste & Recycling Fund
Administration 1,036,817 1,036,817
Solid Waste Collection 17,853,129 17,853,129
Solid Waste Transfer 2,354,091 2,354,091
Solid Waste Container Maintenance 944,923 944,923
Recycling Residential 1,401,597 1,401,597
Recycling Multi Family 460,267 460,267
Recycling Commercial 1,652,106 1,652,106
Gas Fund
Administration and Supply 21,830,658 21,830,658
Pinellas Gas Operations 9,775,059 9,775,059
Pasco Gas Operations 6,709,495 6,709,495
Gas Marketing and Sales 6,942,168 6,942,168
Airpark Fund
Airpark Operations 340,770 340,770
Marine Fund
Marina Operations 5,119,120 5,119,120
Clearwater Harbor Marine Fund
Clearwater Harbor Marina Operations 854,430 854,430
Parking Fund
Parking System 4,552,380 4,552,380
Parking Enforcement 800,000 800,000
Beach Guard Operations 950,920 950,920
Seminole Street Boat Ramp 132,840 132,840
Administrative Services Fund
Information Technology/Administration 408,735 408,735
Network Services 4,703,533 4,703,533
Software Applications 3,272,530 3,272,530
Telecommunications 862,372 862,372
Courier 191,630 191,630
Clearwater Customer Service 3,815,660 3,815,660
General Services Fund
Administration 443,624 443,624
Building and Maintenance 5,718,756 5,718,756
Garage Fund
Fleet Maintenance 17,760,211 17,760,211
Radio Communications 1,155,979 1,155,979
Central Insurance Fund
Risk Management 426,880 426,880
Employee Benefits 426,370 426,370
Employee Health Center 1,702,340 1,702,340
Non-Departmental 23,502,640 23,502,640
TOTAL BUDGETED EXPENDITURES 171,563,404 189,956,110 12,750,460 64,391,260 438,661,234
Fund Balances/Reserves/Net Assets 48,845,688 115,619,500 22,083,208 43,095,923 229,644,319
TOTAL EXPENDITURES AND BALANCES 220,409,092 305,575,610 34,833,668 107,487,183 668,305,553
2020-21 BUDGET
EXHIBIT B
CITY OF CLEARWATER
Ordinance No. 9408-20
Proposed Final
FY 20/21 Adjustments FY 20/21
Unassigned Fund Balance 25,123,713 25,123,713
Budgeted Revenues:
Ad Valorem Taxes 68,386,510 105,630 68,492,140 (1)
Utility Taxes 15,230,000 15,230,000
Local Option, Fuel & Other Taxes 6,350,000 6,350,000
Franchise Fees 10,104,770 10,104,770
Other Permits and Fees 2,309,000 2,309,000
Intergovernmental Revenues 18,862,910 18,862,910
Charges for Services 15,780,380 15,780,380
Judgments, Fines & Forfeits 1,354,000 1,354,000
Miscellaneous Revenues 2,531,000 112,956 2,643,956 (2)
Transfers In 11,165,640 (112,956) 11,052,684 (2)
Total Budgeted Revenues 152,074,210 105,630 152,179,840
Transfer (to) from Surplus -
Total Revenues 152,074,210 105,630 152,179,840
Budgeted Expenditures:
City Council 395,821 395,821
City Manager's Office 1,275,890 1,275,890
City Attorney's Office 1,809,585 1,809,585
City Audit 226,432 226,432
CRA Administration 468,480 468,480
Economic Development & Housing 1,858,948 (30,000) 1,828,948 (3)
Engineering 8,230,947 8,230,947
Finance 2,637,681 2,637,681
Fire 30,366,721 (73,670) 30,293,051 (3)
Human Resources 1,562,078 1,562,078
Library 8,000,965 8,000,965
Non-Departmental 7,824,508 (40,000) 7,784,508 (3)
Official Records & Legislative Services 1,215,681 1,215,681
Parks & Recreation 31,159,988 (23,000) 31,136,988 (3)
Planning & Development 6,480,802 (22,000) 6,458,802 (3)
Police 46,965,023 294,300 47,259,323 (4)
Public Communications 1,196,190 1,196,190
Public Utilities - Maintenance Facility 398,470 398,470
Total Budgeted Expenditures 152,074,210 105,630 152,179,840
Source/(Use) of Fund Equity - - -
Ending Fund Balance 25,123,713 - 25,123,713
(1) Additional ad valorem revenues. Preliminary values were increased in comparison to early estimates.
(2) Updates made to account for revenues in the correct category.
(2) Operating savings found in various departments to offset cost of Police Body Worn Camera Program.
(3) Increases related to new Body Worn Camera Program approved by Council August 6, 2020.
As amended for final budget ordinance for September 3, 2020 public hearing.
General Fund Operating Budget 2020/21
Page 1
Proposed Final
FY 20/21 Adjustments FY 20/21
Fund Equity (Unrestricted Net Assets)29,954,457 29,954,457
Budgeted Revenues:
Charges for Service 17,168,880 (258,380) 16,910,500 (1)
Judgments, Fines & Forfeits 73,000 73,000
Miscellaneous Revenues 916,390 916,390
Transfers In - -
Total Budgeted Revenues 18,158,270 (258,380) 17,899,890
Fund Reserves - - -
Total Revenues 18,158,270 (258,380) 17,899,890
Budgeted Expenditures:
Eng/Stormwater Management 12,099,613 (1,451,950) 10,647,663 (2)
PS/Stormwater Maintenance 6,058,657 6,058,657
Total Budgeted Expenditures 18,158,270 (1,451,950) 16,706,320
Source/(Use) of Fund Equity - - 1,193,570
Ending Fund Balance 29,954,457 - 31,148,027
Stormwater Fund Operating Budget 2020/21
As amended for final budget ordinance for September 3, 2020 public hearing.
(1) Reduction to stormwater utility fee revenue to better align with rate study revenue estimates.
(2) Reduction to transfers to capital projects to better align with rate study project funding.
Page 2
Proposed Final
FY 20/21 Adjustments FY 20/21
Fund Equity (Unrestricted Net Assets)27,249,418 27,249,418
Budgeted Revenues:
Charges for Service 23,271,960 23,271,960
Miscellaneous Revenues 900,000 900,000
Transfers In - -
Total Budgeted Revenues 24,171,960 - 24,171,960
Fund Reserves 1,858,810 27,460 1,886,270 (1)
Total Revenues 26,030,770 27,460 26,058,230
Budgeted Expenditures:
Risk Management 426,880 426,880
Employee Benefits 426,370 426,370
Employee Health Center 1,702,340 1,702,340
Non-Departmental 23,475,180 27,460 23,502,640 (2)
Total Budgeted Expenditures 26,030,770 27,460 26,058,230
Source/(Use) of Fund Equity (1,858,810) - (1,886,270)
Ending Fund Balance 25,390,608 - 25,363,148
(1) Increased use of reserves to cover increased expenses (2).
(2) Increase in transfers to capital to fund the AED Replacement Program formerly in General Fund Fire Department.
Central Insurance Fund Operating Budget 2020/21
As amended for final budget ordinance for September 3, 2020 public hearing.
Page 3
Proposed Final
Budgeted Revenues:FY 20/21 Adjustments FY 20/21
Ad Valorem Taxes 3,421,130 5,290 3,426,420 (1)
Infrastructure Tax 11771980 11,771,980
Interest Earnings 550000 550,000
Multi-Modal Impact Fees 150000 150,000
Local Option Gas Tax 1500000 1,500,000
Allocation of Assigned Fund Balance 678020 678,020
Total Revenues 18,071,130 5,290 18,076,420
Budgeted Expenditures:
Transfer to Capital Improvement Fund
Road Millage 3,344,710 3,344,710
Infrastructure Tax 12,450,000 12,450,000
Multi-Modal Impact Fees 140,000 140,000
Local Option Gas Tax 1,427,150 1,427,150
Total Expenditures 17,361,860 - 17,361,860
Proposed Final
Budgeted Revenues:FY 20/21 Adjustments FY 20/21
Intergovernmental:
Community Development Block Grant (CDBG)837,360 837,360
Interest Earnings 100,000 100,000
Transfers from General Fund:
Sister City Program 37,380 37,380
Planning Study Fund 300,000 300,000
United Way Campaign Fund 1,500 1,500
Special Events 70,000 70,000
Economic Development QTI 13,230 13,230
Police Recruitments 30,000 30,000
Police Body Worn Camera Program - 270,794 270,794 (2)
Total Revenues 1,389,470 270,794 1,660,264
Budgeted Expenditures:
General Government 337,380 337,380
Public Safety 30,000 270,794 300,794 (2)
Economic Environment 686,120 686,120
Human Services 1,500 1,500
Culture and Recreation 70,000 70,000
Interfund Transfers 164,470 164,470
Transfer to Capital Fund 30,000 30,000
Total Expenditures 1,319,470 270,794 1,590,264
Special Revenue Funds Operating Budget 2020/21
As amended for final budget ordinance for September 3, 2020 public hearing.
SPECIAL DEVELOPMENT FUND
SPECIAL PROGRAM FUND
Page 4
Special Revenue Funds Operating Budget 2020/21
As amended for final budget ordinance for September 3, 2020 public hearing.
Proposed Final
Budgeted Revenues:FY 20/21 Adjustments FY 20/21
HOME Investment Partnerships (HOME)431,440 431,440
State Housing Initiatives Partnership (SHIP)1,247,740 (1,247,740) 0 (3)
Total Revenues 1,679,180 (1,247,740) 431,440
Budgeted Expenditures:
Economic Environment 1,440,300 (1,116,720) 323,580 (3)
Interfund Transfers 238,880 (131,020) 107,860 (3)
Total Expenditures 1,679,180 (1,247,740) 431,440
(1) Additional ad valorem revenues. Preliminary values were increased in comparison to early estimates.
(2) To account for the transfer of General Fund revenue to fund the new Police Body Worn Camera Program
approved by the Council on August 6, 2020.
(3) To eliminate SHIP revenues and associated expenses. The distribution of SHIP funds for fiscal year
2020/21 was vetoed statewide.
OTHER HOUSING ASSISTANCE FUNDS
Page 5
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9409-20
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Office of Management & Budget
Agenda Number: 4.3
SUBJECT/RECOMMENDATION:
Approve the fiscal year 2020/21 Annual Capital Improvement Budget, establish a six-year plan
for the Capital Improvement Program (CIP) and pass Ordinance 9409-20 on first reading.
(APH)
SUMMARY:
In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage
(TRIM) compliance, the City Council must hold two public hearing to adopt the final budget. The
adoption of this ordinance and the related ordinances adopting the 2020/21 millage rate and
operating budget are an integral part of fulfilling these requirements.
On June 26, 2020, the City Manager provided the City Council with a Preliminary Annual
Operating and Capital Improvement Budget that outlined estimates of revenues and
expenditures for the 2020/21 fiscal year. The City Manager presented the preliminary budget at
the City Council meeting on July 16, 2020, for Council discussion and citizen input. In addition,
a Special Budget Work Session was held on July 28, 2020 for Council discussion of the
proposed budget.
The following changes have been made to the Preliminary Capital Improvement Budget and are
included in the ordinance for adoption of the capital improvement budget.
·The funding for Police District 3 Sub Station was incorrectly posted in fiscal year
2021/22, this interfund loan for $11,000,000 has been moved to fiscal year 2020/21.
·The Police Boat Replacement project has been eliminated. The boat purchase was
approved by Council on August 20, 2020, amending the fiscal year 2019/20 budget to
purchase with existing special program funds.
·The source of funding for the Auto External Defibrillator Program has been changed
from General Fund revenue to Central Insurance Fund revenue.
·In the Spectrum Field Infrastructure Repairs/Improvements project, fiscal years 2023/24
and 2024/25 have been reduced by a total of $1,100,000 to better align future funding
with the timing of contract negotiation.
·Stormwater projects have been amended to better align with project funding as planned
in the rate study. This results in a decrease in project funding of $1,451,950 for fiscal
year 2020/21. For the six-year capital improvement plan (fiscal years 2020/21 through
2025/26), project funding was decreased by a net total of $854,230.
Page 1 City of Clearwater Printed on 8/30/2020
File Number: 9409-20
·Water and Sewer projects have been amended to better align with project funding as
planned in the rate study. This results in an increase of $9,000,000 to capital project
funding in fiscal year 2025/26.
Staff has provided a worksheet detailing these project changes for fiscal years 2020/21 through
2025/26.
Page 2 City of Clearwater Printed on 8/30/2020
Ordinance No. 9409-20
CAPITAL IMPROVEMENT ORDINANCE
ORDINANCE NO. 9409-20
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ADOPTING THE CAPITAL IMPROVEMENT
PROGRAM BUDGET FOR THE FISCAL YEAR BEGINNING
OCTOBER 1, 2020, AND ENDING SEPTEMBER 30, 2021;
APPROVING THE SIX-YEAR CAPITAL IMPROVEMENT
PROGRAM WHICH SHALL 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; APPROPRIATING AVAILABLE
AND ANTICIPATED RESOURCES FOR THE PROJECTS
IDENTIFIED; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the City Manager has submitted a proposed Six-Year Capital
Improvement Program, and has submitted an estimate of the amount of money necessary
to carry on said Capital Improvement Program for the fiscal year beginning October 1, 2020,
and ending September 30, 2021; and
WHEREAS, an estimate of the resources available and income to be received by
the City during said period from ad valorem taxes and other sources has been submitted
to the City Council; and
WHEREAS, a general summary of the Capital Improvement Budget, and notice of
the times and places when copies of the budget message and capital budget are available
for inspection by the public, was published in a newspaper of general circulation; and
WHEREAS, the City Council has examined and carefully considered the proposed
budget; and
WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances,
the City Council conducted a public hearing in the City Hall upon said proposed budget on
September 3, 2020; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. Pursuant to the Capital Improvement Program Report and Estimated
Budget for the fiscal year beginning October 1, 2020, and ending September 30, 2021, a
copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the
Ordinance No. 9409-20
capital improvement fund for the City of Clearwater, a copy of which is attached hereto as
Exhibit A.
Section 2. The Six-Year Capital Improvement Program and Budget, a summary of
which is attached hereto, marked Exhibit B, is approved in its present form, but prior to the
beginning of each fiscal year the City Council shall reevaluate priorities, hold public
hearings and formally adopt additions or corrections thereto.
Section 3. The budget as adopted shall stand and be the Capital Improvement
Program Budget of the City for said fiscal year, subject to the authority of the City Council
to amend or change the budget as provided by Section 2.519 of the Clearwater Code of
Ordinances.
Section 4. The City Manager is authorized and directed to issue such instructions
and directives that are necessary to achieve and accomplish the capital improvements
authorized by the adoption of this budget.
Section 5. The City Manager is authorized to transfer appropriations within the
capital budget, provided such transfer does not result in changing the scope of any project
or the fund source included in the adopted capital budget.
Section 6. Should any provision of this ordinance be declared by any court to be
invalid, the same shall not affect the validity of the ordinance as a whole, or any provision
thereof, other than the provision declared to be invalid.
Section 7. This ordinance shall take effect October 1, 2020.
PASSED ON FIRST READING AS AMENDED _____________________
PASSED ON SECOND READING _____________________
AND ADOPTED
________________________________
Frank V. Hibbard
Mayor
Approved as to form: Attest:
_____________________________ ________________________________
Pamela K. Akin Rosemarie Call
City Attorney City Clerk
Budgeted
Revenues
GENERAL SOURCES:2020/21
General Operating Revenue 7,767,920
Penny for Pinellas 12,450,000
Road Millage 3,344,710
Local Option Fuel Tax 1,427,150
Grants 120,000
Other Governmental Revenue 456,020
Multi-Modal Impact Fees 140,000
Special Program Fund 30,000
Donations 50,000
SELF SUPPORTING FUNDS:
Parking Revenue 894,000
Marine Revenue 690,000
Clearwater Harbor Marina Fund 150,000
Airpark Revenue 55,000
Utility System:
Water Revenue 4,980,000
Sewer Revenue 22,733,500
Utility R & R 10,575,600
Water Impact Fees 160,000
Sewer Impact Fees 50,000
Stormwater Utility Revenue 6,063,090
Gas Revenue 8,800,000
Solid Waste Revenue 625,000
Recycling Revenue 100,000
INTERNAL SERVICE FUNDS:
Garage Revenue 598,300
Administrative Services Revenue 985,000
General Services Fund 75,000
Central Insurance Fund 152,460
BORROWING - GENERAL SOURCES:
Lease Purchase - General Fund 195,100
Interfund Loan - General Fund 11,000,000
BORROWING - INTERNAL SERVICE FUNDS:
Lease Purchase - Garage 5,201,000
Lease Purchase - Administrative Services 675,000
TOTAL ALL FUNDING SOURCES:$100,543,850
CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2020/21
Exhibit A
Ordinance No. 9409-20
Budgeted
Expenditures
FUNCTION:2020/21
Police Protection 11,075,000
Fire Protection 1,996,380
Major Street and Sidewalk Maintenance 4,596,470
Intersections 315,390
Parking 834,000
Miscellaneous Engineering 5,191,500
Parks Development 7,665,100
Marine Facilities 1,460,000
Airpark Facilities 175,000
Libraries 135,000
Garage 5,899,300
Maintenance of Buildings 2,665,000
Miscellaneous 2,105,000
Stormwater Utility 6,063,090
Gas System 8,800,000
Solid Waste & Recycling 725,000
Utilities Miscellaneous 100,000
Sewer System 30,988,020
Water System 9,754,600
TOTAL PROJECT EXPENDITURES $100,543,850
Exhibit A
CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2020/21
Ordinance No. 9409-20
Function 2020/21 2021/22 2022/23 2023/24 2024/25 2025/26 Total
Police Protection 11,075,000 2,175,000 675,000 675,000 675,000 675,000 15,950,000
Fire Protection 1,996,380 482,880 1,465,370 1,404,460 3,607,060 1,250,060 10,206,210
Major Street and Sidewalk
Maintenance 4,596,470 5,292,440 5,395,790 5,136,720 6,798,010 6,475,170 33,694,600
Intersections 315,390 315,390 315,390 315,390 315,390 315,390 1,892,340
Parking 834,000 999,000 429,000 10,994,000 384,000 464,000 14,104,000
Miscellaneous Engineering 5,191,500 1,541,500 221,500 221,500 221,500 273,000 7,670,500
Parks Development 7,665,100 6,705,000 8,010,000 14,720,000 4,480,000 4,360,000 45,940,100
Marine Facilities 1,460,000 1,460,000 8,470,000 8,225,000 730,000 740,000 21,085,000
Airpark Facilities 175,000 25,000 6,035,000 3,061,600 25,000 25,000 9,346,600
Libraries 135,000 135,000 135,000 135,000 135,000 135,000 810,000
Garage 5,899,300 5,944,270 6,242,730 6,625,370 6,937,890 7,266,030 38,915,590
Maintenance of Buildings 2,665,000 2,315,000 2,365,000 2,415,000 2,415,000 2,415,000 14,590,000
General Public City Buildings - - - 1,853,570 14,903,500 1,585,410 18,342,480
Miscellaneous 2,105,000 1,855,000 1,855,000 1,755,000 1,695,000 1,705,000 10,970,000
Stormwater Utility 6,063,090 6,500,630 6,958,010 5,590,710 10,106,780 10,663,400 45,882,620
Gas System 8,800,000 8,800,000 8,550,000 8,550,000 8,550,000 8,550,000 51,800,000
Solid Waste & Recycling 725,000 750,000 2,100,000 750,000 760,000 760,000 5,845,000
Utilities Miscellaneous 100,000 100,000 100,000 100,000 100,000 100,000 600,000
Sewer System 30,988,020 39,299,610 39,027,000 34,244,540 25,547,540 11,797,540 180,904,250
Water System 9,754,600 19,391,000 23,601,000 41,744,000 18,861,000 10,136,000 123,487,600
100,543,850 104,086,720 121,950,790 148,516,860 107,247,670 69,691,000 652,036,890
Exhibit B
Schedule of Planned Expenditures
CAPITAL IMPROVEMENT PROGRAM EXPENDITURE SUMMARY BY FUNCTION
FY 2020-2021 THROUGH FY 2025-2026 CAPITAL IMPROVEMENT FUND
CITY OF CLEARWATER
Ordinance No. 9409-20
Preliminary
CIP Budget Net Change
Project Funding Source 6-year Total 2020/21 2021/22 2022/23 2023/24 2024/25 2025/26 6-year Total Prelim vs. Final
PD00180001 Police District 3 Sub Station Interfund Loan 11,000,000 11,000,000 - - - - - 11,000,000 -
C21PD1 Police Boat Replacement Special Program Fund 180,000 - - - - - - - (180,000)
FD 91257 Auto External Defibrillator Program Central Insurance Fund 177,600 27,460 28,280 29,130 30,000 30,900 31,830 177,600 -
PR 93205 Spectrum Field Infra R&R General Fund 2,850,000 200,000 200,000 200,000 200,000 200,000 750,000 1,750,000 (1,100,000)
C1908 Stormwater Vehicles & Equipment Stormwater Fund 8,300,000 800,000 1,258,340 1,307,550 1,358,200 1,500,000 1,500,010 7,724,100 (575,900)
ENST180001 Storm System Improvements Stormwater Fund 10,857,150 1,515,030 1,572,940 1,802,240 1,094,640 2,693,750 2,593,350 11,271,950 414,800
ENST180002 - Allens Creek Stormwater Fund 2,600,000 - - 697,360 905,460 479,210 490,370 2,572,400 (27,600)
ENST180003 Stormwater System Expansion Stormwater Fund 1,917,200 53,750 225,660 244,160 179,270 363,230 509,010 1,575,080 (342,120)
ENST180004 Stevenson Creek Stormwater Fund 7,555,000 1,123,460 1,205,920 944,710 481,030 1,773,060 1,998,280 7,526,460 (28,540)
ENST180005 Coastal Basin Stormwater Fund 7,874,000 1,447,390 1,031,850 1,017,280 1,091,080 1,430,430 1,574,100 7,592,130 (281,870)
ENST180006 Alligator Creek Stormwater Fund 7,633,500 1,123,460 1,205,920 944,710 481,030 1,867,100 1,998,280 7,620,500 (13,000)
PU 96664 Water Pollution Control R & R Sewer Revenue 8,000,000 - 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 10,000,000 2,000,000
PU 96665 Sanitary Sewer R & R Utility R&R 6,390,000 940,000 1,150,000 1,100,000 1,200,000 2,000,000 3,000,000 9,390,000 3,000,000
PU 96665 Sanitary Sewer R & R Sewer Revenue 21,500,000 4,600,000 5,100,000 4,900,000 4,900,000 2,000,000 3,000,000 24,500,000 3,000,000
PU 96722 Line Relocation Maint Water Revenue 3,700,000 850,000 850,000 750,000 750,000 500,000 500,000 4,200,000 500,000
PU 96739 Reclaimed Water Distribution System Water Revenue 5,000,000 650,000 950,000 450,000 2,450,000 500,000 500,000 5,500,000 500,000
105,534,450$ 112,400,220$ 6,865,770$
change from preliminary budget
CIP Budget
Final
Project changes as amended for final budget ordinance for September 3, 2020 public hearing
Page 1
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8128
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Office of Management & Budget
Agenda Number: 4.4
SUBJECT/RECOMMENDATION:
Approve the recommended Penny for Pinellas project list, as revised for Fiscal Years 2020/21
through 2029/30. (APH)
SUMMARY:
On March 6, 1997, the City Council adopted Ordinance 6137-97. The ordinance established the
requirement for a special hearing prior to adoption of the capital improvement budget to discuss
the use of Penny for Pinellas tax, and at any time in which there is any proposed change to the
Penny for Pinellas project funding of $500,000 or more.
Changes to Penny for Pinellas projects that meet this criterion in the proposed 2020/21 capital
improvement budget and six-year plan include the following:
·Fire Engines/Ladder Truck Replacement - The replacement schedule for fire
engines is being changed to advance the planned engine replacement from fiscal year
2021/22 to 2020/21. This results in the replacement of two engines in fiscal year
2020/21.
·Public Safety Vehicle/Equipment Facility - The funding for this project, which
provides for construction of a facility to store oversized vehicles and equipment for both
the Police and Fire department, is being postponed to fiscal year 2021/22.
Page 1 City of Clearwater Printed on 8/30/2020
Penny for Pinellas - Project Funding for September 3, 2020 Public Hearing
Approved Total
Projects 2020/21 2021/22 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 2028/29 2029/30 Projected
Beginning Balance:2,484,482 1,806,462 2,887,495 990,554 363,190 (2,226,858) 2,128,342 (3,603,077) (702,782) (2,532,230) 2,484,482
-
11,771,980 12,081,033 12,383,059 12,692,636 13,009,952 13,335,200 13,668,580 14,010,295 14,360,552 3,679,892 120,993,180
14,256,462 13,887,495 15,270,554 13,683,190 13,373,142 11,108,342 15,796,923 10,407,218 13,657,770 1,147,662 123,477,662
Penny IV Approved Projects:
Utilities Infrastructure 18,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 18,000,000
Sports Fields & Facilities Upgrades/Improvements 12,000,000 5,000,000 1,000,000 1,500,000 500,000 600,000 600,000 700,000 700,000 700,000 700,000 12,000,000
Waterfront/Bluff Masterplan (Imagine Clearwater)4,000,000 4,000,000 4,000,000
1,350,000
Fire Engines/Ladder Trucks 5,970,000 660,000 690,000 720,000 720,000 750,000 780,000 810,000 840,000 5,970,000
Police Vehicles 1,750,000 100,000 100,000 150,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 1,750,000
Public Safety Vehicle/Equipment Facility 1,500,000 1,500,000 1,500,000 1,500,000
Neighborhood and Community Parks Renovations 3,500,000 400,000 400,000 400,000 400,000 400,000 400,000 400,000 350,000 350,000 3,500,000
Bicycle Paths & Recreation Trails 2,500,000 1,250,000 1,250,000 2,500,000
Aviation Operations Center 760,000 760,000 760,000
Environmental Park Upgrades 1,500,000 750,000 750,000 1,500,000
Beach Marina Upgrades 15,000,000 7,500,000 7,500,000 15,000,000
Public Works Complex 12,300,000 4,600,000 2,600,000 5,100,000 12,300,000
City Hall 6,300,000 6,300,000 6,300,000
Sand Key Bridge Replacement Fund 22,000,000 1,000,000 7,000,000 7,000,000 7,000,000 22,000,000
Total Proposed Penny Projects 107,080,000
Penny IV Interfund Loan Repayment Schedule
Police District III 11,000,000 6,000,000 5,000,000 11,000,000
Waterfront/Bluff Masterplan (Imagine Clearwater)6,500,000 6,500,000 6,500,000
Sports Fields & Facilities (Spectrum/Carpenter)6,000,000 6,000,000 6,000,000
130,580,000 12,450,000 11,000,000 14,280,000 13,320,000 15,600,000 8,980,000 19,400,000 11,110,000 16,190,000 8,250,000 130,580,000
1,806,462 2,887,495 990,554 363,190 (2,226,858)2,128,342 (3,603,077)(702,782)(2,532,230)(7,102,338)(7,102,338)
Replacement/Upgrade of Current Infrastructure 7,000,000 3,400,000 12,160,000 11,150,000 14,650,000 3,000,000 12,700,000 10,100,000 15,150,000 8,050,000 97,360,000
Public Safety Infrastructure/Equipment 1,450,000 7,600,000 870,000 920,000 950,000 5,980,000 200,000 1,010,000 1,040,000 200,000 20,220,000
New Infrastructure 4,000,000 - 1,250,000 1,250,000 - - 6,500,000 - - - 13,000,000
Estimated Available Balance
Fiscal Years 2020/21 - 2029/30
Estimated Penny III Proceeds
Estimated Penny IV Proceeds
Estimated Revenue
Planned Project Expenditures
CITY OF CLEARWATER
NOTICE OF PUBLIC HEARING
PENNY FOR PINELLAS PROJECTS
CITY COUNCIL MEETING
Thursday, September 3, 2020
6:00 p.m.
A public hearing will be held by the City of Clearwater, regarding the Penny for Pinellas project list for
fiscal years 2020/21 through 2029/30 totaling $130,580,000 to fund capital projects under the Penny for
Pinellas plan.
This hearing will be held using a communications media technology platform. Information on the different
options for participation can be found at the following link: https://www.myclearwater.com/government/city-
departments/finance-budget/budget
Significant changes to the plan include:
Fire Engines/Ladder Truck Replacement – The replacement schedule for fire engines is being changed
to advance the planned engine replacement from fiscal year 2021/22 to 2020/21. This results in the
replacement of two engines in fiscal year 2020/21.
Public Safety Vehicle/Equipment Facility – The funding for this project, which provides for construction
of a facility to store oversized vehicles and equipment for both the Police and Fire department, is being
postponed to fiscal year 2021/22.
Interested parties may appear and be heard at the hearing or file written notice of approval or objection with
the City Clerk prior to the hearing. Any person who decides to appeal any decision made by the Council,
with respect to any matter considered at such hearing, will need a record of the proceedings and, for such
purpose, may need to ensure that a verbatim record of the proceedings is made, which record includes the
testimony and evidence upon which the appeal is to be based per Florida Statute 286.0105.
Rosemarie Call, CMC City of Clearwater
City Clerk P.O. Box 4748, Clearwater, FL 33758-4748
Individuals with disabilities who need reasonable accommodations to effectively participate in this
meeting are asked to contact the City Clerk at (727)562-4092 or rosemarie.call@myclearwater.com
in advance.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8114
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Economic Development & Housing
Agenda Number: 5.1
SUBJECT/RECOMMENDATION:
Approve State Housing Initiatives Partnership (SHIP) Program Annual Report and Local
Housing Incentive Certification for the closeout year 2017-2018 and interim years 2018-2019
and 2019-2020 and allow appropriate officials to execute same. (APH)
SUMMARY:
The Florida Legislature enacted the William E. Sadowski Affordable Housing Act (Act) in 1992.
The Act created a dedicated revenue source for state and local housing trust funds including
the State Housing Initiatives Partnership (SHIP) Program.
Through the SHIP Program, the Economic Development and Housing Department has
provided funding for the following housing activities: Downpayment and closing costs
assistance of existing structures; the construction of new dwellings; the rehabilitation of
owner-occupied single-family dwellings; and the construction, acquisition, and rehabilitation of
rental properties.
All local governments receiving SHIP funds must submit their annual report to the Florida
Housing Finance Corporation by September 15 of each year. The annual report provides details
of expended and encumbered funds. The report also provides information on the strategies
funded, the number of households served, and income category, age, family size, race and
other data regarding special needs populations such as homeless persons, persons with
disabilities and the elderly. The report is submitted electronically to the State of Florida.
For closeout year 2017-2018, the City received $482,265 from the state annual distribution,
$338,118.15 in program income and related interest, carryover of a negative balance of
$20,329.18 from previous year funds. The department assisted eighteen families utilizing its
approved strategies. The department also used these SHIP funds and SHIP program income to
match federal program funds to support other existing housing programs.
SHIP funding has a positive impact on the City’s economy, as evidenced by activities in
closeout year 2017-2018, where the City expended $829,034.33 in SHIP funds (including
$65,132.40 on program administration) to leverage over $16.5 million in other funds.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 8/30/2020
State Housing Initiatives Partnership (SHIP) Program
Annual Report and Local Housing Incentives Certification
On Behalf of _________________________________________ (Local Government), I hereby certify that:
1. The Annual Report information submitted electronically to Florida Housing Finance Corporation is true
and accurate for the closeout year ________________ and interim years_______________________.
2. The local housing incentives or local housing incentive plan have been implemented or are in the process of being implemented. Including, at a minimum:
a. Permits as defined in s.163.3164 (15) and (16) for affordable housing projects are
expedited to a greater degree than other projects; and
b. There is an ongoing process for review of local policies, ordinances, regulations, and plan
provisions that increase the cost of housing prior to their adoption.
3. The cumulative cost per newly constructed housing per housing unit, from these actions is estimated to
be $__________________.
4. The cumulative cost per rehabilitated housing per housing unit, from these actions is estimated to be
$ ____________________.
Staff Member responsible for submitting annual report to FHFC: _____________________________________
____________________________________________ ____________________________________________
Witness Signature Date Chief Elected Official or Designee Signature Date
____________________________________________ _____________________________________________
Witness Printed Name Chief Elected Official or Designee Printed Name
____________________________________________
Witness Signature Date
____________________________________________
Witness Printed Name
or
ATTEST (Seal)
____________________________________________
Signature Date
420.9075 (10) Each county or eligible municipality shall submit to the corporation by September 15 of each year a report of
its affordable housing programs and accomplishments through June 30 immediately preceding submittal of the report. The
report shall be certified as accurate and complete by the local government's chief elected official or his or her designee.
Transmittal of the annual report by a county’s or eligible municipality’s chief elected official, or his or her designee, certifies
that the local housing incentive strategies, or, if applicable, the local housing incentive plan, have been implemented or are in
the process of being implemented pursuant to the adopted schedule for implementation.
City of Clearwater
2017-2018 2018-2019 and 2019-2020
Ms. Terry Malcolm-Smith
0.00
0.00
SHIP Annual Report
Clearwater FY 2017/2018 Closeout
Report Status:UnsubmittedTitle:
Form 1
Code Strategy
Expended
Amount Units
Encumbered
Amount Units
Unencumbered
Amount Units
1 Purchase Assistance w /
Rehab
$20,425.00 1
2 Purchase Assistance w / o
Rehab
$81,225.00 4
3 Owner-Occupied
Rehabilitation
$155,041.42 4
10 New Construction $300,278.26 3
Homeownership Totals:$556,969.68 12
Homeownership
SHIP Distribution Summary
Code Strategy
Expended
Amount Units
Encumbered
Amount Units
Unencumbered
Amount Units
20 Multifamily Rehab $56,932.25 2
21 Multifamily New
Construction
$150,000.00 4
Rental Totals:$206,932.25 6
Rentals
Subtotals:$763,901.93 18
Additional Use of Funds
Use Expended
Administrative $48,226.50
Homeownership Counseling
Admin From Program Income $16,905.90
Admin From Disaster Funds
Totals:$829,034.33 $.00 $.0018
Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund
1Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Description Eff.1 Bed 2 Bed 3 Bed 4 Bed
ELI 336 373 519 681 843
VLI 560 600 720 831 927
LOW 895 958 1,150 1,328 1,482
MOD 1,344 1,440 1,728 1,995 2,226
Up to 140%1,568 1,680 2,016 2,327 2,597
Rental Unit Information
Recap of Funding Sources for Units Produced ("Leveraging")
Source of Funds Produced
through June 30th for Units
Amount of Funds Expended to
Date % of Total Value
SHIP Funds Expended $763,901.93 4.41%
Public Moneys Expended $16,096,935.01 92.97%
Private Funds Expended $443,235.25 2.56%
Owner Contribution $9,789.41 .06%
Total Value of All Units $17,313,861.60 100.00%
SHIP Program Compliance Summary - Home Ownership/Construction/Rehab
Compliance Category SHIP Funds Trust Funds
Homeownership $556,969.68 $461,935.82
Construction / Rehabilitation $645,176.93 $461,935.82
% of Trust Fund
FL Statute
Minimum %
120.57%65%
139.67%75%
Program Compliance - Income Set-Asides
Form 2
* Carry Forward to Next Year:-$28,980.36
NOTE: This carry forward amount will only be accurate
when all revenue amounts and all expended,
encumbered and unencumbered amounts have been
added to Form 1
Source of Funds Amount
State Annual Distribution $482,265.00
Program Income (Interest)$2,986.41
Program Income (Payments)$335,131.74
Recaptured Funds $.00
Disaster Funds
Other Funds
Carryover funds from previous year -$20,329.18
Total:$800,053.97
2Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Strategy
List Unincorporated
and Each
Municipality ELI VLI Low Mod
Over
140%Total
Purchase Assistance
w / o Rehab
Clearwater 1 3 4
New Construction Clearwater 2 1 3
Multifamily New
Construction
Clearwater 2 2 4
Purchase Assistance
w / Rehab
Clearwater 1 1
Owner-Occupied
Rehabilitation
Clearwater 1 3 4
Multifamily Rehab Clearwater 1 1 2
Totals:4 4 9 1 18
Number of Households/Units Produced
Description
List Unincorporated
and Each
Municipality 0 - 25 26 - 40 41 - 61 62+Total
Purchase Assistance
w / o Rehab
Clearwater 1 2 1 4
New Construction Clearwater 2 1 3
Characteristics/Age (Head of Household)
Form 3
Project Funding for Expended Funds Only
Income Category SHIP Funds
Expended
Total
Available
Funds % *
Extremely Low $145,900.72 18.24%
Very Low $123,741.13 15.47%
Low $378,620.46 47.32%
Moderate $115,639.62 14.45%
Over 120%-140%.00%
Totals:$763,901.93 95.48%
Income Category Total Funds
Mortgages,
Loans & DPL's
Mortgages,
Loans &
DPL Unit #s
Total Funds
SHIP Grants
SHIP
Grant
Unit #s
Total SHIP
Funds
Expended
Total #
Units
Extremely Low $145,900.72 4 0 $145,900.72 4
Very Low $123,741.13 4 0 $123,741.13 4
Low $378,620.46 9 0 $378,620.46 9
Moderate $115,639.62 1 0 $115,639.62 1
Over 120%-140%0 0 $.00 0
Totals:$763,901.93 18 $.00 0 $763,901.93 18
3Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Multifamily New
Construction
Clearwater 1 1 2 4
Purchase Assistance
w / Rehab
Clearwater 1 1
Owner-Occupied
Rehabilitation
Clearwater 4 4
Multifamily Rehab Clearwater 2 2
Totals:2 5 3 8 18
Description
List Unincorporated
and Each
Municipality
1
Person
2- 4
People
5 +
People Total
Purchase Assistance
w / o Rehab
Clearwater 3 1 4
New Construction Clearwater 1 2 3
Multifamily New
Construction
Clearwater 3 1 4
Purchase Assistance
w / Rehab
Clearwater 1 1
Owner-Occupied
Rehabilitation
Clearwater 2 2 4
Multifamily Rehab Clearwater 2 2
Totals:9 8 1 18
Family Size
Description
List Unincorporated
and Each
Municipality White Black
Hisp-
anic Asian
Amer-
Indian Other Total
Purchase Assistance
w / o Rehab
Clearwater 2 1 1 4
New Construction Clearwater 1 2 3
Multifamily New
Construction
Clearwater 2 2 4
Purchase Assistance
w / Rehab
Clearwater 1 1
Owner-Occupied
Rehabilitation
Clearwater 2 2 4
Multifamily Rehab Clearwater 2 2
Totals:10 6 1 1 18
Race (Head of Household)
Description
List Unincorporated
and Each
Municipality
Farm
Worker
Home-
less Elderly Total
Purchase Assistance
w / o Rehab
Clearwater 0
New Construction Clearwater 0
Demographics (Any Member of Household)
4Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Status of Incentive Strategies
Support Services
Incentive Description (If Other)Category Status Year Adopted
(or N/A)
Expedited permitting AHAC Review Implemented,
in LHAP
2018
Ongoing review process AHAC Review Implemented,
in LHAP
2018
Flexible densities AHAC Review Implemented,
in LHAP
2018
Reduction of parking and
setbacks
AHAC Review Implemented,
in LHAP
2018
Allowance of flexible lot
sizes
AHAC Review Implemented,
in LHAP
2018
Support of development
near
transportation/employment
hubs
AHAC Review Implemented,
in LHAP
2018
Other Identification of Properties
having repeat code
violations that may be
suitable for Rehabiliation or
Acquisition for Affordable
Housing.
AHAC Review Implemented,
in LHAP
2018
Form 4
Multifamily New
Construction
Clearwater 1 1
Purchase Assistance
w / Rehab
Clearwater 0
Owner-Occupied
Rehabilitation
Clearwater 4 4
Multifamily Rehab Clearwater 2 2
Totals:7 7
Special Target Groups for Funds Expended (i.e. teachers, nurses, law enforcement,
fire fighters, etc.) Set Aside
Description
Special Target
Group Expended Funds
Total # of
Expended Units
5Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
The City of Clearwater partners with organizations that provide support services in many areas. The
available services include, but are not limited to, the following:
Homeless Emergency Project provides emergency shelter to individuals and families who are homeless
through an integrated system of care that will improve the quality of life of persons experiencing
homelessness.
Tampa Bay Community Development Corporation, Bright Community Trust and Clearwater Neighborhood
Housing Services provide homebuyer counseling to individuals and families desiring to purchase a home in
Clearwater.
Pinellas Opportunity Council through the Chore Services Program provides supportive service designed to
help frail elderly persons maintain a decent, independent living environment. They provide heavy household
cleaning, yard work and minor repairs. These services help to alleviate blighting conditions, reduce crime,
and create a sense of pride in the community.
Gulf Coast Legal Services is a civil legal aid organization serving low-income clients who otherwise may not
be able to afford an attorney.
Directions for Living is a multifaceted social service agency offering trauma-informed care through four
distinct but integrated service areas: Child Safety and Family Preservation, Children’s Behavioral Health
Services, Adult Behavioral Health Services, and Prevention, Wellness, and Recovery Services.
Intercultural Advocacy Institute provides services, information, and education to improve the lives of,
primarily, Hispanic individuals. The agency provides support services to parents, develops curriculum
elements to support high school parents and makes referrals; provides transportation to and from meetings;
and provides child care services for the Youth Leaders Program that benefit low-to moderate-income
residents of the City of Clearwater.
The Kimberly Home is a pregnancy center that offers an array of services, including pregnancy testing,
ultrasounds, mentoring, infant/toddler daycare, pregnancy and parenting education, and other community
resources. Transitional housing is provided to pregnant women and new mothers in a safe and loving
campus environment. This program is specifically designed to serve women 18 years and older who are
homeless or at the risk for homelessness.
RCS Grace House allows families to reside at Grace House, rent-free, while they obtain steady
employment and/or save income to pay for permanent housing. The average stay is 12 weeks. During this
time, Grace House provides the essentials such as food, utilities, and transportation, enabling families to
save money to move into permanent housing.
Hispanic Business Initiative Fund of Florida, Inc., d/b/a Prospera offers bilingual assistance to Hispanic
entrepreneurs trying to establish or expand their business.
Miracles Outreach Community Development Center, Inc. provides support to children aged 12-17 who are
pregnant or have been homeless, abused and victims of human trafficking.
Mattie Williams Neighborhood Family Center provides programs and services for families in need of
temporary support in these areas: Critical Basic Needs, Family Support Services; Youth Programs and
Services; Career Development and Adult Education.
Tampa Bay Black Business Investment Corporation offers capital accompanied by hands-on technical
assistance to micro-business and entrepreneurs.
WestCare GulfCoast-Florida, Inc. provides shelter to the homeless and inebriate homeless.
Other Accomplishments
6Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
In 2019, the City of Clearwater was contacted after a neighbor made a visit to our client’s home. She
expressed concern about the elderly woman’s living conditions. The issues in the dwelling included clutter,
an inoperable HVAC system, ceiling damage from a failing roofing system, termites, rodents, mold, and
numerous other code-related issues. The neighbor contacted us because she was aware of the City’s State
Housing Initiatives Partnership (SHIP) Program. She wondered if we could help her elderly neighbor who
was unable to maintain the dwelling on her fixed income. An application was completed by the homeowner
and a feasibility inspection was ordered for the dwelling. When complete, the report indicated multiple code
deficiencies with a proposed repair cost that would exceed the maximum amount available for assistance.
The application had to be denied.
Because the SHIP Program encourages its recipients to establish partnerships with area organizations to
help leverage funding, we were able to reach out to Chores Services, a program of Pinellas Opportunity
Council, to address the clutter and get the property cleaned up. A local faith-based organization in the
stepped in with a group of volunteers and addressed some of the immediate code issues. This group of
knowledgeable citizens then reached out to a local roofing company that on annual basis donates their time
and roofing materials to a deserving individual or family. An application was submitted on behalf of the client
and she was selected as the 2019 recipient for a complete roof replacement. The homeowner was also
selected by Paint Your Heart Out Clearwater to have the exterior of the dwelling painted by their dedicated
group of volunteers.
With these deficiencies addressed, the cost to finish the repairs to the clients home no longer exceeded the
maximum amount of funding allowed per project. The City went on to repair the electrical and plumbing
issues, replace the HVAC, remediate the mold issue, and treat the dwelling for termites/rodents.
This project exemplifies the true need for community partnerships. Without them, we would not have been
able to bring about such dramatic changes to our client’s living conditions. Because the City has these well-
established partnerships, she is now able to remain in the comfort and safety of the only place she calls
home.
Availability for Public Inspection and Comments
The City's Annual Report was made available for public inspection and comments on the City's weboite at
www.myclearwater.com/affordablehousing. Notice to the public of the availability of the report was given by
new paper advertisement in the Tampa Bay Times.
Life-to-Date Homeownership Default and Foreclosure
Mortgage Foreclosures
A. Very low income households in foreclosure:
B. Low income households in foreclosure:
C. Moderate households in foreclosure:
Mortgage Defaults
A. Very low income households in default:
B. Low income households in default:
C. Moderate households in default:
3
8
4
3
2
0
Foreclosed Loans Life-to-date:
Defaulted Loans Life-to-date:
15
5
SHIP Program Foreclosure Percentage Rate Life to Date:
SHIP Program Default Percentage Rate Life to Date:
2.94
0.98
Total SHIP Purchase Assistance Loans:511
7Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Strategies and Production Costs
Expended Funds
Strategy Average Cost
Multifamily New Construction $37,500.00
Multifamily Rehab $28,466.13
New Construction $100,092.75
Owner-Occupied Rehabilitation $38,760.36
Purchase Assistance w/o Rehab $20,306.25
Purchase Assistance w/Rehab $20,425.00
Strategy Full Name Address City Zip
Code
Expended
Funds
FY if Unit
Already
Counted
Purchase
Assistance w/o
Rehab
Dinnaga
Noatunne
112 N Highland Ave Clearwater 33755 $20,400.00
Purchase
Assistance w/o
Rehab
Parker Ware 2052 Kings Hwy Apt
6
Clearwater 33755 $20,275.00
Purchase
Assistance w/o
Rehab
Majida Nabi 2052 Kings Highway
Apt 10
Clearwater 33755 $20,275.00
Purchase
Assistance w/o
Rehab
Christine
Achinelli
24862 US Highway
19 N Apt 2302
Clearwater 33763 $20,275.00
New Construction Renee
Robinette
1121 South Street Clearwater 33756 $69,426.62
Multifamily New
Construction
Lakeria Burney 803 Woodlawn Loop
Unit 833
Clearwater 33756 $37,500.00
Multifamily New
Construction
Jaime Perez 803 Woodlawn Loop
Unit 819
Clearwater 33756 $37,500.00
Multifamily New
Construction
Geraldine
Brown
400 S. Martin Luther
King Jr. Ave
Clearwater 33756 $37,500.00
Multifamily New
Construction
Timmy Parker 400 S. Martin Luther
King Jr. Ave
Clearwater 33756 $37,500.00
Purchase
Assistance
w/Rehab
Georg Kamal 2072 San Marino
Way N
Clearwater 33763 $20,425.00
Owner-Occupied
Rehabilitation
Renee Furay 1540 Elmwood St Clearwater 33755 $45,000.00
Owner-Occupied
Rehabilitation
Naomi
Jenkins
1129 Carlton St Clearwater 33755 $39,083.63
Owner-Occupied
Rehabilitation
Evelyn Everett 1143 Kingsley St Clearwater 33756 $28,523.19
Owner-Occupied
Rehabilitation
Frana Parker 1508 Kings Hwy Clearwater 33755 $42,434.60
Total Unit Count:18 $763,902.00Total Expended Amount:
8Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Administration by Entity
Program Income
Loan Repayment:$119,321.29
Refinance:
Foreclosure:
Sale of Property:$215,810.45
Interest Earned:$2,986.41
Total:$338,118.15
Program Income Funds
Name Business Type Strategy Covered Responsibility Amount
Nova Engineering Engineering
Company
Down Payment Assistance,
Owner Occupied
Rehabilitation, New
Construction, Rental
Rehabilitation/New
Construction
Construction
Inspections
$7,480.00
City of Clearwater Local
Government
All Strategies in the current
LHAP
Administration of
all housing
programs
$57,652.40
New Construction Rictavia
Hightower
903 Beckett St Clearwater 33755 $115,639.62
New Construction Ciara Walker 404 Blanche B
Littlejohn Trl
Clearwater 33755 $115,212.02
Multifamily Rehab William
Bowser
1115 Woodlawn
Street
Clearwater 33756 $28,466.13
Multifamily Rehab Cynthia Hart 1117 Woodlawn
Street
Clearwater 33756 $28,466.12
Explanation of Recaptured funds
Description Amount
Number of Affordable Housing Applications
Submitted 18
Approved 14
Denied 4
Number of Affordable Housing Applications
9Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Total:$.00
Rental Developments
Development
Name
Owner Address City Zip
Code
SHIP Amount SHIP
Units
Compliance
Monitored By
Community
Service
Foundation
Owner 1123
Tangerine
Street
Clearwater 33755 $90,000.00 2
Community
Service
Foundation
Owner 1101, 1115
& 1119
Woodlawn
St
Clearwater 33755 $56,932.25 2
SP Trail LLC
Woodlawn
Apts
Owner 803
Woodlawn
Trail
Clearwater 33756 $75,000.00 2
Madison Point
LLC
Owner 400 S.
MLK Jr.
Ave
Clearwater 33755 $75,000.00 2
Single Family Area Purchase Price
The average area purchase price of single family units:109,260.00
Or
Not Applicable
Form 5
10Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Code(s)Strategies
Expended
Amount Units
Encumbered
Amount Units
1 Purchase Assistance w/Rehab $20,425.00 1
2 Purchase Assistance w/o Rehab $40,550.00 2
3 Owner-Occupied Rehabilitation $67,606.82 2
SHIP Expended and Encumbered for Special Needs Applicants
Special Needs Breakdown
Strategies Special Needs Category
Expended
Amount Units
Encumbered
Amount Units
(2) Purchase Assistance
w/o Rehab
Person with Disabling
Condition (not DD)
$20,275.00 1
(2) Purchase Assistance
w/o Rehab
Receiving Social Security
Disability Insurance
$20,275.00 1
(1) Purchase Assistance
w/Rehab
Receiving Supplemental
Security Income
$20,425.00 1
(3) Owner-Occupied
Rehabilitation
Receiving Social Security
Disability Insurance
$67,606.82 2
Special Needs Category Breakdown by Strategy
Provide a description of efforts to reduce homelessness:
The City of Clearwater supports social service providers who address the root cause of homelessness. The City
contributes to five Continuum of Care providers in Pinellas County who serve Homeless individuals and families and
also supports the Pinellas Continuum of Care under direction of the Homeless Leadership Alliance of Pinellas which
coordinates with local service providers. The City has initiated and maintained a comprehensive, holistic approach
and has formed a Homeless Committee that consists of directors and staff who frequently address the needs and
impact of the homeless population.
Interim Year Data
11Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Interim Year Data
Interim Year 1
State Annual Distribution $156,785.00
Program Funds Expended $345,170.04
Program Funds Encumbered $768,153.14
Total Administration Funds Expended $112,045.52
Total Administration Funds Encumbered
Homeownership Counseling
65% Homeownership Requirement $1,007,323.18
75% Construction / Rehabilitation $1,036,723.18
30% Very & Extremely Low Income Requirement $336,136.89
30% Low Income Requirement $565,213.69
20% Special Needs Requirement $352,411.93
Carry Forward to Next Year
Interim Year 2
State Annual Distribution $202,776.00
Program Funds Expended
Program Funds Encumbered
642.49%
30.00%
50.45%
31.45%
661.24%
Disaster Funds
Program Income $963,670.23
12Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
LG Submitted Comments:
13Page
Form SHIP AR/2009
67-37.008(3)(f), F.A.C.
Effective Date: 11/2009
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8084
Agenda Date: 8/31/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Finance
Agenda Number: 6.1
SUBJECT/RECOMMENDATION:
Approve agreement for professional external audit services for five fiscal years ending
September 30, 2020 through 2024, with the accounting/auditing firm of Carr, Riggs and Ingram,
LLC, for a not-to-exceed amount of $711,700 and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
The City employed the accounting/auditing firm of Cherry Bekaert LLP for external auditing
services for the five fiscal years ending September 30, 2015 through 2019. Per City Charter,
Article II, Section 2.01(c)(3), the City cannot employ an external audit firm for more than five
consecutive years.
The City solicited proposals for external auditing services from qualified firms per Request for
Proposal 36-20 issued May 1, 2020. Seven firms submitted proposals that were ranked by the
City’s Auditor Selection Committee comprised of: Mayor Frank Hibbard; citizen appointee,
Herb McLachlan; and citizen appointee, Lisa Burley.
The committee completed a preliminary ranking of the proposals and three firms were chosen
as finalists for oral presentations and interviews: Carr, Riggs & Ingram, LLC,
CliftonLarsonAllen LLP, and MSL, P.A.
Per the RFP guidelines, the committee weighed and combined the rankings of proposals,
references, and oral interviews to arrive at a composite ranking for each firm. Carr, Riggs &
Ingram, LLC emerged as the top ranked firm.
The proposed contract includes a fixed fee of $128,000 for the fiscal year 2020 audit,
representing a 3.25% decrease from the fiscal year 2019 audit fee of $132,300. Subsequent
audit fees are $128,000 for fiscal year 2021, $130,000 per year for fiscal years 2022 and 2023,
and $131,000 for fiscal year 2024. A 10% contingency is also included in the funding request to
fund expenses related to any significant changes in the scope of the audit due to new
governmental accounting and auditing standards/practices, federal grants, or other.
APPROPRIATION CODE AND AMOUNT:
Budgeted funds for this agreement are available in the Finance, Professional Services expense
code: 0109821-530100.
Page 1 City of Clearwater Printed on 8/30/2020
Procurement Division 100 S Myrtle Ave
Clearwater FL 33756-5520
PO Box 4748, 33758-4748 727-562-4633 Tel
v 11.2018
REQUEST FOR PROPOSALS
#36-20
PROFESSIONAL AUDITING SERVICES
May 1, 2020
NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until
10:00 AM, Local Time, June 2, 2020 to provide PROFESSIONAL AUDITING SERVICES.
Brief Description: The City of Clearwater is seeking proposals from qualified firms of certified public
accountants to audit the financial statements of the City of Clearwater, Florida for the fiscal years ending
September 30, 2020, 2021, 2022, 2023, and 2024.
Proposals must be in accordance with the provisions, specifications and instructions set forth herein and
will be received by the Procurement Division until the above noted time, when they will be publicly
acknowledged and accepted.
Proposal packets, any attachments and addenda are available for download at:
https://www.myclearwater.com/business/rfp
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 Procurement contact below:
This Request for Proposals is issued by:
Lori Vogel, CPPB
Procurement Manager
Lori.vogel@myclearwater.com
INSTRUCTIONS
Professional Auditing Services 2 RFP #36-20
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 contact listed
on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received
less than ten (10) 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 no less than seven (7) days prior to the Due
Date. Vendors are cautioned to check the Purchasing Website for addenda and
clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor
fails to receive any addenda issued. The City shall not be responsible for any oral changes to these
specifications made by any employees or officer of the City. Failure to acknowledge receipt of an
addendum may result in disqualification of a proposal.
i.3 VENDOR CONFERENCE / SITE VISIT: Yes No
Mandatory Attendance: Yes No
If so designated above, attendance is mandatory as a condition of submitting a proposal. The
conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect
the site and ask questions. During any site visit you must fully acquaint yourself with the conditions
as they exist and the character of the operations to be conducted under the resulting contract.
i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: June 2, 2020
Time: 10:00 AM (Local Time)
The City will open all proposals properly and timely submitted and will record the names and other
information specified by law and rule. All proposals become the property of the City and will not be
returned except in the case of a late submission. Respondent names, as read at the bid opening,
will be posted on the City website. Once a notice of intent to award is posted or 30 days from day
of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting
the Procurement Division.
i.5 PROPOSAL FIRM TIME: 120 Days from Opening
Proposal shall remain firm and unaltered after opening for the number of days shown above. The
City may accept the proposal, subject to successful contract negotiations, at any time during this
time.
i.6 PROPOSAL SECURITY: Yes $ 0.00 No
If so designated above, a proposal security in the amount specified must be submitted with the
proposal. The security may be submitted in any one of the following forms: an executed surety
bond issued by a firm licensed and registered to transact such business with the State of Florida;
cash; certified check, or cashier's check payable to the City of Clearwater (personal or company
checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial
institution and acceptable to the City. Such proposal security shall be forfeited to the City of
Clearwater should the proposer selected fail to execute a contract when requested.
PERFORMANCE SECURITY: Yes $ 0.00 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
INSTRUCTIONS
Professional Auditing Services 3 RFP #36-20
any, will be returned to Contractor upon the expiration or termination of the contract.
i.7 SUBMIT PROPOSALS TO:
Proposals should be submitted electronically through our bids website at
https://www.myclearwater.com/business/rfp.
i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on
time at the place specified. All proposals received after the date and time specified shall not be
considered and will be returned unopened to the proposer. The proposer assumes the risk of any
delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private
courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient
to show that you mailed or commenced delivery before the due date and time. All times are
Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s
Procurement Office as the official time.
i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this
solicitation for purpose of influencing the process or the award, between any person or affiliates
seeking an award from this solicitation and the City is strongly discouraged. This does not prohibit
public comment at any City Council meeting, study session or Council committee meeting.
This shall not apply to vendor-initiated communication with the contact(s) identified in the
solicitation or City-initiated communications for the purposes of conducting the procurement
including but not limited to pre-bid conferences, clarification of responses, presentations if provided
in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal
resolution, or surveying non-responsive vendors.
i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final
approval and execution of the contract, proposer does so at its own risk.
i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the
solicitation will not excuse any failure to comply with the requirements of the solicitation or any
resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor
suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in
any case not later than seven (7) business days in advance of the due date notify the contact on
page one (1). The City is not responsible for and will not pay any costs associated with the
preparation and submission of the proposal. Proposers are cautioned to verify their proposals
before submission, as amendments to or withdrawal of proposals submitted after time specified for
opening of proposals may not be considered. The City will not be responsible for any proposer
errors or omissions.
i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall
be submitted on the forms provided. An original and the designated number of copies of each
proposal are required. Proposals, including modifications, must be submitted in ink, typed, or
printed form and signed by an authorized representative. Please line through and initial rather than
erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be
considered non-responsive. In the event of a disparity between the unit price and the extended
price, the unit price shall prevail unless obviously in error, as determined by the City. The City may
require that an electronic copy of the proposal be submitted. The proposal must provide all
information requested and must address all points. The City does not encourage exceptions. The
City is not required to grant exceptions and depending on the exception, the City may reject the
proposal.
i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the
specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other
products will be considered upon showing the other product meets stated specifications and is
equivalent to the brand product in terms of quality, performance and desired characteristics.
Minor differences that do not affect the suitability of the supply or service for the City’s needs may
be accepted. Burden of proof that the product meets the minimum standards or is equal to the
INSTRUCTIONS
Professional Auditing Services 4 RFP #36-20
brand name product is on the proposer. The City reserves the right to reject proposals that the City
deems unacceptable.
i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the
proposal received by the City prior to the scheduled opening time will be accepted and will be
corrected after opening. No oral requests will be allowed. Requests must be addressed and
labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL
of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of
undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the
bid opening shall be allowed solely at the City’s discretion.
i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended,
or otherwise lawfully precluded from participating in any public procurement activity, including being
disapproved as a subcontractor with any federal, state, or local government, or if any such
preclusion from participation from any public procurement activity is currently pending, the proposer
shall include a letter with its proposal identifying the name and address of the governmental unit,
the effective date of this suspension or debarment, the duration of the suspension or debarment,
and the relevant circumstances relating to the suspension or debarment. If suspension or
debarment is currently pending, a detailed description of all relevant circumstances including the
details enumerated above must be provided. A proposal from a proposer who is currently debarred,
suspended or otherwise lawfully prohibited from any public procurement activity may be rejected.
i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to
rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced
proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another
event; to reject individual proposals for failure to meet any requirement; to award by item, part or
portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities,
defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of
the proposal from proposer at any time, and failure to respond is cause for rejection. Submission
of a proposal confers on proposer no right to an award or to a subsequent contract. The City is
responsible to make an award that is in the best interest of the City. All decisions on compliance,
evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the
City. No binding contract will exist between the proposer and the City until the City executes a
written contract or purchase order.
i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a
proposer may not be acknowledged or accepted by the City. Award or execution of a contract does
not constitute acceptance of a changed term, condition or specification unless specifically
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its
proposal, including without limitation any documents and/or materials copyrighted by the proposer.
The City’s right to copy shall be for internal use in evaluating the proposal.
i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process.
The responsibility for implementing this policy rests with each individual who participates in the
Procurement process, including Respondents and Contractors.
To achieve this purpose, it is essential that Respondents and Contractors doing business with the
City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards
to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or
Services not provided.
INSTRUCTIONS
Professional Auditing Services 5 RFP #36-20
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or
prospective proposers and affiliates. The City may request product samples from vendors for
product evaluation.
i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect
in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected
proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests
and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18
(“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy,
the language of the Purchasing Policy controls.
Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before
the bid opening must be filed with the Procurement Manager no later than five (5) business days
before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within
the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance.
The complete protest procedure can be obtained by contacting the Procurement Division.
ADDRESS PROTESTS TO:
City of Clearwater - Procurement Division
100 So Myrtle Ave, 3rd Fl
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
INSTRUCTIONS – EVALUATION
Professional Auditing Services 6 RFP #36-20
i.22 EVALUATION PROCESS. Proposals will be reviewed by an Auditor Selection Committee
established by the City Council pursuant to Chapter 218.391, Florida Statutes. The City staff may
or may not initiate discussions with proposers for clarification purposes. Clarification is not an
opportunity to change the proposal. Proposers shall not initiate discussions with any City employee
or official.
i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of
information: responsiveness, responsibility, the technical proposal/price. All proposals must meet
the following responsiveness and responsibility criteria.
a) Responsiveness. The City will determine whether the proposal complies with the instructions
for submitting proposals including completeness of proposal which encompasses the inclusion
of all required attachments and submissions. The City must reject any proposals that are
submitted late. Failure to meet other requirements may result in rejection.
b) Responsibility. The City will determine whether the proposer is one with whom it can or should
do business. Factors that the City may evaluate to determine "responsibility" include, but are
not limited to: excessively high or low priced proposals, past performance, references
(including those found outside the proposal), compliance with applicable laws, proposer's
record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any
contract with the City, whether the proposer is qualified legally to contract with the City,
financial stability and the perceived ability to perform completely as specified. A proposer
must at all times have financial resources sufficient, in the opinion of the City, to ensure
performance of the contract and must provide proof upon request. City staff may also use
Dun & Bradstreet and/or any generally available industry information. The City reserves the
right to inspect and review proposer’s facilities, equipment and personnel and those of any
identified subcontractors. The City will determine whether any failure to supply information, or
the quality of the information, will result in rejection.
c) Technical Proposal. The City will determine how well proposals meet its requirements in terms
of the response to the specifications and how well the offer addresses the needs of the project.
The City will rank offers using a point ranking system (unless otherwise specified) as an aid
in conducting the evaluation.
d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the
proposals may be evaluated using simple comparative analysis instead of any announced
method of evaluation, subject to meeting administrative and responsibility requirements.
For this RFP, the criteria that will be evaluated and their relative weights are:
Evaluation Criteria Points
Qualifications, Experience and Project Personnel Expertise (Tab 2) 45
Audit Approach (Tab 3) 30
References (Tab 4) 15
Cost Proposal (Tab 5) 10
i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored
proposals based on evaluation against the evaluation criteria. Short-listed proposers may be
invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews,
the City will finalize the ranking of shortlisted firms.
i.25 PRESENTATIONS/INTERVIEWS. Presentations and/or interviews may be requested at the City’s
discretion. The proposer must provide a formal presentation/interview on-site at a City location
upon request.
i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will
determine the scope and subject of any best & final request. However, the proposer should not
INSTRUCTIONS – EVALUATION
Professional Auditing Services 7 RFP #36-20
expect that the City will ask for best & finals and should submit their best offer based on the terms
and conditions set forth in this solicitation.
i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the
proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to
determine if the proposal price is fair and reasonable.
i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to
accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully
execute the final contract within a reasonable time as specified, or negotiations do not result in an
acceptable agreement, the City may reject proposal or revoke the award, and may begin
negotiations with another proposer. Final contract terms must be approved or signed by the
appropriately authorized City official(s). No binding contract will exist between the proposer and
the City until the City executes a written contract or purchase order.
i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s
website at https://www.myclearwater.com/business/rfp to view relevant RFP information and
notices.
i.30 RFP TIMELINE. Dates are tentative and subject to change.
Release RFP: May 1, 2020
Advertise Tampa Bay Times: May 6, 2020
Responses due: June 2, 2020
Review proposals: June 3, 2020-June 15, 2020
Presentations (if requested): Week of June 22, 2020
Award recommendation: June 26, 2020
Council authorization: August 6, 2020
Contract begins: August 2020
TERMS AND CONDITIONS
Professional Auditing Services 8 RFP #36-20
S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor,
supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city,
Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”.
S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to
the City will be that of an independent contractor. Contractor and all persons employed by
Contractor, either directly or indirectly, are Contractor’s employees, not City employees.
Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to
City employees including, but not limited to, health benefits, enrollment in a retirement system, paid
time off or other rights afforded City employees. Contractor employees will not be regarded as City
employees or agents for any purpose, including the payment of unemployment or workers’
compensation. If any Contractor employees or subcontractors assert a claim for wages or other
employment benefits against the City, Contractor will defend, indemnify and hold harmless the City
from all such claims.
S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the
express written permission of the City. If Contractor has received authorization to subcontract work,
it is agreed that all subcontractors performing work under the Agreement must comply with its
provisions. Further, all agreements between Contractor and its subcontractors must provide that
the terms and conditions of this Agreement be incorporated therein.
S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first
receiving the City’s written consent. Any attempted assignment, either in whole or in part, without
such consent will be null and void and in such event the City will have the right at its option to
terminate the Agreement. No granting of consent to any assignment will relieve Contractor from
any of its obligations and liabilities under the Agreement.
S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and
inure to the benefit of the parties and their respective permitted successors and assigns.
S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the
parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights,
or responsibilities in any third parties.
S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or
services set forth herein from other sources when deemed necessary and appropriate. No
exclusive rights are encompassed through this Agreement.
S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be
modified in a writing signed by both parties. No charge for extra work or material will be allowed
unless approved in writing, in advance, by the City and Contractor.
S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations
under this Agreement.
S.10 COMPLIANCE WITH APPLICABLE LAWS.
a. General. Contractor must procure all permits and licenses, and pay all charges and fees
necessary and incidental to the lawful conduct of business. Contractor must stay fully informed
of existing and future federal, state, and local laws, ordinances, and regulations that in any
manner affect the fulfillment of this Agreement and must comply with the same at its own
expense. Contractor bears full responsibility for training, safety, and providing necessary
equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon
request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and
other activities used to ensure compliance.
b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy
establishing a drug-free workplace for itself and those doing business with the City to ensure
the safety and health of all persons working on City contracts and projects. Contractor will
require a drug-free workplace for all Contractor personnel working under this Agreement.
Specifically, all Contractor personnel who are working under this Agreement must be notified
TERMS AND CONDITIONS
Professional Auditing Services 9 RFP #36-20
in writing by Contractor that they are prohibited from the manufacture, distribution,
dispensation, possession, or unlawful use of a controlled substance in the workplace.
Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel,
and will ensure that Contractor personnel do not use or possess illegal drugs while in the course
of performing their duties.
c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration
Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the
City and its agents to inspect applicable personnel records to verify such compliance as
permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all
Contractor personnel have a legal right to live and work in the United States.
(i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City
that Contractor and each of its subcontractors will comply with, and are contractually
obligated to comply with, all federal immigration laws and regulations that relate to their
employees (hereinafter “Contractor Immigration Warranty”).
(ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this
Agreement and will subject Contractor to penalties up to and including termination of this
Agreement at the sole discretion of the City.
(iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide
services under this Agreement to ensure that Contractor or its subcontractors are
complying with the Contractor Immigration Warranty. Contractor agrees to assist the City
in regard to any such inspections.
(iv) The City may, at its sole discretion, conduct random verification of the employment records
of Contractor and any subcontractor to ensure compliance with the Contractor Immigration
Warranty. Contractor agrees to assist the City in regard to any random verification
performed.
(v) Neither Contractor nor any subcontractor will be deemed to have materially breached the
Contractor Immigration Warranty if Contractor or subcontractor establishes that it has
complied with the employment verification provisions prescribed by Sections 274A and
274B of the Federal Immigration and Nationality Act.
d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against
any employee or applicant for employment or person to whom it provides services because of
race, color, religion, sex, national origin, or disability, and represents and warrants that it
complies with all applicable federal, state, and local laws and executive orders regarding
employment. Contractor and Contractor’s personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal
Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and
applicable rules in performance under this Agreement.
S.11 SALES/USE TAX, OTHER TAXES.
a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes
related to or arising out of Contractor’s services under this Agreement, including by way of
illustration but not limitation, federal and state income tax, Social Security tax, unemployment
insurance taxes, and any other taxes or business license fees as required. If any taxing
authority should deem Contractor or Contractor employees an employee of the City, or should
otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility
under this Agreement, Contractor will indemnify the City for any tax liability, interest, and
penalties imposed upon the City.
b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes
and will furnish an exemption certificate upon request.
TERMS AND CONDITIONS
Professional Auditing Services 10 RFP #36-20
S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due
to the City during the performance of services under the Agreement. Payments to Contractor may
be offset by any delinquent amounts due the City or fees and charges owed to the City.
S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral
presentations, meetings where vendors answer questions, other submissions, correspondence,
and all records made thereof, as well as negotiations or meetings where negotiation strategies are
discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and
286, Florida Statutes.
Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure
until such time that the City provides notice of an intended decision or until 30 days after opening
the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP
and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain
exempt from public disclosure until such time that the City provides notice of an intended decision
concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall
not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all
proposals or replies.
Oral presentations, meetings where vendors answer questions, or meetings convened by City staff
to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in
compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed
meeting. The 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 RFP and provides notice of its intent to reissue the RFP, then the recording and any records
presented at the exempt meeting remain exempt from public disclosure until such time that the City
provides notice of an intended decision concerning the reissued RFP or until the City withdraws
the reissued RFP. A recording and any records presented at an exempt meeting shall not be
exempt from public disclosure longer than 12 months after the initial City notice rejecting all
proposals or replies.
In addition to all other contract requirements as provided by law, the contractor executing
this agreement agrees to comply with public records law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com,
600 Cleveland Street, Suite 600, Clearwater, FL 33755.
The contractor’s agreement to comply with public records law applies specifically to:
a) Keep and maintain public records required by the City of Clearwater (hereinafter “public
agency”) to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency’s custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida
Statutes, as may be amended from time to time, or as otherwise provided by law.
c) Ensure that the public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the contractor does not transfer the
records to the public agency.
TERMS AND CONDITIONS
Professional Auditing Services 11 RFP #36-20
d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in
possession of the contractor or keep and maintain public records required by the public agency
to perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the
contractor keeps and maintains public records upon completion of the contract, the contractor
shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public agency’s
custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract for services
must be made directly to the public agency. If the public agency does not possess the
requested records, the public agency shall immediately notify the contractor of the request and
the contractor must provide the records to the public agency or allow the records to be
inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not comply with
the public agency’s request for records, the public agency shall enforce the contract provisions
in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a reasonable
time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records relating to a
public agency’s contract for services, the court shall assess and award against the contractor
the reasonable costs of enforcement, including reasonable attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the public
records request within a reasonable time; and
2. At least eight (8) business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the contractor has not
complied with the request, to the public agency and to the contractor.
i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public
records and to the contractor at the contractor’s address listed on its contract with the public
agency or to the contractor’s registered agent. Such notices must be sent by common carrier
delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or
shipping paid by the sender and with evidence of delivery, which may be in an electronic format.
A contractor who complies with a public records request within 8 business days after the notice is
sent is not liable for the reasonable costs of enforcement.
S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five
(5) years after completion of the Agreement. The City or its authorized agent reserves the right to
inspect any records related to the performance of work specified herein. In addition, the City may
inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the
Agreement. Contractor will permit such inspections and audits during normal business hours and
upon reasonable notice by the City. The audit of records may occur at Contractor’s place of
business or at City offices, as determined by the City.
S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested
background checks of Contractor personnel who would perform services under the Agreement or
who will have access to the City’s information, data, or facilities in accordance with the City’s current
TERMS AND CONDITIONS
Professional Auditing Services 12 RFP #36-20
background check policies. Any officer, employee, or agent that fails the background check must
be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will
have final authority, based on security reasons: (i) to determine when security clearance of
Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and
including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or
entity may provide services under this Agreement. If the City objects to any Contractor personnel
for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City,
remove any such individual from performance of services under this Agreement.
S.17 DEFAULT.
a. A party will be in default if that party:
(i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership
proceeding, makes an assignment for a creditor, or there is any similar action that affects
Contractor’s capability to perform under the Agreement;
(ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar
days;
(iii) Conducts business in an unethical manner or in an illegal manner; or
(iv) Fails to carry out any term, promise, or condition of the Agreement.
b. Contractor will be in default of this Agreement if Contractor is debarred from participating in
City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and
Procedures Manual.
c. Notice and Opportunity to Cure. In the event a party is in default then the other party may,
at its option and at any time, provide written notice to the defaulting party of the default. The
defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty
(30) day cure period may be extended by mutual agreement of the parties, but no cure period
may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably
calculated to provide notice of the nature and extent of such default. Failure of the non-
defaulting party to provide notice of the default does not waive any rights under the Agreement.
d. Anticipatory Repudiation. Whenever the City in good faith has reason to question
Contractor’s intent or ability to perform, the City may demand that Contractor give a written
assurance of its intent and ability to perform. In the event that the demand is made and no
written assurance is given within five (5) calendar days, the City may treat this failure as an
anticipatory repudiation of the Agreement.
S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy
will not preclude the use of other remedies. In the event of default:
a. The non-defaulting party may terminate the Agreement, and the termination will be effective
immediately or at such other date as specified by the terminating party.
b. The City may purchase the services required under the Agreement from the open market,
complete required work itself, or have it completed at the expense of Contractor. If the cost of
obtaining substitute services exceeds the contract price, the City may recover the excess cost
by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance
due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv)
collection against liquidated damages (if applicable); or (v) a combination of the
aforementioned remedies or other remedies as provided by law. Costs includes any and all,
fees, and expenses incurred in obtaining substitute services and expended in obtaining
reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and
costs.
TERMS AND CONDITIONS
Professional Auditing Services 13 RFP #36-20
c. The non-defaulting party will have all other rights granted under this Agreement and all rights
at law or in equity that may be available to it.
d. Neither party will be liable for incidental, special, or consequential damages.
S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the
parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to
cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or
obligated to cease performance by other provisions in this Agreement.
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in
part or in whole upon thirty (30) calendar days’ written notice.
S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel
this Agreement after its execution, without penalty or further obligation, if any person significantly
involved in initiating, securing, drafting, or creating the Agreement for the City becomes an
employee or agent of Contractor.
S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY
CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds
by its governing body to satisfy its obligations. If the City reasonably determines that it does not
have funds to meet its obligations under this Agreement, the City will have the right to terminate
the Agreement without penalty on the last day of the fiscal period for which funds were legally
available. In the event of such termination, the City agrees to provide written notice of its intent to
terminate thirty (30) calendar days prior to the stated termination date.
S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement,
Contractor will be entitled only to payment for those services performed up to the date of
termination, and any authorized expenses already incurred up to such date of termination. The
City will make final payment within thirty (30) calendar days after the City has both completed its
appraisal of the materials and services provided and received Contractor’s properly prepared final
invoice.
S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless
approved in writing and signed by the waiving party. Failure or delay to exercise any rights or
remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services
hereunder, will not release the other party of any of the warranties or other obligations of the
Agreement and will not be deemed a waiver of any such rights or remedies.
S.25 INDEMNIFICATION/LIABILITY.
a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the
City, its officers, agents, and employees, harmless from and against any and all liabilities,
demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs,
attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to,
arising out of, or resulting from: (i) the services provided by Contractor personnel under this
Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor
personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the
obligations established by this Agreement.
b. Contractor will update the City during the course of the litigation to timely notify the City of any
issues that may involve the independent negligence of the City that is not covered by this
indemnification.
c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor
or any third party harmless for claims based on this Agreement or use of Contractor-provided
supplies or services.
S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements
of the Agreement. Additionally, Contractor warrants that all services will be performed in a good,
workman-like and professional manner. The City’s acceptance of service or materials provided by
Contractor will not relieve Contractor from its obligations under this warranty. If any materials or
TERMS AND CONDITIONS
Professional Auditing Services 14 RFP #36-20
services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at
no additional charge to the City, will provide materials or redo such services until in accordance
with this Agreement and to the City’s reasonable satisfaction.
Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current
manufacture and not discontinued, will be free of defects in materials and workmanship, will be
provided in accordance with manufacturer's standard warranty for at least one (1) year unless
otherwise specified, and will perform in accordance with manufacturer's published specifications.
S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to
prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City
property, and will at the City’s request and expense, furnish to the City reasonable assistance and
cooperation, including assistance in the prosecution or defense of suit and the execution of
instruments of assignment in favor of the City in obtaining recovery.
S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver
any specific amount of materials or services or any materials or services at all under this Agreement
and acknowledges and agrees that the materials or services will be requested by the City on an as
needed basis at the sole discretion of the City. Any document referencing quantities or
performance frequencies represent the City's best estimate of current requirements, but will not
bind the City to purchase, accept, or pay for materials or services which exceed its actual needs.
S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City
pursuant to this Agreement (whether electronically or manually generated) including without
limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared
in the performance of this Agreement, are the property of the City and will not be used or released
by Contractor or any other person except with prior written permission by the City.
S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or
publicity without obtaining the prior written consent of the City.
S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public
officer or employee within the last two (2) years shall not represent another organization before the
City on any matter for which the officer or employee was directly concerned and personally
participated in during their service or employment or over which they had a substantial or material
administrative discretion.
S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination
freight prepaid and allowed unless otherwise agreed.
S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or
equipment incidental to providing these services and such loss, injury, or destruction will not release
Contractor from any obligation hereunder.
S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real
property or damage or loss of City personal property when such property is the responsibility of or
in the custody of Contractor or its employees.
S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use,
the materials and services being provided and that the City may use same without suit, trouble or
hindrance from Contractor or third parties.
S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will
without limitation, at its expense defend the City against all claims asserted by any person that
anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual
property right and must, without limitation, pay the costs, damages and attorneys' fees awarded
against the City in any such action, or pay any settlement of such action or claim. Each party agrees
to notify the other promptly of any matters to which this provision may apply and to cooperate with
each other in connection with such defense or settlement. If a preliminary or final judgment is
obtained against the City’s use or operation of the items provided by Contractor hereunder or any
part thereof by reason of any alleged infringement, Contractor will, at its expense and without
TERMS AND CONDITIONS
Professional Auditing Services 15 RFP #36-20
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 Procurement Division
and/or an authorized representative from the using department. All questions regarding the
contract will be referred to the Procurement Division for resolution. Supplements may be written to
the contract for the addition or deletion of services.
S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by
unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the
public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose
performance is so affected will within five (5) calendar days of the unforeseeable circumstance
notify the other party of all pertinent facts and identify the force majeure event. The party whose
performance is so affected must also take all reasonable steps, promptly and diligently, to prevent
such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or
performance date will be extended for a period equal to the time lost by reason of delay, plus such
additional time as may be reasonably necessary to overcome the effect of the delay, provided
however, under no circumstances will delays caused by a force majeure extend beyond one
hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task
unless agreed upon by the parties.
S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing
agreements with other Florida government agencies, including the Tampa Bay Area Purchasing
Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use
by other municipalities, school districts and government agencies with the approval of Contractor.
Any such usage by other entities must be in accordance with the statutes, codes, ordinances,
charter and/or procurement rules and regulations of the respective government agency.
Orders placed by other agencies and payment thereof will be the sole responsibility of that agency.
The City is not responsible for any disputes arising out of transactions made by others.
S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price
increases will be accepted without proper request by Contractor and response by the City’s
Procurement Division.
S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at
their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or
registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided
by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or
registered mail, receipt will be deemed effective three (3) calendar days after being deposited in
the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective
two (2) calendar days after the sending thereof.
S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The
exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this
Agreement will be Pinellas County, Florida.
S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto,
supersede all prior oral or written agreements, if any, between the parties and constitutes the entire
agreement between the parties with respect to the work to be performed.
S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a
part of this Agreement as if fully stated in it.
S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such
provision will be severed from this Agreement, which will otherwise remain in full force and effect.
The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may
TERMS AND CONDITIONS
Professional Auditing Services 16 RFP #36-20
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
Professional Auditing Services 17 RFP #36-20
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 116,585
residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been
rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was
on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to
the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well
as hosting several sports tournaments through the year that attract visitors from across the country.
Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story
made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both
filmed here in Clearwater.
2. PROJECT GOAL. The City of Clearwater is seeking proposals from qualified firms of certified
public accountants to audit the financial statements of the City of Clearwater, Florida for the five (5)
fiscal years ending September 30, 2020, 2021, 2022, 2023, and 2024.
3. BACKGROUND/DESCRIPTION OF GOVERNMENT. The City of Clearwater serves an area of
approximately twenty-six (26) square miles with a population of approximately 116,585. The City’s
fiscal year begins October 1st and ends September 30th.
The City of Clearwater provides the following services to its citizens:
➢ Police and fire protection
➢ Construction and maintenance of streets, bridges, sidewalks, storm drainage,
public parks, and recreational facilities
➢ City planning, zoning, subdivision and building code regulation and enforcement
➢ Supervised recreation programs
➢ Public libraries
➢ Redevelopment of declining commercial and residential neighborhoods
➢ Refuse and trash collection
➢ Comprehensive recycling program
➢ Natural gas distribution
➢ Water supply and distribution
➢ Storm and wastewater collection, treatment, and disposal
➢ Parking system
➢ Marina, downtown boat slips, and beach fishing pier
➢ Executive airpark
More detailed information on the government and its finances can be found in the annual budget
and comprehensive annual financial report documents. These documents are available for review
at the City’s website: https://www.myclearwater.com/government/city-departments/finance-budget
(Finance & Budget Documents & Publications).
4. SCOPE OF SERVICES. The selected firm is expected to perform the following work as tasked by
the City:
A. SERVICE REQUIREMENTS
A.1 Express opinion on the fair presentation of the City’s basic financial statements in
conformity with U.S. generally accepted accounting principles no later than February
28th annually.
A.2 Express opinion on the fair presentation of City’s individual non-major governmental,
non-major enterprise, internal service and fiduciary funds financial statements,
including any budgetary comparisons presented as basic financial statements, in
conformity with U.S. generally accepted accounting principles, no later than February
28th annually.
A.3 Provide an “in-relation-to” opinion on the supporting schedules of federal and state
financial assistance, as well as all statements and schedules included within the
financial section of the Comprehensive Annual Financial Report (CAFR). A.4 Perform
DETAILED SPECIFICATIONS
Professional Auditing Services 18 RFP #36-20
certain limited procedures involving required supplementary information as mandated
by generally accepted auditing standards.
A.5 Provide a report on internal controls over financial reporting and on compliance and
other matters based on an audit of financial statements performed in accordance with
government auditing standards.
A.6 Provide a report on compliance with requirements applicable to each major Federal
program and state financial assistance project and on internal control over compliance
required by Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform
Guidance) and Chapter 10.550, Rules of the Auditor General.
A.7 Provide a schedule of findings and questioned costs as mandated by Title 2, U.S. Code
of Federal Regulations Part 200, Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards (Uniform Guidance), and the
Florida Single Audit Act.
A.8 Provide any other reports required by the Uniform Guidance and the Florida Single
Audit Act.
A.9 Provide a Management Letter as required by Section 10.554(1)(i) of the Rules of the
Auditor General of the State of Florida including all required disclosures.
A.10 Provide an Independent Accountant’s Report as required by the Florida Auditor
General.
A.11 Audit the special purpose Schedule of Revenues and Expenditures of Emergency
Medical Services and render an opinion as to whether the Schedule presents fairly, in
all material respects, the revenues and expenditures related to the Emergency Medical
Services (EMS) of the City in accordance with the ALS First Responder Agreement.
A.12 Complete the appropriate sections of and sign the Data Collection Form.
B. AUDITING STANDARDS
The audit shall be performed in accordance with:
➢ Generally Accepted Auditing Standards (GAAS) as set forth by the American
Institute of Certified Public Accountants
➢ Government Auditing Standards issued by the Comptroller General of the United
States
➢ Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards
(Uniform Guidance)
➢ Florida Single Audit Act; Section 215.97, Florida Statutes
➢ Chapter 10.550, Rules of the Auditor General
➢ Chapter 11.45, Florida Statutes
➢ State of Florida Department of Banking and Finance Regulations
➢ Audits of State and Local Governmental Units (Revised) – AICPA
➢ Any other applicable federal, state and local laws, regulations, or professional
guidance not specifically listed above as well as any additional requirements which
may be adopted by these organizations in the future
C. ASSISTANCE TO BE PROVIDED TO THE AUDITOR
C.1 The City of Clearwater will prepare draft financial statements, notes, and all required
supplementary schedules and statistical data, including the Schedule of Expenditures
of Federal Awards and State Financial Assistance.
C.2 Finance staff and responsible management personnel will be available during the audit
to assist the firm in providing additional information, documentation, and explanations.
City of Clearwater Electronic Data Processing (EDP) personnel will be available to
provide systems documentation and explanations.
C.3 The preparation of confirmations shall be the responsibility of the City of Clearwater as
directed by the auditor.
C.4 The City’s Assistant Finance Director, or designee, will act as coordinator for the audit
and will be the primary contact for assistance to be provided to the auditor by the City.
DETAILED SPECIFICATIONS
Professional Auditing Services 19 RFP #36-20
C.5 The City will provide reasonable workspace, tables, chairs, computer access,
telephone access, photocopying facilities, and facsimile services for the on-site audit
staff, to be used solely for the audit of the City.
C.6 CAFR preparation and printing shall be the responsibility of the City.
D. SPECIAL CONSIDERATIONS
D.1 The City requires that auditors opine at the fund level across all funds, including non-
major funds.
D.2 The City has received the Certificate of Achievement for Excellence in Financial
Reporting for the past forty consecutive years and will continue to submit its
Comprehensive Annual Financial Report (CAFR) to the Government Finance Officers
Association for review via its Certificate of Achievement for Excellence in Financial
Reporting program. It is expected that the auditor will assist in the review of the report
for compliance with the requirements of that program prior to submission.
D.3 The City currently anticipates it will prepare one or more official statements in
connection with the sale of debt securities which will contain the general purpose
financial statements and the auditor’s reports thereon. The auditor shall be required, if
requested by the City, to issue a “consent and citation of expertise” as the auditor along
with any necessary “comfort letters” at no additional cost to the City.
D.4 The City has determined that the U.S. Department of Housing and Urban Development
will function as the cognizant agency in accordance with the provisions of Title 2, U.S.
Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards (Uniform Guidance).
D.5 The Schedule of Expenditures of Federal and State Awards and the related auditor’s
report, as well as the related reports on compliance and internal control, and the
management letter are to be issued as part of the CAFR.
D.6 The auditor will assist the City in complying with changes in reporting requirements to
remain in conformity with Generally Accepted Accounting Principles.
D.7 The auditors shall be required to issue an immediate written report of all irregularities
and illegal acts or indications of illegal acts of which they become aware to the City
Manager, the Auditor Selection Committee and/or the City Council, as appropriate.
D.8 The auditor shall submit a signed audit report on the fair presentation of the financial
statements in conformity with generally accepted accounting principles no later than
February 28th annually, along with the required reports on internal controls and
compliance with laws and regulations.
D.9 The firm shall provide the City of Clearwater timely written notice of any professional
relationships involving the City or component units which the firm enters into during the
period of this agreement.
D.10 Engagement partners, managers, other supervisory staff and specialists may be
changed if those personnel leave the firm, are promoted, or are assigned to another
office. These personnel may also be changed for other reasons with the express prior
written permission of the City of Clearwater, which retains the right to approve or reject
replacements. Other audit personnel may be changed at the discretion of the firm
provided that replacements have substantially equivalent or better qualifications and
experience.
E. WORKING PAPER RETENTION AND ACCESS TO WORKING PAPERS
E.1 All working papers and reports must be retained, at the auditor’s expense, for a
minimum of five (5) years, unless the firm is notified in writing by the City of the need
to extend the retention period; except grant-related working papers will be retained for
ten (10) years.
E.2 The auditor will be required to make working papers available, upon request, to the
following parties or their designees:
➢ City of Clearwater
➢ U.S. Department of Housing and Urban Development
➢ U.S. General Accounting Office (GAO)
DETAILED SPECIFICATIONS
Professional Auditing Services 20 RFP #36-20
➢ Parties designated by the federal or state governments or by the City as part of an
audit quality review process
➢ Auditors of entities of which the City of Clearwater is a sub-recipient of grant funds
➢ In addition, the firm shall respond to the reasonable inquiries of successor auditors
and allow successor auditors to review working papers relating to matters of
continuing accounting significance.
F. MISCELLANEOUS INFORMATION
Pension Plans
The City of Clearwater Participates in the following retirement plans:
Plan Single Employer
Defined Benefit Defined Contribution
Clearwater Employees’ X
Clearwater Firefighters’ Relief X
Firefighters’ Supplemental (Ch.175) X
Police Officers’ Supplemental (Ch.185) X
Management (401a) X
The actuarial services for the Clearwater Employees’ and Clearwater Firefighters’ Relief
pension plans are currently provided by Gabriel Roeder Smith & Company and Mouton &
Company, respectively.
Deferred Compensation Plans
The City offers its employees a deferred compensation plan adopted under Internal Revenue
Code Section 457.
Insurance
The City is self-insured within certain parameters for losses arising from claims for property
damage, general liability, auto liability and physical damage and workers’ compensation. The
City’s current actuary for the self-insurance program is Madison Consulting Group, Inc.
The City is also self-insured within certain parameters for employee and retiree health care
coverage. A Claim Liability Estimate is provided as of September 30thof each year. The City’s
current actuary is Wakely Consulting Group.
Component Unit
Clearwater Redevelopment Agency (CRA) - a blended component unit, is presented as a non-
major special revenue fund in the City’s Comprehensive Annual Financial Report. Separate
financial statements are not available for the CRA.
5. MINIMUM QUALIFICATIONS. Firms responding to this RFP must explain their experience with
Auditing services in Response Elements, Item 2, Tab 2, Qualifications, Experience and Project
Personnel Expertise. With the Qualifications statement, a minimum of three (3) references,
preferably from other public entities within the State of Florida, for which similar services have been
provided, are required.
6. 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.
DETAILED SPECIFICATIONS
Professional Auditing Services 21 RFP #36-20
Specifically the Vendor must carry the following minimum types and amounts of insurance on an
occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the
termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one
million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate
for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two
million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive
date of coverage shall be no later than the inception date of claims made coverage, unless the
prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond
the policy year either by a supplemental extended reporting period (SERP) of as great a
duration as available, and with no less coverage and with reinstated aggregate limits, or by
requiring that any new policy provide a retroactive date no later than the inception date of claims
made coverage.
d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory
Workers’ Compensation Insurance coverage in accordance with the laws of the State of
Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five
hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand
dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease
policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S.
Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be
applicable to employees, contractors, subcontractors, and volunteers, if any.
The above insurance limits may be achieved by a combination of primary and
umbrella/excess liability policies.
Other Insurance Provisions.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the
insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor
will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate,
SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set
forth above and naming the City as an “Additional Insured” on the Commercial General Liability
Insurance and the Commercial Automobile Liability Insurance. In addition when requested in
writing from the City, Vendor will provide the City with certified copies of all applicable policies.
The address where such certificates and certified policies shall be sent or delivered is as
follows:
City of Clearwater
Attn: Procurement Division, RFP #36-20
P.O. Box 4748
Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal,
DETAILED SPECIFICATIONS
Professional Auditing Services 22 RFP #36-20
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
Professional Auditing Services 23 RFP #36-20
1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. August 2020 through July 2025.
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.
This contract is intended to be for a five (5) year term, with each year of the term subject to annual
review and approval by the City. If for any reason the City feels like the firm provided poor
performance, not adhering to time schedules, or had excessive fee increases the City will have the
right to terminate the contract.
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. PRICES. All pricing shall be firm as proposed for the five (5) year term and include all
transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than
those stated in any contract resulting from this proposal.
a. The Contractor certifies that the prices offered are no higher than the lowest price the
Contractor charges other buyers for similar quantities under similar conditions. The
Contractor further agrees that any reductions in the price of the goods or services covered
by this proposal and occurring after award will apply to the undelivered balance. The
Contractor shall promptly notify the City of such price reductions.
b. No fuel surcharges will be accepted.
RESPONSE ELEMENTS
Professional Auditing Services 24 RFP #36-20
1. PROPOSAL SUBMISSION – Proposals should be submitted electronically through our bids
website at https://www.myclearwater.com/business/rfp.
2. PROPOSAL FORMAT (the following should be included and referenced with index tabs)
NOTE: Every response received by the City will be considered a public record pursuant to
Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-
responsive to this RFP.
Table of Contents: Identify contents by tab and page number
TAB 1 - Letter of Transmittal and Independence. This section should include the following
information:
a. The proposer’s understanding of the work to be performed.
b. A positive commitment to perform the service within the time period specified.
c. An affirmative statement that the firm is independent of the City of Clearwater and
any potential component units as defined by generally accepted auditing standards
and the U.S. General Accounting Office’s General Auditing Standards.
d. List and describe the firm’s (or proposed subcontractors’) professional
relationships involving the City of Clearwater or any of its actual or potential
component units for the past five (5) years, together with a statement explaining
why such relationships do not constitute a conflict of interest relative to performing
the audit.
TAB 2 – Qualifications, Experience and Project Personnel Expertise. The following information
should be included:
Firm Qualifications and Experience.
a. The proposal should indicate the total number of employees of the firm, the number
of employees considered to be governmental audit staff, the location of the office
from which the work on this engagement is to be performed, the number and nature
of the professional staff to be employed in this engagement on a full-time basis, and
the number and nature of the staff to be employed on a part-time basis.
b. If the proposal is submitted by a joint venture or consortium, the qualifications of each
firm comprising the joint venture or consortium should be separately identified and
the firm that is to serve as the principal auditor should be noted, if applicable.
c. The firm is also required to submit a copy of the report on its most recent external
quality control review, with a statement whether that quality control review included
a review of specific governmental engagements.
d. The firm shall also provide information on the results of any federal or state desk
reviews or field reviews of its audits during the past three (3) years. In addition, the
firm shall provide information on the circumstances and status of any disciplinary
actions taken or pending against the firm during the past three (3) years with the
state regulatory bodies or professional organizations.
Partners, Supervisory, and Staff Qualifications and Experience.
a. The firm should identify the principal supervisory and management staff, including
engagement partners, managers, single audit staff, and other supervisors and
specialists, who would be assigned to the engagement and indicate whether each
such person is licensed to practice as a certified public accountant in Florida. The
firm also should provide information on the governmental auditing experience of
each person, including information on relevant continuing professional education for
RESPONSE ELEMENTS
Professional Auditing Services 25 RFP #36-20
the past three (3) years and membership in professional organizations relevant to
the performance of this audit.
b. The firm should provide as much information as possible regarding the number,
qualifications, experience, and training, including relevant continuing professional
education, of the specified staff to be assigned to this engagement. The firm should
indicate how the quality of staff over the term of the agreement will be assured.
Prior Engagements with Other Governmental Entities. The following information
should be included:
a. The firm should list separately all engagements within the last five (5) years for other
Governmental entities, by type of engagement (i.e. audit, management advisory
services, other).
b. For each engagement, the firm should indicate the scope of work, date, engagement
partners, total hours, the location of the firm’s office from which the engagement was
performed, and the name and current telephone number of the principal client
contact.
Similar Engagements with Other Governmental Entities. The following information
should be included:
a. For the firm’s office that will be assigned responsibility for the audit, list the five (5)
most significant engagements performed in the last five (5) years that are similar to
the engagement described in this Request for Proposal.
b. Indicate the scope of work, date, engagement partners, total hours, managers,
specialists, and the name and telephone number of the principal client contact.
TAB 3 – Audit Approach. - The proposal should set forth a general work plan, including an
explanation of the audit methodology to be followed. Firms will be required to provide the
following information regarding their audit approach:
a. Proposed segmentation of the engagement
b. Level of staff and percentage of hours to be assigned to each proposed segment of
the engagement
c. Extent of EDP software use in the engagement
d. Approach to be taken to gain and document an understanding of the City of
Clearwater’s internal control structure
e. Approach to be taken in determining laws and regulations subject to audit test work
f. Sample sizes and the extent to which statistical sampling is to be used in the
engagement
g. Type and extent of analytical procedures to be used in the engagement
h. Approach to be taken in drawing audit samples for purposes of tests of compliance
Identification of Potential Audit Problems.
The proposal should identify and describe any potential audit problems, the firm’s approach
to resolving, and any special assistance that will be requested from the City.
TAB 4 – References. A minimum of three (3) references, preferably from other public entities within
the State of Florida, for whom you have provided similar services. Include the name of entity,
RESPONSE ELEMENTS
Professional Auditing Services 26 RFP #36-20
contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of
service provided, dates these services were provided.
TAB 5 – Cost Proposal. The cost portion should contain the following information:
a. Pricing information relative to performing the audit engagement as described in this request
for proposals. The total all-inclusive maximum price bid is to contain all direct and indirect
costs, including all out-of-pocket expenses.
b. A total all-inclusive maximum price for each of the 2020, 2021, 2022, 2023, and 2024
engagements, along with the signature of an individual empowered to represent the firm
and sign a contract with the City. The fee for the EMS audit as described in Section 4.A.10.
of this RFP should be identified separately for each year.
c. Progress payments will be made on the basis of hours of work completed during the course
of the engagement in accordance with an agreement reached during contracted
negotiations. Interim billings shall cover a period of not less than a calendar month. Twenty
percent (20%) of the total annual contract will be retained pending delivery and acceptance
of the firm’s final reports.
TAB 6 - Other Forms. The following forms should be completed and signed:
1. Exceptions/Additional Materials/Addenda form
2. Vendor Information form
3. Vendor Certification of Proposal form
4. Scrutinized Companies form(s) as required
5. Copies of licenses and/or certifications, as required
6. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA
Professional Auditing Services 27 RFP #36-20
Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation
document. Exceptions that surface elsewhere and that do not also appear under this section shall be
considered invalid and void and of no contractual significance.
Exceptions (mark one):
**Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a
Proposal non-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this proposal
Additional Materials attached (describe--attach additional pages if needed)
Acknowledgement of addenda issued for this solicitation:
Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda
have been issued.
Addenda Number Initial to acknowledge receipt
Vendor Name Date:
VENDOR INFORMATION
Professional Auditing Services 28 RFP #36-20
Company Legal/Corporate Name:
Doing Business As (if different than above):
Address:
City: State: Zip: -
Phone: Fax:
E-Mail Address: Website:
DUNS #
Remit to Address (if different than above): Order from Address (if different from above):
Address: Address:
City: State: Zip: City: State: Zip:
Contact for Questions about this proposal:
Name: Fax:
Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded):
Name: Fax:
Phone: E-Mail Address:
Certified Small Business
Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise
Certifying Agency:
VENDOR CERTIFICATION OF PROPOSAL
Professional Auditing Services 29 RFP #36-20
By signing and submitting this Proposal, the Vendor certifies that:
a) It is under no legal prohibition to contract with the City of Clearwater.
b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as
well as its attachments, and any referenced documents.
c) It has no known, undisclosed conflicts of interest.
d) The prices offered were independently developed without consultation or collusion with any of the other
respondents or potential respondents or any other anti-competitive practices.
e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or
consultant who has or may have had a role in the procurement process for the services and or goods/materials
covered by this contract.
f) It understands the City of Clearwater may copy all parts of this response, including without limitation any
documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer,
or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable
law, subpoena, or other judicial process.
g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”)
will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations
that relate to their employees.
h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and
not debarred by any Federal or public agency.
i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and
Rules if awarded by the City.
j) It is current in all obligations due to the City.
k) It will accept such terms and conditions in a resulting contract if awarded by the City.
l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit
binding offers for the goods or services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
SCRUTINIZED COMPANIES FORMS
Professional Auditing Services 30 RFP #36-20
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH
CUBA AND SYRIA CERTIFICATION FORM
IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, 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 with
Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,
or engaging in business operations in Cuba and Syria; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in
this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations
in Cuba and Syria; and
3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in
commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining,
owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services,
personal property, real property, military equipment, or any other apparatus of business or commerce; 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 with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations
in Cuba and Syria.
__________________________________________
Authorized Signature
__________________________________________
Printed Name
__________________________________________
Title
__________________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by _____________________________
(name of person whose signature is being notarized) as the ________________________ (title) of
______________________________________(name of corporation/entity), personally known ______, or
produced _________________________ (type of identification) as identification, and who did/did not take
an oath.
__________________________________________
Notary Public
__________________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
SCRUTINIZED COMPANIES FORMS
Professional Auditing Services 31 RFP #36-20
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 by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by _____________________________
(name of person whose signature is being notarized) as the ________________________ (title) of
______________________________________(name of corporation/entity), personally known ______, or
produced _________________________ (type of identification) as identification, and who did/did not take
an oath.
__________________________________________
Notary Public
__________________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Professional Auditing Services 32 RFP #36-20
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED PROPOSAL
Submitted by:
Company Name:
Address:
City, State, Zip:
RFP #36-20, Professional Auditing Services
Due Date: June 2, 2020, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
PO Box 4748
Clearwater FL 33758-4748
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED PROPOSAL
Submitted by:
Company Name:
Address:
City, State, Zip:
RFP #36-20, Professional Auditing Services
Due Date: June 2, 2020, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756-5520
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
Page 1 of 1
Addendum #1
RFP #36-20, Professional Auditing Services
May 8, 2020
NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to
answer the questions received on RFP #36-20, Professional Auditing Services.
Question 1: Are you able to share what the prior year audit fees were or what has been
budgeted for the 2020 audit?
Answer to Question 1: The prior year audit fees were $132,300. The budget for the
completion of the FY20 audit (budget year 2021) has not been completed.
Question 2: Do you want insurance certificates of the required coverage included in the
proposal? Or does the selected firm simply provide them when they are notified as the winner?
Answer to Question 2: Insurance certificates, with the appropriate coverages, will be
required upon intent to award.
Question 3: On Page 25. “Prior Engagements with other Government Entities”. Will the city
accept a listing of all government engagements without the engagement partner, phone
number, and principal client contact? Also, under this same category, does the city require a
listing of government engagements outside the state of Florida?
Answer to Question 3: In reference to TAB 2 – Qualifications, Experience and Project
Personnel Expertise, under Prior Engagements with Other Government Entities, page 25;
the items listed are requirements of the proposer’s response for all Governmental
engagements.
End of Questions and Answers
End of Addenda
Page 1 of 2
Addendum #2
RFP #36-20, Professional Auditing Services
May 26, 2020
NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to
answer the questions received on RFP #36-20, Professional Auditing Services.
Question 1: Is there a cost proposal template that should be completed and submitted with
proposal responses?
Answer to Question 1: No, there is not a cost proposal template. Your cost portion
should contain the information provided under RESPONSE ELEMENTS, TAB 5 – Cost
Proposal, pg. 26 in any style the proposer chooses.
Question 2: We noted that the opinion date was 3/30 in the most recent audit but the desired
date for audit filing in the RFP is for 2/28. What is the reason for the change in timing?
Answer to Question 2: The opinion date has been late March for the past several years,
however the City always strives to finish earlier.
Question 3: What is the expected fieldwork timing?
Answer to Question 3: The City anticipates that preliminary field work will be scheduled
for late September or early October (this is flexible), and final field work will commence
the day after Martin Luther King Jr. Day.
Question 4: Item 4 A.11 under “detailed specifications” refers to an opinion being required on
the special purpose schedule “Schedule of Revenues and Expenditures of Emergency Medical
Services”, could you please provide the prior year opinion/report for this schedule.
Answer to Question 4: The prior year report has been provided at the end of this
addendum.
Question 5: For clarification on service requirement A.2., Expressing an audit opinion on each of
the non-major funds is somewhat inconsistent with the intent of GASB Statement 34 which
emphasizes that the focus should be on each major fund and the non-major funds in the
aggregate. Can we ask for clarification on why the City is making this request and what value
the City perceives that it is receiving from having an audit opinion on each individual non-major
fund? Also would a more traditional opinion on the aggregate remaining fund information be
acceptable instead?
Answer to Question 5: The City feels that there is value in receiving an opinion at the
non-major fund level and therefore opining on non-major funds in the aggregate would
not be acceptable.
Page 2 of 2
Question 6: Can we ask approximately how many weeks the incumbent auditor is on sight and
what level of staff are present?
Answer to Question 6: Auditors are usually scheduled for one (1) week in September or
October for preliminary field work and six (6) weeks beginning in mid-January for final
field work. We have had between two to four (2-4) auditors onsite at any given time.
Having said that, the auditors seem to be working remotely more and more each year.
They are not always physically onsite every day so we do not always know how many are
working on our audit on any given day.
Please Note: The ten (10) day deadline for submitting questions is now closed and no further
questions will be responded to.
CITY OF CLEARWATER, FLORIDA
SCHEDULE OF REVENUES AND
EXPENDITURES RELATED TO
EMERGENCY MEDICAL SERVICES
For the Year Ended September 30, 2019
And Report of Independent Auditor
CITY OF CLEARWATER, FLORIDA
TABLE OF CONTENTS
REPORT OF INDEPENDENT AUDITOR ................................................................................................ 1-2
FINANCIAL STATEMENT
Schedule of Revenues and Expenditures Related to Emergency Medical Services .......................................... 3
Notes to the Schedule of Revenues and Expenditures Related to Emergency Medical Services ...................... 4
CITY OF CLEARWATER, FLORIDA ‐ PINELLAS COUNTY –
ALS FIRST RESPONDER AGREEMENT ...................................................................................................... 5
Report of Independent Auditor
To the Honorable Mayor and Members of City Council
City of Clearwater, Florida
We have audited the accompanying schedule of revenues and expenditures related to Emergency Medical
Services (the “schedule”) of the City of Clearwater, Florida (the “City”) for the year ended September 30, 2019
and related notes to the schedule.
Management’s Responsibility for the Financial Information
Management is responsible for the preparation and fair presentation of the schedule in accordance with
accounting principles generally accepted in the United States of America; this includes the design,
implementation, and maintenance of internal control relevant to the preparation and fair presentation of the
schedule that is free from material misstatement, whether due to fraud or error.
Auditor’s Responsibility
Our responsibility is to express an opinion on the schedule based on our audit. We conducted our audit in
accordance with auditing standards generally accepted in the United States of America. Those standards
require that we plan and perform the audit to obtain reasonable assurance about whether the schedule is free
from material misstatement.
An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the
schedule. The procedures selected depend on the auditor’s judgment, including the assessment of the risks of
material misstatement of the schedule, whether due to fraud or error. In making those risk assessments, the
auditor considers internal control relevant to the entity’s preparation and fair presentation of the schedule in
order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing
an opinion on the effectiveness of the entity’s internal control. Accordingly, we express no such opinion. An audit
also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant
accounting estimates made by management, as well as evaluating the overall presentation of the schedule.
We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit
opinion.
Opinion
In our opinion, the schedule referred to above presents fairly, in all material respects, the revenues and
expenditures related to Emergency Medical Services of the City of Clearwater for the year ended
September 30, 2019 in accordance with accounting principles generally accepted in the United States of
America.
Emphasis of Matter
As discussed in Note 1, the schedule presents only the revenues and expenditures related to Emergency
Medical Services of the City and does not purport to, and does not present fairly, the financial position of the
City as of September 30, 2019, and the changes in its financial position, or, where applicable, its cash flows for
the year then ended in conformity with accounting principles generally accepted in the United States of America.
2
Restriction on Use
This report is intended solely for the information and use of the Chairman and members of the Emergency
Medical Services Authority, the Mayor, City Council, and management of the City, and is not intended to be, and
should not be, used by anyone other than these specific parties.
Tampa, Florida
March 26, 2020
CITY OF CLEARWATER, FLORIDA
SCHEDULE OF REVENUES AND EXPENDITURES RELATED TO
EMERGENCY MEDICAL SERVICES
YEAR ENDED SEPTEMBER 30, 2019
See accompanying notes to the schedule of revenues and expenditures related to Emergency Medical Services. 3
Revenues:
Charges for services - Pinellas County (a)6,364,149$
Total Revenues 6,364,149
Expenditures (a):
Personal services 6,385,373
Vehicle Expenses 243,774
Miscellaneous 73
Total Expenditures 6,629,220
Excess of expenditures over revenues (b)(265,071)$
(a)Amounts included in general fund of the City.
(b)Amount to be repaid to the County.
CITY OF CLEARWATER, FLORIDA
NOTES TO THE SCHEDULE OF REVENUES AND EXPENDITURES RELATED TO
EMERGENCY MEDICAL SERVICES
YEAR ENDED SEPTEMBER 30, 2019
4
Note 1—Reporting entity
The City of Clearwater, Florida (the “City”) is a political subdivision of the State of Florida. The schedule of
revenues and expenditures related to Emergency Medical Services (the “schedule”) only contains the revenues
and expenditures related to Emergency Medical Services which are included in the City’s general fund and is
not intended to present the revenues and expenditures of the City for the year ended September 30, 2019 in
accordance with accounting principles generally accepted in the United States of America. The expenditures are
based on allowable costs in accordance with the ALS First Responder Agreement and Pinellas County EMS
Authority’s Resolution 14-65.
Note 2—Basis of accounting
The schedule is presented using the modified accrual basis of accounting. Under the modified accrual basis,
revenues are recognized if they are measurable and available for use during the year, and expenditures are
generally recognized in the period liabilities are incurred.
CITY OF CLEARWATER, FLORIDA
PINELLAS COUNTY
ALS FIRST RESPONDER AGREEMENT
EMS FINANCIAL INFORMATION ATTESTATION FORM FOR FY 18‐19
5
Instructions:
In accordance with the 2017 Emergency Medical Services ALS First Responder Agreement, monies derived
from the Emergency Medical Services Mill must be used solely for Emergency Medical Services ("EMS"). A
designated Emergency Medical Services Fund is used solely for EMS revenue and expenditures. The following
form is provided for consistent expenditure reporting and shall be submitted within ten (10) business days of the
City’s receipt of Annual External Audit.
To be completed by the City:
City or Fire District City of Clearwater, Florida
Name of Person Completing Form Jay Ravins, Finance Director
Phone Number and Email Address (727)562-4538 jay.ravins@myclearwater.com
1.EMS Funding Received by City $ 6,364,149 Audit Page: 3
2.EMS Expenditure Incurred by City $ 6,629,220 Audit Page: 3
3.Difference (If excess, amount due to Pinellas County) $ (265,071) Audit Page:3
PLEASE INCLUDE A COPY OF THE ANNUAL AUDIT AND SUPPORTING DOCUMENTATION AS NEEDED.
We have audited the schedule of revenue and expenditures related to the Emergency Medical Services (“EMS”)
of the City of Clearwater, Florida for the year ended each September 30. The expenditures identified in line 2
above, are related to the prior Fiscal Year EMS Authority Approved Budget for EMS Authorized positions and
units in accordance with the 2017 Emergency Medical Services ALS First Responder Agreement. We have
reviewed payroll expenditures, salary and benefit expenditures, relief staffing expenditures incurred to maintain
continuous staffing of Authorized positions, and expenditures for supervision, fuel, maintenance and repairs,
and other allowable costs.
March 26, 2020
External Auditor Signature Date
End of Questions and Answers
End of Addenda
CITY OF CLEARWATER
RFP #36-20
June 2nd, 2020
Carr, Riggs & Ingram
600 Cleveland St. Suite 1000
Clearwater, FL 33755
727.446.0504 CRIcpa.com
David Alvarez
Partner
dalvarez@cricpa.com
Table of Contents
Tab 1
Letter of Transmittal and Independence 3
Understanding and Meeting Your Needs 5
Additional Services at No Charge 6
Tab 2
Firm Profile 8
Government Credentials 9
Firm Qualifications and Experience 10
Government Statistics 12
Single Audit Experience 13
Federal and State Desk Reviews 14
Peer Review 15
Engagement Team Bios 17
Continuing Professional Education 27
Commitment to Staffing 28
Engagements with other Government Entities 29
Similar engagements with other Government Entities 30
Tab 3
Audit Approach 32
Segmentation 32
EDP Software 33
Approach to Understanding Internal Controls 33
Approach to Determining Laws & Regulations 34
Approach to Single Audit 34
Sample Sizes and Statistical Sampling 35
Type and Extent of Analytical Procedures 35
Approach in Drawing Samples for Compliance 35
Identification of Potential Audit Problems 35
Tab 4
References 37
Tab 5
Cost 39
Tab 6
Required Forms 41
Insurance Certificates 46
W9 48
Appendix A-CRI Government Clients Firm-Wide 49
CRIcpa.com CARR, RIGGS & INGRAM
TAB 1
2
CRIcpa.com CARR, RIGGS & INGRAM
LETTER OF TRANSMITTAL AND INDEPENDENCE
Dear City of Clearwater Auditor Selection Committee:
The Clearwater practice of CRI is privileged to propose on audit services for the City of Clearwater. Dating back to our
days as Harper Van Scoik & Co. formed in 1963, we have called Clearwater home for 57 years! Since merging in with CRI
in 2008, we've continued to provide "Big Firm Resources" with "Small Firm Services" to the citizens of Clearwater.
We have carefully reviewed the RFP, and identi ed the City's needs and our solutions on the following page. All terms and
conditions of the RFP are understood and acknowledged. We are committed to completing the work and providing the
required reports on time.
We con rm that Carr, Riggs, & Ingram (LLC) (CRI) is independent of the City of Clearwater as de ned by Generally
Accepted Auditing Standards and by standards of the U.S. Government Accountability O ce's (GOA) Government Auditing
Standards. Additionally, we a rm we are indpendent of the City of Clearwater component units as de ned by the same
standards.
Our Clearwater partner in charge, David Sietsma, has served with City Manager Bill Horne on the Pinellas Community
Foundation's Board of Govenors. Mr. Horne serves on this board in a personal capacity, not as a representative of the
City. This relationship does not constitute a con ict of interest relative to performing the audit.
Outlined below are several major points which we believe demonstrate we are the most quali ed group of professionals
with the desire and ability to serve the City of Clearwater as its independent Certi ed Public Accountants. The advantages
to you are:
CRI has a superior team of professionals with extensive governmental and single audit experience to commit to this
engagement. Our Clearwater o ce is currently the auditor for 10 governmental entities, the internal auditor for
Pasco County, Pinellas County Schools and performs at least 8 Federal and State Single Audits each year. CRI
currently provides services to over 200 governments in Florida including 22 counties and over
46 municipalities.
CRI’s partners are active members of the team throughout the audit process. They will be “in the eld” working and
supervising other members of the team. In addition, the City of Clearwater's