Loading...
04/12/2021Monday, April 12, 2021 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 April 12, 2021Council Work Session Work Session Agenda 1. Call to Order 2. City Manager Present virtual reality video of the final design and enhancements of Coachman Park. (WSO) 2.1 Authorize issuance of an RFP (Request for Proposal) to seek consultant services for naming rights and sponsorships for Imagine Clearwater. (consent) 2.2 3. Solid Waste Approve a purchase order to WM Recycle America, LLC (WM/RA) in the not to exceed amount of $200,000.00 for the processing of the City’s single stream recycling commodity at the contractor’s facility in Tampa, FL beginning December 16, 2020 through December 15, 2021,as provided in the city’s Code of Ordinances, Section 2.564(1)(e) Exceptions to Bid (impractical to bid), and authorize the appropriate officials to execute same. (consent) 3.1 Authorize the award of Invitation to Bid No. 03-21, Vehicle / Equipment Repair and Maintenance Services, to Dynamic Diesel Works of Clearwater, FL and Tampa Springs Company of Tampa, FL, in the cumulative annual not-to-exceed amount of $250,000 for the initial term of April 15, 2021 through April 14, 2022, with two one-year renewal options, and authorize the appropriate officials to execute same. (consent) 3.2 4. Economic Development and Housing Approve the Local Housing Assistance Plan (LHAP) for FY2021-2022 through 2023-2024 and adopt Resolution 21-04. 4.1 5. Police Department Approve Construction Manager at Risk (CMAR) proposal from Ajax Building Company, LLC., of Oldsmar, FL, per RFQ 32-20, at the Guaranteed Maximum Price (GMP) of $11,245,816 for the construction of the Clearwater Police Department District Three Operations and Training Center (18-0004-PD) and authorize the appropriate officials to execute same. (consent) 5.1 6. Engineering Page 2 City of Clearwater Printed on 4/9/2021 April 12, 2021Council Work Session Work Session Agenda Accept three 10-foot utility easements from WSSA Palm Harbor VA, LLC for the construction, installation and maintenance of city utility facilities on real property located at 26286 US-Highway 19 North and adopt Resolution 21-15. 6.1 Accept a utility easement from Ft. Harrison Prop Co LLC for the construction, installation, and maintenance of city utility facilities on real property located at 500 McLennan Street and adopt Resolution 21-03. 6.2 Award a construction contract to Poole and Kent Company of Florida, of Tampa, FL, in the amount of $18,437,514.70 for the Northeast WRF Improvements per Invitation to Bid (ITB) 19-0029-UT and authorize the appropriate officials to execute same. (consent) 6.3 Approve Construction Manager at Risk (CMAR) proposal from Skanska, Inc., of Tampa, FL, for sitework for Imagine Clearwater (17-0031-EN) at the Guaranteed Maximum Price (GMP) of $12,943,812 and authorize the appropriate officials to execute same. (consent) 6.4 7. Planning Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1313 Parkwood Street, together with certain Parkwood Street right-of-way, and pass Ordinances 9440-21, 9441-21 and 9442-21 on first reading. (ANX2021-01001) 7.1 Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2077 Poinsetta Avenue, and pass Ordinances 9443-21, 9444-21 and 9445-21 on first reading. (ANX2021-02002) 7.2 Presentation of the Comprehensive Plan Update Project. (WSO)7.3 8. Public Utilities Authorize an annual increase to contract no. 900902 to Hach Company of Chicago, IL, for the purchase of laboratory equipment, supplies, and materials in the amount of $150,000.00 for a new annual not to exceed total of $300,000 for the remainder of this contract and approve an extension to this contract for an additional one-year term per Clearwater Code of Ordinances 2.564 (1)(d) - Other Government Entities Bids and authorize the appropriate officials to execute same. (consent) 8.1 Page 3 City of Clearwater Printed on 4/9/2021 April 12, 2021Council Work Session Work Session Agenda Authorize the award of Invitation to Bid 18-21, Membrane Cleaning Chemicals and Related Services, to Amaya Solutions, Inc. dba: American Water Chemicals of Plant City, Florida for an annual not-to-exceed amount of $80,000.00 with the option for two, one-year extensions at the City’s discretion, and authorize the appropriate officials to execute same. (consent) 8.2 Authorize a purchase order with Fisher Scientific Company LLC of Pittsburgh, PA, for the purchase of Laboratory Equipment and Supplies, in the amount not to exceed $150,000.00 through March 31, 2022 , in accordance with City Code of Ordinances Section 2.564(1)(d) Other Government Entities Bids and authorize the appropriate officials to execute same. (consent) 8.3 9. Official Records and Legislative Services Appoint one member to the Parks and Recreation Board with term to expire January 31, 2025. 9.1 Appoint one member to the Airpark Advisory Board with term to expire April 30, 2025. 9.2 Appoint four members to the Marine Advisory Board with terms to expire March 31, 2025. 9.3 Appoint Brianne Roberts to the Public Art and Design Board as the Clearwater Arts Alliance, Inc. designee to fill the remainder of an unexpired term through March 31, 2022. (consent) 9.4 Appoint Councilmembers as representatives to serve on regional and miscellaneous boards. 9.5 Elect Councilmember Hamilton as Vice Mayor. (consent)9.6 10. Legal Confirm COVID-19 Emergency Proclamation and adopt Resolution 21-14.10.1 Request for authority to settle the case of Denetra Maxwell v. City of Clearwater, Case No. 19-005622-CI for $103,116.71. (consent) 10.2 Amend the Clearwater Code of Ordinances by replacing Division 3 of Article VI, Chapter 2, in its entirety with a revised Division 3 of Article VI, Chapter 2; and by replacing Division 4 of Article VI, Chapter 2, in its entirety with a revised Division 4 of Article VI, Chapter 2, and pass Ordinance 9460-21 on first reading. 10.3 Page 4 City of Clearwater Printed on 4/9/2021 April 12, 2021Council Work Session Work Session Agenda Adopt Ordinance 9439-21 on second reading, vacating a platted 5-foot Utility Easement, described as the West 5 feet of Lot 5, Block 70, Mandalay, recorded in Plat Book 14, Pages 32 to 35 of the Public Records of Pinellas County, Florida. 10.4 Adopt Ordinance 9446-21 on second reading, amending the Operating Budget for the Fiscal Year ending September 30, 2021 to reflect increases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Gas Fund, Parking Fund, and Administrative Services Fund. 10.5 Adopt Ordinance 9447-21 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2021, to reflect a net increase of $30,820,452. 10.6 11. City Manager Verbal Reports Morningside Lights11.1 12. City Attorney Verbal Reports 13. Council Discussion Item Ombudsman in Planning Department - Mayor Hibbard13.1 PSTA/Forward Pinellas Update - Vice Mayor Allbritton13.2 Tampa Bay Estuary Program Update - Councilmember Beckman13.3 Pro Shop - Councilmember Beckman13.4 DDB Resolution13.5 14. 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). 15. Closing Comments by Mayor 16. Adjourn 17. Presentation(s) for Council Meeting April Service Awards17.1 Page 5 City of Clearwater Printed on 4/9/2021 April 12, 2021Council Work Session Work Session Agenda Clearwater Fire and Rescue Public Protection Classification Rating from ISO - Fire Chief Scott Ehlers 17.2 Clearwater Housing Authority Annual Presentation - Jacqueline Rivera, CEO CHA 17.3 Page 6 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9025 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Present virtual reality video of the final design and enhancements of Coachman Park. (WSO) SUMMARY: Subsequent to the redesigned Coachman Park, Stantec prepared a fully updated virtual reality video and photos of the current and final design. This virtual video overview of the new park and improvements are anticipated to be used to inform the public about their new waterfront park and performance venue before and during construction, as well as serve as a marking tool for park naming rights and sponsorship solicitation. A subsequent agenda item will be presented to further the discussion about this marketing effort. Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9040 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 2.2 SUBJECT/RECOMMENDATION: Authorize issuance of an RFP (Request for Proposal) to seek consultant services for naming rights and sponsorships for Imagine Clearwater. (consent) SUMMARY: From the earliest inception of the Imagine Clearwater project and the anticipated redevelopment of Coachman Park, staff has contemplated the opportunity for public support and participation in the expanded waterfront by way of offering naming rights and sponsorship opportunities to residents and the corporate community. As final designs are in place, construction is commencing, and value engineered items are either being added back to the park and or otherwise have been identified, now is the perfect time to move forward on presenting those sponsorship opportunities. These “revenue enhancement services” present the opportunity for increased public and corporate participation in the waterfront, can help to sustain and improve the park over time, and provide possible complementary opportunities for what type of park conservancy or activation programming the City may ultimately pursue. For that reason, staff is recommending that Council authorize the issuance of an RFP to seek professional services to provide specific expertise in this area. Specifically, such an effort could include evaluating the potential to engage in fundraising, to assess the feasibility of fundraising, plan fundraising campaigns, and support the active fundraising effort for various capital projects and enhancements. The services that could be included are among other things assessing readiness for a fundraising campaign with a defined goal to be determined. Evaluate the interest and capability of regional and local individual, corporate, foundation, and government leaders, as well as the broader community, to support a capital fundraising campaign. Evaluate the role of a nonprofit organization to facilitate the accepting of contributions (i.e., a Conservancy or “Friends of” organization). Initial indications are this could be a 3 to 5-month effort. Council authorization is requested to develop an RFP and solicit firms who can assist the City with marketing and fundraising opportunity for Coachman Park and entertainment venue. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-9040 USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8820 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approve a purchase order to WM Recycle America, LLC (WM/RA) in the not to exceed amount of $200,000.00 for the processing of the City’s single stream recycling commodity at the contractor’s facility in Tampa, FL beginning December 16, 2020 through December 15, 2021,as provided in the city’s Code of Ordinances, Section 2.564(1)(e) Exceptions to Bid (impractical to bid), and authorize the appropriate officials to execute same. (consent) SUMMARY: In December 2013, the Solid Waste/Recycling Department entered into a Recycling Services Agreement with WM/RA with automatic annual renewals. That agreement was amended in January 2017 to end on December 15, 2017 and then automatically renew for monthly or successive terms of thirty days. That amended agreement provided the City with the ability to terminate the agreement for convenience on sixty days’ notice, which would allow the city flexibility to pursue other processing opportunities. While the department has looked at other local processors, the only closer processor (36-mile round trip) is at capacity. WM/RA (56 mi. r/t) is considerably closer than the others (110 mi. r/t and 120 mi. r/t) which helps the department control our transport time. Also, the department is again looking into processing our own recyclables. While shipments to WM/RA during calendar 2020 have been well below the norm (due to contamination, WM/RA or Clearwater processing issues, etc.), the department anticipates shipping approximately 2,400 tons to the processor during this contract period. The Department estimates that the total cost will not exceed $200,000.00. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY 2020/2021 Operating Budget of the Recycling Fund and have also been anticipated and will be included in the FY 2021/2022 Operating Budget of the Recycling Fund: 4262043-530300 (Recycling Fund - Commercial Recycling - Other Contractual Services) Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8999 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Authorize the award of Invitation to Bid No. 03-21, Vehicle / Equipment Repair and Maintenance Services, to Dynamic Diesel Works of Clearwater, FL and Tampa Springs Company of Tampa, FL, in the cumulative annual not-to-exceed amount of $250,000 for the initial term of April 15, 2021 through April 14, 2022, with two one-year renewal options, and authorize the appropriate officials to execute same. (consent) SUMMARY: Procurement issued Invitation to Bid (ITB) No. 03-21, Vehicle/Equipment Repair and Maintenance Services to cover repairs and maintenance services that our Fleet Division is unable to handle, as well as on vehicles and equipment not covered under a sole source, current manufacturer warranty or manufacturer specific components (i.e. software, programming, etc.). On December 3, 2020, two responsive/responsible bids were received. Upon review, both Procurement and the Fleet Division recommended awarding the bid to Dynamic Diesel Works as the primary vendor and Tampa Spring Company as a secondary vendor for these services . A dual award is recommended to ensure timely repairs and maintenance to mitigate downtime. APPROPRIATION CODE AND AMOUNT: 5666611-546500 Page 1 City of Clearwater Printed on 4/9/2021 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #03-21 Vehicle/Equipment Repair and Maintenance Service October 21, 2020 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, December 1, 2020 to provide Vehicle/Equipment Repair and Maintenance Service. Brief Description: The City of Clearwater’s Fleet Maintenance Division is soliciting sealed bids from qualified contractors to provide vehicle/equipment repair and maintenance service on City vehicles and equipment. Bids 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. Bid 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 following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Vehicle/Equipment Repair & Maintenance 2 ITB #03-21 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 bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. 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: December 1, 2020 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary INSTRUCTIONS Vehicle/Equipment Repair & Maintenance 3 ITB #03-21 to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.10 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.11 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.12 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. INSTRUCTIONS Vehicle/Equipment Repair & Maintenance 4 ITB #03-21 Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.13 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.14 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.15 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.16 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.17 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.18 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. INSTRUCTIONS Vehicle/Equipment Repair & Maintenance 5 ITB #03-21 i.19 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.20 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures. If any discrepancy exists between this Section and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Procurement Officer no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting the Procurement Division. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Vehicle/Equipment Repair & Maintenance 6 ITB #03-21 i.21 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. i.22 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.24 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.25 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.26 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.27 BID TIMELINE. Dates are tentative and subject to change. Release ITB: October 21, 2020 Advertise Tampa Bay Times: October 28, 2020 Bids due: December 1, 2020 Review bids: December 1-11, 2020 Award recommendation: December 14, 2020 Council authorization: January 19, 2021 Contract begins: January 2021 STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 7 ITB #03-21 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 in writing by Contractor that they are prohibited from the manufacture, distribution, STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 8 ITB #03-21 dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 9 ITB #03-21 and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this Invitation to Bid (ITB), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITB are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 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. 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 STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 10 ITB #03-21 custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 11 ITB #03-21 S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with the City’s Purchasing Policy and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 12 ITB #03-21 S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 13 ITB #03-21 S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be STANDARD TERMS AND CONDITIONS Vehicle/Equipment Repair & Maintenance 14 ITB #03-21 written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s 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 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 Vehicle/Equipment Repair & Maintenance 15 ITB #03-21 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 a major tourist destination – Clearwater Beach was recently rated #1 U.S. Beach by TripAdvisor, previously named “Florida’s Best Beach Town 2013” by USA Today, and was on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball and hosts several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story has made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. SCOPE OF WORK. Work under this contract shall include the furnishing of all labor, supervision, equipment, tools, parts, materials, transportation and all other related items/services necessary for the maintenance and repair of City of Clearwater (City) fleet vehicles and equipment on an as-needed basis per the work specifications listed. 3. WORK SPECIFICATIONS. 3.1 Vehicle / Equipment Repair Categories Repair services include but are not limited to the following; Category 1 to include, but not limited to: Nissan, Dodge, Ford, Chevrolet, Honda Category 2 to include, but not limited to: Ford, Chevrolet, Nissan Category 3 to include, but not limited to: Chevrolet, Ford, Kenworth, Peterbilt, International, Crane Carrier, Neway, Cummins Category 4 to include, but not limited to: John Deere, Caterpillar, Case, Toro, Broyhill, Bobcat, Yale, Ingersoll, Vermeer Category 5 to include, but not limited to: Steco, MAC, Warren, Crosley, Big Tex CATEGORY 1 AUTOMOBILES / SEDANS • Engine, Transmission and Drive Train Repairs CATEGORY 2 - TRUCK CLASS 1-3 (0 - 14,000 LBS) LIGHT DUTY TRUCKS / SUV • Engine, Transmission and Drive Train Repairs CATEGORY 3 - TRUCK CLASS 4-8 (14,001 - 33,001+ LBS) MEDIUM/HEAVY DUTY TRUCKS • Engine, Transmission, Drive Train and Hydraulic Repairs CATEGORY 4 CONSTRUCTION/OFF ROAD • Engine, Transmission, Drive Train and Hydraulic Repairs CATEGORY 5 WALKING FLOOR AND STANDARD TRAILERS • Suspension, Axle, Flooring, Hydraulic, Brakes and Walking Floor DETAILED SPECIFICATIONS Vehicle/Equipment Repair & Maintenance 16 ITB #03-21 3.2 Minimum Facility Requirement • Contractor shall have a secure, full-service repair facility within a 50-mile radius from the following address,1900 Grand Ave, Clearwater 33765. Such facility shall be available for inspection by the Fleet Maintenance Manager, or designee, prior to award of the contract, and at any time during the contract term. • Contractor shall provide service a minimum of five (5) days per week, Monday through Friday between the hours of 7:30 a.m. and 4:00 p.m. • The Contractor’s facility shall have a secured lot and service bays shall be large enough to accommodate City vehicles/equipment and a hydraulic rack capable of lifting vehicles completely off the floor. 3.3 Repair Requirements • Contractor shall have the ability, at a minimum, to remove, repair and reinstall; engines, transmissions, drive trains and suspensions or be able to provide the name of a qualified sublet provider to perform these services on City vehicles/equipment as needed. • Contractor shall have the ability to properly repair and service vehicle air conditioning systems using in-house equipment and certified technicians, or a qualified sublet provider may be utilized at a mark-up with prior authorization from the City representative. • Contractor shall have the ability, at a minimum, to repair; flooring, body, tarping, suspension and brake systems on walking floor and standard trailers. 3.4 Personnel Requirements • No later than thirty (30) days after an Intent to Award has been issued, the successful Contractor(s) shall appoint one (1) of its employees as the City’s primary contact. • All drivers working for Contractor must possess a valid Florida Driver's license, appropriate for the class of vehicle requiring service under this contract. • Mechanics performing under the contract shall be Automotive/Truck (Class 1-3) Technicians certified by the National Institute for Automotive Service Excellence (ASE) in the following areas as required (and/or have original equipment manufacturer (OEM) certification): • A1 - Engine Repair • A2 - Automatic Transmission • A3 - Manual Drive Train & Axles • A4 - Suspension & Steering • A5 - Brakes • A6 - Electrical Systems • A7 - Heating & Air Conditioning • A8 - Engine Performance For Medium/Heavy Trucks (Class 5-8) • T2 – Diesel Engines • T3 – Drive Train • T4 – Brakes • T5 – Suspension and Steering • T6 – Electronic Systems • T7 – Heating Ventilation & Air Conditioning • T8 – Preventive Maintenance Inspection DETAILED SPECIFICATIONS Vehicle/Equipment Repair & Maintenance 17 ITB #03-21 • Service technicians shall be factory-trained on the following gas and diesel engines which are relevant to the repair: • Case •International • Caterpillar •Isuzu • Chevrolet •John Deere • Cummins •Kenworth • Detroit-Diesel •Mercedes • Dodge •Nissan • Ford •Peterbilt • GM •Toro • Honda •Toyota 3.5 Rates • Shop labor hourly rate is the same for one (1) person or several persons working on the vehicle/equipment at the same time. Number of shop labor hours billed shall not exceed number of hours vehicle/equipment is in contractor’s possession. No overtime shall be charged unless an emergency situation arises, and prior written approval has been authorized by the City. • The City is designated by the Florida Department of Environmental Protection (DEP) as a “small oil generator”, whereas we are required to show what happens with all oil and other “waste” (rags, tires, batteries, incidentals, etc.) from cradle to grave. All applicable shop charges shall be shown separately on invoices. • The Contractor agrees to quote charges for services at the actual hourly rates shown on the Bid Pricing Form on page 23 of this solicitation and shall not be governed by any pre-determined rates that may be customarily or otherwise used in calculating charges for work performed. • Work shall be performed on a time and materials basis, at prices indicated on the Bid Pricing Form on page 23 of this solicitation. In no instance shall any repairs costing above the original estimate be performed without first notifying the City’s representative and providing a supplemental, written estimate indicating additional parts and labor. The City’s representative must approve any additional repairs. Any unauthorized work performed will be at the Contractor's risk and expense. • The parts and materials pricing shall be based on Contractor’s actual cost plus a percentage mark-up. The City may require proof of Contractor’s cost on any parts or materials • No charge will be allowed for providing repair estimates. • Pick-up/delivery time shall be billed separately. 3.6 Pick-Up & Delivery • The Contractor will be responsible for pick-up and delivery to their repair site unless a mutually agreed upon arrangement is made prior to the commencement of repair. • All pick-up and return of vehicle/equipment shall be scheduled one (1) business day in advance with the City’s representative. • The Contractor shall ensure that pick-up and delivery of vehicle/equipment is done during City’s business hours of Monday through Friday between 7:30 a.m. to 4:00 p.m. • The Contractor shall ensure that all City vehicles/equipment shall only be operated for the sole purposes of pick-up and delivery or diagnostic road test while in the possession of the contractor. • Vehicle/equipment must be delivered the same day the repair is completed if time allows, or the next business day at the earliest time possible. DETAILED SPECIFICATIONS Vehicle/Equipment Repair & Maintenance 18 ITB #03-21 3.7 Estimates • Contractor agrees to furnish the City representative a written, detailed estimate of repairs needed, to include labor rate, labor hours, and time and materials, with the exception of any hidden damage that may not be obvious until repairs are initiated, within five (5) working days of receiving the vehicle/equipment. Contractor can email (preferred) or fax the estimates to the City representative. • When hidden damages are discovered after repairs have commenced, the Contractor shall advise the City of the full extent of the hidden damages and provide to the City a written estimate of additional repairs needed and parts/materials required. Contractor shall NOT perform any additional repair services exceeding original estimate prior to City representative or designee review and approval. • The Contractor shall base the estimate on labor times listed in the latest issue of Motor Publications, Truck and Van Labor Time Guide, and/or Professional Service Trade Manual for Medium/Heavy Trucks. Construction Equipment/Industrial Equipment shall be referred to manufacturer's manuals for time and labor guide. Contractor shall provide documentation from the source(s) upon City request. • The Contractor shall include all times to access the engines (removing of sheet metal, fairings, hardware, etc.). This shall include labor guide times or manufacturer’s manual times on repairs. 3.8 Parts & Materials • Contractor shall use new OEM retail parts when available. If OEM retail parts are not available, Contractor shall receive approval prior to the repair from the City representative to use an equivalent part. • The City may require the Contractor to install parts or materials provided by the City. These parts and materials may be new or used. • All parts and materials shall be recycled in accordance with DEP regulations. 3.9 Repair Time • Contractor shall respond via email to the City representative’s requests for repairs within one (1) business day of receipt of the City’s email request. The Contractor shall repair the vehicle/equipment and have it ready to be returned to the City within five (5) business days after approval of repair estimates. The City representative shall be notified, in writing, if unexpected delays arise which shall cause repair to exceed five (5) days. • The City reserves the right to order, in writing, that all work cease on the work order. The City shall be obligated only for work performed up to the issuance of the stop work order. 3.10 Emergency Work • The Contractor agrees to accept such work as may be determined by the City as an emergency and so declared and further agrees to give such emergency work priority over all other work in the contractor’s shop(s). Emergencies will be justified only on vehicles used regularly in Public Safety emergency work. Emergency work shall be performed within twenty-four (24) hours at the Emergency Hourly Rate specified on the Bid Pricing Form on page 23 of this solicitation. 3.11 Personal Property in Vehicles • To the extent provided by law, the Contractor shall be accountable and liable for damage or loss to all personal property in the vehicles and for all vehicle accessories while in the Contractor’s possession. 3.12 Invoices • The Contractor shall furnish the City representative with complete itemized invoices for work performed, showing labor hours, materials and shop charges. The invoices shall contain, but not limited to the following information: • City vehicle number • Purchase order number • Labor time and charges • Itemized parts and materials at contractor’s cost DETAILED SPECIFICATIONS Vehicle/Equipment Repair & Maintenance 19 ITB #03-21 • Markup of parts and materials • Shop/waste charges • Pick-up/delivery charges (if applicable) • The City requires a legibly signed receipt/ticket be submitted with the invoice for all work/commodities rendered/delivered along with a reference to the proper purchase order number. The person signing the receipt/ticket must be a current City employee. Invoices that do not include this information will not be paid until all charges are verified. • All invoices shall be sent to the City’s Fleet Maintenance Division designated representative for processing. 3.13 Warranty & Guarantee • The Contractor shall provide complete warranty information to the City representative on all repair parts and labor repairs whether or not payment is made to the Contractor. For the City to be in compliance with state law concerning maintenance documentation, it is imperative that the City receive copies of all invoices, non-warranty or otherwise. • Contractor shall provide a minimum 180 days warranty on labor. • All work will be guaranteed against any defect due to faulty material and/or workmanship. Replacement of defective parts and performance of additional labor shall be done by Contractor and at no additional cost to the City. 4. PRICING. The City intends to award term contract(s) to the lowest responsive and responsible bidder(s) in each category as defined on the Bid Pricing Form on page 23. Contractors interested in responding to this ITB may provide a price for a single, multiple, or all the categories of services in this solicitation. Contractors providing services in more than one (1) category may be awarded multiple categories. The City reserves the right to award some, none, or all of the services categories described in this solicitation. 5. MINIMUM QUALIFICATIONS. References. Three (3) current references are required for whom the Contractor has performed similar work, preferably for a public agency of similar size, preferably in the Tampa Bay region in the last five (5) years. Staff Certifications. The Contractor shall submit with their bid submittal a list of employees that will be performing work under this contract who are ASE certified or have OEM certifications along with any manufacturer factory trained certifications. 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. 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) DETAILED SPECIFICATIONS Vehicle/Equipment Repair & Maintenance 20 ITB #03-21 combined single limit. c. 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. d. Garagekeepers Liability Insurance to cover bodily injury or property damage caused by an accident arising out of garage operations with a limit of $1,000,000 (one million dollars). This includes garage operations involving the ownership, maintenance or use of a garage business. It also includes the ownership, maintenance or use of non-owned autos being service or stored. e. Garage Liability A $1,000,000.00 (one million dollars) combined single limit for bodily and property damage for the garage operation. (ii) Garagekeepers Legal Liability. $500,000.00 (five hundred thousand dollars) limit for comprehensive and collision coverages for physical damage to vehicles in the Borrowers’ care, custody and control. The policy can be subject to a deductible of no greater than $2,500.00 (twenty-five hundred dollars) for each auto and $10,000.00 (ten thousand dollars) for each loss. 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 Auto Liability policies. 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, ITB #03-21 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Vehicle/Equipment Repair & Maintenance 21 ITB #03-21 1. BEGINNING AND END DATE OF INITIAL TERM. January 2021 through December 2021 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year; except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year, and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Vehicle/Equipment Repair & Maintenance 22 ITB #03-21 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format Bid container properly labeled or electronically submitted Bid pricing form Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required Offer Certification form Minimum of three customer (3) references Warranty information, if applicable Staff Certifications as referenced in 6. MINIMUM QUALIFICATIONS., page 19 W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Vehicle/Equipment Repair & Maintenance 23 ITB #03-21 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Vehicle/Equipment Repair and Maintenance Service to the City of Clearwater at the price(s) stated below. CATEGORY 1 - AUTOMOBILES / SEDANS Shop Labor Hourly Rate $ /hr Emergency Hourly Rate $ /hr Service/Road Call Rate (if applicable) $ /hr Pick-up/delivery (if applicable) $ /hr CATEGORY 2 - LIGHT DUTY TRUCK/SUV CLASS 1-3 (0 -14,000 LBS) Shop Labor Hourly Rate $ /hr Emergency Hourly Rate $ /hr Service/Road Call Rate (if applicable) $ /hr Pick-up/delivery (if applicable) $ /hr CATEGORY 3 - MEDIUM/HEAVY DUTY TRUCKS CLASS 4-8 (14,001 -33,001+ LBS) Shop Labor Hourly Rate $ /hr Emergency Hourly Rate $ /hr Service/Road Call Rate (if applicable) $ /hr Pick-up/delivery (if applicable) $ /hr CATEGORY 4 - CONSTRUCTION/OFF ROAD Shop Labor Hourly Rate $ /hr Emergency Hourly Rate $ /hr Service/Road Call Rate (if applicable) $ /hr Pick-up/delivery (if applicable) $ /hr CATEGORY 5 - WALKING FLOOR AND STANDARD TRAILER Shop Labor Hourly Rate $ /hr Emergency Hourly Rate $ /hr Service/Road Call Rate (if applicable) $ /hr Pick-up/delivery (if applicable) $ /hr Parts and Materials Mark-up will not be utilized for determination of award Parts and Materials Mark-up from cost % DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Vehicle/Equipment Repair & Maintenance 24 ITB #03-21 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name ____ Date: ____ VENDOR INFORMATION Vehicle/Equipment Repair & Maintenance 25 ITB #03-21 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES Vehicle/Equipment Repair & Maintenance 26 ITB #03-21 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 OFFER CERTIFICATION Vehicle/Equipment Repair & Maintenance 27 ITB #03-21 By signing and submitting this Bid, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process; provided that Clearwater agrees not to change or delete any copyright or proprietary notices. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Vehicle/Equipment Repair & Maintenance 28 ITB #03-21 Instructions: The bidder shall submit a minimum of three (3) references for whom the Contractor has performed similar work, preferably for a public agency of similar size, preferably in the Tampa Bay region in the last five (5) years. Additional pages may be added, if needed. Complete and return with bid submittal. Reference # 1 Company Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Services Performed: Reference # 2 Company Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Services Performed: Reference # 3 Company Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Services Performed: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Vehicle/Equipment Repair & Maintenance 29 ITB #03-21 --------------------------------------------------------------------------------- For US Mail -------------------------------------------------------------------- SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #03-21, Vehicle/Equipment Repair and Maintenance Due Date: December 1, 2020, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail --------------------------------------------------------- ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services --------------------------------------- SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #03-21, Vehicle/Equipment Repair and Maintenance Due Date: December 1, 2020, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ----------------------------- City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 CITY OF CLEARWATER ITB # 03-21, Vehicle/Equipment Repair & Maintenance DUE DATE: December 1, 2020; 10:00 AM BID TABULATION Dynmaic Diesel Works 5303 126th Ave NClearwater, FL 33760 Tampa Spring Company 8820 N Brooks StTampa, FL 33604 Item No.CATEGORY 1 - AUTOMOBILES / SEDANS Price Per Hour Price Per Hour 1 Shop Labor Hourly Rate $75.00 $70.00 2 Emergency Hourly Rate $75.00 $105.00 3 Service/Road Call Rate (if applicable)$75.00 No Bid 4 Pick-up/delivery (if applicable)No Bid No Bid CATEGORY 2 - LIGHT DUTY TRUCK/SUV CLASS 1-3 (0 -14,000 LBS) 5 Shop Labor Hourly Rate $75.00 $70.00 6 Emergency Hourly Rate $75.00 $105.00 7 Service/Road Call Rate (if applicable)$75.00 No Bid 8 Pick-up/delivery (if applicable)No Bid No Bid CATEGORY 3 - MEDIUM/HEAVY DUTY TRUCKS CLASS 4-8 (14,001 -33,001+ LBS) 9 Shop Labor Hourly Rate $75.00 $70.00 10 Emergency Hourly Rate $75.00 $105.00 11 Service/Road Call Rate (if applicable)$75.00 No Bid 12 Pick-up/delivery (if applicable)No Bid No Bid CATEGORY 4 - CONSTRUCTION/OFF ROAD 13 Shop Labor Hourly Rate $75.00 $70.00 14 Emergency Hourly Rate $75.00 $105.00 15 Service/Road Call Rate (if applicable)$75.00 No Bid 16 Pick-up/delivery (if applicable)No Bid No Bid CATEGORY 5 - WALKING FLOOR AND STANDARD TRAILER 17 Shop Labor Hourly Rate $75.00 $70.00 18 Emergency Hourly Rate $75.00 $105.00 19 Service/Road Call Rate (if applicable)$75.00 No Bid 20 Pick-up/delivery (if applicable)No Bid No Bid Parts and Materials Mark-up will not be utilized for determination of award 21 Parts and Materials Mark-up from cost 18%28% There were no small, women, minority or disadvantaged businesses NOTE: Items with a star ( ) indicates intent to award. Page 1 of 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9034 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Approve the Local Housing Assistance Plan (LHAP) for FY2021-2022 through 2023-2024 and adopt Resolution 21-04. SUMMARY: Florida Statute 420.9079 requires counties and cities receiving State Housing Initiatives Partnership (SHIP) Program funds to develop a 3-year Local Housing Assistance Plan (LHAP) outlining strategies for how the funds will be utilized. The City receives its allocation from the State of Florida through Florida Housing Finance Corporation (FHFC). For fiscal year 2020-2021, the City received $0 in SHIP funds; however, the City expects to receive $363,803 in program income. The City expends SHIP funds per the strategies outlined in the LHAP. The City’s current LHAP covers state fiscal years 2018-2019 through 2020-2021. The state fiscal year begins on July 1 and ends on June 30 annually. This new LHAP will cover state fiscal years 2021-2022 through 2023-2024 (FY2021-2023). The strategies outlined in the new LHAP are a continuation of the City’s current LHAP with some notable changes. All changes made within the FY2021-2023 LHAP will be retroactive to the current LHAP to enable the use of prior year funds, if available. The LHAP is comprised of Housing Strategies and Incentive Strategies. The Housing Strategies include the following: ·Acquisition of Existing Homes with Rehabilitation: This program provides funds to developers and community-based non-profit organizations to acquire, rehabilitate and resell single-family housing units. The community land trust principles may be utilized. This strategy also includes down payment assistance (DPA) for eligible homebuyers and is continued from the current LHAP with the following change: The current LHAP limits the maximum DPA assistance to $20,000. A recent surge in home prices has resulted in a need to increase this subsidy. Currently, the $20,000 subsidy is oftentimes unable to fund the gap between a first mortgage and the price of a decent home for a low to moderate-income household. The proposed LHAP increases the maximum subsidy to $45,000. The DPA Loan will be deferred for five years and the borrower will be required to pay back 50% of the loan over the following 20 years at zero percent interest. ·Down Payment & Closing Costs Assistance with or without Rehabilitation: The City will use SHIP funds to provide down payment and closing costs assistance to eligible homebuyers purchasing existing homes. DPA loan terms described above apply to this strategy. ·Owner-Occupied Rehabilitation: The City will provide funds for the rehabilitation of owner-occupied single-family residences. The maximum loan will increase from Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-9034 $40,000 in the current LHAP to $45,000 in the proposed LHAP. ·Multi-Family Housing: The City will provide SHIP funds to developers and community based non-profit organizations to support the acquisition, rehabilitation, and new construction of rental housing. The maximum subsidy under this strategy is $150,000 per unit for new construction and $45,000 per unit for rehabilitation. ·New Construction Program: This program provides funds to eligible developers and community-based non-profit organizations for the development of new single-family housing units. The maximum construction loan to a developer under this program is $200,000 and for the homebuyer, DPA loan terms described above apply. ·Disaster Mitigation: In the case of natural or man-made disasters, this strategy will utilize SHIP funding for emergency or interim repairs. The Affordable Housing Advisory Committee (AHAC) convened in the fall of 2020 to review policies and procedures, ordinances, land development regulations and the City’s adopted comprehensive plan. The AHAC’s objective was to recommend specific actions or initiatives to encourage or facilitate affordable housing. The current LHAP identifies seven Incentive Strategies per the recommendation of the 2017 AHAC. The 2020 AHAC recommended that those seven incentives remain in place with minor changes and clarifications to some. The AHAC is now required to meet every year. Information regarding other Incentive Strategies may be found in the Incentive Strategies section of the LHAP. On March 9, the City’s Neighborhood and Affordable Housing Advisory Board unanimously passed a motion recommending City Council approval of this item. Per Florida Statute, the City Council adoption of Resolution No. 21-04 will constitute approval of the LHAP for state fiscal years 2019-2021. The LHAP is due to the State by May 2, 2021. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 1 CITY OF CLEARWATER, FLORIDA SHIP LOCAL HOUSING ASSISTANCE PLAN (LHAP) 2021-2022, 2022-2023, 2023-2024 SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 2 Table of Contents Description Page # Section I - Program Details 3 Section II - Housing Strategies 7 A. New Construction (including Down Payment Assistance) 7 B. Acquisition of Existing Homes with Rehabilitation (including Down Payment Assistance) 9 C. Down Payment and Closing Costs Assistance for Existing Homes without Rehabilitation 11 D. Owner Occupied Rehabilitation 13 E. Multi-Family Housing 14 F. Disaster Mitigation Strategy 16 Section III - Incentive Strategies 17 A. Expedited Permitting 17 B. Ongoing Review Process 17 C. Flexibility in Densities 17 D. The Reduction of Parking and Setback Requirements 18 E. Flexibility Lot Configurations, Including Zero-Lot-Line 18 F. Inventory of Locally Owned Public Lands 18 G. Support of development near transportation hubs, and major employment centers and mixed-used development 19 Exhibits A. Administrative Budget for each fiscal year covered in the Plan B. Timeline for Estimated Encumbrance and Expenditure C. Housing Delivery Goals Chart (HDGC) For Each Fiscal Year – Covered in the plan D. Signed LHAP Certification E. Signed, dated, witnessed, or attested adopting resolution F. Ordinance: (If changed from the original creating ordinance) G. Interlocal Agreement H. Other Documents Incorporated by Reference SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 3 I. Program Details: A. LG(s) Name of Local Government CITY OF CLEARWATER Does this LHAP contain an interlocal agreement? NO If yes, name of other local government(s) B. Purpose of the program: • To meet the housing needs of the very low, low and moderate-income households. • To expand production of and preserve affordable housing; and • To further the housing element of the local government comprehensive plan specific to affordable housing. C. Fiscal years covered by the Plan: 2021-2022, 2022-2023, 2023-2024 D. Governance: The SHIP Program is established in accordance with Section 420.907-9079, Florida Statutes and Chapter 67-37, Florida Administrative Code. Cities and Counties must be in compliance with these applicable statutes, rules and any additional requirements as established through the Legislative process. E. Local Housing Partnership: The SHIP Program encourages building active partnerships between government, lending institutions, builders and developers, not-for-profit and community-based housing providers and service organizations, providers of professional services related to affordable housing, advocates for low- income persons, real estate professionals, persons or entities that can provide housing or support services and lead agencies of the local continuums of care. F. Leveraging: The Plan is intended to increase the availability of affordable residential units by combining local resources and cost saving measures into a local housing partnership and using public and private funds to reduce the cost of housing. SHIP funds may be leveraged with or used to supplement other Florida Housing Finance Corporation programs and to provide local match to obtain federal housing grants or programs. G. Public Input: Public input was solicited through face-to-face meetings with housing providers, social service providers and local lenders and neighborhood associations. Public input was solicited through the local newspaper in the advertising of the Local Housing Assistance Plan and the Notice of Funding Availability. H. Advertising and Outreach: SHIP funding availability shall be advertised in a newspaper of general circulation and periodicals serving ethnic and diverse neighborhoods, at least 30 days before the beginning of the application period. If no funding is available due to a waiting list, no notice of funding availability is required. I. Waiting List/Priorities: A waiting list will be established when there are eligible applicants for strategies that no longer have funding available. Those households on the waiting list will be notified of their status. Applicants will be maintained in an order that is consistent with the time completed applications were submitted as well as any established funding priorities as described in this plan. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 4 The following priorities for funding (very low income, Special Needs, etc.) described/listed here apply to all strategies unless otherwise stated in an individual strategy in Section II: 1. Special Needs Households: a. Very low b. Low c. Moderate 2. Essential Services Personnel: a. Very low b. Low c. Moderate 3. After Special needs and Essential Services Personnel goals are met: a. Very low b. Low c. Moderate J. Discrimination: In accordance with the provisions of ss.760.20-760.37, it is unlawful to discriminate on the basis of race, color, religion, sex, national origin, age, handicap, or marital status in the award application process for eligible housing. K. Support Services and Counseling: Support services are available from various sources. Available support services may include but are not limited to: Homeownership Counseling (Pre and Post), Credit Counseling, Tenant Counseling, Foreclosure Counseling and Transportation. L. Purchase Price Limits: The sales price or value of new or existing eligible housing may not exceed 90% of the average area purchase price in the statistical area in which the eligible housing is located. Such average area purchase price may be that calculated for any 12-month period beginning not earlier than the fourth calendar year prior to the year in which the award occurs. The sales price of new and existing units, which can be lower but may not exceed 90% of the m area purchase price established by the U.S. Treasury Department or as described above. The methodology used is: U.S. Treasury Department X Local HFA Numbers M. Income Limits, Rent Limits and Affordability: The Income and Rent Limits used in the SHIP Program are updated annually by the Department of Housing and Urban Development and posted at www.floridahousing.org. “Affordable” means that monthly rents or mortgage payments including taxes and insurance do not exceed 30 percent of that amount which represents the percentage of the median annual gross income for the households as indicated in Sections 420.9071, F.S. However, it is not the intent to limit an individual household’s ability to devote more than 30% of its income for housing, and housing for which a household devotes more than 30% of its income shall be deemed Affordable if the first institutional mortgage lender is satisfied that the household can afford mortgage payments in excess of the 30% benchmark and in the case of rental housing does not exceed those rental limits adjusted for bedroom size. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 5 N. Welfare Transition Program: Should an eligible sponsor be used, a qualification system and selection criteria for applications for Awards to eligible sponsors shall be developed, which includes a description that demonstrates how eligible sponsors that employ personnel from the Welfare Transition Program will be given preference in the selection process. O. Monitoring and First Right of Refusal: In the case of rental housing, the staff and any entity that has administrative authority for implementing the local housing assistance plan assisting rental developments shall annually monitor and determine tenant eligibility or, to the extent another governmental entity provides periodic monitoring and determination, a municipality, county, or local housing financing authority may rely on such monitoring and determination of tenant eligibility. However, any loan or grant in the original amount of $10,000 or less shall not be subject to these annual monitoring and determination of tenant eligibility requirements. Tenant eligibility will be monitored annually for no less than 15 years or the term of assistance whichever is longer unless as specified above. Eligible sponsors that offer rental housing for sale before 15 years or that have remaining mortgages funded under this program must give a first right of refusal to eligible nonprofit organizations for purchase at the current market value for continued occupancy by eligible persons. P. Administrative Budget: A line-item budget is attached as Exhibit A. The city/county finds that the moneys deposited in the local housing assistance trust fund are necessary to administer and implement the local housing assistance plan. Section 420.9075 Florida Statute and Chapter 67-37, Florida Administrative Code, states: “A county or an eligible municipality may not exceed the 5 percent limitation on administrative costs, unless its governing body finds, by resolution, that 5 percent of the local housing distribution plus 5 percent of program income is insufficient to adequately pay the necessary costs of administering the local housing assistance plan.” Section 420.9075 Florida Statute and Chapter 67-37, Florida Administrative Code, further states: “The cost of administering the program may not exceed 10 percent of the local housing distribution plus 5 percent of program income deposited into the trust fund, except that small counties, as defined in s. 120.52(19), and eligible municipalities receiving a local housing distribution of up to $350,000 may use up to 10 percent of program income for administrative costs.” The applicable local jurisdiction has adopted the above findings in the resolution attached as Exhibit E. Q. Program Administration: Administration of the local housing assistance plan will be performed by: Entity Duties Admin. Fee Percentage Local Government CITY OF CLEARWATER 9% Third Party Entity/Subrecipient Third Party Entity/Subrecipient Purchase Assistance Strategy and Disaster Assistance Strategy (depending on event scale) 1% SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 6 R. First-time Homebuyer Definition: For any strategies designed for first-time homebuyers, the following definition will apply: An individual who has had no ownership in a principal residence during the 3-year period ending on the date of purchase of the property. This includes a spouse (if either meets the above test, they are considered first-time homebuyers). A single parent who has only owned a home with a former spouse while married. An individual who is a displaced homemaker and has only owned with a spouse. An individual who has only owned a principal residence not permanently affixed to a permanent foundation in accordance with applicable regulations. An individual who has only owned a property that was not in compliance with state, local or model building codes, and which cannot be brought into compliance for less than the cost of constructing a permanent structure. S. Project Delivery Costs: Project Delivery Costs will not exceed $5,000 per project. Project delivery costs for the New Construction, Acquisition of Existing Home with Rehabilitation, Owner-Occupied Rehabilitation, Rental including project-related activities, such as: performing inspections, developing work write-ups, performing construction bid tasks, managing construction contracts, and approving change orders and project payments. Project delivery costs for the Purchase Assistance Strategy includes housing counseling, homebuyer education, and inspections of the housing units. T. Essential Service Personnel Definition (ESP): ESP includes Persons whose household income does not exceed 120% of AMI, as updated annually from the Department of Housing and Urban Development (HUD) adjusted for family size, including: teachers and educators, other school district and university employees, police and fire fighters personnel, health care personnel, construction industry personnel: Federal, State, County, and local government personnel, information technology personnel, food service personnel, service personnel, retail workers, tourism personnel. U. Describe efforts to incorporate Green Building and Energy Saving products and processes: The City of Clearwater Rehabilitation Program judiciously adheres to the U.S. Department of Housing and Urban Development’s cost-effective energy conservation standards in consideration of the economic feasibility for each project. 1. When new appliances are to be installed, they are to be Energy Star™ rated to reduce the energy consumption of the residence being rehabilitated. 2. The addition of insulation in the attic to a nominal level of R30 to further reduce the energy consumption of cooling and heating units. 3. Installing new HVAC units which use less energy by being more efficient than previously installed units. The units must conform to the Florida Building Code and the Florida Energy Code (minimum of SEER 14) and they must be correctly sized for the building. 4. When new HVAC Ducts are installed, they are required to be insulated to a minimum of R-8 in accordance with the Florida Energy Code. 5. Replacement windows are to be hurricane impact, insulated and Energy Star™ A.N.S.I.A 134.1, NFRC rated. 6. Replacing doors with new engineered products which creates better air sealing with the program required weather-stripping as well as being better constructed and more sustainable than existing products. V. Describe efforts to meet the 20% Special Needs set-aside: The Special Needs set-aside will be met through all strategies with particular attention given to the owner-occupied rehabilitation and multi-family strategies. The City of Clearwater will give first priority, in all housing strategies, to serving persons with special needs with an emphasis on removing barriers. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 7 W. Describe efforts to reduce homelessness: The City of Clearwater initiated and maintains a comprehensive and holistic approach that established the City Homeless Initiative Program. The Homeless Initiative Program provides homeless individuals and families access to comprehensive services. The City has committed its support for organizations that provide wrap-around services that address the root causes of homelessness. In addition, the City contributes financially to the Homeless Leadership Alliance (HLA) which is an umbrella organization overseeing the continuum of care providers in Pinellas County. The following are some of the ways in which city funds are being used to provide services to individuals and families experiencing homelessness: 1. Overnight, emergency, transitional, or permanent housing to homeless individuals and/or families. 2. Delivery of case management. 3. Transportation services for veterans to Bay Pines Hospital. Section II. LHAP Strategies: A. NEW CONSTRUCTION 10 a. Summary: The City of Clearwater, through eligible developers (for profit and non-profit) will use SHIP funds for the development of new single-family housing units. The costs may include acquisition, site improvement and building costs to include innovative design and green principles. The City’s specifications for new homes are tailored to meet green standards. b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low- and moderate d. Maximum award: $200,000 per unit for developers/non-profits. Maximum award to the homebuyer is $45,000 in down payment assistance. e. Terms: Developer: 1. Repayment loan/deferred loan/grant: deferred payment mortgage and note not to exceed 24 months 2. Interest Rate: 0% 3. Years in loan term: 2 4. Forgiveness: In the event that through no fault of the developer/non-profit, the project suffers a reduction in market value, the City reserves the right to allow for a buy-down (forgiveness) equal to the difference between the project development cost and market value after forgiving an amount that allows the developer a 12% developer fee on construction costs. When the developer sells the property to an income eligible homebuyer, the loan to the developer is satisfied. 5. Repayment: The loan is repaid when the home is sold 6. Default: The loan becomes due and payable, if at the end of the loan term, the home is not sold, or if the home does not have a contract within 24 months. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 8 For the Homebuyer: 1. Repayment loan/deferred loan/grant: Funds will be awarded as an amortized loan and forgivable loan secured by a recorded subordinate mortgage and note. 2. Interest Rate: 0% 3. Years in loan term: 25 years 4. Forgiveness: 50% of the loan is deferred for the loan term and forgiven at maturity if no event of default exists 5. Repayment: Payments on the amortized amount will commence after the 5 year deferral period and is amortized over twenty (20) years. 6. Default: The loan will be determined to be in default in any of the following occurs during the loan term: a) Death of the borrower(s). In the event the homeowner should die, this strategy allows for assumption by eligible heirs. b) Upon sale or transfer of title c) Property is vacated and is no longer the primary residence of the borrower d) Property is converted into rental unit e) Any refinancing with cash out or debt consolidation In the event of non-payment or other default defined above, the City will follow its “Economic Development & Housing Department Affordable Housing Loan Foreclosure and Loan Foreclosure Alternative Policy”. f. Recipient/Tenant Selection Criteria: Applicants will be ranked for assistance based on a first-qualified, first- served basis with the priorities for Special Needs, Essential Services Personnel and income groups as described in Section I. (1) of this plan. To qualify for assistance, an eligible buyer must meet the following requirements: 1. The applicant is not required to be a First-Time Homebuyer to qualify for assistance, but they cannot own a property serving as the principal residence at the time of closing. 2. In addition, households that have been assisted with any City’s funds in the past are ineligible to receive funding again through any of the Housing Division’s Programs, unless the prior assistance has been paid in full and a Satisfaction of Mortgage executed and recorded in Public Records, unless there is some form of “hardship” as defined. Examples of hardship include divorce, permanent layoff, physical or mental disability, fire, flood, or natural disaster or the death of a family member. Hardship determination will be determined and approved on a case-by-case basis by the Assistant Director of the Department. g. Sponsor Selection Criteria: All developers will be selected using the City’s Consolidated Annual Action Plan Application process. Eligible developers (for-profit or non-profit organizations) that receive assistance under this program will be required to contractually commit and comply with all SHIP program requirements. h. Additional Information: To qualify for Down Payment Assistance: 1. Applicants must be able to obtain a first mortgage from a licensed lending institution. 2. The first mortgage cannot exceed a term of thirty (30) years. 3. Applicants will contribute 1% of sale price toward the transaction 4. All buyers must have completed at least eight (8) hours of homebuyer education through a HUD- SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 9 approved housing counseling agency. 5. Other state, federal, county, private and homeowner contributions may be leveraged with SHIP funds. 6. Mobile homes are not eligible for assistance 7. There may be instances where the cost to develop the project is higher than the sales price. When the developer sells the property to an income eligible buyer and the loan proceeds are remitted to the City, the difference between the sales price and development costs will be forgiven and recognized as a grant to the homeowner. 8. The City may use SHIP funds as a match for the HOME program to loan funds to eligible developers (for profits and non-profits) for the construction of new single-family housing units, and in some cases, acquisition of vacant properties and infrastructure costs for new housing development. Assistance will be repaid when the unit is sold to an eligible homebuyer. B. ACQUISITION OF EXISTING HOME WITH REHABILIATION Code 1, 9 a. Summary: The City of Clearwater through eligible developers (for profit and non-profit) will use SHIP funds to acquire, rehabilitate and resell single-family housing units. The costs may include acquisition, rehabilitation (to include innovative design and green principles) and other costs associated with the resale of the single-family housing units. Under this strategy, the Community Land Trust principles may be utilized. The community land trusts become the stewards of the land and maintain it permanently beginning with a ninety-nine year, renewable ground lease. The homebuyers only own their home and sign a long-term lease on the land their home sits on. This ensures the affordability of the home because the homebuyer only obtains a mortgage on the structure. b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low and moderate d. Maximum award: $200,000 per unit for the developers/non-profits. For the homeowner, the loan amount for down payment and closing costs assistance will not exceed $45,000. e. Terms: For the Developer: 1. Repayment loan/deferred loan/grant: deferred payment mortgage and note not to exceed 24 months 2. Interest Rate: 0% 3. Years in loan term: 2 4. Forgiveness: N/A 5. Repayment: The loan is repaid when the house is sold, less a 12% fee to the developer. The 12% developer fee is calculated as 12% of the improvements on the property. 6. Default: The loan becomes due and payable if at the end of the loan term, the home is not sold, or if the home does not have a sales contract within the 24 month period. For the Homebuyer: 1. Repayment loan/deferred loan/grant: Funds will be awarded as an amortized loan and forgivable loan secured by a recorded subordinate mortgage and note. 2. Interest Rate: 0% SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 10 3. Years in Loan term: 25 years 4. Forgiveness: 50% of the loan is deferred for the loan term and forgiven at maturity if no event of default exists. 5. Repayment: Payments on the amortized amount will commence after the 5 year deferral period and is amortized over twenty (20) years 6. Default: The loan will be determined to be in default if any of the following occurs during the loan term: a) Death of the borrower(s). In the event the homeowner should die, this strategy allows for assumption by eligible heirs b) Upon sale or transfer of title c) Property is vacated and is no longer the primary residence of the borrower d) Property is converted to a rental unit e) Any refinancing with cash out or debt consolidation In the event of non-payment or other default as defined above, the City will follow its “Economic Development & Housing Department Affordable Housing Loan Foreclosure and Loan Foreclosure Alternative Policy.” f. Recipient/Tenant Selection Criteria: Applicants will be ranked for assistance based on a first-qualified, first- served basis with the priorities for Special Needs. Essential Service Personnel and income groups as described in Section 1. (I) of this plan. To qualify for assistance an eligible buyer must meet the following requirements: 1. The applicant is not required to be a First-time Homebuyer to qualify for assistance, but they cannot own a property serving as the principal residence at the time of closing. 2. In addition, households that have been assisted with any City funds in the past are ineligible to receive funding again through any of the Housing Division’s Programs, unless the prior assistance has been paid in full and a Satisfaction of Mortgage executed and recorded in Public Records, unless there is some form of “hardship” as defined. Example of hardship include, divorce, permanent layoff, physical or mental disability, fire, flood or natural disaster or the death of a family member. Hardship determination will be determined and approved on a case-by-case basis by the Director of the Department. Assistance provided under the Disaster Strategy described in this plan will not disqualify a household from receiving funding through any of the Housing Division’s Programs. g. Sponsor Selection Criteria: All program sponsors will be selected using the City’s Consolidated Annual Action Plan Application process. Eligible sponsors that provide assistance under this program will be required to contractually commit and comply with all SHIP program requirements. h. Additional Information: 1. To qualify for assistance a) Applicants must be able to obtain a first mortgage from a licensed lending institution. b) This first mortgage cannot exceed a term of thirty (30) years. c) Down Payment Assistance applicants will contribute 1% of sale price toward the transaction. d) All Buyers must have completed at least eight (8) hours of homebuyer education through a HUD- approved housing counseling agency. e) Other state, federal, county, private and homeowner contributions may be leveraged with SHIP funds. f) All properties being purchased must meet the HUD HQS standards. An inspection is required to verify that the property meets applicable safety/code requirements. If repairs are required to bring SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 11 the property to HUD HQS standards and the cost for the repairs exceeds $1,000, the property will be coded as “down payment and closing costs with rehabilitation.” If the seller can provide documentation to show that the property had repairs over $1,000 completed within the past twelve (12) months, the property will also be coded as “down payment and closing costs with rehabilitation”. There may be instances where the cost to develop the project is higher than the sales price. When the developer sells the property to an income eligible buyer and the loan proceeds are remitted to the City, the difference between the sales price and development costs will be forgiven and recognized as a grant to the homebuyer. 2. Other: Mobile homes are not eligible for assistance. C. DOWN PAYMENT AND CLOSING COSTS ASSISTANCE FOR EXISTING HOMES WITHOUT REHABILIATION Code 2 a. Summary: The City of Clearwater through its housing programs and through its subrecipients will use SHIP funds to provide down payment and closing costs assistance to homebuyers of existing homes. Property purchased must be the primary residence of the buyer. b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low and moderate d. Maximum award: $47,000.00 e. Terms: 1. 1. Repayment loan/deferred loan/grant: Funds will be awarded as an amortized loan and forgivable loan secured by a recorded subordinate mortgage and note. 2. Interest Rate: 0 % 3. Years in loan term: The City’s loan term is 25 years. 4. Forgiveness: 50% of the loan is deferred for the loan term and forgiven at maturity if no event of default exists 5. Repayment: Funds will be awarded as an amortized loan and forgivable loan secured by a recorded subordinate mortgage and note. For repayment, the loan will be deferred for five (5) years with monthly payments commencing at the end of the deferred period. 6. Default: The loan becomes due and payable if one of the following occurs: a) Death of a borrower(s). In the event the homeowner should die, this strategy allows for assumption by eligible heirs. b) Upon sale or transfer of title. c) Property is vacated and no longer the primary residence of the borrower. d) Property is converted into a rental unit. In the event of non-payment or other default defined above, the City will follow its “Economic Development & Housing Department Affordable Housing Loan Foreclosure and Loan Foreclosure Alternative Policy.” f. Recipient/Tenant Selection Criteria: Applicants will be ranked for assistance based on a first-qualified, first- served basis with the priorities for Special Needs, Essential Services Personnel and income groups as described in section I.(I) of this plan. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 12 g. Sponsor Selection Criteria: All program sponsors or sub-recipients will be selected using the City’s Consolidated Annual Action Plan Application. Eligible sponsors or sub recipients that provide assistance under this program will be required to contractually commit and comply with all SHIP program requirements. h. Additional Information: 1. To qualify for assistance a) Applicants must be able to obtain a first mortgage from a licensed lending institution. b) This first mortgage cannot exceed a term of thirty (30) years. c) Down Payment Assistance applicants will contribute 1% of sale price toward the transaction. d) All Buyers must have completed at least eight (8) hours of homebuyer education through a HUD- approved housing counseling agency. e) Other state, federal, county, private and homeowner contributions may be leveraged with SHIP funds. f) All properties being purchased must meet the HUD HQS standards. An inspection is required to verify that the property meets applicable safety/code requirements. If repairs are required to bring the property to HUD HQS standards and the cost for the repairs exceeds $1,000, the property will be coded as “down payment and closing costs with rehabilitation.” If the seller can provide documentation to show that the property had repairs over $1,000 completed within the past twelve (12) months, the property will also be coded as “down payment and closing costs with rehabilitation”. There may be instances where the cost to develop the project is higher than the sales price. When the developer sells the property to an income eligible buyer and the loan proceeds are remitted to the City, the difference between the sales price and development costs will be forgiven and recognized as a grant to the homebuyer. 2. Other: Mobile homes are not eligible for assistance. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 13 D. OWNER-OCCUPIED REHABILITATION 3, 6 a. Summary: The City of Clearwater will award SHIP funds to income eligible households for the rehabilitation of owner-occupied residences. Funds for assistance may be used for housing rehabilitation such as the following: 1. Correcting housing code deficiencies 2. Adapting the residence to meet accessibility needs of a disabled family member In cases where health, safety and welfare of the household are in jeopardy, they shall receive priority and the Housing Coordinator shall evaluate the situation to determine if the work may be done as emergency repairs. Such things that are considered “emergency repairs” are: 1. Structural components that show signs of imminent collapse 2. Inoperable heating systems during the winter months 3. Water leaks in walls or foundation 4. Roof leaks causing electrical hazards, ceiling collapse or structural damage 5. Inoperable exterior doors and/or windows, preventing emergency egress 6. Falling Ceiling 7. Lead-based paint 8. ADA modifications of an immediate nature Priority will be given to those whose homes need renovations to allow elderly or those with special needs to remain independent in their homes and prevent them from having to move into an assisted living-type arrangement. Improvements may include things as: 1. Widening of doorways 2. Lowering of cabinets 3. Installation of grab-bars 4. Visual guiding systems for the hearing impaired b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low and moderate d. Maximum award: $50,000.00. e. Terms: 1. Repayment loan/deferred loan/grant: SHIP Funds will be awarded as a deferred loan secured by a note and mortgage. a) Borrowers with incomes less than 50% Area Median Income will be awarded a 30-year deferred payment loan up to an amount of $45,000. In addition, project delivery costs will not exceed $5,000.00. The deferred payment loan is satisfied at the end of 30 years, if no default occurs. b) Borrowers with current housing debt that exceeds 35% if their gross monthly income will be awarded a 30-year deferred payment loan up to an amount of $45.000.00 To qualify for a twenty-year, zero percent interest loan, eligible borrower must meet the following criteria: All eligible borrowers with household income above 50% of AMI, and current housing debt below 35% of their gross monthly income will repay the rehabilitation assistance at zero percent interest with the following stipulations: SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 14 a) The payments are deferred for 120 days from the note date with monthly payments commencing at the end of the deferred period and amortized over 20 years. b) Loans will be secured by a Mortgage and Note and recorded in public records 2. Interest Rate: 0% 3. Years in loan term: For the deferred payment loan, the term is 30 years. For the payment loan, the loan term is 20 years. 4. Forgiveness: 30-year, 0% deferred payment loan, the loan balance is forgiven after 30 years, if no default occurs. 5. Repayment: 20-year 0% interest payment loan. 6. Default: The loan will be determined to be in default if any of the following occurs during the loan term: a) Death of a borrower(s). In the event the homeowner should die, this strategy allows for assumption by eligible heirs b) Upon sale or transfer of title c) Property is vacated and no longer the primary residence of the borrower d) Property is converted into rental unit e) Any refinancing with cash out or debt consolidation In the event of non-payment or other default defined above, the City will follow its Economic Development & Housing Department Affordable Housing Loan Foreclosure Alternative Policy. 7. Recipient/Tenant Selection Criteria: Applicants will be ranked for assistance based on a first-qualified, first-served basis with priorities for Special Needs, Essential Services Personnel and income groups as described in Section I. (1) of this plan. In addition, households that have been assisted through the rehabilitation strategy with city funds within the past are ineligible to receive funding again through any of the Housing Division’s Programs, unless prior assistance has been paid in full and a Satisfaction of Mortgage executed and recorded in Public Records, unless there is some form of “hardship” as defined. Examples of hardship include, but may not be limited to divorce, permanent layoff, physical or mental disability, fire, flood or natural disaster or the death of a family member. Hardship determination will be determined and approved on a case-by-case basis by the Director of the Department. g. Sponsor Selection Criteria: N/A h. Additional Information: 1. Applicants must be the owner-occupant of the property. 2. The applicant must be current on their current mortgages, property taxes and homeowners and, if the property is located in a flood zone flood insurance is required. 3. Applicant must have sufficient equity in the property for the rehabilitation loan. Maximum Loan to value must not exceed 145% of Comparable Sales Value calculated by the Pinellas County Property Appraiser. An appraisal performed by a licensed appraiser may also be used to determine value. E. MULTI-FAMILY HOUSING Code 14, 21 a. Summary: SHIP funds may be provided as loans to developers (for profit and non-profit) to support the acquisition, rehabilitation and/or new construction of multi-family housing, including single- family room occupancy, transitional housing, or the housing portion of a mixed-used facility and/or mixed-income projects. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 15 b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low and moderate d. Maximum award: $150,000 – per unit new construction; $45,000 per unit for rehabilitation. e. Terms: 1. Repayment loan/deferred loan/grant: Funds will be awarded as a loan secured by a recorded mortgage and note. 2. Interest Rate: Up to 4 %. Interest rate will be determined based on an analysis of projected revenues and expenditures. 3. Years in loan term: A minimum of 30 years 4. Forgiveness: N/A 5. Repayment: Loan is due and payable at the end of the loan term 6. Default: The loan will be determined to be in default if any of the following occurs during the loan term: a) Sale, transfer, or conveyance of property b) Conversion to another use c) Failure to maintain standards for compliance as required by any of the funding sources d) If any of these occur, the outstanding balance will be due and payable f. Recipient/Tenant Selection Criteria: All applicants for residence in a SHIP-assisted unit must meet income qualifications of the program as determined and reported by the developer’s management company of the development. g. Sponsor/Sub-recipient Selection Criteria: Eligible developers (for profit or non-profit) will be selected using the City’s Consolidated Annual Action Plan Application process. Eligible individuals, developers or non-profit organizations that provide assistance under this program will be required to contractually commit and comply with all SHIP program requirements. Criteria includes: 1. The non-profit must have received a tax-exempt ruling from the IRS under section 501(c ) (3). The non- profit corporation must be organized and established under the laws of the State of Florida. 2. The non-profit or for-profit corporation must have financial accountability standards that permit the Economic Development & Housing Department to verify organizational and financial capacity to carry out the project. 3. The non-profit or for-profit corporation must have experience in development appropriate to this strategy. h. Additional Information: 1. Projects funded by loans for eligible rental housing constructed, rehabilitated, or otherwise assisted under this strategy must be reserved for eligible persons for at least the term of the assistance. 2. Developers (for profit or not-for-profit) will be required to meet compliance reporting requirements on the development necessary to meet the statutory requirements for monitoring of SHIP rental units. 3. Depending on the financial projection of the project, the City may pay the developer up to a 12% developer fee. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 16 F. DISASTER ASSISTANCE Code 5, 16 a. Summary: The Disaster Strategy provides assistance to households following a disaster as declared by the President of the United States or Governor of the State of Florida. This strategy will only be implemented in the event of a disaster using any funds that have not yet been encumbered or with additional disaster funds allocated by Florida Housing Finance Corporation. SHIP disaster funds may be used for items such as, but not limited to: 1. Purchase of emergency supplies for eligible households to weatherproof damaged homes; interim repairs to avoid further damage, tree debris removal required to make the individual housing unit habitable. 2. Construction of wells or repair of existing wells where public water is not available. 3. Payment of insurance deductibles for rehabilitation of homes covered under homeowners’ insurance policies 4. Security deposits for eligible recipients that have been displaced from their homes due to disaster 5. Rental and utility assistance for eligible applicants 6. Mortgage and utility payment for eligible applicants 7. Strategies included in the approved LHAP that benefit applicants directly affected under the Executive Orders 8. Other eligible activities as proposed to and approved by Florida Housing b. Fiscal Years Covered: 2021-2022, 2022-2023, 2023-2024 c. Income Categories to be served: Very low, low and moderate d. Maximum award: $10,000 e. Terms: 1. Repayment loan/deferred loan/grant: Funds will be awarded as a grant with no recapture terms. 2. Interest Rate: N/A 3. Years in loan term: N/A 4. Forgiveness: N/A 5. Repayment: N/A 6. Default: N/A f. Recipient/Tenant Selection Criteria: Applicants will he assisted on a first-qualified, first-served basis. Priority shall be given to persons who have special housing needs and individuals or households that qualify as Elderly as defined in 420.503, F.S., with the following additional requirements. g. Sponsor Selection Criteria: A sponsor may be selected during a disaster declaration in or to provide project delivery services for assistance to households in the community. Sponsors selection will be based on an agency’s experience and capacity to carry out project delivery. A project delivery fee will be determined based on the scope of the project based on the type of disaster and assistance being provided to households. h. Additional Information: 1. Annual funding is not allocated toward this Strategy. In the event of a disaster declaration, unencumbered funds and/or additional funds award through Florida Housing Finance Corporation for the disaster will be used to fund this Strategy. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 17 2. If homeowner is insured, proceeds from the insurance must be used first before SHIP funds, except for the payment of the deductible. III. LHAP Incentive Strategies In addition to the required Incentive Strategy A and Strategy B, include all adopted incentives with the policies and procedures used for implementation as provided in Section 420.9076, F.S.: A. Name of the Strategy: Expedited Permitting Permits as defined in s. 163.3177 (6) (f) (3) for affordable housing projects are expedited to a greater degree than other projects. Provide a description of the procedures used to implement this strategy: The City of Clearwater Economic Development & Housing Division continues to provide a form titled, “Request for Expedited Permit Process for Affordable Housing Activity” to fast track affordable housing projects. B. Ongoing Review Process An ongoing process for review of local policies, ordinances, regulations and plan provisions that increase the cost of housing prior to their adoption. Provide a description of the procedures used to implement this strategy: The Economic Development & Housing Department typically receives new City Comprehensive Plan and Community Development Code provisions and ordinances for comment and participates in the City’s review process prior to adoption. This review process is maintained as a regular agenda item during Senior Executive Team bi-monthly meetings. C. The allowance of flexibility in densities for affordable housing The City of Clearwater supports flexibility in densities for affordable housing through its Comprehensive Plan policies and through its Community Development Code. Provide a description of the procedures used to implement this strategy: Comprehensive Plan policies in support of flexible densities are adopted in the Future Land Use Element (FLUE) and Housing Element as follows: Policy A.2.2.12 – The City will provide density bonuses for affordable housing developments that demonstrate that a minimum of 15% of the total units are reserved as affordable housing units. Such bonuses shall not exceed 50% of the density permitted by the Future Land Use Map and shall not include properties located in the Coastal Storm Area. The density bonus shall be established by ordinance in the Community Development Code. (FLUE) Policy C.1.9.1 – The City will provide density bonuses for affordable housing developments that demonstrate that a minimum of 15% of the total units are reserved as affordable housing units. Such bonuses shall not exceed 50% of the density permitted by the Future Land Use Map and shall not include properties located in the Coastal Storm Area. The density bonus shall be established by ordinance in the Community Development Code. (Housing Element) SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 18 D. The reduction of parking and setback requirements for affordable housing The Housing Element of the City’s Comprehensive Plan supports the reduction of parking and setback requirements for affordable housing. Provide a description of the procedures used to implement this strategy: The following policies in the Housing Element support the reduction of parking and setback requirements for affordable housing: Policy C.1.9.2 – Allow flexibility with regard to setbacks and off-street parking to accommodate density bonuses associated with affordable housing developments provided the project design does not detract from the established or emerging character of the immediate vicinity. Policy C.1.9.3 – Allow flexibility with regard to off-street parking for projects containing affordable housing units located within 1000 feet of a transit stop. E. The allowance of flexible lot configuration, including zero-lot-line configuration for affordable housing: The City currently allows flexible site plan configurations, including zero-lot line configurations for affordable housing. The plan must be sensitive to the character and context of existing neighborhoods. To this end, the City’s incentives for affordable housing include compatibility criteria in conjunction with the density bonus as follows Provide a description of the procedures used to implement this strategy: The City currently allows for site plan flexibility through the development review process, as supported by the City’s Community Development Code. The City’s incentives for affordable housing include compatibility criteria in conjunction with the density bonus as follows: Article 3, Division 9, Section 3-920.A.3.c.i. Compatibility Criteria – b. Proportionality and scale of the proposed development shall be consistent with the community character of the immediate vicinity of the parcel proposed for development. c. The overall aesthetics of the proposed development shall be compatible with or an improvement to the community character as determined by the community development coordinator. d. The scale and coverage of the proposed development shall be compatible with adjacent properties. If the overall bulk is larger than the surrounding buildings, the bulk may be reduced with the help of design elements such as step backs and setback. F. The preparation of a printed inventory of locally-owned public lands suitable for affordable housing: The Affordable Housing Inventory List is maintained by Comprehensive Plan Policy: Policy C.1.2.6 - The City shall identify vacant and underutilized city-owned property that may be deemed surplus property and make it available for the development of affordable housing. (Housing Element) SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 19 Provide a description of the procedures used to implement this strategy: The Affordable Housing Inventory List is State-mandated by Section 166.0451, F.S. and was triennially updated. Updates occurred in 2009 by City Resolution #09-41 (November 5, 2009), in 2013 by City Resolution #13-10 (June 6, 2013), in 2016 by City Resolution #16-14 (June 16, 2016), and in 2019 by City Resolution #19-10 (June 20, 2019). As of 2019, there were 19 parcels suitable for the development of affordable housing. Additionally, the City’s Economic Development & Housing Department has a procedure in place to make publicly-owned land available to prospective developers and non-profit agencies to construct affordable housing. Since 2017, the Planning and Development Department has implemented a foreclosure program targeting properties with substantial code violations. As a result, several properties have been donated for affordable housing development. G. The Support of development near transportation hubs, and major employment centers and mixed-used development The City promotes areas suitable for affordable housing through the Future Land Use Element (FLUE) of the Comprehensive Plan. The FLUE contains a number of policies related to activity centers and transit hubs as part of the City’s overall design structure. Provide a description of the procedures used to implement this strategy: The Housing Element of the Comprehensive Plan also supports the location of assisted housing near major activity centers through the following policies: Policy C.1.4.2 – Assisted housing should be located in close proximity to employment centers, mass transit services, parks, and commercial centers. Additionally, both the City’s Comprehensive Plan and Community Development Code allow flexibility in parking for affordable housing projects if located near a transit stop (Housing Element). Policy C.1.9.3 as well as Community Development Code Article 3, Division 9, Section 3-920.B. for the City’s “affordable housing parking incentive”. SHIP LHAP Template 2016-001 [eff. Date 9/11/2018] 20 IV. EXHIBITS: Required A. Administrative Budget for each fiscal year covered in the Plan. B. Timeline for Estimated Encumbrance and Expenditure. C. Housing Delivery Goals Chart (HDGC) For Each Fiscal Year Covered in the plan. D. Signed LHAP Certification. E. Signed, dated, witnessed or attested adopting resolution. Optional F. Ordinance: (If changed from the original creating ordinance). G. Interlocal Agreement. H. Other Documents Incorporated by Reference. ➢ Consolidated Annual Action Plan ➢ Economic Development & Housing Department Affordable Housing Loan Foreclosure and Loan Foreclosure Alternative Policy Resolution No. 21-04 RESOLUTION NO. 21-04 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, APPROVING THE LOCAL HOUSING ASSISTANCE PLAN AS REQUIRED BY THE STATE HOUSING INITIATIVES PARTNERSHIP PROGRAM ACT, SUBSECTIONS 420.907-420.9089, FLORIDA STATUTES AND RULE CHAPTER 67-37, FLORIDA ADMINISTRATIVE CODE; AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE ANY NECESSARY DOCUMENTS AND CERTIFICATIONS NEEDED BY THE STATE, AUTHORIZING THE SUBMISSION OF THE LOCAL HOUSING ASSISTANCE PLAN FOR REVIEW AND APPROVAL BY THE FLORIDA HOUSING FINANCE CORPORATION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the William E. Sadowski Affordable Housing Act, Chapter 92-317 of Florida Sessions Laws, allocating a portion of documentary stamp taxes on deeds to local governments for the development and maintenance of affordable housing; and WHEREAS, the State Housing Initiatives Partnership Act (hereafter, SHIP Act), ss.420.907-420.9089, Florida Statutes, and Rule Chapter 67-37, Florida Administrative Code, requires local governments to develop a one to three-year Local Housing Assistance Plan outlining how funds will be used, and WHEREAS, the SHIP Act further requires local governments to establish the maximum SHIP funds allowable for each strategy; and WHEREAS, the SHIP Act further requires local governments to establish an average area purchase price for new and existing housing benefiting from awards made pursuant to the SHIP Act, therefore, the methodology and purchase prices used are defined in the attached Local Housing Assistance Plan; and WHEREAS, as required by section 420.9075, Florida Statutes, it is found that five percent (5%) of the local housing distribution plus five percent (5%) of program income is insufficient to adequately pay the necessary costs of administering the local housing assistance plan. The cost of administering the program may not exceed ten percent (10%) of the local housing distribution plus five percent (5%) of program income deposited in the trust fund, except that small counties, as defined in s. 120.52(17), (Florida Statutes) and eligible municipalities receiving a local housing distribution of up to $350,000 may use up to 10 percent (10%) of program income for administrative costs; and [GM09-1510-047/218073/1] 2 Resolution No. 21-04 WHEREAS, the Economic Development and Housing Department has prepared a three-year Local Housing Assistance Plan incorporating the above-referenced provisions and requirements for submission to the Florida Housing Finance Corporation; and WHEREAS, the City Council finds that it is in the best interest of the public for the City of Clearwater to submit the Local Housing Assistance Plan for review and approval so as to qualify for said documentary stamp tax funds. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council of the City of Clearwater hereby approves the Local Housing Assistance Plan for submission to the Florida Housing Finance Corporation as required by ss. 420.907-420.9089, Florida Statutes, for state fiscal years 2021-22, 2022-23 and 2023-24 (attached hereto and incorporated herein as Exhibit “A”), which, among other things, establishes the maximum SHIP funds allowable for each local housing assistance strategy, establishes an average area purchase price for new and existing housing, and finds that five percent (5%) of the local housing distribution plus five percent (5%) of the program income is insufficient to adequately pay the necessary costs of administering the local housing assistance plan. Section 2. The Mayor is hereby designated and authorized to execute any documents and certifications required by the Florida Housing Finance Corporation as related to the Local Housing Assistance Plan, and to do all things necessary and proper to carry out the term and conditions of said program. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _______ day of _____________, 2021. ______________________________ Frank V. Hibbard Mayor Approved as to form: Attest: __________________________ ______________________________ Laura Mahony Rosemarie Call Senior Assistant City Attorney City Clerk ADMINISTRATIVE BUDGET FOR EACH FISCAL YEAR Exhibit A Exhibit A (2021) Estimated SHIP Funds for Fiscal Year:202,000.00$ Salaries and Benefits 20,200.00$ Office Supplies and Equipment Travel Per diem Workshops, etc. Advertising Other* Total 20,200.00$ Admin % 10.00% OK Estimated SHIP Funds for Fiscal Year:202,000.00$ Salaries and Benefits 20,200.00$ Office Supplies and Equipment Travel Per diem Workshops, etc. Advertising Other* Total 20,200.00$ Admin % 10.00% OK Estimated SHIP Funds for Fiscal Year:202,000.00$ Salaries and Benefits 20,200.00$ Office Supplies and Equipment Travel Per diem Workshops, etc. Advertising Other* Total 20,200.00$ Admin % 10.00% OK *All "other" items need to be detailed here and are subject to review and approval by the SHIP review committee. Project Delivery Costs that are outside of administrative costs are not to be included here, but must be detailed in the LHAP main document. Details: Fiscal Year: 2021-2022 Fiscal Year 2022-2023 Fiscal Year 2023-2024 (Local Government name) [eff. date] Exhibit B Timeline for SHIP Expenditures City of Clearwater affirms that funds allocated for these fiscal years will (local government) meet the following deadlines: Fiscal Year Encumbered Expended 1st Year AR 2nd Year AR Closeout AR 2021-2022 6/30/2023 6/30/2024 9/15/2022 9/15/2023 9/15/2024 2022-2023 6/30/2024 6/30/2025 9/15/2023 9/15/2024 9/15/2025 2023-2024 6/30/2025 6/30/2026 9/15/2024 9/15/2025 /9/15/2026 If funds allocated for these fiscal years is not anticipated to meet any of the deadlines in the table above, Florida Housing Finance Corporation will be notified according to the following chart: Fiscal Year Funds Not Encumbered Funds Not Expended 1st Year AR Not Submitted 2nd Year AR Not Submitted Closeout AR Not Submitted 2021-2022 3/30/2023 3/30/2024 6/15/2022 6/15/2023 6/15/2024 2022-2023 3/30/2024 3/30/2025 6/15/2023 6/15/2024 6/15/2025 2023-2024 3/30/2025 3/30/2026 6/15/2024 6/15/2025 6/15/2026 Requests for Expenditure Extensions (close-out year ONLY) must be received by FHFC by June 15 of the year in which funds are required to be expended. The extension request shall be emailed to robert.dearduff@floridahousing.org and terry.auringer@floridahousing.org and include: 1. A statement that “(city/county) requests an extension to the expenditure deadline for fiscal year _____________________. 2. The amount of funds that is not expended. 3. The amount of funds that is not encumbered or has been recaptured. 4. A detailed plan of how/when the money will be expended. Note: an extension to the expenditure deadline (June 30) does not relieve the requirement to submit (September 15) the annual report online detailing all funds that have been expended. Please email terry.auringer@floridahousing.org when you are ready to “submit” the AR. Other Key Deadlines: AHAC reports are now due annually by December 31. Local governments receiving the minimum (or less) allocation may choose not to report. Strategies Homeownership 10 DPA FOR NEWLY CONSTRUCTED UNTIS Yes 0 $45,000 1 $45,000 0 $45,000 $45,000.00 $0.00 $45,000.00 1 2 DPA FOR EXISTING UNITS W/REHABILIATION Yes 1 $47,000 1 $47,000 0 $47,000 $47,000.00 $0.00 $47,000.00 2 3 OWNER-OCCUPIED REHABILIATION Yes 1 $50,000 0 $50,000 0 $50,000 $45,000.00 $0.00 $45,000.00 1 5 DISASTER MITIGATION No 0 $10,000 0 $10,000 0 $10,000 $0.00 $0.00 $0.00 0 2 DPA FOR EXISTING UNITS WITHOUT/REHABILIATION No 0 $47,000 0 $47,000 0 $47,000 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 Total Homeownership 2 $137,000.00 2 $122,000.00 0 $137,000.00 $0.00 $137,000.00 4 New $ 229,000 Existing $ 262,000 14,21 MULTIFAMILY Yes 1 $22,400 1 $22,400 0 200000 $44,800.00 $0.00 $44,800.00 2 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 0 Total Rental 1 1 0 $44,800.00 $0.00 $44,800.00 2 Administration Fees Yes Home Ownership Counseling No Total All Funds $ 119,400 59.1% $ 92,000 45.5% $ - 0.0% UnitsCodeQualifies for 75% set-aside VLI Units New Construction Without Construction TotalMax. SHIP Award LI Units Max. SHIP Award Mod Units Max. SHIP Award LHAP Exhibt C 2021 FLORIDA HOUSING FINANCE CORPORATION HOUSING DELIVERY GOALS CHART 2023-2024 Estimated Funds (Anticipated allocation only): $ 202,000 Name of Local Government: CITY OF CLEARWATER OK OK Purchase Price Limits: Code Rental Qualifies for 75% set-aside VLI Units Set-Asides Percentage Construction/Rehab (75% requirement)90.0%OK Moderate Income Homeownership % (65% requirement)67.8%OK Rental Restriction (25%)22.2%OK Very-Low Income (30% requirement)OK Low Income (30% requirement)OK Units $ 20,200 10% $ 202,000 OK $ - LI Units Max. SHIP Award Mod Units Max. SHIP Award New Construction Without Construction Max. SHIP Award OK Total Exhibit D 67-37.005(1), F.A.C. [eff. date] . 1 CERTIFICATION TO FLORIDA HOUSING FINANCE CORPORATION Local Government or Interlocal Entity: CITY OF CLEARWATER Certifies that: (1)The availability of SHIP funds will be advertised pursuant to program requirements in 420.907-420.9089, Florida Statutes. (2)All SHIP funds will be expended in a manner which will ensure that there will be no discrimination on the basis of race, color, national origin, sex, handicap, familial status, or religion. (3)A process to determine eligibility and for selection of recipients for funds has been developed. (4)Recipients of funds will be required to contractually commit to program guidelines and loan terms. (5)Florida Housing will be notified promptly if the local government /interlocal entity will be unable to comply with any provision of the local housing assistance plan (LHAP). (6)The LHAP provides a plan for the encumbrance of funds within twelve months of the end of the State fiscal year in which they are received and a plan for the expenditure of SHIP funds including allocation, program income and recaptured funds within 24 months following the end of the State fiscal year in which they are received. (7)The LHAP conforms to the Local Government Comprehensive Plan, or that an amendment to the Local Government Comprehensive Plan will be initiated at the next available opportunity to insure conformance with the LHAP. (8)Amendments to the approved LHAP shall be provided to the Florida Housing for review and/or approval within 21 days after adoption. (9)The trust fund exists with a qualified depository for all SHIP funds as well as program income or recaptured funds. (10)Amounts on deposit in the local housing assistance trust fund shall be invested as permitted by law. (11)The local housing assistance trust fund shall be separately stated as a special revenue fund in the local governments audited financial statements (CAFR). An electronic copy of the CAFR or a hyperlink to the document shall be provided to Florida Housing by June 30 of the applicable year. Exhibit D 67-37.005(1), F.A.C. [eff. date] . 2 (12)Evidence of compliance with the Florida Single Audit Act, as referenced in Section 215.97, F.S. shall be provided to Florida Housing by June 30 of the applicable year. (13)SHIP funds will not be pledged for debt service on bonds. (14)Developers receiving assistance from both SHIP and the Low-Income Housing Tax Credit (LIHTC) Program shall comply with the income, affordability and other LIHTC requirements, similarly, any units receiving assistance from other federal programs shall comply with all Federal and SHIP program requirements. (15)Loans shall be provided for periods not exceeding 30 years, except for deferred payment loans or loans that extend beyond 30 years which continue to serve eligible persons. (16)Rental Units constructed or rehabilitated with SHIP funds shall be monitored for compliance with tenant income requirements and affordability requirements or as required in Section 420.9075 (3)(e). To the extent another governmental entity provides periodic monitoring and determination, a municipality, county or local housing financing authority may rely on such monitoring and determination of tenant eligibility. (17)The LHAP meets the requirements of Section 420.907-9089 FS, and Rule Chapter 67-37 FAC. (18)The provisions of Chapter 83-220, Laws of Florida have not been implemented (except for Miami-Dade County). __________________________________ _______________________________________ Witness Chief Elected Official or designee __________________________________ _______________________________________ Witness Type Name and Title __________________________________ Date OR ___________________________________ Attest: (Seal) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9049 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve Construction Manager at Risk (CMAR) proposal from Ajax Building Company, LLC., of Oldsmar, FL, per RFQ 32-20, at the Guaranteed Maximum Price (GMP) of $11,245,816 for the construction of the Clearwater Police Department District Three Operations and Training Center (18-0004-PD) and authorize the appropriate officials to execute same. (consent) SUMMARY: The Police Department’s current District Three Sub-Station, located at 2851 McMullen-Booth Road, Clearwater, was built in 1983. The operational features and functional systems are obsolete by current police standards. The main building was designed prior to the implementation of the Accessibility Code and access to amenities is not in compliance with current requirements. Due to the structure’s age and obsolete functional systems, the station merits replacement. One of the main goals of replacing this facility was to provide the Police Department with a hurricane rated facility to allow for sheltering of employees during a significant storm event, as well as to allow for the continuity of operations in the immediate aftermath of a significant storm event. The proposed building was designed for resiliency and the sustainable design guidelines of a Leadership in Energy and Environmental Design (LEED) Silver building but will not be certified. On July 16, 2020, City Council approved RFQ 32-20 selecting Ajax Building Company as CMAR to provide preconstruction services for the Clearwater Police Department District Three Operations and Training Center (18-0004-PD). A purchase order was approved by the City Manager in the amount of $69,900.00 for the pre-construction phase including design review and construction cost estimating. Construction documents are now complete and Ajax Building Company has provided a Guaranteed Maximum Price (GMP) Proposal to construct the new facility, located on the current District Three Sub-station site. The proposal includes demolition of the existing Substation, construction of the new Substation, as well as all associated sitework and utilities. Construction for this work is scheduled to begin in May 2021 and is scheduled to be completed in August 2022. Currently, Police Department District Three Patrol Operations have been relocated to the vacant Countryside Branch Library. APPROPRIATION CODE AND AMOUNT: PD00180001-CONS-CNSTRC $11,245,816 A mid-year amendment will transfer $550,000 of General Fund revenue from capital project C2004, Lift Stations - General Government, to project PD00180001, Police District 3 Station, to provide additional project funding needed. Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-9049 Page 2 City of Clearwater Printed on 4/9/2021 CLEARWATER POLICE DEPARTMENT DISTRICT 3 SUBSTATION 2851 McMullen Booth Road Clearwater, FL 33761 Ajax Job: 202026 GUARANTEED MAXIMUM PRICE PROPOSAL March 25, 2020 _____________________________________________________________________________ Ajax Building Company, LLC 109 Commerce Blvd. Oldsmar, FL 34677 AJAX BUILDING COMPANY, LLC PROJECT NO. 202026 CLEARWATER POLICE DEPARTMENT DISTRICT 3 SUBSTATION GMP PROPOSAL March 25, 2021 EXECUTIVE SUMMARY Ajax Building Company, LLC is pleased to present this Guaranteed Maximum Price (GMP) Proposal for the Clearwater Police Department District 3 Substation for consideration by the City of Clearwater. This GMP Proposal will recap the status of the project through the end of the GMP Phase and will provide cost reports, schedule and other project information to be utilized by the project team as the project moves forward. This GMP Proposal, upon acceptance by the City of Clearwater, is intended to serve as the basis for an Amendment to the CM Contract, adding the construction phase activities to the current contract. Project Description The project consists of a new 21,625 square foot Substation Building located at the current Clearwater Police Department District 3 Substation site. Construction will include all sitework and utilities, foundations and structure, building envelope, roofing and façade, interior finishes, mechanical, electrical, plumbing and fire protection systems, all exterior improvements including landscape and irrigation, hardscape for a completely new facility Guaranteed Maximum Price (GMP) Ajax Building Company, LLC is confident that the GMP costs included herein are representative of the proposed scope of work depicted in the GMP Documents. The work included in the GMP Proposal is based upon the List of Documents included in Section II of this proposal as amended by the Clarifications, Qualifications, and Assumptions, the accepted Value Engineering and Budget Options, and the Allowance Schedule, all contained in Section III of this proposal. The Base Bid GMP Proposal for the Clearwater Police Department District 3 Substation totals $11,245,816. The Base Bid GMP Proposal includes the temporary training facilities, the demolition of the existing Substation, construction of the new Substation, all associated sitework and utilities, and accepted Alternates 1, 2, 3, 5, 6, and 8. In addition to the Base Bid GMP Proposal, Ajax Building Company, LLC has provided pricing for various Alternates in Section III-D of this proposal for consideration by the City of Clearwater. At this time, the accepted Alternates 1,2, 3, 5, 6, and 8 are included within the Base Bid GMP Proposal. The following is a summary of the Pending Alternates: ▪ Alternate No. 4 – Provide Additional Lockers Add $18,924 ▪ Alternate No. 7 – Provide Additional Flat Panel Displays Add $13,420 Project Schedule The project schedule included within this proposal is based on the information represented in the GMP Documents. The project schedule reflects an overall duration of sixteen (16) months for the construction phase of the project. The following contractual dates are incorporated into the CM Contract via this GMP Proposal. ▪ Substantial Completion Phase I May 13, 2021 ▪ Substantial Completion – Phase II July 8, 2022 ▪ Substantial Completion – Phase III August 22, 2022 ▪ Final Completion September 20, 2022 AJAX BUILDING COMPANY, LLC PROJECT NO. 202026 CLEARWATER POLICE DEPARTMENT DISTRICT 3 SUBSTATION GMP PROPOSAL March 25, 2021 The following additional Milestone Dates are anticipated within the project schedule in order to achieve the contractual dates listed above. ▪ Mobilization / Start of Construction April 16, 2021 ▪ Top-Out of Building Structure October 29, 2021 ▪ Building Dry-In January 7, 2022 ▪ Permanent Power February 17, 2022 ▪ Owner Occupancy July 11, 2022 In order for construction activities to commence on April 16, 2021 as scheduled, the following contractual activities will need to be completed as indicated. ▪ GMP Negotiations Complete March 25, 2021 ▪ CM Contract Amendment Executed April 15, 2021 ▪ All Required Permits Issued March 19, 2021 ▪ Notice to Proceed Issued April 15, 2021 In order to expedite the project start-up activities, the Design Team, the Construction Manager and the Owner will be required to closely coordinate and expedite submittal review/approval, respond to information requests, respond to conflicts/unforeseen conditions, etc. AJAX BUILDING COMPANY, LLC PROJECT NO. 202026 CLEARWATER POLICE DEPARTMENT DISTRICT 3 SUBSTATION GMP PROPOSAL March 25, 2021 LIST OF DOCUMENTS The work included in this GMP Proposal is based upon the List of Documents immediately following this narrative subject to amendments by the Clarifications, Qualifications, and Assumptions, the accepted Value Engineering and Budget Options, and the Allowance Schedule, all contained in Section III of this proposal. The List of Documents includes the: ▪ Contract Drawings ▪ Project Specifications ▪ Addenda Issued by the Architect / Engineer ▪ Pre-Bid Requests for Information (Pre-Bid RFI’s) ▪ Other Documents (As Listed) ▪ Bid Packages and Bid Package Addenda Cost Management Recap Sort Sequences: 1. Sec 2. Major Item Code 3. Not Used 4. Not Used Report includes Taxes & Insurance. Estimate File: :202026_024_2021_Clearwater_PD_GMP.es Estimator: Primary Project Qty:0 S Secondary Project Qty: 0 FLR Estimate UM: Imperia 3/25/2021 6:03:17PM Description Total $Unit$ NOTICE : This Document is considered proprietary information and shall not be distributed beyond the intended recipient without the express written consent of Ajax Building Company, LLC !! Total Major Item Code 01300.000 GENERAL CONDITIONS $1,012,408 Total Major Item Code 01300.300 GENERAL REQUIREMENTS $274,422 Total Major Item Code 01900.000 MISCELLANEOUS ITEMS $63,520 Total Major Item Code 02100.000 REMEDIATION & DEMOLITION $36,800 Total Major Item Code 03000.000 CONCRETE WORK $779,037 Total Major Item Code 05000.000 STRUCTURAL STEEL, JOISTS, & DECK $414,344 Total Major Item Code 05500.000 METAL WALL PANELS $25,321 Total Major Item Code 07500.000 ROOFING & SHEET METAL $287,596 Total Major Item Code 07900.000 WATERPROOFING & JOINT SEALERS $19,599 Total Major Item Code 08100.000 DOORS, FRAMES & HARDWARE $264,941 Total Major Item Code 08800.000 GLASS & GLAZING $371,176 Total Major Item Code 09100.000 GYP BOARD, PLASTER, & STUCCO SYSTEMS $516,075 Total Major Item Code 09300.000 FINISHED FLOORING $282,951 Total Major Item Code 09500.000 CEILINGS $94,335 Total Major Item Code 09900.000 PAINTS & COATINGS $103,755 Total Major Item Code 10000.000 MISCELLANEOUS BUILDING SPECIALTIES $299,822 Total Major Item Code 12000.000 BUILDING FURNISHINGS $102,600 Total Major Item Code 21000.000 FIRE SUPPRESSION SYSTEMS $85,818 Total Major Item Code 22000.000 PLUMBING WORK $409,123 Total Major Item Code 23000.000 HEATING, VENTILATION, & AIR CONDITIONING $1,184,600 Page 1 Sort Sequences: 1. Sec 2. Major Item Code 3. Not Used 4. Not Used Report includes Taxes & Insurance. Estimate File: :202026_024_2021_Clearwater_PD_GMP.es Estimator: Primary Project Qty:0 S Secondary Project Qty: 0 FLR Estimate UM: Imperia 3/25/2021 6:03:17PM Description Total $Unit$ NOTICE : This Document is considered proprietary information and shall not be distributed beyond the intended recipient without the express written consent of Ajax Building Company, LLC !! Total Major Item Code 26000.000 ELECTRICAL WORK $1,970,476 Total Major Item Code 31000.000 SITEWORK $1,531,776 Total Major Item Code 32000.000 SITE IMPROVEMENTS $207,887 Total Major Item Code 33000.000 MISCELLANEOUS ITEMS $30,000 Total Major Item Code 36000.000 BONDS & INSURANCE $182,345 Total Major Item Code 37000.000 WARRANTIES $4,438 Total Major Item Code 45000.000 OWNER'S TAX SAVINGS -$130,000 Total Major Item Code 80000.000 CONTINGENCY $354,261 Total Major Item Code 95000.000 OVERHEAD & FEES $466,390 Total Sec BB BASE BID $11,245,816 Page 2 2714 DR. ML KING JR. ST. N. | ST. PETERSBURG, FL 33704 | T. 727.896.4611 | F. 727.894.0502 | www.HARVARDJOLLY.com | AR0013140 FORT MYERS | JACKSONVILLE | ORLANDO | ST. PETERSBURG | SARASOTA | TALLAHASSEE | TAMPA | WEST PALM BEACH HARVARD•JOLLY ARCHITECTURE Clearwater Police Department Substation 3 Sustainable Features March 2021 The Clearwater Police Department Substation 3 replacement will incorporate several sustainable design features including: •Sourcing local materials when possible. •Utilizing materials with recycled content. •Use of low-emitting materials. •CM must submit the following Action Plans: Erosion and Sedimentation Control Narrative, WasteManagement Plan, List of Proposed Materials with Recycled Content, List of Proposed Regional Materials,Blower Door Testing, Construction Indoor Air Quality Management Plan, Lists of certain products to show thatthey are free of materials that are harmful to the environment. •All exterior windows and storefront will have insulated, tinted Low-E Glazing. •Walk Off Mats will be provided at building entries. •The building will have an Energy Star Roofing System with initial SRI not less than 104, solar reflectance ofnot less than 0.83 and emissivity of not less than 0.90. •There is an area designated for collection of recyclables. •Chilled water and heating hot water systems shall use variable speed pumps to minimize energy usage. •New high efficiency air cooled chillers shall be used. •New high efficiency air handler fan motors and pump motors shall be used. •New high efficiency condensing style heating boilers shall be used. •Air handler system shall use variable air volume system with VAV boxes to minimize fan energy. •Outside air ventilation rates shall be capable of being reset based upon occupancy. •High efficiency natural gas tankless style water heaters shall be used for domestic water heating. •Low flow toilets and urinals shall be used. •High efficiency LED style dimmable lighting shall be used for all lighting systems. •Interior lighting shall be controlled using automatic lighting controls based upon occupancy sensors. •50% of general purpose plug load shall be capable of being automatically shut off during unoccupied hours. •Use of Florida-Friendly landscaping. Florida-Friendly certification through UF/IFAS extension in progress. •Native grasses will be planted in swales (bioswales). •The design team researched the possibility of incorporating bird-friendly glazing into the project but ultimatelyconcluded that it is not warranted for this project based on the following; o LEED has a pilot credit for bird-friendliness. This credit asks in part that no more than 15% of thefaçade has a threat factor greater than 75. The threat factor of the exact glazing we are specifyinghas not been tested by the American Bird Conservancy, so we will assume the threat factor is greatthan 75. However, only about 9% of our façade is glazing, so we meet this LEED requirement for thebird safety credit.o Highly transparent or highly reflective glazing poses the great risk for bird strikes. The specifiedglazing has very low exterior visible reflection and the gray tint has low transparency.o Bird strikes are more likely when there is a lot of vegetation close to the building. Since the building ismostly surrounded by parking, there is minimal bird habitat directly adjacent to the building.o In addition to the low overall percentage of glazing, the glazing we have is mostly relatively smallpunched openings with divided framing profiles expressed to the exterior providing additional visualdistraction for birds. Large areas of curtainwall are generally of greater concern, and we don’t havethat with this project.o The building is only one story and the exterior windows are under 10’ AFF. o In addition to large curtainwalls, other areas that are typically of concern for bird strikes are glasscorners and areas with glazing on both sides of the building, where you can see from the outside CPDS3 Sustainability March 29, 2021 Page 2 of 2 HARVARD•JOLLY ARCHITECTURE through to the exterior on the other side of the building. We don’t have either of those conditions on this project. o To add a bird-safe frit pattern to the glazing would be an additional cost of $6.50/SF of glazing. Theproject budget cannot accommodate this and it is not recommended based on the above reasons. •There was a request to incorporate photovoltaic panels into the project. Because of the critical nature of this facility, locating them on the roof of the substation is not recommended as the attachment would require multiple penetrations through the roofing. Each penetration creates a potential source of a future roof leak. Instead, the design team recommends providing parking canopy covers with photovoltaic panels or locating the panels on the roof of the existing firing range. SR 580 LANDMARK DR N McMULLEN BOOTH RD ENTERPRISE RD E RIGSBY LN ALLEN AVE DEER RUN S DEER RUN N DANIEL ST BURNTFORK DR WILDWOOD DR MEADOW OAK DR EHEATHER TRL CASCADE DR LOCATION MAP PROJECTSITE ^ ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1Date:1/27/2020 Proposed Countryside Police Operations Center2851 McMullen Booth Rd. Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\2851 McMullen Booth Rd Loc.mxd Safety Harbor 212AGrid #:28-28s-16eS-T-R:WDMap Gen By:IDReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Resolution 21-15 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Accept three 10-foot utility easements from WSSA Palm Harbor VA, LLC for the construction, installation and maintenance of city utility facilities on real property located at 26286 US-Highway 19 North and adopt Resolution 21-15. SUMMARY: The Utility Easements will allow the city rights for construction, installation and maintenance of utility facilities on the commercial site. The City Engineering Department recommends acceptance of the easements. Page 1 City of Clearwater Printed on 4/9/2021 Resolution No. 21-15 RESOLUTION NO. 21-15 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING THREE 10-FOOT UTILITY EASEMENTS FROM WSSA PALM HARBOR VA, LLC, FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY UTILITY FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater requires three 10-foot utility easements from WSSA PALM HARBOR VA, LLC for the construction, installation, and maintenance of certain utility facilities; and WHEREAS, by this Resolution, the City Council of the City of Clearwater wishes to accept said grant of easement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER FLORIDA: Section 1. The City Council of the City of Clearwater hereby accepts the Utility Easements, a copy of which is attached hereto and incorporated herein as Exhibit “A” to Resolution 21-15. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ______ day of _________________, 2021. ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ___________________________ ________________________________ Laura Mahony Rosemarie Call Senior Assistant City Attorney City Clerk Return to: Rob Brzak Engineering Department City of Clearwater P. 0. Box 4748Clearwater, FL 33758-4748 UTILITY EASEMENT FOR AND IN CONSIDERATION of the sum of Ten Dollars ($10.00) in hand paid, the receipt of which is hereby acknowledged, and the benefits to be derived therefrom, WSSA PALM HARBOR VA, LLC, a Florida Limited Liability Company, whose mailing address is 503 S. Saginaw St., Suite 600, Flint, Michigan 48502 ("Grantor"), does hereby grant and convey to the City of Clearwater, Florida, a Florida Municipal Corporation, whose mailing address is P.O. Box 4748, Clearwater, Florida 33758-4748 ("Grantee"), its licensees, agents, successors and assigns a non-exclusive easement over, under, across and through the following described land lying and being situate in the County of Pinellas, State of Florida, to wit: See Exhibit "A" and Exhibit "B" appended hereto and by this reference made a part hereof ("Easement Premises") The CITY OF CLEARWATER, FLORIDA, shall have the right to enter upon the above-described premises and construct, reconstruct, install and maintain therein any and all utilities, together with appurtenances thereto (collectively, "Facilities"), and to inspect and alter such Facilities from time to time. Grantee shall be solely responsible for obtaining all governmental and regulatory permits required to exercise the rights granted herein. The CITY OF CLEARWATER, FLORIDA covenants and agrees with Grantor that it shall promptly restore the Easement Premises and any affected areas surrounding the Easement Premises upon completion of any work activities undertaken in the exercise of these rights to at least the same quality of condition that existed as of the date Grantee first exercised any of its rights hereunder, and on each and every succeeding occasion thereafter. Grantee further represents and warrants that it shall diligently pursue the completion of all work activities in a timely manner. Granter warrants and covenants with Grantee that Grantor is the owner of fee simple title to the herein described Easement Premises, and that Grantor has full right and lawful authority to grant and convey this easement to Grantee, and that Grantee shall have the non-exclusive, limited purpose quiet and peaceful possession, use and enjoyment of this easement. It is expressly understood that Grantor reserves all rights of ownership of the Easement Premises not inconsistent with the easement rights granted herein. In the event Grantor, its successors or assigns, should ever determine it necessary to relocate Grantee's facilities constructed within the Easement Premises to facilitate further development or redevelopment of the property encumbered hereby; then Grantor, its successors or assigns, in consultation with and upon approval of Grantee, shall provide an alternate easement for the utility facilities constructed within the Easement Premises, and shall at Grantor's sole cost and expense reconstruct the utility facilities within the alternate easement. Upon completion of the facilities relocation Grantee shall cause this easement to be vacated and evidence of vacation duly recorded in the public records of Pinellas County, Florida. This easement is binding upon the Granter, the Grantee, their heirs, successors and assigns. The rights granted herein shall be perpetual and irrevocable and shall run with the land, except by the written mutual agreement of both parties, or by abandonment of the Easement Premises by Grantee. EXHIBIT A TO RESOLUTION 21-15 2628626256262522 4 8 0 2 4 7 5 2 4 8 8 2 46 9 26338264892495US Hwy 19 NW US-19 FRONTAGE RD ENTERPRI SE RD E US-19 FRONTAGE RDCOUNTRYSIDE BLVD AERIAL MAP PROPOSED NEW UTILITY EASEMENT Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Engineering\Location Maps\26286_USHY_19N_Aer2020.mxd ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com N.T.S.Scale: Proposed New 10' Utility Easements26286 US HWY 19 N Page: 1 of 110/26/2020Date:XXXXGrid #:RBReviewed By: PROPOSED NEW UTILITY EASEMENT PROPOSED NEW UTILITY EASEMENT26320 XX-XXs-XXeS-T-R:WDMap Gen By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Resolution 21-03 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Accept a utility easement from Ft. Harrison Prop Co LLC for the construction, installation, and maintenance of city utility facilities on real property located at 500 McLennan Street and adopt Resolution 21-03. SUMMARY: The Utility Easement will allow the city rights for construction, installation, and maintenance of utility facilities as the commercial site is developed for a new office building. The City Engineering Department recommends acceptance of the easement. Page 1 City of Clearwater Printed on 4/9/2021 Resolution No. 21-03 RESOLUTION NO. 21-03 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING A UTILITY EASEMENT FROM FT HARRISON PROP CO LLC, FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY UTILITY FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater requires a utility easement from FT HARRISON PROP CO LLC for the construction, installation, and maintenance of certain utility facilities; and WHEREAS, by this Resolution, the City Council of the City of Clearwater wishes to accept said grant of easement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER FLORIDA: Section 1. The City Council of the City of Clearwater hereby accepts the Utility Easement, a copy of which is attached hereto and incorporated herein as Exhibit “A” to Resolution 21-03. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ______ day of _________________, 2021. ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ___________________________ ________________________________ Laura Mahony Rosemarie Call Senior Assistant City Attorney City Clerk Return to: Rob Brzak Engineering Department City of Clearwater P.o. Box 4748Clearwater, FL 33758-4748 II UTILITY EASEMENT II FOR AND IN CONSIDERATION of the sum of Ten Dollars ($10.00) in hand paid, the receipt of which is hereby acknowledged, and the benefits to be derived therefrom, FT HARRISON PROP CO LLC, a Florida Limited Liability Company, whose malling address is 24671 US HWY 19 N., Clearwater, Florida 33763 ("Grantor"), does hereby grant and convey to the City of Cleaiwater, Florida, a Florida Municipal Corporation, whose mailing address is P.O. Box 4748, Clearwater, Florida 33758-4748 ("Grantee"}, its licensees, agents, successors and assigns a non-exclusive easement over, under, across and through the following described land lying and being situate in the County of Pinellas, State of Florida, to wit: See Exhibit "A" appended hereto and by this reference made a part hereof ("Easement Premises") The CITY OF CLEARWATER, FLORIDA, shall have the right to enter upon the above-described premises and construct, reconstruct, install and maintain therein any and all utilities, together with appurtenances thereto (collectively, "Facilities"), and to inspect and alter such Facilities from time to time. Grantee shall be solely responsible for obtaining all governmental and regulatory permits required to exercise the rights granted herein. The CITY OF CLEARWATER, FLORIDA covenants and agrees with Granter that it shall promptly restore the Easement Premises and any affected areas surrounding the Easement Premises upon completion of any work activities undertaken in the exercise of these rights to at least the same quality of condition that existed as of the date Grantee first exercised any of its rights hereunder, and on each and every succeeding occasion thereafter. Grantee further represents and warrants that it shall diligently pursue the completion of all work activities in a timely manner. Granter warrants and covenants with Grantee that Granter is the owner offee simple title to the herein described Easement Premises, and that Granter has full right and lawful authority to grant and convey this easement to Grantee, and that Grantee shall have the non�exclusive, limited purpose quiet and peaceful possession, use and enjoyment of this easement. lt is expressly understood that Granter reserves all rights of ownership of the Easement Premises not inconsistent \rVith the easement rights granted herein. In the event Granter, its successors or assigns, should ever determine it necessary to relocate Grantee's facilities constructed within the Easement Premises to facilitate further development or redevelopment of the property encumbered hereby; then Granter, its successors or assigns, in consultation with and upon approval of Grantee, shall provide an alternate easement for the utility facilities constructed within the Easement Premises, and shall at Grantor's sole cost and expense reconstruct the utility facilities within the alternate easement. Upon completion of the facilities relocation Grantee shall cause this easement to be vacated and evidence of vacation duly recorded in the public records of Pinellas County, Florida. This easement is binding upon the Grantor, the Grantee, their heirs, successors and assigns. The rights granted herein shall be perpetual and irrevocable and sha!I run with the land, except by the written mutual agreement of both parties, or by abandonment of the Easement Premises by Grantee. EXHIBIT A TO RESOLUTION 21-03 McLENNAN ST S FORT HARRISON AVE 5005165151425 LOCATION MAP PROPOSED NEWUTILITY EASEMENT 5' 10'150'100'5'50'Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com N.T.S.Scale:Page: 1 of 13/25/2021Date:KNMap Gen By:RBReviewed By: Proposed Utility Easement500 McLennan St. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9012 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.3 Award a construction contract to Poole and Kent Company of Florida, of Tampa, FL, in the amount of $18,437,514.70 for the Northeast WRF Improvements per Invitation to Bid (ITB) 19-0029-UT and authorize the appropriate officials to execute same. (consent) SUMMARY: January 27, 2021, Engineering issued Invitation to Bid 19-0029-UT for the Northeast Water Reclamation Facility (NE WRF) Improvements project, which closed on March 3, 2021. Poole & Kent Company of Florida was the lowest responsive and responsible bid in accordance with the contract documents. Engineer of Record (EOR) and Construction Administrator Ardurra Group, Inc. evaluated the bid and recommend awarding the contract to Poole & Kent Company of Florida. The NE WRF Improvements Project (19-0029-UT) is a combination of two projects: NE WRF Blend Tank Improvements (14-0036-UT) and NE WRF Grit Removal, Moving Belt Filters, and Equalization System Improvements (15-0045-UT). The purpose of the project is to increase the flexibility, reliability, and efficiency of the influent grit removal, primary sludge removal, biological treatment, sludge digestion and solids dewatering processes. The NE WRF Blend Tank Improvements project (14-0036-UT) includes upgrading the truck off-loading sludge pump station, sludge storage and blending tanks, sludge transfer pumps, dewatering feed pumps, and accompanying mechanical, electrical, instrumentation, and controls components. The NE WRF Grit Removal, Moving Belt Filters, and Equalization System Improvements project (15-0045-UT) includes retrofitting the existing picket thickeners with grit removal equipment, replacing the existing primary clarifiers with moving-belt filters, demolishing the decommissioned irrigation tank, and replacing with a flow equalization tank, and accompanying mechanical, electrical, instrumentation, and controls components. Construction duration is 720 calendar days after issuance of Notice to Proceed. The Public Utilities Department is responsible for owning, operating, and maintaining the NE WRF. APPROPRIATION CODE AND AMOUNT: 3217321-563800-96215 $18,437,514.70 Funds are available in capital improvement project 96215, Northeast Plant Upgrade, to fund this contract. Page 1 City of Clearwater Printed on 4/9/2021 BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Remove contents of existing sludge storage and blend tanks in accordance with Section 01150, 3.01A. CY 400 182.00$ 72,800.00$ 515.00$ 206,000.00$ 197.00$ 78,800.00$ 546.00$ 218,400.00$ 2 Existing sludge storage and blend tank concrete crack repair in accordance with Section 01150, 3.01B. LF 100 65.00$ 6,500.00$ 66.00$ 6,600.00$ 70.00$ 7,000.00$ 152.40$ 15,240.00$ 3 Existing sludge storage and blend tank spalled concrete repair in accordance with Section 01150, 3.01C. SF 54 400.00$ 21,600.00$ 51.00$ 2,754.00$ 432.00$ 23,328.00$ 149.33$ 8,063.82$ 4 Demolition of existing aeration equipment, mixing equipment, and associated appurtenances in accordance with Section 01150, 3.01D. LS 1 150,000.00$ 150,000.00$ 75,000.00$ 75,000.00$ 69,000.00$ 69,000.00$ 216,000.00$ 216,000.00$ 5 Existing odor control piping, stair treads, and tank walkway repair and refurbishment in accordance with Section 01150, 3.01E. LS 1 100,000.00$ 100,000.00$ 25,000.00$ 25,000.00$ 82,000.00$ 82,000.00$ 120,000.00$ 120,000.00$ 6 Clean and coat the interior and exterior of the existing sludge storage and blend tanks in accordance with Section 01150, 3.01F. LS 1 200,000.00$ 200,000.00$ 220,000.00$ 220,000.00$ 135,000.00$ 135,000.00$ 163,622.00$ 163,622.00$ 7 Sludge storage and blend tanks, pump stations, and yard piping equipment and rehabilitation in accordance with Section 01150, 3.01G. LS 1 2,360,723.00$ 2,360,723.00$ 2,800,000.00$ 2,800,000.00$ 2,425,000.00$ 2,425,000.00$ 3,240,000.00$ 3,240,000.00$ 8 New truck off-loading and anaerobic digester feed pump sation canopy in accordance with Section 01150, 3.01H. LS 1 75,000.00$ 75,000.00$ 27,000.00$ 27,000.00$ 47,000.00$ 47,000.00$ 90,000.00$ 90,000.00$ 9 Dewatering feed pump station canopy removal and replacement in accordance with Section 01150, 3.01I. LS 1 75,000.00$ 75,000.00$ 27,000.00$ 27,000.00$ 67,000.00$ 67,000.00$ 336,000.00$ 336,000.00$ 10 Thickened primary sludge and thickened WAS yard piping modification in accordance with Section 01150, 3.01J. LS 1 100,000.00$ 100,000.00$ 150,000.00$ 150,000.00$ 168,000.00$ 168,000.00$ 504,000.00$ 504,000.00$ 11 Mobilization in accordance with Section 01150, 3.01K.LS 1 100,000.00$ 100,000.00$ 140,000.00$ 140,000.00$ 115,000.00$ 115,000.00$ 240,000.00$ 240,000.00$ 12 Indemnification in accordance with Section 01150, 3.01L.LS 1 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ Sub-total NE WRF Sludge Blend Tanks Imp 3,261,723.00$ 3,679,454.00$ 3,217,228.00$ 5,151,425.82$ 13 10% Owner's Contingency LS 1 326,172.30$ 326,172.30$ 367,945.40$ 367,945.40$ 321,722.80$ 321,722.80$ 515,142.58$ 515,142.58$ Total NE WRF Sludge Blend Tanks Imp 3,587,895.30$ 4,047,399.40$ 3,538,950.80$ 5,666,568.40$ NE WRF GRIT REMOVAL, MOVING BELT FILTER AND EQUALIZATION SYSTEM IMPROVEMENTS 14 NE WRF Pretreatment and primary treatment improvements in accordance with Section 01150, 3.01N. LS 1 12,631,654.00$ 12,631,654.00$ 13,720,000.00$ 13,720,000.00$ 13,987,000.00$ 13,987,000.00$ 12,296,401.00$ 12,296,401.00$ 15 Removal and replacement of the top portion of the existing primary clarifier effluent box channel in accordance with Section 01150, 3.01O. LS 1 200,000.00$ 200,000.00$ 70,000.00$ 70,000.00$ 30,000.00$ 30,000.00$ 294,000.00$ 294,000.00$ 16 Rehabilitation of the walls and floors of the flow channel in the headworks building, the flow channel to the primary clarifier splitter box, the primary clarifier splitter box, the scum box, and the primary clarifier effluent box channel in accordance with Section 01150, 3.01P. SF 7300 23.00$ 167,900.00$ 21.00$ 153,300.00$ 175,200.00$ 22.80$ 166,440.00$ 17 Mobilization in accordance with Section 01150, 3.01Q. LS 1 500,000.00$ 500,000.00$ 400,000.00$ 400,000.00$ 545,000.00$ 650,000.00$ 650,000.00$ 18 Indemnification in accordance with Section 01150, 3.01R. LS 1 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ Sub-total NE WRF Grit Removal, Moving Belt Filter and Equalization System Imp 13,499,654.00$ 14,343,400.00$ 14,737,300.00$ 13,406,941.00$ NE WRF Improvements ReBid 19-0029-UT BID OPENING - Wednesday, March 3, 2021 AWARD - Thursday, May 6, 2021 TLC Diversified, Inc 2719 17th Street East Palmetto FL 34221 WPC Industrial Contractors and Randall Environmental, Inc a Joint Venture 3307 Clarcona Road Apopka, FL 32703 Poole & Kent Company of Florida 1715 W. Lemon Street Tampa, FL 33606 PWC Joint Venture, LLC 5256 Summerlin Commons Way Suite 203 Fort Myers, FL 33907 DBE not submittedDBE - N/ADBE - N/ADBE - N/A NORTHEAST WRF SLUDGE BLEND TANKS IMPROVEMENTS BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT NE WRF Improvements ReBid 19-0029-UT BID OPENING - Wednesday, March 3, 2021 AWARD - Thursday, May 6, 2021 TLC Diversified, Inc 2719 17th Street East Palmetto FL 34221 WPC Industrial Contractors and Randall Environmental, Inc a Joint Venture 3307 Clarcona Road Apopka, FL 32703 Poole & Kent Company of Florida 1715 W. Lemon Street Tampa, FL 33606 PWC Joint Venture, LLC 5256 Summerlin Commons Way Suite 203 Fort Myers, FL 33907 DBE not submittedDBE - N/ADBE - N/ADBE - N/A NORTHEAST WRF SLUDGE BLEND TANKS IMPROVEMENTS19 10% Owner's Contingency LS 1 1,349,965.40$ 1,349,965.40$ 1,434,340.00$ 1,434,340.00$ 1,473,730.00$ 1,473,730.00$ 1,340,694.10$ 1,340,694.10$ Total NE WRF Grit Removal, Moving Belt Filter, and Equalization Sys 14,849,619.40$ 15,777,740.00$ 16,211,030.00$ 14,747,635.10$ Sub-total 16,761,377.00$ 18,022,854.00$ 17,954,528.00$ 18,558,366.82$ Total Contingency 1,676,137.70$ 1,802,285.40$ 1,795,452.80$ 1,855,836.68$ Total Contract 18,437,514.70$ 19,825,139.40$ 19,749,980.80$ 20,414,203.50$ BIDDER'S GRAND TOTAL 18,437,514.70$ 19,825,139.40$ 19,749,980.80$ 20,414,203.50$ SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 3 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 7 PROPOSAL/BID BOND ............................................................................................................................ 8 AFFIDAVIT ................................................................................................................................................ 9 NON-COLLUSION AFFIDAVIT ........................................................................................................... 10 PROPOSAL ............................................................................................................................................... 11 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 13 BIDDER’S PROPOSAL ........................................................................................................................... 14 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 16 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 17 SECTION V – Contract Documents SECTION V Page 1 of 17 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Poole & Kent Company of Florida 1715 W. Lemon St. Tampa, FL 33606 813-251-2438 [name] [principal business address] [phone number] City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: North East WRF Improvements PROJECT NO.: 19-0029-UT PROJECT DESCRIPTION: modifications to existing grit and primary treatment and sludge blend and storage systems, and new flow equalization system at the City’s Northeast Water Reclamation Facility (WRF). BY THIS BOND, We, Poole & Kent Company of Florida as Contractor, and , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $18,437,514.70, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for construction of North EastWRF Improvements, the contract documents being made a part of this bond by reference (which include theAdvertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications astherein provided for), at the times and in the manner prescribed in the contract; and 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 17 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Poole & Kent Company of Florida By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 3 of 17 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Poole & Kent Company of Florida, of the City of Tampa, County of Hillsborough and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] N/A This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: North East WRF Improvements PROJECT NO.: 19-0029-UT in the amount of $18,437,514.70 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 4 of 17 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 5 of 17 Updated: 5/4/2020 CONTRACT (3) 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, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the 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 CONTRACT (4) 2. At least 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 SECTION V – Contract Documents SECTION V Page 6 of 17 Updated: 5/4/2020 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. j) 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. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) William B. Horne, II City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SR 580N McMULLEN BOOTH RD RIGSBY LN MEADOW OAK DR EDANIEL ST LOCATION MAP ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com N.T.S.Scale: Northeast Water Reclamation Facility(NE WRF) Improvements Project Number: 19-0029-UT Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\19-0029-UT NE WRF Improvements.mxd 201AGrid #:21-28s-16eS-T-R:Page: 1 of 1DNReviewed By:CRMMap Gen By: NE WRF BLEND TANK IMPROVEMENTS 14-0036-UT NE WRF GRIT REMOVAL,MOVING BELT FILTERS, andEQUALIZATION SYSTEMIMPROVEMENTS 15-0045-UT Legend NE WRF PROJECT AREAS 11/24/2020Date: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9017 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Approve Construction Manager at Risk (CMAR) proposal from Skanska, Inc., of Tampa, FL, for sitework for Imagine Clearwater (17-0031-EN) at the Guaranteed Maximum Price (GMP) of $12,943,812 and authorize the appropriate officials to execute same. (consent) SUMMARY: December 19, 2019, City Council approved RFQ #52-19 selecting Skanska as CMAR to provide construction services for Imagine Clearwater and approved a proposal for Pre-Construction services in the amount of $425,000 to include design review and construction cost estimating. September 3, 2020, City Council approved GMP #1 for $1,184,090 from Skanska, Inc. to relocate Duke Energy infrastructure to support the future park buildings and amenities. That work is reaching completion. Designs for demolition, sitework, and underground utilities are complete and the permitting process is underway. Skanska has provided GMP #2 for this sitework in Coachman Park and adjacent city-owned lots located at 301 Drew Street, Clearwater. Construction for this work is scheduled to begin in early May. The park will be closed until this and all park features associated with Imagine Clearwater are constructed. Completion is scheduled for summer of 2023. APPROPRIATION CODE AND AMOUNT: ENGF180013-CONS-CNSTRC $12,943,812 Resolution 19-34 was passed on November 21, 2019 establishing the City’s intent to reimburse project costs with future tax-exempt financing, Ordinance 9357-20 passed on February 6, 2020 authorized the issuance of the bonds. Sufficient funding for interim financing or funding with 2020 Imagine Clearwater bond proceeds when issued is available in Capital Improvement Project ENGF180013, Imagine Clearwater, to fund this contract Page 1 City of Clearwater Printed on 4/9/2021 Imagine Clearwater Guaranteed Maximum Price (GMP 2) Sitework Clearwater, FL March 25, 2021 Table of Contents Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Section 1 – GMP 2 Summary  Executive Summary / Project Overview  Guaranteed Maximum Price Summary Section 2 – Basis of the Guaranteed Maximum Price  General Qualifications  Package Specific Assumptions & Clarifications  Allowances  Schedule  Logistics Plan & Laydown 1 – GMP 2 Summary Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Executive Summary / Project Overview This GMP 2 is based upon the documents prepared by Stantec along with Skanska Drawing Markups and Narrative as well as Duke Energy Guidelines. Further project scope definition has been developed by Skanska USA Building Inc., and various assumptions that are attached to this proposal. This GMP 2 proposal incorporates the value of all associated construction work as of this date and reflects the decision on scope and quality as they have been decided by the client and A/E team. Skanska USA Building Inc. recommends that the attached documents be carefully reviewed; questions and comments be referred back to us for resolution; and the overall project be approved for further progress. Based on the scope of Work, schedule, logistics plan, execution plan, approved Preconstruction Cost Events and other content identified or included in the “Basis of GMP 2” section, Skanska hereby proposes a GMP 2 of $12,943,812 to complete such scope of Work for this Project. The Project Schedule upon which the GMP 2 is based is appended to this GMP 2 Proposal. The Project Schedule identifies the schedule milestones and associated completion dates set forth in Table 1-1 for the Project. Table 1-1 No. Milestone Description Completion Date 1 Issuance of Notice to Proceed April 22, 2021 2 Substantial Completion (Overall Project) April 24, 2023 3 Final Completion (Overall Project) June 24, 2023 This GMP 2 Proposal is valid for a period of 60 days after the date of this GMP 2 Proposal Page 1 of 21 1 – GMP 2 Summary Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Guaranteed Maximum Price Summary Site (Acres) 24 Direct Cost of Work: 01b: Temporary Fencing 66,850$ 31a: Sitework / Earthwork / Site Demolition 3,089,948$ 31c: Underground Wet Utilities 3,072,118$ 31d: CLOMR Wall & Revetments 1,211,150$ Material Testing Allowance (Compaction, Soil Testing, Proctors & Concrete Testing for CLOMR Cap)250,000$ Survey Allowance (Skanska Control & QC Layout Checks)100,000$ 250,000$ GMP 1 Duke Energy Enabling Work Adjustment Allowance to Account for Grade Changes 20,000$ Direct Cost of Work General Requirements (Field Office, Dumpsters, Temp Toilets, Composite Cleanup)168,850$ Total Direct Cost of Work: 8,228,916$ Contingency: Contractor Construction Contingency 4.00%329,157$ Owner Construction Contingency Allowance 6.00%493,735$ General Conditions Lump Sum 2,977,234$ Insurances & Bonds: Sub Bonds / SDI 1.42% On Cost of Work & Contractor Contingency 121,525$ Building Permit BY OWNER Misc Permits/Fees (LDP, Tap Fees, Etc.) BY OWNER CCIP 2.58% On Total Construction Cost 333,950$ Builder's Risk BY OWNER Skanska P&P Bond 0.41%52,853$ Fee 3.50% On Direct Cost of Work + Lump Sum GCs/GRs 406,441$ Total Construction Cost: 12,943,812$ EXECUTIVE SUMMARY GMP 2 March 25, 2021 Marina Electrical Service Relocations/ Adjustments to Accommodate New Park Design / Accounting for minimal disruption of power or to maintain service Page 2 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 This section of the Guaranteed Maximum Price Proposal describes exclusions, assumptions, and clarifications. For those items that are identified as excluded, no cost or time has been accounted for in the GMP 2 to address the issue. For those items that are clarified, qualified or based on an assumption, the GMP 2 reflects only the cost and time of the element as assumed or clarified. Any differences to the following exclusions, clarifications and/or assumptions will result in a change to the GMP 2. Cost Basis of GMP 2 Site Work (Site Work, Earthwork, Site Selective Demolition, Wet Utilities CLOMR Wall & Revetment and Temporary Fencing) Skanska USA’s GMP 2 Site Work (Site Work, Earthwork, Site Selective Demolition, Wet Utilities CLOMR Wall & Revetment and Temporary Fencing) Proposal is based upon the following: 1. Plans, specifications, and RFI responses 2. Skanska USA’s Guaranteed Maximum Price Proposal (dated March 25, 2021) 3. The Project Agreement dated December 19, 2019 4. These General Exclusions, Qualifications and Assumptions 5. The following documents: a. The Package Specific Assumptions and Clarifications dated March 25, 2021 b. Document Log dated March 25, 2021 c. Owner, Contractor Responsibility Matrix (Site Work) dated March 25, 2021 d. Site Work Schedule with Data Date March 11, 2021 e. Bid Documents for Site Work dated January 29, 2021 Changes or revisions to the foregoing information will result in a modification to the GMP 2 and require modifications to the Overall Project Schedule. Documents, communications and information not included in the foregoing list, including for instance, any third-party agreements are not accounted for in the GMP 2 Proposal. As such, the Owner must carefully review all of the criteria used to develop this GMP 2 Proposal and request any revisions to the same, so that a modified GMP 2 proposal can be prepared. Page 3 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 General Qualifications 1. GMP 1 (Enabling Work) is not included in this GMP 2. For the total project scope value covered by GMP’s you would add GMP1 and this GMP 2. All GMP 1 qualifications and assumptions remain. 2. The GMP 2 is based upon materials with color and configuration from the manufacturer’s standard selections, unless specifically noted otherwise in this document. 3. Use of union labor/prevailing wage is not mandatory and has not been considered in this GMP 2. 4. The GMP 2 does not include the cost of a professional engineer’s stamp on any subcontractor’s or vendor’s shop/fabrication drawings. Where contract documents require that design information be provided by the Construction Manager, design information (including calculations and certifications) will be provided by trade contractors. The Construction Manager will rely on the trade contractor’s in so doing. The Guaranteed Maximum Price does not include any costs and expenses to conduct an independent review of such design information, and does not include costs and expenses resulting from any deficiencies or inaccuracies in these calculations or certifications. 5. GMP 2 does not include any costs associated with reviews, design changes or delays by insurance underwriters such as IRI or FM. Labor, materials and equipment, and the related cost thereof, and impacts to the Project Schedule arising from or in connection with, inspections or requirements imposed by Factory Mutual or similar insurance underwriters, and not expressly set forth in the Drawings and Specifications, are excluded. 6. Sales tax on materials is included. 7. GMP 2 proposal assumes unfettered legal access to the project site at all times, limited to areas identified on the Project Logistics Plan. 8. GMP 2 excludes costs and/or schedule implications related to handling, removing, and/or abating any hazardous materials (including but not limited to, asbestos, lead, petrochemicals, etc). 9. GMP 2 excludes costs and/or schedule implications related to handling, removing, and/or abating any contaminated ground water or unsuitable soils. Skanska will stockpile any unsuitable materials associated with our work for handling and removal by the City of Clearwater. 10. During GMP 1 Skanska and Owner through its Architect-Engineer performed some limited site investigation. This included potholing exiting utilities shown on the Contract Drawings when installing the Enabling Conduit Work. By way of example the following investigations were conducted: a) Stantec potholing and physically locating in horizontal and vertical elevations the existing utilities shown on drawings to discover that they are conflict with the IWF location as shown on the documents. Stantec is currently modifying the IWF design to accommodate located existing utilities. b) Potholing to locate existing subaqueous water force main near the Boathouse that was found to not be located as indicated on the drawings. Page 4 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 c) Skanska located an unforeseen storm sewer conflict structure next to Duke manhole #22, (currently not indicated on the documents) while installing the Duke Energy Conduits. Skanska coordinated a no cost resolution that Duke Energy is implementing. d) While installing the Duke energy conduit at the South Bluff Skanska located an existing unforeseen sanitary line. This line will be in direct conflict with the current design. Stantec will need to provide a new sketch showing the rerouting of this lateral, Skanska has carried an allowance to account for resolving this unforeseen condition. Additional utility investigations will be performed as to identify the actual location of existing utilities shown on the documents. The work required to locate these utilities is within GMP 2. However, if existing utilities shown in the documents are found in significantly different locations and / or if unforeseen / unknown utilities are discovered and the unforeseen conditions impact installation of new Work, the cost of any work required to address the unforeseen condition is not included in GMP 2.. Note 8 on C-001 is excluded. GMP 2 excludes costs and/or schedule implications related to any unforeseen conditions. 11. GMP 2 does not include construction activities outside of the defined project limits. 12. No costs have been included for materials testing and / or inspections except as noted below. No testing or inspections anticipated with the exception of compaction testing and concrete testing associated with earthwork activities, underground wet utilities including only sanitary, storm, sanitary force main, reclaimed water main, water and fire underground as noted on the Civil drawings as well as concrete testing at CLOMR walls. 13. Refer to Owner-Contractor Responsibility Matrix for additional clarifications as it relates to the scope of work included within the GMP 2. 14. A phased construction schedule is not included for the Site Work (Site Work, Earthwork, Site Demolition, Wet Utilities CLOMR Wall & Revetment and Temporary Fencing). The GMP 2 assumes that the Work can happen without interruption. 15. This is not a LEED project. Cost to meet LEED requirements that may be included in the specifications are not included in GMP 2. 16. The GMP 2 assumes participation in the Owner’s Direct Purchase (ODP) program given timely approvals are provided to allow release of materials per scheduled completion. Should approval of the Owner Direct Purchase delay release of materials, it will require a schedule extension at additional cost to the Project. Upon reconciliation of all purchase order amounts, a final change order may be executed to finalize the amounts for all Subcontractor deductions and sales tax savings. Following reconciliation, any unspent material costs remaining in the Owner's purchase order will be returned to the Contractor by a Change Order. Page 5 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 17. Neither the GMP 2 nor the project schedule upon which GMP 2 is based contemplate any project delays, suspensions, disruptions, cost escalations or other impacts caused, directly or indirectly, by the coronavirus disease, or any other epidemic or pandemic or any resulting government action. 18. This GMP 2 Proposal is valid for a period of 60 days after the date first set forth above, but subject to cost and schedule adjustments if the Notice to Proceed is delayed, as discussed in paragraph 23. If Owner does not accept this GMP 2 Proposal within such validity period, Skanska reserves the right to further adjust the GMP 2 and Project Schedule to account for changes in market and other conditions that impact cost and/or the Project Schedule. 19. For those items that are excluded, no cost or time has been included in this GMP 2 Proposal to account for such items. For those items that are clarified, qualified or based on an assumption, this GMP 2 Proposal reflects only the cost and time associated with the items as assumed, qualified or clarified. All content in this Section 2 is intended to more clearly define and/or limit Skanska’s scope of responsibility under the Contract regardless of whether or not any specific sub-item in this Section 2 may not use terms such as “a.ssume”, “qualify”, “clarify” or similar terms or derivations thereof. 20. Changes to or deviations from any aspect of the Basis of GMP 2 Documents that impact cost and/or schedule may entitle Skanska to a change order, subject to its compliance with the notice provisions within the Agreement, equitably adjusting the GMP 2 and/or Project Schedule. 21. Documents, third-party agreements, commitments to third parties, design criteria and any other information not expressly included in the Basis of GMP 2 Documents are all excluded. 22. Coordination with Others. This GMP 2 Proposal is based on the assumption that the members of the Design Team and Owner’s other contractors and personnel performing work or services in connection with the Project will: a) Comply with Skanska’s site-specific safety program and maintain an injury free environment when work or services are performed at the Project site. b) Perform work and services, including without limitation installation of Owner- furnished equipment and materials and issuing timely responses to RFIs and submittals, in accordance with the Project Schedule (as such schedule may be amended from time-to-time). c) Perform work and services so as to not impact Skanska’s ability to perform its Work in accordance with the Logistics Plan. d) Perform work and services (including inspections), so as to not impact Skanska’s ability to maintain or accelerate the Work under the Project Schedule. e) Provide detailed schedule, logistics, and technical information when and as requested by Skanska so as to enable Skanska to timely coordinate interfaces with the Design Team and other contractors and to maintain or accelerate elements of the Project Schedule so as to achieve necessary progress and milestone completion dates. Page 6 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 f) Be solely responsible for coordinating rough-ins to be provided by Skanska and for making final connections of all Owner-furnished equipment to the rough-ins provided by Skanska. 23. Notice to Proceed. This GMP 2 Proposal is based on the assumption that Owner will issue a notice to proceed (“NTP”) (with all conditions precedent identified below, if any, satisfied) on or before April 22, 2021 (“Notice to Proceed Date”) and that Substantial Completion will be achieved on or before April 24, 2023, as such duration may be modified in accordance with the Contract. If Owner has not issued an effective NTP by the Notice to Proceed Date, Skanska shall have no obligation to commence any part of the Work, until Skanska and Owner: (a) reach agreement on the scope and nature of equitable adjustment to GMP 2 and Project Schedule, including full compensation to Skanska and its Subcontractors and Sub-subcontractors for the delay in issuing NTP and; (b) Owner satisfies all conditions precedent to the effectiveness of the NTP set forth below. 1) Applicable Permits must be issued 2) All permit Fees Paid 3) Owners Builders Risk Policy must be in place as reviewed & agreed to by Skanska 4) GMP Amendment or Purchase Order issued and fully executed Page 7 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 24. Contingency. An Owner contingency allowance of $493,735 has been included in GMP 2 to address issues such as, by way of example and not limitation, Design Team’s completion of design, enlarging the size of the Project, unforeseen conditions, comments from authorities having jurisdiction, commodity and/or material price escalation, modifications to or acceleration of the Project Schedule, increased quality or quantity of Project components not currently reflected in the Drawings or Specifications, or other conditions/circumstances for which Skanska would be entitled to a Change Order under the Contract. In preparing this GMP 2 Proposal, Skanska included a contractor contingency in the amount of $329,157 for Skanska’s exclusive use (hereinafter the "Construction Contingency") to cover those costs considered reimbursable as the Cost of the Work but not included in a Change Order. Construction Contingency shall be available for Skanska’s exclusive use at any time, including at the time of final payment, for reimbursement of costs and expenses: (1) reasonably incurred by Skanska in performing the Work, (2) of a type that are reimbursable under the Contract as a Cost of the Work, and (3) that are not otherwise the basis for a Change Order (it being understood that the Construction Contingency shall not be used to fund any Work which would otherwise be subject to a Change Order); including, by way of example, but not limited to, (a) Work items inadvertently omitted during the estimating and bidding process, (b) schedule recovery costs, (c) cost increases due to unanticipated local labor and material market conditions, (d) interfacing omissions between and from the various categories of Work; (e) additional costs incurred due to the withdrawal or disqualification of a Subcontractor bid forming the basis for the GMP 2 prior to signing of a written subcontract, and (f) excess Subcontractor completion costs arising from Subcontractor default. Skanska shall furnish to Owner a monthly Contingency Log showing all reimbursements from the Construction Contingency. This is not a Line item GMP. The Construction Contingency shall be increased automatically by the net savings, if any, realized through subcontract and/or purchase order buyout or due to other under runs against the various amounts and allowances that compose the overall GMP 2. Any amount remaining in the Construction Contingency at final payment shall be counted as savings for purposes of determining any shared savings, if applicable. 25. Retainage is included at 5% in GMP 2 through Project Substantial Completion at which time a reduction to 2.5% is expected. 26. Confirmation by the Engineer that all or part of the Work is Substantially Complete shall establish the start of the Warranty/Correction Period and will be final acceptance of the Work for the purpose of warranty and maintenance obligations as the Owner will take possession of the Project at that time. 27. GMP 2 includes a Fee of 3.5% on the Direct Cost of Work plus lump sum GC’s / GR’s. This includes all costs of any ODP credits that goes back to the Owner to facilitate sales tax savings. No fee is calculated on top of insurances & bonds. Fee to be charged on contingency only when contingency is utilized and will be taken out of contingency at that time. Page 8 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Fee Markup on Add Changes to the Work is qualified in GMP 2 to be: 1. For Labor – 15% broken down as follows – 10% to self-performing subcontractors and 5% to the contractor 2. For Materials – 10% by subcontractor and 5% to the contractor 28. The Contractor General Conditions are based on a Lump Sum Basis in GMP 2 and are to be billed equally monthly for the duration of the project. The General Conditions included in GMP 2 are limited to (15) months, May 2021 through July 2022, for construction services phase. 29. Escalation. Skanska has not included any contingency to account for price escalation resulting from any change in law or tariffs that may be enacted by a governing body. The proposed GMP 2 excludes any additional cost resulting from price escalation arising out of a change of law or tariff. The Guaranteed Maximum Price (GMP 2) assumes a Notice to Proceed of April 22, 2021 and the Guaranteed Maximum Price Proposal as submitted is good for 60 days from March 25, 2021. 30. This GMP 2 Proposal is based on the assumption that materials and equipment are from the applicable suppliers/manufacturer’s standard selections and configurations, unless expressly noted otherwise in the Drawings or Specifications. 31. Sole-Sourcing. All Project components and third-party services to be furnished by Skanska are assumed to be nonproprietary and available from multiple sources. In the event of any component or third-party service is specified on a sole-source basis, this GMP 2 Proposal assumes that Skanska’s liability arising out of the performance by the sole-source subcontractor or supplier shall be limited to and in no event exceed the liability assumed by any such sole-source subcontractor or supplier in connection with the Project. 32. Specified Performance Criteria. Any manufacturers referenced in the Specifications are for basis of design only and shall not preclude Skanska from offering an “or equal” manufacturer. If the Design Team specifies “performance criteria” for any components to be included in the Project, Skanska assumes that the named component manufacturer(s) are deemed to comply with all specified performance criteria and that Skanska shall only be obligated to demonstrate that a proposed “or equal” component complies with the specified performance criteria. Page 9 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 33. Special warranties, certifications and other requirements that exceed manufacturer standard warranties, and implied warranties, are all excluded except to the extent expressly specified in the Contract Documents. 34. All warranties included in the Contract Documents that survive beyond Skanska's one year repair/replacement obligation time period set forth in the Contract shall be assigned to Owner following the expiration of such one year time period. Thereafter, Skanska’s sole obligation and Owner’s exclusive remedy shall be for Skanska to reasonably assist the Owner in enforcing such warranties provided by Subcontractors. 35. If contractual terms and conditions are included in the Division 1 specifications or other sections of the Specifications provided by the Design Team, such terms and conditions shall be inapplicable and only the terms and conditions set forth in the Contract and/or this GMP 2 Proposal shall apply. Skanska GMP 2 specifically excludes all Division 1 specifications issued by the Design Team. 36. This GMP 2 Proposal is based on the assumption that the Drawings and Specifications prepared by the Design Team comply in all respects with all applicable building code requirements, applicable laws, and the programming, aesthetic, quality and other Project requirements prescribed by Owner orally or in its existing standards, guidelines or Project-specific documents as well as City development standards and codes such as by example, the Downtown Development Code. 37. All Owner-furnished material and equipment, and any related required submittals and/or design information, shall be furnished and installed by or on behalf of Owner in accordance with the Project Schedule. As part of its obligations, Owner shall provide detailed design, location, dimension, sizing and other technical information detailing all required rough-in and final connections to the Owner- furnished equipment. All Owner-furnished equipment and final connections shall be coordinated to the rough-ins provided by Skanska. 38. This GMP 2 Proposal is based on the assumption that “time is of the essence” or similar provisions in the Contract, if any, shall only apply to Substantial Completion of all Work and/or specified milestone dates mutually agreed upon by Owner and Skanska. 39. This GMP 2 Proposal is based on the assumption that, outside of City ordinances, (i) there are no applicable limits, restrictions or constraints on work hours, noise generation and/or vibration generation with respect to Skanska’s performance of the Work on the Project site, and (ii) only customary limits, restrictions and constraints consistent with industry standards apply. 40. This GMP 2 Proposal excludes costs and/or schedule impacts arising from or in any way related to (i) handling, removing, and/or abating any hazardous wastes/materials, (ii) handling, removing, and/or abating any contaminated groundwater, and (iii) any unforeseen conditions at the Project site or in connection with the performance of the Work. If hazardous or contaminated materials are identified during construction Skanska will notify Owner immediately for Owner’s investigation, survey and determination of plan for handling and removal by the City of Clearwater. Page 10 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 41. Contractor Controlled Insurance Program. Skanska will furnish and directly or indirectly administer a Contractor Controlled Insurance Program ("CCIP") providing for General Liability, Worker’s Compensation and Excess/Umbrella coverage required to be furnished by Skanska and its Subcontractors and Sub-subcontractors under the Contract. The CCIP shall only cover and apply to on-site exposures for participants enrolled in the CCIP. Invoicing by Skanska for furnishing the CCIP will be as set forth below. The cost of CCIP will be added to all Change Orders though final completion. Skanska and all Subcontractors and Sub-subcontractors that perform any part of the Work on the Project site are expected to be covered, excluding Subcontractors/Sub-subcontractors performing or supplying architectural or engineering services, waste management/hauling services, temporary toilets, field offices and related incidental services/supplies, surveying, materials testing, elevators, structural demolition and/or abatement, if any. Owner’s separate contractors and the Design Team and other professionals of any tier retained by the Owner or Design Team shall not be enrolled in or covered by the CCIP. The Owner is required to obtain insurance similar in scope and coverage limits as required from Skanska from those unenrolled/uncovered parties and to require from those parties that Skanska is listed as an Additional Insured on all of applicable policies. 42. Invoicing for Insurance and Bonds. Premiums for insurance and bonds are part of the Cost of the Work and shall be paid by Owner to Skanska as set forth below. The entire estimated value of all such insurance and bond costs shall be included in and paid by Owner as part of Skanska’s first monthly Application for Payment after execution of the GMP 2 Amendment and after execution of each Change Order increasing such insurance and bond costs. Premium for Bonds and Insurance. Premiums for bonds and insurance will be provided at the rates specified in this section. Owner acknowledges that all specified rates have all been negotiated, will be charged by Skanska under the Contract and are auditable only to determine the proper application of the rates under the Contract and not the composition of such rates. 1) Subcontractor Default Insurance (“SDI”) at the rate of 1.42% multiplied by the actual Cost of the Work & Contingency. 2) Subcontractor Performance and Payment Bonds at actual cost invoiced by Subcontractor’s surety for Subcontractors that do not prequalify for enrollment in SDI. 3) Contractor Controlled Insurance Program (“CCIP”) at the rate of 2.58% multiplied by the approved GMP 2 amount. Thereafter the CCIP rate will be added to and included in the cost of any Change Orders that increase the value of the GMP 2. 43. Skanska Performance and Payment Bonds (P & P Bonds) at the rate of .41% multiplied by the approved GMP 2 amount. Thereafter the P&P Bonds rate will be added to and included in the cost of any Change Orders that increase the value of the GMP 2. Page 11 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 44. Review of Skanska Insurance Policies. Skanska assumes that the furnishing of a Certificate of Insurance will demonstrate that Skanska has obtained insurance compliant with its obligations under the Contract. This insurance is provided through the Skanska’s proprietary corporate insurance program and if Owner wants to review such insurance policies, Skanska will afford the Owner an opportunity to do so at a time and place mutually agreed upon with Skanska’s Vice President, Insurance and Surety. If Owner requires Skanska to furnish a copy of any such policy, to avoid disclosure of proprietary information Skanska must purchase a Project-specific policy at additional cost that excluded from the GMP 2. 45. Owner Direct Purchase Program. Skanska acknowledges that Owner is implementing a direct purchase program pursuant to Florida Statute Section 212.08(6) to avoid sales tax on materials incorporated into the Project (the “ODP Program”). Owner acknowledges and agrees that (i) all deductive change orders issued by Skanska to its Subcontractors participating in the ODP Program and corresponding deductive Change Orders issued by Owner to Skanska under the ODP Program (collectively the “ODP Change Orders”) include the costs of materials and the applicable Florida state sales tax, (ii) the value of the ODP Change Orders will be based on estimated quantities and costs, except when the ODP Change Order expressly involves the purchase of a single item with a predetermined fixed value, and (iii) the actual costs incurred for materials under the ODP Program will be reconciled with the estimated costs and if the aggregate cost actually incurred by Owner to purchase the materials is less than the value of the ODP Change Order minus applicable sales tax (the “Underrun”), then Owner will issue to Skanska an additive Change Order in the amount of the Underrun plus the applicable sales tax on such Underrun value, and Skanska will issue a corresponding additive change order to the applicable Subcontractor. Table 2-3 presents an illustration of the foregoing calculation. 46. General Conditions Section 6.5 – Skanska wishes to clarify its understanding that the indemnification requirements of this section applies to third party claims of adjacent property owners or occupants. 47. General Conditions Section 6.6 – the GMP 2 Proposal is submitted based on the understanding that this section does not apply to material or equipment specified by the design, unless Skanska or the subs knew or should have known of the obligation to purchase a license. Page 12 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 48. GMP 2 Site Work (Site Work, Earthwork, Site Demolition, Wet Utilities CLOMR Wall & Revetment and Temporary Fencing) is based on and includes the following additional documents: 1) The Package Specific Assumptions and Clarifications dated March 25, 2021 2) Document Log dated March 25, 2021 3) Owner, Contractor Responsibility Matrix (Site Work) dated March 25, 2021 4) Site Work Schedule with Data Date March 11, 2021 5) Bid Documents for Site Work dated January 29, 2021 49. Project completion dates contained herein rely on future & final GMP Notice to Proceed date to be by July 22, 2021. 50. GMP 2 excludes any site security beyond the temporary fencing and gates. 51. GMP 2 does not anticipate any conflicts between the Work and any existing seawall tie backs or dead-men as the design does not indicate any as existing and has not anticipated any on the documents. 52. GMP 2 excludes any project webcam. 53. GMP 2 relies on the City having nesting birds on site poles removed by the time the Notice to Proceed is issued. 54. Alternate pricing is good for 60 days from the date of this GMP 2 (March 25, 2021) and relies on a Notice to Proceed by April 22, 2021. 55. Skanska has included an allowance for materials testing to be used for (GMP 2 Limited Scope) and includes the following: 1) Soil monitoring and testing (Proctors & Compaction) 2) Concrete Testing of CLOMR Wall Cap 56. The buyout of bid packages will be performed in compliance with the Contract with the understanding that Skanska will conduct post-bid interviews and that all bids will be reviewed and leveled by Skanska before the lowest responsive proposal is accepted. 57. GMP 2 includes an allowance for adjustments to GMP 1 (Duke Energy Enabling Work) to account for grade changes in the final design. 58. GMP 2 includes an allowance for marina electrical service relocations / adjustments associated with accommodating the new park design and / or accounting for minimal disruption of power or to maintain service. Page 13 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Allowances Cost allowances have been established for certain items, as outlined below. These allowances are intended to provide compensation for all direct costs associated with each of these items including, without limitation, materials, equipment, labor, taxes, fees, etc. 1. Stabilized Crane Access Road (Line Item 31A) $50,000 2. Demolition and / or filling of existing Duke Energy manholes & pull boxes (Line Item 31A) $20,000 3. Demolition of site light poles that are noted to be removed by Duke Energy that are not Duke Energy Poles $5,000 4. Earthwork Allowance (Unsuitable Soils) (Line Item 31A) $250,000 5. Rework of the existing sanitary sewer line that services the existing City Hall building (Line Item 31C) $25,000 6. Additional line stop @ 20” Existing HDPE waterline if existing valve does not hold (Line Item 31C) $20,000 7. City & Permit Review Comments Allowance (Line Item 31C) $136,000 8. CLOMR Wall & Revetment Revisions Allowance (Line Item 31D) $250,000 9. Matls Testing (Compaction, Soil Testing, Proctors & Concrete Testing for CLOMR Cap) $250,000 10. Survey (Skanska Site Control / QC check of Subs / Building Control) $100,000 11. Marina Electrical Service Relocations/ Adjustments to Accommodate New Park Design $250,000 12. GMP 1 Duke Enabling Work Adjustment Allowance to Account for Grade Changes $20,000 13. Owner Contingency Allowance $493,735 Page 14 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Schedule See attached Page 15 of 21 Page 16 of 21 2 - Basis of Guaranteed Maximum Price Imagine Clearwater - Sitework, Earthwork, Site Selective Demolition, Wet Utilities, CLOMR and Temp Fencing Guaranteed Maximum Price (GMP 2) March 25, 2021 Logistics Plan See attached Page 17 of 21 Page 18 of 21 Page 19 of 21 Page 20 of 21 Page 21 of 21 DREW ST PIERCE ST CLEVELAND ST N OSCEOLA AVE MEMORI ALCSWYS OSCEOLA AVE LAURA ST LOCATION MAP ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com JB CC N.T.S.286B 16-29s-15e11/27/2019Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: Imagine Clearwater Boundary Document Path: C:\Users\james.benwell\City of Clearwater\Engineering Geographic Technology - Location Maps\ImagineClearwaterBoundary.mxd Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2021-01001 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1313 Parkwood Street, together with certain Parkwood Street right-of-way, and pass Ordinances 9440-21, 9441-21 and 9442-21 on first reading. (ANX2021-01001) SUMMARY: This voluntary annexation petition involves a 0.178-acre property consisting of one parcel of land occupied by a single-family dwelling. The property is located on the south side of Parkwood Street, approximately 340 feet east of North Betty Lane. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the City. The Development Review Committee is proposing that the remaining 0.184-acres of Parkwood Street right-of-way between Rollen Road and North Betty Lane not currently within the city limits also be annexed. The property is located within an enclave and is contiguous to existing city boundaries to the north, west and south. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water service from the City of Clearwater. The closest sanitary sewer line is located in the adjacent Parkwood Street right-of-way. The applicant has paid the City's sewer impact and assessment fees in full and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #51 located at 1720 Overbrook Avenue. The City has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public facilities and their levels of service; and ·The proposed annexation is consistent with and promotes the following objectives and policy of the Clearwater Comprehensive Plan: Objective A.6.4 Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City’s tax base through the annexation Page 1 City of Clearwater Printed on 4/9/2021 File Number: ANX2021-01001 of a variety of land uses located within the Clearwater Planning Area. Policy A.7.2.3 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Low (RL) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 5.0 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the north, west and south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 Ordinance No. 9440-21 ORDINANCE NO. 9440-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PARKWOOD STREET, APPROXIMATELY 340 FEET EAST OF NORTH BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1313 PARKWOOD STREET, CLEARWATER, FLORIDA 33755, TOGETHER WITH THE RIGHT-OF-WAY OF PARKWOOD STREET ABUTTING LOTS 4 AND 5, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITIONS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real property described herein and depicted on the map attached hereto as Exhibit A have petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 5, Block B, PINE RIDGE, according to the map or plat thereof, as recorded in Plat Book 28, Page(s) 98, of the Public Records of Pinellas County, Florida, together with: all Right-of-Way of Parkwood Street, abutting Lots 4 & 5, Block B, of said Pine Ridge. (ANX2021-01001) The map attached as Exhibit A is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9440-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A 24700008370 A 18 17 16 15 14 13 12 11 10 1 2 3 4 5 6 7 8 9 1 2 17 16 43/042 239(S)120(S)28.6 3071694 B D A B C 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 15 16 17 18 2 1 1 16 2 15 3 14 4 13 12 1110 3 2 1 30ROLLEN RD N BETTY LN FAIRMONT ST WOODBINE ST PARKWOOD ST CAROL DR CLAIRE DR O VE R BR O O K AVE 130013251307123613051329130813041317133413261322134012401341123213211314132813331240134013411612 1320132013241625 13071710 131113041309134113081310130113131327131713261620 1501 131213211530 132913051604 12411613 1615 13051332133313301616 1344131213281239 132813251619 1340132112381309130413181316131413171231 170117111608 1 2 3 7 13131 2 3 4 1235 1601 -Not to Scale--Not a Survey-Rev. 2/2/2021 Proposed Annexation Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9441-21 ORDINANCE NO. 9441-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PARKWOOD STREET, APPROXIMATELY 340 FEET EAST OF NORTH BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1313 PARKWOOD STREET, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 5, Block B, PINE RIDGE, according to the map or plat thereof, as recorded in Plat Book 28, Page(s) 98, of the Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2021-01001) The map attached as Exhibit A is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9440-21. Ordinance No. 9441-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A 24700008370 A 18 17 16 15 14 13 12 11 10 1 2 3 4 5 6 7 8 9 1 2 17 16 43/042 239(S)120(S)28.6 3071694 B D A B C 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 15 16 17 18 2 1 1 16 2 15 3 14 4 13 12 1110 3 2 1 30RU RL RU RL RU RU RL RU RURL RL RU RL RU RL RL RL RU CG CG RL RU RU CG ROLLEN RD N BETTY LN FAIRMONT ST WOODBINE ST PARKWOOD ST CAROL DR CLAIRE DR OVE R B R O O K AVE 1300132513071305132913081317133413261322134012401341123213211314132813331240134013411612 132013241625 1710 1311130413091341130813011313132713171620 13121321132913051604 12411613 13051332133313301616 1344131213281239 132813251619 134013211238130913041236130413181316132013071314131713101231 1701132615011711 1530 1608 1 2 37 13131 2 3 4 1615 1235 1601 -Not to Scale--Not a Survey-Rev. 2/2/2021 Proposed Future Land Use Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9442-21 ORDINANCE NO. 9442 -21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF PARKWOOD STREET, APPROXIMATELY 340 FEET EAST OF NORTH BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1313 PARKWOOD STREET, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit A is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9440-21. Property Zoning District Lot 5, Block B, PINE RIDGE, according to the map or plat thereof, as recorded in Plat Book 28, Page(s) 98, of the Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2021-01001) Ordinance No. 9442-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A 24700008370 A 18 17 16 15 14 13 12 11 10 1 2 3 4 5 6 7 8 9 1 2 17 16 43/042 239(S)120(S)28.6 3071694 B D A B C 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 15 16 17 18 2 1 1 16 2 15 3 14 4 13 12 1110 3 2 1 30LMDR LMDRC C LMDR ROLLEN RD N BETTY LN FAIRMONT ST WOODBINE ST PARKWOOD ST CAROL DR CLAIRE DR 13001325130713051329130813171334132613221340124013411318132113141328133312401340134113161612 1320132013241625 130713141710 13111304130913411308131013011313132713171231 170113261620 1501 131213211530 1608 13291 2 3 7 1 2 3 4 13051604 12411613 1615 13051332133313301616 1344131213281239 132813251235 1619 134013211238130913041236130412321317171113131601 -Not to Scale--Not a Survey-Rev. 2/2/2021 Proposed Zoning Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) KINGS HWY N BETTY LN OVERLEA ST ROLLEN RD SANDY LN MARY L RD TERRACE RD HOLT AVE WOODBINE ST OVER B RO OK AVE SPRINGDALE ST ADMIRAL WOODSON LN BARBARA AVE FAIRMONT ST FAIRBURN AVE WESTON DR ST EVENSON'S DRPINEBROOK DR CLAIRE DR JADE AVE PINELAND DR RUSSELL ST PARKWOOD ST HEAVEN SENT LN PINEBROOK DR FAIRMONT ST WOODBINE ST PARKWOOD ST PARKWOOD ST PROJECT SITE -Not to Scale--Not a Survey-Rev. 1/28/2021 Location Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) ROLLEN RD ROLLEN RD N BETTY LN N BETTY LN FAIRMONT ST FAIRMONT ST WOODBINE ST WOODBINE ST PARKWOOD ST PARKWOOD ST CAROL DR CAROL DR CLAIRE DR CLAIRE DR O V ERB R O O K AVE O VERB R O O K AVE -Not to Scale--Not a Survey-Rev. 2/2/2021 Aerial Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) 24700008370 A 18 17 16 15 14 13 12 11 10 1 2 3 4 5 6 7 8 9 1 2 17 16 43/042 239(S)120(S)28.6 3071694 B D A B C 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 14 15 16 17 18 16 15 9 8 7 6 5 4 3 2 1 1 2 10 11 12 13 15 16 17 18 2 1 1 16 2 15 3 14 4 13 12 1110 3 2 1 30ROLLEN RD N BETTY LN FAIRMONT ST WOODBINE ST PARKWOOD ST CAROL DR CLAIRE DR O VER B R O O K AVE 130013251307123613051329130813041317133413261322134012401341123213211314132813331240134013411612 1320132013241625 13071710 131113041309134113081310130113131327131713261620 1501 131213211530 132913051604 12411613 1615 13051332133313301616 1344131213281239 132813251619 1340132112381309130413181316131413171231 170117111608 123 7131312 3 41235 1601 -Not to Scale--Not a Survey-Rev. 2/2/2021 Existing Surrounding Uses Map Owner(s): Logan D. Fox & Ashley B. Fox Case: ANX2021-01001 Site: 1313 Parkwood Street Property Size(Acres): ROW (Acres): 0.178 0.184 Land Use Zoning PIN: 10-29-15-71694-002-0050 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 269B To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential ANX2021-01001 Logan D. Fox & Ashley B. Fox 1313 Parkwood Street View looking south at subject property, 1313 Parkwood Street. East of subject property West of subject property North of subject property, across Parkwood Street View looking easterly along Parkwood Street View looking westerly along Parkwood Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2021-02002 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Urban (RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2077 Poinsetta Avenue, and pass Ordinances 9443-21, 9444-21 and 9445-21 on first reading. (ANX2021-02002) SUMMARY: This voluntary annexation petition involves a 0.128-acre property consisting of one parcel of land occupied by a single-family dwelling. The property is located on the east side of Poinsetta Avenue approximately 150 feet south of Union Street. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the City. The property is contiguous to existing city boundaries to the east. It is proposed that the property be assigned a Future Land Use Map designation of Residential Urban (RU) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The property currently receives water service from the City of Clearwater. The closest sanitary sewer line is located in the adjacent Poinsetta Avenue right-of-way. The applicant has paid the City’s sewer impact and assessment fees in full and has been connected to the City’s sewer system. Collection of solid waste will be provided to the property by the City. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #51 located at 1712 Overbrook Avenue. The City has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public facilities and their levels of service; and ·The proposed annexation is consistent with and promotes the following objectives and policy of the Clearwater Comprehensive Plan: Objective A.6.4 Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City’s tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Page 1 City of Clearwater Printed on 4/9/2021 File Number: ANX2021-02002 Policy A.7.2.3 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Urban (RU) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the east; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 Ordinance No. 9443-21 ORDINANCE NO. 9443-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF POINSETTA AVENUE APPROXIMATELY 150 FEET SOUTH OF UNION STREET, WHOSE POST OFFICE ADDRESS IS 2077 POINSETTA AVENUE, CLEARWATER, FLORIDA 33755 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit A has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 10, Block “B” BROOKLAWN, according to plat thereof recorded in Plat Book 13, page 59, Public Records of Pinellas County, Florida; (ANX2021-02002) The map attached as Exhibit A is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9443-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A PROPOSED ANNEXATION Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) 12060 46998 ABC D F G H I K L ME 12 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 114 15 16 1 192021222324 (25) 1 10 22 23 22 23 1 234 5 6 7 8 9101112 13 14 15 16 17 18 19 20 21222324 25 26 27 28 29 30 18 19 20 21 22 23 24 23 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 12 3 6 78 9 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 18 1 UNION ST N BETTY LN IDLEWILD DR THE MALL WOODLAWN TER POINSETTA AVE ARBELIA ST LANTANA AVE PALM ST BERMUDA ST PINECREST WAY 12911284128013011290127213002081 12831271127320251310128312592022 13302087 2026 2081 1263127712821322133313171310129213252024 13112073 2083 13251321126312652028 207513172079 20441279 2043 2064 2066 2014 2048 2052 2021 13001275126720401293 202012711268 2067 2035 2067 2076 20171276 12952039 2080 2044 2048 13311286206613091262 2030 13532072 126412772065 127112752088 2071 2077 1267126612602053 12672027 12782079 2084 2020 2021 2063 2000 13452070 2025 13372028 2075 2010 2060 20571273 1341134920691270 206412741283 2049 12962071 2022 20311279 2071 20501271 2056 1999 2026126612672058 2077 1291126512592031 2047 128712622015 2063 2024 2049 2080B 2068B2068A 2080A -Not to Scale--Not a Survey-Rev. 2/5/2021 Ordinance No. 9444-21 ORDINANCE NO. 9444-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF POINSETTA AVENUE APPROXIMATELY 150 FEET SOUTH OF UNION STREET, WHOSE POST OFFICE ADDRESS IS 2077 POINSETTA AVENUE, CLEARWATER, FLORIDA 33755 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 10, Block “B” BROOKLAWN, according to plat thereof recorded in Plat Book 13, page 59, Public Records of Pinellas County, Florida; Residential Urban (RU) (ANX2021-02002) The map attached as Exhibit A is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9443-21. Ordinance No. 9444-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A PROPOSED FUTURE LAND USE MAP Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) 12060 46998 ABC D F G H I K L ME 12 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 1314 15 16 1 192021222324 (25) 1 10 22 23 22 23 1 2 3 4 5 6 7 8 9101112 13 14 15 16 17 18 19 20 21222324 25 26 27 28 29 30 18 19 20 21 22 23 24 23 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 12 3 6 78 9 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 18 1 RU RM RU RU RU RU RU RU RU RMRU RU RU RU RU RU RU RU UNION ST N BETTY LN IDLEWILD DR THE MALL WOODLAWN TER POINSETTA AVE ARBELIA ST LANTANA AVE PALM ST BERMUDA ST PINECREST WAY 129012841291128013001272130112832081 12951271126312821287132220251310 12831330-Not to Scale--Not a Survey-Rev. 2/5/2021 2077 Ordinance No. 9445-21 ORDINANCE NO. 9445-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF POINSETTA AVENUE APPROXIMATELY 150 FEET SOUTH OF UNION STREET, WHOSE POST OFFICE ADDRESS IS 2077 POINSETTA AVENUE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit A is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9443-21. Property Zoning District Lot 10, Block “B” BROOKLAWN, according to plat thereof recorded in Plat Book 13, page 59, Public Records of Pinellas County, Florida; Low Medium Density Residential (LMDR) (ANX2021-02002) Ordinance No. 9445-21 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A PROPOSED ZONING MAP Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) 12060 46998 ABC D F G H I K L ME 12 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 1 14 15 16 192021222324 (25) 1 10 21 22 23 22 23 17 1 2 3 4 5 6 7 8 9101112 13 14 15 16 17 18 19 20 21222324 25 26 27 28 29 30 18 19 20 21 22 23 24 10 11 23 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 12 3 6 78 9 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 18 1 UNION ST N BETTY LN IDLEWILD DR THE MALL WOODLAWN TER POINSETTA AVE ARBELIA ST LANTANA AVE PALM ST BERMUDA ST PINECREST WAY LMDR MDR12911284128013011290127213002081 128312711273202513101283 1295126013302020 2087 2081 126312771282128712621322LMDR -Not to Scale--Not a Survey-Rev. 2/5/2021 2077 LOCATION MAP Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) UNION ST KINGS HWY N BETTY LN IDLEWILD DR WOODLAWN TER STATE ST PALM ST POINSETTA AVE ARBELIA ST THE MALL BERMUDA ST SEDEEVA CIR N ALPINE RD FREEDOM DR CHENANGO AVE N EVERGREEN AVE BARBARA AVE BYRAM DR COLES RD WILSON RD SEDEEVA CIR SN EVERGREEN AVEOAKDALE WAY PINECREST WAY ^ PROJECT SITE -Not to Scale--Not a Survey-Rev. 2/5/2021 AERIAL PHOTOGRAPH Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) UNION ST UNION ST IDLEWILD DR IDLEWILD DR N BETTY LN N BETTY LN THE MALL THE MALL WOODLAWN TER WOODLAWN TER POINSETTA AVE POINSETTA AVE LANTANA AVE LANTANA AVE ARBELIA ST ARBELIA ST PALM ST PALM ST BERMUDA ST BERMUDA ST PINECREST WAY PINECREST WAY -Not to Scale--Not a Survey-Rev. 2/5/2021 EXISTING SURROUNDING USES MAP Owner(s): Lisa A. Berg Case: ANX2021-02002 Site: 2077 Poinsetta Avenue Property Size(Acres): ROW (Acres): 0.128 Land Use Zoning PIN: 03-29-15-12060-002-0100 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) 12060 46998 ABC D F G H I K L ME 12 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 114 15 16 1 192021222324 (25) 1 10 22 23 22 23 1 234 5 6 7 8 9101112 13 14 15 16 17 18 19 20 21222324 25 26 27 28 29 30 18 19 20 21 22 23 24 23 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 1 2 3 4 5 6 78 9 10 12 3 6 78 9 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 18 1 UNION ST N BETTY LN IDLEWILD DR THE MALL WOODLAWN TER POINSETTA AVE ARBELIA ST LANTANA AVE PALM ST BERMUDA ST PINECREST WAY 12911284128013011290127213002081 12831271127320251310128312592022 13302087 2026 2081 1263127712821322133313171310129213252024 13112073 2083 13251321126312652028 207513172079 20441279 2043 2064 2066 2014 2048 2052 2021 13001275126720401293 202012711268 2067 2035 2067 2076 20171276 12952039 2080 2044 2048 13311286206613091262 2030 13532072 126412772065 127112752088 2071 2077 1267126612602053 12672027 12782079 2084 2020 2021 2063 2000 13452070 2025 13372028 2075 2010 2060 20571273 1341134920691270 206412741283 2049 12962071 2022 20311279 2071 20501271 2056 1999 2026126612672058 2077 1291126512592031 2047 128712622015 2063 2024 2049 2080B 2068B2068A 2080A -Not to Scale--Not a Survey-Rev. 2/5/2021 Single Family Residential Single Family Residential Single Family Residential Single Family Residential Single & Multi- Family Residential ANX2021-02002 Lisa A. Berg 2077 PoinsettaAvenue View looking east at subject property 2077 Poinsetta Avenue. South of the subject property North of the subject property Across the street, to the west of the subject property View looking northerly along Poinsetta Avenue View looking southerly along Poinsetta Avenue Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9028 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Presentation of the Comprehensive Plan Update Project. (WSO) SUMMARY: The city has begun efforts to update its Comprehensive Plan, a policy document which sets the vision and future direction of our community for the next 20 years. Since first adopted in 1989, the Clearwater Comprehensive Plan has been revised incrementally over the years; with the most recent major update in 2008. Although there have been revisions to the document over the years, it has been a very long time since the city has undertaken a systematic approach to assess and rewrite the Plan. As such, the city has made it a priority to update the Comprehensive Plan at this time. Planning and Development Department staff will lead the project while HDR, Inc. and SB Friedman Development Advisors will provide land use, housing, and mobility expertise to supplement the City’s efforts. This Comprehensive Plan Update will modernize this important policy document and chart the course of the city through 2045. The Comprehensive Plan details long-term goals and outlines strategies for the orderly and balanced economic, social, physical, environmental, and fiscal development of the city. Key topics that are addressed in the required Elements include land use, housing, transportation, utilities, coastal management, conservation, recreation and open space, and capital improvements. An analysis of the existing conditions, trends, and deficiencies will enable the city to develop a strategy to ensure that current and future demands on infrastructure, services, and facilities will be met. Once adopted, the goals, objectives, and policies in the document will guide future decisions as well as shape other city plans, policies, programs, and activities. Community outreach and engagement will be critical to the success of the plan. Over the course of the 2-year planning process, the project will include a variety of virtual and in-person approaches to public engagement. In April, a dedicated project website will be launched to disseminate information about the plan update and notifications about upcoming meetings; and to provide opportunity for input through various engagement tools, surveys, and commentary on draft documents. Small group sessions will be held with the public and community leaders to discuss the future vision and gather feedback. The public will be able to review the documents on the website and view discussions with Council and CDB on the Vision and draft documents . Public hearings will offer opportunities for community comments on the Draft Plan. Examples of other methods of community outreach that may be implemented include postings to social media, maintaining an email/contact list, features in citywide publications, media outreach, grassroots tactics, and flyers or handouts. At the April 12, 2021 city council work session, Planning and Development Department staff will Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-9028 provide an overview of the project and the anticipated timeline for adoption, and will explain the planned community engagement and outreach efforts, highlighting the various ways City Council will be involved throughout the initiative. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 Comprehensive Plan Update ProjectApril 12, 2021 City Council Work Session Overview of Comprehensive Plan UpdateSignificance of the Comprehensive PlanProject TimelineCommunity EngagementRole of City Council Adopted policy document that informs and guides other plans, projects, and programsSets vision and direction toward orderly and balanced growthIdentifies current and anticipated deficiencies in infrastructure and serviceEstablishes strategies to ensure services and facilities can meet future demandCITY COUNCIL VISIONCOMPREHENSIVE PLANANNUAL BUDGET5-YEAR CAPITAL BUDGETPENNY FOR PINELLAS PROJECT LISTSPECIAL AREA PLANSLAND DEVELOPMENT REGULATIONSSignificance of the Comprehensive Plan Required by Chapter 163, Florida StatutesReviewed and typically updated every 7 – 10 years Goals, objectives, and policies guide decisionsSignificance of the Comprehensive PlanRequired Elements1. Future Land Use2. Housing3. Transportation/Mobility4. Utilities5. Coastal Management6. Conservation7. Recreation & Open Space8. Capital Improvements Project Timeline Community EngagementProject Website Launch –April 2021Community Conversations (Visioning) –April / May 2021Listening Sessions (Visioning & Plan Drafting) –April / Oct 2021Work Sessions & Public Hearings –Fall 2021 - Fall 2022Other Methods of Outreach –Ongoing City Council RoleParticipate in Listening Sessions –April / Oct 2021Encourage Community Involvement –OngoingVisioning Work Session –Summer 2021 Draft Plan Work Session –Fall 2021 - 2022 Public Hearings (Adoption Process) –Fall / Winter 2022 The Comprehensive Plan Update is a marathon not a sprint -- we are just at the starting lineProcess needs careful consideration and extensive public involvementWe look forward to your support! Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8957 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Authorize an annual increase to contract no. 900902 to Hach Company of Chicago, IL, for the purchase of laboratory equipment, supplies, and materials in the amount of $150,000.00 for a new annual not to exceed total of $300,000 for the remainder of this contract and approve an extension to this contract for an additional one-year term per Clearwater Code of Ordinances 2.564 (1)(d) - Other Government Entities Bids and authorize the appropriate officials to execute same. (consent) SUMMARY: In June of 2020, the City approved a piggyback off of Lee County’s contract #B170418GWT allowing the City to benefit from the pre-negotiated prices and discounts for various laboratory items which include a wide variety of testing, repair equipment and supplies including electrical hand tools, hardware, instrumentation, laboratory equipment and parts, etc. The annual increase request is necessary to continue to acquire supplies necessary for the operations of the City’s Public Utilities facilities. Additionally, on January 26, 2021 Lee County approved a final extension to their contract for an additional one-year period, from June 14, 2021 through June 13, 2022. Public Utilities is requesting to mirror this contract expiration date. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available in Public Utilities operating cost centers to cover the cost of the contract for FY21. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 4/9/2021 P.O. Box 398, Fort Myers, Florida 33902-0398 Phone: (239) 533-2111 www.leegov.com AN EQUAL OPPORTUNITY EMPLOYER January 26, 2021 Ms. Roxanna Starika Hach Company 5600 Lindbergh Drive Loveland, CO 80539 SUBJECT: Renewal of Annual Contract No. B170418GWT Laboratory Equipment, Supplies and Materials Dear Ms. Starika: This is to inform you that Lee County agrees to renew the above subject contract for an additional one (1) year period, from 6/14/21 through 6/13/22. We are hereby extending the annual contract for an additional one-year period under the same terms and conditions as the original award. If you have any questions regarding this letter, please contact me at (239) 533-8871. Sincerely, Kimberly Urban Kimberly Urban Contracts Analyst Procurement Management Division C: Project File Kevin Ruane District One Cecil L. Pendergrass District Two Ray Sandelli District Three Brian Hamman District Four Frank Mann District Five Roger Desjarlais County Manager Richard Wesch County Attorney Donna Marie Collins County Hearing Examiner Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9011 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Authorize the award of Invitation to Bid 18-21, Membrane Cleaning Chemicals and Related Services, to Amaya Solutions, Inc. dba: American Water Chemicals of Plant City, Florida for an annual not-to-exceed amount of $80,000.00 with the option for two, one-year extensions at the City’s discretion, and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) #18-21 Membrane Cleaning Chemicals and Related Services was issued on February 9, 2021. Amaya Solutions, Inc. dba American Water Chemicals represents the lowest responsive, responsible bidder in accordance with the bid specifications for Membrane Cleaning Chemicals and Related Services. Public Utilities Department operates two reverse osmosis (RO) water treatment plants. RO membranes must be cleaned periodically to maintain performance. The cleaning frequency is determined by the quality of the water source and pre-treatment system efficiency. Historical cleaning frequency ranges between 2 - 20 cleanings per year depending on these factors. The initial contract period will be April 16, 2021 through April 15, 2022, with the option for two, one-year renewal terms. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY21 are available in Public Utilities’ cost centers, cost code 551700 Bulk Chemicals. Funding for future fiscal years (FY22 through FY24) will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 4/9/2021 March 18, 2021 CITY OF CL E RWATER F1 A 'CE DEPARTMENT, Po T OFFICE Box 4748, W...ARWATER, FtoRJDA 33758-4748 lvfu, JCJPAL ERVTCES BUILDING, 100 oUTH MYRTI..E AVE, UE TELEPHONE ()27) 562-4530 fax f/27) 562-4535 NOTICE OF INTENT TO AW ARD Public Utilities and the Procurement Division recommend award of 1TB No. I 8-21 , Membrane Cleaning Chemicals and Related Services to Amaya Solutions, Inc. dba American Water Chemicals, Inc. the lowest most responsible bidder, in accordance with the bid specifications, in the cumulative annual not-to-exceed amount of $80,000.00, for a period of one (I) year, with two (2), one (l) year renewal options. This Award recommendation will be considered by the City Council at the April 12, 2021 Work Session (9:00 a.m.) and voted on at the April 15 , 2021 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the Eryn Berg at (727) 562-4633, or mailed to City of Clearwater, Attn: Procurement, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Ev~vv 6w9 Eryn Berg Procurement Analyst CITY OF CLEARWATER ITB # 18-21, Membrane Cleaning Chemicals and Related Services NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: March 10, 2021; 10:00 AM BID TABULATION SUMMARY ITEM DESCRIPTION Annual Estimated Qty Amaya Solutions, Inc.dba: American Water Chemicals1802 Corporate Center Lane Plant City, FL 33563C-205/ C-226 3a Membrane Cleaner - low pH 150 21,000.00$ 3b Membrane Cleaner - high pH 230 44,919.00$ 5a Destructive Membrane Autopsy 4 6,000.00$ 5b Material Analysis 4 3,800.00$ Total Bid Items 1 – 4:75,719.00$ NOTE: Items with a star ( ) indicates intent to award. v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #18-21 Membrane Cleaning Chemicals and Related Services February 9, 2021 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, March 10, 2021 to provide Membrane Cleaning Chemicals and Related Services. Brief Description: The City of Clearwater is soliciting sealed bids to establish a term contract to supply reverse osmosis (RO) membrane cleaning chemicals and related services to the Public Utilities RO Plant #1 and RO Plant #2. Bids 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. Bid 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 following Procurement Analyst: Eryn Berg Procurement Analyst Eryn.Berg@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS MEMBRANE CLEANING CHEMICALS 2 ITB #18-21 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 Procurement Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. 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: March 10, 2021 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes $ 0.00 No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $ 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 MEMBRANE CLEANING CHEMICALS 3 ITB #18-21 any, will be returned to Contractor upon the expiration or termination of the contract. i.7 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.10 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.11 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.12 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. INSTRUCTIONS MEMBRANE CLEANING CHEMICALS 4 ITB #18-21 Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.13 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.14 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.15 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.16 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.17 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. i.18 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. INSTRUCTIONS MEMBRANE CLEANING CHEMICALS 5 ITB #18-21 i.19 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.20 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 Procurement Policy and Procedures. If any discrepancy exists between this Section and the Procurement Policy, the language of the Procurement Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Procurement Officer no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within ten (10) business days of the alleged violation of the applicable procurement ordinance. The complete protest procedure can be obtained by contacting the Procurement Division. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION MEMBRANE CLEANING CHEMICALS 6 ITB #18-21 i.21 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. i.22 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.24 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.25 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.26 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Procurement’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.27 BID TIMELINE. Dates are tentative and subject to change. Release ITB: 02/09/2021 Advertise Tampa Bay Times: 02/10/2021 Bids due: 03/10/2021 Review bids: 03/11/2021 – 03/18/2021 Award recommendation: 03/18/2021 Council authorization: 04/15/2021 Contract begins: April 2021 STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 7 ITB #18-21 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD-PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 8 ITB #18-21 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 9 ITB #18-21 S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this Invitation to Bid (ITB), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITB are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 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. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 10 ITB #18-21 contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 11 ITB #18-21 S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with the City’s Procurement Policy and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 12 ITB #18-21 S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 13 ITB #18-21 S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Administrator and/or an authorized representative from the using department. All questions STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 14 ITB #18-21 regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s 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. STANDARD TERMS AND CONDITIONS MEMBRANE CLEANING CHEMICALS 15 ITB #18-21 S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS MEMBRANE CLEANING CHEMICALS 16 ITB #18-21 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 nearly 118,017 residents. The City of Clearwater is also a major tourist destination – Clearwater Beach was rated #1 U.S. Beach by TripAdvisor’s Traveler’s Choice Awards in 2018 and 2019 and is consistently ranked as one of the top beaches in the world. 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 to 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. SCOPE OF WORK. The City of Clearwater is soliciting sealed bids to establish a term contract to supply reverse osmosis (RO) membrane cleaning chemicals and related services to the Public Utilities RO Plant #1 and RO Plant #2. The awarded vendor will provide a firm fixed price for two (2) membrane cleaning chemicals as well as conduct and provide detailed results of destructive membrane autopsies and material analysis on an as-needed basis. 3. CHEMICAL SPECIFICATIONS. Membrane cleaning chemicals shall meet or exceed the following salient characteristics: a. MEMBRANE CLEANER – LOW pH i. Must be a free-flowing powder that resists clumping. ii. Must be a white granular powder that is completely soluble in water. iii. Must have a pH of less than two (2) when mixed as one percent (1%) by weight solution and be fully effective at this concentration. iv. Must be compatible with all thin film composite membranes. v. Must be of the low pH variety suitable for the dissolution of carbonate and phosphate scales. The cleaner shall effectively dissolve and chelate iron, aluminum, and other metal oxides. b. MEMBRANE CLEANER – HIGH pH i. Must be a free-flowing powder that resists clumping. ii. Must be a white or tan granular powder that is completely soluble in water. iii. Must have a pH of 12 +/- 0.5 when mixed as one percent (1%) by weight solution and be fully effective at this concentration. iv. Must be compatible with all thin film composite membranes. v. Must be of a high pH variety suitable for the penetration and removal of oils, greases, and other hydrocarbons. The cleaner shall effectively remove silica fouling and chelate non-carbonate scales. 4. CLEANER EFFECTIVENESS. a. All membrane cleaners provided under this solicitation shall rapidly and effectively remove foulants and scale from the City’s membrane system with minimal application and effort. i. Membrane cleaners shall not damage the membrane surface or cause a unrestorable loss of salt rejection over when applied at recommended concentrations, pressures, flows and temperatures. ii. The City reserves the right to return or exchange membrane cleaners, at no additional cost, that exhibit poor performance and require multiple cleaning cycles to achieve historical cleaning performance when applied at recommended concentrations, pressures, flows and temperatures. 5. AUTOPSY AND MATERIAL ANALYSIS. The vendor shall provide pricing on the following analytical and technical services that support membrane cleaning and operations: DETAILED SPECIFICATIONS MEMBRANE CLEANING CHEMICALS 17 ITB #18-21 a. DESTRUCTIVE MEMBRANE AUTOPSY. The vendor shall conduct destructive membrane autopsies on an as-needed basis and provide the Public Utilities Department with a detailed PDF report within five (5) business days from date of service that includes the following information: i. Fouled membrane weight versus typical clean wet weight. ii. External inspection detailing scale, foulants and conditions. iii. Wet test results that determine the differential pressure and salt rejection and compares these values to new membranes. iv. A bubble test to determine membrane integrity. v. Interior membrane inspection that identifies the condition, foulants and scale on the membrane leaves and feed spacer. vi. Inspection of the glue lines and permeate side and spacer. vii. Loss on ignition testing of collected foulants to determine organic content. viii. Cell testing of membrane coupons to determine the loss of rejection and flux. Cell testing shall include a dye test. ix. Scanning electron microscope analysis of foulants that identifies and shows the topography and morphology of a the foulants and scale on the membrane surface. x. Biological Activity Reaction Test (BART) testing results that identify the types and quantity of bacteria on the surface of membrane. xi. A summary of results and conclusions in a PDF form. b. MATERIAL ANALYSIS WITH A SCANNING ELECTRON MICROSCOPE. The vendor shall conduct a material analysis of scale and deposits on other related water treatment equipment including cartridge filters and filter pads. After analysis is conducted, vendor must provide the Public Utilities Department with a detailed PDF report within thirty (30) business days from date of sample receipt that includes the following information: i. External inspection detailing scale, foulants and conditions. ii. Scanning electron microscope analysis of foulants that identifies and shows the topography and morphology of a the foulants and scale on the membrane surface. iii. Other testing required to determine the character, and identity of foulants and scale. iv. A summary of results and conclusions in a PDF form. c. TRAINING AND TECHNICAL ASSISTANCE. The vendor must be able to provide technical support and applications assistance to the City as needed by email or phone. i. Technical support shall include the capability to autopsy membranes and analyze samples of water treatment materials providing expert opinion on the source and causes of membrane foulants and scale. ii. Annually, the vendor or manufacturer shall provide, at no additional cost, one (1) full day of training on the applications, best practices, chemical mixing, dosing, and safety. The first training shall occur within sixty (60) days of contract award. 6. MINIMUM QUALIFICATIONS. a. QUALITY STANDARDS. i. Chemicals must be National Sanitation Foundation (NSF)/ American National Standards Institute (ANSI) Standard 60 approved for use as a membrane cleaner in potable water systems. DETAILED SPECIFICATIONS MEMBRANE CLEANING CHEMICALS 18 ITB #18-21 ii. All products supplied must have a minimum one (1) year shelf life and the vendor must agree to accept return of defective products or cleaners that solidify or become clumpy within the shelf life of the product. b. BID SUBMITTAL REQUIREMENTS. Vendor must provide the following documents with their submittal. Failure to include these documents may result in the bid submittal being deemed non-responsive. i. A copy of the vendor’s NSF/ANSI Standard 60 certification or a printout from the NSF site showing a valid certification. ii. Safety Data Sheets (SDS) must be provided with the bid submittal and subsequently must accompany all deliveries. iii. Product information sheet or technical bulletin for each of the membrane cleaning chemicals being provided which details the key aspects and materials being used. iv. A sample autopsy report outlining the specific testing, analysis, and results. 7. REFERENCES. Vendor shall provide a minimum of three (3) customer references where the proposed or similar products and services have been used in the past two (2) years to clean, analyze and/or support municipal groundwater membrane operations in a drinking water treatment facility with their bid submission, preferably in Florida. a. At least one (1) of the references must be a large municipal reverse osmosis drinking water treatment plant using brackish Florida groundwater as the primary feed source. Plants producing greater than five (5) million gallons per day shall be considered large. 8. DELIVERY. a. Safety Data Sheets must be provided at time of delivery for each item. Failure to provide this documentation with each delivery may result in rejection of the load. b. The product shall be contained in 45lb to 50lb (pound) plastic pails with a resealable lid. Pails must be delivered on a pallet secured by strap(s) or plastic film. c. Delivery must be made within thirty (30) days after receipt of order. d. The City of Clearwater reserves the right to change quantities and delivery dates at their discretion within a 24-hour notice of placing an order. e. Products that become ineffective or solidify in their packaging within the required or listed shelf life will be authorized for return shipment or pickup at no cost to the City. f. Delivery locations, hours, and contact information: Site Name Site Address Delivery Hours Phone Contact (1st and 2nd contacts) RO1 1657 Palmetto St, Clearwater FL 33765 Mon-Fri 7:00am-8:00pm 1.) 727-224-2466 2.) 727-434-4135 RO2 21133 US 19 N, Clearwater FL 33765 Mon-Fri 7:00am-8:00pm 1.) 727-200-3229 2.) 727-224-7736 DETAILED SPECIFICATIONS MEMBRANE CLEANING CHEMICALS 19 ITB #18-21 8. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. 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. d. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claim made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) 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 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 DETAILED SPECIFICATIONS MEMBRANE CLEANING CHEMICALS 20 ITB #18-21 Insurance and Auto Liability policies. 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, ITB #18-21 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES MEMBRANE CLEANING CHEMICALS 21 ITB #18-21 1. BEGINNING AND END DATE OF INITIAL TERM. April 2021- April 2022 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year; except where otherwise provided by the specifications, and include all transportation, insurance, and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Producer Price Index for PPI # 061302 Inorganic Chemicals. Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION MEMBRANE CLEANING CHEMICALS 22 ITB #18-21 1. BID SUBMISSION. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. If submitting electronically, paper documents are not required. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form Minimum of three customer (3) references- match to requirements A copy of NSF/ANSI Standard 60 certification Safety Data Sheet (SDS) Product Information Sheet or Technical Bulletin Sample autopsy report W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING MEMBRANE CLEANING CHEMICALS 23 ITB #18-21 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Membrane Cleaning Chemicals and Related Services to the City of Clearwater at the price(s) stated below. Item No. Description Annual Estimated Quantity (A) Unit of Measure (UOM) Unit Price (B) Total Price (A*B) 3a Membrane Cleaner- low pH (delivered in 50 lb. pails) 27 Pail $ $ 3b Membrane Cleaner – high pH (delivered in 45 lb. pails) 27 Pail $ $ 5a Destructive Membrane Autopsy 4 Element $ $ 5b Material Analysis 4 Sample $ $ DELIVERY REQUIREMENTS ___________ Yes, our company can meet the thirty (30) day delivery time. ___________ No, our company cannot meet the thirty (30) day delivery time but can deliver the products within ____________________ days. FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA MEMBRANE CLEANING CHEMICALS 24 ITB #18-21 Bidders shall indicate any, and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name ____ Date: ____ VENDOR INFORMATION MEMBRANE CLEANING CHEMICALS 25 ITB #18-21 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM MEMBRANE CLEANING CHEMICALS 26 ITB #18-21 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 E-VERIFY ELIGIBILITY FORM MEMBRANE CLEANING CHEMICALS 27 ITB #18-21 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. 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 Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ 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 OFFER CERTIFICATION By signing and submitting this Bid, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process; provided that Clearwater agrees not to change or delete any copyright or proprietary notices. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES MEMBRANE CLEANING CHEMICALS 29 ITB #18-21 Instructions: Vendor shall provide a minimum of three (3) customer references where the proposed or similar products and services have been used in the past two (2) years to clean, analyze and/or support municipal groundwater membrane operations in a drinking water treatment facility with their bid submission, preferably in Florida. At least one (1) of the references must be a large municipal reverse osmosis drinking water treatment plant using brackish Florida groundwater as the primary feed source. Complete and return with bid submittal. Reference # 1 Customer Name: Contract Value: Start of Contract: Date Completed: Address City / State / Zip Contact Person: Phone: Email: Notes: Reference # 2 Customer Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Phone: Email: Notes: Reference # 3 Customer Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Phone: Email: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER MEMBRANE CLEANING CHEMICALS 30 ITB #18-21 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #18-21, Membrane Cleaning Chemicals and Related Services Due Date: March 10, 2021 at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #18-21, Membrane Cleaning Chemicals and Related Services Due Date: March 10, 2021 at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9014 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Authorize a purchase order with Fisher Scientific Company LLC of Pittsburgh, PA, for the purchase of Laboratory Equipment and Supplies, in the amount not to exceed $150,000.00 through March 31, 2022 , in accordance with City Code of Ordinances Section 2.564(1)(d) Other Government Entities Bids and authorize the appropriate officials to execute same. (consent) SUMMARY: Fisher Scientific Company provides a reliable source for laboratory equipment and supplies used by the Public Utilities Department. The items available include a wide variety of laboratory testing, repair equipment and supplies. This approval will allow the City to benefit from previously established competitive prices and discounts for various items as required. Piggyback State of Florida DMS Contract No. 41120000-20-ACS, expiring March 31, 2022. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available in Public Utilities operating cost centers to cover the cost of the contract for FY21. Funding for the period in fiscal years FY22 will be requested within contract calendar and spending limits.  Page 1 City of Clearwater Printed on 4/9/2021 Alternate Contract Source (ACS) No. 41120000-20-ACS For Laboratory Equipment and Supplies Page 1 of 3 This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, and Fisher Scientific Company L.L.C. (Contractor), collectively referred to herein as the “Parties The Department is authorized by section 287.042(16), Florida Statutes, “to evaluate contracts let by the Federal Government, another state, or a political subdivision for the provision of commodities and contract services, and, if it is determined in writing to be cost- effective and in the best interest of the state, to enter into a written agreement authorizing an agency to make purchases under such contract.” The State of Idaho, acting by and through the National Association of State Procurement Officials (NASPO) ValuePoint, competitively procured laboratory equipment and supplies, and signed contract number MA16000234-1 with the Contractor, attached hereto as Exhibit B (Master Agreement). The Master Agreement, effective April 4, 2016, terminates on March 31, 2021. Renewal options are not available. The Department evaluated and selected the Master Agreement with Fisher Scientific Company L.L.C., as the designated vendor and hereby acknowledges that use of the Master Agreement as an alternate contract source is cost-effective and in the best interest of the State. Accordingly, the Parties agree as follows: 1. Term and Effective Date. The initial term of this Contract begins on February 12, 2020, or on the date the document is signed by all Parties, whichever is later. This Contract will terminate March 31, 2021, unless terminated earlier in accordance with the Special Contract Conditions. 2. Modifications or Additions to Master Agreement. All modifications to this Contract must be in writing and signed by all Parties. If amendments are made to the Master Agreement, the Contractor shall: 1) notify the Department of such amendments; and 2) provided the Department is amenable to incorporating the amendments into this Contract, enter into a written amendment with the Department reflecting the addition of such amendments to this Contract. DocuSign Envelope ID: E395B701-BC2A-4A60-8523-FDD131ED8D7E Alternate Contract Source (ACS) No. 411200000-20-ACS For Laboratory Equipment and Supplies Page 2 of 3 All Exhibits attached or listed below are incorporated in their entirety into, and shall form part of this Contract. Exhibits A and B modify or supplement the terms and conditions of the Master Agreement. The Parties agree that these modifications or additions shall apply to actions between the Contractor and the State of Florida. In the event of a conflict, the following order of precedence shall apply: a) This Contract and amendments, with the latest issued having priority. b) Exhibit A: Additional Special Contract Conditions (Florida) c) Exhibit B: Special Contract Conditions (Florida) d) Exhibit D: Participating Addendum e) Exhibit E: State of Florida Price Sheet f) Exhibit C: Master Agreement Where the laws and regulations of a state other than the State of Florida are cited or referenced in the Master Agreement, such citation or reference shall be replaced by the comparable Florida law or regulation. 3. Purchases off this Contract. Upon execution of this Contract, agencies, as defined in section 287.012, Florida Statutes, may purchase products and services under this Contract. 4. Primary Contacts Department’s Contract Manager: Christia Nunnery Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360.9Y Tallahassee, Florida 32399-0950 Telephone: (850) 488-8367 Email: Christia.Nunnery@dms.myflorida.com Contractor’s Contract Manager: Mark Mullins Fisher Scientific Company L.L.C. 3970 Johns Creek Court, Suite 500 Suwanee, GA 30024 Telephone: (305) 528-0672 Email: Mark.Mullins@thermofisher.com DocuSign Envelope ID: E395B701-BC2A-4A60-8523-FDD131ED8D7E Alternate Contract Source (ACS) No. 411200000-20-ACS For Laboratory Equipment and Supplies Page 3 of 3 6. Warranty of Authority Each person signing this document warrants that he or she is duly authorized to do so and to bind the respective party. 7. Entire Agreement of the Parties This document and the attached exhibits constitute this Contract and the entire understanding of the Parties. Any amendments hereto must be in writing and signed by the Parties. IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the attached and incorporated Exhibits, to be executed by their undersigned officials as duly authorized. This Contract is not valid and binding until signed and dated by the Parties. CONTRACTOR STATE OF FLORIDA, FISHER SCIENTIFIC DEPARTMENT OF MANAGEMENT COMPANY L.L.C SERVICES _____________________________ _______________________________ Tami Fillyaw Chief of Staff _____________________________ _______________________________ Date: Date: Eric Patterson Vice President Sales February 28,2020 DocuSign Envelope ID: E395B701-BC2A-4A60-8523-FDD131ED8D7E 3/2/2020 | 11:46 AM EST 1 EXHIBIT A ADDITIONAL SPECIAL CONTRACT CONDITIONS The following terms supersede the Special Contract Conditions as indicated below. 2.2 Renewal. Provided the NASPO Master Agreement #MA16000234-1 is renewed or extended, upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents and in accordance with section 287.057(13), F.S. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department or contractor in whole or in part with ninety (90) days written notice. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 3.2.2 Preferred Pricing. The Contractor warrants that the prices do not exceed the prices charged by Contractor to other comparable customers in the same customer segment and region purchasing the same or substantially similar mix of goods in the same or greater quantities and in the same timeframe under the same or substantially similar circumstances and under the same or substantially similar terms and conditions. 3.3 Payment Invoicing. The Contractor will submit invoices to the Customer after delivery to the Customer and the Customer shall pay such invoices after receipt and acceptance of the commodities or contractual services in accordance with the timeframes set forth in section 215.422, F.S. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Contractor within three (3) business days of receiving a Purchase Order, shall have the ability to reject any Customer Purchase Order that contains additional terms and conditions deemed not reasonable. If Contractor deems the additional terms and conditions not reasonable, it must notify the Customer within three (3) business days via email. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor will accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than ninety (90) days. 2 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. In the event such transaction fees increase above 1.50%, the Contractor shall have the right to review its pricing and request an equitable adjustment to such prices. If an equitable adjustment is not approved, the Contractor shall have the right to terminate this Contract with ninety (90) days’ notice. 3.9 Return of Funds Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after discovery by the Contractor or its independent auditor, or within forty (40) calendar days after notification by the Department or Customer of the overpayment provided that the Contractor is in agreement that it has been overpaid. Disagreement between the parties regarding overpayment will be handled in accordance with the dispute resolution provisions set forth in Section 5.2, below. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Contractor shall bear the Risk of loss or damage to all goods until they are delivered to Customer. The Contractor and or Customer will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. Return of any item shall be in accordance with NASPO Master Agreement #MA16000234-1, Section 9.6 (Return of Items). 6.7 Time is of the Essence. Contractor’s performance of its work under this Agreement vitally affects the operation of the State and its customer, therefore, delivery performance will be measured against agreed to delivery schedules. 7.5 Indemnification Indemnification shall be in accordance with NASPO Master Agreement #MA16000234-1, Section 14 (Indemnification). 7.6 Limitation of Liability Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department, Customer, nor Contractor shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order 3 requires the back-up data or records), even if the Department, Customer or Contractor has been advised that such damages are possible. Neither the Department, Customer, nor Contractor shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department, Customer or Contractor may, in addition to other remedies available to them at law or equity and upon notice, retain such monies from amounts due to Customer or Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor to the State against any payments due the Contractor under any contract with the State SECTION 9. DATA SECURITY. The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within 72 hours. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. 11.3.2 Liquidated Damages Intentionally left blank. The following terms add to the Special Contract Conditions as indicated below. 15. Vendor Registration. In order to complete any transaction between an Individual Customer and the Contractor, the Contractor must be registered in MyFloridaMarketPlace. 16. Additional Customer Terms. If any additional ordinance, rule, or other local governmental authority requires additional contract language before a Customer can make a purchase under this Contract, the Customer is responsible for entering a separate agreement with the Contractor and capturing that additional contract language therein. 17. The State of Florida’s performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. The vendor shall comply with section 11.062, Florida Statutes and section 216.347, Florida Statutes, prohibiting use of funds to lobby the Legislature, Judicial, or state agencies. 18. Employment Eligibility Verification: The language of Subsection 13.2 of the Special Contract Conditions regarding E-Verify shall apply to resellers as well as other subcontractors. 19. Orders. Any Order placed by a Customer for a Product and/or Service available from this Contract shall be deemed to be a sale under and governed by the terms and 4 conditions of the Contract. To the extent the Customer and the Contractor agree on additional terms, the terms will be documented on the Customer Order, and signed by both parties. 20. Contractor must be able to accept purchase orders via fax, e-mail, or the MyFloridaMarketPlace (MFMP). 21. Electronic Invoicing. The Contractor may supply electronic invoices in lieu of paper- based invoices for those transactions processed through MFMP. Electronic invoices may be submitted to the agency through one of the mechanisms as listed below: • EDI (Electronic Data Interchange) o This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the Ariba Network (AN) for catalog and non-catalog goods and services. • PO Flip via AN o The online process allows Contractors to submit invoices via the AN for catalog and non-catalog goods and services. Contractors have the ability to create an invoice directly from their Inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider of MFMP, a state contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within the system the information outlined above. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider the right and license to reproduce and display within the system the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the contract. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic invoicing if needed. 22. Contract Reporting. The Contractor shall report information on orders received from Customers associated with this Contract. The Contractor shall submit reports in accordance with the following schedule: Report Period Covered Due Dates MFMP Transaction Report Calendar month 15th calendar day of the month following the receipt of payment for the vendor’s good or services. Quarterly Sales Report State’s Fiscal Quarter 15 calendar days after close of the period No favorable action will be considered for any contractor who has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation, to include fees / monies that is required under this Contract. 5 • Quarterly Sales Report: The Contractor agrees to submit a Quarterly Sales Report to the Department’s Contract Manager within 15 calendar days after the close of each State Fiscal quarter. Quarterly reporting timeframes coincide with the State Fiscal Year as follows: Quarter 1 - (July-September) – due 15 calendar days after close of the period Quarter 2 - (October-December) – due 15 calendar days after close of the period Quarter 3 - (January-March) – due 15 calendar days after close of the period Quarter 4 - (April-June) – due 15 calendar days after close of the period Quarterly Reporting periods should coincide with the Contract term and begin the quarter following Contract execution. Reports must be submitted in MS Excel format and can be retrieved by accessing the following link at FL DMS Quarterly Sales Report. The report will include all sales (orders) from Customers received (associated with this Contract) during the period. Initiation and submission of the Quarterly Report is the responsibility of the Contractor without prompting or notification from the Department’s Contract Manager. If no orders are received during the period, the Contractor must submit a report stating that there was no activity. If the Contractor fails to submit two consecutive quarterly sales reports, this Contract may be terminated for convenience or the Department may choose to not renew the Contract. In addition, the Department may require additional sales information such as copies of purchase orders, or ad hoc sales reports. The Contractor shall submit these specific ad hoc requests within the specified amount of time as requested by the Department. 23. MFMP Transaction Fee Report. The Contractor is required to submit monthly Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and Vendor training presentations available online at the Transaction Fee Reporting and Vendor Training subsections under Vendor on the MFMP website: MFMP Transaction Fee and Reporting. Assistance is also available with the Transaction Fee Reporting System from the MFMP Customer Service Desk by email at feeprocessing@myfloridamarketplace.com or telephone 866-FLA-EPRO (866- 352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 24. Ad hoc Reports. The Department reserves the right to require additional reports or information pertaining to this Contract and any resulting purchase orders or contracts with customers. The Contractor must submit a report or information within five (5) business days after receipt of a Department request, unless otherwise approved by the Department. 25. Financial Consequences. The following financial consequences will apply for nonperformance of the contract by a Contractor. The State reserves the right to withhold payment or implement other appropriate remedies, such as contract termination or nonrenewal, when the Contractor has failed to perform/comply with provisions of the Contract. These consequences for non-performance are not to be considered penalties. The financial consequences will be paid via check or money order and made out to the 6 Department of Management Services in US Dollars within 30 calendar days after the required report submission date. These consequences are individually assessed for failures over each target period beginning with the first full month or quarter of the contract performance and every quarter thereafter. Performance Metrics Description Performance Target Frequency Financial Consequence for Non- Performance (Per Day Late) Quarterly Sales Report Submission Quarterly Sales Report are due on or before the 15th calendar day after close of a quarter. 100% Quarterly $250 Monthly Transaction Fee Report Transaction Fee Report are due on or before the 15th calendar day after close of the period. 100% Monthly $100 26. Financial Consequences for Non-Performance. If the Department determines that the Contractor has failed in any quarter to meet requirements of the Service Level Agreement for two or more standards, the Department may assess the Contractor a fee in accordance with the Service Level Agreement table incorporated herein. These consequences of non-performance shall not be considered penalties. 27. Business Review Meetings. The Department reserves the right to schedule business review meetings as frequently as necessary. The Participating State will provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Participating State/Entity for review and acceptance. The Contractor shall address the agenda items and any of the Participating State’s additional concerns at the meeting. At minimum, the parties shall meet to discuss: • Program compliance • Program trending review • Savings report: Hard dollar and soft dollar • Spend report • Subcontractor and contingent staff performance • Recommendations for improved compliance and performance Failure to comply with this section may result in the Contractor being found in default and Contract termination. 28. Certification of Drug-Free Workplace. In executing this Contract, Contractor certifies that it has implemented a drug-free workforce program. 29. Resellers/Partners. The Contractor may use resellers/partners in order to provide 7 equipment and services. All resellers/partners shall be the direct responsibility of the Contractor. The Contractor is responsible for all liability, terms and conditions within Master Agreement and this Addendum. The Contractors resellers/partners’ participation will be in accordance with the terms and conditions set forth in the aforementioned Master Agreement and this Addendum. If a reseller/partner is authorized to conduct business on behalf of the Contractor and the reseller/partner is to receive compensation from the Contractor for its services, then any dispute between the Contractor and the reseller/partner shall be resolved between the Contractor and the reseller/partner. The State of Florida is not a party to any agreement entered into between the Contractor and its resellers/partners. The Contractor shall be responsible to report all contract sales (and pay any associated MFMP transaction fees), including those of any such resellers/partners and shall ensure that all such resellers/partners meet the following requirements: The Contractor shall be responsible to report all contract sales (and pay any associated MFMP transaction fees), including those of any such subcontractors and shall ensure that all such subcontractors meet the following requirements: • Have an ACTIVE Registration with the Florida Department of State, Division of Corporations https://dos.myflorida.com/sunbiz/ • Registered in the MFMP Vendor Information Portal https://vendor.myfloridamarketplace.com • Are not be on the State of Florida’s Convicted, Suspended, or Discriminatory Vendor Lists https://www.dms.myflorida.com/business_operations/state_purchasing/state_agency_resources/vendor_registration_and_vendor_lists/discriminatory_vendor_list • Have a copy of e-Verify Status on file • Have a current W-9 filed with the Florida Department of Financial Services https://flvendor.myfloridacfo.com SP approved version 7‐1‐2019 1 EXHIBIT B SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION. .......................................................................................................................... 2 SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2 SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3 SECTION 4. CONTRACT MANAGEMENT .................................................................................................. 4 SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6 SECTION 6. MISCELLANEOUS. ................................................................................................................. 7 SECTION 7. LIABILITY AND INSURANCE… ............................................................................................... 9 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY .............................................................................................................................................. 10 SECTION 9. DATA SECURITY .................................................................................................................. 12 SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13 SECTION 11. CONTRACT MONITORING. ................................................................................................ 14 SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15 SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16 SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17 In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. SP approved version 7‐1‐2019 2 SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or (c) take other action deemed appropriate by the Department. SP approved version 7‐1‐2019 3 SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. SP approved version 7‐1‐2019 4 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name SP approved version 7‐1‐2019 5 Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; SP approved version 7‐1‐2019 6 AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. SP approved version 7‐1‐2019 7 Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The SP approved version 7‐1‐2019 8 Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. SP approved version 7‐1‐2019 9 6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. SP approved version 7‐1‐2019 10 All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security. 7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. SP approved version 7‐1‐2019 11 The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the public agency. (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be SP approved version 7‐1‐2019 12 responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. SP approved version 7‐1‐2019 13 The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. SP approved version 7‐1‐2019 14 SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. SP approved version 7‐1‐2019 15 The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. SP approved version 7‐1‐2019 16 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E- Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; SP approved version 7‐1‐2019 17 (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. EXHIBIT D PARTICIPATING ADDENDUM NASPO VALUEPOINT COOPERATIVE PURCHASING PROGRAM Laboratory Equipment and Supplies Administered by the State of Idaho (hereinafter “Lead State”) Fisher Scientific Company L.L.C. Master Agreement No: MA16000234-1 (hereinafter “Contractor”) And State of Florida (hereinafter “Participating State”) 1. Scope: This Participating Addendum covers the Laboratory Equipment and Supplies contract led by the State of Idaho (Master Agreement No. MA16000234-1) for use by agencies located in the State of Florida, as provided below. 2. Participation: Agencies, as defined in section 287.012, Florida Statutes, may purchase products and services under this Contract. 3. Participating State Modifications or Additions to Master Agreement: Addition of Exhibit A: State of Florida Additional Special Contract Conditions Addition of Exhibit B: State of Florida Special Contract Conditions 4. Primary Contacts: The primary contact individuals for this Participating Addendum are as follows (or their named successors): Contractor Name Eric Van Denburg Address 300 Industry Drive, Pittsburgh, PA 15275 Telephone 949-842-9685 Fax 949-858-8782 E-mail Eric.vandenburg@thermofisher.com Participating State Name Florida Department of Management Services Address 4050 Esplanade Way, 360, Tallahassee, FL 32399 Telephone 850-488-8440 Fax 850-414-6122 E-mail purchasingcustomerservice@dms.myflorida.com 5. Orders: Any Order placed under this Participating Addendum shall be deemed to be a sale under DocuSign Envelope ID: E395B701-BC2A-4A60-8523-FDD131ED8D7E (and governed by the prices and other terms and conditions) of the Master Agreement, as it is modified in Section 3, unless the parties to the Order agree in writing that another contract or agreement applies to such Order. All purchases under this contract shall include the State of Florida contract number. The parties have executed this participating addendum on the last signature date below. Participating State: The State of Florida Contractor: Fisher Scientific Company L.L.C. By: By: Name: Name: Title: Title: Date: Date: For questions on executing a participating addendum, please contact: NASPO ValuePoint Cooperative Development Coordinator Shannon Berry Telephone 775-720-3404 E-mail sberry@naspovaluepoint.org [Please email fully executed PDF copy of this document to PA@wsca-naspo.org to support documentation of participation and posting in appropriate data bases] February 28,2020 Vice President Sales Eric Patterson DocuSign Envelope ID: E395B701-BC2A-4A60-8523-FDD131ED8D7E 3/2/2020 | 11:46 AM EST AMENDMENT NO. 1 Alternate Contract Source (ACS) No. 41120000-20-ACS For Laboratory Equipment and Supplies Page 1 of 2 This Amendment (“Amendment”), effective as of April 1, 2021, to the Laboratory Equipment and Supplies, Contract No. 41120000-20-ACS (Contract), is made by and between the State of Florida, Department of Management Services (Department), and Fisher Scientific Company L.L.C., (Contractor), collectively referred to herein as the “Parties.” All capitalized terms used herein have the meaning assigned to them in the Contract unless otherwise defined herein. WHEREAS, on March 2, 2020, the Department entered into the above-referenced Contract with Fisher Scientific Company L.L.C., for the provision of laboratory equipment and supplies; and WHEREAS, pursuant to the terms of the underlying contract, the Department Contract No. 41120000-20-ACS (Contract) had an initial term ending March 31, 2021; and WHEREAS, the Parties wish to amend the term of the Contract such that it will expire March 31, 2022; THEREFORE, in consideration of the mutual promises contained below, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following: I. ACS Term Revision. Paragraph 1, Term and Effective Date of the Contract, is hereby deleted and replaced in its entirety as follows: The term of this Contract begins on March 2, 2020. This Contract will end March 31, 2022, unless terminated earlier in accordance with the Special Contract Conditions. II. Contract Amendment. Contract Exhibit B, Special Contract Conditions, Section 13.2, E-Verify is hereby deleted and replaced in its entirety as follows: The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E- Verify system for all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. In order to implement DocuSign Envelope ID: F2AC8327-8B9F-4F1F-A0D1-2CC74A120949DocuSign Envelope ID: D7B19682-4420-4E24-81BC-5588EC9ECCEC Alternate Contract Source (ACS) No. 41120000-20-ACS For Laboratory Equipment and Supplies Page 2 of 2 this provision, the Vendor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one year after the date of such termination. The Department reserves the right to order the immediate termination of any contract between the Contractor and a subcontractor performing work on its behalf should the Department develop a good faith belief that the subcontractor has knowingly violated section 448.095(1), F.S. III. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment will control. IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract will continue in full force and effect. IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes any attached and incorporated Exhibits, to be executed by their undersigned officials as duly authorized. This Amendment is not valid and binding until signed and dated by the Parties. CONTRACTOR STATE OF FLORIDA, FISHER SCIENTIFIC DEPARTMENT OF COMPANY L.L.C. MANAGEMENT SERVICES _____________________________ _______________________________ Eric Patterson Tami Fillyaw Vice President Sales, South Region Chief of Staff _____________________________ _______________________________ Date Date DocuSign Envelope ID: F2AC8327-8B9F-4F1F-A0D1-2CC74A120949 12/14/2020 | 1:06 PM EST DocuSign Envelope ID: D7B19682-4420-4E24-81BC-5588EC9ECCEC 12/17/2020 | 10:17 AM EST 2021 Hotlist and all Pricing for the State of Florida Contract, which includes over 2 million products, are available on the the Fisher Website at www.fishersci.com Note: Including the Hotlist Items there are over 2 million+ products from Fisher Scientific & Thermo Fisher Scientific under the State of Florida Contract Index Fisher Catalog Number Fisher Catalog Description Std Unit of Measure 2021 Std Unit Price Alt Unit of Measure 2021 Alt Unit Price New Item Extended Sales Purchased in LTM 1 033377W VIAL CRYOGENIC STER 2.0ML M/CS CS 522.87$ CS -$ N 44,443.58$ Y 2 089275B SCALPEL DISPOSABLE NO11 20/PK PK 32.52$ CS 1,244.42$ N 43,285.93$ Y 3 A998SK4 ACETONITRILE HPLC 4L SAFE-COTE EA 118.63$ CS 474.52$ N 24,675.04$ Y 4 03050486 TITAN3 17MM 0.45UM PP 200PK PK 464.29$ PK -$ N 24,143.00$ Y 5 0352536 INSULTED MAILER 6WX8LX7H 12/PK PK 165.14$ PK -$ N 22,294.26$ Y 6 05719101 VIAL EPA CLN W/SEP 40ML 72/CS CS 111.91$ CS -$ N 20,478.87$ Y 7 0268397 VAC PLS SST GOLD 5ML 100/PK RX PK 58.08$ CS 580.83$ N 20,445.36$ Y 8 0987471 GLS FBR PPR GFF 4.7CM 100/PK PK 114.09$ PK -$ N 18,482.71$ Y 9 EZHAWG474 EZ-PAK HAWG 47Q6000 600/PK PK 345.30$ PK -$ N 17,610.10$ Y 10 12565336 CVRGLS LABTKII 2WLL NO1.5 16PK PK 178.71$ CS 938.32$ N 16,130.12$ Y 11 D1544 METHYLENE CHLDE GC RESOLV 4L EA 63.72$ CS 214.89$ N 15,257.33$ Y 12 1050028 BOX CRYOVIAL STRG 1.2-2ML 4/PK PK 67.26$ CS 339.24$ Y 14,248.29$ Y 13 0339686 TRGT DP VL CLR 350 UL 100PK PK 92.97$ PK -$ N 13,944.89$ Y 14 2123686 ART 50U 960/PK PK 121.51$ CS 534.23$ Y 13,720.29$ Y 15 09923348 QIACARDFTAWASHBUFFER500ML 1PK PK 213.62$ PK -$ N 12,817.27$ Y 16 MHA000P2F M-FECAL COLIFORM 50/PK PK 70.81$ PK -$ N 12,816.43$ Y 17 SB10720 BUFFER COLORED YEL PH 7 20L EA 100.18$ EA -$ N 12,422.16$ Y 18 19096899 RESPIRATOR 3M 7502 MED EA 23.77$ CS 223.83$ Y 12,242.14$ Y 19 0571975 BOTTLE AMB CLN 500ML 12/CS CS 28.18$ CS -$ N 12,172.34$ Y 20 033138F BTL NM AMB HDPE 1000ML 50/CS CS 96.41$ CS -$ N 12,147.55$ Y 21 1368063 ALCOHOL SWABS 1200/CS CS 23.13$ CS -$ N 11,655.55$ Y 22 06718828 SPE C18 3ML/500MG 50PK 50PK PK 150.99$ PK -$ N 11,474.91$ Y 23 D1514 METHYLENE CHLORIDE OPTIMA 4L EA 172.78$ CS 519.84$ Y 11,436.54$ Y 24 S66277 FRIDGE/FREEZER THERMOMETER EA 43.05$ EA -$ Y 11,408.60$ Y 25 SB11520 BUFFER COLORED BLUE PH 10 20L EA 94.38$ EA -$ N 11,326.08$ Y 26 1420659 VERSIDRY HOOD MAT 18X20 100/CS CS 230.26$ CS -$ N 11,282.72$ Y 27 1482763 CONTAINER SHARPS-A-GATOR 1GAL EA 8.71$ CS 222.50$ Y 11,125.10$ Y 28 0270780 200UL EXTN EPPE10-100UL 800/PK PK 113.43$ CS 516.11$ Y 11,065.12$ Y 29 0973556 FLTR PROWEIGH FOR TSS 100/PK PK 136.96$ PK -$ N 10,956.47$ Y 30 087725 ASSAY PLATE 96WELL BTM 50/CS CS 108.43$ CS -$ N 10,843.03$ Y 31 19039693 FILTER FLEXIBLE P100 2/PK PK 9.76$ PK -$ Y 10,779.58$ Y 32 0339135 INSERT LGID 300UL WSPRNG 100PK PK 73.44$ PK -$ N 10,207.76$ Y 33 10800082 AMB HRVL12X32MM1.5ML 9-425 1PK PK 202.06$ PK -$ N 10,102.88$ Y 34 FB0875712 PETRI DISH 100X15MM STACK 500 CS 138.16$ CS -$ N 10,085.85$ Y 35 0337527A TARGET SNAPIT ID CLR 100/PK PK 33.29$ CS 558.97$ N 10,061.42$ Y 36 19085448 UVEX CLEAR PLUS 16OZ SPRAY EA 3.55$ PK 39.69$ Y 9,922.67$ Y 37 D1424 METHYLENE CHLOR PST GD CR 4L EA 184.21$ CS 590.66$ Y 9,819.05$ Y 38 08732120 DISPOSABLE BEAKER 20ML 500/PK PK 100.52$ CS 1,444.28$ N 9,670.84$ Y 39 03376481 C5000TRGTDP BLUE PTFE/WHTESIL PK 25.25$ PK -$ N 9,342.50$ Y 40 05408129 MCT N/S 1.5ML NAT 500/PKMCT PK 71.61$ CS 594.91$ Y 9,127.37$ Y 41 1481528 SYRINGE 701 HP23S/1.71IN 6PK PK 205.32$ PK -$ N 9,033.96$ Y 42 0540320 EPTIPS FILTER 50-1000UL 960/CS CS 133.90$ CS -$ N 8,971.30$ Y 43 1495937C TUBE CULT DSP 20X150MM 500/CS CS 215.20$ CS -$ N 8,823.22$ Y 44 60302608 HYPERSEP WELL PLATE HYPERCARB PK 587.39$ PK -$ N 8,810.88$ Y 45 SH3007002 DEFINED FBS 100ML EA 160.06$ EA -$ N 8,803.52$ Y 46 026894 EDTA PLUS CONV CLSR4ML100/PKRX PK 65.39$ CS 653.91$ N 8,500.80$ Y 47 1495776A TUBE CULT DSP 13X100MM 1000/CS CS 207.45$ CS -$ N 8,298.08$ Y 48 02686202B DILU-LOK PHOS BFR WM99ML 50/CS CS 79.33$ CS -$ N 8,250.17$ Y 49 0180001 BAG SPEC BIOH 6X6 PRINTED M/CS CS 156.47$ CS -$ Y 8,136.33$ Y 50 08732122 DISPOSABLE BEAKER 50ML 500/PK PK 88.93$ CS 1,067.15$ N 8,092.55$ Y 51 0553832B TUBE CENT W/CAP 15ML 12/CS CS 218.94$ CS -$ N 7,881.71$ Y 52 R12563 M6 3ML W/COMB FLOCK SWB PK/100 PK 521.16$ PK -$ N 7,817.35$ Y 53 0540318 EPTIPS FILTER 2-100UL 960CS CS 130.10$ CS -$ N 7,805.76$ Y 54 02717340 EPLORET DULFILTER TIP10UL960PK PK 179.72$ PK -$ N 7,727.99$ Y 55 12111258 EPOWR CRM E COLI 51813 10/PK EA 454.09$ EA -$ N 7,719.55$ Y 56 0353052 MULTI-PURP BIO-MAILER 8/PK PK 89.68$ PK -$ N 7,622.87$ Y 57 SB1754 BUFFER SOL TISAB /IN CDTA/ 4L EA 164.58$ CS 577.98$ N 7,586.23$ Y 58 A509P212 NITRIC ACID TRACE MTL 2.5L EA 71.75$ EA -$ N 7,534.21$ Y 59 212362A TIP FLT 1000UL 800/PK PK 168.72$ CS 623.19$ N 7,478.28$ Y 60 02682259 10 LR ART HINGE RACK 960/PK10 PK 143.47$ CS 663.37$ N 7,297.07$ Y 61 21402482 ART 10RE LR ADV ST CLR 960/PK PK 127.67$ CS 544.85$ N 7,083.00$ Y 62 0334047D VIAL 24ML PTFE SIL SEPTA 144CS CS 233.00$ CS -$ Y 6,989.97$ Y 63 AB0600 .2ML RKN PT PP N-SKRT NAT 25EA EA 53.23$ EA -$ N 6,973.63$ Y 64 PD2004705 PTRI DSH 47MM ASEPTC MLD 600PK PK 147.05$ PK -$ N 6,911.53$ Y 65 22260545 RACK TT 108-PL FOR 10-13MM BLU EA 71.62$ CS 1,367.91$ Y 6,839.57$ Y 66 1495949A TUBE CONIC 50ML WRACK 500CS CS 237.95$ CS -$ N 6,662.73$ Y 67 D1434 METHYLENE CL CERT ACS/HPLC 4L EA 157.79$ CS 474.12$ Y 6,637.73$ Y 68 M1095400001 PH STRIPS PH 0 - 2.5 100STR/EA EA 20.47$ EA -$ N 6,591.53$ Y 69 15078303 TRACEABLE NSF FOOD THERM EA 74.68$ EA -$ Y 6,572.13$ Y 70 089275A SCALPEL DISPOSABLE NO10 20/PK PK 71.66$ CS 2,155.70$ N 6,538.77$ Y 71 1496226G CUL TUBE BOR SC 16X125 1000/CS CS 261.02$ CS -$ N 6,525.54$ Y 72 05721109 NALGE 500ML NAT W/M BPC 125/CS CS 360.56$ CS -$ Y 6,490.11$ Y 73 1495970C CENTRIFUGE TUBE PP 15ML 500/CS CS 184.62$ CS -$ N 6,461.61$ Y 74 21402561 ART SOFTFITL 200 CLR ST 960/PK PK 152.67$ CS 714.74$ Y 6,432.64$ Y 75 13683741 COMBITIPS ADVANCED 10,0 ML PCR CS 188.91$ CS -$ Y 6,422.91$ Y 76 SB10120 BUFFER COLORED RED PH 4 20L EA 103.29$ EA -$ N 6,300.44$ Y 77 21402550 ART SOFTFITL 20 CLR ST 960/PK PK 155.94$ CS 719.16$ Y 6,221.11$ Y 78 09873J GLS FIB FILT PPR 12.5CM 100/PK PK 148.04$ PK -$ N 6,217.53$ Y 79 01213105 ALUMINUM FOIL 18IN X500FT ROLL EA 281.88$ EA -$ Y 6,201.36$ Y 80 212361 TIP ART 200UL STL WTRY 960/PK PK 117.40$ CS 514.23$ Y 6,170.78$ Y 81 920090 DRAWER RACK 25-2 BX 4 DOOR EA 268.03$ EA -$ Y 6,164.76$ Y 82 HB98234 ACN 0.1% FORMIC ACID 4L EA 477.27$ CS 1,526.15$ Y 6,104.58$ Y 83 111020732 SUPELCOSIL LC-18 HPLC COLUMN 5 EA 666.26$ EA -$ Y 5,996.30$ Y 84 0540319 EPTIPS FILTER 20-300UL 960/CS CS 130.10$ CS -$ N 5,984.42$ Y 85 1437709 URNLYS VL CLR W/O PILL 1000/CS CS 395.04$ CS -$ N 5,925.56$ Y 86 AB0600L 0.2ML PCR PLATE BLK LTRD 25CS CS 103.92$ CS -$ N 5,923.57$ Y 87 401272FB GTB 50G ORNG NC FB 24/CS RX CS 131.37$ CS -$ Y 5,911.49$ Y 88 02707431 100UL TIP STER FLTR 960/PK PK 125.51$ CS 577.61$ Y 5,875.96$ Y 89 PD20047S5 PETRI-PAD 47MM STER 600/PK PK 189.35$ PK -$ N 5,869.98$ Y 90 PIA39255 DTT NO-WEIGH EA 172.04$ EA -$ Y 5,849.32$ Y 91 3052835 MX35 PREMIER+ LP BLADES 50/CS CS 181.64$ CS -$ N 5,812.35$ Y 92 1167614 MULTI-PURPOSE MAILER 12/PK PK 150.05$ PK -$ N 5,701.74$ Y 93 1496127 TUBE CULT DSP 13X100MM 1000/CS CS 36.15$ CS -$ N 5,639.82$ Y EXHIBIT E 94 DF0223172 UVM MODIF LISTERIA BR 500GM EA 93.08$ EA -$ N 5,584.78$ Y 95 1424571 DISP U PLATES RIGID STY 50/CS CS 89.85$ CS -$ N 5,480.98$ Y 96 0540341 EPTIPS RELOADS 200UL 960/PK PK 57.06$ PK -$ N 5,477.73$ Y 97 19042200 CHEM/BIO GAS MASK MED EA 419.41$ EA -$ Y 5,452.29$ Y 98 SLVVR33RS MILLEX33MMDRAPREPVDF0.1UST50PK PK 159.41$ PK -$ Y 5,419.79$ Y 99 02717341 EPLORET DULFILTER TIP20UL960PK PK 179.72$ PK -$ N 5,391.62$ Y 100 1031095 FLASK SQUARE VOL 500ML 1/CS CS 130.65$ CS -$ Y 5,356.77$ Y 101 03377B VIAL ID DP TARGT CLR 100/PK PK 25.10$ CS 440.52$ N 5,286.26$ Y 102 23100401 PRIMESTORE MTM 3ML TUBE 50/PK PK 350.03$ PK -$ Y 5,250.52$ Y 103 31441 FERROUS AMM SULFAT,0.00282N,4L EA 200.48$ EA -$ Y 5,212.39$ Y 104 12518104C ULTRA FRST 1 SIDE 144/PK PK 48.52$ CS 962.89$ N 5,161.60$ Y 105 A9494 ACETONE HPLC GRADE 4L EA 130.84$ CS 418.44$ N 5,021.30$ Y 106 02707439 10UL TIP STER FLTR 960/PK PK 128.77$ CS 573.16$ Y 4,971.57$ Y 107 0571991 BOTTLE CERT/EPA 1-LITER 12/CS CS 42.60$ CS -$ N 4,898.61$ Y 108 055692 CENTRIFUG TBE 10ML DSP 125/CS CS 99.53$ CS -$ N 4,876.78$ Y 109 RDCP05603A5 POTASSIUM IODIDE ACS, 3 KG EA 301.51$ EA -$ Y 4,824.14$ Y 110 0435516 BACDOWN HANDSOAP 1 LITER EA 19.98$ CS 197.65$ Y 4,803.57$ Y 111 05719359C BTL PKG WM HDPE 500ML 40/CS CS 158.88$ CS -$ N 4,766.37$ Y 112 19100855 AV-3000 HT KVLR W RGHT BRKT L EA 317.06$ EA -$ Y 4,755.89$ Y 113 361018833 BONDED CARBON FILTER - GENERAL EA 395.69$ EA -$ Y 4,748.29$ Y 114 05403116 EPPNDRF TIP BLK 0.5-10ML 200PK PK 45.65$ PK -$ N 4,656.07$ Y 115 86705 TISAB II, 20 L EA 579.99$ EA -$ N 4,639.94$ Y 116 13620627 ELECTRODE CHLORIDE COMBINATION EA 655.62$ EA -$ Y 4,589.37$ Y 117 2203115 UNIV VRL TRNS SWB STD 50/PK PK 163.69$ PK -$ N 4,583.40$ Y 118 SLHP033NB FLT SYRNS MLX33MM .45UM 250/PK PK 648.36$ PK -$ Y 4,538.52$ Y 119 SLFGX13NL MILLEX 13MM .20UM PTFE 100/PK PK 225.41$ PK -$ N 4,508.11$ Y 120 236032 COPPER SULFATE-SULFAMIC AC, 1L EA 72.22$ EA -$ Y 4,333.39$ Y 121 12111363 300UL XTIP4, FILTERED LTS STYL PK 101.87$ CS 509.36$ Y 4,278.64$ Y 122 0553841C CENT TUBE DSP PLN 10ML 125/CS CS 71.21$ CS -$ N 4,201.27$ Y 123 1367811F PIPET WRAP 50ML(0.5GRAD)100/CS CS 161.51$ CS -$ Y 4,199.17$ Y 124 14359830 HIGH BKRST PNEUMTC NAVY TILT EA 419.00$ EA -$ Y 4,190.02$ Y 125 14830122 CONTAINER SHARPS 2GAL RD EA 10.39$ CS 173.12$ N 4,154.81$ Y 126 A996SK4 ACETONITRILE OPTIMA 4L SK EA 357.79$ CS 1,145.91$ N 4,153.31$ Y 127 SB115500 BUFFER COLRD BLUE PH 10 500ML EA 13.66$ CS 81.93$ N 4,110.38$ Y 128 22026203 GLUCS ORNG 50G 10OZBTL24/CSRX CS 209.68$ CS -$ Y 4,087.20$ Y 129 22363597 FB LP 10UL FLX LYL 10BG 960/PK PK 146.75$ CS 1,302.81$ Y 4,073.08$ Y 130 1496226D CUL TUBE BOR SC 13X100 1000/CS CS 271.49$ CS -$ N 4,072.37$ Y 131 14400382 IND POLY MED CHR CASTERS TILT EA 337.55$ EA -$ Y 4,050.64$ Y 132 6000058 0.1% FORMIC ACID/METOH 2.5LT CS 575.63$ CS -$ Y 4,029.40$ Y 133 0540343 EPTIPS RELOADS 1000UL 960CS CS 78.79$ CS -$ Y 4,018.23$ Y 134 SH3011803 NEWBORN BOVINE CALF SERM 500ML EA 181.50$ EA -$ N 3,992.95$ Y 135 0841414C TISSUE GRINDER 30ML 2/CS CS 331.00$ CS -$ N 3,972.03$ Y 136 0640619B CRIMP SEAL11MM PTFE/RR 1000/CS CS 131.25$ CS -$ N 3,937.37$ Y 137 A1820 ACETONE CERTIFIED ACS 20L EA 127.44$ EA -$ N 3,695.81$ Y 138 FEREO0492 PROTEINASE K REC 5X1ML EA 165.38$ EA -$ Y 3,638.43$ Y 139 22349689 RPR CARD KIT MRCFR 500 TEST RX EA 327.88$ EA -$ N 3,606.66$ Y 140 02664 BLD COL SFTY12 23GX3/4 50PKRX PK 76.05$ CS 254.37$ N 3,561.23$ Y 141 A4564 METHANOL LC/MS OPTIMA 4L EA 63.81$ CS 255.25$ N 3,509.70$ Y 142 SLGVX13NL MILLEX 13MM .22UM PVDF 100/PK PK 214.13$ PK -$ N 3,426.13$ Y 143 033377Y VIAL CRYOGENIC 1.5ML PP 500/CS CS 302.92$ CS -$ Y 3,332.09$ Y 144 2140303 ART1ML EXTNDD RCH TP FLTR800PK PK 170.27$ CS 633.07$ N 3,165.33$ Y 145 0353109 CE; POLAR PACK; PP24 24/PK PK 11.00$ PK -$ N 3,135.77$ Y 146 120012 SELF CONTED GLASSAMPOULE 50/PK PK 457.36$ PK -$ Y 2,744.15$ Y 147 033753R VIAL TARGET CLEAR 11MM 100/PK PK 26.01$ CS 426.66$ Y 2,689.99$ Y 148 316632 FLUORIDE STANDARD, 1 PPM, 1 L EA 61.67$ EA -$ Y 2,220.28$ Y 149 R23701 BUTTERFIELDS 99ML PHOSP BUFF CS 144.40$ CS -$ Y 2,166.02$ Y 150 19777044 INFRARED FOREHEAD THERMOMETER EA 30.98$ EA -$ Y 1,641.79$ Y 151 026641 BLD COL SFTY12 21GX3/4 50PKRX PK 76.06$ CS 252.95$ N 1,416.86$ Y 152 19100853 AV-3000 HT KVLR W RGHT BRKT S EA 317.06$ EA -$ Y 634.12$ Y Note: Including the Hotlist Items there are over 2 million+ products from Fisher Scientific & Thermo Fisher under the State of Florida Contract The new Pricing for 2021 will be effective January 1, 2021 1,210,363.30$ EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Apparatus Apparatus - All Other Apparatus - All Other - High Discount 45.75%Based on January List Price of Applicable Calendar Year A001 1 Apparatus Apparatus - All Other Apparatus - All Other - Medium High Discount 46.75%Based on January List Price of Applicable Calendar Year A001 2 Apparatus Apparatus - All Other Apparatus - All Other - Medium Discount 36.45%Based on January List Price of Applicable Calendar Year A001 3 Apparatus Apparatus - All Other Apparatus - All Other - Medium Low Discount 32.77%Based on January List Price of Applicable Calendar Year A001 4 Apparatus Apparatus - All Other Apparatus - All Other - Low Discount 19.23%Based on January List Price of Applicable Calendar Year A001 5 Apparatus Apparatus - Education Apparatus - Education - High Discount 27.75%Based on January List Price of Applicable Calendar Year A900 1 Apparatus Apparatus - Education Apparatus - Education - Medium High Discount 27.75%Based on January List Price of Applicable Calendar Year A900 2 Apparatus Apparatus - Education Apparatus - Education - Medium Discount 27.75%Based on January List Price of Applicable Calendar Year A900 3 Apparatus Apparatus - Education Apparatus - Education - Medium Low Discount 27.75%Based on January List Price of Applicable Calendar Year A900 4 Apparatus Apparatus - Education Apparatus - Education - Low Discount 27.83%Based on January List Price of Applicable Calendar Year A900 5 Apparatus Clamps, Trays, and Supports Clamps, Trays, and Supports - High Discount 38.38%Based on January List Price of Applicable Calendar Year A005 1 Apparatus Clamps, Trays, and Supports Clamps, Trays, and Supports - Medium High Discount 57.75%Based on January List Price of Applicable Calendar Year A005 2 Apparatus Clamps, Trays, and Supports Clamps, Trays, and Supports - Medium Discount 55.60%Based on January List Price of Applicable Calendar Year A005 3 Apparatus Clamps, Trays, and Supports Clamps, Trays, and Supports - Medium Low Discount 46.75%Based on January List Price of Applicable Calendar Year A005 4 Apparatus Clamps, Trays, and Supports Clamps, Trays, and Supports - Low Discount 34.75%Based on January List Price of Applicable Calendar Year A005 5 Apparatus Cryogenic Products Cryogenic Products - Medium High Discount 34.17%Based on January List Price of Applicable Calendar Year A006 2 Apparatus Cryogenic Products Cryogenic Products - Medium Discount 38.65%Based on January List Price of Applicable Calendar Year A006 3 Apparatus Cryogenic Products Cryogenic Products - Medium Low Discount 29.95%Based on January List Price of Applicable Calendar Year A006 4 Apparatus Cryogenic Products Cryogenic Products - Low Discount 22.71%Based on January List Price of Applicable Calendar Year A006 5 Apparatus Desiccators Desiccators - High Discount 33.75%Based on January List Price of Applicable Calendar Year A007 1 Apparatus Desiccators Desiccators - Medium High Discount 39.99%Based on January List Price of Applicable Calendar Year A007 2 Apparatus Desiccators Desiccators - Medium Discount 46.75%Based on January List Price of Applicable Calendar Year A007 3 Apparatus Desiccators Desiccators - Medium Low Discount 43.75%Based on January List Price of Applicable Calendar Year A007 4 Apparatus Desiccators Desiccators - Low Discount 37.25%Based on January List Price of Applicable Calendar Year A007 5 Apparatus Facility Safety - Maintenance & Operations - Apparatus(Safety)Facility Safety - Maintenance & Operations - Apparatus(Safety) - High Discount 27.95%Based on January List Price of Applicable Calendar Year A004 1 Apparatus Facility Safety - Maintenance & Operations - Apparatus(Safety)Facility Safety - Maintenance & Operations - Apparatus(Safety) - Medium High Discount 41.05%Based on January List Price of Applicable Calendar Year A004 2 Apparatus Facility Safety - Maintenance & Operations - Apparatus(Safety)Facility Safety - Maintenance & Operations - Apparatus(Safety) - Medium Discount 40.25%Based on January List Price of Applicable Calendar Year A004 3 Apparatus Facility Safety - Maintenance & Operations - Apparatus(Safety)Facility Safety - Maintenance & Operations - Apparatus(Safety) - Medium Low Discount 37.55%Based on January List Price of Applicable Calendar Year A004 4 Apparatus Facility Safety - Maintenance & Operations - Apparatus(Safety)Facility Safety - Maintenance & Operations - Apparatus(Safety) - Low Discount 28.21%Based on January List Price of Applicable Calendar Year A004 5 Apparatus Fire Fighting & Emergency Response – Equipment & Medical (Safety)Fire Fighting & Emergency Response – Equipment & Medical (Safety) - High Discount 26.05%Based on January List Price of Applicable Calendar Year A008 1 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Apparatus Fire Fighting & Emergency Response – Equipment & Medical (Safety) Fire Fighting & Emergency Response – Equipment & Medical (Safety) - Medium High Discount 26.96%Based on January List Price of Applicable Calendar Year A008 2 Apparatus Fire Fighting & Emergency Response – Equipment & Medical (Safety)Fire Fighting & Emergency Response – Equipment & Medical (Safety) - Medium Discount 38.35%Based on January List Price of Applicable Calendar Year A008 3 Apparatus Fire Fighting & Emergency Response – Equipment & Medical (Safety) Fire Fighting & Emergency Response – Equipment & Medical (Safety) - Medium Low Discount 26.95%Based on January List Price of Applicable Calendar Year A008 4 Apparatus Fire Fighting & Emergency Response – Equipment & Medical (Safety)Fire Fighting & Emergency Response – Equipment & Medical (Safety) - Low Discount 21.47%Based on January List Price of Applicable Calendar Year A008 5 Apparatus Microbiology Apparatus Microbiology Apparatus - High Discount 51.75%Based on January List Price of Applicable Calendar Year A002 1 Apparatus Microbiology Apparatus Microbiology Apparatus - Medium High Discount 35.25%Based on January List Price of Applicable Calendar Year A002 2 Apparatus Microbiology Apparatus Microbiology Apparatus - Medium Discount 33.25%Based on January List Price of Applicable Calendar Year A002 3 Apparatus Microbiology Apparatus Microbiology Apparatus - Medium Low Discount 26.85%Based on January List Price of Applicable Calendar Year A002 4 Apparatus Microbiology Apparatus Microbiology Apparatus - Low Discount 9.75%Based on January List Price of Applicable Calendar Year A002 5 Apparatus PPE – Fall Protection (Safety)PPE – Fall Protection (Safety) - High Discount 24.84%Based on January List Price of Applicable Calendar Year A010 1 Apparatus PPE – Fall Protection (Safety)PPE – Fall Protection (Safety) - Medium High Discount 44.75%Based on January List Price of Applicable Calendar Year A010 2 Apparatus PPE – Fall Protection (Safety)PPE – Fall Protection (Safety) - Medium Discount 22.45%Based on January List Price of Applicable Calendar Year A010 3 Apparatus PPE – Fall Protection (Safety)PPE – Fall Protection (Safety) - Low Discount 19.75%Based on January List Price of Applicable Calendar Year A010 5 Apparatus Racks Racks - High Discount 31.03%Based on January List Price of Applicable Calendar Year A003 1 Apparatus Racks Racks - Medium High Discount 45.42%Based on January List Price of Applicable Calendar Year A003 2 Apparatus Racks Racks - Medium Discount 42.03%Based on January List Price of Applicable Calendar Year A003 3 Apparatus Racks Racks - Medium Low Discount 39.75%Based on January List Price of Applicable Calendar Year A003 4 Apparatus Racks Racks - Low Discount 23.89%Based on January List Price of Applicable Calendar Year A003 5 Biologicals Antibodies Antibodies - High Discount 10.75%Based on January List Price of Applicable Calendar Year B003 1 Biologicals Antibodies Antibodies - Medium High Discount 0.75%Based on January List Price of Applicable Calendar Year B003 2 Biologicals Antibodies Antibodies - Medium Discount 13.25%Based on January List Price of Applicable Calendar Year B003 3 Biologicals Antibodies Antibodies - Medium Low Discount 7.75%Based on January List Price of Applicable Calendar Year B003 4 Biologicals Antibodies Antibodies - Low Discount 15.75%Based on January List Price of Applicable Calendar Year B003 5 Biologicals Biologicals - All Other Biologicals - All Other - High Discount 21.73%Based on January List Price of Applicable Calendar Year B001 1 Biologicals Biologicals - All Other Biologicals - All Other - Medium High Discount 24.80%Based on January List Price of Applicable Calendar Year B001 2 Biologicals Biologicals - All Other Biologicals - All Other - Medium Discount 10.75%Based on January List Price of Applicable Calendar Year B001 3 Biologicals Biologicals - All Other Biologicals - All Other - Medium Low Discount 12.25%Based on January List Price of Applicable Calendar Year B001 4 Biologicals Biologicals - All Other Biologicals - All Other - Low Discount 8.75%Based on January List Price of Applicable Calendar Year B001 5 Biologicals Biologicals - Education Biologicals - Education - Medium Discount 28.75%Based on January List Price of Applicable Calendar Year B900 3 Biologicals Biologicals - Education Biologicals - Education - Medium Low Discount 24.25%Based on January List Price of Applicable Calendar Year B900 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Biologicals Biologicals - Education Biologicals - Education - Low Discount 14.75%Based on January List Price of Applicable Calendar Year B900 5 Biologicals Blood Culture Systems Blood Culture Systems - Medium Discount 45.63%Based on January List Price of Applicable Calendar Year B005 3 Biologicals Blood Culture Systems Blood Culture Systems - Medium Low Discount 50.03%Based on January List Price of Applicable Calendar Year B005 4 Biologicals Blood Culture Systems Blood Culture Systems - Low Discount 19.95%Based on January List Price of Applicable Calendar Year B005 5 Biologicals Bovine Sera Bovine Sera - Medium High Discount 20.07%Based on January List Price of Applicable Calendar Year B008 2 Biologicals Bovine Sera Bovine Sera - Medium Discount 26.75%Based on January List Price of Applicable Calendar Year B008 3 Biologicals Bovine Sera Bovine Sera - Medium Low Discount 6.75%Based on January List Price of Applicable Calendar Year B008 4 Biologicals Bovine Sera Bovine Sera - Low Discount 32.95%Based on January List Price of Applicable Calendar Year B008 5 Biologicals Cell Culture Media and Reagents Cell Culture Media and Reagents - High Discount 10.75%Based on January List Price of Applicable Calendar Year B004 1 Biologicals Cell Culture Media and Reagents Cell Culture Media and Reagents - Medium High Discount13.70%Based on January List Price of Applicable Calendar Year B004 2 Biologicals Cell Culture Media and Reagents Cell Culture Media and Reagents - Medium Discount 23.13%Based on January List Price of Applicable Calendar Year B004 3 Biologicals Cell Culture Media and Reagents Cell Culture Media and Reagents - Medium Low Discount9.75%Based on January List Price of Applicable Calendar Year B004 4 Biologicals Cell Culture Media and Reagents Cell Culture Media and Reagents - Low Discount 10.75%Based on January List Price of Applicable Calendar Year B004 5 Biologicals Dehydrated Microbiology Media Dehydrated Microbiology Media - High Discount 26.75%Based on January List Price of Applicable Calendar Year B007 1 Biologicals Dehydrated Microbiology Media Dehydrated Microbiology Media - Medium High Discount24.75%Based on January List Price of Applicable Calendar Year B007 2 Biologicals Dehydrated Microbiology Media Dehydrated Microbiology Media - Medium Discount 19.43%Based on January List Price of Applicable Calendar Year B007 3 Biologicals Dehydrated Microbiology Media Dehydrated Microbiology Media - Medium Low Discount21.50%Based on January List Price of Applicable Calendar Year B007 4 Biologicals Dehydrated Microbiology Media Dehydrated Microbiology Media - Low Discount 11.75%Based on January List Price of Applicable Calendar Year B007 5 Biologicals Enzymes Enzymes - High Discount 26.53%Based on January List Price of Applicable Calendar Year B012 1 Biologicals Enzymes Enzymes - Medium High Discount 12.46%Based on January List Price of Applicable Calendar Year B012 2 Biologicals Enzymes Enzymes - Medium Discount 20.75%Based on January List Price of Applicable Calendar Year B012 3 Biologicals Enzymes Enzymes - Medium Low Discount 21.75%Based on January List Price of Applicable Calendar Year B012 4 Biologicals Enzymes Enzymes - Low Discount 6.25%Based on January List Price of Applicable Calendar Year B012 5 Biologicals Microbiology Quality Control Supplies Microbiology Quality Control Supplies - High Discount 21.75%Based on January List Price of Applicable Calendar Year B011 1 Biologicals Microbiology Quality Control Supplies Microbiology Quality Control Supplies - Medium High Discount24.75%Based on January List Price of Applicable Calendar Year B011 2 Biologicals Microbiology Quality Control Supplies Microbiology Quality Control Supplies - Medium Discount17.75%Based on January List Price of Applicable Calendar Year B011 3 Biologicals Microbiology Quality Control Supplies Microbiology Quality Control Supplies - Medium Low Discount16.75%Based on January List Price of Applicable Calendar Year B011 4 Biologicals Microbiology Quality Control Supplies Microbiology Quality Control Supplies - Low Discount 1.75%Based on January List Price of Applicable Calendar Year B011 5 Biologicals Microbiology Supplies Microbiology Supplies - High Discount 26.75%Based on January List Price of Applicable Calendar Year B009 1 Biologicals Microbiology Supplies Microbiology Supplies - Medium High Discount 21.75%Based on January List Price of Applicable Calendar Year B009 2 Biologicals Microbiology Supplies Microbiology Supplies - Medium Discount 26.75%Based on January List Price of Applicable Calendar Year B009 3 Biologicals Microbiology Supplies Microbiology Supplies - Medium Low Discount 21.75%Based on January List Price of Applicable Calendar Year B009 4 Biologicals Microbiology Supplies Microbiology Supplies - Low Discount 22.75%Based on January List Price of Applicable Calendar Year B009 5 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Biologicals Nucleic Acids and Components Nucleic Acids and Components - Medium High Discount7.31%Based on January List Price of Applicable Calendar Year B014 2 Biologicals Nucleic Acids and Components Nucleic Acids and Components - Medium Discount 15.25%Based on January List Price of Applicable Calendar Year B014 3 Biologicals Nucleic Acids and Components Nucleic Acids and Components - Medium Low Discount18.75%Based on January List Price of Applicable Calendar Year B014 4 Biologicals Nucleic Acids and Components Nucleic Acids and Components - Low Discount 11.50%Based on January List Price of Applicable Calendar Year B014 5 Biologicals PCR Supplies PCR Supplies - High Discount 11.82%Based on January List Price of Applicable Calendar Year B006 1 Biologicals PCR Supplies PCR Supplies - Medium High Discount 20.68%Based on January List Price of Applicable Calendar Year B006 2 Biologicals PCR Supplies PCR Supplies - Medium Discount 11.75%Based on January List Price of Applicable Calendar Year B006 3 Biologicals PCR Supplies PCR Supplies - Medium Low Discount 12.75%Based on January List Price of Applicable Calendar Year B006 4 Biologicals PCR Supplies PCR Supplies - Low Discount 10.75%Based on January List Price of Applicable Calendar Year B006 5 Biologicals Prepared Microbiology Media [Bottles and Slides]Prepared Microbiology Media [Bottles and Slides] - High Discount 22.61%Based on January List Price of Applicable Calendar Year B013 1 Biologicals Prepared Microbiology Media [Bottles and Slides]Prepared Microbiology Media [Bottles and Slides] - Medium Discount 23.96%Based on January List Price of Applicable Calendar Year B013 3 Biologicals Prepared Microbiology Media [Bottles and Slides]Prepared Microbiology Media [Bottles and Slides] - Medium Low Discount 22.75%Based on January List Price of Applicable Calendar Year B013 4 Biologicals Prepared Microbiology Media [Bottles and Slides]Prepared Microbiology Media [Bottles and Slides] - Low Discount 17.75%Based on January List Price of Applicable Calendar Year B013 5 Biologicals Prepared Microbiology Media [Plates]Prepared Microbiology Media [Plates] - High Discount 30.41%Based on January List Price of Applicable Calendar Year B002 1 Biologicals Prepared Microbiology Media [Plates]Prepared Microbiology Media [Plates] - Medium High Discount46.75%Based on January List Price of Applicable Calendar Year B002 2 Biologicals Prepared Microbiology Media [Plates]Prepared Microbiology Media [Plates] - Medium Discount 31.15%Based on January List Price of Applicable Calendar Year B002 3 Biologicals Prepared Microbiology Media [Plates]Prepared Microbiology Media [Plates] - Medium Low Discount32.44%Based on January List Price of Applicable Calendar Year B002 4 Biologicals Prepared Microbiology Media [Plates]Prepared Microbiology Media [Plates] - Low Discount 19.75%Based on January List Price of Applicable Calendar Year B002 5 Biologicals Prepared Microbiology Media [Tubes]Prepared Microbiology Media [Tubes] - High Discount 31.58%Based on January List Price of Applicable Calendar Year B010 1 Biologicals Prepared Microbiology Media [Tubes]Prepared Microbiology Media [Tubes] - Medium High Discount20.75%Based on January List Price of Applicable Calendar Year B010 2 Biologicals Prepared Microbiology Media [Tubes]Prepared Microbiology Media [Tubes] - Medium Discount 3.75%Based on January List Price of Applicable Calendar Year B010 3 Biologicals Prepared Microbiology Media [Tubes]Prepared Microbiology Media [Tubes] - Medium Low Discount43.75%Based on January List Price of Applicable Calendar Year B010 4 Biologicals Prepared Microbiology Media [Tubes]Prepared Microbiology Media [Tubes] - Low Discount 15.75%Based on January List Price of Applicable Calendar Year B010 5 Biologicals Proteins Proteins - Medium High Discount 20.61%Based on January List Price of Applicable Calendar Year B015 2 Biologicals Proteins Proteins - Medium Discount 9.25%Based on January List Price of Applicable Calendar Year B015 3 Biologicals Proteins Proteins - Medium Low Discount 37.75%Based on January List Price of Applicable Calendar Year B015 4 Biologicals Proteins Proteins - Low Discount 12.75%Based on January List Price of Applicable Calendar Year B015 5 Chemicals Acids - Inorganic Acids - Inorganic - High Discount 56.17%Based on January List Price of Applicable Calendar Year H004 1 Chemicals Acids - Inorganic Acids - Inorganic - Medium High Discount 66.62%Based on January List Price of Applicable Calendar Year H004 2 Chemicals Acids - Inorganic Acids - Inorganic - Medium Discount 67.33%Based on January List Price of Applicable Calendar Year H004 3 Chemicals Acids - Inorganic Acids - Inorganic - Medium Low Discount 39.56%Based on January List Price of Applicable Calendar Year H004 4 Chemicals Acids - Inorganic Acids - Inorganic - Low Discount 58.55%Based on January List Price of Applicable Calendar Year H004 5 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Chemicals Acids - Organic Acids - Organic - High Discount 56.98%Based on January List Price of Applicable Calendar Year H018 1 Chemicals Acids - Organic Acids - Organic - Medium High Discount 70.18%Based on January List Price of Applicable Calendar Year H018 2 Chemicals Acids - Organic Acids - Organic - Medium Discount 28.21%Based on January List Price of Applicable Calendar Year H018 3 Chemicals Acids - Organic Acids - Organic - Medium Low Discount 61.38%Based on January List Price of Applicable Calendar Year H018 4 Chemicals Acids - Organic Acids - Organic - Low Discount 39.05%Based on January List Price of Applicable Calendar Year H018 5 Chemicals Buffers Buffers - High Discount 42.32%Based on January List Price of Applicable Calendar Year H006 1 Chemicals Buffers Buffers - Medium High Discount 34.55%Based on January List Price of Applicable Calendar Year H006 2 Chemicals Buffers Buffers - Medium Discount 52.75%Based on January List Price of Applicable Calendar Year H006 3 Chemicals Buffers Buffers - Medium Low Discount 50.85%Based on January List Price of Applicable Calendar Year H006 4 Chemicals Buffers Buffers - Low Discount 29.35%Based on January List Price of Applicable Calendar Year H006 5 Chemicals Caustics Caustics - Medium High Discount 64.60%Based on January List Price of Applicable Calendar Year H015 2 Chemicals Caustics Caustics - Medium Discount 64.81%Based on January List Price of Applicable Calendar Year H015 3 Chemicals Caustics Caustics - Medium Low Discount 39.13%Based on January List Price of Applicable Calendar Year H015 4 Chemicals Caustics Caustics - Low Discount 65.95%Based on January List Price of Applicable Calendar Year H015 5 Chemicals Chemicals - All Other Chemicals - All Other - High Discount 27.21%Based on January List Price of Applicable Calendar Year H001 1 Chemicals Chemicals - All Other Chemicals - All Other - Medium High Discount 50.84%Based on January List Price of Applicable Calendar Year H001 2 Chemicals Chemicals - All Other Chemicals - All Other - Medium Discount 66.85%Based on January List Price of Applicable Calendar Year H001 3 Chemicals Chemicals - All Other Chemicals - All Other - Medium Low Discount 35.05%Based on January List Price of Applicable Calendar Year H001 4 Chemicals Chemicals - All Other Chemicals - All Other - Low Discount 23.35%Based on January List Price of Applicable Calendar Year H001 5 Chemicals Chemicals - Education Chemicals - Education - High Discount 25.90%Based on January List Price of Applicable Calendar Year H900 1 Chemicals Chemicals - Education Chemicals - Education - Medium High Discount 12.35%Based on January List Price of Applicable Calendar Year H900 2 Chemicals Chemicals - Education Chemicals - Education - Medium Discount 28.55%Based on January List Price of Applicable Calendar Year H900 3 Chemicals Chemicals - Education Chemicals - Education - Medium Low Discount 27.35%Based on January List Price of Applicable Calendar Year H900 4 Chemicals Chemicals - Education Chemicals - Education - Low Discount 28.55%Based on January List Price of Applicable Calendar Year H900 5 Chemicals Histology Reagents Histology Reagents - High Discount 55.97%Based on January List Price of Applicable Calendar Year H010 1 Chemicals Histology Reagents Histology Reagents - Medium High Discount 52.71%Based on January List Price of Applicable Calendar Year H010 2 Chemicals Histology Reagents Histology Reagents - Medium Discount 53.85%Based on January List Price of Applicable Calendar Year H010 3 Chemicals Histology Reagents Histology Reagents - Medium Low Discount 63.05%Based on January List Price of Applicable Calendar Year H010 4 Chemicals Histology Reagents Histology Reagents - Low Discount 63.15%Based on January List Price of Applicable Calendar Year H010 5 Chemicals Inorganics - Other Inorganics - Other - High Discount 24.91%Based on January List Price of Applicable Calendar Year H005 1 Chemicals Inorganics - Other Inorganics - Other - Medium High Discount 67.15%Based on January List Price of Applicable Calendar Year H005 2 Chemicals Inorganics - Other Inorganics - Other - Medium Discount 69.42%Based on January List Price of Applicable Calendar Year H005 3 Chemicals Inorganics - Other Inorganics - Other - Medium Low Discount 65.45%Based on January List Price of Applicable Calendar Year H005 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Chemicals Inorganics - Other Inorganics - Other - Low Discount 35.15%Based on January List Price of Applicable Calendar Year H005 5 Chemicals Inorganics - Sodium Compounds [Inorganics]Inorganics - Sodium Compounds [Inorganics] - High Discount 56.36%Based on January List Price of Applicable Calendar Year H011 1 Chemicals Inorganics - Sodium Compounds [Inorganics]Inorganics - Sodium Compounds [Inorganics] - Medium High Discount 71.26%Based on January List Price of Applicable Calendar Year H011 2 Chemicals Inorganics - Sodium Compounds [Inorganics]Inorganics - Sodium Compounds [Inorganics] - Medium Discount 67.55%Based on January List Price of Applicable Calendar Year H011 3 Chemicals Inorganics - Sodium Compounds [Inorganics]Inorganics - Sodium Compounds [Inorganics] - Medium Low Discount 28.70%Based on January List Price of Applicable Calendar Year H011 4 Chemicals Inorganics - Sodium Compounds [Inorganics]Inorganics - Sodium Compounds [Inorganics] - Low Discount 25.95%Based on January List Price of Applicable Calendar Year H011 5 Chemicals Organics Organics - High Discount 31.68%Based on January List Price of Applicable Calendar Year H002 1 Chemicals Organics Organics - Medium High Discount 69.15%Based on January List Price of Applicable Calendar Year H002 2 Chemicals Organics Organics - Medium Discount 61.59%Based on January List Price of Applicable Calendar Year H002 3 Chemicals Organics Organics - Medium Low Discount 26.42%Based on January List Price of Applicable Calendar Year H002 4 Chemicals Organics Organics - Low Discount 15.78%Based on January List Price of Applicable Calendar Year H002 5 Chemicals Solutions for Chemical Testing Solutions for Chemical Testing - High Discount 51.86%Based on January List Price of Applicable Calendar Year H012 1 Chemicals Solutions for Chemical Testing Solutions for Chemical Testing - Medium High Discount64.85%Based on January List Price of Applicable Calendar Year H012 2 Chemicals Solutions for Chemical Testing Solutions for Chemical Testing - Medium Discount 40.56%Based on January List Price of Applicable Calendar Year H012 3 Chemicals Solutions for Chemical Testing Solutions for Chemical Testing - Medium Low Discount60.88%Based on January List Price of Applicable Calendar Year H012 4 Chemicals Solutions for Chemical Testing Solutions for Chemical Testing - Low Discount 57.20%Based on January List Price of Applicable Calendar Year H012 5 Chemicals Solvents - Acetone Solvents - Acetone - Medium High Discount 44.95%Based on January List Price of Applicable Calendar Year H016 2 Chemicals Solvents - Acetone Solvents - Acetone - Medium Discount 80.26%Based on January List Price of Applicable Calendar Year H016 3 Chemicals Solvents - Acetone Solvents - Acetone - Medium Low Discount 70.82%Based on January List Price of Applicable Calendar Year H016 4 Chemicals Solvents - Acetone Solvents - Acetone - Low Discount 68.45%Based on January List Price of Applicable Calendar Year H016 5 Chemicals Solvents - Acetonitrile Solvents - Acetonitrile - Medium High Discount 61.15%Based on January List Price of Applicable Calendar Year H007 2 Chemicals Solvents - Acetonitrile Solvents - Acetonitrile - Medium Discount 26.79%Based on January List Price of Applicable Calendar Year H007 3 Chemicals Solvents - Acetonitrile Solvents - Acetonitrile - Medium Low Discount 67.65%Based on January List Price of Applicable Calendar Year H007 4 Chemicals Solvents - Acetonitrile Solvents - Acetonitrile - Low Discount 69.05%Based on January List Price of Applicable Calendar Year H007 5 Chemicals Solvents - Ethanol Solvents - Ethanol - High Discount 45.74%Based on January List Price of Applicable Calendar Year H009 1 Chemicals Solvents - Ethanol Solvents - Ethanol - Medium High Discount 47.09%Based on January List Price of Applicable Calendar Year H009 2 Chemicals Solvents - Ethanol Solvents - Ethanol - Medium Discount 71.79%Based on January List Price of Applicable Calendar Year H009 3 Chemicals Solvents - Ethanol Solvents - Ethanol - Medium Low Discount 70.95%Based on January List Price of Applicable Calendar Year H009 4 Chemicals Solvents - Hexanes Solvents - Hexanes - Medium High Discount 71.95%Based on January List Price of Applicable Calendar Year H020 2 Chemicals Solvents - Hexanes Solvents - Hexanes - Medium Discount 76.40%Based on January List Price of Applicable Calendar Year H020 3 Chemicals Solvents - Hexanes Solvents - Hexanes - Medium Low Discount 77.55%Based on January List Price of Applicable Calendar Year H020 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Chemicals Solvents - Hexanes Solvents - Hexanes - Low Discount 25.41%Based on January List Price of Applicable Calendar Year H020 5 Chemicals Solvents - Isopropanol [IPA]Solvents - Isopropanol [IPA] - Medium High Discount 65.58%Based on January List Price of Applicable Calendar Year H014 2 Chemicals Solvents - Isopropanol [IPA]Solvents - Isopropanol [IPA] - Medium Discount 76.07%Based on January List Price of Applicable Calendar Year H014 3 Chemicals Solvents - Isopropanol [IPA]Solvents - Isopropanol [IPA] - Medium Low Discount 31.85%Based on January List Price of Applicable Calendar Year H014 4 Chemicals Solvents - Isopropanol [IPA]Solvents - Isopropanol [IPA] - Low Discount 62.25%Based on January List Price of Applicable Calendar Year H014 5 Chemicals Solvents - Methanol Solvents - Methanol - Medium High Discount 66.34%Based on January List Price of Applicable Calendar Year H008 2 Chemicals Solvents - Methanol Solvents - Methanol - Medium Discount 74.73%Based on January List Price of Applicable Calendar Year H008 3 Chemicals Solvents - Methanol Solvents - Methanol - Medium Low Discount 37.18%Based on January List Price of Applicable Calendar Year H008 4 Chemicals Solvents - Methanol Solvents - Methanol - Low Discount 67.15%Based on January List Price of Applicable Calendar Year H008 5 Chemicals Solvents - Methylene Chloride Solvents - Methylene Chloride - Medium High Discount27.81%Based on January List Price of Applicable Calendar Year H019 2 Chemicals Solvents - Methylene Chloride Solvents - Methylene Chloride - Medium Discount 72.89%Based on January List Price of Applicable Calendar Year H019 3 Chemicals Solvents - Methylene Chloride Solvents - Methylene Chloride - Medium Low Discount75.45%Based on January List Price of Applicable Calendar Year H019 4 Chemicals Solvents - Methylene Chloride Solvents - Methylene Chloride - Low Discount 67.15%Based on January List Price of Applicable Calendar Year H019 5 Chemicals Solvents - Other Solvents - Other - High Discount 32.13%Based on January List Price of Applicable Calendar Year H003 1 Chemicals Solvents - Other Solvents - Other - Medium High Discount 75.22%Based on January List Price of Applicable Calendar Year H003 2 Chemicals Solvents - Other Solvents - Other - Medium Discount 67.92%Based on January List Price of Applicable Calendar Year H003 3 Chemicals Solvents - Other Solvents - Other - Medium Low Discount 73.05%Based on January List Price of Applicable Calendar Year H003 4 Chemicals Solvents - Other Solvents - Other - Low Discount 60.83%Based on January List Price of Applicable Calendar Year H003 5 Chemicals Solvents - Xylenes Solvents - Xylenes - Medium Discount 68.84%Based on January List Price of Applicable Calendar Year H021 3 Chemicals Solvents - Xylenes Solvents - Xylenes - Medium Low Discount 51.70%Based on January List Price of Applicable Calendar Year H021 4 Chemicals Solvents - Xylenes Solvents - Xylenes - Low Discount 73.45%Based on January List Price of Applicable Calendar Year H021 5 Chemicals Standards Standards - High Discount 46.70%Based on January List Price of Applicable Calendar Year H013 1 Chemicals Standards Standards - Medium High Discount 43.01%Based on January List Price of Applicable Calendar Year H013 2 Chemicals Standards Standards - Medium Discount 63.75%Based on January List Price of Applicable Calendar Year H013 3 Chemicals Standards Standards - Medium Low Discount 47.55%Based on January List Price of Applicable Calendar Year H013 4 Chemicals Standards Standards - Low Discount 21.79%Based on January List Price of Applicable Calendar Year H013 5 Chemicals Water Water - High Discount 61.60%Based on January List Price of Applicable Calendar Year H017 1 Chemicals Water Water - Medium High Discount 23.92%Based on January List Price of Applicable Calendar Year H017 2 Chemicals Water Water - Medium Discount 68.05%Based on January List Price of Applicable Calendar Year H017 3 Chemicals Water Water - Medium Low Discount 69.05%Based on January List Price of Applicable Calendar Year H017 4 Chemicals Water Water - Low Discount 57.45%Based on January List Price of Applicable Calendar Year H017 5 Consumables Autoradiography Supplies Autoradiography Supplies - Medium Discount 17.78%Based on January List Price of Applicable Calendar Year C070 3 Consumables Autoradiography Supplies Autoradiography Supplies - Medium Low Discount 45.00%Based on January List Price of Applicable Calendar Year C070 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Autoradiography Supplies Autoradiography Supplies - Low Discount 20.55%Based on January List Price of Applicable Calendar Year C070 5 Consumables Bags - Autoclaving Bags Bags - Autoclaving Bags - Medium High Discount 54.99%Based on January List Price of Applicable Calendar Year C051 2 Consumables Bags - Autoclaving Bags Bags - Autoclaving Bags - Medium Discount 65.95%Based on January List Price of Applicable Calendar Year C051 3 Consumables Bags - Autoclaving Bags Bags - Autoclaving Bags - Medium Low Discount 61.25%Based on January List Price of Applicable Calendar Year C051 4 Consumables Bags - Autoclaving Bags Bags - Autoclaving Bags - Low Discount 55.20%Based on January List Price of Applicable Calendar Year C051 5 Consumables Bags - Other Bags - Other - Medium High Discount 28.09%Based on January List Price of Applicable Calendar Year C074 2 Consumables Bags - Other Bags - Other - Medium Discount 46.30%Based on January List Price of Applicable Calendar Year C074 3 Consumables Bags - Other Bags - Other - Medium Low Discount 53.15%Based on January List Price of Applicable Calendar Year C074 4 Consumables Bags - Other Bags - Other - Low Discount 39.35%Based on January List Price of Applicable Calendar Year C074 5 Consumables Bags - Sample Bags Bags - Sample Bags - High Discount 43.95%Based on January List Price of Applicable Calendar Year C041 1 Consumables Bags - Sample Bags Bags - Sample Bags - Medium High Discount 37.95%Based on January List Price of Applicable Calendar Year C041 2 Consumables Bags - Sample Bags Bags - Sample Bags - Medium Discount 50.04%Based on January List Price of Applicable Calendar Year C041 3 Consumables Bags - Sample Bags Bags - Sample Bags - Medium Low Discount 42.45%Based on January List Price of Applicable Calendar Year C041 4 Consumables Bags - Sample Bags Bags - Sample Bags - Low Discount 40.45%Based on January List Price of Applicable Calendar Year C041 5 Consumables Beakers - Glass Beakers - Glass - Medium Low Discount 41.33%Based on January List Price of Applicable Calendar Year C079 4 Consumables Beakers - Glass Beakers - Glass - Low Discount 42.37%Based on January List Price of Applicable Calendar Year C079 5 Consumables Beakers - Plastic and Other Beakers - Plastic and Other - Medium High Discount 48.26%Based on January List Price of Applicable Calendar Year C076 2 Consumables Beakers - Plastic and Other Beakers - Plastic and Other - Medium Discount 57.10%Based on January List Price of Applicable Calendar Year C076 3 Consumables Beakers - Plastic and Other Beakers - Plastic and Other - Medium Low Discount 54.35%Based on January List Price of Applicable Calendar Year C076 4 Consumables Beakers - Plastic and Other Beakers - Plastic and Other - Low Discount 41.35%Based on January List Price of Applicable Calendar Year C076 5 Consumables Bench Protectors Bench Protectors - Medium Discount 46.33%Based on January List Price of Applicable Calendar Year C072 3 Consumables Bench Protectors Bench Protectors - Medium Low Discount 42.75%Based on January List Price of Applicable Calendar Year C072 4 Consumables Bench Protectors Bench Protectors - Low Discount 39.55%Based on January List Price of Applicable Calendar Year C072 5 Consumables Bottles - Glass Bottles [General Purpose]Bottles - Glass Bottles [General Purpose] - Medium High Discount58.36%Based on January List Price of Applicable Calendar Year C046 2 Consumables Bottles - Glass Bottles [General Purpose]Bottles - Glass Bottles [General Purpose] - Medium Discount62.45%Based on January List Price of Applicable Calendar Year C046 3 Consumables Bottles - Glass Bottles [General Purpose]Bottles - Glass Bottles [General Purpose] - Medium Low Discount61.47%Based on January List Price of Applicable Calendar Year C046 4 Consumables Bottles - Glass Bottles [General Purpose]Bottles - Glass Bottles [General Purpose] - Low Discount45.33%Based on January List Price of Applicable Calendar Year C046 5 Consumables Bottles - Media Bottles Bottles - Media Bottles - High Discount 41.50%Based on January List Price of Applicable Calendar Year C033 1 Consumables Bottles - Media Bottles Bottles - Media Bottles - Medium High Discount 48.25%Based on January List Price of Applicable Calendar Year C033 2 Consumables Bottles - Media Bottles Bottles - Media Bottles - Medium Discount 44.77%Based on January List Price of Applicable Calendar Year C033 3 Consumables Bottles - Media Bottles Bottles - Media Bottles - Medium Low Discount 35.94%Based on January List Price of Applicable Calendar Year C033 4 Consumables Bottles - Media Bottles Bottles - Media Bottles - Low Discount 41.65%Based on January List Price of Applicable Calendar Year C033 5 Consumables Bottles - Other Bottles - Other - High Discount 42.97%Based on January List Price of Applicable Calendar Year C013 1 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Bottles - Other Bottles - Other - Medium High Discount 60.75%Based on January List Price of Applicable Calendar Year C013 2 Consumables Bottles - Other Bottles - Other - Medium Discount 37.67%Based on January List Price of Applicable Calendar Year C013 3 Consumables Bottles - Other Bottles - Other - Medium Low Discount 40.21%Based on January List Price of Applicable Calendar Year C013 4 Consumables Bottles - Other Bottles - Other - Low Discount 36.15%Based on January List Price of Applicable Calendar Year C013 5 Consumables Bottles - Plastic Bottles [General Purpose]Bottles - Plastic Bottles [General Purpose] - High Discount40.37%Based on January List Price of Applicable Calendar Year C014 1 Consumables Bottles - Plastic Bottles [General Purpose]Bottles - Plastic Bottles [General Purpose] - Medium High Discount49.05%Based on January List Price of Applicable Calendar Year C014 2 Consumables Bottles - Plastic Bottles [General Purpose]Bottles - Plastic Bottles [General Purpose] - Medium Discount49.90%Based on January List Price of Applicable Calendar Year C014 3 Consumables Bottles - Plastic Bottles [General Purpose]Bottles - Plastic Bottles [General Purpose] - Medium Low Discount42.25%Based on January List Price of Applicable Calendar Year C014 4 Consumables Bottles - Plastic Bottles [General Purpose]Bottles - Plastic Bottles [General Purpose] - Low Discount37.55%Based on January List Price of Applicable Calendar Year C014 5 Consumables Bottles - Wash Bottles Bottles - Wash Bottles - Medium High Discount 51.45%Based on January List Price of Applicable Calendar Year C091 2 Consumables Bottles - Wash Bottles Bottles - Wash Bottles - Medium Discount 57.32%Based on January List Price of Applicable Calendar Year C091 3 Consumables Bottles - Wash Bottles Bottles - Wash Bottles - Medium Low Discount 50.45%Based on January List Price of Applicable Calendar Year C091 4 Consumables Bottles - Wash Bottles Bottles - Wash Bottles - Low Discount 52.55%Based on January List Price of Applicable Calendar Year C091 5 Consumables Burets Burets - High Discount 44.40%Based on January List Price of Applicable Calendar Year C087 1 Consumables Burets Burets - Medium High Discount 47.00%Based on January List Price of Applicable Calendar Year C087 2 Consumables Burets Burets - Medium Discount 65.95%Based on January List Price of Applicable Calendar Year C087 3 Consumables Burets Burets - Medium Low Discount 45.65%Based on January List Price of Applicable Calendar Year C087 4 Consumables Burets Burets - Low Discount 41.85%Based on January List Price of Applicable Calendar Year C087 5 Consumables Carboys and Jerricans Carboys and Jerricans - Medium High Discount 42.98%Based on January List Price of Applicable Calendar Year C061 2 Consumables Carboys and Jerricans Carboys and Jerricans - Medium Discount 60.00%Based on January List Price of Applicable Calendar Year C061 3 Consumables Carboys and Jerricans Carboys and Jerricans - Medium Low Discount 42.12%Based on January List Price of Applicable Calendar Year C061 4 Consumables Carboys and Jerricans Carboys and Jerricans - Low Discount 31.64%Based on January List Price of Applicable Calendar Year C061 5 Consumables Cell Culture Dishes Cell Culture Dishes - Medium Low Discount 42.36%Based on January List Price of Applicable Calendar Year C038 4 Consumables Cell Culture Flasks Cell Culture Flasks - High Discount 35.56%Based on January List Price of Applicable Calendar Year C009 1 Consumables Cell Culture Flasks Cell Culture Flasks - Medium High Discount 43.02%Based on January List Price of Applicable Calendar Year C009 2 Consumables Cell Culture Flasks Cell Culture Flasks - Medium Discount 39.75%Based on January List Price of Applicable Calendar Year C009 3 Consumables Cell Culture Flasks Cell Culture Flasks - Medium Low Discount 21.96%Based on January List Price of Applicable Calendar Year C009 4 Consumables Cell Culture Flasks Cell Culture Flasks - Low Discount 35.75%Based on January List Price of Applicable Calendar Year C009 5 Consumables Cell Culture Microplates Cell Culture Microplates - High Discount 31.47%Based on January List Price of Applicable Calendar Year C024 1 Consumables Cell Culture Microplates Cell Culture Microplates - Medium High Discount 41.77%Based on January List Price of Applicable Calendar Year C024 2 Consumables Cell Culture Microplates Cell Culture Microplates - Medium Discount 21.18%Based on January List Price of Applicable Calendar Year C024 3 Consumables Cell Culture Microplates Cell Culture Microplates - Medium Low Discount 42.85%Based on January List Price of Applicable Calendar Year C024 4 Consumables Cell Culture Microplates Cell Culture Microplates - Low Discount 29.95%Based on January List Price of Applicable Calendar Year C024 5 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Cell Culture Tubes Cell Culture Tubes - Medium High Discount 60.19%Based on January List Price of Applicable Calendar Year C037 2 Consumables Cell Culture Tubes Cell Culture Tubes - Medium Discount 47.86%Based on January List Price of Applicable Calendar Year C037 3 Consumables Cell Culture Tubes Cell Culture Tubes - Medium Low Discount 62.35%Based on January List Price of Applicable Calendar Year C037 4 Consumables Cell Culture Tubes Cell Culture Tubes - Low Discount 42.95%Based on January List Price of Applicable Calendar Year C037 5 Consumables Cellware [Specialty]Cellware [Specialty] - High Discount 28.97%Based on January List Price of Applicable Calendar Year C040 1 Consumables Cellware [Specialty]Cellware [Specialty] - Medium High Discount 37.84%Based on January List Price of Applicable Calendar Year C040 2 Consumables Cellware [Specialty]Cellware [Specialty] - Medium Discount 24.68%Based on January List Price of Applicable Calendar Year C040 3 Consumables Cellware [Specialty]Cellware [Specialty] - Medium Low Discount 22.05%Based on January List Price of Applicable Calendar Year C040 4 Consumables Cellware [Specialty]Cellware [Specialty] - Low Discount 17.65%Based on January List Price of Applicable Calendar Year C040 5 Consumables Chromatography Columns Chromatography Columns - High Discount 25.55%Based on January List Price of Applicable Calendar Year C032 1 Consumables Chromatography Columns Chromatography Columns - Medium High Discount 21.75%Based on January List Price of Applicable Calendar Year C032 2 Consumables Chromatography Columns Chromatography Columns - Medium Discount 14.15%Based on January List Price of Applicable Calendar Year C032 3 Consumables Chromatography Columns Chromatography Columns - Medium Low Discount 21.25%Based on January List Price of Applicable Calendar Year C032 4 Consumables Chromatography Columns Chromatography Columns - Low Discount 15.05%Based on January List Price of Applicable Calendar Year C032 5 Consumables Chromatography Columns and Supplies Chromatography Columns and Supplies - High Discount30.12%Based on January List Price of Applicable Calendar Year C039 1 Consumables Chromatography Columns and Supplies Chromatography Columns and Supplies - Medium High Discount31.31%Based on January List Price of Applicable Calendar Year C039 2 Consumables Chromatography Columns and Supplies Chromatography Columns and Supplies - Medium Discount16.35%Based on January List Price of Applicable Calendar Year C039 3 Consumables Chromatography Columns and Supplies Chromatography Columns and Supplies - Medium Low Discount19.58%Based on January List Price of Applicable Calendar Year C039 4 Consumables Chromatography Columns and Supplies Chromatography Columns and Supplies - Low Discount16.25%Based on January List Price of Applicable Calendar Year C039 5 Consumables Cleaning Products Cleaning Products - High Discount 43.15%Based on January List Price of Applicable Calendar Year C026 1 Consumables Cleaning Products Cleaning Products - Medium High Discount 46.82%Based on January List Price of Applicable Calendar Year C026 2 Consumables Cleaning Products Cleaning Products - Medium Discount 33.05%Based on January List Price of Applicable Calendar Year C026 3 Consumables Cleaning Products Cleaning Products - Medium Low Discount 28.31%Based on January List Price of Applicable Calendar Year C026 4 Consumables Cleaning Products Cleaning Products - Low Discount 29.05%Based on January List Price of Applicable Calendar Year C026 5 Consumables Consumables - All Other Consumables - All Other - High Discount 48.35%Based on January List Price of Applicable Calendar Year C001 1 Consumables Consumables - All Other Consumables - All Other - Medium High Discount 53.18%Based on January List Price of Applicable Calendar Year C001 2 Consumables Consumables - All Other Consumables - All Other - Medium Discount 28.73%Based on January List Price of Applicable Calendar Year C001 3 Consumables Consumables - All Other Consumables - All Other - Medium Low Discount 37.05%Based on January List Price of Applicable Calendar Year C001 4 Consumables Consumables - All Other Consumables - All Other - Low Discount 23.75%Based on January List Price of Applicable Calendar Year C001 5 Consumables Consumables - Education Consumables - Education - High Discount 31.68%Based on January List Price of Applicable Calendar Year C900 1 Consumables Consumables - Education Consumables - Education - Medium High Discount 27.86%Based on January List Price of Applicable Calendar Year C900 2 Consumables Consumables - Education Consumables - Education - Medium Discount 29.04%Based on January List Price of Applicable Calendar Year C900 3 Consumables Consumables - Education Consumables - Education - Medium Low Discount 24.65%Based on January List Price of Applicable Calendar Year C900 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Consumables - Education Consumables - Education - Low Discount 26.45%Based on January List Price of Applicable Calendar Year C900 5 Consumables Controlled Environments – Apparel (Safety)Controlled Environments – Apparel (Safety) - Medium High Discount37.85%Based on January List Price of Applicable Calendar Year C016 2 Consumables Controlled Environments – Apparel (Safety)Controlled Environments – Apparel (Safety) - Medium Discount 76.80%Based on January List Price of Applicable Calendar Year C016 3 Consumables Controlled Environments – Apparel (Safety)Controlled Environments – Apparel (Safety) - Medium Low Discount 32.62%Based on January List Price of Applicable Calendar Year C016 4 Consumables Controlled Environments – Apparel (Safety)Controlled Environments – Apparel (Safety) - Low Discount 57.65%Based on January List Price of Applicable Calendar Year C016 5 Consumables Controlled Environments – Gloves (Safety)Controlled Environments – Gloves (Safety) - High Discount 35.75%Based on January List Price of Applicable Calendar Year C021 1 Consumables Controlled Environments – Gloves (Safety)Controlled Environments – Gloves (Safety) - Medium Discount34.45%Based on January List Price of Applicable Calendar Year C021 3 Consumables Controlled Environments – Gloves (Safety)Controlled Environments – Gloves (Safety) - Medium Low Discount 36.05%Based on January List Price of Applicable Calendar Year C021 4 Consumables Controlled Environments – Gloves (Safety)Controlled Environments – Gloves (Safety) - Low Discount 39.15%Based on January List Price of Applicable Calendar Year C021 5 Consumables Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) - High Discount 26.75%Based on January List Price of Applicable Calendar Year C049 1 Consumables Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) - Medium High Discount 38.55%Based on January List Price of Applicable Calendar Year C049 2 Consumables Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) - Medium Discount 25.65%Based on January List Price of Applicable Calendar Year C049 3 Consumables Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) - Medium Low Discount 27.85%Based on January List Price of Applicable Calendar Year C049 4 Consumables Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) Controlled Environments – Housekeeping, Matting, Packaging, Stationary & Tape (Safety) - Low Discount 34.96%Based on January List Price of Applicable Calendar Year C049 5 Consumables Controlled Environments – Wipers & Swabs (Safety)Controlled Environments – Wipers & Swabs (Safety) - Medium Discount 34.05%Based on January List Price of Applicable Calendar Year C018 3 Consumables Controlled Environments – Wipers & Swabs (Safety)Controlled Environments – Wipers & Swabs (Safety) - Medium Low Discount 36.73%Based on January List Price of Applicable Calendar Year C018 4 Consumables Controlled Environments – Wipers & Swabs (Safety)Controlled Environments – Wipers & Swabs (Safety) - Low Discount 30.45%Based on January List Price of Applicable Calendar Year C018 5 Consumables Coverslips Coverslips - Medium High Discount 64.04%Based on January List Price of Applicable Calendar Year C065 2 Consumables Coverslips Coverslips - Medium Discount 48.84% Based on January List Price of Applicable Calendar Year C065 3 Consumables Coverslips Coverslips - Medium Low Discount 59.25%Based on January List Price of Applicable Calendar Year C065 4 Consumables Coverslips Coverslips - Low Discount 42.65%Based on January List Price of Applicable Calendar Year C065 5 Consumables Crucibles Crucibles - Medium Low Discount 36.25%Based on January List Price of Applicable Calendar Year C090 4 Consumables Crucibles Crucibles - Low Discount 38.25%Based on January List Price of Applicable Calendar Year C090 5 Consumables Cuvets and Cells Cuvets and Cells - Medium High Discount 46.75%Based on January List Price of Applicable Calendar Year C075 2 Consumables Cuvets and Cells Cuvets and Cells - Medium Discount 37.75%Based on January List Price of Applicable Calendar Year C075 3 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Cuvets and Cells Cuvets and Cells - Medium Low Discount 29.27%Based on January List Price of Applicable Calendar Year C075 4 Consumables Cuvets and Cells Cuvets and Cells - Low Discount 8.45%Based on January List Price of Applicable Calendar Year C075 5 Consumables Cylinders [Laboratory]Cylinders [Laboratory] - High Discount 38.98%Based on January List Price of Applicable Calendar Year C068 1 Consumables Cylinders [Laboratory]Cylinders [Laboratory] - Medium High Discount 37.59%Based on January List Price of Applicable Calendar Year C068 2 Consumables Cylinders [Laboratory]Cylinders [Laboratory] - Medium Discount 41.15%Based on January List Price of Applicable Calendar Year C068 3 Consumables Cylinders [Laboratory]Cylinders [Laboratory] - Medium Low Discount 44.45%Based on January List Price of Applicable Calendar Year C068 4 Consumables Cylinders [Laboratory]Cylinders [Laboratory] - Low Discount 42.15%Based on January List Price of Applicable Calendar Year C068 5 Consumables Dishes - Other Dishes - Other - High Discount 62.85%Based on January List Price of Applicable Calendar Year C058 1 Consumables Dishes - Other Dishes - Other - Medium High Discount 66.85%Based on January List Price of Applicable Calendar Year C058 2 Consumables Dishes - Other Dishes - Other - Medium Discount 59.55%Based on January List Price of Applicable Calendar Year C058 3 Consumables Dishes - Other Dishes - Other - Medium Low Discount 43.49%Based on January List Price of Applicable Calendar Year C058 4 Consumables Dishes - Other Dishes - Other - Low Discount 29.99%Based on January List Price of Applicable Calendar Year C058 5 Consumables Dishes - Petri Dishes Dishes - Petri Dishes - High Discount 36.13%Based on January List Price of Applicable Calendar Year C029 1 Consumables Dishes - Petri Dishes Dishes - Petri Dishes - Medium High Discount 49.99%Based on January List Price of Applicable Calendar Year C029 2 Consumables Dishes - Petri Dishes Dishes - Petri Dishes - Medium Discount 46.55%Based on January List Price of Applicable Calendar Year C029 3 Consumables Dishes - Petri Dishes Dishes - Petri Dishes - Medium Low Discount 22.25%Based on January List Price of Applicable Calendar Year C029 4 Consumables Dishes - Petri Dishes Dishes - Petri Dishes - Low Discount 27.25%Based on January List Price of Applicable Calendar Year C029 5 Consumables Embedding Cassettes Embedding Cassettes - High Discount 31.35%Based on January List Price of Applicable Calendar Year C078 1 Consumables Embedding Cassettes Embedding Cassettes - Medium High Discount 44.02%Based on January List Price of Applicable Calendar Year C078 2 Consumables Embedding Cassettes Embedding Cassettes - Medium Discount 40.15%Based on January List Price of Applicable Calendar Year C078 3 Consumables Embedding Cassettes Embedding Cassettes - Medium Low Discount 31.45%Based on January List Price of Applicable Calendar Year C078 4 Consumables Embedding Cassettes Embedding Cassettes - Low Discount 20.75%Based on January List Price of Applicable Calendar Year C078 5 Consumables Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) - High Discount 26.16%Based on January List Price of Applicable Calendar Year C059 1 Consumables Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) - Medium High Discount 35.85%Based on January List Price of Applicable Calendar Year C059 2 Consumables Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) - Medium Discount 36.05%Based on January List Price of Applicable Calendar Year C059 3 Consumables Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) - Medium Low Discount 33.45%Based on January List Price of Applicable Calendar Year C059 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) Facility Safety - First Aid, Identification & Communication, Spill Control & Containment (Safety) - Low Discount 22.45%Based on January List Price of Applicable Calendar Year C059 5 Consumables Facility Safety - Maintenance & Operations - Consumables(Safety)Facility Safety - Maintenance & Operations - Consumables(Safety) - High Discount 54.97%Based on January List Price of Applicable Calendar Year C008 1 Consumables Facility Safety - Maintenance & Operations - Consumables(Safety)Facility Safety - Maintenance & Operations - Consumables(Safety) - Medium High Discount 48.95%Based on January List Price of Applicable Calendar Year C008 2 Consumables Facility Safety - Maintenance & Operations - Consumables(Safety)Facility Safety - Maintenance & Operations - Consumables(Safety) - Medium Discount 46.75%Based on January List Price of Applicable Calendar Year C008 3 Consumables Facility Safety - Maintenance & Operations - Consumables(Safety)Facility Safety - Maintenance & Operations - Consumables(Safety) - Medium Low Discount 39.31%Based on January List Price of Applicable Calendar Year C008 4 Consumables Facility Safety - Maintenance & Operations - Consumables(Safety)Facility Safety - Maintenance & Operations - Consumables(Safety) - Low Discount 36.95%Based on January List Price of Applicable Calendar Year C008 5 Consumables Film and Foil Wrapping Film and Foil Wrapping - Medium Discount 54.65%Based on January List Price of Applicable Calendar Year C082 3 Consumables Film and Foil Wrapping Film and Foil Wrapping - Medium Low Discount 31.23%Based on January List Price of Applicable Calendar Year C082 4 Consumables Film and Foil Wrapping Film and Foil Wrapping - Low Discount 14.55%Based on January List Price of Applicable Calendar Year C082 5 Consumables Filtration Products - Bottletop Filters Filtration Products - Bottletop Filters - High Discount 35.66%Based on January List Price of Applicable Calendar Year C019 1 Consumables Filtration Products - Bottletop Filters Filtration Products - Bottletop Filters - Medium High Discount 36.95%Based on January List Price of Applicable Calendar Year C019 2 Consumables Filtration Products - Bottletop Filters Filtration Products - Bottletop Filters - Medium Discount33.15%Based on January List Price of Applicable Calendar Year C019 3 Consumables Filtration Products - Bottletop Filters Filtration Products - Bottletop Filters - Medium Low Discount13.55%Based on January List Price of Applicable Calendar Year C019 4 Consumables Filtration Products - Bottletop Filters Filtration Products - Bottletop Filters - Low Discount 4.15%Based on January List Price of Applicable Calendar Year C019 5 Consumables Filtration Products - Centrifugal Filter Devices Filtration Products - Centrifugal Filter Devices - High Discount22.15%Based on January List Price of Applicable Calendar Year C022 1 Consumables Filtration Products - Centrifugal Filter Devices Filtration Products - Centrifugal Filter Devices - Medium High Discount 28.44%Based on January List Price of Applicable Calendar Year C022 2 Consumables Filtration Products - Centrifugal Filter Devices Filtration Products - Centrifugal Filter Devices - Medium Discount32.15%Based on January List Price of Applicable Calendar Year C022 3 Consumables Filtration Products - Centrifugal Filter Devices Filtration Products - Centrifugal Filter Devices - Medium Low Discount32.95%Based on January List Price of Applicable Calendar Year C022 4 Consumables Filtration Products - Centrifugal Filter DevicesFiltration Products - Centrifugal Filter Devices - Low Discount6.15%Based on January List Price of Applicable Calendar Year C022 5 Consumables Filtration Products - Filter UnitsFiltration Products - Filter Units - High Discount 37.75%Based on January List Price of Applicable Calendar Year C054 1 Consumables Filtration Products - Filter UnitsFiltration Products - Filter Units - Medium High Discount 13.75%Based on January List Price of Applicable Calendar Year C054 2 Consumables Filtration Products - Filter UnitsFiltration Products - Filter Units - Medium Discount 30.95%Based on January List Price of Applicable Calendar Year C054 3 Consumables Filtration Products - Filter UnitsFiltration Products - Filter Units - Medium Low Discount26.85%Based on January List Price of Applicable Calendar Year C054 4 Consumables Filtration Products - Filter UnitsFiltration Products - Filter Units - Low Discount 36.06%Based on January List Price of Applicable Calendar Year C054 5 Consumables Filtration Products - Other Filtration ProductsFiltration Products - Other Filtration Products - High Discount39.69%Based on January List Price of Applicable Calendar Year C003 1 Consumables Filtration Products - Other Filtration ProductsFiltration Products - Other Filtration Products - Medium High Discount34.75%Based on January List Price of Applicable Calendar Year C003 2 Consumables Filtration Products - Other Filtration ProductsFiltration Products - Other Filtration Products - Medium Discount26.35%Based on January List Price of Applicable Calendar Year C003 3 Consumables Filtration Products - Other Filtration ProductsFiltration Products - Other Filtration Products - Medium Low Discount11.75%Based on January List Price of Applicable Calendar Year C003 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Filtration Products - Other Filtration ProductsFiltration Products - Other Filtration Products - Low Discount32.14%Based on January List Price of Applicable Calendar Year C003 5 Consumables Filtration Products - Syringe and Syringeless Filters [Nonsterile]Filtration Products - Syringe and Syringeless Filters [Nonsterile] - High Discount 42.65%Based on January List Price of Applicable Calendar Year C020 1 Consumables Filtration Products - Syringe and Syringeless Filters [Nonsterile]Filtration Products - Syringe and Syringeless Filters [Nonsterile] - Medium High Discount 19.65%Based on January List Price of Applicable Calendar Year C020 2 Consumables Filtration Products - Syringe and Syringeless Filters [Nonsterile]Filtration Products - Syringe and Syringeless Filters [Nonsterile] - Medium Discount 23.45%Based on January List Price of Applicable Calendar Year C020 3 Consumables Filtration Products - Syringe and Syringeless Filters [Nonsterile]Filtration Products - Syringe and Syringeless Filters [Nonsterile] - Medium Low Discount 25.55%Based on January List Price of Applicable Calendar Year C020 4 Consumables Filtration Products - Syringe and Syringeless Filters [Nonsterile]Filtration Products - Syringe and Syringeless Filters [Nonsterile] - Low Discount 55.99%Based on January List Price of Applicable Calendar Year C020 5 Consumables Fire Fighting & Emergency Response – PPE (Safety) Fire Fighting & Emergency Response – PPE (Safety) - Medium Low Discount 24.35%Based on January List Price of Applicable Calendar Year C085 4 Consumables Flasks - Other Flasks - Other - Medium High Discount 36.22%Based on January List Price of Applicable Calendar Year C053 2 Consumables Flasks - Other Flasks - Other - Medium Discount 38.84%Based on January List Price of Applicable Calendar Year C053 3 Consumables Flasks - Other Flasks - Other - Medium Low Discount 31.85%Based on January List Price of Applicable Calendar Year C053 4 Consumables Flasks - Other Flasks - Other - Low Discount 45.65%Based on January List Price of Applicable Calendar Year C053 5 Consumables Flasks - Volumetric Flasks - Volumetric - High Discount 42.66%Based on January List Price of Applicable Calendar Year C056 1 Consumables Flasks - Volumetric Flasks - Volumetric - Medium High Discount 43.95%Based on January List Price of Applicable Calendar Year C056 2 Consumables Flasks - Volumetric Flasks - Volumetric - Medium Discount 33.85%Based on January List Price of Applicable Calendar Year C056 3 Consumables Flasks - Volumetric Flasks - Volumetric - Medium Low Discount 41.55%Based on January List Price of Applicable Calendar Year C056 4 Consumables Flasks - Volumetric Flasks - Volumetric - Low Discount 46.97%Based on January List Price of Applicable Calendar Year C056 5 Consumables Funnels Funnels - Medium High Discount 57.75%Based on January List Price of Applicable Calendar Year C073 2 Consumables Funnels Funnels - Medium Discount 41.93%Based on January List Price of Applicable Calendar Year C073 3 Consumables Funnels Funnels - Medium Low Discount 29.10%Based on January List Price of Applicable Calendar Year C073 4 Consumables Funnels Funnels - Low Discount 55.71%Based on January List Price of Applicable Calendar Year C073 5 Consumables Knives and Knife BladesKnives and Knife Blades - High Discount 66.59%Based on January List Price of Applicable Calendar Year C080 1 Consumables Knives and Knife BladesKnives and Knife Blades - Medium High Discount 32.08%Based on January List Price of Applicable Calendar Year C080 2 Consumables Knives and Knife BladesKnives and Knife Blades - Medium Discount 35.35%Based on January List Price of Applicable Calendar Year C080 3 Consumables Knives and Knife BladesKnives and Knife Blades - Medium Low Discount 27.95%Based on January List Price of Applicable Calendar Year C080 4 Consumables Knives and Knife BladesKnives and Knife Blades - Low Discount 21.47%Based on January List Price of Applicable Calendar Year C080 5 Consumables Membranes For Hybridization and TransferMembranes For Hybridization and Transfer - High Discount35.55%Based on January List Price of Applicable Calendar Year C069 1 Consumables Membranes For Hybridization and TransferMembranes For Hybridization and Transfer - Medium High Discount35.45%Based on January List Price of Applicable Calendar Year C069 2 Consumables Membranes For Hybridization and TransferMembranes For Hybridization and Transfer - Medium Discount16.05%Based on January List Price of Applicable Calendar Year C069 3 Consumables Membranes For Hybridization and TransferMembranes For Hybridization and Transfer - Medium Low Discount 15.15%Based on January List Price of Applicable Calendar Year C069 4 Consumables Membranes For Hybridization and TransferMembranes For Hybridization and Transfer - Low Discount30.78%Based on January List Price of Applicable Calendar Year C069 5 Consumables Microplate Covers Microplate Covers - High Discount 35.05%Based on January List Price of Applicable Calendar Year C055 1 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Microplate Covers Microplate Covers - Medium High Discount 38.05%Based on January List Price of Applicable Calendar Year C055 2 Consumables Microplate Covers Microplate Covers - Medium Discount 22.25%Based on January List Price of Applicable Calendar Year C055 3 Consumables Microplate Covers Microplate Covers - Medium Low Discount 26.15%Based on January List Price of Applicable Calendar Year C055 4 Consumables Microplate Covers Microplate Covers - Low Discount 31.61%Based on January List Price of Applicable Calendar Year C055 5 Consumables Microplates - Assay MicroplatesMicroplates - Assay Microplates - High Discount 27.65%Based on January List Price of Applicable Calendar Year C028 1 Consumables Microplates - Assay MicroplatesMicroplates - Assay Microplates - Medium High Discount35.10%Based on January List Price of Applicable Calendar Year C028 2 Consumables Microplates - Assay MicroplatesMicroplates - Assay Microplates - Medium Discount 34.35%Based on January List Price of Applicable Calendar Year C028 3 Consumables Microplates - Assay MicroplatesMicroplates - Assay Microplates - Medium Low Discount29.91%Based on January List Price of Applicable Calendar Year C028 4 Consumables Microplates - Assay MicroplatesMicroplates - Assay Microplates - Low Discount 35.38%Based on January List Price of Applicable Calendar Year C028 5 Consumables Microplates - Other Microplates - Other - High Discount 22.09%Based on January List Price of Applicable Calendar Year C015 1 Consumables Microplates - Other Microplates - Other - Medium High Discount 33.41%Based on January List Price of Applicable Calendar Year C015 2 Consumables Microplates - Other Microplates - Other - Medium Discount 29.15%Based on January List Price of Applicable Calendar Year C015 3 Consumables Microplates - Other Microplates - Other - Medium Low Discount 10.05%Based on January List Price of Applicable Calendar Year C015 4 Consumables Microplates - Other Microplates - Other - Low Discount 58.25%Based on January List Price of Applicable Calendar Year C015 5 Consumables Microscope Slides Microscope Slides - Medium Discount 42.57%Based on January List Price of Applicable Calendar Year C007 3 Consumables Microscope Slides Microscope Slides - Medium Low Discount 23.05%Based on January List Price of Applicable Calendar Year C007 4 Consumables Microscope Slides Microscope Slides - Low Discount 51.40%Based on January List Price of Applicable Calendar Year C007 5 Consumables Pipets - Other Pipets - Other - High Discount 46.55%Based on January List Price of Applicable Calendar Year C043 1 Consumables Pipets - Other Pipets - Other - Medium High Discount 42.25%Based on January List Price of Applicable Calendar Year C043 2 Consumables Pipets - Other Pipets - Other - Medium Discount 33.09%Based on January List Price of Applicable Calendar Year C043 3 Consumables Pipets - Other Pipets - Other - Medium Low Discount 30.75%Based on January List Price of Applicable Calendar Year C043 4 Consumables Pipets - Other Pipets - Other - Low Discount 56.73%Based on January List Price of Applicable Calendar Year C043 5 Consumables Pipets - Serological PipetsPipets - Serological Pipets - High Discount 63.75%Based on January List Price of Applicable Calendar Year C005 1 Consumables Pipets - Serological PipetsPipets - Serological Pipets - Medium High Discount 41.26%Based on January List Price of Applicable Calendar Year C005 2 Consumables Pipets - Serological PipetsPipets - Serological Pipets - Medium Discount 33.75%Based on January List Price of Applicable Calendar Year C005 3 Consumables Pipets - Serological PipetsPipets - Serological Pipets - Medium Low Discount 42.75%Based on January List Price of Applicable Calendar Year C005 4 Consumables Pipets - Serological PipetsPipets - Serological Pipets - Low Discount 64.85%Based on January List Price of Applicable Calendar Year C005 5 Consumables Pipets - Transfer PipetsPipets - Transfer Pipets - Medium High Discount 65.35%Based on January List Price of Applicable Calendar Year C034 2 Consumables Pipets - Transfer PipetsPipets - Transfer Pipets - Medium Discount 64.85%Based on January List Price of Applicable Calendar Year C034 3 Consumables Pipets - Transfer PipetsPipets - Transfer Pipets - Medium Low Discount 56.38%Based on January List Price of Applicable Calendar Year C034 4 Consumables Pipets - Transfer PipetsPipets - Transfer Pipets - Low Discount 42.67%Based on January List Price of Applicable Calendar Year C034 5 Consumables Pipetter Tips - Filtering Pipetter TipsPipetter Tips - Filtering Pipetter Tips - Medium High Discount40.65%Based on January List Price of Applicable Calendar Year C025 2 Consumables Pipetter Tips - Filtering Pipetter TipsPipetter Tips - Filtering Pipetter Tips - Medium Discount36.55%Based on January List Price of Applicable Calendar Year C025 3 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Pipetter Tips - Filtering Pipetter TipsPipetter Tips - Filtering Pipetter Tips - Medium Low Discount3.85%Based on January List Price of Applicable Calendar Year C025 4 Consumables Pipetter Tips - Filtering Pipetter TipsPipetter Tips - Filtering Pipetter Tips - Low Discount 44.04%Based on January List Price of Applicable Calendar Year C025 5 Consumables Pipetter Tips - Other Pipetter Tips - Other - High Discount 28.45%Based on January List Price of Applicable Calendar Year C083 1 Consumables Pipetter Tips - Other Pipetter Tips - Other - Medium High Discount 34.65%Based on January List Price of Applicable Calendar Year C083 2 Consumables Pipetter Tips - Other Pipetter Tips - Other - Medium Discount 33.75%Based on January List Price of Applicable Calendar Year C083 3 Consumables Pipetter Tips - Other Pipetter Tips - Other - Medium Low Discount 28.75%Based on January List Price of Applicable Calendar Year C083 4 Consumables Pipetter Tips - Other Pipetter Tips - Other - Low Discount 33.91%Based on January List Price of Applicable Calendar Year C083 5 Consumables Pipetter Tips - Pipetter Specific TipsPipetter Tips - Pipetter Specific Tips - High Discount 26.49%Based on January List Price of Applicable Calendar Year C023 1 Consumables Pipetter Tips - Pipetter Specific TipsPipetter Tips - Pipetter Specific Tips - Medium High Discount33.25%Based on January List Price of Applicable Calendar Year C023 2 Consumables Pipetter Tips - Pipetter Specific TipsPipetter Tips - Pipetter Specific Tips - Medium Discount23.75%Based on January List Price of Applicable Calendar Year C023 3 Consumables Pipetter Tips - Pipetter Specific TipsPipetter Tips - Pipetter Specific Tips - Medium Low Discount4.75%Based on January List Price of Applicable Calendar Year C023 4 Consumables Pipetter Tips - Pipetter Specific TipsPipetter Tips - Pipetter Specific Tips - Low Discount 32.61%Based on January List Price of Applicable Calendar Year C023 5 Consumables Pipetter Tips - Repeater Pipetter TipsPipetter Tips - Repeater Pipetter Tips - High Discount 31.87%Based on January List Price of Applicable Calendar Year C092 1 Consumables Pipetter Tips - Repeater Pipetter TipsPipetter Tips - Repeater Pipetter Tips - Medium Discount29.95%Based on January List Price of Applicable Calendar Year C092 3 Consumables Pipetter Tips - Repeater Pipetter TipsPipetter Tips - Repeater Pipetter Tips - Low Discount 21.44%Based on January List Price of Applicable Calendar Year C092 5 Consumables Pipetter Tips - Robotic Pipetter TipsPipetter Tips - Robotic Pipetter Tips - High Discount 25.76%Based on January List Price of Applicable Calendar Year C081 1 Consumables Pipetter Tips - Robotic Pipetter TipsPipetter Tips - Robotic Pipetter Tips - Medium Discount35.25%Based on January List Price of Applicable Calendar Year C081 3 Consumables Pipetter Tips - Robotic Pipetter TipsPipetter Tips - Robotic Pipetter Tips - Medium Low Discount10.45%Based on January List Price of Applicable Calendar Year C081 4 Consumables Pipetter Tips - Universal Pipetter TipsPipetter Tips - Universal Pipetter Tips - High Discount 43.77%Based on January List Price of Applicable Calendar Year C011 1 Consumables Pipetter Tips - Universal Pipetter TipsPipetter Tips - Universal Pipetter Tips - Medium High Discount33.94%Based on January List Price of Applicable Calendar Year C011 2 Consumables Pipetter Tips - Universal Pipetter TipsPipetter Tips - Universal Pipetter Tips - Medium Discount35.75%Based on January List Price of Applicable Calendar Year C011 3 Consumables Pipetter Tips - Universal Pipetter TipsPipetter Tips - Universal Pipetter Tips - Medium Low Discount24.85%Based on January List Price of Applicable Calendar Year C011 4 Consumables Pipetter Tips - Universal Pipetter TipsPipetter Tips - Universal Pipetter Tips - Low Discount 45.84%Based on January List Price of Applicable Calendar Year C011 5 Consumables PPE – Apparel (Safety)PPE – Apparel (Safety) - High Discount 58.54%Based on January List Price of Applicable Calendar Year C012 1 Consumables PPE – Apparel (Safety)PPE – Apparel (Safety) - Medium High Discount 51.38%Based on January List Price of Applicable Calendar Year C012 2 Consumables PPE – Apparel (Safety)PPE – Apparel (Safety) - Medium Discount 40.84%Based on January List Price of Applicable Calendar Year C012 3 Consumables PPE – Apparel (Safety)PPE – Apparel (Safety) - Medium Low Discount 24.43%Based on January List Price of Applicable Calendar Year C012 4 Consumables PPE – Apparel (Safety)PPE – Apparel (Safety) - Low Discount 39.50%Based on January List Price of Applicable Calendar Year C012 5 Consumables PPE – Eye, Face, and Hearing (Safety)PPE – Eye, Face, and Hearing (Safety) - High Discount 35.76%Based on January List Price of Applicable Calendar Year C052 1 Consumables PPE – Eye, Face, and Hearing (Safety)PPE – Eye, Face, and Hearing (Safety) - Medium High Discount 38.33%Based on January List Price of Applicable Calendar Year C052 2 Consumables PPE – Eye, Face, and Hearing (Safety)PPE – Eye, Face, and Hearing (Safety) - Medium Discount 41.65%Based on January List Price of Applicable Calendar Year C052 3 Consumables PPE – Eye, Face, and Hearing (Safety)PPE – Eye, Face, and Hearing (Safety) - Medium Low Discount34.75%Based on January List Price of Applicable Calendar Year C052 4 Consumables PPE – Eye, Face, and Hearing (Safety)PPE – Eye, Face, and Hearing (Safety) - Low Discount 35.06%Based on January List Price of Applicable Calendar Year C052 5 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables PPE – Hand Protection – Chemical Resistant Gloves (Safety)PPE – Hand Protection – Chemical Resistant Gloves (Safety) - Medium Low Discount 30.53%Based on January List Price of Applicable Calendar Year C077 4 Consumables PPE – Hand Protection – Chemical Resistant Gloves (Safety)PPE – Hand Protection – Chemical Resistant Gloves (Safety) - Low Discount 48.80%Based on January List Price of Applicable Calendar Year C077 5 Consumables PPE – Hand Protection – Thin-Wall Gloves (Safety)PPE – Hand Protection – Thin-Wall Gloves (Safety) - Medium High Discount 65.10%Based on January List Price of Applicable Calendar Year C002 2 Consumables PPE – Hand Protection – Thin-Wall Gloves (Safety)PPE – Hand Protection – Thin-Wall Gloves (Safety) - Medium Discount 42.75%Based on January List Price of Applicable Calendar Year C002 3 Consumables PPE – Hand Protection – Thin-Wall Gloves (Safety)PPE – Hand Protection – Thin-Wall Gloves (Safety) - Medium Low Discount 43.75%Based on January List Price of Applicable Calendar Year C002 4 Consumables PPE – Hand Protection – Thin-Wall Gloves (Safety)PPE – Hand Protection – Thin-Wall Gloves (Safety) - Low Discount 37.13%Based on January List Price of Applicable Calendar Year C002 5 Consumables PPE – Hand Protection – Work & Specialty Gloves (Safety)PPE – Hand Protection – Work & Specialty Gloves (Safety) - Medium High Discount 34.55%Based on January List Price of Applicable Calendar Year C063 2 Consumables PPE – Hand Protection – Work & Specialty Gloves (Safety)PPE – Hand Protection – Work & Specialty Gloves (Safety) - Medium Discount 37.45%Based on January List Price of Applicable Calendar Year C063 3 Consumables PPE – Hand Protection – Work & Specialty Gloves (Safety)PPE – Hand Protection – Work & Specialty Gloves (Safety) - Medium Low Discount 36.95%Based on January List Price of Applicable Calendar Year C063 4 Consumables PPE – Hand Protection – Work & Specialty Gloves (Safety)PPE – Hand Protection – Work & Specialty Gloves (Safety) - Low Discount 39.48%Based on January List Price of Applicable Calendar Year C063 5 Consumables PPE – Head Protection (Safety)PPE – Head Protection (Safety) - Medium Discount 40.05%Based on January List Price of Applicable Calendar Year C093 3 Consumables PPE – Head Protection (Safety)PPE – Head Protection (Safety) - Medium Low Discount 38.89%Based on January List Price of Applicable Calendar Year C093 4 Consumables Reservoirs and Reservoir LinersReservoirs and Reservoir Liners - Medium High Discount46.10%Based on January List Price of Applicable Calendar Year C064 2 Consumables Reservoirs and Reservoir LinersReservoirs and Reservoir Liners - Medium Discount 26.73%Based on January List Price of Applicable Calendar Year C064 3 Consumables Reservoirs and Reservoir LinersReservoirs and Reservoir Liners - Medium Low Discount18.85%Based on January List Price of Applicable Calendar Year C064 4 Consumables Reservoirs and Reservoir LinersReservoirs and Reservoir Liners - Low Discount 31.87%Based on January List Price of Applicable Calendar Year C064 5 Consumables Samplers Samplers - High Discount 35.59%Based on January List Price of Applicable Calendar Year C088 1 Consumables Samplers Samplers - Medium High Discount 40.54%Based on January List Price of Applicable Calendar Year C088 2 Consumables Samplers Samplers - Medium Discount 29.05%Based on January List Price of Applicable Calendar Year C088 3 Consumables Samplers Samplers - Medium Low Discount 30.85%Based on January List Price of Applicable Calendar Year C088 4 Consumables Samplers Samplers - Low Discount 48.94%Based on January List Price of Applicable Calendar Year C088 5 Consumables Spatulas [General Purpose]Spatulas [General Purpose] - Medium High Discount 42.24%Based on January List Price of Applicable Calendar Year C089 2 Consumables Spatulas [General Purpose]Spatulas [General Purpose] - Medium Discount 47.85%Based on January List Price of Applicable Calendar Year C089 3 Consumables Spatulas [General Purpose]Spatulas [General Purpose] - Medium Low Discount 33.35%Based on January List Price of Applicable Calendar Year C089 4 Consumables Spatulas [General Purpose]Spatulas [General Purpose] - Low Discount 42.68%Based on January List Price of Applicable Calendar Year C089 5 Consumables Specimen Collection - Blood Specimen CollectionSpecimen Collection - Blood Specimen Collection - High Discount43.16%Based on January List Price of Applicable Calendar Year C047 1 Consumables Specimen Collection - Blood Specimen CollectionSpecimen Collection - Blood Specimen Collection - Medium High Discount29.25%Based on January List Price of Applicable Calendar Year C047 2 Consumables Specimen Collection - Blood Specimen CollectionSpecimen Collection - Blood Specimen Collection - Medium Discount27.95%Based on January List Price of Applicable Calendar Year C047 3 Consumables Specimen Collection - Blood Specimen CollectionSpecimen Collection - Blood Specimen Collection - Medium Low Discount 26.25%Based on January List Price of Applicable Calendar Year C047 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Specimen Collection - Blood Specimen CollectionSpecimen Collection - Blood Specimen Collection - Low Discount35.22%Based on January List Price of Applicable Calendar Year C047 5 Consumables Specimen Collection - Evacuated Blood TubesSpecimen Collection - Evacuated Blood Tubes - High Discount32.59%Based on January List Price of Applicable Calendar Year C006 1 Consumables Specimen Collection - Evacuated Blood TubesSpecimen Collection - Evacuated Blood Tubes - Medium High Discount36.05%Based on January List Price of Applicable Calendar Year C006 2 Consumables Specimen Collection - Evacuated Blood TubesSpecimen Collection - Evacuated Blood Tubes - Medium Discount35.25%Based on January List Price of Applicable Calendar Year C006 3 Consumables Specimen Collection - Evacuated Blood TubesSpecimen Collection - Evacuated Blood Tubes - Medium Low Discount29.95%Based on January List Price of Applicable Calendar Year C006 4 Consumables Specimen Collection - Microbiology and Transport Systems Specimen Collection - Microbiology and Transport Systems - High Discount 23.05%Based on January List Price of Applicable Calendar Year C042 1 Consumables Specimen Collection - Microbiology and Transport Systems Specimen Collection - Microbiology and Transport Systems - Medium High Discount 39.45%Based on January List Price of Applicable Calendar Year C042 2 Consumables Specimen Collection - Microbiology and Transport Systems Specimen Collection - Microbiology and Transport Systems - Medium Discount 15.15%Based on January List Price of Applicable Calendar Year C042 3 Consumables Specimen Collection - Microbiology and Transport Systems Specimen Collection - Microbiology and Transport Systems - Medium Low Discount 27.25%Based on January List Price of Applicable Calendar Year C042 4 Consumables Specimen Collection - Microbiology and Transport Systems Specimen Collection - Microbiology and Transport Systems - Low Discount 43.79%Based on January List Price of Applicable Calendar Year C042 5 Consumables Specimen Collection - OtherSpecimen Collection - Other - High Discount 44.85%Based on January List Price of Applicable Calendar Year C067 1 Consumables Specimen Collection - OtherSpecimen Collection - Other - Medium Discount 31.35%Based on January List Price of Applicable Calendar Year C067 3 Consumables Specimen Collection - OtherSpecimen Collection - Other - Medium Low Discount 27.75%Based on January List Price of Applicable Calendar Year C067 4 Consumables Specimen Collection - OtherSpecimen Collection - Other - Low Discount 27.75%Based on January List Price of Applicable Calendar Year C067 5 Consumables Specimen Collection - Tube NeedlesSpecimen Collection - Tube Needles - Medium Discount36.01%Based on January List Price of Applicable Calendar Year C060 3 Consumables Specimen Collection - Tube NeedlesSpecimen Collection - Tube Needles - Medium Low Discount23.97%Based on January List Price of Applicable Calendar Year C060 4 Consumables Specimen Collection - Tube NeedlesSpecimen Collection - Tube Needles - Low Discount 41.05%Based on January List Price of Applicable Calendar Year C060 5 Consumables Specimen Collection - Tubes for Blood CollectionSpecimen Collection - Tubes for Blood Collection - High Discount32.14%Based on January List Price of Applicable Calendar Year C048 1 Consumables Specimen Collection - Tubes for Blood CollectionSpecimen Collection - Tubes for Blood Collection - Medium High Discount34.95%Based on January List Price of Applicable Calendar Year C048 2 Consumables Specimen Collection - Tubes for Blood CollectionSpecimen Collection - Tubes for Blood Collection - Medium Discount31.65%Based on January List Price of Applicable Calendar Year C048 3 Consumables Specimen Collection - Tubes for Blood CollectionSpecimen Collection - Tubes for Blood Collection - Medium Low Discount31.65%Based on January List Price of Applicable Calendar Year C048 4 Consumables Specimen Collection - Tubes for Blood CollectionSpecimen Collection - Tubes for Blood Collection - Low Discount58.52%Based on January List Price of Applicable Calendar Year C048 5 Consumables Specimen Collection - Urine Specimen CollectionSpecimen Collection - Urine Specimen Collection - High Discount62.85%Based on January List Price of Applicable Calendar Year C045 1 Consumables Specimen Collection - Urine Specimen CollectionSpecimen Collection - Urine Specimen Collection - Medium High Discount39.85%Based on January List Price of Applicable Calendar Year C045 2 Consumables Specimen Collection - Urine Specimen CollectionSpecimen Collection - Urine Specimen Collection - Medium Discount35.65%Based on January List Price of Applicable Calendar Year C045 3 Consumables Specimen Collection - Urine Specimen CollectionSpecimen Collection - Urine Specimen Collection - Medium Low Discount30.90%Based on January List Price of Applicable Calendar Year C045 4 Consumables Specimen Collection - Winged Collection SetSpecimen Collection - Winged Collection Set - Medium High Discount31.80%Based on January List Price of Applicable Calendar Year C027 2 Consumables Specimen Collection - Winged Collection SetSpecimen Collection - Winged Collection Set - Medium Discount36.15%Based on January List Price of Applicable Calendar Year C027 3 Consumables Specimen Collection - Winged Collection SetSpecimen Collection - Winged Collection Set - Medium Low Discount 30.55%Based on January List Price of Applicable Calendar Year C027 4 Consumables Specimen Collection - Winged Collection SetSpecimen Collection - Winged Collection Set - Low Discount46.19%Based on January List Price of Applicable Calendar Year C027 5 Consumables Specimen ContainersSpecimen Containers - High Discount 51.97%Based on January List Price of Applicable Calendar Year C017 1 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Specimen ContainersSpecimen Containers - Medium High Discount 53.55%Based on January List Price of Applicable Calendar Year C017 2 Consumables Specimen ContainersSpecimen Containers - Medium Discount 44.61%Based on January List Price of Applicable Calendar Year C017 3 Consumables Specimen ContainersSpecimen Containers - Medium Low Discount 25.45%Based on January List Price of Applicable Calendar Year C017 4 Consumables Specimen ContainersSpecimen Containers - Low Discount 56.68%Based on January List Price of Applicable Calendar Year C017 5 Consumables Stirring Bars and RodsStirring Bars and Rods - Medium Discount 59.15%Based on January List Price of Applicable Calendar Year C084 3 Consumables Stirring Bars and RodsStirring Bars and Rods - Medium Low Discount 50.22%Based on January List Price of Applicable Calendar Year C084 4 Consumables Stirring Bars and RodsStirring Bars and Rods - Low Discount 42.94%Based on January List Price of Applicable Calendar Year C084 5 Consumables Stoppers Stoppers - High Discount 42.96%Based on January List Price of Applicable Calendar Year C086 1 Consumables Stoppers Stoppers - Medium High Discount 48.59%Based on January List Price of Applicable Calendar Year C086 2 Consumables Stoppers Stoppers - Medium Discount 44.05%Based on January List Price of Applicable Calendar Year C086 3 Consumables Stoppers Stoppers - Medium Low Discount 29.55%Based on January List Price of Applicable Calendar Year C086 4 Consumables Stoppers Stoppers - Low Discount 30.53%Based on January List Price of Applicable Calendar Year C086 5 Consumables Syringes - General Purpose SyringesSyringes - General Purpose Syringes - Medium High Discount28.23%Based on January List Price of Applicable Calendar Year C036 2 Consumables Syringes - General Purpose SyringesSyringes - General Purpose Syringes - Medium Discount28.55%Based on January List Price of Applicable Calendar Year C036 3 Consumables Syringes - General Purpose SyringesSyringes - General Purpose Syringes - Medium Low Discount28.35%Based on January List Price of Applicable Calendar Year C036 4 Consumables Syringes - General Purpose SyringesSyringes - General Purpose Syringes - Low Discount 33.01%Based on January List Price of Applicable Calendar Year C036 5 Consumables Syringes - Other Syringes - Other - High Discount 33.79%Based on January List Price of Applicable Calendar Year C050 1 Consumables Syringes - Other Syringes - Other - Medium High Discount 34.95%Based on January List Price of Applicable Calendar Year C050 2 Consumables Syringes - Other Syringes - Other - Medium Discount 25.00%Based on January List Price of Applicable Calendar Year C050 3 Consumables Syringes - Other Syringes - Other - Medium Low Discount 23.75%Based on January List Price of Applicable Calendar Year C050 4 Consumables Syringes - Other Syringes - Other - Low Discount 49.66%Based on January List Price of Applicable Calendar Year C050 5 Consumables Tubes - Centrifuge TubesTubes - Centrifuge Tubes - High Discount 51.04%Based on January List Price of Applicable Calendar Year C010 1 Consumables Tubes - Centrifuge TubesTubes - Centrifuge Tubes - Medium High Discount 40.84%Based on January List Price of Applicable Calendar Year C010 2 Consumables Tubes - Centrifuge TubesTubes - Centrifuge Tubes - Medium Discount 42.85%Based on January List Price of Applicable Calendar Year C010 3 Consumables Tubes - Centrifuge TubesTubes - Centrifuge Tubes - Medium Low Discount 35.95%Based on January List Price of Applicable Calendar Year C010 4 Consumables Tubes - Centrifuge TubesTubes - Centrifuge Tubes - Low Discount 56.99%Based on January List Price of Applicable Calendar Year C010 5 Consumables Tubes - Microtubes Tubes - Microtubes - Medium High Discount 39.60%Based on January List Price of Applicable Calendar Year C035 2 Consumables Tubes - Microtubes Tubes - Microtubes - Medium Discount 33.05%Based on January List Price of Applicable Calendar Year C035 3 Consumables Tubes - Microtubes Tubes - Microtubes - Medium Low Discount 7.95%Based on January List Price of Applicable Calendar Year C035 4 Consumables Tubes - Microtubes Tubes - Microtubes - Low Discount 23.77%Based on January List Price of Applicable Calendar Year C035 5 Consumables Tubes - Other Tubes - Other - High Discount 25.24%Based on January List Price of Applicable Calendar Year C066 1 Consumables Tubes - Other Tubes - Other - Medium High Discount 33.75%Based on January List Price of Applicable Calendar Year C066 2 Consumables Tubes - Other Tubes - Other - Medium Discount 31.77%Based on January List Price of Applicable Calendar Year C066 3 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Consumables Tubes - Other Tubes - Other - Medium Low Discount 14.07%Based on January List Price of Applicable Calendar Year C066 4 Consumables Tubes - Other Tubes - Other - Low Discount 35.44%Based on January List Price of Applicable Calendar Year C066 5 Consumables Tubes - Storage TubesTubes - Storage Tubes - Medium High Discount 34.32%Based on January List Price of Applicable Calendar Year C031 2 Consumables Tubes - Storage TubesTubes - Storage Tubes - Medium Discount 35.85%Based on January List Price of Applicable Calendar Year C031 3 Consumables Tubes - Storage TubesTubes - Storage Tubes - Medium Low Discount 30.55%Based on January List Price of Applicable Calendar Year C031 4 Consumables Tubes - Storage TubesTubes - Storage Tubes - Low Discount 51.51%Based on January List Price of Applicable Calendar Year C031 5 Consumables Tubes - Test Tubes Tubes - Test Tubes - High Discount 56.89%Based on January List Price of Applicable Calendar Year C030 1 Consumables Tubes - Test Tubes Tubes - Test Tubes - Medium High Discount 46.65%Based on January List Price of Applicable Calendar Year C030 2 Consumables Tubes - Test Tubes Tubes - Test Tubes - Medium Discount 42.23%Based on January List Price of Applicable Calendar Year C030 3 Consumables Tubes - Test Tubes Tubes - Test Tubes - Medium Low Discount 33.15%Based on January List Price of Applicable Calendar Year C030 4 Consumables Tubes - Test Tubes Tubes - Test Tubes - Low Discount 56.49%Based on January List Price of Applicable Calendar Year C030 5 Consumables Tubes - Tube ClosuresTubes - Tube Closures - Medium Discount 57.00%Based on January List Price of Applicable Calendar Year C062 3 Consumables Tubes - Tube ClosuresTubes - Tube Closures - Medium Low Discount 36.85%Based on January List Price of Applicable Calendar Year C062 4 Consumables Tubes - Tube ClosuresTubes - Tube Closures - Low Discount 40.37%Based on January List Price of Applicable Calendar Year C062 5 Consumables Tubing and Tubing ConnectorsTubing and Tubing Connectors - High Discount 41.02%Based on January List Price of Applicable Calendar Year C044 1 Consumables Tubing and Tubing ConnectorsTubing and Tubing Connectors - Medium High Discount48.65%Based on January List Price of Applicable Calendar Year C044 2 Consumables Tubing and Tubing ConnectorsTubing and Tubing Connectors - Medium Discount 47.98%Based on January List Price of Applicable Calendar Year C044 3 Consumables Tubing and Tubing ConnectorsTubing and Tubing Connectors - Medium Low Discount38.16%Based on January List Price of Applicable Calendar Year C044 4 Consumables Tubing and Tubing ConnectorsTubing and Tubing Connectors - Low Discount 38.27%Based on January List Price of Applicable Calendar Year C044 5 Consumables Vials and Vial InsertsVials and Vial Inserts - High Discount 30.50%Based on January List Price of Applicable Calendar Year C004 1 Consumables Vials and Vial InsertsVials and Vial Inserts - Medium High Discount 37.69%Based on January List Price of Applicable Calendar Year C004 2 Consumables Vials and Vial InsertsVials and Vial Inserts - Medium Discount 25.45%Based on January List Price of Applicable Calendar Year C004 3 Consumables Vials and Vial InsertsVials and Vial Inserts - Medium Low Discount 18.75%Based on January List Price of Applicable Calendar Year C004 4 Consumables Vials and Vial InsertsVials and Vial Inserts - Low Discount 41.67%Based on January List Price of Applicable Calendar Year C004 5 Consumables Waste Disposal ContainersWaste Disposal Containers - High Discount 46.25%Based on January List Price of Applicable Calendar Year C071 1 Consumables Waste Disposal ContainersWaste Disposal Containers - Medium Discount 34.42%Based on January List Price of Applicable Calendar Year C071 3 Consumables Waste Disposal ContainersWaste Disposal Containers - Medium Low Discount 29.45%Based on January List Price of Applicable Calendar Year C071 4 Consumables Waste Disposal ContainersWaste Disposal Containers - Low Discount 30.04%Based on January List Price of Applicable Calendar Year C071 5 Consumables Water and Wastewater Testing SuppliesWater and Wastewater Testing Supplies - High Discount37.05%Based on January List Price of Applicable Calendar Year C057 1 Consumables Water and Wastewater Testing SuppliesWater and Wastewater Testing Supplies - Medium High Discount 32.01%Based on January List Price of Applicable Calendar Year C057 2 Consumables Water and Wastewater Testing SuppliesWater and Wastewater Testing Supplies - Medium Discount26.69%Based on January List Price of Applicable Calendar Year C057 3 Consumables Water and Wastewater Testing SuppliesWater and Wastewater Testing Supplies - Medium Low Discount17.32%Based on January List Price of Applicable Calendar Year C057 4 Consumables Water and Wastewater Testing SuppliesWater and Wastewater Testing Supplies - Low Discount15.47%Based on January List Price of Applicable Calendar Year C057 5 EXHIBIT E EXHIBIT E- Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Diagnostics Antibody Production and PurificationAntibody Production and Purification - Medium High Discount12.13%Based on January List Price of Applicable Calendar Year D022 2 Diagnostics Antibody Production and PurificationAntibody Production and Purification - Medium Discount10.55%Based on January List Price of Applicable Calendar Year D022 3 Diagnostics Antibody Production and PurificationAntibody Production and Purification - Medium Low Discount9.43%Based on January List Price of Applicable Calendar Year D022 4 Diagnostics Antibody Production and PurificationAntibody Production and Purification - Low Discount 21.69%Based on January List Price of Applicable Calendar Year D022 5 Diagnostics Clinical Controls Calibrators and StandardsClinical Controls Calibrators and Standards - Medium High Discount31.15%Based on January List Price of Applicable Calendar Year D003 2 Diagnostics Clinical Controls Calibrators and StandardsClinical Controls Calibrators and Standards - Medium Discount12.05%Based on January List Price of Applicable Calendar Year D003 3 Diagnostics Clinical Diagnostic Kits and Reagents - General Chemistry Testing Clinical Diagnostic Kits and Reagents - General Chemistry Testing - High Discount 31.95%Based on January List Price of Applicable Calendar Year D013 1 Diagnostics Clinical Diagnostic Kits and Reagents - General Chemistry Testing Clinical Diagnostic Kits and Reagents - General Chemistry Testing - Medium High Discount 20.95%Based on January List Price of Applicable Calendar Year D013 2 Diagnostics Clinical Diagnostic Kits and Reagents - General Chemistry Testing Clinical Diagnostic Kits and Reagents - General Chemistry Testing - Medium Discount 31.45%Based on January List Price of Applicable Calendar Year D013 3 Diagnostics Clinical Diagnostic Kits and Reagents - General Chemistry Testing Clinical Diagnostic Kits and Reagents - General Chemistry Testing - Medium Low Discount 20.65%Based on January List Price of Applicable Calendar Year D013 4 Diagnostics Clinical Diagnostic Kits and Reagents - General Chemistry Testing Clinical Diagnostic Kits and Reagents - General Chemistry Testing - Low Discount 20.65%Based on January List Price of Applicable Calendar Year D013 5 Diagnostics Clinical Diagnostic Kits and Reagents - Influenza Testing Clinical Diagnostic Kits and Reagents - Influenza Testing - Medium High Discount 10.85%Based on January List Price of Applicable Calendar Year D005 2 Diagnostics Clinical Diagnostic Kits and Reagents - OtherClinical Diagnostic Kits and Reagents - Other - High Discount24.95%Based on January List Price of Applicable Calendar Year D002 1 Diagnostics Clinical Diagnostic Kits and Reagents - OtherClinical Diagnostic Kits and Reagents - Other - Medium High Discount37.25%Based on January List Price of Applicable Calendar Year D002 2 Diagnostics Clinical Diagnostic Kits and Reagents - OtherClinical Diagnostic Kits and Reagents - Other - Medium Discount22.33%Based on January List Price of Applicable Calendar Year D002 3 Diagnostics Clinical Diagnostic Kits and Reagents - OtherClinical Diagnostic Kits and Reagents - Other - Medium Low Discount36.32%Based on January List Price of Applicable Calendar Year D002 4 Diagnostics Clinical Diagnostic Kits and Reagents - OtherClinical Diagnostic Kits and Reagents - Other - Low Discount31.65%Based on January List Price of Applicable Calendar Year D002 5 Diagnostics Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests - Medium Discount 37.85%Based on January List Price of Applicable Calendar Year D007 3 Diagnostics Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests - Medium Low Discount 14.49%Based on January List Price of Applicable Calendar Year D007 4 Diagnostics Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests Clinical Diagnostic Kits and Reagents - Pregnancy [hCG] Tests - Low Discount 21.45%Based on January List Price of Applicable Calendar Year D007 5 Diagnostics Clinical Diagnostic Kits and Reagents - Streptococcus Testing Clinical Diagnostic Kits and Reagents - Streptococcus Testing - Medium Discount 14.65%Based on January List Price of Applicable Calendar Year D008 3 Diagnostics Clinical Diagnostic Kits and Reagents - Streptococcus Testing Clinical Diagnostic Kits and Reagents - Streptococcus Testing - Medium Low Discount 23.24%Based on January List Price of Applicable Calendar Year D008 4 Diagnostics Clinical Diagnostic Kits and Reagents - Streptococcus Testing Clinical Diagnostic Kits and Reagents - Streptococcus Testing - Low Discount 27.45%Based on January List Price of Applicable Calendar Year D008 5 Diagnostics Clinical Diagnostic Kits and Reagents - Urinalysis Testing Clinical Diagnostic Kits and Reagents - Urinalysis Testing - High Discount 21.77%Based on January List Price of Applicable Calendar Year D017 1 Diagnostics Clinical Diagnostic Kits and Reagents - Urinalysis Testing Clinical Diagnostic Kits and Reagents - Urinalysis Testing - Medium Discount 23.05%Based on January List Price of Applicable Calendar Year D017 3 Diagnostics Clinical Diagnostic Kits and Reagents - Urinalysis Testing Clinical Diagnostic Kits and Reagents - Urinalysis Testing - Medium Low Discount 13.88%Based on January List Price of Applicable Calendar Year D017 4 Diagnostics Clinical Diagnostic Kits and Reagents - Urinalysis Testing Clinical Diagnostic Kits and Reagents - Urinalysis Testing - Low Discount 8.65%Based on January List Price of Applicable Calendar Year D017 5 Diagnostics Diagnostics - All OtherDiagnostics - All Other - High Discount 14.10%Based on January List Price of Applicable Calendar Year D001 1 Diagnostics Diagnostics - All OtherDiagnostics - All Other - Medium High Discount 18.35%Based on January List Price of Applicable Calendar Year D001 2 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Diagnostics Diagnostics - All OtherDiagnostics - All Other - Medium Discount 10.95%Based on January List Price of Applicable Calendar Year D001 3 Diagnostics Diagnostics - All OtherDiagnostics - All Other - Medium Low Discount 11.27%Based on January List Price of Applicable Calendar Year D001 4 Diagnostics Diagnostics - All OtherDiagnostics - All Other - Low Discount 17.35%Based on January List Price of Applicable Calendar Year D001 5 Diagnostics Dialysis Desalting and Buffer ExchangeDialysis Desalting and Buffer Exchange - Medium High Discount11.05%Based on January List Price of Applicable Calendar Year D018 2 Diagnostics Dialysis Desalting and Buffer ExchangeDialysis Desalting and Buffer Exchange - Medium Low Discount12.73%Based on January List Price of Applicable Calendar Year D018 4 Diagnostics Dialysis Desalting and Buffer ExchangeDialysis Desalting and Buffer Exchange - Low Discount20.90%Based on January List Price of Applicable Calendar Year D018 5 Diagnostics Electrophoresis ReagentsElectrophoresis Reagents - High Discount 17.25%Based on January List Price of Applicable Calendar Year D011 1 Diagnostics Electrophoresis ReagentsElectrophoresis Reagents - Medium High Discount 15.67%Based on January List Price of Applicable Calendar Year D011 2 Diagnostics Electrophoresis ReagentsElectrophoresis Reagents - Medium Discount 14.15%Based on January List Price of Applicable Calendar Year D011 3 Diagnostics Electrophoresis ReagentsElectrophoresis Reagents - Medium Low Discount 21.38%Based on January List Price of Applicable Calendar Year D011 4 Diagnostics Electrophoresis ReagentsElectrophoresis Reagents - Low Discount 21.85%Based on January List Price of Applicable Calendar Year D011 5 Diagnostics Hematology Stains Hematology Stains - Medium High Discount 41.65%Based on January List Price of Applicable Calendar Year D020 2 Diagnostics Hematology Stains Hematology Stains - Medium Discount 25.65%Based on January List Price of Applicable Calendar Year D020 3 Diagnostics Hematology Stains Hematology Stains - Medium Low Discount 20.55%Based on January List Price of Applicable Calendar Year D020 4 Diagnostics Immunoassay TestingImmunoassay Testing - High Discount 24.85%Based on January List Price of Applicable Calendar Year D014 1 Diagnostics Immunoassay TestingImmunoassay Testing - Medium High Discount 18.75%Based on January List Price of Applicable Calendar Year D014 2 Diagnostics Immunoassay TestingImmunoassay Testing - Medium Discount 20.35%Based on January List Price of Applicable Calendar Year D014 3 Diagnostics Immunoassay TestingImmunoassay Testing - Medium Low Discount 10.89%Based on January List Price of Applicable Calendar Year D014 4 Diagnostics Immunoassay TestingImmunoassay Testing - Low Discount 30.25%Based on January List Price of Applicable Calendar Year D014 5 Diagnostics Immunoreagents Immunoreagents - Medium High Discount 12.05%Based on January List Price of Applicable Calendar Year D021 2 Diagnostics Immunoreagents Immunoreagents - Medium Discount 8.55%Based on January List Price of Applicable Calendar Year D021 3 Diagnostics Immunoreagents Immunoreagents - Medium Low Discount 22.51%Based on January List Price of Applicable Calendar Year D021 4 Diagnostics Immunoreagents Immunoreagents - Low Discount 21.95%Based on January List Price of Applicable Calendar Year D021 5 Diagnostics Microbiology ProductsMicrobiology Products - High Discount 24.05%Based on January List Price of Applicable Calendar Year D019 1 Diagnostics Microbiology ProductsMicrobiology Products - Medium High Discount 20.65%Based on January List Price of Applicable Calendar Year D019 2 Diagnostics Microbiology ProductsMicrobiology Products - Medium Discount 21.15%Based on January List Price of Applicable Calendar Year D019 3 Diagnostics Microbiology ProductsMicrobiology Products - Medium Low Discount 17.13%Based on January List Price of Applicable Calendar Year D019 4 Diagnostics Microbiology ProductsMicrobiology Products - Low Discount 32.65%Based on January List Price of Applicable Calendar Year D019 5 Diagnostics Molecular Biology Reagents and Kits - DNA Extraction and Purification Molecular Biology Reagents and Kits - DNA Extraction and Purification - Medium High Discount 18.75%Based on January List Price of Applicable Calendar Year D016 2 Diagnostics Molecular Biology Reagents and Kits - DNA Extraction and Purification Molecular Biology Reagents and Kits - DNA Extraction and Purification - Medium Discount 14.45%Based on January List Price of Applicable Calendar Year D016 3 Diagnostics Molecular Biology Reagents and Kits - DNA Extraction and Purification Molecular Biology Reagents and Kits - DNA Extraction and Purification - Medium Low Discount 13.59%Based on January List Price of Applicable Calendar Year D016 4 Diagnostics Molecular Biology Reagents and Kits - DNA Extraction and PurificationMolecular Biology Reagents and Kits - DNA Extraction and Purification - Low Discount 25.26%Based on January List Price of Applicable Calendar Year D016 5 Diagnostics Molecular Biology Reagents and Kits - Nucleic Acid Labeling and Detection Molecular Biology Reagents and Kits - Nucleic Acid Labeling and Detection - Medium Low Discount 13.09%Based on January List Price of Applicable Calendar Year D015 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Diagnostics Molecular Biology Reagents and Kits - Nucleic Acid Labeling and DetectionMolecular Biology Reagents and Kits - Nucleic Acid Labeling and Detection - Low Discount 14.15%Based on January List Price of Applicable Calendar Year D015 5 Diagnostics Molecular Biology Reagents and Kits - OtherMolecular Biology Reagents and Kits - Other - High Discount 9.75%Based on January List Price of Applicable Calendar Year D006 1 Diagnostics Molecular Biology Reagents and Kits - OtherMolecular Biology Reagents and Kits - Other - Medium High Discount3.15%Based on January List Price of Applicable Calendar Year D006 2 Diagnostics Molecular Biology Reagents and Kits - OtherMolecular Biology Reagents and Kits - Other - Medium Discount9.75%Based on January List Price of Applicable Calendar Year D006 3 Diagnostics Molecular Biology Reagents and Kits - OtherMolecular Biology Reagents and Kits - Other - Medium Low Discount9.82%Based on January List Price of Applicable Calendar Year D006 4 Diagnostics Molecular Biology Reagents and Kits - OtherMolecular Biology Reagents and Kits - Other - Low Discount13.45%Based on January List Price of Applicable Calendar Year D006 5 Diagnostics Protein Chemistry Reagents and KitsProtein Chemistry Reagents and Kits - High Discount 9.47%Based on January List Price of Applicable Calendar Year D004 1 Diagnostics Protein Chemistry Reagents and KitsProtein Chemistry Reagents and Kits - Medium High Discount12.05%Based on January List Price of Applicable Calendar Year D004 2 Diagnostics Protein Chemistry Reagents and KitsProtein Chemistry Reagents and Kits - Medium Discount4.95%Based on January List Price of Applicable Calendar Year D004 3 Diagnostics Protein Chemistry Reagents and KitsProtein Chemistry Reagents and Kits - Medium Low Discount18.65%Based on January List Price of Applicable Calendar Year D004 4 Diagnostics Protein Chemistry Reagents and KitsProtein Chemistry Reagents and Kits - Low Discount 27.65%Based on January List Price of Applicable Calendar Year D004 5 Diagnostics Tissue Processing ReagentsTissue Processing Reagents - Medium High Discount 30.26%Based on January List Price of Applicable Calendar Year D012 2 Diagnostics Tissue Processing ReagentsTissue Processing Reagents - Medium Discount 15.35%Based on January List Price of Applicable Calendar Year D012 3 Diagnostics Tissue Processing ReagentsTissue Processing Reagents - Medium Low Discount 13.99%Based on January List Price of Applicable Calendar Year D012 4 Diagnostics Tissue Processing ReagentsTissue Processing Reagents - Low Discount 12.67%Based on January List Price of Applicable Calendar Year D012 5 Diagnostics Western Blotting, ELISA and Cell ImagingWestern Blotting, ELISA and Cell Imaging - Medium High Discount14.65%Based on January List Price of Applicable Calendar Year D009 2 Diagnostics Western Blotting, ELISA and Cell ImagingWestern Blotting, ELISA and Cell Imaging - Medium Discount11.05%Based on January List Price of Applicable Calendar Year D009 3 Diagnostics Western Blotting, ELISA and Cell ImagingWestern Blotting, ELISA and Cell Imaging - Medium Low Discount22.53%Based on January List Price of Applicable Calendar Year D009 4 Diagnostics Western Blotting, ELISA and Cell ImagingWestern Blotting, ELISA and Cell Imaging - Low Discount18.47%Based on January List Price of Applicable Calendar Year D009 5 Equipment Baths - Other Baths - Other - High Discount 30.55%Based on January List Price of Applicable Calendar Year E013 1 Equipment Baths - Other Baths - Other - Medium High Discount 27.85%Based on January List Price of Applicable Calendar Year E013 2 Equipment Baths - Other Baths - Other - Medium Discount 22.95%Based on January List Price of Applicable Calendar Year E013 3 Equipment Baths - Other Baths - Other - Medium Low Discount 36.35%Based on January List Price of Applicable Calendar Year E013 4 Equipment Baths - Water Baths - Water - Medium Discount 35.08%Based on January List Price of Applicable Calendar Year E030 3 Equipment Blenders and HomogenizersBlenders and Homogenizers - High Discount 37.15%Based on January List Price of Applicable Calendar Year E024 1 Equipment Blenders and HomogenizersBlenders and Homogenizers - Medium High Discount 29.98%Based on January List Price of Applicable Calendar Year E024 2 Equipment Blenders and HomogenizersBlenders and Homogenizers - Medium Discount 24.15%Based on January List Price of Applicable Calendar Year E024 3 Equipment Blenders and HomogenizersBlenders and Homogenizers - Medium Low Discount 19.87%Based on January List Price of Applicable Calendar Year E024 4 Equipment Blenders and HomogenizersBlenders and Homogenizers - Low Discount 34.15%Based on January List Price of Applicable Calendar Year E024 5 Equipment Centrifuges - Benchtop [General Purpose]Centrifuges - Benchtop [General Purpose] - High Discount 5.35%Based on January List Price of Applicable Calendar Year E007 1 Equipment Centrifuges - Benchtop [General Purpose]Centrifuges - Benchtop [General Purpose] - Medium High Discount27.54%Based on January List Price of Applicable Calendar Year E007 2 Equipment Centrifuges - Benchtop [General Purpose]Centrifuges - Benchtop [General Purpose] - Medium Discount10.96%Based on January List Price of Applicable Calendar Year E007 3 Equipment Centrifuges - Benchtop MicrocentrifugesCentrifuges - Benchtop Microcentrifuges - Medium High Discount15.15%Based on January List Price of Applicable Calendar Year E012 2 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Equipment Centrifuges - Benchtop MicrocentrifugesCentrifuges - Benchtop Microcentrifuges - Medium Low Discount17.64%Based on January List Price of Applicable Calendar Year E012 4 Equipment Centrifuges - Benchtop MicrocentrifugesCentrifuges - Benchtop Microcentrifuges - Low Discount32.81%Based on January List Price of Applicable Calendar Year E012 5 Equipment Centrifuges - Benchtop OtherCentrifuges - Benchtop Other - High Discount 11.05%Based on January List Price of Applicable Calendar Year E014 1 Equipment Centrifuges - Benchtop OtherCentrifuges - Benchtop Other - Medium High Discount10.45%Based on January List Price of Applicable Calendar Year E014 2 Equipment Centrifuges - Benchtop OtherCentrifuges - Benchtop Other - Medium Discount 13.15%Based on January List Price of Applicable Calendar Year E014 3 Equipment Centrifuges - Benchtop OtherCentrifuges - Benchtop Other - Medium Low Discount 13.11%Based on January List Price of Applicable Calendar Year E014 4 Equipment Centrifuges - Benchtop OtherCentrifuges - Benchtop Other - Low Discount 32.65%Based on January List Price of Applicable Calendar Year E014 5 Equipment Centrifuges - Centrifuge AccessoriesCentrifuges - Centrifuge Accessories - High Discount 31.15%Based on January List Price of Applicable Calendar Year E021 1 Equipment Centrifuges - Centrifuge AccessoriesCentrifuges - Centrifuge Accessories - Medium Discount37.64%Based on January List Price of Applicable Calendar Year E021 3 Equipment Centrifuges - Centrifuge AccessoriesCentrifuges - Centrifuge Accessories - Medium Low Discount16.09%Based on January List Price of Applicable Calendar Year E021 4 Equipment Centrifuges - Centrifuge AccessoriesCentrifuges - Centrifuge Accessories - Low Discount 25.41%Based on January List Price of Applicable Calendar Year E021 5 Equipment Chromatography EquipmentChromatography Equipment - Medium High Discount 31.53%Based on January List Price of Applicable Calendar Year E042 2 Equipment Counting Devices Counting Devices - High Discount 18.76%Based on January List Price of Applicable Calendar Year E029 1 Equipment Counting Devices Counting Devices - Medium High Discount 24.15%Based on January List Price of Applicable Calendar Year E029 2 Equipment Counting Devices Counting Devices - Medium Discount 6.25%Based on January List Price of Applicable Calendar Year E029 3 Equipment Counting Devices Counting Devices - Medium Low Discount 23.36%Based on January List Price of Applicable Calendar Year E029 4 Equipment Counting Devices Counting Devices - Low Discount 23.45%Based on January List Price of Applicable Calendar Year E029 5 Equipment Electrophoresis EquipmentElectrophoresis Equipment - High Discount 25.75%Based on January List Price of Applicable Calendar Year E026 1 Equipment Electrophoresis EquipmentElectrophoresis Equipment - Medium High Discount 17.33%Based on January List Price of Applicable Calendar Year E026 2 Equipment Electrophoresis EquipmentElectrophoresis Equipment - Medium Discount 9.75%Based on January List Price of Applicable Calendar Year E026 3 Equipment Electrophoresis EquipmentElectrophoresis Equipment - Medium Low Discount 23.79%Based on January List Price of Applicable Calendar Year E026 4 Equipment Electrophoresis EquipmentElectrophoresis Equipment - Low Discount 50.67%Based on January List Price of Applicable Calendar Year E026 5 Equipment Equipment - All OtherEquipment - All Other - High Discount 24.38%Based on January List Price of Applicable Calendar Year E001 1 Equipment Equipment - All OtherEquipment - All Other - Medium High Discount 11.82%Based on January List Price of Applicable Calendar Year E001 2 Equipment Equipment - All OtherEquipment - All Other - Medium Discount 12.55%Based on January List Price of Applicable Calendar Year E001 3 Equipment Equipment - All OtherEquipment - All Other - Medium Low Discount 24.53%Based on January List Price of Applicable Calendar Year E001 4 Equipment Equipment - All OtherEquipment - All Other - Low Discount 27.45%Based on January List Price of Applicable Calendar Year E001 5 Equipment Equipment - EducationEquipment - Education - High Discount 17.95%Based on January List Price of Applicable Calendar Year E900 1 Equipment Equipment - EducationEquipment - Education - Medium High Discount 24.55%Based on January List Price of Applicable Calendar Year E900 2 Equipment Equipment - EducationEquipment - Education - Medium Discount 15.45%Based on January List Price of Applicable Calendar Year E900 3 Equipment Equipment - EducationEquipment - Education - Medium Low Discount 25.19%Based on January List Price of Applicable Calendar Year E900 4 Equipment Equipment - EducationEquipment - Education - Low Discount 38.35%Based on January List Price of Applicable Calendar Year E900 5 Equipment Evaporators Evaporators - Medium Discount 13.25%Based on January List Price of Applicable Calendar Year E028 3 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Equipment Evaporators Evaporators - Medium Low Discount 16.07%Based on January List Price of Applicable Calendar Year E028 4 Equipment Evaporators Evaporators - Low Discount 32.05%Based on January List Price of Applicable Calendar Year E028 5 Equipment Freeze Drying EquipmentFreeze Drying Equipment - Medium Low Discount 26.62%Based on January List Price of Applicable Calendar Year E038 4 Equipment Freeze Drying EquipmentFreeze Drying Equipment - Low Discount 33.85%Based on January List Price of Applicable Calendar Year E038 5 Equipment Furnaces Furnaces - High Discount 21.15%Based on January List Price of Applicable Calendar Year E032 1 Equipment Furnaces Furnaces - Medium High Discount 38.75%Based on January List Price of Applicable Calendar Year E032 2 Equipment Furnaces Furnaces - Medium Discount 28.75%Based on January List Price of Applicable Calendar Year E032 3 Equipment Furnaces Furnaces - Medium Low Discount 40.20%Based on January List Price of Applicable Calendar Year E032 4 Equipment Furnaces Furnaces - Low Discount 38.95%Based on January List Price of Applicable Calendar Year E032 5 Equipment Heaters Heaters - High Discount 40.35%Based on January List Price of Applicable Calendar Year E040 1 Equipment Heaters Heaters - Medium High Discount 36.45%Based on January List Price of Applicable Calendar Year E040 2 Equipment Heaters Heaters - Medium Discount 15.95%Based on January List Price of Applicable Calendar Year E040 3 Equipment Heaters Heaters - Medium Low Discount 27.19%Based on January List Price of Applicable Calendar Year E040 4 Equipment Heaters Heaters - Low Discount 23.85%Based on January List Price of Applicable Calendar Year E040 5 Equipment Hoods and EnclosuresHoods and Enclosures - High Discount 20.45%Based on January List Price of Applicable Calendar Year E011 1 Equipment Hoods and EnclosuresHoods and Enclosures - Medium High Discount 23.65%Based on January List Price of Applicable Calendar Year E011 2 Equipment Hoods and EnclosuresHoods and Enclosures - Medium Discount 19.15%Based on January List Price of Applicable Calendar Year E011 3 Equipment Hoods and EnclosuresHoods and Enclosures - Medium Low Discount 37.12%Based on January List Price of Applicable Calendar Year E011 4 Equipment Hoods and EnclosuresHoods and Enclosures - Low Discount 34.76%Based on January List Price of Applicable Calendar Year E011 5 Equipment Hotplates Hotplates - Medium High Discount 31.05%Based on January List Price of Applicable Calendar Year E017 2 Equipment Hotplates Hotplates - Medium Discount 31.11%Based on January List Price of Applicable Calendar Year E017 3 Equipment Hotplates Hotplates - Medium Low Discount 23.85%Based on January List Price of Applicable Calendar Year E017 4 Equipment Hotplates Hotplates - Low Discount 43.95%Based on January List Price of Applicable Calendar Year E017 5 Equipment Incubators Incubators - High Discount 22.77%Based on January List Price of Applicable Calendar Year E003 1 Equipment Incubators Incubators - Medium High Discount 25.75%Based on January List Price of Applicable Calendar Year E003 2 Equipment Incubators Incubators - Medium Discount 17.35%Based on January List Price of Applicable Calendar Year E003 3 Equipment Incubators Incubators - Medium Low Discount 12.05%Based on January List Price of Applicable Calendar Year E003 4 Equipment Incubators Incubators - Low Discount 12.05%Based on January List Price of Applicable Calendar Year E003 5 Equipment Microplate Washers Microplate Washers - Low Discount 19.02%Based on January List Price of Applicable Calendar Year E039 5 Equipment Microscopes Microscopes - High Discount 31.66%Based on January List Price of Applicable Calendar Year E006 1 Equipment Microscopes Microscopes - Medium High Discount 42.35%Based on January List Price of Applicable Calendar Year E006 2 Equipment Microscopes Microscopes - Medium Discount 24.85%Based on January List Price of Applicable Calendar Year E006 3 Equipment Microscopes Microscopes - Medium Low Discount 24.74%Based on January List Price of Applicable Calendar Year E006 4 EXHIBIT E EXHIBIT E- Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Equipment Microscopes Microscopes - Low Discount 36.75%Based on January List Price of Applicable Calendar Year E006 5 Equipment Microtomy EquipmentMicrotomy Equipment - High Discount 12.41%Based on January List Price of Applicable Calendar Year E009 1 Equipment Microtomy EquipmentMicrotomy Equipment - Medium High Discount 24.92%Based on January List Price of Applicable Calendar Year E009 2 Equipment Microtomy EquipmentMicrotomy Equipment - Medium Discount 18.05%Based on January List Price of Applicable Calendar Year E009 3 Equipment Microtomy EquipmentMicrotomy Equipment - Medium Low Discount 26.96%Based on January List Price of Applicable Calendar Year E009 4 Equipment Mills Mills - Medium Discount 20.31%Based on January List Price of Applicable Calendar Year E033 3 Equipment Mills Mills - Medium Low Discount 33.39%Based on January List Price of Applicable Calendar Year E033 4 Equipment Ovens Ovens - High Discount 40.65%Based on January List Price of Applicable Calendar Year E019 1 Equipment Ovens Ovens - Medium High Discount 24.15%Based on January List Price of Applicable Calendar Year E019 2 Equipment Ovens Ovens - Medium Discount 16.35%Based on January List Price of Applicable Calendar Year E019 3 Equipment Ovens Ovens - Medium Low Discount 21.94%Based on January List Price of Applicable Calendar Year E019 4 Equipment Ovens Ovens - Low Discount 22.55%Based on January List Price of Applicable Calendar Year E019 5 Equipment Photodocumentation SystemsPhotodocumentation Systems - High Discount 10.55%Based on January List Price of Applicable Calendar Year E041 1 Equipment Photodocumentation SystemsPhotodocumentation Systems - Medium Discount 14.95%Based on January List Price of Applicable Calendar Year E041 3 Equipment Photodocumentation SystemsPhotodocumentation Systems - Medium Low Discount33.29%Based on January List Price of Applicable Calendar Year E041 4 Equipment Photodocumentation SystemsPhotodocumentation Systems - Low Discount 46.76%Based on January List Price of Applicable Calendar Year E041 5 Equipment Pipet Fillers Pipet Fillers - High Discount 46.05%Based on January List Price of Applicable Calendar Year E022 1 Equipment Pipet Fillers Pipet Fillers - Medium High Discount 38.50%Based on January List Price of Applicable Calendar Year E022 2 Equipment Pipet Fillers Pipet Fillers - Medium Discount 31.05%Based on January List Price of Applicable Calendar Year E022 3 Equipment Pipet Fillers Pipet Fillers - Medium Low Discount 27.75%Based on January List Price of Applicable Calendar Year E022 4 Equipment Pipet Fillers Pipet Fillers - Low Discount 36.55%Based on January List Price of Applicable Calendar Year E022 5 Equipment Pipetters - Manual PipettersPipetters - Manual Pipetters - High Discount 40.65%Based on January List Price of Applicable Calendar Year E005 1 Equipment Pipetters - Manual PipettersPipetters - Manual Pipetters - Medium High Discount 14.61%Based on January List Price of Applicable Calendar Year E005 2 Equipment Pipetters - Manual PipettersPipetters - Manual Pipetters - Medium Discount 12.45%Based on January List Price of Applicable Calendar Year E005 3 Equipment Pipetters - Manual PipettersPipetters - Manual Pipetters - Medium Low Discount 22.33%Based on January List Price of Applicable Calendar Year E005 4 Equipment Pipetters - Manual PipettersPipetters - Manual Pipetters - Low Discount 37.15%Based on January List Price of Applicable Calendar Year E005 5 Equipment Pipetters - Other Pipetters - Other - High Discount 26.55%Based on January List Price of Applicable Calendar Year E015 1 Equipment Pipetters - Other Pipetters - Other - Medium High Discount 10.05%Based on January List Price of Applicable Calendar Year E015 2 Equipment Pipetters - Other Pipetters - Other - Medium Discount 7.35%Based on January List Price of Applicable Calendar Year E015 3 Equipment Pipetters - Other Pipetters - Other - Medium Low Discount 18.84%Based on January List Price of Applicable Calendar Year E015 4 Equipment Pipetters - Other Pipetters - Other - Low Discount 18.55%Based on January List Price of Applicable Calendar Year E015 5 Equipment PPE – Respiratory Protection (Safety)PPE – Respiratory Protection (Safety) - High Discount27.97%Based on January List Price of Applicable Calendar Year E008 1 Equipment PPE – Respiratory Protection (Safety)PPE – Respiratory Protection (Safety) - Medium High Discount 30.58%Based on January List Price of Applicable Calendar Year E008 2 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Equipment PPE – Respiratory Protection (Safety)PPE – Respiratory Protection (Safety) - Medium Discount 28.95%Based on January List Price of Applicable Calendar Year E008 3 Equipment PPE – Respiratory Protection (Safety)PPE – Respiratory Protection (Safety) - Medium Low Discount30.14%Based on January List Price of Applicable Calendar Year E008 4 Equipment PPE – Respiratory Protection (Safety)PPE – Respiratory Protection (Safety) - Low Discount 32.23%Based on January List Price of Applicable Calendar Year E008 5 Equipment Pumps - Other Pumps - Other - High Discount 32.95%Based on January List Price of Applicable Calendar Year E025 1 Equipment Pumps - Other Pumps - Other - Medium High Discount 33.85%Based on January List Price of Applicable Calendar Year E025 2 Equipment Pumps - Other Pumps - Other - Medium Discount 22.25%Based on January List Price of Applicable Calendar Year E025 3 Equipment Pumps - Other Pumps - Other - Medium Low Discount 38.43%Based on January List Price of Applicable Calendar Year E025 4 Equipment Pumps - Other Pumps - Other - Low Discount 38.85%Based on January List Price of Applicable Calendar Year E025 5 Equipment Pumps - Tubing Pumps - Tubing - High Discount 40.35%Based on January List Price of Applicable Calendar Year E035 1 Equipment Pumps - Tubing Pumps - Tubing - Medium High Discount 37.15%Based on January List Price of Applicable Calendar Year E035 2 Equipment Pumps - Tubing Pumps - Tubing - Medium Discount 30.72%Based on January List Price of Applicable Calendar Year E035 3 Equipment Pumps - Tubing Pumps - Tubing - Medium Low Discount 29.25%Based on January List Price of Applicable Calendar Year E035 4 Equipment Pumps - Vacuum Pumps - Vacuum - High Discount 29.34%Based on January List Price of Applicable Calendar Year E016 1 Equipment Pumps - Vacuum Pumps - Vacuum - Medium High Discount 29.85%Based on January List Price of Applicable Calendar Year E016 2 Equipment Pumps - Vacuum Pumps - Vacuum - Medium Discount 24.45%Based on January List Price of Applicable Calendar Year E016 3 Equipment Pumps - Vacuum Pumps - Vacuum - Medium Low Discount 30.29%Based on January List Price of Applicable Calendar Year E016 4 Equipment Pumps - Vacuum Pumps - Vacuum - Low Discount 39.55%Based on January List Price of Applicable Calendar Year E016 5 Equipment Refrigerators and Freezers - OtherRefrigerators and Freezers - Other - High Discount 27.75%Based on January List Price of Applicable Calendar Year E002 1 Equipment Refrigerators and Freezers - OtherRefrigerators and Freezers - Other - Medium High Discount24.55%Based on January List Price of Applicable Calendar Year E002 2 Equipment Refrigerators and Freezers - OtherRefrigerators and Freezers - Other - Medium Discount23.75%Based on January List Price of Applicable Calendar Year E002 3 Equipment Refrigerators and Freezers - OtherRefrigerators and Freezers - Other - Medium Low Discount27.47%Based on January List Price of Applicable Calendar Year E002 4 Equipment Refrigerators and Freezers - OtherRefrigerators and Freezers - Other - Low Discount 27.75%Based on January List Price of Applicable Calendar Year E002 5 Equipment Refrigerators and Freezers - Ultra Low Temperature Freezers [Upright] Refrigerators and Freezers - Ultra Low Temperature Freezers [Upright] - Medium Discount 37.29%Based on January List Price of Applicable Calendar Year E004 3 Equipment Refrigerators and Freezers - Ultra Low Temperature Freezers [Upright] Refrigerators and Freezers - Ultra Low Temperature Freezers [Upright] - Medium Low Discount 31.64%Based on January List Price of Applicable Calendar Year E004 4 Equipment Shakers and Mixers - OtherShakers and Mixers - Other - High Discount 31.15%Based on January List Price of Applicable Calendar Year E020 1 Equipment Shakers and Mixers - OtherShakers and Mixers - Other - Medium High Discount 48.92%Based on January List Price of Applicable Calendar Year E020 2 Equipment Shakers and Mixers - OtherShakers and Mixers - Other - Medium Discount 18.85%Based on January List Price of Applicable Calendar Year E020 3 Equipment Shakers and Mixers - OtherShakers and Mixers - Other - Medium Low Discount 27.05%Based on January List Price of Applicable Calendar Year E020 4 Equipment Shakers and Mixers - OtherShakers and Mixers - Other - Low Discount 61.95%Based on January List Price of Applicable Calendar Year E020 5 Equipment Shakers and Mixers - Platform ShakersShakers and Mixers - Platform Shakers - High Discount30.65%Based on January List Price of Applicable Calendar Year E018 1 Equipment Shakers and Mixers - Platform ShakersShakers and Mixers - Platform Shakers - Medium High Discount26.55%Based on January List Price of Applicable Calendar Year E018 2 Equipment Shakers and Mixers - Platform ShakersShakers and Mixers - Platform Shakers - Medium Discount15.25%Based on January List Price of Applicable Calendar Year E018 3 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Equipment Shakers and Mixers - Platform ShakersShakers and Mixers - Platform Shakers - Medium Low Discount29.46%Based on January List Price of Applicable Calendar Year E018 4 Equipment Shakers and Mixers - Platform ShakersShakers and Mixers - Platform Shakers - Low Discount31.35%Based on January List Price of Applicable Calendar Year E018 5 Equipment Sterilizers Sterilizers - High Discount 23.25%Based on January List Price of Applicable Calendar Year E023 1 Equipment Sterilizers Sterilizers - Medium High Discount 18.75%Based on January List Price of Applicable Calendar Year E023 2 Equipment Sterilizers Sterilizers - Medium Discount 25.45%Based on January List Price of Applicable Calendar Year E023 3 Equipment Sterilizers Sterilizers - Medium Low Discount 36.75%Based on January List Price of Applicable Calendar Year E023 4 Equipment Sterilizers Sterilizers - Low Discount 39.95%Based on January List Price of Applicable Calendar Year E023 5 Equipment Stirrers - Magnetic Stirrers - Magnetic - Medium High Discount 34.35%Based on January List Price of Applicable Calendar Year E031 2 Equipment Stirrers - Magnetic Stirrers - Magnetic - Medium Discount 22.95%Based on January List Price of Applicable Calendar Year E031 3 Equipment Stirrers - Magnetic Stirrers - Magnetic - Medium Low Discount 31.95%Based on January List Price of Applicable Calendar Year E031 4 Equipment Stirrers - Magnetic Stirrers - Magnetic - Low Discount 21.56%Based on January List Price of Applicable Calendar Year E031 5 Equipment Stirrers - Overhead Stirrers - Overhead - Medium Discount 32.00%Based on January List Price of Applicable Calendar Year E036 3 Equipment Stirrers - Overhead Stirrers - Overhead - Medium Low Discount 46.58%Based on January List Price of Applicable Calendar Year E036 4 Equipment Ultrasonic Cleaners Ultrasonic Cleaners - High Discount 39.15%Based on January List Price of Applicable Calendar Year E037 1 Equipment Ultrasonic Cleaners Ultrasonic Cleaners - Medium High Discount 32.26%Based on January List Price of Applicable Calendar Year E037 2 Equipment Ultrasonic Cleaners Ultrasonic Cleaners - Medium Discount 17.05%Based on January List Price of Applicable Calendar Year E037 3 Equipment Ultrasonic Cleaners Ultrasonic Cleaners - Medium Low Discount 24.36%Based on January List Price of Applicable Calendar Year E037 4 Equipment Ultrasonic Cleaners Ultrasonic Cleaners - Low Discount 35.45%Based on January List Price of Applicable Calendar Year E037 5 Equipment Washers and Dryers for GlasswareWashers and Dryers for Glassware - Medium High Discount24.05%Based on January List Price of Applicable Calendar Year E034 2 Equipment Washers and Dryers for GlasswareWashers and Dryers for Glassware - Medium Discount29.15%Based on January List Price of Applicable Calendar Year E034 3 Equipment Washers and Dryers for GlasswareWashers and Dryers for Glassware - Medium Low Discount26.51%Based on January List Price of Applicable Calendar Year E034 4 Equipment Washers and Dryers for GlasswareWashers and Dryers for Glassware - Low Discount 36.85%Based on January List Price of Applicable Calendar Year E034 5 Equipment Water Purification - OtherWater Purification - Other - High Discount 27.44%Based on January List Price of Applicable Calendar Year E010 1 Equipment Water Purification - OtherWater Purification - Other - Medium High Discount 19.55%Based on January List Price of Applicable Calendar Year E010 2 Equipment Water Purification - OtherWater Purification - Other - Medium Discount 9.15%Based on January List Price of Applicable Calendar Year E010 3 Equipment Water Purification - OtherWater Purification - Other - Medium Low Discount 15.55%Based on January List Price of Applicable Calendar Year E010 4 Equipment Water Purification - OtherWater Purification - Other - Low Discount 34.45%Based on January List Price of Applicable Calendar Year E010 5 Equipment Water Purification - Pretreatment and Polishing Systems Water Purification - Pretreatment and Polishing Systems - High Discount 17.45%Based on January List Price of Applicable Calendar Year E027 1 Equipment Water Purification - Pretreatment and Polishing Systems Water Purification - Pretreatment and Polishing Systems - Medium High Discount 7.85%Based on January List Price of Applicable Calendar Year E027 2 Equipment Water Purification - Pretreatment and Polishing Systems Water Purification - Pretreatment and Polishing Systems - Medium Discount 6.25%Based on January List Price of Applicable Calendar Year E027 3 Equipment Water Purification - Pretreatment and Polishing Systems Water Purification - Pretreatment and Polishing Systems - Medium Low Discount 17.93%Based on January List Price of Applicable Calendar Year E027 4 Equipment Water Purification - Pretreatment and Polishing Systems Water Purification - Pretreatment and Polishing Systems - Low Discount 38.60%Based on January List Price of Applicable Calendar Year E027 5 Furniture Furniture Furniture - High Discount 35.45%Based on January List Price of Applicable Calendar Year F001 1 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Furniture Furniture Furniture - Medium High Discount 36.15%Based on January List Price of Applicable Calendar Year F001 2 Furniture Furniture Furniture - Medium Discount 41.05%Based on January List Price of Applicable Calendar Year F001 3 Furniture Furniture Furniture - Medium Low Discount 23.92%Based on January List Price of Applicable Calendar Year F001 4 Furniture Furniture Furniture - Low Discount 2.35%Based on January List Price of Applicable Calendar Year F001 5 Furniture Furniture - EducationFurniture - Education - High Discount 41.55%Based on January List Price of Applicable Calendar Year F900 1 Furniture Furniture - EducationFurniture - Education - Medium Discount 28.25%Based on January List Price of Applicable Calendar Year F900 3 Furniture Furniture - EducationFurniture - Education - Medium Low Discount 24.51%Based on January List Price of Applicable Calendar Year F900 4 Furniture Furniture - EducationFurniture - Education - Low Discount 39.56%Based on January List Price of Applicable Calendar Year F900 5 Instruments Anemometers and FlowmetersAnemometers and Flowmeters - Medium High Discount42.55%Based on January List Price of Applicable Calendar Year I016 2 Instruments Anemometers and FlowmetersAnemometers and Flowmeters - Medium Discount 25.44%Based on January List Price of Applicable Calendar Year I016 3 Instruments Anemometers and FlowmetersAnemometers and Flowmeters - Medium Low Discount30.55%Based on January List Price of Applicable Calendar Year I016 4 Instruments Balances - Analytical BalancesBalances - Analytical Balances - Medium High Discount23.45%Based on January List Price of Applicable Calendar Year I007 2 Instruments Balances - Analytical BalancesBalances - Analytical Balances - Medium Discount 22.09%Based on January List Price of Applicable Calendar Year I007 3 Instruments Balances - Analytical BalancesBalances - Analytical Balances - Medium Low Discount22.72%Based on January List Price of Applicable Calendar Year I007 4 Instruments Balances - Analytical BalancesBalances - Analytical Balances - Low Discount 41.55%Based on January List Price of Applicable Calendar Year I007 5 Instruments Balances - Other Balances - Other - High Discount 23.75%Based on January List Price of Applicable Calendar Year I003 1 Instruments Balances - Other Balances - Other - Medium High Discount 20.04%Based on January List Price of Applicable Calendar Year I003 2 Instruments Balances - Other Balances - Other - Medium Discount 19.35%Based on January List Price of Applicable Calendar Year I003 3 Instruments Balances - Other Balances - Other - Medium Low Discount 23.95%Based on January List Price of Applicable Calendar Year I003 4 Instruments Clinical Chemistry AnalyzersClinical Chemistry Analyzers - Medium Discount 25.55%Based on January List Price of Applicable Calendar Year I005 3 Instruments Clinical Chemistry AnalyzersClinical Chemistry Analyzers - Medium Low Discount 31.75%Based on January List Price of Applicable Calendar Year I005 4 Instruments Coagulation AnalyzersCoagulation Analyzers - Low Discount 31.76%Based on January List Price of Applicable Calendar Year I006 5 Instruments Electrochemistry Electrochemistry - High Discount 31.49%Based on January List Price of Applicable Calendar Year I004 1 Instruments Electrochemistry Electrochemistry - Medium High Discount 23.75%Based on January List Price of Applicable Calendar Year I004 2 Instruments Electrochemistry Electrochemistry - Medium Discount 15.35%Based on January List Price of Applicable Calendar Year I004 3 Instruments Electrochemistry Electrochemistry - Medium Low Discount 36.56%Based on January List Price of Applicable Calendar Year I004 4 Instruments Electrochemistry Electrochemistry - Low Discount 54.25%Based on January List Price of Applicable Calendar Year I004 5 Instruments Electrodes Electrodes - High Discount 35.35%Based on January List Price of Applicable Calendar Year I012 1 Instruments Electrodes Electrodes - Medium High Discount 30.95%Based on January List Price of Applicable Calendar Year I012 2 Instruments Electrodes Electrodes - Medium Discount 29.77%Based on January List Price of Applicable Calendar Year I012 3 Instruments Electrodes Electrodes - Medium Low Discount 18.46%Based on January List Price of Applicable Calendar Year I012 4 Instruments Electrodes Electrodes - Low Discount 31.45%Based on January List Price of Applicable Calendar Year I012 5 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Instruments Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) - High Discount 12.05%Based on January List Price of Applicable Calendar Year I010 1 Instruments Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) - Medium High Discount 3.25%Based on January List Price of Applicable Calendar Year I010 2 Instruments Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) - Medium Discount 7.97%Based on January List Price of Applicable Calendar Year I010 3 Instruments Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) Instrumentation – Radiation, Chemical, Noise, Heat-Stress & Air Quality Monitoring (Safety) - Low Discount 45.39%Based on January List Price of Applicable Calendar Year I010 5 Instruments Instruments - All OtherInstruments - All Other - High Discount 27.78%Based on January List Price of Applicable Calendar Year I001 1 Instruments Instruments - All OtherInstruments - All Other - Medium High Discount 9.95%Based on January List Price of Applicable Calendar Year I001 2 Instruments Instruments - All OtherInstruments - All Other - Medium Discount 15.75%Based on January List Price of Applicable Calendar Year I001 3 Instruments Instruments - All OtherInstruments - All Other - Medium Low Discount 35.60%Based on January List Price of Applicable Calendar Year I001 4 Instruments Instruments - All OtherInstruments - All Other - Low Discount 29.15%Based on January List Price of Applicable Calendar Year I001 5 Instruments Instruments - EducationInstruments - Education - High Discount 32.50%Based on January List Price of Applicable Calendar Year I900 1 Instruments Instruments - EducationInstruments - Education - Medium High Discount 30.35%Based on January List Price of Applicable Calendar Year I900 2 Instruments Instruments - EducationInstruments - Education - Medium Discount 38.96%Based on January List Price of Applicable Calendar Year I900 3 Instruments Instruments - EducationInstruments - Education - Medium Low Discount 14.62%Based on January List Price of Applicable Calendar Year I900 4 Instruments Instruments - EducationInstruments - Education - Low Discount 8.95%Based on January List Price of Applicable Calendar Year I900 5 Instruments Microplate Readers Microplate Readers - High Discount 15.05%Based on January List Price of Applicable Calendar Year I011 1 Instruments Microplate Readers Microplate Readers - Medium Discount 11.15%Based on January List Price of Applicable Calendar Year I011 3 Instruments Microplate Readers Microplate Readers - Medium Low Discount 29.02%Based on January List Price of Applicable Calendar Year I011 4 EXHIBIT E EXHIBIT E - Prime Award PPG schedule with Bands Category Product Pricing Group Market Discount Band Discount Discount Base PPG Codes Band Instruments Microplate Readers Microplate Readers - Low Discount 43.11%Based on January List Price of Applicable Calendar Year I011 5 Instruments PH ORP Titration PH ORP Titration - High Discount 34.95%Based on January List Price of Applicable Calendar Year I009 1 Instruments PH ORP Titration PH ORP Titration - Medium High Discount 31.75%Based on January List Price of Applicable Calendar Year I009 2 Instruments PH ORP Titration PH ORP Titration - Medium Discount 22.75%Based on January List Price of Applicable Calendar Year I009 3 Instruments PH ORP Titration PH ORP Titration - Medium Low Discount 16.19%Based on January List Price of Applicable Calendar Year I009 4 Instruments PH ORP Titration PH ORP Titration - Low Discount 33.35%Based on January List Price of Applicable Calendar Year I009 5 Instruments Spectrometry and SpectrophotometrySpectrometry and Spectrophotometry - High Discount 20.65%Based on January List Price of Applicable Calendar Year I002 1 Instruments Spectrometry and SpectrophotometrySpectrometry and Spectrophotometry - Medium High Discount11.65%Based on January List Price of Applicable Calendar Year I002 2 Instruments Spectrometry and SpectrophotometrySpectrometry and Spectrophotometry - Medium Discount9.05%Based on January List Price of Applicable Calendar Year I002 3 Instruments Spectrometry and SpectrophotometrySpectrometry and Spectrophotometry - Medium Low Discount14.95%Based on January List Price of Applicable Calendar Year I002 4 Instruments Spectrometry and SpectrophotometrySpectrometry and Spectrophotometry - Low Discount 14.95%Based on January List Price of Applicable Calendar Year I002 5 Instruments Thermal Cycling InstrumentsThermal Cycling Instruments - Medium Low Discount 23.77%Based on January List Price of Applicable Calendar Year I013 4 Instruments Thermometers Thermometers - High Discount 37.15%Based on January List Price of Applicable Calendar Year I008 1 Instruments Thermometers Thermometers - Medium High Discount 43.25%Based on January List Price of Applicable Calendar Year I008 2 Instruments Thermometers Thermometers - Medium Discount 37.95%Based on January List Price of Applicable Calendar Year I008 3 Instruments Thermometers Thermometers - Medium Low Discount 38.11%Based on January List Price of Applicable Calendar Year I008 4 Instruments Thermometers Thermometers - Low Discount 43.05%Based on January List Price of Applicable Calendar Year I008 5 Instruments Timers Timers - High Discount 37.65%Based on January List Price of Applicable Calendar Year I014 1 Instruments Timers Timers - Medium High Discount 38.35%Based on January List Price of Applicable Calendar Year I014 2 Instruments Timers Timers - Medium Discount 37.75%Based on January List Price of Applicable Calendar Year I014 3 Instruments Timers Timers - Medium Low Discount 36.10%Based on January List Price of Applicable Calendar Year I014 4 Instruments Timers Timers - Low Discount 51.15%Based on January List Price of Applicable Calendar Year I014 5 Instruments Viscometry InstrumentsViscometry Instruments - Medium Discount 15.32%Based on January List Price of Applicable Calendar Year I015 3 Instruments Viscometry InstrumentsViscometry Instruments - Low Discount 14.80%Based on January List Price of Applicable Calendar Year I015 5 Note: If an item should fall below Fisher's purchase cost from a manufacturer, the adjusted sell price to the Customer will be Fisher's new cost from the manufacturer plus 7%. EXHIBIT E Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8872 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Appoint one member to the Parks and Recreation Board with term to expire January 31, 2025. SUMMARY: APPOINTMENT WORKSHEET BOARD: Parks and Recreation Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 Chairperson: Bruce Rector MEETING DATES: Quarterly (4th Tues.) - Jan., April, July, Oct. PLACE: Main Library - 6:30 p.m. APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Robert B. Farrer - 3359 Wind Chime Dr., 33761 - Financial Advisor Original Appointment: 1/21/21 (was appointed to serve a term to expire 1/31/25) Recently resigned: 2/9/21 THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1. Martin Armstrong - 3420 Deerfield Ln., 33761 - Environmental Consultant 2. John Devoti - 151 Marina Del Rey Ct., 33767 - Retired/Company Owner 3. Beth Davis - 1962 Harding Plaza, 33765 - VP Store Mgr. Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-8872 Zip codes of current members on board: 1 at 33755 1 at 33756 1 at 33761 2 at 33765 1 at 33767 Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8943 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Appoint one member to the Airpark Advisory Board with term to expire April 30, 2025. SUMMARY: APPOINTMENT WORKSHEET BOARD: Airpark Advisory Board TERM: 4 Years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 5 + 1 Ex Officio member CHAIRPERSON: Kelli O’Donnell MEETING DATES: Quarterly (1st Wed.) - Feb., May, Aug., Nov. PLACE: Chambers - 3 p.m. APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Ronald D. Mason - 406 Feather Tree Drive, 33765 Original Appointment: 6/14/17 (was serving 1st term until 4/30/21) Resigned: 1/24/21 THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Beth Davis -1962 Harding Plaza, 33765 2.George D. Davis - 1962 Harding Plaza, 33765 3.Ray McNeil - 1640 Greenlea Dr., 33755 4.Michael Potts - 1155 Jackson Rd., 33755 Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-8943 5.Roger Schulman - 2337 Willow Tree Trail, 33763 Zip codes of current members on board: 3 at 33755 1 at 33761 1 at 33764 Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8945 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Appoint four members to the Marine Advisory Board with terms to expire March 31, 2025. SUMMARY: APPOINTMENT WORKSHEET BOARD: Marine Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 + 1 Ex Officio member CHAIRPERSON: Edward T. O’Brien, Jr. MEETING DATES: 2nd Wed., 8 am (Quarterly) PLACE: Main Library APPTS. NEEDED: 4 THE FOLLOWING ADVISORY BOARD MEMBERS HAVE TERMS THAT EXPIRED AND NOW REQUIRE EITHER REAPPOINTMENT OR REPLACEMENT BY A NEW APPOINTEE: 1. T. Wade Carlisle - 2734 Meadow Wood Dr., 33761 Original Appointment: 6/1/17 (was serving 1st term until 3/31/21) Interested in Reappointment: Yes 2. Maranda Douglas -1729 Carlisle St., 33756 Original Appointment: 11/5/20 (was filling an unexpired term until 3/31/21) Interested in Reappointment: Yes 3. Michael Grohman - 286 Bayside Drive, 33767 Original Appointment: 11/6/14 (was serving 1st term until 3/31/21) Interested in Reappointment: Yes Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-8945 4. Kevin R. Laughlin - 1237 Rose Road, 33759 Original Appointment: 10/20/16 (was serving 1st term until 3/31/21) Interested in Reappointment: Yes THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: 1. Julie Battaglia - 2670 Barksdale Ct., 33761 2. Michael Bergeron - 216 Kilmer Ave., 33765 3. George D. Davis - 1962 Harding Plaza, 33765 4. Nicole Kent - 2909 Gulf to Bay Blvd., Apt. P208, 33759 5. Roger Schulman - 2337 Willow Tree Trail, 33763 6. Aaron Smith-Levin - 1615 Harvard St., 33755 7. Deena Stanley - 1280 Lakeview Rd., Lot 339, 33756 8. Steven Voras - 1101 Stevenson Ave., 33755 Zip codes of current members on board: 1 at 33756 3 at 33759 2 at 33761 1 at 33767 1 at 33786 Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8947 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Appoint Brianne Roberts to the Public Art and Design Board as the Clearwater Arts Alliance, Inc. designee to fill the remainder of an unexpired term through March 31, 2022. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Public Art and Design Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater resident except for the Clearwater Arts Alliance, Inc., formerly, Clearwater Arts Foundation, and the Creative Pinellas representative MEMBERS: 7 Liaison: Christopher Hubbard, Cultural Affairs Coord. CHAIR: Neale Stralow MEETING DATE: Quarterly - January, March, June, Sep. TIME/PLACE: 2:00 PM/Chambers APPOINTMENTS NEEDED: 1 THE FOLLOWING BOARD MEMBER RECENTLY RESIGNED AS THE CLEARWATER ARTS ALLIANCE, INC. DESIGNEE. THIS VACANT SEAT NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Jennifer Barbaro - 2180 Louisa Dr., Belleair Beach, FL 33786 - MFA Communications/Film Original Appointment: 2/2/17 (was serving 1st term until 3/31/22) Resigned: 1/27/21 (Clearwater Arts Alliance, Inc.) THE FOLLOWING NAME IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1. Brianne Roberts - 6225 Baker Rd., New Port Richey, FL 34653 - Locksmith & Arts Adm.) Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-8947 (Clearwater Arts Alliance, Inc.) Zip codes of current members: 2 - 33755 1 - 33761 1 - 33764 2 - 33765 Current Categories: 1 Artist/Art Business Owner 2 Citizens 1 Creative Pinellas 1 General Contractor 1 Humanities and Fine Arts Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8951 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Appoint Councilmembers as representatives to serve on regional and miscellaneous boards. SUMMARY: Page 1 City of Clearwater Printed on 4/9/2021 Regional and Miscellaneous Boards 2020 Appointments Board (Date/Time of Meeting) Delegate Audit Committee Hibbard (Meets as required) Herb McLachlan, citizen American Public Gas Association Hamilton (Chuck Warrington – Gas) Hibbard – Alt. (meet 4 times a year – move around the Country) Area Agency on Aging of Pasco/Pinellas Kerry Marsalek (3rd Monday of the month – 9:30 a.m.) Office on Aging Mgr Location: AAAPP in St. Pete Barrier Island Governmental Council Hamilton – Voting Del. (4th Wednesday of the month – 9:00 a.m.; two-year term) Beckman – Alt. Location: TBA (Meeting place rotates) Hibbard – Alt. #2 Courtney Campbell Scenic Highway Citizen Advisory Committee Bunker (Quarterly on 3rd Friday of the month – 10:00 a.m.) Homeless Leadership Board Beckman (1st Friday of the month – 1:00 p.m.) Location: Hospice of the Florida Suncoast on Roosevelt Blvd. Mayor’s Council of Pinellas County Hibbard (1st Wednesday of the month – 11:30 a.m.) Pinellas Collaborative Committee Hibbard (Meet as needed – 9:00 a.m.) Location: 600 Cleveland St., Suite 750 Pinellas County Aircraft Noise Abatement Task Force Sean Schrader – (At Large) (Quarterly – 3:00 p.m.) Jerry Karp/Del Oro Groves Location: St. Pete-Clearwater Int’l Airport – Conf. Room #234) School Transportation Safety Committee Beckman (Meet as needed – 9:30 a.m.) Location: 600 Cleveland St., Suite 750 Suncoast League of Cities Board Beckman (3rd Friday of the month – 11:30 a.m.) Hamilton – Alt. Location: Different city every month Tampa Bay Estuary Policy Board Beckman (Quarterly on Friday – 10:00 a.m.) Bunker – Alt. Councilmember highly recommended Location: Tampa Bay Regional Planning Council, 4000 Gateway Centre, Ste. 100, Pinellas Park Tampa Bay Regional Planning Council (TBRPC) Hamilton (2nd Monday – 10:00 a.m.) Location: Tampa Bay Regional Planning Council, 4000 Gateway Centre, Ste.100, Pinellas Park The following Boards have the specific term expiration date noted: Board (Date/Time of Meeting) Delegate Bicycle Advisory Committee (BAC) Chip Haynes Advisory Committee to the MPO Robert Yunk (4th Monday each month – 8:30 a.m.) Win Dermody No seat terms Ric Hartman – Tech Support Rep. Clearwater Representatives (appointments made by County) Citizens Advisory Committee (CAC) Luis Serna Advisory Committee to the MPO Bill Jonson (4th Thursday each month – 7:00 p.m. – 4 year term) Clearwater Representatives (appointments made by County) Forward Pinellas Allbritton MPO/PPC - (2nd Wednesday of the month – 1:00 p.m.) (term expires 9/12/2021; four-year term) Location: P.C. Courthouse, 5th Floor Pension Advisory Committee (PAC) Hibbard (2nd Thursday – 9:00 a.m.) 4/4/2022 (two-year term) Hamilton 4/4/2022 Bunker 4/4/2021 Pension Investment Committee Sheldon Goldberg (term expired 8/31/22; two-year term) Pinellas Suncoast Transit Authority (PSTA) Allbritton (4th Wednesday of the month – 9:00 a.m.) (term expires 9/30/2021; three-year term) Location: PSTA, St. Petersburg Sister Cities Advisory Board Hamilton (term expires 4/30/22; four-year term) Appointments by other entities: Downtown Development Board Ex-Officio Members Hibbard (CRA Trustees) Bunker (1st Wednesday of the month – 5:30 p.m.) Florida League of Mayors Hibbard Tourist Development Council Hibbard (City Council makes recommendation/County makes appointment) (term expires 10/31/24; four-year term) WorkNet Pinellas Board * Beckman (Quarterly – 11:45 a.m.) Location: EpiCenter in Clearwater *8/8/13 – Per Diana Day, Adm. Asst., WorkNet Pinellas Board, an elected official is no longer a requirement & there’s no term expiration. Currently councilmember Kathleen Beckman is a non-voting committee member & has the option to attend this board. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8953 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.6 SUBJECT/RECOMMENDATION: Elect Councilmember Hamilton as Vice Mayor. (consent) SUMMARY: The city charter requires the City Council to elect one of its members as Vice Mayor at the first meeting in April. Per City Council Rule 5, the office of Vice Mayor shall be rotated amongst the councilmembers annually, with Seat 5 serving in this capacity in 2021. Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8963 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Legal Department Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Confirm COVID-19 Emergency Proclamation and adopt Resolution 21-14. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Resolution No. 21-14 RESOLUTION NO. 21-14 CONFIRMATION OF COVID-19 EMERGENCY PROCLAMATION – Apr. 15, 2021 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, CONFIRMING DECLARATIONS OF A STATE OF EMERGENCY; PROVIDING AN EFFECTIVE DATE. WHEREAS, a state of emergency in the City of Clearwater was proclaimed by Mayor George N. Cretekos, upon recommendation by the Emergency Management Director (City Manager William B. Horne), after certification of emergency conditions by the Emergency Management Coordinator (Fire Division Chief of Emergency Management Jevon Graham), on March 18, 2020 due to the unmitigated spread of coronavirus disease (COVID-19); and WHEREAS, the March 18, 2020 state of emergency was confirmed by City Council in Resolution 20-11 later that day, extended 7 days by Mayor George N. Cretekos on March 25, extended 7 days by Mayor Frank Hibbard on April 1, confirmed by City Council in Resolution 20-14 on April 2, extended 7 days by Mayor Frank Hibbard on April 8 and 15, confirmed by City Council in Resolution 20-16 on April 16, extended 7 days by Mayor Frank Hibbard on April 22, 29, and May 6, confirmed by City Council in Resolution 20-19 on May 7, extended 7 days by Mayor Frank Hibbard on May 13 and 20, confirmed by City Council in Resolution 20-22 on May 21, extended 7 days by Mayor Frank Hibbard on May 27 and June 3, confirmed by City Council in Resolution 20-28 on June 4, extended 7 days by Mayor Frank Hibbard on June 10 and 17, confirmed by City Council in Resolution 20-30 on June 18, extended 7 days by Mayor Frank Hibbard on June 24, July 1, 8, and 15, confirmed by City Council in Resolution 20-32 on July 16, extended 7 days by Mayor Frank Hibbard on July 22, 29, and August 5, confirmed by City Council in Resolution 20-36 on August 6, and extended 7 days by Mayor Frank Hibbard on August 12 and 19, confirmed by City Council in Resolution 20-44 on August 20, extended 7 days by Mayor Frank Hibbard on August 26 and September 2, confirmed by City Council in Resolution 20-47 on September 3, extended 7 days by Mayor Frank Hibbard on September 9 and 16, confirmed by City Council in Resolution 20-51 on September 17, extended 7 days by Mayor Frank Hibbard on September 23 and 30, confirmed by City Council in Resolution 20-53 on October 14, extended 7 days by Mayor Frank Hibbard on October 21, 28, and November 4, confirmed by City Council in Resolution 20-56 on November 5, extended 7 days by Mayor Frank Hibbard on November 11 and 18, confirmed by City Council in Resolution 20-60 on November 19, extended 7 days by Mayor Frank Hibbard on November 25 and December 2, confirmed by City Council in Resolution 20-62 on December 3, extended 7 days by Mayor Frank Hibbard on December 9 and 16, confirmed by City Council in Resolution 20- 63 on December 17, extended 7 days by Mayor Frank Hibbard on December 23, 30, 2020, January 6, 13, and 20, 2021, confirmed by City Council in Resolution 21-01 on January 21, extended 7 days by Mayor Frank Hibbard on January 27 and February 3, confirmed by City Council in Resolution 21-05 on February 4, extended 7 days by Mayor Frank Hibbard on February 10 and 17, confirmed by City Council in Resolution 21-07 on February 18, extended 7 days by Mayor Frank Hibbard on February 24 and March 3, confirmed by City Council in Resolution 21-11 on March 4, extended 7 days by Mayor Frank Hibbard on Resolution No. 21-14 March 10 and 17, 2021, confirmed by City Council in Resolution 21-12 on March 18, extended 7 days by Mayor Frank Hibbard on March 24, 31, April 7 and 14, 2021; and WHEREAS, COVID-19 is a severe acute respiratory illness that can spread among humans through respiratory transmission and presents with symptoms similar to those of influenza, with no widely-available vaccine or cure; and WHEREAS, on January 31, 2020 the United States Department of Health and Human Services declared that a public health emergency exists nationwide as a result of confirmed cases of COVID-19 in the United States; and WHEREAS, on March 1, 2020 Governor Ron DeSantis issued Executive Order 20- 51, declaring that appropriate measures to control the spread of COVID-19 in the State of Florida are necessary, and therefore directed that a Public Health Emergency be declared in the State of Florida; and WHEREAS, on March 9, 2020 Governor Ron DeSantis issued Executive Order 20-52 declaring a State of Emergency for COVID-19; and WHEREAS, the World Health Organization declared COVID-19 a pandemic on March 11, 2020, which is defined as “worldwide spread of a new disease,” and is the first declared pandemic since the H1N1 "swine flu" in 2009; and WHEREAS, on March 13, 2020 President Donald J. Trump declared a national state of emergency; and WHEREAS, on March 16, 2020 President Trump and CDC issued the “15 Days to Slow the Spread” guidance advising individuals to adopt far-reaching social distancing measures. such as working from home and avoiding gatherings of more than 10 people; and WHEREAS, on March 17, 2020 Governor Ron DeSantis issued Executive Order 20-68 closing bars, pubs and nightclubs for 30 days, recommending that public beachgoers follow CDC guidelines limiting group sizes and social distancing, and ordering that restaurants limit occupancy to 50% of current building capacities and begin employee screening; and WHEREAS, on March 18, 2020 the City of Clearwater passed Resolution 20-11, cancelling most City meetings and groups, prohibiting all in-person gatherings of 10 people or more, closed all beaches, closed all libraries, closed all recreation centers, required businesses open to the public to provide hand sanitizer, gave the Emergency Management Director authority to close parking as necessary, prohibited price gouging, and enabled emergency procurement procedures; and WHEREAS, on March 19, 2020 Pinellas County passed Resolution 20-17, closing all public beaches within the county; and Resolution No. 21-14 WHEREAS, on March 20, 2020 Governor Ron DeSantis issued Executive Order 20-71, suspending all sales of food and alcohol in the State by establishments for on-site consumption and allowing for take-out or delivery service, and closing all gyms and fitness centers; and WHEREAS, on March 20, 2020 Governor Ron DeSantis issued Executive Order 20-72, prohibiting elective and unnecessary medical procedures; and WHEREAS, on March 24, 2020 Governor Ron DeSantis issued Executive Order 20-83, recommending an advisory to all persons over 65 and those with underlying serious medical conditions to stay home and limit risk of exposure; and WHEREAS, on March 25, 2020 Pinellas County passed Resolution 20-20, “COVID- 19 Safer at Home Order,” directing individuals to limit non-essential activity and/or transportation, closing places of public assembly, and ordering the closure of non-essential businesses if they can not comply with current CDC social distancing guidelines; and WHEREAS, on March 27, 2020 Governor Ron DeSantis issued Executive Order 20- 86, retroactively ordering any person entering the State of Florida from “an area with substantial community spread” to self-quarantine for 14 days and inform anyone they have had direct physical contact with of their status; and WHEREAS, on April 1, 2020 Governor Ron DeSantis issued Executive Orders 20- 91 and 20-92, ordering all persons in Florida to limit their movements and personal interactions outside of their homes to only those necessary to obtain or provide essential services or conduct essential activities; and WHEREAS, on April 16, 2020 the City Council extended for 30 days and modified those emergency measures enacted by Resolution 20-11; and WHEREAS, on April 28, 2020 Pinellas County passed Resolution 20-34, “Order Relaxing Beach Restrictions With Conditions,” allowing public beaches to reopen consistent with CDC social distancing guidelines effective May 4, 2020; and WHEREAS, on April 29, 2020 Governor Ron DeSantis issued Executive Order 20-112, ordering all persons in Florida to continue to limit their movements and personal interactions outside of their homes, and allowing restaurants to resume on-premises service with restrictions; and WHEREAS, on May 1, 2020 Pinellas County passed Resolution 20-39 “Order Clarifying Local Restrictions,” which gives support to Governor DeSantis’ EO 20-112, terminates Pinellas County Res. 20-20 and 20-23, but continues to restrict public playgrounds and pools, and requires social distancing; and Resolution No. 21-14 WHEREAS, on May 1, 2020 City of Clearwater Emergency Management Director William B. Horne announced that Clearwater beaches would reopen May 4 in conjunction with Pinellas County’s Res. 20-34; and WHEREAS, on May 14, 2020 Governor Ron DeSantis issued Executive Order 20-123, initiating the full Phase 1 of his “Safe. Smart. Step-by-Step. Plan for Florida’s Recovery” relaxing social distancing requirements and allowed limited reopening of businesses, including gyms and fitness centers; and WHEREAS, on May 21, 2020 the City Council adopted Resolution 20-22 terminating the emergency measures portions of Resolutions 20-11, 20-16, and 20-19, and granting the Emergency Management Director authority and flexibility to manage City facilities in response to Covid-19; and WHEREAS, on June 3, 2020 Governor Ron DeSantis issued Executive Order 20-139, initiating Phase 2 of his “Safe. Smart. Step-by-Step. Plan for Florida’s Recovery” which further relaxes social distancing guidelines, including avoiding congregating in groups larger than 50 persons, allows for restaurants, bars, and entertainment businesses to operate at 50% indoor capacity; and WHEREAS, on June 23, 2020 Pinellas County passed Ordinance 20-14 mandating, with some exceptions, that individuals wear a face covering in public indoor places, and encouraged exempt government entities to enact their own similar procedures to protect employees and members of the public; and WHEREAS, on June 25, 2020 City of Clearwater Emergency Management Director William B. Horne ordered that all persons, with some exceptions, wear a face covering in public indoor places within City of Clearwater buildings, facilities, and properties in conjunction with Pinellas County’s Ord. 20-14; and WHEREAS, on June 26, 2020 the Florida Department of Business and Professional Regulation issued Executive Order 2020-09 suspending on-premises consumption of alcoholic beverages by vendors who derive more than 50% of gross revenue from sales of alcoholic beverages; and WHEREAS, on July 16, 2020 the City Council adopted Resolution 20-32 confirming extensions of the state of emergency and confirming the Emergency Management Director’s face covering order; and WHEREAS, on July 29, 2020 Governor Ron DeSantis issued Executive Order 20-179 extending prior executive orders allowing local governments to hold virtual meetings without a physical quorum, and Executive Order 20-180 extending prior executive orders suspending mortgage foreclosure and eviction final actions; and Resolution No. 21-14 WHEREAS, on August 7, 2020 Governor Ron DeSantis issued Executive Order 20-193 extending prior executive orders allowing local governments to hold virtual meetings without a physical quorum until October 1, 2020; and WHEREAS, on August 31, 2020 Governor Ron DeSantis issued Executive Order 20-211 extending a prior executive order suspending final executions of mortgage foreclosure and eviction actions until October 1, 2020; and WHEREAS, on September 4, 2020 Governor Ron DeSantis issued Executive Order 20-213 extending the statewide state of emergency an additional 60 days; and WHEREAS, on September 10, 2020 the Florida Department of Business and Professional Regulation issued Emergency Order 2020-10 rescinding Emergency Order 2020-09, effective 12:01 a.m. Monday September 14, allowing bars to reopen at 50% capacity pursuant to the Governor’s Executive Order 20-39; and WHEREAS, on September 25, 2020 Governor Ron DeSantis issued Executive Order 20-244, titled “Phase 3; Right to Work; Business Certainty; Suspension of Fines.” The order rescinds prior restrictions on business, prohibits emergency ordinances preventing individuals from working or from operating a business, and suspends the collections of fines and penalties associated with COVID-19 against individuals; and WHEREAS, on September 30, 2020 Governor Ron DeSantis issued Executive Order 20-246 extending prior executive orders allowing local governments to hold virtual meetings without a physical quorum; and WHEREAS, on November 3, 2020 Governor Ron DeSantis issued Executive Order 20-276 extending the statewide state of emergency an additional 60 days; and WHEREAS, on November 24, 2020 Governor Ron DeSantis issued Executive Order 20-297 extending Executive Order 20-244 (Phase 3; Right to Work; Business Certainty; Suspension of Fines) for the duration of the state of emergency due to COVID-19, set to expire January 2, 2021 unless ratified and reaffirmed before then; and WHEREAS, on December 29, 2020 Governor Ron DeSantis issued Executive Order 20-316 extending the statewide state of emergency an additional 60 days; and WHEREAS, on January 21, 2021, Pinellas County Administrator Barry Burton issued Emergency Order 21-3 regulating Outdoor Large-Scale Special Events by developing safety standards for those events with 1,000 or more attendees and requiring organizers to create a safety plan that outlines steps to protect patrons from COVID-19; and WHEREAS, on February 26, 2021 Governor Ron DeSantis issued Executive Order 21-46 (Vaccine Administration/Protecting Florida’s Seniors) restricting the administration of Resolution No. 21-14 any COVID-19 vaccine to long-term care facility residents and staff, persons 65 years of age and older, and health care personnel with direct patient contact; and WHEREAS, on March 9, 2021 Governor Ron DeSantis issued Executive Order 21-62 (Amending Executive Order 20-315 - Vaccine Administration/Protecting Florida's Seniors) expanding the administration of any COVID-19 vaccine to those populations listed in EO 21-46 and K-12 school employees 50 years of age and older, sworn law enforcement officers 50 years of age and older, and firefighters 50 years of age and older; and WHEREAS, on March 10, 2021 Governor Ron DeSantis issued Executive Order 21-65 (Clemency Order Regarding Remission of Fines) remitting any fines imposed between March 1, 2020 and March 10, 2021 by any political subdivision of Florida related to local government COVID-19 restrictions; and WHEREAS, on March 19, 2021 Governor Ron DeSantis issued Executive Order 21-67 (Amending Executive Order 20-315 - Vaccine Administration/Protecting Florida's Seniors) expanding the administration of any COVID-19 vaccine to those populations listed in EO 21-46, 21-47, and 21-62 to include long-term care facility residents and staff, persons 50 years of age and older, and health care personnel with direct patient contact; and WHEREAS, on March 26, 2021 Governor Ron DeSantis issued Executive Order 21-79 (Amending Executive Order 20-315 - Vaccine Administration/Protecting Florida's Seniors) expanding the administration of any COVID-19 vaccine to those populations listed in EO 21-46, 21-47, 21-62, and 21-67 to include persons 40 years of age and older effective March 29, 2021, and opening up vaccination eligibility to all Floridians on April 5, 2021; and WHEREAS, as of April 15, 2021 1,952,321 Florida residents (1,989,024 total cases in Florida including non-residents), including 116,691 in Hillsborough County (including 1,567 deaths), 33,536 in Manatee County (including 630 deaths), 34,961 in Pasco County (including 676 deaths), and 69,468 in Pinellas County (including 1,522 deaths) have tested positive for COVID-19; and WHEREAS, the City of Clearwater continues to be threatened by COVID-19 because of the apparent ability of the virus to spread rapidly among humans, and COVID-19 thereby constitutes a clear and present threat to the health, safety, and welfare of the citizens and visitors of the City of Clearwater, and WHEREAS, Section 252.38, Florida Statutes authorizes the establishment and amendment of emergency measures during a state of emergency; and WHEREAS, Chapter 15, Code of Ordinances requires City Council to confirm any declaration of a state of emergency and all emergency regulations activated under the provisions of this chapter at their next regularly scheduled meeting; now, therefore, Resolution No. 21-14 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. The March 24, 2021 state of emergency proclamation is hereby confirmed. Section 2. The March 31, 2021 state of emergency proclamation is hereby confirmed. Section 3. The April 7, 2021 state of emergency proclamation is hereby confirmed. Section 4. The April 14, 2021 state of emergency proclamation is hereby confirmed. Section 5. This resolution shall take effect immediately. The state of emergency must be renewed in seven-day increments pursuant to § 15.07(5), Code of Ordinances. PASSED AND ADOPTED this 15th day of April, 2021. Attest: ___________________________ _______________________________ Rosemarie Call Frank Hibbard City Clerk Mayor Approved as to form: ___________________________ Pamela K. Akin City Attorney Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8964 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Legal Department Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Request for authority to settle the case of Denetra Maxwell v. City of Clearwater, Case No. 19-005622-CI for $103,116.71. (consent) SUMMARY: Denetra Maxwell was the 46-year old driver of a vehicle that was struck by a city vehicle on May 18, 2018. The City has been determined to be liable for the collision and the injuries resulting to Ms. Maxwell. She sustained injuries to her neck, lower back, left shoulder, and left arm. She has incurred substantial costs for treatment of her injuries and her physicians have opined that she is likely to incur substantial costs in the future. Authority is being sought to settle this case for $103,116.71, in exchange for which the City will receive a full release and the pending civil action will be dismissed with prejudice. APPROPRIATION CODE AND AMOUNT: 5907590-545900, Insurance Claims - Liability Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9037 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Legal Department Agenda Number: 10.3 SUBJECT/RECOMMENDATION: Amend the Clearwater Code of Ordinances by replacing Division 3 of Article VI, Chapter 2, in its entirety with a revised Division 3 of Article VI, Chapter 2; and by replacing Division 4 of Article VI, Chapter 2, in its entirety with a revised Division 4 of Article VI, Chapter 2, and pass Ordinance 9460-21 on first reading. SUMMARY: Division 3 of Article VI, Chapter 2 governs the purchasing procedures for the acquisition of commodities, services, and construction, and the expenditure of those funds. Division 4 of Article VI, Chapter 2 governs the disposal and disposition of surplus personal property. These Divisions have not been updated, revised, or amended since 2006. This amendment replaces and revises both Divisions, and is needed to simply, clarify, modernize, and better organize the City’s procurement and surplus code. These changes are as follows: Sec. 2.541 - Revise purpose and application of Division 3. Sec. 2.542 - Updates to definitions. Sec. 2.543 - Adds public access to procurement information. Sec. 2.544-2.547 - Reserved. Sec. 2.551 - Clarifies purchasing agent authority. Sec. 2.552 - Revise centralization of procurement authority. Sec. 2.553 - Update submittal of requests. Sec. 2.554 - Clarifies authority for purchases of commodities, services, and construction. Adds signature authority and clarifies approval authority. Requires appropriations clause for multiyear contracts. Adds procurement manager authority. Limits department director approval authority to $2,500 per purchase. Updates change orders. Sec. 2.561 - New section includes methods of source selection. Updates competitive sealed bids. Adds competitive sealed proposals and request for qualifications. Establishes thresholds for small purchases and micro purchases. Adds CCNA for professional services, including roster of firms. Revise construction management at risk and design build. Adds invitation to negotiate, job order contracting, and reverse auctions. Sec. 2.562 - Revise disqualification, rejection, and bid protest. Changes bid protest fee Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-9037 from 5% / $2500 to 1% / $5000. Sec. 2.563 - Clarifies exceptions, including single source and emergency. Adds regulated utilities, copyrighted materials, and services purchased for resale. Sec. 2.564 - Adds specifications preparations. Sec. 2.565 - Adds authority to debar or suspend. Sec. 2.566 - Adds no contact period. Sec. 2.571 - Adds standard of conduct in procurement. Sec. 2.601-2.608 - Reserved. Sec. 2.621 - Adds definition of tangible personal property. Sec. 2.622 - Revises surplus sales officer. Sec. 2.623 - Adds procedures to disposal of surplus tangible personal property . Combines methods and exceptions of disposal into one section. Sec. 2.624 - Reserved. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 4/9/2021 1 ORDINANCE NO. 9460-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CODE OF ORDINANCES BY REPLACING DIVISION 3 OF ARTICLE VI, CHAPTER 2, IN ITS ENTIRETY WITH A REVISED DIVISION 3 OF ARTICLE VI, CHAPTER 2; PROVIDING FOR DIVISION 3 PURCHASING; SUBDIVISION I. GENERALLY; SECTION 2.541 PURPOSE AND APPLICATION; SECTION 2.542 DEFINITIONS; SECTION 2.543 PUBLIC ACCESS TO PROCUREMENT INFORMATION; SECTIONS 2.544—2.547 RESERVED; SUBDIVISION II. PROCUREMENT ORGANIZATION; SECTION 2.551 PURCHASING AGENT; SECTION 2.552 ORGANIZATION OF PUBLIC PROCUREMENT; SECTION 2.553 PROCUREMENT PROCEDURES; SECTION 2.554 AUTHORITY FOR PURCHASES OF COMMODITIES, SERVICES, AND CONSTRUCTION; SUBDIVISION III. SOURCE SELECTION AND CONTRACT FORMATION; SECTION 2.561 METHODS OF SOURCE SELECTION; SECTION 2.562 DISQUALIFICATION, REJECTION, AND BID PROTEST; SECTION 2.563 EXCEPTIONS TO THE COMPETITIVE PROCESS; SECTION 2.564 SPECIFICATIONS PREPARATION; SECTION 2.565 AUTHORITY TO DEBAR OR SUSPEND; SECTION 2.566 INTEGRITY OF THE COMPETITIVE SOLICITATION PROCESS, NO-CONTACT PERIOD, PUBLIC RECORDS AND MEETINGS; SUBDIVISION IV. ETHICS IN PUBLIC PROCUREMENT; SECTION 2.571 STANDARDS OF CONDUCT; SECTIONS 2.601—2.608 RESERVED; AMENDING THE CODE OF ORDINANCES BY REPLACING DIVISION 4 OF ARTICLE VI, CHAPTER 2, IN ITS ENTIRETY WITH A REVISED DIVISION 4 OF ARTICLE VI, CHAPTER 2; PROVIDING FOR DIVISION 4 DISPOSAL AND DISPOSITION OF SURPLUS TANGIBLE PERSONAL PROPERTY; SECTION 2.621 DEFINITIONS; SECTION 2.622 SURPLUS SALES OFFICER; SECTION 2.623 DISPOSAL AND DISPOSITION OF SURPLUS TANGIBLE PERSONAL PROPERTY; SECTION 2.624 RESERVED; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Division 3 of Article VI, Chapter 2 governs the purchasing procedures for the acquisition of commodities, services, and construction, and the expenditure of those funds. WHEREAS, Division 4 of Article VI, Chapter 2 governs the disposal and disposition of surplus personal property. WHEREAS, these Divisions have not been updated, revised, or amended since 2006. 2 WHEREAS, this Ordinance is necessary to simply, clarify, modernize, and better organize the City’s procurement and surplus code. WHEREAS, this Ordinance replaces and revises both Divisions. WHEREAS, the City Council determines that the adoption of this Ordinance to be in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, THAT: Section 1: Division 3 of Article VI, Chapter 2, Code of Ordinances, is amended as follows: DIVISION 3. PURCHASING Subdivision I. Generally. Sec. 2.541. Purpose and application. (1) Purpose. The purpose of this division is as follows: (a) To simplify, clarify, and modernize procurement by the city. (b) To permit the continued development of procurement policies and practices. (c) To provide for increased public confidence in the procedures followed in public procurement. (d) To ensure the fair and equitable treatment of all persons who deal with the procurement system of the city. (e) To provide increased economy in the city’s procurement activities and maximize the purchasing value of public funds of the city. (f) To obtain in a cost effective and responsible manner the commodities, services, and construction required by the city to better serve this city’s businesses and residents. (2) Application. This division shall apply to every expenditure of public funds, irrespective of their source, by the city for the procurement of commodities, services, and construction. It shall apply to the disposal and disposition of the city’s tangible personal property. Nothing in this division shall prevent the city from complying with the terms of any grant, gift, bequest, or cooperative agreement. 3 Sec. 2.542. Definitions. Terms not defined in this section shall have the meaning customarily assigned to them. Otherwise, the following words, terms, and phrases, when used in this division, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Business means any individual, consultant, contractor, firm, sole proprietorship, partnership, corporation, joint stock company, joint venture, or any other private legal entity. Commodity means any of the various supplies, materials, goods, merchandise, equipment, and other personal property purchased, leased, or otherwise contracted for by the city, unless included within the definition of construction or construction contracts. This term includes leases (as lessee) of structures on real property. Construction means the process of building, altering, repairing, improving, or demolishing any public infrastructure facility, including any public structure, public building, or other public improvements of any kind to real property. It does not include the routine operation, routine repair, or routine maintenance of any existing public infrastructure facility, including structures, buildings, or real property. Construction management at risk means a construction project delivery method involving the commitment by the construction manager at risk to deliver the project within a guaranteed maximum price (GMP). The construction management firm will provide professional services and act as a consultant in the design and construction phases. The construction management firm may provide some of the actual construction of the project depending on the availability of bidders and expertise of the firm. In addition to acting in the best interest of the city, the construction management firm must manage and control construction costs to not exceed the GMP. Any costs exceeding the GMP, including approved change orders, will be the financial responsibility of the construction management firm. A contingency for bid overages, reasonably inferred items, and other project related items that may arise during construction will be included in the GMP. The construction management firm will assume the risk of bidding. Contract means all types of city agreements, regardless of what they may be called, for the procurement of commodities, services, or construction. Design-build means a construction project delivery method or approach involving a single contract for both the design and construction of a project. Upon approval of the city council, the award of a single design-build contract may, in addition to the design and construction of the project, include the financing, operation, or maintenance of the project over the contractually defined period of time. 4 Designee means a duly authorized representative of a person holding a superior position. Lowest responsive and responsible bid means the lowest bid or quotation received that best responds in quality, fitness, and capacity to the requirements of the proposed work or usage, as specified, from a vendor deemed responsive and responsible to the invitation to bid or solicitation for a quotation who has offered the most advantageous pricing or cost benefit and representing the best value to the city, based on the criteria stipulated in the bid documents. In determining the lowest responsive and responsible bid, the following shall be considered in addition to price: (1) The quality of commodities, services, or construction offered. (2) The ability, capacity, and skill of the vendor to perform the contract or provide the commodities, services, or construction required. (3) Whether the vendor can perform the contract or provide the commodities, services, or construction promptly, or within the time specified, without delay or interference. (4) The sufficiency of the vendor’s financial resources and the effect thereof on the vendor’s ability to perform the contract or provide the commodities, services, or construction. (5) The character, integrity, reputation, judgment, experience, and efficiency of the vendor. (6) The quality of vendor’s performance on previous orders or contracts for the city. (7) Litigation by the vendor on previous orders or contracts with the city or with other public entities. (8) Compliance by the vendor with federal, state, and local laws and ordinances relating to the purchase or contract. (9) The ability of the vendor to provide future maintenance and service where such maintenance and service is essential. (10) Internal cost of vendor’s proposal, including any additional expenditure required by the city to complete the project or purchase. (11) Life cycle costs, including costs of purchase, maintenance, and disposal, less residual value over the expected life of the product. Micro purchase means the purchase of commodities or services with a value of two thousand five hundred dollars ($2,500.00) or less. Procurement means all activities related to the acquisition of any commodity, service, or construction, including, but not limited to, description of requirements, selection and identification of sources, preparation and award of contract, and all phases of contract administration. 5 Purchase means buying, renting, leasing, or otherwise acquiring any commodity, service, or construction. This term includes a lease. Purchase description means the words used in a solicitation to describe the commodities, services, or construction to be purchased, and includes specifications attached to or made a part of the solicitation. Purchasing agent means the city manager or any employee of the city to whom the city manager has delegated some of the duties of the office. Responsible bidder or offeror means vendor who has the capability in all respects to fully perform the contract requirements, and the integrity and reliability that will assure good faith performance. Responsive bidder or offeror means vendor that has submitted a bid, proposal, quotation, or response that conforms in all material respects to the solicitation. Request for proposal (RFP) means a solicitation utilized to obtain proposals from potential vendors. Request for qualification (RFQ) means a solicitation utilized to obtain the qualifications of potential vendors. Service means the furnishing of labor, time, or effort by a vendor. This term shall not include employment agreements or collective bargaining agreements. Signature means a manual signature or an electronic signature that meets the requirements of the Electronic Signature Act of 1996, F.S. § 668.001-6. Small purchase means the purchase of commodities or services with a value of more than two thousand five hundred dollars ($2,500.00) but less than or equal to fifty thousand dollars ($50,000.00). Solicitation means invitations to bid, requests for proposals, requests for qualifications, and requests for quotations. The term also includes re-advertising for bids, proposals, qualifications, and quotations. Specification means a detailed description of the physical or functional characteristics of a commodity, service, or construction item. It may include a description of any requirement for inspecting, testing, preparing, or delivering a commodity, service, or construction item. Vendor means any person or business who submits a bid, proposal, quotation, or response to the city for the sale of a commodity, service, or construction. 6 Sec. 2.543. Public access to procurement information. Procurement information shall be a public record to the extent provided in F.S. Ch. 119 and shall be available to the public as provided in such statutes. Sec. 2.544—2.547. Reserved. Subdivision II. Procurement Organization. Sec. 2.551. Purchasing agent. The city manager is the purchasing agent for the city, with ultimate responsibility for all procurement, purchasing, and contracting functions. The city manager may delegate some or all purchasing authority, except the authority to make the final decision regarding administrative actions such as bid protests, to any city employee. The city manager shall have the authority to do as follows: (1) Serve as the chief procurement officer of the city. (2) Adopt operational procedures governing the internal function of the procurement division. (3) Purchase or contract for the purchase of commodities, services, or construction for the city. (4) Negotiate and recommend execution of contracts for the purchase of commodities, services, or construction. (5) Act to procure for the city the needed quality in commodities, services, or construction at best value. (6) Discourage uniform bidding and encourage full and open competition on all purchases. (7) Prepare revisions and amendments to the purchasing ordinances set forth herein, as necessary, and recommend such revisions and amendments to the city council. (8) Adopt policies and procedures governing the procurement, management, and control of commodities, services, and construction procured by the city. (9) Keep informed of current developments in the field of procurement, purchasing, prices, market conditions and new processes. 7 (10) Prescribe and maintain such forms as may be reasonably necessary to the operation of the procurement division and other rules and regulations. (11) Establish and maintain programs for the inspection, testing, and acceptance of commodities, services, and construction purchased to ensure conformance with specifications. (12) Transfer surplus tangible personal property between city departments or facilities as needed. (13) Sell, trade, or otherwise dispose of surplus tangible personal property which has become unnecessary or unfit for the city’s use. (14) Ensure compliance with this code and other policies and procedures by reviewing and monitoring procurements conducted by any designee, department, or city employee. Sec. 2.552. Organization of public procurement. (1) Centralization of procurement authority. Except as otherwise provided in this division, all rights, duties, and authority relating to the procurement, management, and control of commodities, services, and construction, and the disposal and disposition of surplus tangible personal property now vested in or exercised by the city are hereby transferred to the city manager as purchasing agent. (2) Authority to contract for legal services. No contract for the services of legal counsel may be awarded without the approval of the city attorney. Sec. 2.553. Procurement procedures. (1) Procedures. Procedures shall be promulgated in accordance with the applicable provisions of this code and other applicable laws, rules, regulations, and policies. (2) Submittal of requests to purchase commodities or services. Departments shall submit electronically requests to purchase commodities or services to the purchasing agent according to procedures prescribed by the purchasing agent. (3) Vendors list. The purchasing agent is authorized to maintain a vendor registration resource for the purpose of providing notices inviting bids or soliciting quotations. A vendor who desires to be included on the vendors list shall complete the applicable procedure prescribed by the purchasing agent. An additional list of “Pre-Qualified Contractors” may be maintained by the engineering department. Contractors desiring to be included on that list shall complete the applicable procedure prescribed by the engineering department. Inclusion on the vendors list or the Pre-Qualified Contractors list is solely for convenience. Inclusion does 8 not guarantee the award of any contract or purchase order nor are vendors and contractors not included excluded from participation in the procurement process. Sec. 2.554. Authority for purchases of commodities, services, and construction. (1) Generally. (a) All contracts or other documents related to the procurement of commodities, services, construction, or the obligation of city funds, shall be facilitated by or through the procurement division. The procurement division is authorized to establish procedures governing the processing of all contracts. (b) Purchases of commodities, services, construction, or the obligation of city funds, where the cumulative total value per fiscal year exceeds one hundred thousand dollars ($100,000.00) per vendor, for similar commodities or services, shall be approved by the city council prior to the signing of any contract or other related documents. (c) Signature authority for all contracts or other documents specified in section 2.554(1)(b) shall be designated by the city council. Signature authority for the purchase of commodities, services, or construction where the cumulative total value per fiscal year is one hundred thousand dollars ($100,000.00) or less is delegated to the city manager, as purchasing agent, or designee. (d) As set forth herein, the city council delegates limited authority to the city manager and department directors relating to the purchase of commodities, services, or construction for the city, in compliance with federal and state laws, city code, administrative rules, procedures, and guidelines. (e) All purchases, unless specifically authorized or delegated under this code, must be approved in advance by the city council. No person, unless specifically authorized or delegated under this code, may make any purchase or enter into any contract involving the use of city funds. Payment for any unauthorized purchase may be the responsibility of the person placing the order. (f) Multi-year contracts are encouraged when it is determined to be advantageous to the city. All multi-year contracts must contain a provision that allows the city to terminate the obligation with thirty (30) days’ advance notice based on a limitation of funding availability, unless otherwise determined by the purchasing agent to be in the city’s best interest. (2) Purchasing agent. Authority is delegated to the city manager, as purchasing agent, or designee as follows: 9 (a) The purchasing agent shall be responsible for the procurement of commodities, services, or construction for the city. All purchases shall comply with this code, applicable laws, rules, regulations, and policies. (b) The purchasing agent may approve or reject the procurement of commodities, services, or construction when the total amount does not exceed one hundred thousand dollars ($100,000.00) per vendor per fiscal year. The purchase of commodities, services, or construction exceeding one hundred thousand dollars ($100,000.00) shall be approved by the city council. (c) The purchasing agent shall have the authority to reject any or all bids, proposals, quotations, or responses to any competitive solicitation and re- compete or purchase the required commodities, services, or construction in any manner authorized by this division. (d) In the absence or non-availability of the city manager, the deputy city manager, assistant city manager, or procurement manager shall be the city manager’s designee. (3) Procurement manager. Authority is delegated to the procurement manager as follows: (a) Determine the appropriate and most cost-effective purchasing method of contract procurement, competitive solicitations, direct negotiations, or methods that allow the city to take advantage of value discounts and special pricing agreements, where appropriate. (b) Retain responsibility for conducting the sourcing process to ensure an objective effort to identify sufficient competition or determine if there is no competition. (c) Approve the evaluation criteria for procuring commodities, services, and construction, including any preference required or allowable by law or this code. (d) Oversee and facilitate the competitive solicitation process in collaboration with the end user to create the competitive solicitation document; approve the specifications, terms, and conditions; select members of the evaluation committee; and receive, open, tabulate, and evaluate solicitations in accordance with the provisions of this code. (e) Receive and process notices of protest and formal written protests for the purpose of determining whether the notices or written protests are timely and have timely and properly posted bond; and dismiss any invalid bid protests as determined by the legal department. 10 (f) Approve and issue purchase orders for purchases made in accordance with this code. (g) Oversee negotiations with vendors when appropriate. (h) Establish a process by which vendors are determined to be responsive to the solicitation process and responsible with respect to their capability to perform the required work. (i) Oversee the purchasing card (P-Card) program. (j) Monitor delegated authority compliance. (4) Department directors. Department directors may issue and approve direct disbursements, utilize purchasing cards, or purchase commodities and services up to two thousand five hundred dollars ($2,500.00) per purchase. Department directors may not divide the approval of the purchases of commodities or services to avoid this delegated monetary threshold. (5) Construction contracts. Contracts for construction projects exceeding one hundred thousand dollars ($100,000.00) shall be awarded by the city council to the lowest responsive and responsible bidder. Contracts for construction projects of one hundred thousand dollars ($100,000.00) or less shall be awarded by the city manager. (6) Change orders. Following the award of a contract by the city council, the city manager may approve and execute written change orders without city council approval, subject to the following: (a) The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). (b) The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. (c) No contract price increase shall be approved unless sufficient funds are available for such purpose. (d) Contract price decreases may be approved without limitation. (e) The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. 11 Subdivision III. Source Selection and Contract Formation. Sec. 2.561. Methods of source selection. (1) Methods of source selection. Unless otherwise authorized by law, all city contracts shall be procured by one of the following methods: (a) Competitive sealed bidding (b) Competitive sealed proposals (c) Request for qualifications (d) Small purchases (e) Professional services subject to CCNA (f) Construction management at risk and design-build contracts (g) Invitation to negotiate (h) Job order contracting (i) Reverse auctions (j) Exceptions pursuant to section 2.563 (2) Competitive sealed bidding. Except as otherwise provided in this division, the purchase of commodities, services, or construction of an estimated value over fifty thousand dollars ($50,000.00) shall be by written contract with the vendor submitting the lowest responsive and responsible bid whose bid has been solicited, received, and approved pursuant to the following procedures: (a) Invitation to bid (ITB). An invitation to bid shall be requested from three (3) or more vendors for commodities, services, or construction when the estimated value exceeds $50,000.00. Award through this process is based solely on bids received and is not subject to negotiation following bid opening. The contract may not be divided to avoid this monetary threshold. An invitation to bid must include a purchase description of the commodities, services, or construction sought; the time and date for the receipt of bids and the public opening; and all contractual terms and conditions applicable to the procurement, including the criteria to be used in determining acceptability of the bid. If the city contemplates renewal of the contract, that fact must be stated in the ITB. In the alternative, the city council or designee may award to the responsive, responsible bidder offering the lowest cost as the primary awardee and the next responsive, responsible bidder offering the next lowest 12 cost as an alternate awardee(s), meeting all specifications, terms, and conditions. Nothing herein is meant to prevent multiple awards to the responsive and responsible bidders when such multiple awards are clearly stated in the bid solicitation documents. In the case of identical responsive and responsible bids, the decision as to the winning bid(s) must be made in accordance with the terms contained in the competitive solicitation. (b) Notice inviting bids. Notice for an invitation to bid shall be published at least twenty-one (21) days prior to the bid opening date. Publication may be accomplished on the city’s website, a newspaper of general circulation, or other means. (c) Notice inviting bids for construction projects. Construction projects with an estimated cost of five hundred thousand dollars ($500,000.00) or less shall be published at least twenty-one (21) days prior to the established opening date and at least five (5) days prior to any scheduled pre-bid conference. Construction projects exceeding five hundred thousand dollars ($500,000.00) shall be published at least thirty (30) days prior to the established opening date and at least five (5) days prior to any scheduled pre-bid conference. Publication may be accomplished on the city’s website, a newspaper of general circulation, or other means. (d) Security (bid bonds). When the estimated cost of a construction contract is one hundred fifty thousand dollars ($150,000.00) or higher, or when otherwise deemed necessary by the city manager, security in the form of a bid bond issued by a surety company licensed to do business in Florida or a cash bond in an amount equal to ten percent of the bid shall be prescribed in the public notices inviting bids. A vendor shall forfeit a bid security upon a refusal or failure to execute the contract within ten days after the notice of award of contract has been posted on the city’s website unless the city is solely responsible for the delay in executing the contract. The city council may, upon the refusal or failure of the vendor to execute the contract, award the contract to the next lowest vendor. In such event, the amount of the forfeited security shall be applied by the city to the contract price differential between the lowest bid and second lowest bid, and the surplus, if any, shall be returned to the forfeiting vendor. (e) Performance and payment bonds. A performance bond and a payment bond, or a “contract bond” combining the elements of a performance and a payment bond, issued by a surety company licensed to do business in Florida, may be required before entering in a contract, in an amount at least equal to the contract price or such higher amount as may be found necessary to protect the best interests of the city except in limited circumstances, such as incremental services contracts or blanket purchase orders, where it has been determined by the city manager that the potential liability resulting from the performance or payment under the contract is an amount less than the full 13 contract price. The city manager shall approve the requirement of a bond for less than the full contract price before proceeding with the bid process. If such bond is required, the form and amount of the bond shall be described in the notice inviting bids. Bonds required hereunder shall be subject to all other provision of this division and code. (f) Security in lieu of performance and payment bonds. In lieu of the bond required by this section, a vendor may file with the city, an alternative form of security in the form of cash, money order, certified check, cashier’s check, irrevocable letter of credit, or a security of a type listed in F.S. Ch. 625. Any such alternative form of security shall be for the same purpose and be subject to the same conditions as those applicable to the bond required herein. The determination of the value of the alternative form of security shall be made by the purchasing agent or designee. (g) Bid opening procedures. Sealed written bids shall be returned to the city and identified as bids on the envelope, together with other information as may be specified in the invitation to bid. Bids shall be opened publicly, in the presence of one or more witnesses, on the time and at the time and place stated in the public notices. A tabulation of all bids received, including the amount of each bid, the name of each bidder, and such other relevant information as may be specified, shall made available to the public as required by law. (3) Competitive sealed proposals. Except as otherwise provided in this division, the purchase of commodities or services of an estimated value over fifty thousand dollars ($50,000.00) shall be written contract with the vendor submitting the lowest responsive and responsible proposal whose proposal has been solicited, received, and approved pursuant to the following procedures: (a) Request for proposals (RFP). Request for proposals shall be requested from three (3) or more vendors for commodities or services when the estimated value exceeds $50,000.00. The purchase may not be divided to avoid this monetary threshold. A best value decision may result from this process where price is not the sole determinant for award. To procure commodities or services through an RFP, the procurement division must first determine that the use of an ITB is not practicable. The RFP must include a purchase description of commodities or services sought; the relative importance of price and other evaluation criteria; the time and date for the receipt of proposals and of the public opening; and all contractual terms and conditions applicable to the procurement, including the criteria to be used in determining responsiveness and acceptability of the proposal. In awarding to a vendor pursuant to an RFP, the city council or designee may award to one or more responsive, responsible vendor in accordance with the selection criteria published in the RFP. 14 (b) Notice of proposals. Projects with an estimated cost of five hundred thousand dollars ($500,000.00) or less shall be published at least twenty-one (21) days prior to the established opening date. Projects exceeding five hundred thousand dollars ($500,000.00) shall be published at least thirty (30) days prior to the established opening date. Publication may be accomplished on the city’s website, a newspaper of general circulation, or other means. (c) Receipt of proposals. A register of proposals shall be prepared and shall be open for public inspection as required by law. (d) Evaluation factors. The RFP shall state the relative importance of price and other factors and subfactors, if any. (e) Discussions with responsible offerors and revisions to proposals. As provided in the RFP, discussions may be conducted with responsible offerors, who submitted proposals reasonably determined to be selected for award, to clarify and assure the full understanding and responsiveness to the RFP requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions and prior to award for the purpose of obtaining best and final offers. When conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing offerors. (f) Award. Award shall be made to the responsible offeror whose proposal conforms to the RFP and is determined in writing to be the most advantageous to the city taking into consideration best value and the evaluation factors set forth in the RFP. No other factors or criteria shall be used in the evaluation. Written notice of the award of a contract to the successful offeror shall be promptly given to all offerors. (4) Request for qualifications (RFQ). An RFQ is a qualifications-based selection process. Pursuant to F.S. § 287.055, an RFQ is required for the selection of professional services involving architecture, professional engineering, landscape architecture, or registered surveying and mapping. An RFQ may be issued to establish a roster of responsive and responsible firms utilized on an as-needed basis. Projects utilizing an RFQ shall follow the same procedures as set forth in section 2.561(3). (5) Small purchases. Purchases of commodities or services with a value of more than $2,500.00 but less than or equal to $50,000.000 require competition. Purchases may not be divided to avoid this monetary threshold. Small purchases will follow the following procedures: 15 (a) Quotations. Quotations shall be obtained from at least three (3) vendors. Small purchases shall be awarded to the lowest responsive and responsible vendor whose quotation provides best value to the city. (b) Notice inviting quotations. Quotations shall be solicited either by written request or orally. Acceptable means include but are not limited to facsimile transmissions, electronic mail, telephone, in person, internet, or through an approved electronic procurement or supplier relationship management system. (c) Sealed written quotations. In the event the procurement manager determines that sealed written quotations are in the best interest of the city, quotations received shall be opened in public at the time and place designated in the notice inviting quotations. (d) Award of contract. Except as otherwise provided in this subdivision, each contract shall be awarded to the lowest responsible and responsive vendor. (6) Professional services subject to CCNA. Professional services within the scope of the practice of architecture, professional engineering, landscape architecture, or registered surveying and mapping shall be procured in accordance with F.S. § 287.055, referred to as the Consultants’ Competitive Negotiation Act (CCNA). (a) Public announcement. The public notice must include a general description of the project and must indicate how the interested firms may apply for consideration. Publication may be accomplished on the city’s website, a newspaper of general circulation, or other means. (b) Competitive selection. The city shall select in order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the city shall consider such factors as the ability of professional personnel; past performance; experience; capabilities; whether a firm is a certified minority business enterprise; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the city. The city may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. If less than three firms respond to the solicitation, and every effort was made to comply with the requirements of F.S. § 287.055, the city may proceed with the evaluation process. (c) Competitive negotiations. The city shall negotiate a contract with the most qualified firm for professional services at compensation which the city determines is fair, competitive, and reasonable. In making such determination, the city shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and 16 complexity. Should the city be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the city determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The city shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the city must terminate negotiations. The city shall then undertake negotiations with the third most qualified firm. Should the city be unable to negotiate a satisfactory contract with any of the selected firms, the city shall select additional firms in the order of their competence and qualification and continue negotiations in accordance with this subsection until an agreement is reached. The city shall require the firm receiving the award to execute a truth-in- negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Any professional service contract under which such a certificate is required must contain a provision that the original contract price and any additions thereto will be adjusted to exclude any significant sums by which the city determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made within 1 year following the end of the contract. (d) Continuing contract. Nothing in this section shall prohibit a continuing contract, as defined in F.S. § 287.055, between a firm and the city. The city may issue an RFQ to establish a roster of responsive and responsible firms utilized on an as-needed basis, pursuant to F.S. § 287.055. (7) Construction management at risk and design-build contracts. Construction management and design-build services, as defined in F.S. § 255.103 and § 287.055, respectively, shall be procured pursuant to the process defined in the CCNA, unless the purchasing agent or designee elects to bid construction management at risk and design-build contracts through an invitation to bid or request for proposal process, as provided in F.S. § 255.20(1), where price is considered in the award process. Contracts for construction management and design-build services shall follow the same procedures as set forth in section 2.561(6). (8) Invitation to negotiate (ITN). When procurement for commodities or services is not practicable through an ITB or an RFP, competitive sealed replies may be solicited through an ITN. The procurement division must first determine, in writing, why negotiation with one or more vendors may be necessary for the city to achieve specific goals or solve a particular problem and receive best value. Objective factors may include but are not limited to price, quality, design, and workmanship. The ITN must include a purchase description of the commodities or services sought, the time and date for the receipt of replies and of the public 17 meeting, including the criteria to be used in determining the acceptability of the reply. Typically, price is not an evaluation criterion and is not addressed until the negotiation phase of the procurement. Projects utilizing an ITN shall follow the same notice procedures as set forth in section 2.561(3). (9) Job order contracting (JOC). Job order contracting is a project delivery method utilized to get numerous, commonly encountered construction projects done quickly and easily through multi-year contracts for a wide variety of renovation, repair, and minor construction projects. A job order contract is a competitively bid, fixed price, multi-year construction contract based on established or published unit prices from a unit price book or a price list with a multiplier applied to the unit prices. The unit prices are used to price construction tasks associated with the scope of work. The contract is an IDIQ (indefinite delivery indefinite quantity) contract for on-call construction services and serves as an umbrella contract with a potential maximum amount of work over a specified term such as annual or multi-year term. JOC is an appropriate delivery method for any type of repetitive work, especially small renovation jobs. It allows for a longer relationship with the selected vendor. Projects may include, but not be limited to, electrical, mechanical, plumbing, painting, roofing, landscape improvements, data communication, audio visual, signing, flooring, etc. Firms shall be selected through one of the source selection methods as authorized in sections 2.561(2)-(4). (10) Reverse auctions. Reverse auction is a procurement method wherein bidders are invited to bid on specified commodities or services through real-time electronic bidding, with the award being made to the lowest responsive and responsible bidder. During the bidding process, bidders shall only be informed as to whether the bid is in the lead, meaning the lowest priced, or whether the bid is lagging. If a bid is lagging, the bidder is provided a good faith opportunity to modify the bid prices for the duration of the bidding period established at bid opening. Reverse auctions will not be used for construction. Sec. 2.562. Disqualification, rejection, and bid protest. (1) Disqualification of bids. Any bid, proposal, quotation, or vendor response to a competitive solicitation may be disqualified and rejected if it is determined by the purchasing agent or designee that any of the following circumstances exist: (a) The bid, proposal, quotation, or vendor response did not strictly conform to the requirements set forth in the solicitation, provided, however, the city reserves the right to waive inconsequential deviations where a change does not result in an increase in price to the city. (b) A vendor has demonstrated, through documented performance in the industry or through prior dealings with the city, to be unable to satisfactorily meet the responsibilities and capabilities of a successful vendor. 18 (c) A vendor’s product has demonstrated, through documented performance in the industry or through prior dealings with the city, to be unable to satisfactorily meet the accepted demands placed upon the product. (d) A vendor’s product is different from the city’s standard. (2) Rejection of bids. The purchasing agent may: (a) Reject any or all bids, proposals, quotations, or vendor responses to a competitive solicitation; or (b) Reject all bids, proposals, quotations, or vendor responses, and re-advertise the solicitation, pursuant to the procedures prescribed in this division; or (c) Reject all bids, proposals, quotations, or vendor responses, and direct that the project or service in question be performed by city forces upon determining that the project or service can be timely performed for an amount less than each of the solicitations submitted. (3) Bid protest. A vendor who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the procurement division. A protesting vendor must include a fee of one percent (1%) of the amount of the bid or proposed contract to offset the city’s additional expenses related to the protest. This fee shall not exceed five thousand dollars ($5,000.00) nor be less than fifty dollars ($50.00). Full refund will be provided should the protest be upheld. No partial refunds will be made. Sec. 2.563. Exceptions to the competitive process. (1) The competitive bidding requirements set forth in this division may be waived when one of the following conditions exist: (a) Single source. Commodities or services are available only from a single source. (b) Micro purchases. Purchases of commodities or services with a value of $2,500.00 or less do not require competition. i) Departments will attempt to obtain the lowest price available, consistent with time and effort involved. ii) Whenever possible, the purchase shall be made using a purchasing card or direct disbursement. 19 iii) If necessary, a purchase order for a micro purchase may be requested through the procurement division. (c) Piggyback or cooperative purchasing. Purchases of commodities or services at or below the specified prices from contracts previously awarded by other governmental entities or to purchase commodities or services in cooperation with another governmental entities in Florida. (d) Non-competitive purchases. The purchasing agent or designee determines that the nature of the commodity or service is such that competitive bidding is impossible, impractical, or cannot be obtained. (e) CCNA professional services contracts. Professional service contracts for projects with an estimated cost less than the threshold amounts as set forth in F.S. § 287.055. (f) Professional services not subject to CCNA. Services for or rendered by medical, health, legal, appraisals, mediators, auditors, academics, artists, and lecturers, or services provided by persons with disabilities under not-for-profit corporations. (g) Legal. Commodities or services purchased by the city or its representatives when necessary to the prosecution or defense of any claim or lawsuit in which the city is a party or in which it is anticipated by the city attorney, the risk manager, or the third-party administrator of the city’s self-insurance program that the city will become a party. (h) Workers’ compensation. Commodities or services purchased by the city or its representatives to comply with F.S. Ch. 440, Florida Workers’ Compensation, or when necessary to the defense of any workers compensation claim asserted against the city. (i) Insurance. Contracts for insurance, except when competitive bidding is required by statute. (j) Owner direct purchases (ODP). Purchase of construction materials included in the scope of an awarded construction contract to realize sales tax savings, pursuant to F.S. § 212.08(6). (k) Emergencies. The purchasing agent may authorize an emergency purchase of any commodity, service, or construction without competitive bidding. Procurement requirements may be suspended upon declaration of emergency by the city manager, or upon written certification by a department director to the purchasing agent that a threat exists to the public health, welfare, safety, or other interests of the city and that any delay because of competitive bidding would be detrimental to the interests of the city. 20 Emergency procurements exceeding one hundred thousand dollars ($100,000.00) must be ratified by the city council at the next regular or special public meeting. (l) Copyrighted materials. Purchases for copyrighted materials including, but not limited to, computer software, films, filmstrips, videotapes, dvds, recordings, reference books, or similar items when such materials are procured directly from the producer or publisher, the owner of the copyright, an exclusive agent within the state, governmental agency, or recognized educational institution. (m)Regulated utilities. Procurement of regulated utilities or government-franchise services. (n) Resale commodities or services. Commodities or services purchased for resale are excluded from the competitive bidding provisions of this division. The market survey or competitive price comparison approach will be used to determine best value. Award of contract for resale commodities or services shall be made by the department director with procurement manager approval. City council approval is not required. (2) Competition is favored even though this section may allow an exemption. Such exemptions shall be submitted as a formal request from the requesting department director and include a detailed justification for the exemption. The purchasing division may establish procedures that support the competitive process regardless of the exemption status. (3) Purchases over one hundred thousand dollars ($100,000.00) made pursuant to this section shall be submitted to the city council for approval. Sec. 2.564. Specifications preparations. (1) Specifications preparations. Standards shall be established for the preparation, maintenance, and content of specifications for commodities, services, and construction for the city. The purchasing agent or designee shall monitor the use of specifications for commodities, services, and construction for the city. (2) Maximum practicable competition. All specifications shall seek to promote overall economy for the purposes intended and encourage competition in satisfying the city’s needs and shall not be unduly restrictive. (3) Specifications prepared by those other than city personnel. The requirements of this section regarding the purposes and non-restrictiveness of specifications shall apply to all specifications prepared by those other than city personnel, including, but not limited to, those prepared by architects, engineers, and designers. 21 Sec. 2.565. Authority to debar or suspend. (1) Debarment or suspension. After reasonable notice to the vendor involved and reasonable opportunity for that vendor to be heard, the purchasing agent is authorized to debar or suspend a vendor for cause from further consideration for award of contracts with the city. The debarment or suspension shall not be for a period of more than three (3) years. (2) The causes for debarment or suspension include one of the following: (a) Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract. (b) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which seriously and directly affects responsibility as a city vendor. (c) Conviction under state or federal anti-trust statutes arising out of the submission of bids or proposals. (d) Violation of contract provisions, as set forth below, of a character which is regarded by the purchasing agent to be so serious as to justify debarment action: (i) Deliberate failure without good cause to perform in accordance with the specifications or within the time limit provided in the contract; and (ii) Recent failure to perform or unsatisfactory performance in accordance with the terms of one (1) or more contracts; provided that failure to perform or unsatisfactory performance caused by acts beyond the control of the vendor shall not be considered to be a basis for debarment. (e) Any other cause the purchasing agent determines to be so serious and compelling as to affect responsibility as a city vendor, including debarment or suspension by another governmental entity for any cause listed in this section. Sec. 2.566. Integrity of the competitive solicitation process; no-contact period; public records and meetings. (1) From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city 22 employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. (2) Pursuant to F.S. § 119.071(1)(b), sealed bids, proposals, or replies received in response to a competitive solicitation are exempt from F.S. § 119.07(1) and § 24(a), Article I of the State Constitution until such time as the city provides notice of an intended decision or until thirty (30) days after opening of the bids, proposals, or replies, whichever is earlier. If the city rejects all bids, proposals, or replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the competitive solicitation, the rejected bids, proposals, or replies remain exempt until such time as the city provides notice of an intended decision concerning the reissued competitive solicitation or until the city withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial city notice rejecting all bids, proposals, or replies. (3) Pursuant to F.S. § 286.0113, any portion of a meeting at which a negotiation with a vendor is conducted pursuant to a competitive solicitation, at which a vendor makes an oral presentation as part of a competitive solicitation, or at which a vendor answers questions as part of a competitive solicitation is exempt from F.S. § 286.011 and § 24(b), Article I of the State Constitution. Any portion of an evaluation committee meeting at which negotiation strategies are discussed is exempt from F.S. § 286.011 and § 24(b), Article I of the State Constitution. A complete recording shall be made of any portion of an exempt meeting. No portion of the exempt meetings may be held off the record. Subdivision IV. Ethics in Public Procurement. Sec. 2.571. Standards of conduct. (1) Code of ethics. The city is committed to a procurement process which promotes fair and open competition, implements the highest ethical standards, and maintains the confidence of the public. To achieve these objectives, all city officers and city employees who purchase commodities, services, construction, or otherwise involved in the procurement process for the city, shall be subject to the following: (a) Regard public service as a trust and support the professional principles of public procurement. 23 (b) Be governed by the highest ideals of honor and integrity in all public and personal relationships to merit the respect and inspire the confidence of the city and the public being served. (c) Conduct procurements in good faith and demand honesty and ethical practices from all participants in the procurement process. (d) Avoid unfair practices by granting all vendors equal consideration insofar as federal, state, and local laws require. (e) Promote positive vendor relationships by affording vendor representatives courteous, fair, and ethical treatment. (f) Avoid involvement in any transaction or activity considered to be a conflict between personal interest and the interests of the city. (g) Strive to continually increase competition in vendor selection and endeavor to prevent any collusion among vendors. (h) Avoid political considerations or other conflicting outside influences from entering relationships with vendors or their representatives. (2) Conflict of interest. It shall be a breach of ethical standards for any city officer or city employee to participate directly or indirectly in a procurement as follows: (a) The officer or employee, or any member of their immediate family, has a financial interest pertaining to the procurement; or (b) The officer or employee, or any member of their immediate family, holds employment or contractual relationship with any business entity that has a financial interest pertaining to the procurement; or (c) The officer or employee, or any member of their immediate family, is negotiating or has an arrangement concerning prospective employment with any vendor that is involved in the procurement. (3) Discovery of actual or potential conflict of interest and disqualification. Upon discovery of an actual or potential conflict of interest, an employee shall promptly file a written statement of disqualification and shall withdraw from further participation in the procurement involved. Sec. 2.601—2.608. Reserved. Subdivision I. - Generally Sec. 2.541. - Definitions. 24 Terms not defined in this section shall have the meaning customarily assigned to them. Otherwise, the following words, terms and phrases, when used in this division, shall have the meaning ascribed to them in this section, except where the context clearly indicates a different meaning: Commodity means any of the various supplies, materials, goods, merchandise, equipment, and other personal property purchased, leased or otherwise contracted for by the city, unless coming within the definition of Public works contracts. However, commodities purchased for resale are excluded from the bidding provisions of this division. Award of contract for resale commodities shall be made by the responsible department director. Design-build means a construction project delivery method or approach involving a single contract for both the design and construction of a project. Upon approval of council, the award of a single design-build contract may, in addition to the design and construction of the project, include the financing, operation and/or maintenance of the project over the contractually defined period of time. Design-build contract means a single contract with a design-build firm for, at a minimum, the design and construction of a public construction project. Design-build firm means a partnership, corporation, or other legal entity which: (1) Is certified under section F.S. § 489.119, to engage in contracting through a certified or registered building contractor as the qualifying agent; and (2) Is certified under F.S. § 471.023, to practice engineering; certified under F.S. § 481.219, to practice or to offer to practice architecture; or certified under F.S. § 481.319, to practice or to offer to practice landscape architecture. Design criteria package or the design requirements shall mean concise, performance-oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information so as to permit design-build firms to prepare a bid or response to a request for proposal, or to permit the city to enter into a negotiated design-build contract. The design criteria package shall specify such performance-based criteria for the public construction project, including, but not limited to, the legal description of the site; survey information concerning the site; interior space requirements; material quality standards; schematic layouts and features, functions, characteristics and other conceptual design criteria of the project; cost and budget estimates for design, construction and, if applicable, operation and maintenance; anticipated schedule(s) of design and construction components, including durations and start and completion dates; site development requirements; provisions for utilities; storm water retention and disposal; and parking requirements as may be applicable to the project. Design criteria professional means an individual or firm who holds a current certificate of registration under F.S. Ch. 481, to practice architecture or landscape architecture or a firm who holds a current certificate as a registered engineer under F.S. Ch. 471, to practice engineering and who is employed by or under contract to the city for the providing of professional architect services, landscape architect services, or engineering services in connection with the preparation of the design criteria package. 25 Electronic coordination signature means, with respect to the processing of a purchase requisition, the approval of the requisition by means of a password-protected and coded authorization transmitted by computer. Invitation to bid includes invitations to bid, requests for proposals, and solicitations for quotations from vendors. The term also includes re-advertising for bids. Lowest responsible bid or lowest responsible quotation means the lowest bid or quotation received that best responds in quality, fitness and capacity to the requirements of the proposed work or usage, as specified, from a vendor deemed responsible and responsive to the invitation to bid or solicitation for a quotation. In determining the lowest responsible bid or quotation, the following shall be considered, in addition to price: (1) The quality of commodities or services offered; (2) The ability, capacity and skill of the vendor to perform the contract or provide the commodities or services required; (3) Whether the vendor can perform the contract or provide the commodities or services promptly, or within the time specified, without delay or interference; (4) The sufficiency of the vendor's financial resources and the effect thereof on the vendor's ability to perform the contract or provide the commodities or services; (5) The character, integrity, reputation, judgment, experience and efficiency of the vendor; (6) The quality of vendor's performance on previous orders or contracts for the city; (7) Litigation by the vendor on previous orders or contracts with the city; (8) Compliance by the vendor with federal, state and local laws and ordinances relating to the subject of the purchase or contract; (9) The ability of the vendor to provide future maintenance and service where such maintenance and service is essential; (10) Internal cost of vendor's proposal, including any additional expenditure required by the city to complete the project or purchase; and (11) Life cycle costs, including costs of purchase, maintenance, and disposal, less residual value over the expected life of the product. Public works contracts means all contracts involving construction for the city. Any construction involving a project related to but not included in a project for which the city has contracted is not exempt from the competitive bidding procedure as set forth in this division, notwithstanding its relationship to a project which has previously been bid upon. Purchase includes a purchase or a lease of more than one year. Purchasing agent means the city manager or any employee of the city to whom the city manager has delegated some or all of the duties of the office. 26 Service means labor rendered for the benefit of the city or the public at large pursuant to a contract with the city. As used herein, unless the context clearly indicates otherwise, the term includes but is not limited to public works contracts. Standardization means criteria utilized to support the purchase of specified product(s) or product lines; to include training, service support, repair parts availability and cost, and relationship to current inventory. Vendor means a prospective vendor who submits a bid, a proposal, or a quotation for the sale of a commodity or service to the city in response to an invitation to bid/quote. Sec. 2.542. - System adopted. In order to establish efficient procedures for the acquisition or use of commodities, services, and public works projects; at the lowest possible cost commensurate with quality needed; to exercise positive financial control over purchases; to clearly define and implement the purchasing function and to assure the quality of purchases, a purchasing system is hereby adopted as provided in this division. Sec. 2.543. - Centralized purchasing office. There is hereby created a centralized purchasing office. Sec. 2.544. - Purchasing agent. The city manager is the purchasing agent for the city, with ultimate responsibility under the charter. The city manager may delegate some or all of the purchasing authority, except the authority to make the final decision, to any city employee. The city manager shall have the authority to do as follows: (1) Purchase or lease or contract for the purchase or lease of commodities or services required for or by the city, in accordance with purchasing procedures prescribed by this division and in accordance with such administrative policies and procedures as the city manager may prescribe for internal management and operation of the purchasing office; (2) Negotiate and recommend execution of contracts for the purchase of commodities or services; (3) Act to procure for the city the needed quality in commodities or services at least expense; (4) Discourage uniform bidding and encourage full and open competition on all purchases; (5) Prepare revisions and amendments to the purchasing regulations set forth herein, as necessary, and recommend such revisions and amendments to the city commission; (6) Prepare policies and procedures governing the purchase of commodities or services for the city; 27 (7) Keep informed of current developments in the field of purchasing, prices, market conditions and new projects; (8) Prescribe and maintain such forms as may be reasonably necessary to the operation of this division and other rules and regulations; (9) Supervise the inspection of all commodities and services purchased to ensure conformance with specifications; (10) Transfer surplus commodities between departments as needed; (11) Maintain a vendors list, vendors catalog file and records needed for the efficient operation of the purchasing office; (12) Conduct all sales of excess property which the city commission may authorize to be sold as having become unnecessary or unfit for the city's use; (13) Donate or dispose surplus property with a current market value of less than the fixed asset control level. Sec. 2.545. - Submittal of requests to purchase commodities or services. Departments shall submit electronically requests to purchase commodities or services to the purchasing agent on purchase requisition forms or by other means as may be prescribed by the purchasing office. The department director's signature or the signature of the department director's designated representative, or electronic coordination on the requisition indicates that funds are available for the purchase; that the requisition has been coordinated and approved within that department or other departments as necessary; that the quantities, item descriptions and specifications described the minimum needs of that department; and that the purchasing agent is authorized to acquire the commodities or services. Sec. 2.546. - Purchase orders or contracts to be used. Purchases of commodities and services shall be made only by purchase orders and/or other written contract executed by the purchasing agent. Except as otherwise provided in this division, no purchase order shall be issued unless the prior approval of the city manager has been obtained. The purchase order authorizing the expenditure of funds shall be signed by the purchasing agent. Construction contracts exceeding $50,000.00 shall be made by both purchase order and written contract. Sec. 2.547. - Vendors list. The purchasing agent is authorized to maintain a list of vendors for the purpose of mailing notices inviting bids or requests for proposals or soliciting quotations from time to time. A vendor who desires to be included on the vendors mailing list shall complete and submit a vendor's application. The Public Works Administration project "Pre-qualified Contractor's List" will be maintained by public works. Contractors who desire to be included in the public works project bidding process shall complete and submit the pre-qualification requirements to Public works. Subdivision II. - Purchase of Commodities, Services, and Public Works Contracts[27] 28 Sec. 2.561. - Purchases over $50,000.00. Except as otherwise provided in this division, the purchase of commodities or services of an estimated value over $50,000 shall be by purchase order and/or other written contract with the vendor submitting the lowest responsible bid whose bid has been solicited, received and approved, pursuant to the following procedures: (1) Notice inviting bids. (a) Notices inviting bids for commodities and services shall be published at least one time in a newspaper of general circulation within the city and shall include a general description of the commodities or services to be purchased, a statement of where the bid documents may be obtained, and the date, time, and place of the public opening of bids. The publication shall be not less than ten calendar days before the bid opening date. Sealed bids shall also be solicited from responsible prospective vendors including those on the registered vendor's list. (b) Notices inviting bids for construction projects where the cost of the project is more than $200,000.00 shall be publicly advertised at least once in a newspaper of general circulation within the county where the project is located at least 21 days prior to the established opening date and at least five days prior to any scheduled pre-bid conference. Construction projects exceeding $500,000.00 shall be publicly advertised at least once in a newspaper of general circulation in the county where the project is located at least 30 days prior to the established bid opening and at least five days prior to any pre-bid conference. (2) Security (bid bonds). When the estimated cost of a public works contract is $150,000.00 or higher, or when otherwise deemed necessary by the city manager, security in the form of a bid bond issued by a surety company licensed to do business in Florida or a cash bond in an amount equal to ten percent of the bid shall be prescribed in the public notices inviting bids. A vendor shall forfeit a bid security upon a refusal or failure to execute the contract within ten days after the notice of award of contract has been mailed, unless the city is solely responsible for the delay in executing the contract. The city commission may, upon the refusal or failure of the successful vendor to execute the contract, award the contract to the next lowest vendor. In such event, the amount of the lowest vendor's bid security shall be applied by the city to the contract price differential between the lowest bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. (3) Bid opening procedures. Sealed written bids shall be returned to the city and identified as bids on the envelope, together with other information as may be specified in the invitation to bid. Bids shall be opened in public on the date and at the time and place stated in the public notices. A tabulation of all bids received shall be made available to the public. (4) Rejection of bids. The city manager may: (a) Reject all bids; or 29 (b) Reject all bids and re-advertise for bids, pursuant to the procedure prescribed in this section. (c) Reject all bids and direct that the project or service in question be performed by city forces upon determining that the project or service can be timely performed for an amount less than each of the bids submitted. (5) Award of contracts. Contracts exceeding $100,000.00 shall be awarded by the city commission to the lowest responsible vendor. Contracts of $100,000.00 or less shall be awarded by the city manager, assistant city manager and may be further delegated to the purchasing manager. (6) Performance and payment bonds. A performance bond and a payment bond, or a "contract bond" combining the elements of a performance and a payment bond, issued by a surety company licensed to do business in Florida, may be required before entering into a contract, in an amount at least equal to the contract price or such higher amount as may be found reasonably necessary to protect the best interests of the city except, in limited circumstances, such as incremental services contracts or blanket purchase orders, where it has been determined by the department director that the potential liability resulting from the performance or payment under the contract is an amount less than the full contract price. The department director shall obtain the approval of the city manager to require a bond for less than the full contract price before proceeding with the bid process. If such bond is required, the form and amount of the bond shall be described in the notice inviting bids. Bonds required hereunder shall be subject to all other provisions of this section and the Code. (7) Security in lieu of performance and payment bonds. in lieu of the bond required by this section, a contractor may file with the city, an alternative form of security in the form of cash, a money order, a certified check, a cashier's check, an irrevocable letter of credit, or a security of a type listed in Part II, Chapter 625 of the Florida Statutes. Any such alternative form of security shall be for the same purpose and be subject to the same conditions as those applicable to the bond required hereunder. The determination of the value of the alternative form of security shall be made by the appropriate representative of the city as described above. (8) Change orders. Any change in the contract price, scope of work or time for completion of any project following the award of a contract shall be by a written change order, approved by the city commission and executed with the same formalities as the contract. However, the city manager may approve and execute change orders without city commission approval subject to the following limitations: (a) Contract price increases may be approved to a total award of $100,000.00 for any contract with the same approval authority as (5) above. The city manager may approve any increase of contract up to a maximum of ten percent over the most recent award of the city commission. The scope of any project may not be changed without prior approval of the city 30 commission. No contract price increase shall be approved unless there are sufficient funds available for such purpose. (b) Contract price decreases may be approved without limitation. (c) The time for completion may not be extended by more than 60 days, in any one change or cumulatively for the same project, beyond the most recent commission-approved contract completion time. (d) No change order shall change the scope of the work unless approved by the city commission. (e) City manager approved contracts may not exceed ten percent cumulatively, inclusive of all change orders. Sec. 2.562. - Purchases for $50,000.00 or less. Except as otherwise provided in this division, purchases of commodities or services of a value of $50,000.00 or less, may be made in the open market, pursuant to the following procedure and without observing the procedure prescribed in section 2.561: (1) Minimum number of quotations. Open market purchases shall be based on at least three quotations and shall be awarded to the vendor making the lowest responsible quote. (2) Notice inviting quotations. Quotations shall be solicited either by written request, which may include facsimile transmission, electronic mail or by telephone. (3) Sealed written quotations. Sealed written quotations received in response to written solicitations for quotations shall be submitted to the purchasing agent who shall keep a record of all open market orders and quotes. (4) Written quotation opening procedures. When formal written quotations are requested and received, the quotations shall be opened in public at the time and place designated by the purchasing agent. (5) Rejection of quotations. The city manager as purchasing agent may: (a) Reject all quotations; or (b) Reject all quotations and re-obtain quotations pursuant to the procedures prescribed in this subdivision. (6) Award of contracts. Except as otherwise provided in this division, each contract shall be awarded to the lowest responsible vendor. Sec. 2.563. - Disqualification of apparently lowest responsible bid or quotation. An apparently lowest responsible bid or quotation may be disqualified as such and the bid may be rejected if it is determined by the purchasing agent that any or all of the following circumstances exist: (1) A bid or quotation submitted by a vendor did not strictly conform to the required specifications; provided, however, the city reserves the right to waive 31 inconsequential deviations from the specifications where a change does not result in an increase in price to the city. (2) A vendor has demonstrated, through documented performance in the industry or through prior dealings with the city, to have been unable to satisfactorily meet the responsibilities required of a successful low bidder. (3) A vendor's product has been demonstrated, through documented performance in the industry, or through prior use by the city, to be incapable of satisfactorily meeting the accepted demands to be placed upon the product. (4) A vendor's product that is different from the city's standard. Vendors who submitted a bid or quotation and were not selected may appeal the decision of the purchasing manager through use of the bid protest procedures, a copy of which shall be available in the purchasing office. Protesting vendor must include a fee of five percent of the selected vendors total bid to offset the city's additional expenses related to the protest. This fee shall not exceed $2,500 nor be less than $50. Full refund will be provided should the protest be upheld. No partial refunds will be made. Sec. 2.564. - Exceptions to bid and quotation procedure. (1) The bidding requirements set forth in this subdivision may be waived when one of the following conditions exists: (a) A department director certifies via electronic coordination of the purchase requisition describing to the purchasing agent that an emergency exists in regard to the purchase of any commodity or service and that the delay incident to giving opportunity for competitive bidding would be detrimental to the interest of the city. The responsible department director shall provide a detailed summary outlining the facts demonstrating the existence of an emergency. Upon determining that an emergency exists the purchasing agent may authorize the purchase. Emergency purchases that exceed the purchasing agent's authority must be approved by the city commission at the earliest regular or special public meeting thereafter. (b) Commodities or services are available only from a sole source, after determination by the purchasing agent upon review of written summary of facts from the department director requesting the purchase. (c) The amount of the purchase is $2,500.00 or less. (d) It is to the advantage of the city to purchase commodities or services in cooperation with another governmental entity in Florida or to purchase commodities or services from contracts previously awarded by other governmental entities as recommended by the department director or designee. (e) The purchasing agent determines that the nature of the commodity or service is such that competitive bidding is impossible, impractical, or cannot be obtained as recommended by the requesting department director. (f) Professional services subject to the Florida Consultants Competitive Negotiations Act. 32 (g) Services rendered by health services including mental health; legal services including paralegal, expert witness, appraisal or mediator services; auditors; academic and lecturers; or services provided by persons with mental or physical disabilities under not-for-profit corporations. (h) Commodities or services purchased by the city or its representatives when necessary to the prosecution or defense of any claim or lawsuit in which the city is a party or in which it is anticipated by the city attorney, the risk manager, or the third party administrator of the city's self-insurance program that the city will become a party. (i) Commodities or services purchased by the city or its representatives when necessary to comply with Chapter 440, Florida Statutes (Florida Worker's Compensation Law), or when necessary to the defense of any worker's compensation claim asserted against the city. (j) Contracts of insurance. (k) Purchase of construction materials included in the scope of an awarded construction contract in order to realize sales tax savings, in accordance with Section 212.08(6), F.S. (l) Purchasing bid/quotation requirements may be suspended for a period (to be determined by the emergency condition) upon declaration of emergency by the city manager. Awards of contract may be delegated in writing to any designee in the amount not to exceed $100,000.00. (2) Purchases over $100,000.00 made pursuant to this section shall be submitted to the city commission for approval. Sec. 2.565. - Reserved. Subdivision III. - Reserved Subdivision IV. - Outline Procedures for Awarding Design-Build Contracts Sec. 2.601. - Award of design-build contracts. (1) Purpose. This ordinance establishes uniform rules for the procurement and administration of design-build contracts for construction projects as contemplated by F.S. § 287.055. (2) Selection of the design criteria professional. The design criteria professional shall be selected and contracted in accordance with the requirements of F.S. § 287.055(4) and (5), unless he or she is an employee of the city. The design criteria professional that prepares the design criteria package will not be eligible to render services under the design-build contract. (3) Design criteria package requirements. A design criteria package shall be prepared for the city by the design criteria professional. It shall specify performance criteria for the project including, but not limited to, size, net interior space provisions, location, material quality standards, cost, construction schedule, site development 33 requirements, landscaping, grading, utility provisions for water, power, telephone, storm water disposal and parking provisions. The purpose of the package is to furnish sufficient information upon which firms may prepare bid proposals or upon which negotiations may be based. The firm to whom the design-build contract is awarded will be responsible for creation of the project design based on the criteria in the design criteria package. (4) Minimum qualification requirements for firms providing design-build services. Firms must be qualified pursuant to rules of qualification for bid submittals found in Division 3, Purchasing, of the Code of Ordinances. (5) Public announcement procedures. The city shall publicly request, in a newspaper of general circulation and by posting notice at its offices, competitive proposals from design-build firms. The request shall provide a general description of the project and define procedures on how interested qualified firms may apply for consideration. (6) Certification and competitive selection. (a) The city shall determine the relative ability of each firm to perform the services required for each project. Determination of ability shall be based on staff training and experience, firm experience, location, volume of past contracts with the agency, financial capacity, past performance, and current and projected workloads. In making its determination the city shall interview no less than three firms to determine the firms' ability to provide services and commitment to meet time and budget requirements. (b) The city shall select no less than three nor more than six firms deemed to be most highly qualified to perform the required services, after considering the factors in (1) above. Each of these firms will be eligible for consideration in accordance with subsections (g) or (h), infra. (c) The city may determine that it is in the best interest of the city to negotiate instead of inviting competitive proposals when: i. The project is one with standard requirements such as an office building or a storage warehouse; or ii. The project requires special expertise; or iii. There is a need to complete the project on an accelerated schedule. (d) When the city determines in writing that an emergency exists, a firm shall be selected by competitive negotiation under subsection (h), infra. (7) Competitive proposals for design-build services. (a) Unless negotiation is authorized, proposals will be received from those qualified firms determined eligible under subsection (f), supra. Proposals shall include proposed price and a conceptual design in response to the design criteria package. The city shall establish a relative weighing factor, that is, a maximum permissible score in the form of a percentage, for each proposed building system component of the design criteria package. The weighing factors shall total 100 percent. The city shall review the conceptual design proposed by 34 each firm and give each component a score somewhere between zero and the maximum permissible score (the weighing factor) for the component. (b) The city will then total the score given for each proposed component and divide that score into the price proposed. The quotient will be the adjusted price. The low qualified proposer will then be that proposer whose adjusted price is lowest. The city shall approve an award to the firm with the lowest adjusted price and enter into a contract for the proposed price if the price is within the project budget. (8) Competitive negotiation for design-build services. (a) If negotiation is authorized, the city shall select no less than three firms in order of preference from those deemed to be most qualified to perform the required services under subsection (e), supra. In making its determination the city shall interview no less than three firms to determine their relative ability to meet time and budget requirements and to identify and establish the relative merits of each firm's approach to managing and scheduling the project. The city will then attempt to negotiate a contract with the most qualified firm. (b) When authorized, the city shall negotiate and enter into a contract for design-build services for the project with the firm authorized at compensation determined to be fair, competitive and reasonable. In making the determination, the city shall analyze the cost of the design-build services required, giving full consideration to the scope and complexity of the project. The compensation shall be on a guaranteed maximum price basis for all costs, which shall include reimbursable costs plus fixed lump sum fees for design, project management, overhead and profit. (c) Should the city be unable to negotiate a satisfactory contract with the firm considered to be the most qualified, at a price the city determines to be fair, competitive and reasonable, negotiations with that firm shall be formally terminated. The city shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the city shall then undertake negotiations with the third most qualified firm. (d) Should the city be unable to negotiate a satisfactory contract with any of the selected firms, additional firms shall be selected in accordance with the provisions of this section. Negotiations shall continue in accordance with this section until an agreement is reached. (e) The award of a negotiated contract shall be approved by the City. (9) Public emergency exception. In the case of public emergencies, the city may declare an emergency and authorize negotiations with the best-qualified design-build firm available at that time. An emergency is a set of circumstances caused by a sudden unexpected turn of events (e.g., acts of God, riot, fires, floods, accidents or any circumstances or cause beyond the control of the city in the normal conduct of its business) where the delay incident to publication of the announcement and competitive proposals would result in an immediate danger to the public health, safety or welfare or other substantial loss to the city. 35 Sec. 2.602. - Procurement of construction management services. If the city manager determines that it is in the best interest of the city to proceed with a city council's construction project using the services of a construction manager, who will hold all contracts of the general contractor and subcontractors, then those services may be procured by means other than the procedures specified in this division. The purchasing manager is authorized to prepare the alternate procedures, which shall be included in the purchasing procedures which are approved by the city council by resolution from time to time. Secs. 2.603—2.608. - Reserved. Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 2: Division 4 of Article VI, Chapter 2, Code of Ordinances, is amended as follows: DIVISION 4. DISPOSAL AND DISPOSITION OF SURPLUS TANGIBLE PERSONAL PROPERTY Sec. 2.621. Definitions. Terms not defined in this section shall have the meaning customarily assigned to them. Otherwise, the following words, terms, and phrases, when used in this division, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Tangible personal property means all goods, fixtures, furniture, equipment, and other items of value capable of manual possession and whose chief value is intrinsic to the item itself. This term does not include real property. Sec. 2.622. Surplus sales officer. (1) The city manager is the surplus sales officer. The city manager may delegate some or all of this authority to any other city employee, except as to those matters which, under the charter or this article, are the express responsibility of the city manager. (2) The surplus sales officer or designee shall develop, implement, and administer procedures for the disposal of tangible personal property in accordance with applicable laws and regulations. Said procedures shall include provisions for the keeping of records regarding authorization of the disposal of any tangible personal property. 36 Sec. 2.623. Disposal and disposition of surplus tangible personal property. (1) The surplus sales officer may classify as surplus any tangible personal property owned by the city, provided that such property is not otherwise lawfully disposed, when that property is determined to be obsolete, or the continued use of the property is uneconomical or inefficient, or the property serves no useful function to the city. (2) Tangible personal property that is excess to department needs must enter the surplus disposal process and shall be disposed in the manner prescribed by F.S. Ch. 274. (3) Initial efforts will be made to redistribute any tangible personal property to other city facilities or departments. (4) In accordance with F.S. § 274.06, after the initial efforts to redistribute are exhausted, tangible personal property may be disposed as follows: (a) If the property is without commercial value, it may be donated, destroyed, traded, abandoned, or otherwise disposed at the discretion of the surplus sales officer. (b) If the market value of the property to be disposed is not estimated to exceed the current fixed asset control level, it may be donated, destroyed, abandoned, or otherwise disposed at the discretion of the surplus sales officer. (c) At the discretion of the surplus sales officer, tangible personal property may be offered without bids to the state, any governmental unit, or any political subdivision of the state. (5) Tangible personal property not disposed by the methods described in sections 2.623(3) or 2.623(4), and valued at five thousand dollars ($5,000) or less, whether single item or batch of common bulk items shall be sold through public auction or open market sales, pursuant to the following procedure: (a) Minimum number of bids. Open market sales shall, whenever possible, be based on at least three (3) bids and shall be awarded to the highest responsible bidders. (b) Notice inviting bids. Bids shall be solicited either by written request to prospective buyers or by telephone. (c) Rejection of bids. The surplus sales officer may: (1) Reject all bids; or 37 (2) Reject all bids and reobtain bids pursuant to the procedures prescribed in this section. (d) Award of contracts. Except as otherwise provided in this division, each contract for the sale of surplus property as authorized by this subsection (5) shall be awarded by the city manager to the highest responsible bidder. (6) Tangible personal property not disposed by the methods described in sections 2.623(3) or 2.623(4), and valued at more than five thousand dollars ($5,000), whether single item or batch of common bulk items shall be sold through public auction or open market sales, pursuant to the following procedure: (a) Notice inviting bids (open market only). Notices inviting bids shall be published and shall include a general description of the items to be sold, shall state where bid blanks and all specifications may be obtained, and shall state the time and place for opening of bids. (b) Bid opening procedures (open market only). Sealed written bids shall be returned to the procurement division and shall be identified as bids on the envelope. Bids shall be opened in public at the time and place stated in the public notices. A tabulation of all bids received shall be made available to the public. (c) Rejection of bids (open market only). The surplus sales officer may: (1) Reject all bids; or (2) Reject all bids and readvertise for bids pursuant to the procedures prescribed in this section. (d) Award of contracts. Except as otherwise provided in this division, each contract for the sale of surplus property as authorized by this subsection (6) shall be awarded by the city council to the highest responsible bidder. (7) The bidding requirements set forth in this division may be waived when one or more of the following conditions exist: (a) The market value of items to be disposed is not estimated to exceed the current fixed asset control level and may be disposed as the surplus sales officer deems necessary. (b) The surplus sales officer determines that the items can be sold or otherwise disposed through only one source. 38 (c) Local, state, or federal law requires that the items be disposed via public auction. (d) The surplus sales officer determines that a donation to charitable/not-for-profit organizations is in the best interest of the city. (e) The department director recommends trade-in as being in the best interest of the city. (8) When authorized or required, the surplus sales officer may utilize the services of auctioneers at city facilities, provider facilities, or online auctions. (9) When the tangible personal property being disposed was purchased through a federal, state, or other grant or award, the surplus sales officer shall ensure that any disposal requirements contained in the grant or award are met. (10) When property being disposed includes electronic equipment with data storage capabilities, disposal shall be through a provider capable of ensuring and providing a certificate of complete data destruction for such equipment. Sec. 2.624. Reserved. DIVISION 4. - SALE OF SURPLUS PERSONAL PROPERTY Sec. 2.621. - Surplus sales officer. The city manager shall be the surplus sales officer. He shall have the power to delegate some or all of his authority to any other city employee, except as to those matters which, under the charter or this article, are the express responsibility of the city manager. Sec. 2.622. - Surplus sales over $5,000. Except as otherwise provided in this division, following authorization by the city commission, the sale of an item or of common bulk items of an estimated value greater than $5,000.00 shall be through public auction or open market pursuant to the following procedure: (1) Notice inviting bids (open market only). Notices inviting bids shall be published and shall include a general description of the items to be sold, shall state where bid blanks and all specifications may be obtained, and shall state the time and place for opening of bids. (2) Bid opening procedures (open market only). Sealed written bids shall be returned to the city and shall be identified as bids on the envelope. Bids shall be opened in public at the time and place stated in the public notices. A tabulation of all bids received shall be made available to the public. 39 (3) Rejection of bids (open market only). In the sale of surplus personal property, the city manager as surplus sales officer may: (a) Reject all bids; or (b) Reject all bids and readvertise for bids pursuant to the procedures prescribed in this section. (4) Award of contracts. Except as otherwise provided in this division, contracts for the sale of surplus personal property shall be awarded by the city commission to the highest responsible bidder. Sec. 2.623. - Surplus sales under $5,000. Except as otherwise provided in this division, following authorization by the city manager, the sale of an item or of common bulk items of an estimated value of $5,000 or less may be made through public auction or open market, pursuant to the following procedure and without observing the procedure prescribed in section 2.622: (1) Minimum number of bids. Open market sales shall, whenever possible, be based on at least three bids and shall be awarded to the highest responsible bidder. (2) Notice inviting bids. Bids shall be solicited either by written request to prospective buyers or by telephone. (3) Rejection of bids. The city manager as surplus sales officer may: (a) Reject all bids, or (b) Reject all bids and reobtain bids pursuant to the procedure prescribed in this section. (4) Award of contracts. Except as otherwise provided in this division, each contract for the sale of surplus personal property authorized by this section shall be awarded to the highest responsible bidder. Sec. 2.624. - Exceptions to auction sale bidding procedures. The bidding requirements set forth in this division may be dispensed with when one or more of the following conditions exist: (1) The market value of items to be disposed of is not estimated to exceed the current fixed asset control level, and may be disposed of as the city manager deems necessary. (2) It is to the advantage of the city to sell the items to or otherwise dispose of them in cooperation with another governmental entity. (3) The surplus sales officer determines that the items can be sold or otherwise disposed of through only one source. (4) Local, state or federal law requires that the items be disposed of via public auction. 40 (5) The city manager determines that a donation to charitable/not-for-profit organizations is in the best interest of the city. (6) The department director or designee may recommend trade-in as being in the best interest of the city. Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 3: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. Section 4: This Ordinance shall become effective immediately upon adoption. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED ____________________________ Frank Hibbard Mayor Approved as to form: Attest: _________________________ ____________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9439-21 2nd rdg Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 10.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9439-21 on second reading, vacating a platted 5-foot Utility Easement, described as the West 5 feet of Lot 5, Block 70, Mandalay, recorded in Plat Book 14, Pages 32 to 35 of the Public Records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 [RE15-1313-080/265287/1] 1 Ord. No. 9439-21 ORDINANCE NO. 9439-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PLATTED 5 FOOT UTILITY EASEMENT, DESCRIBED AS THE WEST 5 FEET OF LOT 5, BLOCK 70, MANDALAY, RECORDED IN PLAT BOOK 14, PAGES 32 TO 35, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, has requested that the City vacate said easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A portion of easement described as follows: See Exhibit “A” is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ Frank Hibbard Mayor [RE15-1313-080/265287/1] 2 Ord. No. 9439-21 Approved as to form: Attest: ________________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Senior Assistant City Attorney City Clerk ELDORADO AVE B A Y E S P L A NA D E 10 58 1 0 6 8 1061 1 05 4 1 0 7 6 1 0 7 0 1060AERIAL MAP N.T.S.Scale: Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\Eldorado Ave\Eldorado_Ave_EasementVacation.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed Utility Easement Vacation1068 Eldorado Avenue Page 1 of 1Aerial Flown 2019 Date:2/9/2021KNMap Gen By: PROPOSED 5'x60'EASEMENT VACATION RBReviewed By:238AGrid #:32-28s-15eS-T-R: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9446-21 2nd rdg Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 10.5 SUBJECT/RECOMMENDATION: Adopt Ordinance 9446-21 on second reading, amending the Operating Budget for the Fiscal Year ending September 30, 2021 to reflect increases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Gas Fund, Parking Fund, and Administrative Services Fund. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Ordinance #9446-21 43 ORDINANCE NO. 9446-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2021 TO REFLECT INCREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, SPECIAL DEVELOPMENT FUND, SPECIAL PROGRAM FUND, GAS FUND, PARKING FUND, AND ADMINISTRATIVE SERVICES FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2021, for operating purposes, including debt service, was adopted by Ordinance No. 9408-20; and WHEREAS, at the first quarter review it was found that an increase of $4,853,238 is necessary for revenues and an increase of $4,873,238 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9408-20 is amended to read: Pursuant to the Amended City Manager's Annual Report and Estimate 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 an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Frank Hibbard, Mayor Approved as to form: Attest: _______________________________ ________________________________ Pamela K. Akin, City Attorney Rosemarie Call, City Clerk FirstQuarter Budgeted Use of Total AmendedRevenues Reserves Revenues Budget 2020/21 2020/21 2020/21 2020/21 Amendments General Fund: Ad Valorem Taxes 68,492,140 - 68,492,140 68,492,140 - Utility Taxes 15,230,000 - 15,230,000 15,230,000 - Local Option, Fuel & Other Taxes 6,350,000 - 6,350,000 6,350,000 - Franchise Fees 10,104,770 - 10,104,770 10,104,770 - Other Permits & Fees 2,309,000 - 2,309,000 2,309,000 - Intergovernmental Revenues 18,862,910 - 18,862,910 18,862,910 - Charges for Services 15,780,380 - 15,780,380 15,780,380 - Judgments, Fines & Forfeitures 1,354,000 - 1,354,000 1,354,000 - Miscellaneous Revenues 2,643,956 - 2,643,956 2,643,956 - Transfers In 11,052,684 - 11,052,684 11,079,718 27,034 Other Financing Sources - - - - - Transfer (to) from Reserves - - - 1,086,540 1,086,540 Total, General Fund 152,179,840 - 152,179,840 153,293,414 1,113,574 Special Revenue Funds: Special Development Fund 17,398,400 678,020 18,076,420 18,372,420 296,000 Special Program Fund 1,660,264 - 1,660,264 5,102,956 3,442,692 Local Housing Asst Trust Fund 431,440 - 431,440 431,440 - Utility & Other Enterprise Funds: Water & Sewer Fund 96,075,645 6,213,835 102,289,480 102,289,480 - Stormwater Utility Fund 17,899,890 - 17,899,890 17,899,890 - Solid Waste & Recycling Fund 27,130,350 - 27,130,350 27,130,350 - Gas Fund 47,788,140 - 47,788,140 47,788,800 660 Airpark Fund 347,860 - 347,860 347,860 - Marine Fund 5,277,210 - 5,277,210 5,277,210 - Clearwater Harbor Marina 921,970 - 921,970 921,970 - Parking Fund 7,330,560 - 7,330,560 7,330,662 102 Internal Service Funds: Administrative Services Fund 13,305,520 - 13,305,520 13,305,730 210 General Services Fund 6,194,230 - 6,194,230 6,194,230 - Garage Fund 18,524,420 391,770 18,916,190 18,916,190 - Central Insurance Fund 24,171,960 1,886,270 26,058,230 26,058,230 - Total, All Funds 436,637,699 9,169,895 445,807,594 450,660,832 4,853,238 EXHIBIT A 2020-21 BUDGET REVENUE 44 Ordinance #9446-21 FirstQuarter Original Amended Budget Budget2020/21 2020/21 Amendments General Fund: City Council 395,821 395,821 - City Manager's Office 1,275,890 1,275,944 54 City Attorney's Office 1,809,585 1,809,657 72 City Auditor's Office 226,432 226,444 12 CRA Administration 468,480 468,510 30 Economic Development & Housing Svc 1,828,948 1,829,014 66 Engineering 8,230,947 8,230,947 - Finance 2,637,681 2,637,861 180 Fire 30,293,051 30,293,051 - Human Resources 1,562,078 1,562,180 102 Library 8,000,965 8,000,965 - Non-Departmental 7,784,508 8,723,248 938,740 Official Records & Legislative Svcs 1,215,681 1,215,729 48 Parks & Recreation 31,136,988 31,311,192 174,204 Planning & Development 6,458,802 6,458,802 - Police 47,259,323 47,259,323 - Public Communications 1,196,190 1,196,256 66 Public Utilities 398,470 398,470 - Total, General Fund - 152,179,840 153,293,414 1,113,574 Special Revenue Funds: Special Development Fund 17,361,860 17,657,860 296,000 Special Program Fund 1,590,264 5,032,956 3,442,692 Local Housing Asst Trust Fund 431,440 431,440 - Utility & Other Enterprise Funds: Water & Sewer Fund 102,289,480 102,289,480 - Stormwater Utility Fund 16,706,320 16,706,320 - Solid Waste & Recycling Fund 25,702,930 25,702,930 - Gas Fund 45,257,380 45,258,040 660 Airpark Fund 340,770 340,770 - Marine Fund 5,119,120 5,119,120 - Clearwater Harbor Marina 854,430 854,430 - Parking Fund 6,436,140 6,456,242 20,102 Internal Service Funds: Administrative Services Fund 13,254,460 13,254,670 210 General Services Fund 6,162,380 6,162,380 - Garage Fund 18,916,190 18,916,190 - Central Insurance Fund 26,058,230 26,058,230 - Total, All Funds - 438,661,234 443,534,472 4,873,238 EXHIBIT A (Continued) 2020-21 BUDGET EXPENDITURES 45 Ordinance #9446-21 First Quarter Budget Review Fiscal Year 2020-21 Memorandum TO: Mayor and City Council FROM: Bill Horne, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager SUBJECT: First quarter budget review - amended City Manager's annual budget report DATE: March 3, 2021 Attached is the first quarter budget review in accordance with the City Code of Ordinances. This report is based on the first three months of activity in the current fiscal year (October 2020 through December 2020). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $1,113,574. The General Fund expenditure increase at first quarter includes the Council approved appropriation of General Fund reserves which total $1,086,540. Amendments include $391,000 to fund the Engman Street Property Purchase, $172,800 to fund the addition of three FTEs and operating costs for Crest Lake Park once in service, $131,652 for tennis court lighting at Morningside Recreation Center, $160,000 to fund the Hilltop agreement in the Miscellaneous Parks Contracts project, $143,200 to fund the mental health co-responder team, and $87,888 to fund the Cardno contract for archeological excavation. Other amendments include a net increase of $2,034 for the departments that received safety awards with offsetting revenues recognized from the Central Insurance fund, and the return of $25,000 from the closed City Hall hardening project which is transferred to provide additional funding needed in the Planning Studies Fund. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. With the closing of the year-end 2020 books, estimated General Fund reserves at first quarter are approximately $47.0 million, or 30.9% of the fiscal year 2020/21 General Fund budget, exceeding our minimum reserve requirement by $34.1 million. First Quarter Budget Review Fiscal Year 2020-21 Significant amendments to other city operating funds are noted as follows: Parking Fund First quarter amendments to Parking Fund expenditures reflect a net increase of $20,102. Amendments include an increase of $102 for receipt of the safety award which is offset by increased revenues from the Central Insurance fund, and a transfer of $20,000 to the capital fund for improvements to the beach guard administration building. Capital Improvement Program First quarter amendments to the capital improvement program reflect a net increase of $30,820,452. Amendments previously approved by Council include an increase of $30,000,000 to recognize bond proceeds approved for the Imagine Clearwater project; an increase of $190,286 in recreation land impact fee and $105,714 in open space impact fee revenues in the park land acquisition project, an allocation of $131,652 in General Fund reserves in the Morningside Recreation Center project; an allocation of $160,000 of General Fund reserves in the Miscellaneous Parks Contracts project; and an increase of $30,000 in grant revenues from US DOT Federal Aviation Administration in the Airpark Maintenance project. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include an increase of $33,442 in grant revenues from the Department of Justice in the Police Equipment Replacement project; a decrease of $134,230 in lease purchase revenue in the EMS Capital Equipment project; an increase of $149,733 of Pinellas County fire reimbursement revenue in the Aerial Truck project; a decrease of $100,000 in grant revenue in the McMullen Tennis Complex project; a decrease of $100,000 in grant revenue and increase of $5,000 in donation revenue in the Countryside Complex project; a decrease of $57,257 in lease purchase revenue for the Showmaster Portable Stage; an increase of $64,294 in Art Fund excess revenues in the Miscellaneous Public Art Fund; a decrease of $50,000 of donation revenue in the Countryside Sports Complex project; an increase of $95,000 to recognize grant funding from CDBG transferred into the Belmont Park project; an increase of $205,125 in parking revenues in the Seminole Boat Launch Maintenance project; a decrease of $36,352 in grant revenues from FDOT to close out the Ground Support Equipment Upgrade project; an increase of $54,238 from insurance proceeds in the Garage – Off Cycle Replacement project; and increases of property owner share revenues of $47,208 in the Pinellas New Mains/Service Lines and $30,009 in the Line Relocation Pasco – Capital project. Special Program Fund The Special Program Fund reflects a net budget increase of $3,442,692 at first quarter. Significant amendments include the transfer of General Fund revenues of $143,200 for the Mental Health Co- Responder Team, and $25,000 to the Planning Studies Fund; $901,528 in FEMA reimbursements for hurricane Irma and the hurricane Dorian strike team; $858,968 in Community Development Block Grant revenue awarded from the CARES Act for COVID response; a net increase of $92,273 in public safety grant revenues for Investigative Costs Recovery, Federal Forfeiture Sharing, the Pedestrian/Bicycle Safety program, and the Police Body Worn Camera program; $414,098 from the Pinellas County School Board for school resource officer (SRO) extra duty and annual contract for the 2020/21 school year; $394,095 in First Quarter Budget Review Fiscal Year 2020-21 governmental revenues from the Juvenile Welfare Board for 2020/21 after school and summer programs; $8,450 in donation revenues to support Police and Library programs; $17,686 of interest earnings; $10,000 in foreclosure registry fees collected; $3,277 in revenues received for special events; $272,262 in fines and court proceeds for public safety programs, the lien foreclosure program, and the tree replacement program; and $301,855 in contractual service revenue for police extra duty. CITY OF CLEARWATER FIRST QUARTER SUMMARY 2020/21 FY 20/21 Variance %First Adopted Year to Date YTD Actual vs.YTD vs.Quarter Amended Description Budget Actual Adopted Budget Budget Adjustment Budget General Fund: Revenues 152,179,840 78,527,472 73,652,368 52%1,113,574 153,293,414 Expenditures 152,179,840 47,583,311 104,596,529 31%1,113,574 153,293,414 Utility Funds: Water & Sewer Fund Revenues 102,289,480 23,153,199 79,136,281 23%- 102,289,480 Expenditures 102,289,480 55,872,074 46,417,406 55%- 102,289,480 Stormwater Fund Revenues 17,899,890 4,359,681 13,540,209 24%- 17,899,890 Expenditures 16,706,320 9,758,579 6,947,741 58%- 16,706,320 Gas Fund Revenues 47,788,140 10,176,771 37,611,369 21%660 47,788,800 Expenditures 45,257,380 16,014,816 29,242,564 35%660 45,258,040 Solid Waste and Recycling Fund Revenues 27,130,350 7,302,558 19,827,792 27%- 27,130,350 Expenditures 25,702,930 6,439,006 19,263,924 25%- 25,702,930 Enterprise Funds: Marine Fund Revenues 5,277,210 1,129,019 4,148,191 21%- 5,277,210 Expenditures 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Airpark Fund Revenues 347,860 84,636 263,224 24%- 347,860 Expenditures 340,770 118,994 221,776 35%- 340,770 Clearwater Harbor Marina Fund Revenues 921,970 224,066 697,904 24%- 921,970 Expenditures 854,430 300,740 553,690 35%- 854,430 Parking Fund Revenues 7,330,560 1,958,366 5,372,194 27%102 7,330,662 Expenditures 6,436,140 2,075,804 4,360,336 32%20,102 6,456,242 Internal Service Funds: General Services Fund Revenues 6,194,230 1,541,883 4,652,347 25%- 6,194,230 Expenditures 6,162,380 1,308,933 4,853,447 21%- 6,162,380 Administrative Services Revenues 13,305,520 3,229,431 10,076,089 24%210 13,305,730 Expenditures 13,254,460 3,686,039 9,568,421 28%210 13,254,670 Garage Fund Revenues 18,916,190 3,562,515 15,353,675 19%- 18,916,190 Expenditures 18,916,190 4,121,436 14,794,754 22%- 18,916,190 Central Insurance Fund Revenues 26,058,230 7,175,328 18,882,902 28%- 26,058,230 Expenditures 26,058,230 7,851,223 18,207,007 30%- 26,058,230 1 FIRST QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2020-21 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 29 Special Development Fund ........................................................................................................... 35 Administrative Change Orders ...................................................................................................... 38 Ordinances ..................................................................................................................................... 39 The amended 2020/21 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents three months, October 1, 2020 through December 31, 2020. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after December 31, 2020. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 17, 2020. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on the first quarter review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2020/21 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2020, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed as a result of the first quarter review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description Ad Valorem Taxes - At first quarter,approximately 85%of property tax revenue has been received.This is as projected,most property tax payments are made within the first six months of the fiscal year. No amendment is proposed at this time. Other Permits and Fees - At first quarter,other permits and fees revenues reflect collections of 41%of total budget,primarily due to increased collections of building/sign permit revenues.No amendment is proposed at this time. 27,034 At first quarter,transfer in revenues reflect an increase of $2,034.00 to recognize safety award funding from the Central Insurance Fund,and the return of $25,000.00 unspent in project C1907,City Hall Hardening,which will be used to provide additional funding in special program M2101, Planning Studies Fund. First quarter amendments reflect the appropriation of $1,086,540.00 from General Fund retained earnings. Amendments, include the following allocations: 391,000 1)An appropriation of $391,000.00 from fund reserves to fund the purchase of real property located at 1011 Engman Street as approved by City Council on January 21, 2021. 172,800 2)An appropriation of $172,800.00 from fund reserves to provide funding for the personnel and operational costs associated with 3 new FTEs for the Crest Lake Team as approved by City Council on December 17, 2020. 131,652 3)An appropriation of $131,651.99 from fund reserves to provide additional funding for capital improvement project 93251 Morningside Rec Center Replacement as approved by City Council on December 17, 2020. 160,000 4)An appropriation of $160,000.00 from fund reserves for capital improvement project 93618 Miscellaneous Parks and Recreation Contracts as approved by City Council on January 21, 2021. City of Clearwater General Fund Revenues First Quarter Amendments FY 2020/21 Transfer (to) from Surplus Transfers In 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues First Quarter Amendments FY 2020/21 143,200 5)An appropriation of $143,200.00 from fund reserves to establish special program P2101 Mental Health Co-Responder Team as approved by City Council on January 21, 2021. 87,888 6)An appropriation of $87,888.00 from fund reserves to fund the Cardno contract for archeological excavation as approved by City Council on February 4, 2021. 1,086,540 1,113,574 Net General Fund Net Transfer (to) from Transfer (to) from Surplus (continued) 4 Increase/ (Decrease)Description 54 At first quarter,City Manager expenditures reflect an increase of $54.00 to employee recognition for receipt of the perfect claims annual safety award. 72 At first quarter,City Attorney expenditures reflect an increase of $72.00 to employee recognition for receipt of the perfect claims annual safety award. 12 At first quarter,City Audit expenditures reflect an increase of $12.00 to employee recognition for receipt of the perfect claims annual safety award. 30 At first quarter,CRA expenditures reflect an increase of $30.00 to employee recognition for receipt of the perfect claims annual safety award. 66 At first quarter,Economic Development and Housing expenditures reflect an increase of $66.00 to employee recognition for receipt of the perfect claims annual safety award. 180 At first quarter,Finance expenditures reflect an increase of $180.00 to employee recognition for receipt of the perfect claims annual safety award. 102 At first quarter,Human Resources expenditures reflect an increase of $102.00 to employee recognition for receipt of the perfect claims annual safety award. 48 At first quarter,Official Records and Legislative Services expenditures reflect an increase of $48.00 to employee recognition for receipt of the perfect claims annual safety award. Official Records and Legislative Services Finance Human Resources City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 Economic Development and Housing City Manager City Audit City Attorney CRA Administration 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 174,204 First quarter amendments to Parks and Recreation expenditures reflect a net increase of $174,204.00. Amendments include:1)an increase of $172,800.00 to provide funding for the personnel and operational costs associated with 3 new FTEs for the Crest Lake Team as approved by City Council on December 17,2020;and 2)an increase of $1,404.00 to employee recognition for receipt of the 4th quarter FY20 safety award. 66 At first quarter,Public Communications expenditures reflect an increase of $66.00 to employee recognition for receipt of the perfect claims annual safety award. Non-Departmental 478,888 A first quarter amendment to Non-Departmental reflects an increase of $391,000.00 to Land Development to fund the purchase of real property located at 1011 Engman Street as approved by City Council on January 21,2021,and an increase of $87,888.00 to Professional Services to fundthe Cardno contract for archeological excavation as approved by City Council on February 4, 2021. Amendments also reflect City Council approved interfund transfers to special programs and capital projects as follows: 131,652 1)An allocation of $131,651.99 to provide additional funding for capital improvement project 93251 Morningside Rec Center Replacement as approved by City Council on December 17, 2020. 160,000 2)An allocation of $160,000.00 in additional funding for capital improvement project 93618 Miscellaneous Parks and Recreation Contracts as approved by City Council on January 21, 2021. Public Communications Parks & Recreation 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 Non-Departmental (continued) 143,200 3)An allocation of $143,200.00 to establish special program P2101 Mental Health Co-Responder Team as approved by City Council on January 21, 2021. 25,000 4)A transfer of $25,000 to special program M2101 Planning Studies Fund,which is offset by an amendment recognizing revenues transfered in from project 315-C1907 City Hall Hardening. 938,740 1,113,574 Net General Fund 7 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 68,492,140 58,941,027 9,551,113 86%- 68,492,140 Utility Taxes 15,230,000 3,304,747 11,925,253 22%- 15,230,000 Local Option, Fuel and Other Taxes 6,350,000 2,178,271 4,171,729 34%- 6,350,000 Franchise Fees 10,104,770 1,801,388 8,303,382 18%- 10,104,770 Other Permits & Fees 2,309,000 941,196 1,367,804 41%- 2,309,000 Intergovernmental 18,862,910 4,234,882 14,628,028 22%- 18,862,910 Charges for Services 15,780,380 3,369,877 12,410,503 21%- 15,780,380 Judgments, Fines and Forfeitures 1,354,000 254,561 1,099,439 19%- 1,354,000 Miscellaneous Revenues 2,643,956 591,849 2,052,107 22%- 2,643,956 Transfers In 11,052,684 2,909,675 8,143,009 26%27,034 11,079,718 Total Revenues 152,179,840 78,527,472 73,652,368 52%27,034 152,206,874 Transfer (to) from Surplus - - - ~1,086,540 1,086,540 Adjusted Revenues 152,179,840 78,527,472 73,652,368 52%1,113,574 153,293,414 General Fund Expenditures City Council 395,821 131,533 264,288 33%- 395,821 City Manager's Office 1,275,890 310,601 965,289 24%54 1,275,944 City Attorney's Office 1,809,585 412,068 1,397,517 23%72 1,809,657 City Auditor's Office 226,432 31,857 194,575 14%12 226,444 CRA Administration 468,480 123,843 344,637 26%30 468,510 Economic Development and Housing 1,828,948 654,269 1,174,679 36%66 1,829,014 Engineering 8,230,947 2,159,602 6,071,345 26%- 8,230,947 Finance 2,637,681 638,657 1,999,024 24%180 2,637,861 Fire 30,293,051 9,160,947 21,132,104 30%- 30,293,051 Human Resources 1,562,078 341,752 1,220,326 22%102 1,562,180 Library 8,000,965 2,097,396 5,903,569 26%- 8,000,965 Non-Departmental 7,784,508 6,862,149 922,359 88%938,740 8,723,248 Official Records and Legislative Svcs 1,215,681 264,021 951,660 22%48 1,215,729 Parks & Recreation 31,136,988 8,939,991 22,196,997 29%174,204 31,311,192 Planning & Development 6,458,802 1,746,071 4,712,731 27%- 6,458,802 Police 47,259,323 13,355,255 33,904,068 28%- 47,259,323 Public Communications 1,196,190 256,540 939,650 21%66 1,196,256 Public Utilities 398,470 96,762 301,708 24%- 398,470 Total Expenditures 152,179,840 47,583,311 104,596,529 31%1,113,574 153,293,414 For the three month period of October 1, 2020 - December 31, 2020 GENERAL FUND FIRST QUARTER REVIEW 8 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 93,969,645 22,770,612 71,199,033 24%- 93,969,645 Judgments, Fines and Forfeits 271,000 98,562 172,438 36%- 271,000 Miscellaneous 1,835,000 284,025 1,550,975 15%- 1,835,000 Transfers In - - - ~- - Fund Equity 6,213,835 - 6,213,835 0%- 6,213,835 Total Revenues 102,289,480 23,153,199 79,136,281 23%- 102,289,480 Water & Sewer Expenditures: Public Utilities Administration 1,703,374 385,650 1,317,724 23%- 1,703,374 Wastewater Collection 13,506,904 9,716,091 3,790,813 72%- 13,506,904 Public Utilities Maintenance 9,060,046 4,324,764 4,735,282 48%- 9,060,046 WPC / Plant Operations 33,737,721 19,645,443 14,092,278 58%- 33,737,721 WPC / Laboratory Operations 1,594,863 311,882 1,282,981 20%- 1,594,863 WPC / Industrial Pretreatment 1,042,918 189,282 853,636 18%- 1,042,918 Water Distribution 18,805,229 10,778,110 8,027,119 57%- 18,805,229 Water Supply 18,336,027 8,010,188 10,325,839 44%- 18,336,027 Reclaimed Water 4,502,398 2,510,662 1,991,736 56%- 4,502,398 Total Expenditures 102,289,480 55,872,074 46,417,406 55%- 102,289,480 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW At first quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Water and Sewer Fund revenues at first quarter. No amendments are proposed to Water and Sewer Fund expenditures at first quarter.Expenditures reflect 55%of total budget due to transfers to the capital fund which happen in the first period of the year. 9 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 16,910,500 4,270,392 12,640,108 25%- 16,910,500 Judgments, Fines and Forfeits 73,000 19,614 53,386 27%- 73,000 Miscellaneous 916,390 69,675 846,715 8%- 916,390 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 17,899,890 4,359,681 13,540,209 24%- 17,899,890 Stormwater Expenditures: Stormwater Management 10,647,663 8,355,950 2,291,713 78%- 10,647,663 Stormwater Maintenance 6,058,657 1,402,629 4,656,028 23%- 6,058,657 Total Expenditures 16,706,320 9,758,579 6,947,741 58%- 16,706,320 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At first quarter, anticipated revenues of the Stormwater Fund exceed anticipated expenditures by $1,193,570 for fiscal year 2020/21. No amendments are proposed to Stormwater Fund revenues at first quarter. No amendments are proposed to Stormwater Fund expenditures at first quarter.Expenditures reflect 58%of total budget due to transfers to the capital fund which happen in the first period of the year. 10 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 47,003,340 10,098,067 36,905,273 21%- 47,003,340 Judgments, Fines and Forfeits 153,100 23,641 129,459 15%- 153,100 Miscellaneous 631,700 55,063 576,637 9%- 631,700 Transfers In - - - ~660 660 Fund Equity - - - ~- - Total Revenues 47,788,140 10,176,771 37,611,369 21%660 47,788,800 Gas Expenditures: Administration & Supply 21,830,658 4,068,412 17,762,246 19%660 21,831,318 Pinellas Gas Operations 9,775,059 4,554,570 5,220,489 47%- 9,775,059 Pasco Gas Operations 6,709,495 3,970,272 2,739,223 59%- 6,709,495 Marketing & Sales 6,942,168 3,421,562 3,520,606 49%- 6,942,168 Total Expenditures 45,257,380 16,014,816 29,242,564 35%660 45,258,040 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:660 Gas Fund Expenditures:660 At first quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $2,530,760 for fiscal year 2020/21. At first quarter,amendments to Gas Fund revenues reflect an increase of $660.00 to transfer in revenue to recognize safety award funding from the Central Insurance Fund. At first quarter,Gas Fund expenditures reflect an increase of $660.00 to employee recognition for receipt of the 1st quarter FY21 safety award.Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 11 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 - 1,000 0%- 1,000 Charges for Service 23,660,000 6,408,005 17,251,995 27%- 23,660,000 Judgments, Fines and Forfeits 95,000 26,783 68,217 28%- 95,000 Miscellaneous 725,000 142,292 582,708 20%- 725,000 Transfers In - - - ~- - Solid Waste Revenues 24,481,000 6,577,080 17,903,920 27%- 24,481,000 Recycling Revenues: Other Permits and Fees 350 - 350 0%- 350 Intergovernmental - - - ~- - Charges for Service 2,430,000 654,423 1,775,577 27%- 2,430,000 Judgments, Fines and Forfeits 8,000 2,565 5,435 32%- 8,000 Miscellaneous 211,000 68,489 142,511 32%- 211,000 Transfers In - - - ~- - Recycling Revenues 2,649,350 725,477 1,923,873 27%- 2,649,350 Fund Equity - - - ~- - Total Revenues 27,130,350 7,302,558 19,827,792 27%- 27,130,350 Solid Waste Expenditures: Collection 17,853,129 4,465,821 13,387,308 25%- 17,853,129 Transfer 2,354,091 575,331 1,778,760 24%- 2,354,091 Container Maintenance 944,923 235,342 709,581 25%- 944,923 Administration 1,036,817 266,434 770,383 26%- 1,036,817 Solid Waste Expenditures 22,188,960 5,542,928 16,646,032 25%- 22,188,960 Recycling Expenditures: Residential 1,401,597 342,406 1,059,191 24%- 1,401,597 Multi-Family 460,267 121,362 338,905 26%- 460,267 Commercial 1,652,106 432,310 1,219,796 26%- 1,652,106 Recycling Expenditures 3,513,970 896,078 2,617,892 26%- 3,513,970 Total Expenditures 25,702,930 6,439,006 19,263,924 25%- 25,702,930 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At first quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,427,420 for fiscal year 2020/21. No amendments are proposed to Solid Waste and Recycling Fund revenues at first quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at first quarter. 12 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 5,133,210 1,104,072 4,029,138 22%- 5,133,210 Judgments, Fines and Forfeits 6,000 - 6,000 0%- 6,000 Miscellaneous Revenue 138,000 24,947 113,053 18%- 138,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 5,277,210 1,129,019 4,148,191 21%- 5,277,210 Marine Expenditures: Marina Operations 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Total Expenditures 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW At first quarter, anticipated revenues of the Marine Fund exceed anticipated expenditures by $158,090 for fiscal year 2020/21. No amendments are proposed to Marine Fund revenues at first quarter. No amendments are proposed to Marine Fund expenditures at first quarter. 13 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 872,870 216,734 656,136 25%- 872,870 Judgments, Fines and Forfeits 1,600 - 1,600 0%- 1,600 Miscellaneous Revenue 47,500 7,332 40,169 15%- 47,500 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 921,970 224,066 697,904 24%- 921,970 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 854,430 300,740 553,690 35%- 854,430 Total Expenditures 854,430 300,740 553,690 35%- 854,430 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At first quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $67,540 for fiscal year 2020/21. No amendments are proposed to Clearwater Harbor Marina Fund revenues at first quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at first quarter. Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 14 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 18,500 3,456 15,044 19%- 18,500 Miscellaneous Revenue 329,360 81,180 248,180 25%- 329,360 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 347,860 84,636 263,224 24%- 347,860 Airpark Expenditures: Airpark Operations 340,770 118,994 221,776 35%- 340,770 Total Expenditures 340,770 118,994 221,776 35%- 340,770 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At first quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $7,090 for fiscal year 2020/21. No amendments are proposed to Airpark Fund revenues at first quarter. No amendments are proposed to Airpark Fund expenditures at first quarter.Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 15 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 6,230,560 1,700,434 4,530,126 27%- 6,230,560 Judgments, Fines and Forfeits 800,000 226,765 573,235 28%- 800,000 Miscellaneous Revenue 300,000 31,166 268,834 10%- 300,000 Transfers In - - - ~102 102 Fund Equity - - - ~- - Total Revenues 7,330,560 1,958,366 5,372,194 27%102 7,330,662 PARKING FUND EXPENDITURES Engineering/Parking System 4,552,380 1,645,012 2,907,368 36%- 4,552,380 Engineering/Parking Enforcement 800,000 150,583 649,417 19%- 800,000 Fire Dept/Beach Guards 950,920 254,025 696,895 27%20,102 971,022 Seminole Street Boat Ramp 132,840 26,184 106,656 20%- 132,840 Total Expenditures 6,436,140 2,075,804 4,360,336 32%20,102 6,456,242 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:102 Parking Fund Expenditures:20,102 At first quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $874,420 for fiscal year 2020/21. At first quarter,amendments to Parking Fund revenues reflect an increase of $102.00 to transfer in revenue to recognize safety award funding from the Central Insurance Fund. At first quarter,Parking Fund expenditures reflect an increase of $102.00 to employee recognition for receipt of the 4th quarter FY20 safety award,and an increase of $20,000.00 for the transfer of funds to ENGF200002, Beach Guard Administration Buidling. 16 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,009,230 1,518,680 4,490,550 25%- 6,009,230 Miscellaneous Revenues 185,000 23,203 161,797 13%- 185,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 6,194,230 1,541,883 4,652,347 25%- 6,194,230 General Services Expenditures: Administration 443,624 113,917 329,707 26%- 443,624 Building & Maintenance 5,718,756 1,195,016 4,523,740 21%- 5,718,756 Total Expenditures 6,162,380 1,308,933 4,853,447 21%- 6,162,380 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At first quarter, anticipated revenues of the General Services Fund exceed anticipated expenditures by $31,850 for fiscal year 2020/21. No amendments are proposed to General Services Fund revenues at first quarter. No amendments are proposed to General Services Fund expenditures at first quarter. INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 17 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 13,125,520 3,209,246 9,916,274 24%- 13,125,520 Miscellaneous Revenues 180,000 20,185 159,815 11%- 180,000 Transfers In - - - ~210 210 Fund Equity - - - ~- - Total Revenues 13,305,520 3,229,431 10,076,089 24%210 13,305,730 Administrative Services Expenditures: Info Tech / Admin 408,735 105,748 302,987 26%204 408,939 Info Tech / Network Svcs 4,703,533 1,386,677 3,316,856 29%- 4,703,533 Info Tech / Software Applications 3,272,530 919,475 2,353,055 28%- 3,272,530 Info Tech / Telecommunications 862,372 178,737 683,635 21%- 862,372 Public Comm / Courier 191,630 20,393 171,237 11%6 191,636 Clearwater Customer Service 3,815,660 1,075,009 2,740,651 28%- 3,815,660 Total Expenditures 13,254,460 3,686,039 9,568,421 28%210 13,254,670 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:210 Administrative Services Fund Expenditures:210 At first quarter,Administrative Services Fund revenues reflect an increase of $210.00 to transfer-in revenues recognizing perfect claims safety award funding from the Central Insurance Fund. At first quarter,Administrative Services Fund expenditures reflect an increase of $210.00 to employee recognition for receipt of the annual perfect claims safety award. At first quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $51,060 for fiscal year 2020/21. 18 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 GARAGE FUND Garage Fund Revenues Charges for Service 17,494,420 3,541,027 13,953,393 20%- 17,494,420 Miscellaneous Revenues 1,030,000 21,487 1,008,513 2%- 1,030,000 Transfers In - - - ~- - Fund Equity 391,770 - 391,770 0%- 391,770 Total Revenues 18,916,190 3,562,515 15,353,675 19%- 18,916,190 Garage Fund Expenditures: Fleet Maintenance 17,760,211 3,815,547 13,944,664 21%- 17,760,211 Radio Communications 1,155,979 305,889 850,090 26%- 1,155,979 Total Expenditures 18,916,190 4,121,436 14,794,754 22%- 18,916,190 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At first quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Garage Fund revenues at first quarter. No amendments are proposed to Garage Fund expenditures at first quarter. 19 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 23,271,960 6,968,299 16,303,661 30%- 23,271,960 Miscellaneous Revenues 900,000 207,029 692,971 23%- 900,000 Transfers In - - - ~- - Fund Equity 1,886,270 - 1,886,270 0%- 1,886,270 Total Revenues 26,058,230 7,175,328 18,882,902 28%- 26,058,230 Central Insurance Expenditures: Finance / Risk Management 426,880 77,225 349,656 18%- 426,880 HR / Employee Benefits 426,370 65,369 361,001 15%- 426,370 HR / Employee Health Clinic 1,702,340 292,492 1,409,848 17%- 1,702,340 Non-Departmental 23,502,640 7,416,138 16,086,502 32%- 23,502,640 Total Expenditures 26,058,230 7,851,223 18,207,007 30%- 26,058,230 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At first quarter, anticipated revenues of the Central Insurance Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Central Insurance Fund revenues at first quarter. Amendments to Central Insurance Fund expenditures reflect a net zero amendment to transfer money between cost centers for the annual perfect claims safety award. 20 CAPITAL IMPROVEMENT PROGRAM First Quarter Summary FY 2020/21 21 The amended 2020/21 Capital Improvement Program budget report is submitted for the City Council's first quarter review. The proposed amendment is a net budget increase of $30,820,452. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity:  Police Equipment Replacement - a budget increase of $33,442 in grant revenue from the Department of Justice.  EMS Capital Equipment - a budget decrease of $134,230 in lease purchase revenue.  Aerial Truck - a budget increase of $149,733 in Pinellas County Fire Reimbursement revenue.  McMullen Tennis Complex – a budget decrease of $100,000 in state grant revenue.  Countryside Complex Restroom/Concessions - a budget decrease of $100,000 in state grant revenue and a budget increase of $5,000 in donation revenue.  Showmaster Portable Stage - a budget decrease of $57,257 in lease purchase revenue.  Misc. Public Art Fund - a budget increase of $64,294 in art fund excess revenue.  Countryside Sports Complex Renovations – a decrease of $50,000 in donation revenue.  Belmont Park Revitalization - a budget increase of $95,000 transferred in from CDBG grant funds.  Seminole Boat Launch Maintenance - a budget increase of $205,125 in parking revenues.  Ground Support Equipment Upgrade - a budget decrease of $36,352 in grant revenues from FDOT.  Garage - Off Cycle Replacements - a budget increase of $54,238 in insurance proceeds.  Pinellas New Mains/Service Lines - a budget increase of $47,208 property owner share revenues.  Line Relocation Pasco - Capital - a budget increase of $30,009 property owner share revenues. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  Imagine Clearwater $ 30,000,000 02/06/20  Park Land Acquisition $ 296,000 12/03/20  Morningside Rec Center Replacement $ 131,652 12/17/20  Miscellaneous Parks and Recreation Contracts $ 160,000 01/21/21  Airpark Maintenance & Repair $ 30,000 07/16/20 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Police Equipment Replacement 1 P1802 33,442 * To record a budget increase of $33,441.76 in grant revenues reimbursed from the US Department of Justice for the purchase of bullet proof vests.This will bring the project budget in line with revenues received.33,442 Training Rage Sound Mitigation - NEW PROJECT 2 P2102 820,000 To record a budget transfer of $820,000.00 of infrastructure sales tax revenue from project 315-93530, Consolidated Eastside/SPC Library as approved by the Council on February 4, 2021.820,000 Fire Engine Replacement 3 91218 (10,570) * To record a budget decrease of $10,570.00 in lease purchase proceeds revenue.The lease purchase fund project will be closed.(10,570) EMS Capital Equipment - CLOSE PROJECT 4 91221 (134,230) * To record a budget decrease of $134,230.00 in lease purchase proceeds revenue.This project is complete and will be closed.(134,230) Aerial Truck 5 91244 149,733 * To record a budget increase of $149,732.52 in Pinellas County Fire Reimbursement revenue.This will bring the project budget in line with revenues received.149,733 Beach Guard Administrative Building 6 ENGF200002 20,000 To record a budget increase of $20,000 of parking revenue.20,000 Fort Harrison Reconstruction - NEW PROJECT 7 C2102 5,026,766 To establish the project and record a net increase of $5,026,766.00 representing the following transfers:1) $2,500,000.00 of stormwater revenue from ENST18004, Stevenson Creek;2)$526,766.00 of stormwater revenue from ENST18005,Coastal Basin;3)$1,500,000.00 of fuel tax and $500,000.00 of road millage revenue from ENGF200001, Redesign Fort Harrison.5,026,766 Redesign Fort Harrison - CLOSE PROJECT 8 ENGF200001 (2,000,000) To record a budget transfer of $2,000,000.00 consisting of $1,500,000.00 Fuel Tax and $500,000.00 road millage revenue to project C2102, Fort Harrison Reconstruction. (2,000,000) Traffic Signals 9 ENRD180006 100 * To record a budget increase of $100.00 in reimbursement revenue received from the FDOT for damaged traffic signals.100 CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 22 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Imagine Clearwater 10 ENGF180013 30,000,000 *1,400,000 To record a budget increase of $30,000,000.00 in future bond proceeds revenue.Ordinance 9357-20 was adopted on February 6, 2020 which authorized issuance of bonds. Amendments also include the transfer of $1,400,000.00 of General Fund revenues from project ENGF200003, Memorial Causeway Bridge Lighting,to return project funding.31,400,000 Memorial Causeway Bridge Lighting 11 ENGF200003 (1,400,000) To record a transfer of $1,400,000.00 of General Fund revenues to project ENGF180013,Imagine Clearwater,to return project funding.(1,400,000) Park Land Acquisition 12 93133 296,000 To record a budget increase recognizing the transfer of $190,285.75 in recreation land impact fee revenue,and $105,714.25 in open space recreation impact fee revenue from the Special Development Fund.This was approved by the Council December 3, 2020.296,000 Morningside Rec Center Replacement 13 93251 131,652 To record a budget increase of $131,651.99 in General Fund revenue as approved by City Council on December 17, 2020.131,652 Bicycle Paths-Bridges 14 93272 (75,000) To record a budget transfer of $75,000.00 of infrastructure sales tax revenue to project 93650,Crest Lake Park Improvement.(75,000) McMullen Tennis Complex - CLOSE PROJECT 15 93612 (100,000) *89,364 To record a net a budget reduction of $10,635.52 for the following amendments:1)a budget decrease of $100,000.00 in grant revenue;2)transfer of $100,000.00 in General Fund revenue from project 315-93635,Park Amenity Purchase and Replacement;and 3)a budget transfer of $10,635.52 in General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan as approved by the City council on December 17, 2020. This project is complete and will be closed.(10,636) Miscellaneous Parks & Rec Contracts 16 93618 160,000 * To record a budget increase of $160,000.00 in General Fund revenue to fund the Hilltop agreement as approved by City Council on January 21, 2021.160,000 Park Amenity Purchase & Replacement 17 93635 (112,590) To record a budget transfer of $12,590.01 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City council on December 17, 2020;and a budget transfer of $100,000.00 in General Fund revenue to project 93612, McMullen Tennis Complex.(112,590) 23 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Tennis Court Resurfacing 18 93636 0.66 * To record a budget increase of $0.66 in General Fund revenue representing excess revenue transferred from project 315-93639,Marina District Boardwalk and Entry Nodes which was closed in fiscal year 2019/20.0.66 Moccasin Lake Park Master Plan 19 93648 23,226 To record a budget transfer of $10,635.52 from project 315- 93612,McMullen Tennis Complex and $12,590.01 from project 315-93635,Park Amenities Purchase and Replacement.This was approved by the City council on December 17, 2020.23,226 Crest Lake Park Improvement 20 93650 75,000 To record a budget transfer of $75,000.00 of infrastructure sales tax revenue from project 93272,Bicycles Paths- Bridges.75,000 Countryside Complex Restroom/Concessions 21 93652 (95,000) *100,000 To record a budget decrease of $100,000.00 in state grant revenue,a budget increase of $5,000.00 in donation revenue,and a budget transfer of $100,000.00 in donation revenue from project M1901,Countryside Sports Complex Renovations.This will bring the budget in line with revenues received.5,000 Showmaster Portable Stage - CLOSE PROJECT 22 93668 (57,257) * To record a budget decrease of $57,257.00 in lease purchase revenue,this project is complete and will be closed.(57,257) Misc. Public Art Fund 23 A1901 64,294 * To record a budget increase of $64,293.62 recognizing excess revenues from the Art Fund which was closed in fiscal year 2019/20.64,294 Countryside Sports Complex Reno - CLOSE PROJECT 24 M1901 (50,000) *(100,000) To record a budget decrease of $50,000.00 in donation revenue,and a budget transfer of $100,000.00 in donation revenue to project 93652,Countryside Complex Restroom/Concessions.This will bring the budget in line with revenues received.(150,000) Belmont Park Revitalization 25 M1915 95,000 * To record a budget increase of $95,000.00 to transfer in revenue for receipt of CDBG Grant funds.95,000 Seminole Boat Launch Maintenance 26 M2102 205,125 * To record a budget increase of $205,125.41 in parking revenues representing net operating revenues from fiscal year 2019/20.This will bring the project in line with revenues received.205,125 24 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Airpark Maintenance & Repair 27 94817 30,000 *14,976 To record a budget increase of $30,000.00 in grant revenue from the US Department of Transportation Federal Aviation Administration for receipt of Cares Act Grant funding as approved by the Council July 16, 2020. Amendments also include transfers of Airpark revenues of $135.00 from project 94886,Clearwater Airpark Masterplan Upgrade;$9,088.00 from project 94894, Ground Support Equipment Upgrade;and $5,753.00 from G1908, Clw Airpark FDOT Security Grant.44,976 Clearwater Airpark Masterplan Update - CLOSE PROJECT 28 94886 (540) *(135) To record a budget decrease of $540.00 in grant revenue from the US Department of Transportation,and a transfer of $135.00 in airpark revenues to project 94817,Airpark Maintenance and Repair.This project is complete and will be closed.(675) Ground Support Equipment Upgrade - CLOSE PROJECT 29 94894 (36,352) *(9,088) To record a budget decrease of $36,352.00 in grant revenue from the US Department of Transportation,and a transfer of $9,088.00 in airpark revenues to project 94817, Airpark Maintenance and Repair.This project is complete and will be closed.(45,440) Clw Airpark FDOT Security Grant - CLOSE PROJECT 30 G1908 (3,014) *(5,754) To record a budget decrease of $3,014.40 in grant revenue from the US Department of Transportation,a transfer of $5,753.00 in airpark revenues to project 94817,Airpark Maintenance and Repair,and a transfer of $0.60 in airpark revenues to project G2009,Ground Support Equipment Replacement. This project is complete and will be closed.(8,768) Ground Support Equipment Replacement - CLOSE PROJECT 31 G2009 (0.88) *0.60 To record a budget decrease of $0.88 in grant revenue from the US Department of Transportation,and a transfer of $0.60 in airpark revenues from project G1908,Clw Airpark FDOT Security Grant.This project is complete and will be closed.(0.28) Consolidated Eastside/SPC Library 32 93530 (820,000) To record a budget transfer of $820,000.00 of infrastructure sales tax revenue to project P2102,Training Range Sound Mitigation as approved by the Council on February 4, 2021.(820,000) Motorized Equipment - Cash 33 94233 3,788 * To record a budget increase of $3,788.33 of insurance proceeds to bring the project budget in line with revenues received.3,788 25 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Misc. Vehicle Additions GF - CLOSE PROJECT 34 94627 (8,168)* To record a budget decrease of $8,167.60 in lease purchase revenue, this project is complete and will be closed.(8,168) Motorized Equipment Replacements 35 L1910 (300,000) To record a budget transfer of $300,000.00 in lease purchase revenue to project C1911,Garage Off Cycle Replacements.(300,000) Garage - Off Cycle Replacements 36 L1911 54,238 *300,000 To record a budget transfer of $300,000.00 in lease purchase revenue from project L1910,Motorized Equipment Replacements;and a budget increase of $54,238.30 of insurance proceeds revenues to bring the budget in line with revenues received.354,238 City Hall Hardening - CLOSE PROJECT 37 C1907 (75,000) To record a transfer of $75,000.00 in General Fund revenues to project C2101,North Ward Preservation as approved by the Council on February 18, 2021.(75,000) City Hall Move - CLOSE PROJECT 38 C1909 (2,920) To record a transfer of $2,919.73 in General Fund revenues to project C2101,North Ward Preservation.This project will be closed.(2,920) Roofing Repair & Replacement 39 GSBM180003 8,804 * Torecord abudget increase of $8,803.89 in reimbursement revenue to bring the budget in line with actual receipts.8,804 North Ward Preservation - NEW PROJECT 40 C2101 77,920 To record transfers of General Fund revenues of $75,000.00 from project C1907,City Hall Hardening as approved by the Council on February 18,2021;and $2,919.73 from project C1909, City Hall Move.77,920 Storm System Expansion 41 ENST180003 (1,000,000) To record a budget transfer of $1,000,000.00 of stormwater revenue to project ENST180005,Coastal Basins.(1,000,000) Stevenson Creek 42 ENST180004 (2,500,000) To record a budget transfer of $2,500,000.00 of stormwater revenue to project C2102,Fort Harrison Complete Streets.(2,500,000) Coastal Basis 43 ENST180005 3,473,234 To record a net budget increase of $3,473,234.00 in stormwater revenue for the following transfers: $526,766.00 to project C2102,Fort Harrison Reconstruction;$1,000,000.00 from project ENST180003, Storm System Expansion;and $3,000,000.00 from project ENST180006, Alligator Creek.3,473,234 26 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Alligator Creek 44 ENST180006 (3,000,000) To record a budget transfer of $3,000,000.00 of stormwater revenue to project ENST180005,Coastal Basins.(3,000,000) N.E. Plant Upgrades/Improve 45 96215 5,000,000 To record a budget transfer of $5,000,000.00 in sewer revenue from project 96664, WPC R&R. 5,000,000 Water Pollution Control R & R 46 96664 (5,000,000) To record a budget transfer of $5,000,000.00 in sewer revenue to project 96215,North East Plant Upgrades/Improvements . (5,000,000) Pinellas New Mains / Serv Lines 47 96377 47,208 * To record a budget increase of $47,208.44 in property owners share revenue.This will bring the project budget in line with revenues received.47,208 Pasco New Mains / Serv Lines 48 96378 3,380 * To record a budget increase of $3,380.00 in property owners share revenue.This will bring the project budget in line with revenues received.3,380 Line Relocation Pasco - Capital 49 96381 30,009 * To record a budget increase of $30,009.27 in property owner share revenues to bring the project budget in line with revenues received.30,009 Expanded Energy Conservation 50 96386 8,020 * To record a budget increase of $8,020.00 in property owner share revenues to bring the project budget in line with revenues received.8,020 Gas Vehicle Additions - CLOSE PROJECT 51 96390 (13,194)* To record a budget decrease of $13,193.71 in lease purchase revenue,this project is complete and will be closed.(13,194) Recycling Transfer Tractors - CLOSE PROJECT 52 96811 (12,017)* To record a budget decrease of $12,017.00 in lease purchase revenue,this project is complete and will be closed.(12,017) 30,820,452 - - 30,820,452 City Hall Hardening - CLOSE PROJECT C2007 25,000 To record a transfer of $25,000.00 in unspent revenue back to the General fund. TOTAL INTERFUND TRANSFERS:25,000 TOTAL INTERFUND TRANSFERS 27 * indicates budget amendment only CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Police ProtectionP1802Police Equipment Replacement 499,698 33,442 533,140 380,760 59,174 93,205 1 P1803 Command Bus Refurbishment 200,000 - 200,000 - - 200,000 P1902 Police Information Systems 400,000 - 400,000 356,358 1,587 42,055 P2102 Training Range Sound Mitigation - 820,000 820,000 - - 820,000 2PD00180001Police District 3 Station 12,500,000 - 12,500,000 745,873 372,254 11,381,874 Sub-Total 13,599,698 853,442 14,453,140 1,482,991 433,014 12,537,134 Fire Protection 91218 Fire Engine Replacement 4,174,786 (10,570) 4,164,216 2,791,668 1,334,223 38,326 3 91221 EMS Capital Equipment 1,165,710 (134,230) 1,031,480 1,031,480 - -C 4 91229 Replace & Upgrade Airpacks 1,146,680 - 1,146,680 849,291 - 297,389 91236 Rescue Vehicle 312,500 - 312,500 200,000 75,930 36,570 91244 Aerial Truck 3,068,781 149,733 3,218,514 2,653,479 - 565,034 5 91257 AED Program 265,230 - 265,230 163,252 - 101,978 91260 Thermal Imaging Cameras 280,270 - 280,270 115,711 - 164,559 91261 Personal Protection Equip 2,364,250 - 2,364,250 1,944,769 - 419,481 91262 SCBA Upgrade - Fill Station 125,000 - 125,000 82,366 - 42,634 91263 Extrication Tools 177,000 - 177,000 125,708 - 51,292 91264 Fire Hose Replacement 501,010 - 501,010 301,045 - 199,965 91271 Fire Boat 1,008,363 - 1,008,363 619,808 - 388,555 FD00190001 Fire Station 46 - Beach 6,372,693 - 6,372,693 214,031 650,693 5,507,969 FD00190002 Fire Station 47 Replacement 4,839,441 - 4,839,441 808,738 447,181 3,583,521 M2005 Fire Training Tower 200,286 - 200,286 52,987 - 147,299 ENGF190002 Beach Guard Tower 208,239 - 208,239 52,516 - 155,723 ENGF200002 Beach Guard Admin Building 30,000 20,000 50,000 37,283 - 12,717 6 Sub-Total 26,240,238 24,933 26,265,170 12,044,132 2,508,027 11,713,011 Major Street & Sidewalk Maintenance C2102 Fort Harrison Reconstruction - 5,026,766 5,026,766 - - 5,026,766 7 ENRD180002 Bridge Maintenance & Improve 7,802,997 - 7,802,997 643,951 391,059 6,767,987 ENRD180003 Traffic Calming 2,055,031 - 2,055,031 356,166 41,669 1,657,196 ENRD180004 Streets and Sidewalks 17,482,744 - 17,482,744 8,859,749 2,498,902 6,124,094 ENGF180001 Downtown Streetscaping 6,735,405 - 6,735,405 623,496 20,884 6,091,025 ENGF200001 Redesign Fort Harrison/Myrtle 2,000,000 (2,000,000) - - - - 8 Sub-Total 36,076,177 3,026,766 39,102,943 10,483,362 2,952,514 25,667,068 Intersections ENRD180005 City-Wide Intersection Improve 2,510,540 - 2,510,540 866,266 - 1,644,274 ENRD180006 Traffic Signals 1,144,434 100 1,144,534 587,383 224,121 333,031 9 ENRD180007 Traffic Safety Infrastructure 1,209,265 - 1,209,265 578,788 167,884 462,593 Sub-Total 4,864,239 100 4,864,339 2,032,437 392,004 2,439,897 Parking ENPK180001 Parking Lot Resurfacing 708,476 - 708,476 31,609 - 676,867 ENPK180002 Parking Lot Improvements 1,778,802 - 1,778,802 570,195 - 1,208,608 ENPK180003 Parking Facilities 1,985,348 - 1,985,348 708,171 181,627 1,095,550 Sub-Total 4,472,627 - 4,472,627 1,309,975 181,627 2,981,025 Miscellaneous Engineering 92842 U.S. 19 Wayfinding Project 1,450,000 - 1,450,000 215,835 - 1,234,165 C2004 Lift Stations - General Gov 2,000,000 - 2,000,000 174,145 10,493 1,815,362 ENGF180002 Downtown Intermodal 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 309,146 - 309,146 61,797 - 247,350 ENGF180004 Survey Equipment Replacement 27,288 - 27,288 - - 27,288 ENGF180013 Imagine Clearwater 16,241,322 31,400,000 47,641,322 7,585,869 2,969,984 37,085,470 10 ENGF200003 Memorial Causeway Bridge Lighting 1,600,000 (1,400,000) 200,000 140,990 25,666 33,344 11 Sub-Total 22,552,513 30,000,000 52,552,513 8,178,635 3,006,142 41,367,735 Actual Expenditures 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Park Development93133Park Land Acquisition 1,331,351 296,000 1,627,351 1,331,119 2,550 293,682 12 93203 Carpenter Field-Infras Rep/Imprv 682,817 - 682,817 594,247 35,279 53,291 93205 Spectrum Field Infrast Rep/Improv 3,532,272 - 3,532,272 3,268,162 222,536 41,574 93247 Fitness Equipment Replacement 520,000 - 520,000 434,088 - 85,912 93251 Morningside Rec Ctr Replacement 7,189,000 131,652 7,320,652 7,151,182 - 169,470 13 93271 Swimming Pool R&R 1,406,876 - 1,406,876 1,012,415 8,858 385,604 93272 Bicycle Paths-Bridges 5,495,232 (75,000) 5,420,232 3,952,102 51,742 1,416,387 14 93278 Long Center Infra Repairs 2,233,283 - 2,233,283 1,804,323 203,443 225,517 93286 Parking Lot/Bike Path Rsr/Imprv 951,618 - 951,618 610,327 - 341,291 93602 Sp Events Equip Rep & Rplcmnt 360,000 - 360,000 323,389 - 36,611 93604 Brdwlks & Docks Rep & Rplcmnt 665,000 - 665,000 601,727 - 63,273 93612 McMullen Tennis Complex 878,103 (10,636) 867,467 867,467 - - C 15 93618 Miscellaneous Park & Rec Contract 475,000 160,000 635,000 366,619 1,800 266,581 16 93620 Sports Field Lighting 725,362 - 725,362 217,376 42,287 465,699 93633 Pier 60 Pk & Bchwlk Rep & Improv 1,339,377 - 1,339,377 1,034,212 - 305,165 93634 Concrete Sidewalk & Pad Repair 428,176 - 428,176 288,162 - 140,014 93635 Park Amenity Purch & Rplcmnt 1,377,800 (112,590) 1,265,210 797,742 - 467,468 17 93636 Tennis Court Resurfacing 900,310 0.66 900,311 665,010 101,656 133,644 18 93637 Playground & Fitness Purch & Rplc 1,198,599 - 1,198,599 744,229 161,392 292,978 93638 Fencing Replacement Program 984,664 - 984,664 704,655 - 280,009 93642 Phillip-Jones Restroom/Concess 507,944 - 507,944 272,663 7,775 227,505 93646 Rest Rm Expan-Barefoot Bch House 520,950 - 520,950 369,523 151,427 - 93648 Moccasin Lake Park Master Plan 1,182,432 23,226 1,205,657 1,114,510 91,148 -19 93650 Crest Lake Park Improvement 7,500,000 75,000 7,575,000 5,216,144 2,224,389 134,467 20 93652 Countryside Complex Restroom/Conces 4,099,500 5,000 4,104,500 4,077,374 - 27,126 21 93654 Recreation Centers Infras Repairs 670,000 - 670,000 364,269 41,669 264,062 93667 Del Oro Park Renovations 450,000 - 450,000 1,270 - 448,730 93668 Showmaster Portable Stage 200,000 (57,257) 142,743 142,743 - - C 22 93672 Clw Bch Infrast Repairs & Improve 397,690 - 397,690 346,644 - 51,046 93673 Jack Russell Stadium Improve 1,289,066 - 1,289,066 1,051,529 - 237,537 A1901 Miscellaneous Minor Public Art 112,785 64,294 177,079 29,375 - 147,704 23 C1902 Long Center Parking Improve 550,000 - 550,000 - 4,840 545,160 C1903 Phillies Entrance Sign 150,000 - 150,000 - - 150,000 C1904 Ruth Eckerd Hall 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2001 Athletic Flds & Fac Reno/Improve 7,500,000 - 7,500,000 - - 7,500,000 C2002 Ed Wright Park Renovations 750,000 - 750,000 - - 750,000 L1901 P&R Vehicle and Equip Additions 440,210 - 440,210 308,404 51,618 80,188 M1901 Countryside Sports Complex Reno 150,000 (150,000) - - - - C 24 M1915 Belmont Park Revitalization 382,909 95,000 477,909 11,300 12,680 453,929 25 M2002 Environ Park Remediate & Protect 100,000 - 100,000 - - 100,000 M2006 Right of Way Tree Mgt Prog 500,000 - 500,000 6,151 - 493,849 ENGF180007 Phillip Jones Park Renovations 224,726 - 224,726 18,648 42,916 163,163 Sub-Total 68,853,052 444,689 69,297,741 47,099,100 3,460,003 18,738,637 Marine Facilities 93410 Clwr Harbor Marina Maint R&R 310,000 - 310,000 259,319 - 50,681 93415 Waterway Maintenance 600,000 - 600,000 375,076 31,340 193,584 93418 Utilities Services Replacement 462,714 - 462,714 170,456 - 292,258 93420 Fuel System R & R 182,752 - 182,752 144,467 - 38,284 93422 Dredging of City Waterways 1,146,204 - 1,146,204 483,487 - 662,717 93499 Pier 60/Sailing Center Maint 541,952 - 541,952 330,317 4,045 207,589 C1905 Beach Marina Upgrade 1,000,000 - 1,000,000 6,680 - 993,320 C1906 Clw Harbor Marina Repl & Up 306,000 - 306,000 13,231 93,500 199,269 ENGF180006 City-wide Docks and Seawall 2,286,739 - 2,286,739 1,292,302 38,550 955,888 ENGF180014 Seminole Boat Launch Improve 6,752,000 - 6,752,000 3,985,015 282,570 2,484,415 M1902 Marine Fac Maint Dock R&R 414,970 - 414,970 216,416 - 198,554 M2102 Seminole Boat Launch Maint 10,000 205,125 215,125 - - 215,125 26 Sub-Total 14,013,331 205,125 14,218,456 7,276,767 450,005 6,491,684 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Airpark 94817 Airpark Maintenance & Repair 269,000 44,976 313,976 234,663 - 79,313 27 94886 Clw Airpark Masterplan Update 110,000 (675) 109,325 109,325 - - C 28 94894 Ground Support Equip Upgrade 100,000 (45,440) 54,560 54,560 - - C 29 G1901 Replace Hangar C 1,205,000 - 1,205,000 70,716 1,115,395 18,889 G1908 Clw Airpark FDOT Security Grant 80,000 (8,768) 71,232 71,232 - - C 30 G2009 Ground Support Equip Replace 19,467 (0.28) 19,467 19,466 - -C 31 G2012 Clw Airpark Vehicle Replace 32,018 - 32,018 28,417 - 3,601 G2108 Security System Upgrade 150,000 - 150,000 - - 150,000 Sub-Total 1,965,485 (9,907) 1,955,578 588,379 1,115,395 251,804 Libraries 93527 Books & Other Lib Materials 7,696,601 - 7,696,601 7,605,952 - 90,649 93530 Consolidated Eastside/SPC Libr 6,250,000 (820,000) 5,430,000 5,298,015 2,593 129,392 32 93532 Libr Maker Space Maint. & Up 282,560 - 282,560 182,056 - 100,504 93534 Library FF&E Repair & Replace 395,000 - 395,000 135,963 - 259,037 93535 Countryside Library Demolition 75,000 - 75,000 - - 75,000 94861 Library Technology 1,500,000 - 1,500,000 1,309,926 - 190,074 Sub-Total 16,199,161 (820,000) 15,379,161 14,531,913 2,593 844,655 Garage 94233 Motorized Equip-Cash 2,279,456 3,788 2,283,245 2,008,968 192,796 81,481 33 94238 Police Vehicles 2,502,032 - 2,502,032 2,377,239 72,618 52,175 94246 Fleet Management & Mapping 710,000 - 710,000 521,969 - 188,031 94627 Misc Budgetary Vehicle Addition 191,617 (8,168) 183,449 183,449 - - C 34 C1901 Beach Radio Tower 852,370 - 852,370 - - 852,370 GSFL180001 Fleet Facility R&R 569,520 - 569,520 14,697 25,789 529,034 L1910 Motorized Equip Replace - LP 13,935,127 (300,000) 13,635,127 6,391,467 4,541,757 2,701,902 35 L1911 Garage - Off Cycle Replacements 235,227 354,238 589,465 164,057 33,539 391,869 36 M2010 P25 Radio Equipment & Infrast 543,104 - 543,104 - - 543,104 Sub-Total 21,818,453 49,859 21,868,312 11,661,845 4,866,500 5,339,967 Maintenance of Buildings C1907 City Hall Hardening 100,000 (75,000) 25,000 - - 25,000 C 37 C1909 City Hall Move 383,085 (2,920) 380,165 380,165 - - C 38 ENGF180012 Public Works Complex 1,615,664 - 1,615,664 1,926 - 1,613,738 GSBM180001 Air Cond Replace-City Wide 1,354,436 - 1,354,436 750,985 12,000 591,451 GSBM180002 Flooring for Facilities 1,302,837 - 1,302,837 595,389 65,476 641,972 GSBM180003 Roof Repair and Replacement 1,945,409 8,804 1,954,213 892,747 228,785 832,682 39 GSBM180004 Painting of Facilities 692,923 - 692,923 86,383 - 606,540 GSBM180005 Fencing of Facilities 158,170 - 158,170 73,199 - 84,970 GSBM180006 Light Replacement & Repair 578,197 - 578,197 283,771 - 294,426 GSBM180007 Elevator Refurbish/Modern 660,576 - 660,576 11,118 - 649,458 GSBM180008 Building Systems 1,668,377 - 1,668,377 681,001 995 986,381 GSBM180009 New A/C Chiller System 4,850,000 - 4,850,000 1,752,713 28,483 3,068,804 GSBM180010 General Services R&R 400,000 - 400,000 292,654 13,078 94,268 GSBM180011 Generator Maintenance 600,000 - 600,000 - - 600,000 GSBM180012 General Faci Bldg Major Reno 2,035,242 - 2,035,242 134,575 121,861 1,778,806 C2101 North Ward Preservation - 77,920 77,920 - - 77,920 40 L1902 B&M Vehicle & Equipment 65,000 - 65,000 35,046 - 29,955 Sub-Total 18,409,916 8,804 18,418,720 5,971,671 470,678 11,976,371 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Miscellaneous 94729 City-wide Connect Infra 4,223,089 - 4,223,089 3,618,743 - 604,347 94736 Geographic Information Sys 1,185,997 - 1,185,997 954,455 - 231,542 94828 Financial Systems Upgrades 4,108,165 - 4,108,165 2,603,655 167,711 1,336,800 94829 CIS Upgrades / Replacement 1,297,376 - 1,297,376 432,023 - 865,353 94830 MS Licensing / Upgrades 1,150,000 - 1,150,000 842,601 16,201 291,198 94833 Computer Monitors 419,828 - 419,828 392,266 - 27,562 94850 Backfile Conversion of Records 500,000 - 500,000 187,660 - 312,340 94857 Accela Permit & Code Enforce 350,000 - 350,000 208,145 - 141,855 94873 Citywide Camera System 310,000 - 310,000 178,397 37,791 93,811.55 94874 City Enterprise Timekeep Sys 335,000 - 335,000 182,082 5,620 147,298 94880 Granicus Agenda Mgt Sys 185,000 - 185,000 41,136 - 143,864 94883 Business Proc Review & Improve 750,000 - 750,000 275,738 369 473,893 94888 City EOC & Disaster Recovery Fac 3,360,000 - 3,360,000 2,964,788 131,642 263,570 C2006 ADA Transition Plan 600,000 - 600,000 47,698 - 552,302 C2007 Citywide Audio/Visual Solutions 190,053 190,053 - - 190,053 ENGF180010 Pollutant Storage Tank 399,408 - 399,408 43,380 - 356,028 ENGF180011 Environmental Assmt & Clean-up 713,636 - 713,636 95,153 32,312 586,171 L1906 Telecommunications Upgrade 769,047 - 769,047 - - 769,047 L1907 IT Disaster Recovery 280,396 - 280,396 57,869 - 222,527 L1908 Network Infra & Server R&R 1,693,191 - 1,693,191 1,156,738 115,962 420,491 M1911 IT Disaster Recovery Equipment 125,000 - 125,000 - - 125,000 M1912 Network Infra & Server Upgrade 223,226 - 223,226 83,577 4,100 135,550 M1914 Sustainability Initiatives 200,000 - 200,000 5,100 40,910 153,990 M2007 City EOC Maintenance 75,000 - 75,000 - - 75,000 Sub-Total 23,443,412 - 23,443,412 14,371,204 552,617 8,519,591 UTILITIES Stormwater Utility ENST180001 Stormwater Pipe System Improve 11,816,127 - 11,816,127 2,078,155 3,602,713 6,135,259 ENST180002 Allen's Creek 2,816,271 - 2,816,271 2,190,467 486,044 139,760 ENST180003 Stormwater System Expansion 1,869,326 (1,000,000) 869,326 - - 869,326 41 ENST180004 Stevenson Creek 5,229,146 (2,500,000) 2,729,146 37,612 - 2,691,535 42 ENST180005 Coastal Basin 6,076,807 3,473,234 9,550,041 1,858,412 173,295 7,518,335 43 ENST180006 Alligator Creek 6,386,592 (3,000,000) 3,386,592 390,095 0 2,996,496 44 ENST180008 Hillcrest Bypass Culvert 4,096,167 - 4,096,167 3,542,849 - 553,318 ENST180010 Lower Spring Branch Improve 2,320,000 - 2,320,000 183,838 125,206 2,010,956 C1908 Stormwater Vehicles & Equip 3,675,500 - 3,675,500 3,077,725 115,209 482,566 Sub-Total 44,285,936 (3,026,766) 41,259,170 13,359,151 4,502,467 23,397,552 Water System 96721 System R & R - Maintenance 5,065,686 - 5,065,686 2,731,281 188,611 2,145,794 96722 Line Relocation - Maintenance 10,541,545 - 10,541,545 2,680,107 257,733 7,603,704.56 96739 Reclaimed Water Dist Sys 46,666,014 - 46,666,014 45,375,997 411,198 878,818 96742 Line Relocation-Capitalized 5,669,275 - 5,669,275 4,255,780 - 1,413,495 96744 System Expansion 3,473,043 - 3,473,043 3,039,177 - 433,866 96764 RO Plant Exp Res #1 15,869,527 - 15,869,527 13,159,771 - 2,709,756 96767 RO Plant at Res #2 43,095,439 - 43,095,439 41,591,715 1,077,632 426,093 96773 Groundwater Replenishm Fac 20,900,118 - 20,900,118 5,902,487 - 14,997,631 96782 RO Plant @WTP #3 1,599,594 - 1,599,594 296,228 54,596 1,248,769 96783 Water Sys Upgrades/Improve 7,803,600 - 7,803,600 1,040,802 181,109 6,581,688 96784 Reclaim Water Distrib Sys R&R 2,095,253 - 2,095,253 609,691 474,319 1,011,243 96785 Feasibility Studies/Evalu - Water 3,705,000 - 3,705,000 2,011,133 478,417 1,215,451 96786 Devices/Equipments - Water 600,000 - 600,000 - - 600,000 L1905 Vehicle & Equipment - Water 125,212 - 125,212 125,212 - - M1908 RO Plant Exp Res #1 R&R 1,000,000 - 1,000,000 35,665 6,534 957,800 M1909 RO Plant at Res #2 R&R 1,050,000 - 1,050,000 64,500 3,015 982,485 M1910 Water Treatment Plant #3 R&R 448,851 - 448,851 - 3,015 445,836 Sub-Total 169,708,155 - 169,708,155 122,919,547 3,136,178 43,652,430 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Sewer System 96212 Sanitary Sewer Upgrades/Impr 18,701,511 - 18,701,511 7,035,916 2,998,517 8,667,078 96213 Marshall Street Upgrades/Impr 11,644,299 - 11,644,299 3,785,070 4,333,060 3,526,169 96214 East Plant Upgrades/Improve 4,020,000 - 4,020,000 333,270 101,206 3,585,523 96215 N.E. Plant Upgrades/Improve 23,660,120 5,000,000 28,660,120 1,651,302 35,811 26,973,008 45 96216 Laboratory Upgrade/Improve 1,155,079 - 1,155,079 12,168 2,690 1,140,222 96217 Pump Station R&R 1,950,192 - 1,950,192 541,610 15,073 1,393,509 96630 Sanitary Sewer Extension 14,944,528 - 14,944,528 12,570,807 255 2,373,467 96634 Sanitary Sewer Relocation 5,356,666 - 5,356,666 3,479,005 58,551 1,819,109 96645 Laboratory Upgrade & R&R 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 17,221,911 - 17,221,911 14,263,002 258,998 2,699,911 96664 Water Pollution Control R & R 31,066,864 (5,000,000) 26,066,864 17,203,874 1,239,673 7,623,317 46 96665 Sanitary Sewer R&R 47,513,458 - 47,513,458 31,784,968 10,090,464 5,638,026 96686 Pump Station Replacement 9,332,747 - 9,332,747 4,155,370 627,797 4,549,581 L1903 Generators - Sewer Fund 404,250 - 404,250 404,250 - - C L1904 Vehicle & Equip-Sewer 498,701 - 498,701 498,701 - - C M1905 Marshall Street Plant R&R 2,900,000 - 2,900,000 46,615 18,758 2,834,627 M1906 Northeast Plant R&R 1,219,313 - 1,219,313 247,299 360,606 611,408 M1907 East Plant R&R 3,320,000 - 3,320,000 115,169 176,200 3,028,631 M2008 Vehicle and Equip-Sewer 26,000 - 26,000 25,245 - 755 Sub-Total 196,082,400 - 196,082,400 99,280,401 20,317,658 76,484,341 Gas System 96358 Environmental Remediation 2,134,794 - 2,134,794 1,774,629 38,353 321,812 96365 Line Relocation-Pinellas Maint 781,106 - 781,106 518,239 - 262,867 96367 Gas Meter Change Out-Pinellas 4,113,000 - 4,113,000 3,903,238 - 209,762 96374 Line Relocation-Pinellas Capital 2,733,500 - 2,733,500 2,373,945 9,800 349,755 96376 Line Relocation - Pasco Maint 308,593 - 308,593 142,809 - 165,784 96377 Pinellas New Mains / Serv Lines 35,310,791 47,208 35,357,999 33,547,672 - 1,810,328 47 96378 Pasco New Mains / Serv Lines 22,876,741 3,380 22,880,121 20,098,229 41,430 2,740,463 48 96379 Pasco Gas Meter Change Out 1,142,821 - 1,142,821 809,816 - 333,005 96381 Line Reloc-Pasco-Capitalized 1,209,151 30,009 1,239,160 907,000 786 331,373 49 96382 Gas Inventory - Work Mgmt Sys 992,000 - 992,000 856,268 - 135,732 96384 Gas System - Pinellas Building 28,857,855 - 28,857,855 26,204,232 1,434,825 1,218,799 96385 Gas Main Extensions 1,807,845 - 1,807,845 1,488,787 - 319,058 96386 Expanded Energy Conservation 13,609,835 8,020 13,617,855 11,226,503 - 2,391,352 50 96387 Natural Gas Vehicle 6,724,584 - 6,724,584 4,659,771 127,536 1,937,277 96389 Future IMS Software & Hardware 950,000 - 950,000 354,293 - 595,707 96390 Gas Vehicle Additions 473,294 (13,194) 460,100 460,100 - -C 51 96391 Gas System Pasco Building 450,000 - 450,000 - - 450,000 M1904 Pinellas Building Equip R&R 600,000 - 600,000 - - 600,000 Sub-Total 125,075,908 75,424 125,151,332 109,325,529 1,652,729 14,173,073 Solid Waste & Recycling 96426 Facility R & R 2,902,608 - 2,902,608 1,818,661 5,154 1,078,793 96443 Res Container Acquisition 2,201,741 - 2,201,741 1,586,280 - 615,461 96444 Comm Container Acquisition 4,445,420 - 4,445,420 3,677,352 - 768,068 96445 Solar Trash & Recycling Kiosks 339,414 - 339,414 239,182 - 100,232 96448 Solid Waste CNG Station 150,000 - 150,000 - - 150,000 96449 Solid Waste Truck Wash Fac 555,500 - 555,500 - - 555,500 C2005/L2005 Underground Refuse Program 1,695,090 - 1,695,090 141,336 1,241,017 312,737 96804 Recycling Carts/Dumpsters 1,396,650 - 1,396,650 870,423 - 526,227 96805 Recycling Expan/Particip/R&R 1,331,525 - 1,331,525 1,184,376 - 147,149 96811 Purchase Transfer Tractors 408,000 (12,017) 395,983 395,983 - - C 52 SR00180003 Processing Ctr Building Replace 3,862,633 - 3,862,633 4,168 3,858,464 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 - 19,650,130 18,197,057 877,879 575,194 Sub-Total 38,938,710 (12,017) 38,926,693 28,114,819 2,124,050 8,687,824 Utility Miscellaneous 96523 Pub Utilities Adm Bldg R&R 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 904,306 - 904,306 - - 904,306 Sub-Total 1,461,009 - 1,461,009 436,694 - 1,024,315 TOTAL ALL PROJECTS 848,060,419 30,820,452 878,880,871 510,468,551 52,124,205 316,288,115 32 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment General Government Programs Lien Foreclosure Program 1 M1913 93,376 To record a budget increase of $93,375.92 in fine revenues to bring the budget in line with actual receipts.93,376 Planning Studies Fund 2 M2101 25,000 To record a budget increase of $25,000 in General Fund revenues.25,000 General Government Totals:118,376 - 93,376 Public Safety Programs Foreclosure Registry - Nuisance Abatement 3 98609 10,000 To record a budget increase of $10,000.00 which represents foreclosure registry fees collected to date to bring the budget in line with actual receipts.10,000 Hurricane Irma 4 98610 891,480 To record a budget increase of $891,479.52 in federal and state Irma reimbursements to bring the budget in line with actual receipts.891,480 Police Extra Duty 5 99215 301,855 (36,118) To record a budget increase of $301,854.50 in police service revenue to bring the budget in line with actual receipts. To record a transfer of $36,117.50 in police service revenue to program 99350,Vehicle Replacement representing revenue collected for vehicle usage on extra duty jobs. 265,737 Federal Forfeiture Treasury 6 99281 1,084 (30,000) To record a budget increase of $1,083.92 in interest earnings which will bring the budget in line with actual receipts;and a transfer of $30,000.00 in governmental revenue to program P2002, Body Worn Cameras.(28,916) Police Volunteers 7 99316 5,000 To record a transfer of $5,000.00 in fines forfeitures and penalties revenue from project 181-99330,Florida Contraband Forfeiture Fund.5,000 Police Education Fund 8 99317 8,589 - To record a budget increase of $8,588.66 in police education fine revenue which will bring the budget in line with actual receipts.8,589 Investigative Costs Recovery 9 99329 81,816 To record a budget increase of $18,151.37 in grant revenues;an increase of $763.34 in reimbursement revenues;and an increase of $62,901.32 in fines, forfeitures and penalties revenue which will bring the budget in line with actual receipts.81,816 33 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) Florida Contraband Forfeiture Fund 10 99330 108,076 (170,804) To record a budget increase of $6,159.23 in interest earnings;and an increase of $101,916.92 in fines,forfeitures and penalties revenue which will bring the budget in line with actual receipts. Amendments also include a transfer of $5,000.00 in fines, forfeitures and penalties revenue to program 99316,Police Volunteers;and a transfer of $165,804.00 in fines,forfeitures and penalties revenue to program P1801,School Resource Officers as approved by Council on February 18, 2021.(62,728) Vehicle Replacement Fund 11 99350 36,118 To record a transfer of $36,117.50 in police services revenue from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs. 36,118 Crime Prevention Program 12 99364 8,450 To record a budget increase of $8,450.00 in donation revenues for Christmas cheer,the K-9 unit,and resiliency services.This will bring the budget in line with actual receipts.8,450 Federal Forfeiture Sharing 13 99387 23,243 To record an increase of $12,800.13 in grant revenues from the US Department of Justice,and $10,442.54 in interest earnings which will bring the budget in line with actual receipts.23,243 Emergency Operations 14 99927 10,048 To record a budget increase of $10,048.43 in state reimbursements for the Hurricane Dorian strike team.This will bring the budget in line with actual receipts.10,048 FY20 Pedestrian/Bicycle Safety Grant - CLOSE PROGRAM 15 G2003 (30,620) To record a budget decrease of $30,619.91 in grant revenues,this program is complete and will be closed.(30,620) FY21 Pedestrian/Bicycle Safety Grant - NEW PROGRAM 16 G2106 56,882 To establish the project and record a budget increase of $26,882.00 in grant revenues as approved by the Council on October 14,2020;and an increase of $30,000.00 in additional grant revenues awarded as approved by the Council on March 4, 2021.56,882 34 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) School Resource Officers 17 P1801 414,098 165,804 To record a budget increase of $33,650.55 in reimbursement revenue from the Pinellas County School Board (PCSB)for SRO extra duty and fiscal year 2019/20 contract increase;and an increase of $380,447.76 in reimbursement revenue from PCSB for the FY20/21 and transfer of $165,804.00 in fine,forfeiture and penalty revenue from program 99330,Florida Contraband Forfeiture Fund to fund the fiscal year 2020/21 agreement as approved by the Council on February 18, 2021.579,902 Police Body Worn Camera Program 18 P2002 39,296 30,000 To record a budget increase of $39,296.00 in grant revenues awarded from US Department of Justice as approved by the Council on October 14,2020;and a transfer of $30,000.00 in governmental revenue from 99281, Federal Forfeiture Treasury.69,296 Mental Health Co-Responder Team - NEW PROGRAM 19 P2101 143,200 - To establish the project and record a budget increase of $143,200.00 in General Fund revenues as approved by the Council on January 21, 2021.143,200 Public Safety Program Totals:2,067,496 - 2,067,496 Physical Environment Programs Tree Replacement Program 20 99970 5,479 To record a budget increase of $5,479.00 in fines,forfeiture and penalties revenue to bring the budget in line with actual receipts.5,479 Physical Environment Programs Program: Totals:5,479 - 5,479 Economic Environment Programs CDBG-CV Fund 21 G2010 858,968 - To record a budget increase of $858,968.00 in Community Development Block Grant (CDBG)revenue awarded from the CARES Act as approved by the Council on October 14, 2020.858,968 Economic Environment Program Totals:858,968 - 858,968 35 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Human Services Programs Health Prevention Program 22 99869 (5,000) To record a budget decrease of $5,000.00 in governmental revenue from Pinellas County,this will bring the budget in line with revenues received.(5,000) JWB Youth Programming - NEW PROGRAM 23 G2107 394,095 To record a budget increase of $394,095.00 in governmental revenue from the Juvenile Welfare Board (JWB)for fiscal year 2020/21 youth programs as approved by the Council on September 17, 2020.394,095 Human Services Program: Totals:389,095 - 389,095 Culture and Recreation Programs Library Special Account 24 99910 1 To record a budget increase of $1.05 in donation revenue to bring the budget in line with actual receipts.1 Special Events 25 PRSE190001 3,277 To record a net budget increase of $1,940.00 in sales revenue and $1,337.01 in sponsorship revenue to bring the budget in line with actual receipt.3,277 Culture and Recreation Program Total:3,278 - 3,278 3,442,692 - 3,417,692 Total Budget Increase/(Decrease): 36 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Actual Expenditures Revised Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99421 Housing Consulting Service 115,000 - 115,000 49,334 - 65,666 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 - 289,000 149,927 - 139,073 99868 Federal Early Retiree Reinsurance 651,500 - 651,500 559,222 - 92,279 99925 Peg Access Support 838,261 - 838,261 836,917 - 1,344 99928 Nagano Sister City Program 304,139 - 304,139 172,402 7,500 124,237 M1913 Lien Foreclosure Program 549,868 93,376 643,244 304,469 - 338,775 1 M2101 Planning Studies Fund 300,000 25,000 325,000 - 236,324 88,676 2 Sub-Total 3,047,767 118,376 3,166,143 2,072,269 243,824 850,050 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 130,500 10,000 140,500 22,163 - 118,338 3 98610 Hurricane Irma 2,615,206 891,480 3,506,686 2,706,118 - 800,567 4 99215 Police Extra Duty 4,076,616 265,737 4,342,353 4,219,924 - 122,429 5 99241 Human Trafficking Overtime 87,000 - 87,000 70,954 - 16,046 99279 Police Recruitments 201,010 - 201,010 70,306 - 130,704 99281 Fed Forfeitures - Treasury 196,150 (28,916) 167,234 120,171 - 47,064 6 99316 Police Volunteers 153,519 5,000 158,519 143,077 - 15,442 7 99317 Police Education Fund 1,391,780 8,589 1,400,369 1,304,567 - 95,801 8 99329 Investigative Recovery Costs 2,601,962 81,816 2,683,778 2,395,438 6,837 281,502 9 99330 FL Contraband Forfeiture Fund 1,062,172 (62,728) 999,444 757,538 - 241,906 10 99350 Vehicle Replacement Fund 467,022 36,118 503,140 291,766 - 211,374 11 99356 Safe Neighborhood Program 1,341,846 - 1,341,846 1,203,289 - 138,557 99364 Crime Prevention Program 204,374 8,450 212,824 163,391 - 49,434 12 99387 Federal Forfeiture Sharing 2,423,290 23,243 2,446,532 1,818,552 33,640 594,340 13 99927 Emergency Operations 4,118,821 10,048 4,128,870 3,097,803 2,000 1,029,067 14 99982 EMS Incentive/Recognition 69,700 - 69,700 41,088 - 28,612 G2003 2020 HVE Ped & Bicycle Safety 80,000 (30,620) 49,380 49,380 - - C 15 G2106 2021 HVE Ped & Bicycle Safety - 56,882 56,882 7,471 - 49,411 16 P1801 School Resource Officers 1,070,735 579,902 1,650,637 1,165,312 - 485,325 17 D2001 COVID-19 Prep & Response 200,000 - 200,000 206,450 - (6,450) P2001 Police Boat Replacement 181,526 - 181,526 - 181,526 0 P2002 Police Body Worn Camera Program 616,957 69,296 686,253 606,252 - 80,001 18 P2101 Mental Health Co-Responder Team - 143,200 143,200 - - 143,200 19 Sub-Total 23,290,186 2,067,496 25,357,682 20,461,009 224,003 4,672,670 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 1,919,579 5,479 1,925,058 950,093 25,174 949,791 20 Sub-Total 1,919,579 5,479 1,925,058 950,093 25,174 949,791 ECONOMIC ENVIRONMENT PROGRAMS 99729 Joint Hercules Pln & Econ Study 150,000 - 150,000 - - 150,000 99764 Public Facilities 2018 443,768 - 443,768 328,720 115,048 - 99802 Brownfield Revolving Loan 1,216,732 - 1,216,732 420,381 796,351 99846 Economic Development - QTI 166,879 - 166,879 71,591 - 95,288 99871 State Brownfields Redevelopment Acct 165,463 - 165,463 165,463 - 0 C G1902 Public Facilities 2019 319,253 - 319,253 233,920 85,333 - G1905 Infill Housing 2019 162,359 - 162,359 147,359 - 15,000 G2004 Public Facilities 2020 230,345 - 230,345 4,548 98,108 127,689 G2005 Economic Development 2020 60,000 - 60,000 51,575 8,425 - 37 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Actual Expenditures Revised Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (continued) G2006 Program Administration 2020 261,309 - 261,309 159,116 - 102,193 G2008 Public Services 2020 114,603 - 114,603 104,384 10,219 - M2009 Afford Housing & Comm Development 290,853 - 290,853 12,252 1,763 276,838 G2010 CDBG-CV Fund 623,592 858,968 1,482,560 46,484 136,041 1,300,035 21 G2011 Back to Business Grant Program 3,550,000 - 3,550,000 1,429,498 - 2,120,502 G2101 Public Facilities 2021 456,251 - 456,251 5,994 380,297 69,960 G2102 Economic Development 2021 228,039 - 228,039 - 100,000 128,039 G2103 Program Administration 2021 167,472 - 167,472 - - 167,472 G2104 Infill Housing 2021 86,154 - 86,154 - - 86,154 G2105 Public Services 2021 136,104 - 136,104 - 136,104 - Sub-Total 8,829,177 858,968 9,688,145 3,181,286 1,071,337 5,435,522 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 10,000 - 10,000 6,574 - 3,426 98607 Senior Citizens Services - Trips 14,000 - 14,000 10,858 - 3,142 99562 HUD Special Education 30,000 - 30,000 27,600 - 2,400 99844 United Way 15,080 - 15,080 11,645 - 3,435 99869 Health Prevention Program 195,269 (5,000) 190,269 176,019 - 14,251 22 99872 Coordinated Child Care - Ross Norton 3,171,577 - 3,171,577 2,525,254 1,900 644,423 G2107 JWB Youth Programming - 394,095 394,095 - - 394,095 23 Sub-Total 3,435,926 389,095 3,825,021 2,757,950 1,900 1,065,172 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 - 106,077 - - 106,077 99910 Library Special Account 890,399 1 890,400 858,752 - 31,648 24 G1907 Clearwater for Youth Grants 18,000 - 18,000 8,278 - 9,722 PRSE190001 Special Events 2,561,950 3,277 2,565,227 2,290,905 8,981 265,341 25 Sub-Total 3,576,426 3,278 3,579,704 3,157,936 8,981 412,788 TOTAL ALL PROJECTS 44,099,061 3,442,692 47,541,754 32,580,541 1,575,219 13,385,993 38 City of Clearwater SPECIAL DEVELOPMENT FUND FIRST QUARTER FY 2020/21 Increase/ (Decrease)Description Revenues Allocation of Assigned Fund Balance 296,000 First quarter amendments reflect an allocation of $190,285.75 from recreation land impact fees and $105,714.25 from open space recreation impact fees which will be transferred to capital project 93133, Park Land Acquisition. 296,000$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund 296,000 First quarter amendments reflect a transfer of $190,285.75 in Recreation Land Impact Fees and $105,714.25 in Open Space Recreation Impact Fees to capital project 93133, Park Land Acquisition. 296,000$ Net Expenditure Amendments 35 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS First Quarter: October 1, 2020 - December 31, 2020 Mid Year: October 1, 2020 - March 31, 2021 Original First Quarter Budget Amended Budget 2020/21 2020/21 Amendments Revenues: Ad Valorem Taxes 3,426,420 3,426,420 - Infrastructure Tax 11,771,980 11,771,980 - Interest Earnings 550,000 550,000 - Multi-Modal Impact Fees 150,000 150,000 - Local Option Gas Tax 1,500,000 1,500,000 - Allocation of Assigned Fund Balance 678,020 974,020 296,000 18,076,420 18,372,420 296,000 Expenditures: Transfer to Capital Improvement Fund Road Millage 3,344,710 3,344,710 - Infrastructure Tax 12,450,000 12,450,000 - Recreation Facility Land Fees - 190,286 190,286 Open Space Impact Fees - 105,714 105,714 Multi-Modal Impact fees 140,000 140,000 - Local Option Gas Tax 1,427,150 1,427,150 - 17,361,860 17,657,860 296,000 Revenues: CDBG/Home Funds 837,360 837,360 - Interest Earnings 100,000 100,000 - Intergovernmental Revenue - 2,660,962 2,660,962 Charges for Service Revenue - 311,855 311,855 Judgments, Fines and Forfeit Revenue - 272,262 272,262 Miscellaneous Revenue - 29,414 29,414 Transfers from General Fund:- 143,200 143,200 Sister City Program 37,380 37,380 - Planning Study Fund 300,000 325,000 25,000 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 - 1,660,264 5,102,956 3,442,692 Expenditures: General Government 337,380 455,756 118,376 Public Safety 300,794 2,368,290 2,067,496 Physical Environment - 5,479 5,479 Economic Environment 686,120 1,545,088 858,968 Human Services 1,500 390,595 389,095 Culture and Recreation 70,000 73,278 3,278 Interfund Transfers 164,470 164,470 - Transfer to Capital Fund 30,000 30,000 - 1,590,264 5,032,956 3,442,692 SPECIAL DEVELOPMENT FUND SPECIAL PROGRAM FUND SPECIAL PROGRAM FUND 40 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS First Quarter: October 1, 2020 - December 31, 2020 Mid Year: October 1, 2020 - March 31, 2021 Original First Quarter Budget Amended Budget 2020/21 2020/21 Amendments Revenues: HOME Investment Partnerships 431,440 431,440 - State Housing Initiatives Partnerships - - - Total - HOME/SHIP Funds 431,440 431,440 - Expenditures: Economic Environment 323,580 323,580 - Interfund Transfers 107,860 107,860 - Total - HOME/SHIP Programs 431,440 431,440 - OTHER HOUSING ASSISTANCE FUNDS 41 ADMINISTRATIVE CHANGE ORDERS First Quarter Review FY 2020/21 42 In accordance with City of Clearwater Code Section 2.564(2), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. Increases do not exceed 10% over Council approved amount on a cumulative basis. 2. Change does not change the scope of a project. 3. Price increases do not require additional appropriation to the project. 4. Contract price decreases may be approved without limitation. 5. The time for completion may not be extended by more than sixty (60) days, in any one change or cumulatively for the same project. ***** 09/18/20 Administrative Change Order #3 – Druid RD/Allen’s Creek Stormwater Pipe Replacement (11-0044-EN). This change order increases items to connect Manhole 298B5026 and adds 55 calendar days to the contract resulting in a net increase to the contract. Steve’s Excavating & Paving, Inc. 5,500.00 09/30/20 Administrative Change Order #1 & Final – Lift Station 45 Force Main Replacement (17-0016-UT). This change order decreases and increases items to the contract in accordance with field conditions to close the contract resulting in a net decrease to the contract. TLC Diversified, Inc. (163,807.88) 10/28/20 Administrative Change Order #1 & Final – David Avenue Property Stormwater Improvements (20-0002-EN). This change order decreases, increases, and adds items in accordance with field conditions to close the contract resulting in a net decrease to the contract. Keystone Excavators, Inc. (57,912.20) 1/6/21 Administrative Change Order #2 & Final – Clearwater Gas Systems Redevelopment (15-0043-GA). This change order decreases owner direct purchases and increases for design modifications to close the contract resulting in a net increase to the contract. Walbridge Aldinger, LLC 55,232.27 2019/20 Final Variance % Original Amended YTD YTD Actual vs.YTD vs. Budget Budget Actual Amended Bud Budget General Fund Revenues Ad Valorem Taxes 64,911,420 65,233,560 65,257,229 23,669 100% Utility Taxes 15,575,000 16,525,000 17,165,590 640,590 104% Local Option, Fuel and Other Taxes 6,614,400 6,414,400 6,396,363 (18,037) 100% Franchise Fees 10,010,000 10,060,000 10,311,771 251,771 103% Other Permits & Fees 2,739,000 2,969,000 3,052,569 83,569 103% Intergovernmental 23,499,780 22,013,853 23,551,563 1,537,710 107% Charges for Services 15,569,430 14,154,430 14,234,842 80,412 101% Judgments, Fines and Forfeitures 1,264,000 1,424,000 1,479,026 55,026 104% Miscellaneous Revenues 2,748,000 4,797,252 5,642,553 845,301 118% Transfers In 11,330,850 12,955,928 12,896,024 (59,904) 100% Total Revenues 154,261,880 156,547,423 159,987,529 3,440,105 102% General Fund Expenditures City Council 391,040 391,040 391,388 348 100% City Manager's Office 1,212,580 1,212,631 1,207,590 (5,041) 100% City Attorney's Office 1,770,760 1,770,829 1,662,939 (107,890) 94% City Auditor's Office 226,000 226,012 190,488 (35,524) 84% CRA Administration 459,530 459,557 445,211 (14,346) 97% Economic Development and Housing 1,907,560 1,907,626 1,846,226 (61,400) 97% Engineering 8,330,520 8,331,204 7,635,780 (695,424) 92% Finance 2,747,190 2,747,367 2,343,876 (403,492) 85% Fire 28,532,540 28,442,216 28,220,218 (221,998) 99% Human Resources 1,575,860 1,575,860 1,332,243 (243,617) 85% Library 7,871,950 7,871,950 7,667,735 (204,215) 97% Non-Departmental 10,948,640 14,876,689 14,907,073 30,383 100% Official Records and Legislative Svcs 1,224,070 1,224,070 1,144,009 (80,061) 93% Parks & Recreation 31,807,990 30,362,990 29,154,125 (1,208,865) 96% Planning & Development 6,571,820 6,571,820 5,641,994 (929,826) 86% Police 44,832,880 45,096,056 44,122,657 (973,399) 98% Public Communications 1,192,620 1,192,686 1,024,330 (168,356) 86% Public Utilities 389,650 389,650 383,030 (6,620) 98% Total Expenditures 151,993,200 154,650,253 149,320,913 (5,329,341) 97% Net Surplus / (Deficit)2,268,680 1,897,170 10,666,616 GENERAL FUND FINAL REVIEW October 1, 2019 - September 30, 2020 (unaudited) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9447-21 2nd rdg Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 10.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9447-21 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2021, to reflect a net increase of $30,820,452. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 46 Ordinance #9447-21 ORDINANCE NO. 9447-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2021, TO REFLECT A NET INCREASE OF $30,820,452 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2021 was adopted by Ordinance No. 9409-20; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Section 1 of Ordinance No. 9409-20 is amended to read: Pursuant to the First Quarter Amended 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 First Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Frank Hibbard, Mayor Approved as to form: Attest: ______________________________ ____________________________ Pamela K. Akin, City Attorney Rosemarie Call, City Clerk EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2020/21 First Qtr. Original Amended Budget Budget 2020/21 2020/21 Amendments Police Protection 11,075,000 11,928,442 853,442 Fire Protection 1,996,380 2,021,313 24,933 Major Street and Sidewalk Maintenance 4,596,470 7,623,236 3,026,766 Intersections 315,390 315,490 100 Parking 834,000 834,000 - Miscellaneous Engineering 5,191,500 35,191,500 30,000,000 Park Development 7,665,100 8,109,789 444,689 Marine Facilities 1,460,000 1,665,125 205,125 Airpark Facilities 175,000 165,093 (9,907) Libraries 135,000 (685,000) (820,000) Garage 5,899,300 5,949,159 49,859 Maintenance of Buildings 2,665,000 2,673,804 8,804 Miscellaneous 2,105,000 2,105,000 - Stormwater Utility 6,063,090 6,063,090 - Gas System 8,800,000 8,875,424 75,424 Solid Waste & Recycling 725,000 712,983 (12,017) Utilities Miscellaneous 100,000 (2,926,766) (3,026,766) Sewer System 30,988,020 30,988,020 - Water System 9,754,600 9,754,600 - TOTAL PROJECT EXPENDITURES 100,543,850 131,364,302 30,820,452 GENERAL SOURCES: General Operating Revenue 7,767,920 8,059,573 291,653 Penny for Pinellas 12,450,000 12,450,000 Road Millage 3,344,710 3,344,710 Local Option Gas Tax 1,427,150 1,427,150 Grants 120,000 (56,466) (176,466) Other Governmental 456,020 605,853 149,833 Multi-Modal Impact Fee 140,000 140,000 Special Program Fund 30,000 125,000 95,000 Recreation Land Impact Fee - 190,286 190,286 Open Space Impact Fee - 105,714 105,714 Donations 50,000 5,000 (45,000) Other 73,098 73,098 47 Ordinance # 9447-21 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2020/21 First Qtr. Original Amended Budget Budget 2020/21 2020/21 Amendments SELF SUPPORTING FUNDS: Parking Revenue 894,000 1,119,125 225,125 Marine Revenue 690,000 690,000 Clearwater Harbor Marina Revenue 150,000 150,000 Airpark Revenue 55,000 55,000 Water Revenue 4,980,000 4,980,000 Sewer Revenue 22,733,500 22,733,500 Utility R&R 10,575,600 10,575,600 Water Impact Fees 160,000 160,000 Sewer Impact Fees 50,000 50,000 Stormwater Utility Revenue 6,063,090 6,063,090 Gas Revenue 8,800,000 8,888,618 88,618 Solid Waste Revenue 625,000 625,000 Recycling Revenue 100,000 100,000 INTERNAL SERVICE FUNDS: Garage Revenue 598,300 656,327 58,027 Administrative Services Revenue 985,000 985,000 General Services Revenue 75,000 75,000 Central Insurance Revenue 152,460 152,460 BORROWING - GENERAL SOURCES: Lease Purchase - General Fund 195,100 (15,125) (210,225) Interfund Loan - General Fund 11,000,000 11,000,000 Bond Financing - 30,000,000 30,000,000 BORROWING - SELF SUPPORTING FUNDS: Lease Purchase - Gas - (13,194) (13,194) Lease Purchase - Solid Waste/Recycling - (12,017) (12,017) BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 5,201,000 5,201,000 Lease Purchase - Administrative Services 675,000 675,000 TOTAL ALL FUNDING SOURCES:100,543,850 131,364,302 30,820,452 48 Ordinance # 9447-21 First Quarter Budget Review Fiscal Year 2020-21 Memorandum TO: Mayor and City Council FROM: Bill Horne, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager SUBJECT: First quarter budget review - amended City Manager's annual budget report DATE: March 3, 2021 Attached is the first quarter budget review in accordance with the City Code of Ordinances. This report is based on the first three months of activity in the current fiscal year (October 2020 through December 2020). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $1,113,574. The General Fund expenditure increase at first quarter includes the Council approved appropriation of General Fund reserves which total $1,086,540. Amendments include $391,000 to fund the Engman Street Property Purchase, $172,800 to fund the addition of three FTEs and operating costs for Crest Lake Park once in service, $131,652 for tennis court lighting at Morningside Recreation Center, $160,000 to fund the Hilltop agreement in the Miscellaneous Parks Contracts project, $143,200 to fund the mental health co-responder team, and $87,888 to fund the Cardno contract for archeological excavation. Other amendments include a net increase of $2,034 for the departments that received safety awards with offsetting revenues recognized from the Central Insurance fund, and the return of $25,000 from the closed City Hall hardening project which is transferred to provide additional funding needed in the Planning Studies Fund. General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. With the closing of the year-end 2020 books, estimated General Fund reserves at first quarter are approximately $47.0 million, or 30.9% of the fiscal year 2020/21 General Fund budget, exceeding our minimum reserve requirement by $34.1 million. First Quarter Budget Review Fiscal Year 2020-21 Significant amendments to other city operating funds are noted as follows: Parking Fund First quarter amendments to Parking Fund expenditures reflect a net increase of $20,102. Amendments include an increase of $102 for receipt of the safety award which is offset by increased revenues from the Central Insurance fund, and a transfer of $20,000 to the capital fund for improvements to the beach guard administration building. Capital Improvement Program First quarter amendments to the capital improvement program reflect a net increase of $30,820,452. Amendments previously approved by Council include an increase of $30,000,000 to recognize bond proceeds approved for the Imagine Clearwater project; an increase of $190,286 in recreation land impact fee and $105,714 in open space impact fee revenues in the park land acquisition project, an allocation of $131,652 in General Fund reserves in the Morningside Recreation Center project; an allocation of $160,000 of General Fund reserves in the Miscellaneous Parks Contracts project; and an increase of $30,000 in grant revenues from US DOT Federal Aviation Administration in the Airpark Maintenance project. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include an increase of $33,442 in grant revenues from the Department of Justice in the Police Equipment Replacement project; a decrease of $134,230 in lease purchase revenue in the EMS Capital Equipment project; an increase of $149,733 of Pinellas County fire reimbursement revenue in the Aerial Truck project; a decrease of $100,000 in grant revenue in the McMullen Tennis Complex project; a decrease of $100,000 in grant revenue and increase of $5,000 in donation revenue in the Countryside Complex project; a decrease of $57,257 in lease purchase revenue for the Showmaster Portable Stage; an increase of $64,294 in Art Fund excess revenues in the Miscellaneous Public Art Fund; a decrease of $50,000 of donation revenue in the Countryside Sports Complex project; an increase of $95,000 to recognize grant funding from CDBG transferred into the Belmont Park project; an increase of $205,125 in parking revenues in the Seminole Boat Launch Maintenance project; a decrease of $36,352 in grant revenues from FDOT to close out the Ground Support Equipment Upgrade project; an increase of $54,238 from insurance proceeds in the Garage – Off Cycle Replacement project; and increases of property owner share revenues of $47,208 in the Pinellas New Mains/Service Lines and $30,009 in the Line Relocation Pasco – Capital project. Special Program Fund The Special Program Fund reflects a net budget increase of $3,442,692 at first quarter. Significant amendments include the transfer of General Fund revenues of $143,200 for the Mental Health Co- Responder Team, and $25,000 to the Planning Studies Fund; $901,528 in FEMA reimbursements for hurricane Irma and the hurricane Dorian strike team; $858,968 in Community Development Block Grant revenue awarded from the CARES Act for COVID response; a net increase of $92,273 in public safety grant revenues for Investigative Costs Recovery, Federal Forfeiture Sharing, the Pedestrian/Bicycle Safety program, and the Police Body Worn Camera program; $414,098 from the Pinellas County School Board for school resource officer (SRO) extra duty and annual contract for the 2020/21 school year; $394,095 in First Quarter Budget Review Fiscal Year 2020-21 governmental revenues from the Juvenile Welfare Board for 2020/21 after school and summer programs; $8,450 in donation revenues to support Police and Library programs; $17,686 of interest earnings; $10,000 in foreclosure registry fees collected; $3,277 in revenues received for special events; $272,262 in fines and court proceeds for public safety programs, the lien foreclosure program, and the tree replacement program; and $301,855 in contractual service revenue for police extra duty. CITY OF CLEARWATER FIRST QUARTER SUMMARY 2020/21 FY 20/21 Variance %First Adopted Year to Date YTD Actual vs.YTD vs.Quarter Amended Description Budget Actual Adopted Budget Budget Adjustment Budget General Fund: Revenues 152,179,840 78,527,472 73,652,368 52%1,113,574 153,293,414 Expenditures 152,179,840 47,583,311 104,596,529 31%1,113,574 153,293,414 Utility Funds: Water & Sewer Fund Revenues 102,289,480 23,153,199 79,136,281 23%- 102,289,480 Expenditures 102,289,480 55,872,074 46,417,406 55%- 102,289,480 Stormwater Fund Revenues 17,899,890 4,359,681 13,540,209 24%- 17,899,890 Expenditures 16,706,320 9,758,579 6,947,741 58%- 16,706,320 Gas Fund Revenues 47,788,140 10,176,771 37,611,369 21%660 47,788,800 Expenditures 45,257,380 16,014,816 29,242,564 35%660 45,258,040 Solid Waste and Recycling Fund Revenues 27,130,350 7,302,558 19,827,792 27%- 27,130,350 Expenditures 25,702,930 6,439,006 19,263,924 25%- 25,702,930 Enterprise Funds: Marine Fund Revenues 5,277,210 1,129,019 4,148,191 21%- 5,277,210 Expenditures 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Airpark Fund Revenues 347,860 84,636 263,224 24%- 347,860 Expenditures 340,770 118,994 221,776 35%- 340,770 Clearwater Harbor Marina Fund Revenues 921,970 224,066 697,904 24%- 921,970 Expenditures 854,430 300,740 553,690 35%- 854,430 Parking Fund Revenues 7,330,560 1,958,366 5,372,194 27%102 7,330,662 Expenditures 6,436,140 2,075,804 4,360,336 32%20,102 6,456,242 Internal Service Funds: General Services Fund Revenues 6,194,230 1,541,883 4,652,347 25%- 6,194,230 Expenditures 6,162,380 1,308,933 4,853,447 21%- 6,162,380 Administrative Services Revenues 13,305,520 3,229,431 10,076,089 24%210 13,305,730 Expenditures 13,254,460 3,686,039 9,568,421 28%210 13,254,670 Garage Fund Revenues 18,916,190 3,562,515 15,353,675 19%- 18,916,190 Expenditures 18,916,190 4,121,436 14,794,754 22%- 18,916,190 Central Insurance Fund Revenues 26,058,230 7,175,328 18,882,902 28%- 26,058,230 Expenditures 26,058,230 7,851,223 18,207,007 30%- 26,058,230 1 FIRST QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2020-21 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 29 Special Development Fund ........................................................................................................... 35 Administrative Change Orders ...................................................................................................... 38 Ordinances ..................................................................................................................................... 39 The amended 2020/21 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents three months, October 1, 2020 through December 31, 2020. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after December 31, 2020. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 17, 2020. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on the first quarter review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2020/21 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2020, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed as a result of the first quarter review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description Ad Valorem Taxes - At first quarter,approximately 85%of property tax revenue has been received.This is as projected,most property tax payments are made within the first six months of the fiscal year. No amendment is proposed at this time. Other Permits and Fees - At first quarter,other permits and fees revenues reflect collections of 41%of total budget,primarily due to increased collections of building/sign permit revenues.No amendment is proposed at this time. 27,034 At first quarter,transfer in revenues reflect an increase of $2,034.00 to recognize safety award funding from the Central Insurance Fund,and the return of $25,000.00 unspent in project C1907,City Hall Hardening,which will be used to provide additional funding in special program M2101, Planning Studies Fund. First quarter amendments reflect the appropriation of $1,086,540.00 from General Fund retained earnings. Amendments, include the following allocations: 391,000 1)An appropriation of $391,000.00 from fund reserves to fund the purchase of real property located at 1011 Engman Street as approved by City Council on January 21, 2021. 172,800 2)An appropriation of $172,800.00 from fund reserves to provide funding for the personnel and operational costs associated with 3 new FTEs for the Crest Lake Team as approved by City Council on December 17, 2020. 131,652 3)An appropriation of $131,651.99 from fund reserves to provide additional funding for capital improvement project 93251 Morningside Rec Center Replacement as approved by City Council on December 17, 2020. 160,000 4)An appropriation of $160,000.00 from fund reserves for capital improvement project 93618 Miscellaneous Parks and Recreation Contracts as approved by City Council on January 21, 2021. City of Clearwater General Fund Revenues First Quarter Amendments FY 2020/21 Transfer (to) from Surplus Transfers In 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues First Quarter Amendments FY 2020/21 143,200 5)An appropriation of $143,200.00 from fund reserves to establish special program P2101 Mental Health Co-Responder Team as approved by City Council on January 21, 2021. 87,888 6)An appropriation of $87,888.00 from fund reserves to fund the Cardno contract for archeological excavation as approved by City Council on February 4, 2021. 1,086,540 1,113,574 Net General Fund Net Transfer (to) from Transfer (to) from Surplus (continued) 4 Increase/ (Decrease)Description 54 At first quarter,City Manager expenditures reflect an increase of $54.00 to employee recognition for receipt of the perfect claims annual safety award. 72 At first quarter,City Attorney expenditures reflect an increase of $72.00 to employee recognition for receipt of the perfect claims annual safety award. 12 At first quarter,City Audit expenditures reflect an increase of $12.00 to employee recognition for receipt of the perfect claims annual safety award. 30 At first quarter,CRA expenditures reflect an increase of $30.00 to employee recognition for receipt of the perfect claims annual safety award. 66 At first quarter,Economic Development and Housing expenditures reflect an increase of $66.00 to employee recognition for receipt of the perfect claims annual safety award. 180 At first quarter,Finance expenditures reflect an increase of $180.00 to employee recognition for receipt of the perfect claims annual safety award. 102 At first quarter,Human Resources expenditures reflect an increase of $102.00 to employee recognition for receipt of the perfect claims annual safety award. 48 At first quarter,Official Records and Legislative Services expenditures reflect an increase of $48.00 to employee recognition for receipt of the perfect claims annual safety award. Official Records and Legislative Services Finance Human Resources City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 Economic Development and Housing City Manager City Audit City Attorney CRA Administration 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 174,204 First quarter amendments to Parks and Recreation expenditures reflect a net increase of $174,204.00. Amendments include:1)an increase of $172,800.00 to provide funding for the personnel and operational costs associated with 3 new FTEs for the Crest Lake Team as approved by City Council on December 17,2020;and 2)an increase of $1,404.00 to employee recognition for receipt of the 4th quarter FY20 safety award. 66 At first quarter,Public Communications expenditures reflect an increase of $66.00 to employee recognition for receipt of the perfect claims annual safety award. Non-Departmental 478,888 A first quarter amendment to Non-Departmental reflects an increase of $391,000.00 to Land Development to fund the purchase of real property located at 1011 Engman Street as approved by City Council on January 21,2021,and an increase of $87,888.00 to Professional Services to fundthe Cardno contract for archeological excavation as approved by City Council on February 4, 2021. Amendments also reflect City Council approved interfund transfers to special programs and capital projects as follows: 131,652 1)An allocation of $131,651.99 to provide additional funding for capital improvement project 93251 Morningside Rec Center Replacement as approved by City Council on December 17, 2020. 160,000 2)An allocation of $160,000.00 in additional funding for capital improvement project 93618 Miscellaneous Parks and Recreation Contracts as approved by City Council on January 21, 2021. Public Communications Parks & Recreation 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures First Quarter Amendments FY 2020/21 Non-Departmental (continued) 143,200 3)An allocation of $143,200.00 to establish special program P2101 Mental Health Co-Responder Team as approved by City Council on January 21, 2021. 25,000 4)A transfer of $25,000 to special program M2101 Planning Studies Fund,which is offset by an amendment recognizing revenues transfered in from project 315-C1907 City Hall Hardening. 938,740 1,113,574 Net General Fund 7 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 68,492,140 58,941,027 9,551,113 86%- 68,492,140 Utility Taxes 15,230,000 3,304,747 11,925,253 22%- 15,230,000 Local Option, Fuel and Other Taxes 6,350,000 2,178,271 4,171,729 34%- 6,350,000 Franchise Fees 10,104,770 1,801,388 8,303,382 18%- 10,104,770 Other Permits & Fees 2,309,000 941,196 1,367,804 41%- 2,309,000 Intergovernmental 18,862,910 4,234,882 14,628,028 22%- 18,862,910 Charges for Services 15,780,380 3,369,877 12,410,503 21%- 15,780,380 Judgments, Fines and Forfeitures 1,354,000 254,561 1,099,439 19%- 1,354,000 Miscellaneous Revenues 2,643,956 591,849 2,052,107 22%- 2,643,956 Transfers In 11,052,684 2,909,675 8,143,009 26%27,034 11,079,718 Total Revenues 152,179,840 78,527,472 73,652,368 52%27,034 152,206,874 Transfer (to) from Surplus - - - ~1,086,540 1,086,540 Adjusted Revenues 152,179,840 78,527,472 73,652,368 52%1,113,574 153,293,414 General Fund Expenditures City Council 395,821 131,533 264,288 33%- 395,821 City Manager's Office 1,275,890 310,601 965,289 24%54 1,275,944 City Attorney's Office 1,809,585 412,068 1,397,517 23%72 1,809,657 City Auditor's Office 226,432 31,857 194,575 14%12 226,444 CRA Administration 468,480 123,843 344,637 26%30 468,510 Economic Development and Housing 1,828,948 654,269 1,174,679 36%66 1,829,014 Engineering 8,230,947 2,159,602 6,071,345 26%- 8,230,947 Finance 2,637,681 638,657 1,999,024 24%180 2,637,861 Fire 30,293,051 9,160,947 21,132,104 30%- 30,293,051 Human Resources 1,562,078 341,752 1,220,326 22%102 1,562,180 Library 8,000,965 2,097,396 5,903,569 26%- 8,000,965 Non-Departmental 7,784,508 6,862,149 922,359 88%938,740 8,723,248 Official Records and Legislative Svcs 1,215,681 264,021 951,660 22%48 1,215,729 Parks & Recreation 31,136,988 8,939,991 22,196,997 29%174,204 31,311,192 Planning & Development 6,458,802 1,746,071 4,712,731 27%- 6,458,802 Police 47,259,323 13,355,255 33,904,068 28%- 47,259,323 Public Communications 1,196,190 256,540 939,650 21%66 1,196,256 Public Utilities 398,470 96,762 301,708 24%- 398,470 Total Expenditures 152,179,840 47,583,311 104,596,529 31%1,113,574 153,293,414 For the three month period of October 1, 2020 - December 31, 2020 GENERAL FUND FIRST QUARTER REVIEW 8 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 93,969,645 22,770,612 71,199,033 24%- 93,969,645 Judgments, Fines and Forfeits 271,000 98,562 172,438 36%- 271,000 Miscellaneous 1,835,000 284,025 1,550,975 15%- 1,835,000 Transfers In - - - ~- - Fund Equity 6,213,835 - 6,213,835 0%- 6,213,835 Total Revenues 102,289,480 23,153,199 79,136,281 23%- 102,289,480 Water & Sewer Expenditures: Public Utilities Administration 1,703,374 385,650 1,317,724 23%- 1,703,374 Wastewater Collection 13,506,904 9,716,091 3,790,813 72%- 13,506,904 Public Utilities Maintenance 9,060,046 4,324,764 4,735,282 48%- 9,060,046 WPC / Plant Operations 33,737,721 19,645,443 14,092,278 58%- 33,737,721 WPC / Laboratory Operations 1,594,863 311,882 1,282,981 20%- 1,594,863 WPC / Industrial Pretreatment 1,042,918 189,282 853,636 18%- 1,042,918 Water Distribution 18,805,229 10,778,110 8,027,119 57%- 18,805,229 Water Supply 18,336,027 8,010,188 10,325,839 44%- 18,336,027 Reclaimed Water 4,502,398 2,510,662 1,991,736 56%- 4,502,398 Total Expenditures 102,289,480 55,872,074 46,417,406 55%- 102,289,480 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW At first quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Water and Sewer Fund revenues at first quarter. No amendments are proposed to Water and Sewer Fund expenditures at first quarter.Expenditures reflect 55%of total budget due to transfers to the capital fund which happen in the first period of the year. 9 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 16,910,500 4,270,392 12,640,108 25%- 16,910,500 Judgments, Fines and Forfeits 73,000 19,614 53,386 27%- 73,000 Miscellaneous 916,390 69,675 846,715 8%- 916,390 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 17,899,890 4,359,681 13,540,209 24%- 17,899,890 Stormwater Expenditures: Stormwater Management 10,647,663 8,355,950 2,291,713 78%- 10,647,663 Stormwater Maintenance 6,058,657 1,402,629 4,656,028 23%- 6,058,657 Total Expenditures 16,706,320 9,758,579 6,947,741 58%- 16,706,320 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At first quarter, anticipated revenues of the Stormwater Fund exceed anticipated expenditures by $1,193,570 for fiscal year 2020/21. No amendments are proposed to Stormwater Fund revenues at first quarter. No amendments are proposed to Stormwater Fund expenditures at first quarter.Expenditures reflect 58%of total budget due to transfers to the capital fund which happen in the first period of the year. 10 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 47,003,340 10,098,067 36,905,273 21%- 47,003,340 Judgments, Fines and Forfeits 153,100 23,641 129,459 15%- 153,100 Miscellaneous 631,700 55,063 576,637 9%- 631,700 Transfers In - - - ~660 660 Fund Equity - - - ~- - Total Revenues 47,788,140 10,176,771 37,611,369 21%660 47,788,800 Gas Expenditures: Administration & Supply 21,830,658 4,068,412 17,762,246 19%660 21,831,318 Pinellas Gas Operations 9,775,059 4,554,570 5,220,489 47%- 9,775,059 Pasco Gas Operations 6,709,495 3,970,272 2,739,223 59%- 6,709,495 Marketing & Sales 6,942,168 3,421,562 3,520,606 49%- 6,942,168 Total Expenditures 45,257,380 16,014,816 29,242,564 35%660 45,258,040 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:660 Gas Fund Expenditures:660 At first quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $2,530,760 for fiscal year 2020/21. At first quarter,amendments to Gas Fund revenues reflect an increase of $660.00 to transfer in revenue to recognize safety award funding from the Central Insurance Fund. At first quarter,Gas Fund expenditures reflect an increase of $660.00 to employee recognition for receipt of the 1st quarter FY21 safety award.Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 11 2020/21 Variance %2020/21AdoptedYear to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 UTILITY FUNDS FIRST QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 - 1,000 0%- 1,000 Charges for Service 23,660,000 6,408,005 17,251,995 27%- 23,660,000 Judgments, Fines and Forfeits 95,000 26,783 68,217 28%- 95,000 Miscellaneous 725,000 142,292 582,708 20%- 725,000 Transfers In - - - ~- - Solid Waste Revenues 24,481,000 6,577,080 17,903,920 27%- 24,481,000 Recycling Revenues: Other Permits and Fees 350 - 350 0%- 350 Intergovernmental - - - ~- - Charges for Service 2,430,000 654,423 1,775,577 27%- 2,430,000 Judgments, Fines and Forfeits 8,000 2,565 5,435 32%- 8,000 Miscellaneous 211,000 68,489 142,511 32%- 211,000 Transfers In - - - ~- - Recycling Revenues 2,649,350 725,477 1,923,873 27%- 2,649,350 Fund Equity - - - ~- - Total Revenues 27,130,350 7,302,558 19,827,792 27%- 27,130,350 Solid Waste Expenditures: Collection 17,853,129 4,465,821 13,387,308 25%- 17,853,129 Transfer 2,354,091 575,331 1,778,760 24%- 2,354,091 Container Maintenance 944,923 235,342 709,581 25%- 944,923 Administration 1,036,817 266,434 770,383 26%- 1,036,817 Solid Waste Expenditures 22,188,960 5,542,928 16,646,032 25%- 22,188,960 Recycling Expenditures: Residential 1,401,597 342,406 1,059,191 24%- 1,401,597 Multi-Family 460,267 121,362 338,905 26%- 460,267 Commercial 1,652,106 432,310 1,219,796 26%- 1,652,106 Recycling Expenditures 3,513,970 896,078 2,617,892 26%- 3,513,970 Total Expenditures 25,702,930 6,439,006 19,263,924 25%- 25,702,930 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At first quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,427,420 for fiscal year 2020/21. No amendments are proposed to Solid Waste and Recycling Fund revenues at first quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at first quarter. 12 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 5,133,210 1,104,072 4,029,138 22%- 5,133,210 Judgments, Fines and Forfeits 6,000 - 6,000 0%- 6,000 Miscellaneous Revenue 138,000 24,947 113,053 18%- 138,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 5,277,210 1,129,019 4,148,191 21%- 5,277,210 Marine Expenditures: Marina Operations 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Total Expenditures 5,119,120 1,507,106 3,612,014 29%- 5,119,120 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW At first quarter, anticipated revenues of the Marine Fund exceed anticipated expenditures by $158,090 for fiscal year 2020/21. No amendments are proposed to Marine Fund revenues at first quarter. No amendments are proposed to Marine Fund expenditures at first quarter. 13 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 872,870 216,734 656,136 25%- 872,870 Judgments, Fines and Forfeits 1,600 - 1,600 0%- 1,600 Miscellaneous Revenue 47,500 7,332 40,169 15%- 47,500 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 921,970 224,066 697,904 24%- 921,970 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 854,430 300,740 553,690 35%- 854,430 Total Expenditures 854,430 300,740 553,690 35%- 854,430 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At first quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $67,540 for fiscal year 2020/21. No amendments are proposed to Clearwater Harbor Marina Fund revenues at first quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at first quarter. Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 14 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 18,500 3,456 15,044 19%- 18,500 Miscellaneous Revenue 329,360 81,180 248,180 25%- 329,360 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 347,860 84,636 263,224 24%- 347,860 Airpark Expenditures: Airpark Operations 340,770 118,994 221,776 35%- 340,770 Total Expenditures 340,770 118,994 221,776 35%- 340,770 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At first quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $7,090 for fiscal year 2020/21. No amendments are proposed to Airpark Fund revenues at first quarter. No amendments are proposed to Airpark Fund expenditures at first quarter.Expenditures reflect 35%of total budget due to transfers to the capital fund which happen in the first period of the year. 15 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the three month period of October 1, 2020 - December 31, 2020 ENTERPRISE FUNDS FIRST QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 6,230,560 1,700,434 4,530,126 27%- 6,230,560 Judgments, Fines and Forfeits 800,000 226,765 573,235 28%- 800,000 Miscellaneous Revenue 300,000 31,166 268,834 10%- 300,000 Transfers In - - - ~102 102 Fund Equity - - - ~- - Total Revenues 7,330,560 1,958,366 5,372,194 27%102 7,330,662 PARKING FUND EXPENDITURES Engineering/Parking System 4,552,380 1,645,012 2,907,368 36%- 4,552,380 Engineering/Parking Enforcement 800,000 150,583 649,417 19%- 800,000 Fire Dept/Beach Guards 950,920 254,025 696,895 27%20,102 971,022 Seminole Street Boat Ramp 132,840 26,184 106,656 20%- 132,840 Total Expenditures 6,436,140 2,075,804 4,360,336 32%20,102 6,456,242 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:102 Parking Fund Expenditures:20,102 At first quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $874,420 for fiscal year 2020/21. At first quarter,amendments to Parking Fund revenues reflect an increase of $102.00 to transfer in revenue to recognize safety award funding from the Central Insurance Fund. At first quarter,Parking Fund expenditures reflect an increase of $102.00 to employee recognition for receipt of the 4th quarter FY20 safety award,and an increase of $20,000.00 for the transfer of funds to ENGF200002, Beach Guard Administration Buidling. 16 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,009,230 1,518,680 4,490,550 25%- 6,009,230 Miscellaneous Revenues 185,000 23,203 161,797 13%- 185,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 6,194,230 1,541,883 4,652,347 25%- 6,194,230 General Services Expenditures: Administration 443,624 113,917 329,707 26%- 443,624 Building & Maintenance 5,718,756 1,195,016 4,523,740 21%- 5,718,756 Total Expenditures 6,162,380 1,308,933 4,853,447 21%- 6,162,380 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At first quarter, anticipated revenues of the General Services Fund exceed anticipated expenditures by $31,850 for fiscal year 2020/21. No amendments are proposed to General Services Fund revenues at first quarter. No amendments are proposed to General Services Fund expenditures at first quarter. INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 17 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 13,125,520 3,209,246 9,916,274 24%- 13,125,520 Miscellaneous Revenues 180,000 20,185 159,815 11%- 180,000 Transfers In - - - ~210 210 Fund Equity - - - ~- - Total Revenues 13,305,520 3,229,431 10,076,089 24%210 13,305,730 Administrative Services Expenditures: Info Tech / Admin 408,735 105,748 302,987 26%204 408,939 Info Tech / Network Svcs 4,703,533 1,386,677 3,316,856 29%- 4,703,533 Info Tech / Software Applications 3,272,530 919,475 2,353,055 28%- 3,272,530 Info Tech / Telecommunications 862,372 178,737 683,635 21%- 862,372 Public Comm / Courier 191,630 20,393 171,237 11%6 191,636 Clearwater Customer Service 3,815,660 1,075,009 2,740,651 28%- 3,815,660 Total Expenditures 13,254,460 3,686,039 9,568,421 28%210 13,254,670 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:210 Administrative Services Fund Expenditures:210 At first quarter,Administrative Services Fund revenues reflect an increase of $210.00 to transfer-in revenues recognizing perfect claims safety award funding from the Central Insurance Fund. At first quarter,Administrative Services Fund expenditures reflect an increase of $210.00 to employee recognition for receipt of the annual perfect claims safety award. At first quarter, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $51,060 for fiscal year 2020/21. 18 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 GARAGE FUND Garage Fund Revenues Charges for Service 17,494,420 3,541,027 13,953,393 20%- 17,494,420 Miscellaneous Revenues 1,030,000 21,487 1,008,513 2%- 1,030,000 Transfers In - - - ~- - Fund Equity 391,770 - 391,770 0%- 391,770 Total Revenues 18,916,190 3,562,515 15,353,675 19%- 18,916,190 Garage Fund Expenditures: Fleet Maintenance 17,760,211 3,815,547 13,944,664 21%- 17,760,211 Radio Communications 1,155,979 305,889 850,090 26%- 1,155,979 Total Expenditures 18,916,190 4,121,436 14,794,754 22%- 18,916,190 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At first quarter, anticipated revenues of the Garage Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Garage Fund revenues at first quarter. No amendments are proposed to Garage Fund expenditures at first quarter. 19 2020/21 Variance %2020/21 Adopted Year to Date YTD Actual vs.YTD vs.Proposed 1 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget INTERNAL SERVICE FUNDS FIRST QUARTER REVIEW For the three month period of October 1, 2020 - December 31, 2020 CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 23,271,960 6,968,299 16,303,661 30%- 23,271,960 Miscellaneous Revenues 900,000 207,029 692,971 23%- 900,000 Transfers In - - - ~- - Fund Equity 1,886,270 - 1,886,270 0%- 1,886,270 Total Revenues 26,058,230 7,175,328 18,882,902 28%- 26,058,230 Central Insurance Expenditures: Finance / Risk Management 426,880 77,225 349,656 18%- 426,880 HR / Employee Benefits 426,370 65,369 361,001 15%- 426,370 HR / Employee Health Clinic 1,702,340 292,492 1,409,848 17%- 1,702,340 Non-Departmental 23,502,640 7,416,138 16,086,502 32%- 23,502,640 Total Expenditures 26,058,230 7,851,223 18,207,007 30%- 26,058,230 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At first quarter, anticipated revenues of the Central Insurance Fund equal anticipated expenditures for fiscal year 2020/21. No amendments are proposed to Central Insurance Fund revenues at first quarter. Amendments to Central Insurance Fund expenditures reflect a net zero amendment to transfer money between cost centers for the annual perfect claims safety award. 20 CAPITAL IMPROVEMENT PROGRAM First Quarter Summary FY 2020/21 21 The amended 2020/21 Capital Improvement Program budget report is submitted for the City Council's first quarter review. The proposed amendment is a net budget increase of $30,820,452. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity:  Police Equipment Replacement - a budget increase of $33,442 in grant revenue from the Department of Justice.  EMS Capital Equipment - a budget decrease of $134,230 in lease purchase revenue.  Aerial Truck - a budget increase of $149,733 in Pinellas County Fire Reimbursement revenue.  McMullen Tennis Complex – a budget decrease of $100,000 in state grant revenue.  Countryside Complex Restroom/Concessions - a budget decrease of $100,000 in state grant revenue and a budget increase of $5,000 in donation revenue.  Showmaster Portable Stage - a budget decrease of $57,257 in lease purchase revenue.  Misc. Public Art Fund - a budget increase of $64,294 in art fund excess revenue.  Countryside Sports Complex Renovations – a decrease of $50,000 in donation revenue.  Belmont Park Revitalization - a budget increase of $95,000 transferred in from CDBG grant funds.  Seminole Boat Launch Maintenance - a budget increase of $205,125 in parking revenues.  Ground Support Equipment Upgrade - a budget decrease of $36,352 in grant revenues from FDOT.  Garage - Off Cycle Replacements - a budget increase of $54,238 in insurance proceeds.  Pinellas New Mains/Service Lines - a budget increase of $47,208 property owner share revenues.  Line Relocation Pasco - Capital - a budget increase of $30,009 property owner share revenues. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  Imagine Clearwater $ 30,000,000 02/06/20  Park Land Acquisition $ 296,000 12/03/20  Morningside Rec Center Replacement $ 131,652 12/17/20  Miscellaneous Parks and Recreation Contracts $ 160,000 01/21/21  Airpark Maintenance & Repair $ 30,000 07/16/20 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Police Equipment Replacement 1 P1802 33,442 * To record a budget increase of $33,441.76 in grant revenues reimbursed from the US Department of Justice for the purchase of bullet proof vests.This will bring the project budget in line with revenues received.33,442 Training Rage Sound Mitigation - NEW PROJECT 2 P2102 820,000 To record a budget transfer of $820,000.00 of infrastructure sales tax revenue from project 315-93530, Consolidated Eastside/SPC Library as approved by the Council on February 4, 2021.820,000 Fire Engine Replacement 3 91218 (10,570) * To record a budget decrease of $10,570.00 in lease purchase proceeds revenue.The lease purchase fund project will be closed.(10,570) EMS Capital Equipment - CLOSE PROJECT 4 91221 (134,230) * To record a budget decrease of $134,230.00 in lease purchase proceeds revenue.This project is complete and will be closed.(134,230) Aerial Truck 5 91244 149,733 * To record a budget increase of $149,732.52 in Pinellas County Fire Reimbursement revenue.This will bring the project budget in line with revenues received.149,733 Beach Guard Administrative Building 6 ENGF200002 20,000 To record a budget increase of $20,000 of parking revenue.20,000 Fort Harrison Reconstruction - NEW PROJECT 7 C2102 5,026,766 To establish the project and record a net increase of $5,026,766.00 representing the following transfers:1) $2,500,000.00 of stormwater revenue from ENST18004, Stevenson Creek;2)$526,766.00 of stormwater revenue from ENST18005,Coastal Basin;3)$1,500,000.00 of fuel tax and $500,000.00 of road millage revenue from ENGF200001, Redesign Fort Harrison.5,026,766 Redesign Fort Harrison - CLOSE PROJECT 8 ENGF200001 (2,000,000) To record a budget transfer of $2,000,000.00 consisting of $1,500,000.00 Fuel Tax and $500,000.00 road millage revenue to project C2102, Fort Harrison Reconstruction. (2,000,000) Traffic Signals 9 ENRD180006 100 * To record a budget increase of $100.00 in reimbursement revenue received from the FDOT for damaged traffic signals.100 CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 22 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Imagine Clearwater 10 ENGF180013 30,000,000 *1,400,000 To record a budget increase of $30,000,000.00 in future bond proceeds revenue.Ordinance 9357-20 was adopted on February 6, 2020 which authorized issuance of bonds. Amendments also include the transfer of $1,400,000.00 of General Fund revenues from project ENGF200003, Memorial Causeway Bridge Lighting,to return project funding.31,400,000 Memorial Causeway Bridge Lighting 11 ENGF200003 (1,400,000) To record a transfer of $1,400,000.00 of General Fund revenues to project ENGF180013,Imagine Clearwater,to return project funding.(1,400,000) Park Land Acquisition 12 93133 296,000 To record a budget increase recognizing the transfer of $190,285.75 in recreation land impact fee revenue,and $105,714.25 in open space recreation impact fee revenue from the Special Development Fund.This was approved by the Council December 3, 2020.296,000 Morningside Rec Center Replacement 13 93251 131,652 To record a budget increase of $131,651.99 in General Fund revenue as approved by City Council on December 17, 2020.131,652 Bicycle Paths-Bridges 14 93272 (75,000) To record a budget transfer of $75,000.00 of infrastructure sales tax revenue to project 93650,Crest Lake Park Improvement.(75,000) McMullen Tennis Complex - CLOSE PROJECT 15 93612 (100,000) *89,364 To record a net a budget reduction of $10,635.52 for the following amendments:1)a budget decrease of $100,000.00 in grant revenue;2)transfer of $100,000.00 in General Fund revenue from project 315-93635,Park Amenity Purchase and Replacement;and 3)a budget transfer of $10,635.52 in General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan as approved by the City council on December 17, 2020. This project is complete and will be closed.(10,636) Miscellaneous Parks & Rec Contracts 16 93618 160,000 * To record a budget increase of $160,000.00 in General Fund revenue to fund the Hilltop agreement as approved by City Council on January 21, 2021.160,000 Park Amenity Purchase & Replacement 17 93635 (112,590) To record a budget transfer of $12,590.01 of General Fund revenue to project 315-93648,Moccasin Lake Park Master Plan,as approved by the City council on December 17, 2020;and a budget transfer of $100,000.00 in General Fund revenue to project 93612, McMullen Tennis Complex.(112,590) 23 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Tennis Court Resurfacing 18 93636 0.66 * To record a budget increase of $0.66 in General Fund revenue representing excess revenue transferred from project 315-93639,Marina District Boardwalk and Entry Nodes which was closed in fiscal year 2019/20.0.66 Moccasin Lake Park Master Plan 19 93648 23,226 To record a budget transfer of $10,635.52 from project 315- 93612,McMullen Tennis Complex and $12,590.01 from project 315-93635,Park Amenities Purchase and Replacement.This was approved by the City council on December 17, 2020.23,226 Crest Lake Park Improvement 20 93650 75,000 To record a budget transfer of $75,000.00 of infrastructure sales tax revenue from project 93272,Bicycles Paths- Bridges.75,000 Countryside Complex Restroom/Concessions 21 93652 (95,000) *100,000 To record a budget decrease of $100,000.00 in state grant revenue,a budget increase of $5,000.00 in donation revenue,and a budget transfer of $100,000.00 in donation revenue from project M1901,Countryside Sports Complex Renovations.This will bring the budget in line with revenues received.5,000 Showmaster Portable Stage - CLOSE PROJECT 22 93668 (57,257) * To record a budget decrease of $57,257.00 in lease purchase revenue,this project is complete and will be closed.(57,257) Misc. Public Art Fund 23 A1901 64,294 * To record a budget increase of $64,293.62 recognizing excess revenues from the Art Fund which was closed in fiscal year 2019/20.64,294 Countryside Sports Complex Reno - CLOSE PROJECT 24 M1901 (50,000) *(100,000) To record a budget decrease of $50,000.00 in donation revenue,and a budget transfer of $100,000.00 in donation revenue to project 93652,Countryside Complex Restroom/Concessions.This will bring the budget in line with revenues received.(150,000) Belmont Park Revitalization 25 M1915 95,000 * To record a budget increase of $95,000.00 to transfer in revenue for receipt of CDBG Grant funds.95,000 Seminole Boat Launch Maintenance 26 M2102 205,125 * To record a budget increase of $205,125.41 in parking revenues representing net operating revenues from fiscal year 2019/20.This will bring the project in line with revenues received.205,125 24 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Airpark Maintenance & Repair 27 94817 30,000 *14,976 To record a budget increase of $30,000.00 in grant revenue from the US Department of Transportation Federal Aviation Administration for receipt of Cares Act Grant funding as approved by the Council July 16, 2020. Amendments also include transfers of Airpark revenues of $135.00 from project 94886,Clearwater Airpark Masterplan Upgrade;$9,088.00 from project 94894, Ground Support Equipment Upgrade;and $5,753.00 from G1908, Clw Airpark FDOT Security Grant.44,976 Clearwater Airpark Masterplan Update - CLOSE PROJECT 28 94886 (540) *(135) To record a budget decrease of $540.00 in grant revenue from the US Department of Transportation,and a transfer of $135.00 in airpark revenues to project 94817,Airpark Maintenance and Repair.This project is complete and will be closed.(675) Ground Support Equipment Upgrade - CLOSE PROJECT 29 94894 (36,352) *(9,088) To record a budget decrease of $36,352.00 in grant revenue from the US Department of Transportation,and a transfer of $9,088.00 in airpark revenues to project 94817, Airpark Maintenance and Repair.This project is complete and will be closed.(45,440) Clw Airpark FDOT Security Grant - CLOSE PROJECT 30 G1908 (3,014) *(5,754) To record a budget decrease of $3,014.40 in grant revenue from the US Department of Transportation,a transfer of $5,753.00 in airpark revenues to project 94817,Airpark Maintenance and Repair,and a transfer of $0.60 in airpark revenues to project G2009,Ground Support Equipment Replacement. This project is complete and will be closed.(8,768) Ground Support Equipment Replacement - CLOSE PROJECT 31 G2009 (0.88) *0.60 To record a budget decrease of $0.88 in grant revenue from the US Department of Transportation,and a transfer of $0.60 in airpark revenues from project G1908,Clw Airpark FDOT Security Grant.This project is complete and will be closed.(0.28) Consolidated Eastside/SPC Library 32 93530 (820,000) To record a budget transfer of $820,000.00 of infrastructure sales tax revenue to project P2102,Training Range Sound Mitigation as approved by the Council on February 4, 2021.(820,000) Motorized Equipment - Cash 33 94233 3,788 * To record a budget increase of $3,788.33 of insurance proceeds to bring the project budget in line with revenues received.3,788 25 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Misc. Vehicle Additions GF - CLOSE PROJECT 34 94627 (8,168)* To record a budget decrease of $8,167.60 in lease purchase revenue, this project is complete and will be closed.(8,168) Motorized Equipment Replacements 35 L1910 (300,000) To record a budget transfer of $300,000.00 in lease purchase revenue to project C1911,Garage Off Cycle Replacements.(300,000) Garage - Off Cycle Replacements 36 L1911 54,238 *300,000 To record a budget transfer of $300,000.00 in lease purchase revenue from project L1910,Motorized Equipment Replacements;and a budget increase of $54,238.30 of insurance proceeds revenues to bring the budget in line with revenues received.354,238 City Hall Hardening - CLOSE PROJECT 37 C1907 (75,000) To record a transfer of $75,000.00 in General Fund revenues to project C2101,North Ward Preservation as approved by the Council on February 18, 2021.(75,000) City Hall Move - CLOSE PROJECT 38 C1909 (2,920) To record a transfer of $2,919.73 in General Fund revenues to project C2101,North Ward Preservation.This project will be closed.(2,920) Roofing Repair & Replacement 39 GSBM180003 8,804 * Torecord abudget increase of $8,803.89 in reimbursement revenue to bring the budget in line with actual receipts.8,804 North Ward Preservation - NEW PROJECT 40 C2101 77,920 To record transfers of General Fund revenues of $75,000.00 from project C1907,City Hall Hardening as approved by the Council on February 18,2021;and $2,919.73 from project C1909, City Hall Move.77,920 Storm System Expansion 41 ENST180003 (1,000,000) To record a budget transfer of $1,000,000.00 of stormwater revenue to project ENST180005,Coastal Basins.(1,000,000) Stevenson Creek 42 ENST180004 (2,500,000) To record a budget transfer of $2,500,000.00 of stormwater revenue to project C2102,Fort Harrison Complete Streets.(2,500,000) Coastal Basis 43 ENST180005 3,473,234 To record a net budget increase of $3,473,234.00 in stormwater revenue for the following transfers: $526,766.00 to project C2102,Fort Harrison Reconstruction;$1,000,000.00 from project ENST180003, Storm System Expansion;and $3,000,000.00 from project ENST180006, Alligator Creek.3,473,234 26 * indicates budget amendment only Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM First Quarter Amendments FY 2020/21 Alligator Creek 44 ENST180006 (3,000,000) To record a budget transfer of $3,000,000.00 of stormwater revenue to project ENST180005,Coastal Basins.(3,000,000) N.E. Plant Upgrades/Improve 45 96215 5,000,000 To record a budget transfer of $5,000,000.00 in sewer revenue from project 96664, WPC R&R. 5,000,000 Water Pollution Control R & R 46 96664 (5,000,000) To record a budget transfer of $5,000,000.00 in sewer revenue to project 96215,North East Plant Upgrades/Improvements . (5,000,000) Pinellas New Mains / Serv Lines 47 96377 47,208 * To record a budget increase of $47,208.44 in property owners share revenue.This will bring the project budget in line with revenues received.47,208 Pasco New Mains / Serv Lines 48 96378 3,380 * To record a budget increase of $3,380.00 in property owners share revenue.This will bring the project budget in line with revenues received.3,380 Line Relocation Pasco - Capital 49 96381 30,009 * To record a budget increase of $30,009.27 in property owner share revenues to bring the project budget in line with revenues received.30,009 Expanded Energy Conservation 50 96386 8,020 * To record a budget increase of $8,020.00 in property owner share revenues to bring the project budget in line with revenues received.8,020 Gas Vehicle Additions - CLOSE PROJECT 51 96390 (13,194)* To record a budget decrease of $13,193.71 in lease purchase revenue,this project is complete and will be closed.(13,194) Recycling Transfer Tractors - CLOSE PROJECT 52 96811 (12,017)* To record a budget decrease of $12,017.00 in lease purchase revenue,this project is complete and will be closed.(12,017) 30,820,452 - - 30,820,452 City Hall Hardening - CLOSE PROJECT C2007 25,000 To record a transfer of $25,000.00 in unspent revenue back to the General fund. TOTAL INTERFUND TRANSFERS:25,000 TOTAL INTERFUND TRANSFERS 27 * indicates budget amendment only CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Police ProtectionP1802Police Equipment Replacement 499,698 33,442 533,140 380,760 59,174 93,205 1 P1803 Command Bus Refurbishment 200,000 - 200,000 - - 200,000 P1902 Police Information Systems 400,000 - 400,000 356,358 1,587 42,055 P2102 Training Range Sound Mitigation - 820,000 820,000 - - 820,000 2PD00180001Police District 3 Station 12,500,000 - 12,500,000 745,873 372,254 11,381,874 Sub-Total 13,599,698 853,442 14,453,140 1,482,991 433,014 12,537,134 Fire Protection 91218 Fire Engine Replacement 4,174,786 (10,570) 4,164,216 2,791,668 1,334,223 38,326 3 91221 EMS Capital Equipment 1,165,710 (134,230) 1,031,480 1,031,480 - -C 4 91229 Replace & Upgrade Airpacks 1,146,680 - 1,146,680 849,291 - 297,389 91236 Rescue Vehicle 312,500 - 312,500 200,000 75,930 36,570 91244 Aerial Truck 3,068,781 149,733 3,218,514 2,653,479 - 565,034 5 91257 AED Program 265,230 - 265,230 163,252 - 101,978 91260 Thermal Imaging Cameras 280,270 - 280,270 115,711 - 164,559 91261 Personal Protection Equip 2,364,250 - 2,364,250 1,944,769 - 419,481 91262 SCBA Upgrade - Fill Station 125,000 - 125,000 82,366 - 42,634 91263 Extrication Tools 177,000 - 177,000 125,708 - 51,292 91264 Fire Hose Replacement 501,010 - 501,010 301,045 - 199,965 91271 Fire Boat 1,008,363 - 1,008,363 619,808 - 388,555 FD00190001 Fire Station 46 - Beach 6,372,693 - 6,372,693 214,031 650,693 5,507,969 FD00190002 Fire Station 47 Replacement 4,839,441 - 4,839,441 808,738 447,181 3,583,521 M2005 Fire Training Tower 200,286 - 200,286 52,987 - 147,299 ENGF190002 Beach Guard Tower 208,239 - 208,239 52,516 - 155,723 ENGF200002 Beach Guard Admin Building 30,000 20,000 50,000 37,283 - 12,717 6 Sub-Total 26,240,238 24,933 26,265,170 12,044,132 2,508,027 11,713,011 Major Street & Sidewalk Maintenance C2102 Fort Harrison Reconstruction - 5,026,766 5,026,766 - - 5,026,766 7 ENRD180002 Bridge Maintenance & Improve 7,802,997 - 7,802,997 643,951 391,059 6,767,987 ENRD180003 Traffic Calming 2,055,031 - 2,055,031 356,166 41,669 1,657,196 ENRD180004 Streets and Sidewalks 17,482,744 - 17,482,744 8,859,749 2,498,902 6,124,094 ENGF180001 Downtown Streetscaping 6,735,405 - 6,735,405 623,496 20,884 6,091,025 ENGF200001 Redesign Fort Harrison/Myrtle 2,000,000 (2,000,000) - - - - 8 Sub-Total 36,076,177 3,026,766 39,102,943 10,483,362 2,952,514 25,667,068 Intersections ENRD180005 City-Wide Intersection Improve 2,510,540 - 2,510,540 866,266 - 1,644,274 ENRD180006 Traffic Signals 1,144,434 100 1,144,534 587,383 224,121 333,031 9 ENRD180007 Traffic Safety Infrastructure 1,209,265 - 1,209,265 578,788 167,884 462,593 Sub-Total 4,864,239 100 4,864,339 2,032,437 392,004 2,439,897 Parking ENPK180001 Parking Lot Resurfacing 708,476 - 708,476 31,609 - 676,867 ENPK180002 Parking Lot Improvements 1,778,802 - 1,778,802 570,195 - 1,208,608 ENPK180003 Parking Facilities 1,985,348 - 1,985,348 708,171 181,627 1,095,550 Sub-Total 4,472,627 - 4,472,627 1,309,975 181,627 2,981,025 Miscellaneous Engineering 92842 U.S. 19 Wayfinding Project 1,450,000 - 1,450,000 215,835 - 1,234,165 C2004 Lift Stations - General Gov 2,000,000 - 2,000,000 174,145 10,493 1,815,362 ENGF180002 Downtown Intermodal 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 309,146 - 309,146 61,797 - 247,350 ENGF180004 Survey Equipment Replacement 27,288 - 27,288 - - 27,288 ENGF180013 Imagine Clearwater 16,241,322 31,400,000 47,641,322 7,585,869 2,969,984 37,085,470 10 ENGF200003 Memorial Causeway Bridge Lighting 1,600,000 (1,400,000) 200,000 140,990 25,666 33,344 11 Sub-Total 22,552,513 30,000,000 52,552,513 8,178,635 3,006,142 41,367,735 Actual Expenditures 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Park Development93133Park Land Acquisition 1,331,351 296,000 1,627,351 1,331,119 2,550 293,682 12 93203 Carpenter Field-Infras Rep/Imprv 682,817 - 682,817 594,247 35,279 53,291 93205 Spectrum Field Infrast Rep/Improv 3,532,272 - 3,532,272 3,268,162 222,536 41,574 93247 Fitness Equipment Replacement 520,000 - 520,000 434,088 - 85,912 93251 Morningside Rec Ctr Replacement 7,189,000 131,652 7,320,652 7,151,182 - 169,470 13 93271 Swimming Pool R&R 1,406,876 - 1,406,876 1,012,415 8,858 385,604 93272 Bicycle Paths-Bridges 5,495,232 (75,000) 5,420,232 3,952,102 51,742 1,416,387 14 93278 Long Center Infra Repairs 2,233,283 - 2,233,283 1,804,323 203,443 225,517 93286 Parking Lot/Bike Path Rsr/Imprv 951,618 - 951,618 610,327 - 341,291 93602 Sp Events Equip Rep & Rplcmnt 360,000 - 360,000 323,389 - 36,611 93604 Brdwlks & Docks Rep & Rplcmnt 665,000 - 665,000 601,727 - 63,273 93612 McMullen Tennis Complex 878,103 (10,636) 867,467 867,467 - - C 15 93618 Miscellaneous Park & Rec Contract 475,000 160,000 635,000 366,619 1,800 266,581 16 93620 Sports Field Lighting 725,362 - 725,362 217,376 42,287 465,699 93633 Pier 60 Pk & Bchwlk Rep & Improv 1,339,377 - 1,339,377 1,034,212 - 305,165 93634 Concrete Sidewalk & Pad Repair 428,176 - 428,176 288,162 - 140,014 93635 Park Amenity Purch & Rplcmnt 1,377,800 (112,590) 1,265,210 797,742 - 467,468 17 93636 Tennis Court Resurfacing 900,310 0.66 900,311 665,010 101,656 133,644 18 93637 Playground & Fitness Purch & Rplc 1,198,599 - 1,198,599 744,229 161,392 292,978 93638 Fencing Replacement Program 984,664 - 984,664 704,655 - 280,009 93642 Phillip-Jones Restroom/Concess 507,944 - 507,944 272,663 7,775 227,505 93646 Rest Rm Expan-Barefoot Bch House 520,950 - 520,950 369,523 151,427 - 93648 Moccasin Lake Park Master Plan 1,182,432 23,226 1,205,657 1,114,510 91,148 -19 93650 Crest Lake Park Improvement 7,500,000 75,000 7,575,000 5,216,144 2,224,389 134,467 20 93652 Countryside Complex Restroom/Conces 4,099,500 5,000 4,104,500 4,077,374 - 27,126 21 93654 Recreation Centers Infras Repairs 670,000 - 670,000 364,269 41,669 264,062 93667 Del Oro Park Renovations 450,000 - 450,000 1,270 - 448,730 93668 Showmaster Portable Stage 200,000 (57,257) 142,743 142,743 - - C 22 93672 Clw Bch Infrast Repairs & Improve 397,690 - 397,690 346,644 - 51,046 93673 Jack Russell Stadium Improve 1,289,066 - 1,289,066 1,051,529 - 237,537 A1901 Miscellaneous Minor Public Art 112,785 64,294 177,079 29,375 - 147,704 23 C1902 Long Center Parking Improve 550,000 - 550,000 - 4,840 545,160 C1903 Phillies Entrance Sign 150,000 - 150,000 - - 150,000 C1904 Ruth Eckerd Hall 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2001 Athletic Flds & Fac Reno/Improve 7,500,000 - 7,500,000 - - 7,500,000 C2002 Ed Wright Park Renovations 750,000 - 750,000 - - 750,000 L1901 P&R Vehicle and Equip Additions 440,210 - 440,210 308,404 51,618 80,188 M1901 Countryside Sports Complex Reno 150,000 (150,000) - - - - C 24 M1915 Belmont Park Revitalization 382,909 95,000 477,909 11,300 12,680 453,929 25 M2002 Environ Park Remediate & Protect 100,000 - 100,000 - - 100,000 M2006 Right of Way Tree Mgt Prog 500,000 - 500,000 6,151 - 493,849 ENGF180007 Phillip Jones Park Renovations 224,726 - 224,726 18,648 42,916 163,163 Sub-Total 68,853,052 444,689 69,297,741 47,099,100 3,460,003 18,738,637 Marine Facilities 93410 Clwr Harbor Marina Maint R&R 310,000 - 310,000 259,319 - 50,681 93415 Waterway Maintenance 600,000 - 600,000 375,076 31,340 193,584 93418 Utilities Services Replacement 462,714 - 462,714 170,456 - 292,258 93420 Fuel System R & R 182,752 - 182,752 144,467 - 38,284 93422 Dredging of City Waterways 1,146,204 - 1,146,204 483,487 - 662,717 93499 Pier 60/Sailing Center Maint 541,952 - 541,952 330,317 4,045 207,589 C1905 Beach Marina Upgrade 1,000,000 - 1,000,000 6,680 - 993,320 C1906 Clw Harbor Marina Repl & Up 306,000 - 306,000 13,231 93,500 199,269 ENGF180006 City-wide Docks and Seawall 2,286,739 - 2,286,739 1,292,302 38,550 955,888 ENGF180014 Seminole Boat Launch Improve 6,752,000 - 6,752,000 3,985,015 282,570 2,484,415 M1902 Marine Fac Maint Dock R&R 414,970 - 414,970 216,416 - 198,554 M2102 Seminole Boat Launch Maint 10,000 205,125 215,125 - - 215,125 26 Sub-Total 14,013,331 205,125 14,218,456 7,276,767 450,005 6,491,684 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Airpark 94817 Airpark Maintenance & Repair 269,000 44,976 313,976 234,663 - 79,313 27 94886 Clw Airpark Masterplan Update 110,000 (675) 109,325 109,325 - - C 28 94894 Ground Support Equip Upgrade 100,000 (45,440) 54,560 54,560 - - C 29 G1901 Replace Hangar C 1,205,000 - 1,205,000 70,716 1,115,395 18,889 G1908 Clw Airpark FDOT Security Grant 80,000 (8,768) 71,232 71,232 - - C 30 G2009 Ground Support Equip Replace 19,467 (0.28) 19,467 19,466 - -C 31 G2012 Clw Airpark Vehicle Replace 32,018 - 32,018 28,417 - 3,601 G2108 Security System Upgrade 150,000 - 150,000 - - 150,000 Sub-Total 1,965,485 (9,907) 1,955,578 588,379 1,115,395 251,804 Libraries 93527 Books & Other Lib Materials 7,696,601 - 7,696,601 7,605,952 - 90,649 93530 Consolidated Eastside/SPC Libr 6,250,000 (820,000) 5,430,000 5,298,015 2,593 129,392 32 93532 Libr Maker Space Maint. & Up 282,560 - 282,560 182,056 - 100,504 93534 Library FF&E Repair & Replace 395,000 - 395,000 135,963 - 259,037 93535 Countryside Library Demolition 75,000 - 75,000 - - 75,000 94861 Library Technology 1,500,000 - 1,500,000 1,309,926 - 190,074 Sub-Total 16,199,161 (820,000) 15,379,161 14,531,913 2,593 844,655 Garage 94233 Motorized Equip-Cash 2,279,456 3,788 2,283,245 2,008,968 192,796 81,481 33 94238 Police Vehicles 2,502,032 - 2,502,032 2,377,239 72,618 52,175 94246 Fleet Management & Mapping 710,000 - 710,000 521,969 - 188,031 94627 Misc Budgetary Vehicle Addition 191,617 (8,168) 183,449 183,449 - - C 34 C1901 Beach Radio Tower 852,370 - 852,370 - - 852,370 GSFL180001 Fleet Facility R&R 569,520 - 569,520 14,697 25,789 529,034 L1910 Motorized Equip Replace - LP 13,935,127 (300,000) 13,635,127 6,391,467 4,541,757 2,701,902 35 L1911 Garage - Off Cycle Replacements 235,227 354,238 589,465 164,057 33,539 391,869 36 M2010 P25 Radio Equipment & Infrast 543,104 - 543,104 - - 543,104 Sub-Total 21,818,453 49,859 21,868,312 11,661,845 4,866,500 5,339,967 Maintenance of Buildings C1907 City Hall Hardening 100,000 (75,000) 25,000 - - 25,000 C 37 C1909 City Hall Move 383,085 (2,920) 380,165 380,165 - - C 38 ENGF180012 Public Works Complex 1,615,664 - 1,615,664 1,926 - 1,613,738 GSBM180001 Air Cond Replace-City Wide 1,354,436 - 1,354,436 750,985 12,000 591,451 GSBM180002 Flooring for Facilities 1,302,837 - 1,302,837 595,389 65,476 641,972 GSBM180003 Roof Repair and Replacement 1,945,409 8,804 1,954,213 892,747 228,785 832,682 39 GSBM180004 Painting of Facilities 692,923 - 692,923 86,383 - 606,540 GSBM180005 Fencing of Facilities 158,170 - 158,170 73,199 - 84,970 GSBM180006 Light Replacement & Repair 578,197 - 578,197 283,771 - 294,426 GSBM180007 Elevator Refurbish/Modern 660,576 - 660,576 11,118 - 649,458 GSBM180008 Building Systems 1,668,377 - 1,668,377 681,001 995 986,381 GSBM180009 New A/C Chiller System 4,850,000 - 4,850,000 1,752,713 28,483 3,068,804 GSBM180010 General Services R&R 400,000 - 400,000 292,654 13,078 94,268 GSBM180011 Generator Maintenance 600,000 - 600,000 - - 600,000 GSBM180012 General Faci Bldg Major Reno 2,035,242 - 2,035,242 134,575 121,861 1,778,806 C2101 North Ward Preservation - 77,920 77,920 - - 77,920 40 L1902 B&M Vehicle & Equipment 65,000 - 65,000 35,046 - 29,955 Sub-Total 18,409,916 8,804 18,418,720 5,971,671 470,678 11,976,371 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Miscellaneous 94729 City-wide Connect Infra 4,223,089 - 4,223,089 3,618,743 - 604,347 94736 Geographic Information Sys 1,185,997 - 1,185,997 954,455 - 231,542 94828 Financial Systems Upgrades 4,108,165 - 4,108,165 2,603,655 167,711 1,336,800 94829 CIS Upgrades / Replacement 1,297,376 - 1,297,376 432,023 - 865,353 94830 MS Licensing / Upgrades 1,150,000 - 1,150,000 842,601 16,201 291,198 94833 Computer Monitors 419,828 - 419,828 392,266 - 27,562 94850 Backfile Conversion of Records 500,000 - 500,000 187,660 - 312,340 94857 Accela Permit & Code Enforce 350,000 - 350,000 208,145 - 141,855 94873 Citywide Camera System 310,000 - 310,000 178,397 37,791 93,811.55 94874 City Enterprise Timekeep Sys 335,000 - 335,000 182,082 5,620 147,298 94880 Granicus Agenda Mgt Sys 185,000 - 185,000 41,136 - 143,864 94883 Business Proc Review & Improve 750,000 - 750,000 275,738 369 473,893 94888 City EOC & Disaster Recovery Fac 3,360,000 - 3,360,000 2,964,788 131,642 263,570 C2006 ADA Transition Plan 600,000 - 600,000 47,698 - 552,302 C2007 Citywide Audio/Visual Solutions 190,053 190,053 - - 190,053 ENGF180010 Pollutant Storage Tank 399,408 - 399,408 43,380 - 356,028 ENGF180011 Environmental Assmt & Clean-up 713,636 - 713,636 95,153 32,312 586,171 L1906 Telecommunications Upgrade 769,047 - 769,047 - - 769,047 L1907 IT Disaster Recovery 280,396 - 280,396 57,869 - 222,527 L1908 Network Infra & Server R&R 1,693,191 - 1,693,191 1,156,738 115,962 420,491 M1911 IT Disaster Recovery Equipment 125,000 - 125,000 - - 125,000 M1912 Network Infra & Server Upgrade 223,226 - 223,226 83,577 4,100 135,550 M1914 Sustainability Initiatives 200,000 - 200,000 5,100 40,910 153,990 M2007 City EOC Maintenance 75,000 - 75,000 - - 75,000 Sub-Total 23,443,412 - 23,443,412 14,371,204 552,617 8,519,591 UTILITIES Stormwater Utility ENST180001 Stormwater Pipe System Improve 11,816,127 - 11,816,127 2,078,155 3,602,713 6,135,259 ENST180002 Allen's Creek 2,816,271 - 2,816,271 2,190,467 486,044 139,760 ENST180003 Stormwater System Expansion 1,869,326 (1,000,000) 869,326 - - 869,326 41 ENST180004 Stevenson Creek 5,229,146 (2,500,000) 2,729,146 37,612 - 2,691,535 42 ENST180005 Coastal Basin 6,076,807 3,473,234 9,550,041 1,858,412 173,295 7,518,335 43 ENST180006 Alligator Creek 6,386,592 (3,000,000) 3,386,592 390,095 0 2,996,496 44 ENST180008 Hillcrest Bypass Culvert 4,096,167 - 4,096,167 3,542,849 - 553,318 ENST180010 Lower Spring Branch Improve 2,320,000 - 2,320,000 183,838 125,206 2,010,956 C1908 Stormwater Vehicles & Equip 3,675,500 - 3,675,500 3,077,725 115,209 482,566 Sub-Total 44,285,936 (3,026,766) 41,259,170 13,359,151 4,502,467 23,397,552 Water System 96721 System R & R - Maintenance 5,065,686 - 5,065,686 2,731,281 188,611 2,145,794 96722 Line Relocation - Maintenance 10,541,545 - 10,541,545 2,680,107 257,733 7,603,704.56 96739 Reclaimed Water Dist Sys 46,666,014 - 46,666,014 45,375,997 411,198 878,818 96742 Line Relocation-Capitalized 5,669,275 - 5,669,275 4,255,780 - 1,413,495 96744 System Expansion 3,473,043 - 3,473,043 3,039,177 - 433,866 96764 RO Plant Exp Res #1 15,869,527 - 15,869,527 13,159,771 - 2,709,756 96767 RO Plant at Res #2 43,095,439 - 43,095,439 41,591,715 1,077,632 426,093 96773 Groundwater Replenishm Fac 20,900,118 - 20,900,118 5,902,487 - 14,997,631 96782 RO Plant @WTP #3 1,599,594 - 1,599,594 296,228 54,596 1,248,769 96783 Water Sys Upgrades/Improve 7,803,600 - 7,803,600 1,040,802 181,109 6,581,688 96784 Reclaim Water Distrib Sys R&R 2,095,253 - 2,095,253 609,691 474,319 1,011,243 96785 Feasibility Studies/Evalu - Water 3,705,000 - 3,705,000 2,011,133 478,417 1,215,451 96786 Devices/Equipments - Water 600,000 - 600,000 - - 600,000 L1905 Vehicle & Equipment - Water 125,212 - 125,212 125,212 - - M1908 RO Plant Exp Res #1 R&R 1,000,000 - 1,000,000 35,665 6,534 957,800 M1909 RO Plant at Res #2 R&R 1,050,000 - 1,050,000 64,500 3,015 982,485 M1910 Water Treatment Plant #3 R&R 448,851 - 448,851 - 3,015 445,836 Sub-Total 169,708,155 - 169,708,155 122,919,547 3,136,178 43,652,430 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARYFIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Budget Revised Project Open Available Amend Description 10/1/20 Amdmts Budget To Date Encumbran Balance Ref Actual Expenditures Sewer System 96212 Sanitary Sewer Upgrades/Impr 18,701,511 - 18,701,511 7,035,916 2,998,517 8,667,078 96213 Marshall Street Upgrades/Impr 11,644,299 - 11,644,299 3,785,070 4,333,060 3,526,169 96214 East Plant Upgrades/Improve 4,020,000 - 4,020,000 333,270 101,206 3,585,523 96215 N.E. Plant Upgrades/Improve 23,660,120 5,000,000 28,660,120 1,651,302 35,811 26,973,008 45 96216 Laboratory Upgrade/Improve 1,155,079 - 1,155,079 12,168 2,690 1,140,222 96217 Pump Station R&R 1,950,192 - 1,950,192 541,610 15,073 1,393,509 96630 Sanitary Sewer Extension 14,944,528 - 14,944,528 12,570,807 255 2,373,467 96634 Sanitary Sewer Relocation 5,356,666 - 5,356,666 3,479,005 58,551 1,819,109 96645 Laboratory Upgrade & R&R 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 17,221,911 - 17,221,911 14,263,002 258,998 2,699,911 96664 Water Pollution Control R & R 31,066,864 (5,000,000) 26,066,864 17,203,874 1,239,673 7,623,317 46 96665 Sanitary Sewer R&R 47,513,458 - 47,513,458 31,784,968 10,090,464 5,638,026 96686 Pump Station Replacement 9,332,747 - 9,332,747 4,155,370 627,797 4,549,581 L1903 Generators - Sewer Fund 404,250 - 404,250 404,250 - - C L1904 Vehicle & Equip-Sewer 498,701 - 498,701 498,701 - - C M1905 Marshall Street Plant R&R 2,900,000 - 2,900,000 46,615 18,758 2,834,627 M1906 Northeast Plant R&R 1,219,313 - 1,219,313 247,299 360,606 611,408 M1907 East Plant R&R 3,320,000 - 3,320,000 115,169 176,200 3,028,631 M2008 Vehicle and Equip-Sewer 26,000 - 26,000 25,245 - 755 Sub-Total 196,082,400 - 196,082,400 99,280,401 20,317,658 76,484,341 Gas System 96358 Environmental Remediation 2,134,794 - 2,134,794 1,774,629 38,353 321,812 96365 Line Relocation-Pinellas Maint 781,106 - 781,106 518,239 - 262,867 96367 Gas Meter Change Out-Pinellas 4,113,000 - 4,113,000 3,903,238 - 209,762 96374 Line Relocation-Pinellas Capital 2,733,500 - 2,733,500 2,373,945 9,800 349,755 96376 Line Relocation - Pasco Maint 308,593 - 308,593 142,809 - 165,784 96377 Pinellas New Mains / Serv Lines 35,310,791 47,208 35,357,999 33,547,672 - 1,810,328 47 96378 Pasco New Mains / Serv Lines 22,876,741 3,380 22,880,121 20,098,229 41,430 2,740,463 48 96379 Pasco Gas Meter Change Out 1,142,821 - 1,142,821 809,816 - 333,005 96381 Line Reloc-Pasco-Capitalized 1,209,151 30,009 1,239,160 907,000 786 331,373 49 96382 Gas Inventory - Work Mgmt Sys 992,000 - 992,000 856,268 - 135,732 96384 Gas System - Pinellas Building 28,857,855 - 28,857,855 26,204,232 1,434,825 1,218,799 96385 Gas Main Extensions 1,807,845 - 1,807,845 1,488,787 - 319,058 96386 Expanded Energy Conservation 13,609,835 8,020 13,617,855 11,226,503 - 2,391,352 50 96387 Natural Gas Vehicle 6,724,584 - 6,724,584 4,659,771 127,536 1,937,277 96389 Future IMS Software & Hardware 950,000 - 950,000 354,293 - 595,707 96390 Gas Vehicle Additions 473,294 (13,194) 460,100 460,100 - -C 51 96391 Gas System Pasco Building 450,000 - 450,000 - - 450,000 M1904 Pinellas Building Equip R&R 600,000 - 600,000 - - 600,000 Sub-Total 125,075,908 75,424 125,151,332 109,325,529 1,652,729 14,173,073 Solid Waste & Recycling 96426 Facility R & R 2,902,608 - 2,902,608 1,818,661 5,154 1,078,793 96443 Res Container Acquisition 2,201,741 - 2,201,741 1,586,280 - 615,461 96444 Comm Container Acquisition 4,445,420 - 4,445,420 3,677,352 - 768,068 96445 Solar Trash & Recycling Kiosks 339,414 - 339,414 239,182 - 100,232 96448 Solid Waste CNG Station 150,000 - 150,000 - - 150,000 96449 Solid Waste Truck Wash Fac 555,500 - 555,500 - - 555,500 C2005/L2005 Underground Refuse Program 1,695,090 - 1,695,090 141,336 1,241,017 312,737 96804 Recycling Carts/Dumpsters 1,396,650 - 1,396,650 870,423 - 526,227 96805 Recycling Expan/Particip/R&R 1,331,525 - 1,331,525 1,184,376 - 147,149 96811 Purchase Transfer Tractors 408,000 (12,017) 395,983 395,983 - - C 52 SR00180003 Processing Ctr Building Replace 3,862,633 - 3,862,633 4,168 3,858,464 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 - 19,650,130 18,197,057 877,879 575,194 Sub-Total 38,938,710 (12,017) 38,926,693 28,114,819 2,124,050 8,687,824 Utility Miscellaneous 96523 Pub Utilities Adm Bldg R&R 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 904,306 - 904,306 - - 904,306 Sub-Total 1,461,009 - 1,461,009 436,694 - 1,024,315 TOTAL ALL PROJECTS 848,060,419 30,820,452 878,880,871 510,468,551 52,124,205 316,288,115 32 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment General Government Programs Lien Foreclosure Program 1 M1913 93,376 To record a budget increase of $93,375.92 in fine revenues to bring the budget in line with actual receipts.93,376 Planning Studies Fund 2 M2101 25,000 To record a budget increase of $25,000 in General Fund revenues.25,000 General Government Totals:118,376 - 93,376 Public Safety Programs Foreclosure Registry - Nuisance Abatement 3 98609 10,000 To record a budget increase of $10,000.00 which represents foreclosure registry fees collected to date to bring the budget in line with actual receipts.10,000 Hurricane Irma 4 98610 891,480 To record a budget increase of $891,479.52 in federal and state Irma reimbursements to bring the budget in line with actual receipts.891,480 Police Extra Duty 5 99215 301,855 (36,118) To record a budget increase of $301,854.50 in police service revenue to bring the budget in line with actual receipts. To record a transfer of $36,117.50 in police service revenue to program 99350,Vehicle Replacement representing revenue collected for vehicle usage on extra duty jobs. 265,737 Federal Forfeiture Treasury 6 99281 1,084 (30,000) To record a budget increase of $1,083.92 in interest earnings which will bring the budget in line with actual receipts;and a transfer of $30,000.00 in governmental revenue to program P2002, Body Worn Cameras.(28,916) Police Volunteers 7 99316 5,000 To record a transfer of $5,000.00 in fines forfeitures and penalties revenue from project 181-99330,Florida Contraband Forfeiture Fund.5,000 Police Education Fund 8 99317 8,589 - To record a budget increase of $8,588.66 in police education fine revenue which will bring the budget in line with actual receipts.8,589 Investigative Costs Recovery 9 99329 81,816 To record a budget increase of $18,151.37 in grant revenues;an increase of $763.34 in reimbursement revenues;and an increase of $62,901.32 in fines, forfeitures and penalties revenue which will bring the budget in line with actual receipts.81,816 33 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) Florida Contraband Forfeiture Fund 10 99330 108,076 (170,804) To record a budget increase of $6,159.23 in interest earnings;and an increase of $101,916.92 in fines,forfeitures and penalties revenue which will bring the budget in line with actual receipts. Amendments also include a transfer of $5,000.00 in fines, forfeitures and penalties revenue to program 99316,Police Volunteers;and a transfer of $165,804.00 in fines,forfeitures and penalties revenue to program P1801,School Resource Officers as approved by Council on February 18, 2021.(62,728) Vehicle Replacement Fund 11 99350 36,118 To record a transfer of $36,117.50 in police services revenue from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs. 36,118 Crime Prevention Program 12 99364 8,450 To record a budget increase of $8,450.00 in donation revenues for Christmas cheer,the K-9 unit,and resiliency services.This will bring the budget in line with actual receipts.8,450 Federal Forfeiture Sharing 13 99387 23,243 To record an increase of $12,800.13 in grant revenues from the US Department of Justice,and $10,442.54 in interest earnings which will bring the budget in line with actual receipts.23,243 Emergency Operations 14 99927 10,048 To record a budget increase of $10,048.43 in state reimbursements for the Hurricane Dorian strike team.This will bring the budget in line with actual receipts.10,048 FY20 Pedestrian/Bicycle Safety Grant - CLOSE PROGRAM 15 G2003 (30,620) To record a budget decrease of $30,619.91 in grant revenues,this program is complete and will be closed.(30,620) FY21 Pedestrian/Bicycle Safety Grant - NEW PROGRAM 16 G2106 56,882 To establish the project and record a budget increase of $26,882.00 in grant revenues as approved by the Council on October 14,2020;and an increase of $30,000.00 in additional grant revenues awarded as approved by the Council on March 4, 2021.56,882 34 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs (continued) School Resource Officers 17 P1801 414,098 165,804 To record a budget increase of $33,650.55 in reimbursement revenue from the Pinellas County School Board (PCSB)for SRO extra duty and fiscal year 2019/20 contract increase;and an increase of $380,447.76 in reimbursement revenue from PCSB for the FY20/21 and transfer of $165,804.00 in fine,forfeiture and penalty revenue from program 99330,Florida Contraband Forfeiture Fund to fund the fiscal year 2020/21 agreement as approved by the Council on February 18, 2021.579,902 Police Body Worn Camera Program 18 P2002 39,296 30,000 To record a budget increase of $39,296.00 in grant revenues awarded from US Department of Justice as approved by the Council on October 14,2020;and a transfer of $30,000.00 in governmental revenue from 99281, Federal Forfeiture Treasury.69,296 Mental Health Co-Responder Team - NEW PROGRAM 19 P2101 143,200 - To establish the project and record a budget increase of $143,200.00 in General Fund revenues as approved by the Council on January 21, 2021.143,200 Public Safety Program Totals:2,067,496 - 2,067,496 Physical Environment Programs Tree Replacement Program 20 99970 5,479 To record a budget increase of $5,479.00 in fines,forfeiture and penalties revenue to bring the budget in line with actual receipts.5,479 Physical Environment Programs Program: Totals:5,479 - 5,479 Economic Environment Programs CDBG-CV Fund 21 G2010 858,968 - To record a budget increase of $858,968.00 in Community Development Block Grant (CDBG)revenue awarded from the CARES Act as approved by the Council on October 14, 2020.858,968 Economic Environment Program Totals:858,968 - 858,968 35 Special Program Fund First Quarter Budget Amendments October 1, 2020 - December 31, 2020 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Human Services Programs Health Prevention Program 22 99869 (5,000) To record a budget decrease of $5,000.00 in governmental revenue from Pinellas County,this will bring the budget in line with revenues received.(5,000) JWB Youth Programming - NEW PROGRAM 23 G2107 394,095 To record a budget increase of $394,095.00 in governmental revenue from the Juvenile Welfare Board (JWB)for fiscal year 2020/21 youth programs as approved by the Council on September 17, 2020.394,095 Human Services Program: Totals:389,095 - 389,095 Culture and Recreation Programs Library Special Account 24 99910 1 To record a budget increase of $1.05 in donation revenue to bring the budget in line with actual receipts.1 Special Events 25 PRSE190001 3,277 To record a net budget increase of $1,940.00 in sales revenue and $1,337.01 in sponsorship revenue to bring the budget in line with actual receipt.3,277 Culture and Recreation Program Total:3,278 - 3,278 3,442,692 - 3,417,692 Total Budget Increase/(Decrease): 36 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Actual Expenditures Revised Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99421 Housing Consulting Service 115,000 - 115,000 49,334 - 65,666 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 - 289,000 149,927 - 139,073 99868 Federal Early Retiree Reinsurance 651,500 - 651,500 559,222 - 92,279 99925 Peg Access Support 838,261 - 838,261 836,917 - 1,344 99928 Nagano Sister City Program 304,139 - 304,139 172,402 7,500 124,237 M1913 Lien Foreclosure Program 549,868 93,376 643,244 304,469 - 338,775 1 M2101 Planning Studies Fund 300,000 25,000 325,000 - 236,324 88,676 2 Sub-Total 3,047,767 118,376 3,166,143 2,072,269 243,824 850,050 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 130,500 10,000 140,500 22,163 - 118,338 3 98610 Hurricane Irma 2,615,206 891,480 3,506,686 2,706,118 - 800,567 4 99215 Police Extra Duty 4,076,616 265,737 4,342,353 4,219,924 - 122,429 5 99241 Human Trafficking Overtime 87,000 - 87,000 70,954 - 16,046 99279 Police Recruitments 201,010 - 201,010 70,306 - 130,704 99281 Fed Forfeitures - Treasury 196,150 (28,916) 167,234 120,171 - 47,064 6 99316 Police Volunteers 153,519 5,000 158,519 143,077 - 15,442 7 99317 Police Education Fund 1,391,780 8,589 1,400,369 1,304,567 - 95,801 8 99329 Investigative Recovery Costs 2,601,962 81,816 2,683,778 2,395,438 6,837 281,502 9 99330 FL Contraband Forfeiture Fund 1,062,172 (62,728) 999,444 757,538 - 241,906 10 99350 Vehicle Replacement Fund 467,022 36,118 503,140 291,766 - 211,374 11 99356 Safe Neighborhood Program 1,341,846 - 1,341,846 1,203,289 - 138,557 99364 Crime Prevention Program 204,374 8,450 212,824 163,391 - 49,434 12 99387 Federal Forfeiture Sharing 2,423,290 23,243 2,446,532 1,818,552 33,640 594,340 13 99927 Emergency Operations 4,118,821 10,048 4,128,870 3,097,803 2,000 1,029,067 14 99982 EMS Incentive/Recognition 69,700 - 69,700 41,088 - 28,612 G2003 2020 HVE Ped & Bicycle Safety 80,000 (30,620) 49,380 49,380 - - C 15 G2106 2021 HVE Ped & Bicycle Safety - 56,882 56,882 7,471 - 49,411 16 P1801 School Resource Officers 1,070,735 579,902 1,650,637 1,165,312 - 485,325 17 D2001 COVID-19 Prep & Response 200,000 - 200,000 206,450 - (6,450) P2001 Police Boat Replacement 181,526 - 181,526 - 181,526 0 P2002 Police Body Worn Camera Program 616,957 69,296 686,253 606,252 - 80,001 18 P2101 Mental Health Co-Responder Team - 143,200 143,200 - - 143,200 19 Sub-Total 23,290,186 2,067,496 25,357,682 20,461,009 224,003 4,672,670 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 1,919,579 5,479 1,925,058 950,093 25,174 949,791 20 Sub-Total 1,919,579 5,479 1,925,058 950,093 25,174 949,791 ECONOMIC ENVIRONMENT PROGRAMS 99729 Joint Hercules Pln & Econ Study 150,000 - 150,000 - - 150,000 99764 Public Facilities 2018 443,768 - 443,768 328,720 115,048 - 99802 Brownfield Revolving Loan 1,216,732 - 1,216,732 420,381 796,351 99846 Economic Development - QTI 166,879 - 166,879 71,591 - 95,288 99871 State Brownfields Redevelopment Acct 165,463 - 165,463 165,463 - 0 C G1902 Public Facilities 2019 319,253 - 319,253 233,920 85,333 - G1905 Infill Housing 2019 162,359 - 162,359 147,359 - 15,000 G2004 Public Facilities 2020 230,345 - 230,345 4,548 98,108 127,689 G2005 Economic Development 2020 60,000 - 60,000 51,575 8,425 - 37 SPECIAL PROGRAM STATUS SUMMARY FIRST QUARTER: OCTOBER 1, 2020 - DECEMBER 31, 2020 Actual Expenditures Revised Revised Project Open Available Amend Description Budget Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (continued) G2006 Program Administration 2020 261,309 - 261,309 159,116 - 102,193 G2008 Public Services 2020 114,603 - 114,603 104,384 10,219 - M2009 Afford Housing & Comm Development 290,853 - 290,853 12,252 1,763 276,838 G2010 CDBG-CV Fund 623,592 858,968 1,482,560 46,484 136,041 1,300,035 21 G2011 Back to Business Grant Program 3,550,000 - 3,550,000 1,429,498 - 2,120,502 G2101 Public Facilities 2021 456,251 - 456,251 5,994 380,297 69,960 G2102 Economic Development 2021 228,039 - 228,039 - 100,000 128,039 G2103 Program Administration 2021 167,472 - 167,472 - - 167,472 G2104 Infill Housing 2021 86,154 - 86,154 - - 86,154 G2105 Public Services 2021 136,104 - 136,104 - 136,104 - Sub-Total 8,829,177 858,968 9,688,145 3,181,286 1,071,337 5,435,522 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 10,000 - 10,000 6,574 - 3,426 98607 Senior Citizens Services - Trips 14,000 - 14,000 10,858 - 3,142 99562 HUD Special Education 30,000 - 30,000 27,600 - 2,400 99844 United Way 15,080 - 15,080 11,645 - 3,435 99869 Health Prevention Program 195,269 (5,000) 190,269 176,019 - 14,251 22 99872 Coordinated Child Care - Ross Norton 3,171,577 - 3,171,577 2,525,254 1,900 644,423 G2107 JWB Youth Programming - 394,095 394,095 - - 394,095 23 Sub-Total 3,435,926 389,095 3,825,021 2,757,950 1,900 1,065,172 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 - 106,077 - - 106,077 99910 Library Special Account 890,399 1 890,400 858,752 - 31,648 24 G1907 Clearwater for Youth Grants 18,000 - 18,000 8,278 - 9,722 PRSE190001 Special Events 2,561,950 3,277 2,565,227 2,290,905 8,981 265,341 25 Sub-Total 3,576,426 3,278 3,579,704 3,157,936 8,981 412,788 TOTAL ALL PROJECTS 44,099,061 3,442,692 47,541,754 32,580,541 1,575,219 13,385,993 38 City of Clearwater SPECIAL DEVELOPMENT FUND FIRST QUARTER FY 2020/21 Increase/ (Decrease)Description Revenues Allocation of Assigned Fund Balance 296,000 First quarter amendments reflect an allocation of $190,285.75 from recreation land impact fees and $105,714.25 from open space recreation impact fees which will be transferred to capital project 93133, Park Land Acquisition. 296,000$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund 296,000 First quarter amendments reflect a transfer of $190,285.75 in Recreation Land Impact Fees and $105,714.25 in Open Space Recreation Impact Fees to capital project 93133, Park Land Acquisition. 296,000$ Net Expenditure Amendments 35 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS First Quarter: October 1, 2020 - December 31, 2020 Mid Year: October 1, 2020 - March 31, 2021 Original First Quarter Budget Amended Budget 2020/21 2020/21 Amendments Revenues: Ad Valorem Taxes 3,426,420 3,426,420 - Infrastructure Tax 11,771,980 11,771,980 - Interest Earnings 550,000 550,000 - Multi-Modal Impact Fees 150,000 150,000 - Local Option Gas Tax 1,500,000 1,500,000 - Allocation of Assigned Fund Balance 678,020 974,020 296,000 18,076,420 18,372,420 296,000 Expenditures: Transfer to Capital Improvement Fund Road Millage 3,344,710 3,344,710 - Infrastructure Tax 12,450,000 12,450,000 - Recreation Facility Land Fees - 190,286 190,286 Open Space Impact Fees - 105,714 105,714 Multi-Modal Impact fees 140,000 140,000 - Local Option Gas Tax 1,427,150 1,427,150 - 17,361,860 17,657,860 296,000 Revenues: CDBG/Home Funds 837,360 837,360 - Interest Earnings 100,000 100,000 - Intergovernmental Revenue - 2,660,962 2,660,962 Charges for Service Revenue - 311,855 311,855 Judgments, Fines and Forfeit Revenue - 272,262 272,262 Miscellaneous Revenue - 29,414 29,414 Transfers from General Fund:- 143,200 143,200 Sister City Program 37,380 37,380 - Planning Study Fund 300,000 325,000 25,000 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 - 1,660,264 5,102,956 3,442,692 Expenditures: General Government 337,380 455,756 118,376 Public Safety 300,794 2,368,290 2,067,496 Physical Environment - 5,479 5,479 Economic Environment 686,120 1,545,088 858,968 Human Services 1,500 390,595 389,095 Culture and Recreation 70,000 73,278 3,278 Interfund Transfers 164,470 164,470 - Transfer to Capital Fund 30,000 30,000 - 1,590,264 5,032,956 3,442,692 SPECIAL DEVELOPMENT FUND SPECIAL PROGRAM FUND SPECIAL PROGRAM FUND 40 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS First Quarter: October 1, 2020 - December 31, 2020 Mid Year: October 1, 2020 - March 31, 2021 Original First Quarter Budget Amended Budget 2020/21 2020/21 Amendments Revenues: HOME Investment Partnerships 431,440 431,440 - State Housing Initiatives Partnerships - - - Total - HOME/SHIP Funds 431,440 431,440 - Expenditures: Economic Environment 323,580 323,580 - Interfund Transfers 107,860 107,860 - Total - HOME/SHIP Programs 431,440 431,440 - OTHER HOUSING ASSISTANCE FUNDS 41 ADMINISTRATIVE CHANGE ORDERS First Quarter Review FY 2020/21 42 In accordance with City of Clearwater Code Section 2.564(2), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. Increases do not exceed 10% over Council approved amount on a cumulative basis. 2. Change does not change the scope of a project. 3. Price increases do not require additional appropriation to the project. 4. Contract price decreases may be approved without limitation. 5. The time for completion may not be extended by more than sixty (60) days, in any one change or cumulatively for the same project. ***** 09/18/20 Administrative Change Order #3 – Druid RD/Allen’s Creek Stormwater Pipe Replacement (11-0044-EN). This change order increases items to connect Manhole 298B5026 and adds 55 calendar days to the contract resulting in a net increase to the contract. Steve’s Excavating & Paving, Inc. 5,500.00 09/30/20 Administrative Change Order #1 & Final – Lift Station 45 Force Main Replacement (17-0016-UT). This change order decreases and increases items to the contract in accordance with field conditions to close the contract resulting in a net decrease to the contract. TLC Diversified, Inc. (163,807.88) 10/28/20 Administrative Change Order #1 & Final – David Avenue Property Stormwater Improvements (20-0002-EN). This change order decreases, increases, and adds items in accordance with field conditions to close the contract resulting in a net decrease to the contract. Keystone Excavators, Inc. (57,912.20) 1/6/21 Administrative Change Order #2 & Final – Clearwater Gas Systems Redevelopment (15-0043-GA). This change order decreases owner direct purchases and increases for design modifications to close the contract resulting in a net increase to the contract. Walbridge Aldinger, LLC 55,232.27 2019/20 Final Variance % Original Amended YTD YTD Actual vs.YTD vs. Budget Budget Actual Amended Bud Budget General Fund Revenues Ad Valorem Taxes 64,911,420 65,233,560 65,257,229 23,669 100% Utility Taxes 15,575,000 16,525,000 17,165,590 640,590 104% Local Option, Fuel and Other Taxes 6,614,400 6,414,400 6,396,363 (18,037) 100% Franchise Fees 10,010,000 10,060,000 10,311,771 251,771 103% Other Permits & Fees 2,739,000 2,969,000 3,052,569 83,569 103% Intergovernmental 23,499,780 22,013,853 23,551,563 1,537,710 107% Charges for Services 15,569,430 14,154,430 14,234,842 80,412 101% Judgments, Fines and Forfeitures 1,264,000 1,424,000 1,479,026 55,026 104% Miscellaneous Revenues 2,748,000 4,797,252 5,642,553 845,301 118% Transfers In 11,330,850 12,955,928 12,896,024 (59,904) 100% Total Revenues 154,261,880 156,547,423 159,987,529 3,440,105 102% General Fund Expenditures City Council 391,040 391,040 391,388 348 100% City Manager's Office 1,212,580 1,212,631 1,207,590 (5,041) 100% City Attorney's Office 1,770,760 1,770,829 1,662,939 (107,890) 94% City Auditor's Office 226,000 226,012 190,488 (35,524) 84% CRA Administration 459,530 459,557 445,211 (14,346) 97% Economic Development and Housing 1,907,560 1,907,626 1,846,226 (61,400) 97% Engineering 8,330,520 8,331,204 7,635,780 (695,424) 92% Finance 2,747,190 2,747,367 2,343,876 (403,492) 85% Fire 28,532,540 28,442,216 28,220,218 (221,998) 99% Human Resources 1,575,860 1,575,860 1,332,243 (243,617) 85% Library 7,871,950 7,871,950 7,667,735 (204,215) 97% Non-Departmental 10,948,640 14,876,689 14,907,073 30,383 100% Official Records and Legislative Svcs 1,224,070 1,224,070 1,144,009 (80,061) 93% Parks & Recreation 31,807,990 30,362,990 29,154,125 (1,208,865) 96% Planning & Development 6,571,820 6,571,820 5,641,994 (929,826) 86% Police 44,832,880 45,096,056 44,122,657 (973,399) 98% Public Communications 1,192,620 1,192,686 1,024,330 (168,356) 86% Public Utilities 389,650 389,650 383,030 (6,620) 98% Total Expenditures 151,993,200 154,650,253 149,320,913 (5,329,341) 97% Net Surplus / (Deficit)2,268,680 1,897,170 10,666,616 GENERAL FUND FINAL REVIEW October 1, 2019 - September 30, 2020 (unaudited) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9045 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Morningside Lights SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8959 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Ombudsman in Planning Department - Mayor Hibbard SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8962 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.2 SUBJECT/RECOMMENDATION: PSTA/Forward Pinellas Update - Vice Mayor Allbritton SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8955 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.3 SUBJECT/RECOMMENDATION: Tampa Bay Estuary Program Update - Councilmember Beckman SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9073 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.4 SUBJECT/RECOMMENDATION: Pro Shop - Councilmember Beckman SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9077 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.5 SUBJECT/RECOMMENDATION: DDB Resolution SUMMARY: Page 1 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8960 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 17.1 SUBJECT/RECOMMENDATION: April Service Awards SUMMARY: 5 Years of Service Brett Jennings Gas Amanda DeWitt Library Ethan Winget Parks and Recreation Marilyn John Library Cody Foster Gas Phillip Greene Gas Matthew Prianciani Police Langston Woodie Police Kelsey Viars Police 10 Years of Service Joseph Marshall Solid Waste Brandi Portalatin Solid Waste Gregg Kunz Gas Patrick Brafford Fire Jessica Starks Police 15 Years of Service Carolyn Tellier Engineering/Parking Anne Lopez Community Redevelopment Agency LeAnn Holbrook Police Shannon Winthrop Public Utilities Michael Hatch Police Adam Kraft Police 20 Years of Service Katie Rosa Solid Waste Samantha Freeland Police Page 1 City of Clearwater Printed on 4/9/2021 File Number: ID#21-8960 Michelle Arnold Library Charles Walden Public Utilities James Wagner Planning and Development 25 Years of Service Tanya Smith Police Charles Wilson General Services Tim Hulburt Solid Waste Kurt Rodriguez Police Andrew Blauvelt Engineering 30 Years of Service Thomas Mahony Engineering 35 Years of Service William Brown Parks and Recreation Richard Gardner - 4/15/21 @ 6pm Page 2 City of Clearwater Printed on 4/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8946 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 17.2 SUBJECT/RECOMMENDATION: Clearwater Fire and Rescue Public Protection Classification Rating from ISO - Fire Chief Scott Ehlers SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 Only 388 Communities Nationwide (39,850) 9.98 4.25 44.18 36.16 94.16 10 5.5 50 40 105.5 0 20 40 60 80 100 120 Emergency Communications Community Risk Reduction Fire Dept Water Supply Total Public Protection Classification Rating Points Earned Available Only 388 Communities Nationwide (39,850) 9.98 4.25 44.18 36.16 94.16 10 5.5 50 40 105.5 0 20 40 60 80 100 120 Emergency Communications Community Risk Reduction Fire Dept Water Supply Total Public Protection Classification Rating Points Earned Available 1000 Bishops Gate Blv. Ste 300 Mt. Laurel, NJ 08054-5404 t1.800.444.4554 Opt.2 f1.800.777.3929 Through ongoing research and loss experience analysis, we identified additional differentiation in fire loss experience within our PPC program, which resulted in the revised classifications. We based the differing fire loss experience on the fire suppression capabilities of each community. The new classifications will improve the predictive value for insurers while benefiting both commercial and residential property owners. We’ve published the new classifications as “X” and “Y” — formerly the “9” and “8B” portion of the split classification, respectively. For example: • A community currently graded as a split 6/9 classification will now be a split 6/6X We wish to thank you for your cooperation during our recent Public Protection Classification (PPC) survey. ISO has completed its analysis of the structural fire suppression delivery system provided in your community. The resulting classification is indicated above. Dear Mr. William Horne, Each insurance company independently determines the premiums it charges its policyholders. The way an insurer uses ISO’s information on public fire protection may depend on several things – the company’s fire-loss experience, ratemaking methodology, underwriting guidelines, and its marketing strategy. If you would like to know more about your community’s PPC classification, or if you would like to learn about the potential effect of proposed changes to your fire suppression delivery system, please call us at the phone number listed below. ISO’s Public Protection Classification Program (PPC) plays an important role in the underwriting process at insurance companies. In fact, most U.S. insurers – including the largest ones – use PPC information as part of their decision- making when deciding what business to write, coverage’s to offer or prices to charge for personal or commercial property insurance. Please note that as part of our analysis it was determined that the following fire station(s) did not meet the minimum requirements for recognition: CLEARWATER RESERVE FS Fire Station is not recognized. February 22, 2021 RE: Clearwater & Opa, Pinellas County, Florida Mr. William Horne, City Manager Clearwater & OPA PO Box 4748 Clearwater, Florida, 33756 Public Protection Classification: 01 Effective Date: June 01, 2021 Sincerely, cc: classification; with the “6X” denoting what was formerly classified as “9.” • Similarly, a community currently graded as a split 6/8B classification will now be a split 6/6Y classification, the “6Y” denoting what was formerly classified as “8B.” • Communities graded with single “9” or “8B” classifications will remain intact. • Properties over 5 road miles from a recognized fire station would receive a class 10. PPC is important to communities and fire departments as well. Communities whose PPC improves may get lower insurance prices. PPC also provides fire departments with a valuable benchmark, and is used by many departments as a valuable tool when planning, budgeting and justifying fire protection improvements. Alex Shubert Mr. Glenn Daniel, Public Works Director, Clearwater Water Department Mr. Royce Rarick, Water Superintendent, Pinellas County Water Utilities If you have any questions about your classification, please let us know. Alex Shubert ISO is the leading supplier of data and analytics for the property/casualty insurance industry. Most insurers use PPC classifications for underwriting and calculating premiums for residential, commercial and industrial properties. The PPC program is not intended to analyze all aspects of a comprehensive structural fire suppression delivery system program. It is not for purposes of determining compliance with any state or local law, nor is it for making loss prevention or life safety recommendations. Manager -National Processing Center ISO appreciates the high level of cooperation extended by local officials during the entire PPC survey process. The community protection baseline information gathered by ISO is an essential foundation upon which determination of the relative level of fire protection is made using the Fire Suppression Rating Schedule. The classification is a direct result of the information gathered, and is dependent on the resource levels devoted to fire protection in existence at the time of survey. Material changes in those resources that occur after the survey is completed may affect the classification. Although ISO maintains a pro-active process to keep baseline information as current as possible, in the event of changes please call us at 1-800-444-4554, option 2 to expedite the update activity. Ms. Jacqueline Weinreich, Communications Manager, Pinellas County Emergency Communications Center Mr. Scott Ehlers , Clearwater Fire Department Chief PPC is a registered trademark of Insurance Services Office, Inc. Public Protection Classification (PPC©) Summary Report Clearwater & OPA FLORIDA Prepared by Insurance Services Office, Inc. 1000 Bishops Gate Blvd., Ste. 300 P.O. Box 5404 Mt. Laurel, New Jersey 08054-5404 1-800-444-4554 Report Created February 28, 2021 Effective June 1, 2021 PPC is a registered trademark of Insurance Services Office, Inc. Page 1 Background Information Introduction ISO collects and evaluates information from communities in the United States on their structure fire suppression capabilities. The data is analyzed using our Fire Suppression Rating Schedule (FSRS) and then a Public Protection Classification (PPC©) grade is assigned to the community. The surveys are conducted whenever it appears that there is a possibility of a PPC change. As such, the PPC program provides important, up-to-date information about fire protection services throughout the country. The FSRS recognizes fire protection features only as they relate to suppression of first alarm structure fires. In many communities, fire suppression may be only a small part of the fire department's overall responsibility. ISO recognizes the dynamic and comprehensive duties of a community's fire service, and understands the complex decisions a community must make in planning and delivering emergency services. However, in developing a community’s PPC grade, only features related to reducing property losses from structural fires are evaluated. Multiple alarms, simultaneous incidents and life safety are not considered in this evaluation. The PPC program evaluates the fire protection for small to average size buildings. Specific properties with a Needed Fire Flow in excess of 3,500 gpm are evaluated separately and assigned an individual PPC grade. A community's investment in fire mitigation is a proven and reliable predictor of future fire losses. Statistical data on insurance losses bears out the relationship between excellent fire protection – as measured by the PPC program – and low fire losses. So, insurance companies use PPC information for marketing, underwriting, and to help establish fair premiums for homeowners and commercial fire insurance. In general, the price of fire insurance in a community with a good PPC grade is substantially lower than in a community with a poor PPC grade, assuming all other factors are equal. ISO is an independent company that serves insurance companies, communities, fire departments, insurance regulators, and others by providing information about risk. ISO's expert staff collects information about municipal fire suppression efforts in communities throughout the United States. In each of those communities, ISO analyzes the relevant data and assigns a PPC grade – a number from 1 to 10. Class 1 represents an exemplary fire suppression program, and Class 10 indicates that the area's fire suppression program does not meet ISO's minimum criteria. ISO's PPC program evaluates communities according to a uniform set of criteria, incorporating nationally recognized standards developed by the National Fire Protection Association and the American Water Works Association. A community's PPC grade depends on:  Needed Fire Flows, which are representative building locations used to determine the theoretical amount of water necessary for fire suppression purposes.  Emergency Communications, including emergency reporting, telecommunicators, and dispatching systems.  Fire Department, including equipment, staffing, training, geographic distribution of fire companies, operational considerations, and community risk reduction.  Water Supply, including inspection and flow testing of hydrants, alternative water supply operations, and a careful evaluation of the amount of available water compared with the amount needed to suppress fires up to 3,500 gpm. PPC is a registered trademark of Insurance Services Office, Inc. Page 2 Data Collection and Analysis ISO has evaluated and classified over 39,000 fire protection areas across the United States using its FSRS. A combination of meetings between trained ISO field representatives and the dispatch center coordinator, community fire official, and water superintendent is used in conjunction with a comprehensive questionnaire to collect the data necessary to determine the PPC grade. In order for a community to obtain a grade better than a Class 9, three elements of fire suppression features are reviewed. These three elements are Emergency Communications, Fire Department, and Water Supply. A review of the Emergency Communications accounts for 10% of the total classification. This section is weighted at 10 points, as follows:  Emergency Reporting 3 points  Telecommunicators 4 points  Dispatch Circuits 3 points A review of the Fire Department accounts for 50% of the total classification. ISO focuses on a fire department's first alarm response and initial attack to minimize potential loss. The fire department section is weighted at 50 points, as follows:  Engine Companies 6 points  Reserve Pumpers 0.5 points  Pump Capacity 3 points  Ladder/Service Companies 4 points  Reserve Ladder/Service Trucks 0.5 points  Deployment Analysis 10 points  Company Personnel 15 points  Training 9 points  Operational considerations 2 points  Community Risk Reduction 5.5 points (in addition to the 50 points above) A review of the Water Supply system accounts for 40% of the total classification. ISO reviews the water supply a community uses to determine the adequacy for fire suppression purposes. The water supply system is weighted at 40 points, as follows:  Credit for Supply System 30 points  Hydrant Size, Type & Installation 3 points  Inspection & Flow Testing of Hydrants 7 points PPC is a registered trademark of Insurance Services Office, Inc. Page 3 There is one additional factor considered in calculating the final score – Divergence. Even the best fire department will be less than fully effective if it has an inadequate water supply. Similarly, even a superior water supply will be less than fully effective if the fire department lacks the equipment or personnel to use the water. The FSRS score is subject to modification by a divergence factor, which recognizes disparity between the effectiveness of the fire department and the water supply. The Divergence factor mathematically reduces the score based upon the relative difference between the fire department and water supply scores. The factor is introduced in the final equation. PPC Grade The PPC grade assigned to the community will depend on the community's score on a 100-point scale: PPC Points 1 90.00 or more 2 80.00 to 89.99 3 70.00 to 79.99 4 60.00 to 69.99 5 50.00 to 59.99 6 40.00 to 49.99 7 30.00 to 39.99 8 20.00 to 29.99 9 10.00 to 19.99 10 0.00 to 9.99 The classification numbers are interpreted as follows:  Class 1 through (and including) Class 8 represents a fire suppression system that includes an FSRS creditable dispatch center, fire department, and water supply.  Class 8B is a special classification that recognizes a superior level of fire protection in otherwise Class 9 areas. It is designed to represent a fire protection delivery system that is superior except for a lack of a water supply system capable of the minimum FSRS fire flow criteria of 250 gpm for 2 hours.  Class 9 is a fire suppression system that includes a creditable dispatch center, fire department but no FSRS creditable water supply.  Class 10 does not meet minimum FSRS criteria for recognition, including areas that are beyond five road miles of a recognized fire station. PPC is a registered trademark of Insurance Services Office, Inc. Page 4 New PPC program changes effective July 1, 2014 We have revised the PPC program to capture the effects of enhanced fire protection capabilities that reduce fire loss and fire severity in Split Class 9 and Split Class 8B areas (as outlined below). This new structure benefits the fire service, community, and property owner. New classifications Through ongoing research and loss experience analysis, we identified additional differentiation in fire loss experience within our PPC program, which resulted in the revised classifications. We based the differing fire loss experience on the fire suppression capabilities of each community. The new PPC classes will improve the predictive value for insurers while benefiting both commercial and residential property owners. Here are the new classifications and what they mean. Split classifications When we develop a split classification for a community — for example 5/9 — the first number is the class that applies to properties within 5 road miles of the responding fire station and 1,000 feet of a creditable water supply, such as a fire hydrant, suction point, or dry hydrant. The second number is the class that applies to properties within 5 road miles of a fire station but beyond 1,000 feet of a creditable water supply. We have revised the classification to reflect more precisely the risk of loss in a community, replacing Class 9 and 8B in the second part of a split classification with revised designations. What’s changed with the new classifications? We’ve published the new classifications as “X” and “Y” — formerly the "9" and "8B" portion of the split classification, respectively. For example:  A community currently displayed as a split 6/9 classification will now be a split 6/6X classification; with the "6X" denoting what was formerly classified as "9".  Similarly, a community currently graded as a split 6/8B classification will now be a split 6/6Y classification, the "6Y" denoting what was formerly classified as "8B".  Communities graded with single “9” or “8B” classifications will remain intact. PPC is a registered trademark of Insurance Services Office, Inc. Page 5 What’s changed? As you can see, we’re still maintaining split classes, but it’s how we represent them to insurers that’s changed. The new designations reflect a reduction in fire severity and loss and have the potential to reduce property insurance premiums. Benefits of the revised split class designations  To the fire service, the revised designations identify enhanced fire suppression capabilities used throughout the fire protection area  To the community, the new classes reward a community’s fire suppression efforts by showing a more reflective designation  To the individual property owner, the revisions offer the potential for decreased property insurance premiums New water class Our data also shows that risks located more than 5 but less than 7 road miles from a responding fire station with a creditable water source within 1,000 feet had better loss experience than those farther than 5 road miles from a responding fire station with no creditable water source. We’ve introduced a new classification —10W — to recognize the reduced loss potential of such properties. What’s changed with Class 10W? Class 10W is property-specific. Not all properties in the 5-to-7-mile area around the responding fire station will qualify. The difference between Class 10 and 10W is that the 10W-graded risk or property is within 1,000 feet of a creditable water supply. Creditable water supplies include fire protection systems using hauled water in any of the split classification areas. What’s the benefit of Class 10W? 10W gives credit to risks within 5 to 7 road miles of the responding fire station and within 1,000 feet of a creditable water supply. That’s reflective of the potential for reduced property insurance premiums. What does the fire chief have to do? Fire chiefs don’t have to do anything at all. The revised classifications went in place automatically effective July 1, 2014 (July 1, 2015 for Texas). What if I have additional questions? Feel free to contact ISO at 800.444.4554 or email us at PPC-Cust-Serv@iso.com. PPC is a registered trademark of Insurance Services Office, Inc. Page 6 Distribution of PPC Grades The 2020 published countrywide distribution of communities by the PPC grade is as follows: Assistance The PPC program offers help to communities, fire departments, and other public officials as they plan for, budget, and justify improvements. ISO is also available to assist in the understanding of the details of this evaluation. The PPC program representatives can be reached by telephone at (800) 444-4554. The technical specialists at this telephone number have access to the details of this evaluation and can effectively speak with you about your questions regarding the PPC program. What's more, we can be reached via the internet at www.isomitigation.com/talk/. We also have a website dedicated to our Community Hazard Mitigation Classification programs at www.isomitigation.com. Here, fire chiefs, building code officials, community leaders and other interested citizens can access a wealth of data describing the criteria used in evaluating how cities and towns are protecting residents from fire and other natural hazards. This website will allow you to learn more about the PPC program. The website provides important background information, insights about the PPC grading processes and technical documents. ISO is also pleased to offer Fire Chiefs Online — a special, secured website with information and features that can help improve your PPC grade, including a list of the Needed Fire Flows for all the commercial occupancies ISO has on file for your community. Visitors to the site can download information, see statistical results and also contact ISO for assistance. In addition, on-line access to the FSRS and its commentaries is available to registered customers for a fee. However, fire chiefs and community chief administrative officials are given access privileges to this information without charge. To become a registered fire chief or community chief administrative official, register at www.isomitigation.com. PPC is a registered trademark of Insurance Services Office, Inc. Page 7 PPC Review ISO concluded its review of the fire suppression features being provided for Clearwater & OPA. The resulting community classification is Class 01. If the classification is a single class, the classification applies to properties with a Needed Fire Flow of 3,500 gpm or less in the community. If the classification is a split class (e.g., 6/XX):  The first class (e.g., “6” in a 6/XX) applies to properties within 5 road miles of a recognized fire station and within 1,000 feet of a fire hydrant or alternate water supply.  The second class (XX or XY) applies to properties beyond 1,000 feet of a fire hydrant but within 5 road miles of a recognized fire station.  Alternative Water Supply: The first class (e.g., “6” in a 6/10) applies to properties within 5 road miles of a recognized fire station with no hydrant distance requirement.  Class 10 applies to properties over 5 road miles of a recognized fire station.  Class 10W applies to properties within 5 to 7 road miles of a recognized fire station with a recognized water supply within 1,000 feet.  Specific properties with a Needed Fire Flow in excess of 3,500 gpm are evaluated separately and assigned an individual classification. FSRS Feature Earned Credit Credit Available Emergency Communications 414. Credit for Emergency Reporting 3.00 3 422. Credit for Telecommunicators 3.98 4 432. Credit for Dispatch Circuits 3.00 3 440. Credit for Emergency Communications 9.98 10 Fire Department 513. Credit for Engine Companies 6.00 6 523. Credit for Reserve Pumpers 0.50 0.50 532. Credit for Pump Capacity 3.00 3 549. Credit for Ladder Service 2.58 4 553. Credit for Reserve Ladder and Service Trucks 0.47 0.50 561. Credit for Deployment Analysis 7.89 10 571. Credit for Company Personnel 13.31 15 581. Credit for Training 730. Credit for Operational Considerations 8.43 2.00 9 2 590. Credit for Fire Department 44.18 50 Water Supply 616. Credit for Supply System 26.88 30 621. Credit for Hydrants 3.00 3 631. Credit for Inspection and Flow Testing 6.28 7 640. Credit for Water Supply 36.16 40 Divergence 1050. Community Risk Reduction -0.41 4.25 -- 5.50 Total Credit 94.16 105.50 PPC is a registered trademark of Insurance Services Office, Inc. Page 8 Emergency Communications Ten percent of a community's overall score is based on how well the communications center receives and dispatches fire alarms. Our field representative evaluated: • Communications facilities provided for the general public to report structure fires • Enhanced 9-1-1 Telephone Service including wireless • Computer-aided dispatch (CAD) facilities • Alarm receipt and processing at the communication center • Training and certification of telecommunicators • Facilities used to dispatch fire department companies to reported structure fires Earned Credit Credit Available 414. Credit Emergency Reporting 3.00 3 422. Credit for Telecommunicators 3.98 4 432. Credit for Dispatch Circuits 3.00 3 Item 440. Credit for Emergency Communications: 9.98 10 Item 414 - Credit for Emergency Reporting (3 points) The first item reviewed is Item 414 "Credit for Emergency Reporting (CER)". This item reviews the emergency communication center facilities provided for the public to report fires including 911 systems (Basic or Enhanced), Wireless Phase I and Phase II, Voice over Internet Protocol, Computer Aided Dispatch and Geographic Information Systems for automatic vehicle location. ISO uses National Fire Protection Association (NFPA) 1221, Standard for the Installation, Maintenance and Use of Emergency Services Communications Systems as the reference for this section. PPC is a registered trademark of Insurance Services Office, Inc. Page 9 Item 410. Emergency Reporting (CER) Earned Credit Credit Available A./B. Basic 9-1-1, Enhanced 9-1-1 or No 9-1-1 20.00 20 For maximum credit, there should be an Enhanced 9-1-1 system, Basic 9-1-1 and No 9-1-1 will receive partial credit. 1. E9-1-1 Wireless 25.00 25 Wireless Phase I using Static ALI (automatic location identification) Functionality (10 points); Wireless Phase II using Dynamic ALI Functionality (15 points); Both available will be 25 points 2. E9-1-1 Voice over Internet Protocol (VoIP) 25.00 25 Static VoIP using Static ALI Functionality (10 points); Nomadic VoIP using Dynamic ALI Functionality (15 points); Both available will be 25 points 3. Computer Aided Dispatch 15.00 15 Basic CAD (5 points); CAD with Management Information System (5 points); CAD with Interoperability (5 points) 4. Geographic Information System (GIS/AVL) The PSAP uses a fully integrated CAD/GIS management system with automatic vehicle location (AVL) integrated with a CAD system providing dispatch assignments. The individual fire departments being dispatched do not need GIS/AVL capability to obtain this credit. 15.00 15 Review of Emergency Reporting total: 100.00 100 Item 422- Credit for Telecommunicators (4 points) The second item reviewed is Item 422 “Credit for Telecommunicators (TC)”. This item reviews the number of Telecommunicators on duty at the center to handle fire calls and other emergencies. All emergency calls including those calls that do not require fire department action are reviewed to determine the proper staffing to answer emergency calls and dispatch the appropriate emergency response. The 2013 Edition of NFPA 1221, Standard for the Installation, Maintenance and Use of Emergency Services Communications Systems, recommends that ninety-five percent of emergency calls shall be answered within 15 seconds and ninety-nine percent of emergency calls shall be answered within 40 seconds. In addition, NFPA recommends that eighty percent of emergency alarm processing shall be completed within 60 seconds and ninety-five percent of alarm processing shall be completed within 106 seconds of answering the call. PPC is a registered trademark of Insurance Services Office, Inc. Page 10 To receive full credit for operators on duty, ISO must review documentation to show that the communication center meets NFPA 1221 call answering and dispatch time performance measurement standards. This documentation may be in the form of performance statistics or other performance measurements compiled by the 9-1-1 software or other software programs that are currently in use such as Computer Aided Dispatch (CAD) or Management Information System (MIS). Item 420. Telecommunicators (CTC) Earned Credit Credit Available A1. Alarm Receipt (AR) 19.98 20 Receipt of alarms shall meet the requirements in accordance with the criteria of NFPA 1221 A2. Alarm Processing (AP) 19.47 20 Processing of alarms shall meet the requirements in accordance with the criteria of NFPA 1221 B. Emergency Dispatch Protocols (EDP) 20.00 20 Telecommunicators have emergency dispatch protocols (EDP) containing questions and a decision-support process to facilitate correct call categorization and prioritization. C. Telecommunicator Training and Certification (TTC) 20.00 20 Telecommunicators meet the qualification requirements referenced in NFPA 1061, Standard for Professional Qualifications for Public Safety Telecommunicator, and/or the Association of Public-Safety Communications Officials - International (APCO) Project 33. Telecommunicators are certified in the knowledge, skills, and abilities corresponding to their job functions. D. Telecommunicator Continuing Education and Quality Assurance (TQA) Telecommunicators participate in continuing education and/or in-service training and quality-assurance programs as appropriate for their positions 20.00 20 Review of Telecommunicators total: 99.45 100 PPC is a registered trademark of Insurance Services Office, Inc. Page 11 Item 432 - Credit for Dispatch Circuits (3 points) The third item reviewed is Item 432 “Credit for Dispatch Circuits (CDC)”. This item reviews the dispatch circuit facilities used to transmit alarms to fire department members. A “Dispatch Circuit” is defined in NFPA 1221 as “A circuit over which an alarm is transmitted from the communications center to an emergency response facility (ERF) or emergency response units (ERUs) to notify ERUs to respond to an emergency”. All fire departments (except single fire station departments with full-time firefighter personnel receiving alarms directly at the fire station) need adequate means of notifying all firefighter personnel of the location of reported structure fires. The dispatch circuit facilities should be in accordance with the general criteria of NFPA 1221. “Alarms” are defined in this Standard as “A signal or message from a person or device indicating the existence of an emergency or other situation that requires action by an emergency response agency”. There are two different levels of dispatch circuit facilities provided for in the Standard – a primary dispatch circuit and a secondary dispatch circuit. In jurisdictions that receive 730 alarms or more per year (average of two alarms per 24-hour period), two separate and dedicated dispatch circuits, a primary and a secondary, are needed. In jurisdictions receiving fewer than 730 alarms per year, a second dedicated dispatch circuit is not needed. Dispatch circuit facilities installed but not used or tested (in accordance with the NFPA Standard) receive no credit. The score for Credit for Dispatch Circuits (CDC) is influenced by monitoring for integrity of the primary dispatch circuit. There are up to 0.90 points available for this Item. Monitoring for integrity involves installing automatic systems that will detect faults and failures and send visual and audible indications to appropriate communications center (or dispatch center) personnel. ISO uses NFPA 1221 to guide the evaluation of this item. ISO's evaluation also includes a review of the communication system's emergency power supplies. Item 432 “Credit for Dispatch Circuits (CDC)” = 3.00 points PPC is a registered trademark of Insurance Services Office, Inc. Page 12 Fire Department Fifty percent of a community's overall score is based upon the fire department's structure fire suppression system. ISO's field representative evaluated:  Engine and ladder/service vehicles including reserve apparatus  Equipment carried  Response to reported structure fires  Deployment analysis of companies  Available and/or responding firefighters  Training Earned Credit Credit Available 513. Credit for Engine Companies 6.00 6 523. Credit for Reserve Pumpers 0.50 0.5 532. Credit for Pumper Capacity 3.00 3 549. Credit for Ladder Service 2.58 4 553. Credit for Reserve Ladder and Service Trucks 0.47 0.5 561. Credit for Deployment Analysis 7.89 10 571. Credit for Company Personnel 13.31 15 581. Credit for Training 8.43 9 730. Credit for Operational Considerations 2.00 2 Item 590. Credit for Fire Department: 44.18 50 Basic Fire Flow The Basic Fire Flow for the community is determined by the review of the Needed Fire Flows for selected buildings in the community. The fifth largest Needed Fire Flow is determined to be the Basic Fire Flow. The Basic Fire Flow has been determined to be 3500 gpm. PPC is a registered trademark of Insurance Services Office, Inc. Page 13 Item 513 - Credit for Engine Companies (6 points) The first item reviewed is Item 513 "Credit for Engine Companies (CEC)". This item reviews the number of engine companies, their pump capacity, hose testing, pump testing and the equipment carried on the in-service pumpers. To be recognized, pumper apparatus must meet the general criteria of NFPA 1901, Standard for Automotive Fire Apparatus which include a minimum 250 gpm pump, an emergency warning system, a 300 gallon water tank, and hose. At least 1 apparatus must have a permanently mounted pump rated at 750 gpm or more at 150 psi. The review of the number of needed pumpers considers the response distance to built-upon areas; the Basic Fire Flow; and the method of operation. Multiple alarms, simultaneous incidents, and life safety are not considered. The greatest value of A, B, or C below is needed in the fire district to suppress fires in structures with a Needed Fire Flow of 3,500 gpm or less: 8 engine companies a) 8 engine companies to provide fire suppression services to areas to meet NFPA 1710 criteria or within 1½ miles. b) 3 engine companies to support a Basic Fire Flow of 3500 gpm. c) 8 engine companies based upon the fire department’s method of operation to provide a minimum two engine response to all first alarm structure fires. The FSRS recognizes that there are 8 engine companies in service. The FSRS also reviews Automatic Aid. Automatic Aid is considered in the review as assistance dispatched automatically by contractual agreement between two communities or fire districts. That differs from mutual aid or assistance arranged case by case. ISO will recognize an Automatic Aid plan under the following conditions:  It must be prearranged for first alarm response according to a definite plan. It is preferable to have a written agreement, but ISO may recognize demonstrated performance.  The aid must be dispatched to all reported structure fires on the initial alarm.  The aid must be provided 24 hours a day, 365 days a year. FSRS Item 512.D "Automatic Aid Engine Companies" responding on first alarm and meeting the needs of the city for basic fire flow and/or distribution of companies are factored based upon the value of the Automatic Aid plan (up to 1.00 can be used as the factor). The Automatic Aid factor is determined by a review of the Automatic Aid provider’s communication facilities, how they receive alarms from the graded area, inter-department training between fire departments, and the fire ground communications capability between departments. For each engine company, the credited Pump Capacity (PC), the Hose Carried (HC), the Equipment Carried (EC) all contribute to the calculation for the percent of credit the FSRS provides to that engine company. Item 513 “Credit for Engine Companies (CEC)” = 6.00 points PPC is a registered trademark of Insurance Services Office, Inc. Page 14 Item 523 - Credit for Reserve Pumpers (0.50 points) The item is Item 523 “Credit for Reserve Pumpers (CRP)”. This item reviews the number and adequacy of the pumpers and their equipment. The number of needed reserve pumpers is 1 for each 8 needed engine companies determined in Item 513, or any fraction thereof. Item 523 “Credit for Reserve Pumpers (CRP)” = 0.50 points Item 532 – Credit for Pumper Capacity (3 points) The next item reviewed is Item 532 “Credit for Pumper Capacity (CPC)”. The total pump capacity available should be sufficient for the Basic Fire Flow of 3500 gpm. The maximum needed pump capacity credited is the Basic Fire Flow of the community. Item 532 “Credit for Pumper Capacity (CPC)” = 3.00 points Item 549 – Credit for Ladder Service (4 points) The next item reviewed is Item 549 “Credit for Ladder Service (CLS)”. This item reviews the number of response areas within the city with 5 buildings that are 3 or more stories or 35 feet or more in height, or with 5 buildings that have a Needed Fire Flow greater than 3,500 gpm, or any combination of these criteria. The height of all buildings in the city, including those protected by automatic sprinklers, is considered when determining the number of needed ladder companies. Response areas not needing a ladder company should have a service company. Ladders, tools and equipment normally carried on ladder trucks are needed not only for ladder operations but also for forcible entry, ventilation, salvage, overhaul, lighting and utility control. The number of ladder or service companies, the height of the aerial ladder, aerial ladder testing and the equipment carried on the in-service ladder trucks and service trucks is compared with the number of needed ladder trucks and service trucks and an FSRS equipment list. Ladder trucks must meet the general criteria of NFPA 1901, Standard for Automotive Fire Apparatus to be recognized. The number of needed ladder-service trucks is dependent upon the number of buildings 3 stories or 35 feet or more in height, buildings with a Needed Fire Flow greater than 3,500 gpm, and the method of operation. The FSRS recognizes that there are 2 ladder companies in service. These companies are needed to provide fire suppression services to areas to meet NFPA 1710 criteria or within 2½ miles and the number of buildings with a Needed Fire Flow over 3,500 gpm or 3 stories or more in height, or the method of operation. The FSRS recognizes that there are 0 service companies in service. Item 549 “Credit for Ladder Service (CLS)” = 2.58 points PPC is a registered trademark of Insurance Services Office, Inc. Page 15 Item 553 – Credit for Reserve Ladder and Service Trucks (0.50 points) The next item reviewed is Item 553 “Credit for Reserve Ladder and Service Trucks (CRLS)”. This item considers the adequacy of ladder and service apparatus when one (or more in larger communities) of these apparatus are out of service. The number of needed reserve ladder and service trucks is 1 for each 8 needed ladder and service companies that were determined to be needed in Item 540, or any fraction thereof. Item 553 “Credit for Reserve Ladder and Service Trucks (CRLS)” = 0.47 points Item 561 – Deployment Analysis (10 points) Next, Item 561 “Deployment Analysis (DA)” is reviewed. This Item examines the number and adequacy of existing engine and ladder-service companies to cover built-upon areas of the city. To determine the Credit for Distribution, first the Existing Engine Company (EC) points and the Existing Engine Companies (EE) determined in Item 513 are considered along with Ladder Company Equipment (LCE) points, Service Company Equipment (SCE) points, Engine-Ladder Company Equipment (ELCE) points, and Engine-Service Company Equipment (ESCE) points determined in Item 549. Secondly, as an alternative to determining the number of needed engine and ladder/service companies through the road-mile analysis, a fire protection area may use the results of a systematic performance evaluation. This type of evaluation analyzes computer-aided dispatch (CAD) history to demonstrate that, with its current deployment of companies, the fire department meets the time constraints for initial arriving engine and initial full alarm assignment in accordance with the general criteria of in NFPA 1710, Standard for the Organization and Deployment of Fire Suppression Operations, Emergency Medical Operations, and Special Operations to the Public by Career Fire Departments. A determination is made of the percentage of built upon area within 1½ miles of a first-due engine company and within 2½ miles of a first-due ladder-service company. Item 561 “Credit Deployment Analysis (DA)” = 7.89 points PPC is a registered trademark of Insurance Services Office, Inc. Page 16 Item 571 – Credit for Company Personnel (15 points) Item 571 “Credit for Company Personnel (CCP)” reviews the average number of existing firefighters and company officers available to respond to reported first alarm structure fires in the city. The on-duty strength is determined by the yearly average of total firefighters and company officers on-duty considering vacations, sick leave, holidays, “Kelley” days and other absences. When a fire department operates under a minimum staffing policy, this may be used in lieu of determining the yearly average of on-duty company personnel. Firefighters on apparatus not credited under Items 513 and 549 that regularly respond to reported first alarms to aid engine, ladder, and service companies are included in this item as increasing the total company strength. Firefighters staffing ambulances or other units serving the general public are credited if they participate in fire-fighting operations, the number depending upon the extent to which they are available and are used for response to first alarms of fire. On-Call members are credited on the basis of the average number staffing apparatus on first alarms. Off-shift career firefighters and company officers responding on first alarms are considered on the same basis as on-call personnel. For personnel not normally at the fire station, the number of responding firefighters and company officers is divided by 3 to reflect the time needed to assemble at the fire scene and the reduced ability to act as a team due to the various arrival times at the fire location when compared to the personnel on-duty at the fire station during the receipt of an alarm. The number of Public Safety Officers who are positioned in emergency vehicles within the jurisdiction boundaries may be credited based on availability to respond to first alarm structure fires. In recognition of this increased response capability the number of responding Public Safety Officers is divided by 2. The average number of firefighters and company officers responding with those companies credited as Automatic Aid under Items 513 and 549 are considered for either on-duty or on- call company personnel as is appropriate. The actual number is calculated as the average number of company personnel responding multiplied by the value of AA Plan determined in Item 512.D. The maximum creditable response of on-duty and on-call firefighters is 12, including company officers, for each existing engine and ladder company and 6 for each existing service company. Chief Officers are not creditable except when more than one chief officer responds to alarms; then extra chief officers may be credited as firefighters if they perform company duties. The FSRS recognizes 50.36 on-duty personnel and an average of 0.00 on-call personnel responding on first alarm structure fires. Item 571 “Credit for Company Personnel (CCP)” = 13.31 points PPC is a registered trademark of Insurance Services Office, Inc. Page 17 Item 581 – Credit for Training (9 points) Training Earned Credit Credit Available A. Facilities, and Use 32.90 35 For maximum credit, each firefighter should receive 18 hours per year in structure fire related subjects as outlined in NFPA 1001. B. Company Training 24.36 25 For maximum credit, each firefighter should receive 16 hours per month in structure fire related subjects as outlined in NFPA 1001. C. Classes for Officers 12.00 12 For maximum credit, each officer should be certified in accordance with the general criteria of NFPA 1021. Additionally, each officer should receive 12 hours of continuing education on or off site. D. New Driver and Operator Training 5.00 5 For maximum credit, each new driver and operator should receive 60 hours of driver/operator training per year in accordance with NFPA 1002 and NFPA 1451. E. Existing Driver and Operator Training For maximum credit, each existing driver and operator should receive 12 hours of driver/operator training per year in accordance with NFPA 1002 and NFPA 1451. 5.00 5 F. Training on Hazardous Materials For maximum credit, each firefighter should receive 6 hours of training for incidents involving hazardous materials in accordance with NFPA 472. 0.99 1 G. Recruit Training 5.00 5 For maximum credit, each firefighter should receive 240 hours of structure fire related training in accordance with NFPA 1001 within the first year of employment or tenure. H. Pre-Fire Planning Inspections For maximum credit, pre-fire planning inspections of each commercial, industrial, institutional, and other similar type building (all buildings except 1-4 family dwellings) should be made annually by company members. Records of inspections should include up-to date notes and sketches. 8.40 12 Item 580 “Credit for Training (CT)” = 8.43 points PPC is a registered trademark of Insurance Services Office, Inc. Page 18 Item 730 – Operational Considerations (2 points) Item 730 “Credit for Operational Considerations (COC)” evaluates fire department standard operating procedures and incident management systems for emergency operations involving structure fires. Operational Considerations Earned Credit Credit Available Standard Operating Procedures 50 50 The department should have established SOPs for fire department general emergency operations Incident Management Systems 50 50 The department should use an established incident management system (IMS) Operational Considerations total: 100 100 Item 730 “Credit for Operational Considerations (COC)” = 2.00 points Water Supply Forty percent of a community's overall score is based on the adequacy of the water supply system. The ISO field representative evaluated:  the capability of the water distribution system to meet the Needed Fire Flows at selected locations up to 3,500 gpm.  size, type and installation of fire hydrants.  inspection and flow testing of fire hydrants. Earned Credit Credit Available 616. Credit for Supply System 26.88 30 621. Credit for Hydrants 3.00 3 631. Credit for Inspection and Flow Testing 6.28 7 Item 640. Credit for Water Supply: 36.16 40 PPC is a registered trademark of Insurance Services Office, Inc. Page 19 Item 616 – Credit for Supply System (30 points) The first item reviewed is Item 616 “Credit for Supply System (CSS)”. This item reviews the rate of flow that can be credited at each of the Needed Fire Flow test locations considering the supply works capacity, the main capacity and the hydrant distribution. The lowest flow rate of these items is credited for each representative location. A water system capable of delivering 250 gpm or more for a period of two hours plus consumption at the maximum daily rate at the fire location is considered minimum in the ISO review. Where there are 2 or more systems or services distributing water at the same location, credit is given on the basis of the joint protection provided by all systems and services available. The supply works capacity is calculated for each representative Needed Fire Flow test location, considering a variety of water supply sources. These include public water supplies, emergency supplies (usually accessed from neighboring water systems), suction supplies (usually evidenced by dry hydrant installations near a river, lake or other body of water), and supplies developed by a fire department using large diameter hose or vehicles to shuttle water from a source of supply to a fire site. The result is expressed in gallons per minute (gpm). The normal ability of the distribution system to deliver Needed Fire Flows at the selected building locations is reviewed. The results of a flow test at a representative test location will indicate the ability of the water mains (or fire department in the case of fire department supplies) to carry water to that location. The hydrant distribution is reviewed within 1,000 feet of representative test locations measured as hose can be laid by apparatus. For maximum credit, the Needed Fire Flows should be available at each location in the district. Needed Fire Flows of 2,500 gpm or less should be available for 2 hours; and Needed Fire Flows of 3,000 and 3,500 gpm should be obtainable for 3 hours. Item 616 “Credit for Supply System (CSS)” = 26.88 points PPC is a registered trademark of Insurance Services Office, Inc. Page 20 Item 621 – Credit for Hydrants (3 points) The second item reviewed is Item 621 “Credit for Hydrants (CH)”. This item reviews the number of fire hydrants of each type compared with the total number of hydrants. There are a total of 4363 hydrants in the graded area. 620. Hydrants, - Size, Type and Installation Number of Hydrants A. With a 6 -inch or larger branch and a pumper outlet with or without 2½ - inch outlets 4363 B. With a 6 -inch or larger branch and no pumper outlet but two or more 2½ -inch outlets, or with a small foot valve, or with a small barrel 0 C./D. With only a 2½ -inch outlet or with less than a 6 -inch branch 0 E./F. Flush Type, Cistern, or Suction Point 0 Item 621 “Credit for Hydrants (CH)” = 3.00 points Item 630 – Credit for Inspection and Flow Testing (7 points) The third item reviewed is Item 630 “Credit for Inspection and Flow Testing (CIT)”. This item reviews the fire hydrant inspection frequency, and the completeness of the inspections. Inspection of hydrants should be in accordance with AWWA M-17, Installation, Field Testing and Maintenance of Fire Hydrants. Frequency of Inspection (FI): Average interval between the 3 most recent inspections. Frequency Points 1 year 30 2 years 20 3 years 10 4 years 5 5 years or more No Credit Note: The points for inspection frequency are reduced by 10 points if the inspections are incomplete or do not include a flushing program. An additional reduction of 10 points are made if hydrants are not subjected to full system pressure during inspections. If the inspection of cisterns or suction points does not include actual drafting with a pumper, or back-flushing for dry hydrants, 20 points are deducted. Total points for Inspections = 4.00 points PPC is a registered trademark of Insurance Services Office, Inc. Page 21 Frequency of Fire Flow Testing (FF): Average interval between the 3 most recent inspections. Frequency Points 5 years 40 6 years 30 7 years 20 8 years 10 9 years 5 10 years or more No Credit Total points for Fire Flow Testing = 2.28 points Item 631 “Credit for Inspection and Fire Flow Testing (CIT)” = 6.28 points Divergence = -0.41 The Divergence factor mathematically reduces the score based upon the relative difference between the fire department and water supply scores. The factor is introduced in the final equation. Community Risk Reduction Earned Credit Credit Available 1025. Credit for Fire Prevention and Code Enforcement (CPCE) 1.94 2.2 1033. Credit for Public Fire Safety Education (CFSE) 1.32 2.2 1044. Credit for Fire Investigation Programs (CIP) 0.99 1.1 Item 1050. Credit for Community Risk Reduction 4.25 5.50 PPC is a registered trademark of Insurance Services Office, Inc. Page 22 Item 1025 – Credit for Fire Prevention Code Adoption and Enforcement (2.2 points) Earned Credit Credit Available Fire Prevention Code Regulations (PCR) 10.00 10 Evaluation of fire prevention code regulations in effect. Fire Prevention Staffing (PS) 3.28 8 Evaluation of staffing for fire prevention activities. Fire Prevention Certification and Training (PCT) 6.00 6 Evaluation of the certification and training of fire prevention code enforcement personnel. Fire Prevention Programs (PCP) 16.00 16 Evaluation of fire prevention programs. Review of Fire Prevention Code and Enforcement (CPCE) subtotal: 35.28 40 Item 1033 – Credit for Public Fire Safety Education (2.2 points) Earned Credit Credit Available Public Fire Safety Educators Qualifications and Training (FSQT) 10.00 10 Evaluation of public fire safety education personnel training and qualification as specified by the authority having jurisdiction. Public Fire Safety Education Programs (FSP) 14.00 30 Evaluation of programs for public fire safety education. Review of Public Safety Education Programs (CFSE) subtotal: 24.00 40 Item 1044 – Credit for Fire Investigation Programs (1.1 points) Earned Credit Credit Available Fire Investigation Organization and Staffing (IOS) 8.00 8 Evaluation of organization and staffing for fire investigations. Fire Investigator Certification and Training (IQT) 4.05 6 Evaluation of fire investigator certification and training. Use of National Fire Incident Reporting System (IRS) 6.00 6 Evaluation of the use of the National Fire Incident Reporting System (NFIRS) for the 3 years before the evaluation. Review of Fire Investigation Programs (CIP) subtotal: 18.05 20 PPC is a registered trademark of Insurance Services Office, Inc. Page 23 Summary of PPC Review for Clearwater & OPA FSRS Item Earned Credit Credit Available Emergency Communications 414. Credit for Emergency Reporting 3.00 3 422. Credit for Telecommunicators 3.98 4 432. Credit for Dispatch Circuits 3.00 3 440. Credit for Emergency Communications 9.98 10 Fire Department 513. Credit for Engine Companies 6.00 6 523. Credit for Reserve Pumpers 0.50 0.5 532. Credit for Pumper Capacity 3.00 3 549. Credit for Ladder Service 2.58 4 553. Credit for Reserve Ladder and Service Trucks 0.47 0.5 561. Credit for Deployment Analysis 7.89 10 571. Credit for Company Personnel 13.31 15 581. Credit for Training 730. Credit for Operational Considerations 8.43 2.00 9 2 590. Credit for Fire Department 44.18 50 Water Supply 616. Credit for Supply System 26.88 30 621. Credit for Hydrants 3.00 3 631. Credit for Inspection and Flow Testing 6.28 7 640. Credit for Water Supply 36.16 40 Divergence 1050. Community Risk Reduction -0.41 4.25 -- 5.50 Total Credit 94.16 105.5 Final Community Classification = 01 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-8965 Agenda Date: 4/12/2021 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 17.3 SUBJECT/RECOMMENDATION: Clearwater Housing Authority Annual Presentation - Jacqueline Rivera, CEO CHA SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 4/9/2021 December 17, 2020 Senior Public Housing Family Public Housing OtherApartmentCommunities (mixedincome unsubsidized) OtherApartmentCommunities (mixedincomenon-subsidized) CorporateOffices PortfolioUpdate PortfolioUpdateContinued PortfolioUpdateContinued PortfolioUpdateContinued Continual Focus December 17, 2020