Loading...
05/17/2021Monday, May 17, 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 May 17, 2021Council Work Session Work Session Agenda 1. Call to Order 2. Presentations PSTA Water Ferry - Cassandra Borchers, Chief Development Officer2. 1 3. City Manager Approve an Interlocal Agreement with Pinellas County to increase the Local Option Fuel Tax by $0.05. (consent) 3.1 4. Gas System Accept a Gas Utility Easement from NRF Pinewood, LLC, for the construction, installation, and maintenance of gas utility facilities on real property located at 3860 Tampa Road, Oldsmar FL and adopt Resolution 21-13. 4.1 Authorize a purchase order to General Utility Pipe and Supply of Trussville, AL in an annual not-to-exceed amount of $1,800,000.00 for the initial term of May 21, 2021 through May 20, 2022, with two one-year renewal options pursuant to Invitation to Bid No. 19-21, Polyethylene Pipe/Fittings and Steel Pipe/Fittings and authorize the appropriate officials to execute same. (consent) 4.2 5. Police Department Authorize an increase to purchase order number 21000409 to Signal 15 Inc. of Largo, FL, for the purchase of ballistic vests and vest carriers in an amount of $35,000, bringing the total not-to-exceed annual amount to $135,000, through September 30, 2021 and authorize the appropriate officials to execute same. (consent) 5.1 6. Engineering Approve a Contract for Purchase of Real Property located at 701 Franklin Street, by the City of Clearwater (City) for property owned by the Community Redevelopment Agency of the City of Clearwater (CRA), for a purchase price of $525,000 and total expenditures not to exceed $530,000; and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. (consent) 6.1 Page 2 City of Clearwater Printed on 5/13/2021 May 17, 2021Council Work Session Work Session Agenda Declare three parcels of certain real property in Section 15, Township 29 South, Range 15 East, located at 704 Court St., 710 Court St. and 701 Franklin St., in Clearwater, Florida, as surplus for the purpose of conveying the three parcels to the Pinellas Suncoast Transit Authority (PSTA) in exchange for a parcel owned by the PSTA located at the northwest corner of South Garden Avenue and Pierce Street, Clearwater, Florida, in order to effectuate PSTA’s construction of a new Multimodal Transit Facility. (APH) 6.2 Accept a utility easement from CRP/WP Alta Clearwater Owner, L.L.C. for the construction, installation and maintenance of city utility facilities on real property located at 19320 U.S. Hwy. 19 N. and adopt Resolution 21-20. 6.3 Authorize a purchase order to Cardno Inc., of Riverview, FL for the maintenance of city-owned lakes, ponds, wetlands, and mitigation sites in the annual not-to-exceed amount of $178,054.50 with three one-year renewal options pursuant to Request for Proposal (RFP) 22-21, Aquatic Sites Invasive Species Maintenance and authorize the appropriate officials to execute same. (consent) 6.4 Approve Construction Manager at Risk (CMAR) proposal from Biltmore Construction of Belleair, FL, for the Wayfinding Signs Program Phase 1 (19-0016-EN) at the guaranteed maximum price of $995,826.00 and authorize the appropriate officials to execute same. (consent) 6.5 Approve the First Amendment to the Ground Lease Agreement with Renewal Options (First Amendment) between the City of Clearwater and Jolley Trolley Transportation of Clearwater, Inc. for the ground lease of city-owned property located at 1720 Overbrook Avenue and authorize the appropriate officials to execute same. (consent) 6.6 Award a construction contract to Gibbs and Register Inc of Winter Garden, FL, per Invitation to Bid (ITB) 16-0003-EN and 19-0026-EN for Cleveland Street Streetscaping Phase 3 and Gateway Festival Core in the amount of $15,215,742.30; approve a professional services agreement and work order to GAI Consultants, Inc, of Tampa, FL, per Request for Qualifications (RFQ) 13-21 in the amount of $481,030; approve a Duke Energy proposal pursuant to Clearwater Code of Ordinances Section 2.564 (1)(b), Sole Source, in the amount of $258,299.36 and authorize the appropriate officials to execute same. (consent) 6.7 Award a construction contract to TLC Diversified Inc., of Palmetto, FL, for Invitation to Bid (ITB) 09-0024-UT Marshall Street Water Reclamation Facility (MS WRF) Digester Demolition, in the amount of $1,599,400; approve Supplemental Two Work Order with Engineer of Record (EOR) Ardurra Group Inc., in the amount of $100,629.40 increasing the work order from $137,170 to $237,799.40; and authorize the appropriate officials to execute same. (consent) 6.8 Page 3 City of Clearwater Printed on 5/13/2021 May 17, 2021Council Work Session Work Session Agenda 7. Planning Provide direction on a proposed two-tier approval process for allocating the Public Amenities Incentive Pool in the Downtown. (WSO) 7.1 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 1770 St. Croix Drive, and pass Ordinances 9448-21, 9449-21, and 9450-21 on first reading. (ANX2021-02003) 7.2 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 1881 Montclair Road and pass Ordinances 9451-21, 9452-21, and 9453-21 on first reading. (ANX2021-03004) 7.3 8. Marine & Aviation Approve Clearwater Airpark 2020 Master Plan Update. (consent)8.1 Approve a License Agreement for the Clearwater Marine Aquarium (CMA) Island Estates (IE) Slips and authorize the appropriate officials to execute same. (consent) 8.2 9. Public Utilities Authorize a purchase order to ICON Supply, Inc., dba ICON Technologies of Tampa, FL for Yaskawa Variable Frequency Drives in an annual not-to-exceed amount of $200,000.00 with the option for two, one-year renewals at the City’s discretion pursuant to Invitation to Bid #21-21, Yaskawa Variable Frequency Drives and authorize the appropriate officials to execute same. (consent) 9.1 10. Solid Waste Approve a purchase order to NRC Gulf Environmental Services, Inc., of Fort Worth, TX, to pump, transfer and dispose leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $175,000 with two, one-year renewal options at City’s discretion pursuant to Invitation to Bid (ITB) No. 31-21, Pump, Transport and Dispose of Leachate and authorize the appropriate officials to execute same. (consent) 10.1 Approve a Debris Management Contract with Crowder Gulf Joint Venture, Inc of Mobile, AL for disaster debris collection, reduction, and removal services and authorize the appropriate officials to execute same. (consent) 10.2 Page 4 City of Clearwater Printed on 5/13/2021 May 17, 2021Council Work Session Work Session Agenda 11. Legal Authorize the City of Clearwater to join the State of Florida and other local governmental units as a participant in the Florida Memorandum of Understanding and Formal Agreements implementing a Unified Plan and adopt Resolution 21-19. 11.1 Adopt Ordinance 9461-21 on second reading, vacating a platted 10 foot utility easement located along the North 10 feet of Lot 18, Cedar Heights, according to the plat thereof as recorded in Plat Book 81, Page 85, of the public records of Pinellas County, Florida. 11.2 Adopt Ordinance 9462-21 on second reading, vacating a platted 5 foot utility easement, described as the West 5 feet of Lot 7, Block 69, Mandalay, recorded in Plat Book 14, Pages 32 to 35, of the public records of Pinellas County, Florida. 11.3 12. City Manager Verbal Reports 13. City Attorney Verbal Reports 14. Council Discussion Item Code Enforcement - Mayor Hibbard14.1 Councilmember Advisory Board Attendance - Mayor Hibbard14.2 15. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 16. Closing Comments by Mayor 17. Adjourn 18. Presentation(s) for Council Meeting May Service Awards18.1 EMS Week Proclamation 2021 - Chief Ehlers and Chief Tedesco18.2 Page 5 City of Clearwater Printed on 5/13/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9178 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2. 1 SUBJECT/RECOMMENDATION: PSTA Water Ferry - Cassandra Borchers, Chief Development Officer SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 5/13/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9181 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement with Pinellas County to increase the Local Option Fuel Tax by $0.05. (consent) SUMMARY: Pinellas County is asking for approval of an Interlocal Agreement regarding an increase in Local Option Fuel Tax (LOFT) by $0.01-$0.05, with $0.05 bringing Pinellas County to the current state cap for LOFT. This agreement does not implement or support a tax increase, it simply details how the revenue will be distributed should the BOCC implement the LOFT increase. Should the interlocal be approved, the BOCC will then discuss if they will implement the additional LOFT and to what level. The proposed distribution is the same formula as the existing $0.07 LOFT renewed in 2015: Pinellas County will receive 60%, with the incorporated municipalities splitting the remaining 40% based on population. St. Petersburg would get the largest share amongst the municipalities (15.33%), while Clearwater would get the second largest share (6.69%). The county portion of the funding will fund the County’s Transportation Trust Fund, which is projected to be exhausted in Fiscal Year 2022, and expenditure of both city and county distributions are limited by statute to capital improvements to transportation facilities. Page 1 City of Clearwater Printed on 5/13/2021 Transportation Trust Fund: Additional 5-Cent Local Option Fuel Tax *Assumes the extension of the Ninth Cent Fuel Tax (set to expire in December 2026). ($3.3) $28.3 $30.2 $38.1 $43.2 -250% -200% -150% -100% -50% 0% $0 $5 $10 $15 $20 $25 $30 $35 $40 $45 $50 FY22 FY23 FY24 FY25 FY26 FY27Millions Ending balance as % of Revenue REVENUES EXPENDITURES Current Transportation Trust Fund Forecast •Sidewalk Repairs and Maintenance •LOS D with significant repair backlog •Replacement rate: •Demand: 8 miles per year •Current: 3.5 miles per year •Annual backlog growth 10% •Right-of-Way Mowing •LOS C with 11 in-house and 14 contractual cycles per year •Hillsborough County –27 contractual •Pasco County –26 contractual Examples of Current Service Levels •Estimated $10M annual funding gap for County •Fund balance exhausted during FY22 •Expenditure inflation outpacing revenue growth •Gas tax not indexed to prices •Increased fuel efficiency and conversion to electric vehicles •Service levels not meeting expectations •Reduced gas tax revenue due to COVID-19 •Cities experiencing funding gaps Why Additional Funding Needed Scenario 1: Decrease Expenditures to Match Revenues •Requires ongoing large-scale impacts to level of service (Maintenance and Operations) Scenario 2: General Fund Subsidy Scenario 3: Expand Local Option Fuel Tax by 5 cents •Requires ongoing reductions and impacts to level of service (Maintenance and Operations) •Revenue for capital related initiatives (Sidewalks/ATMS) Options to Address Funding Gap •Peer Gas Taxes •36 counties including Pasco, Manatee, and Sarasota impose 12 cents •Hillsborough imposes 7 cents (same as Pinellas currently) •User Fee vs Property Tax •Gas taxes are imposed on users including non-residents •Over 1/3 Penny funds paid for by non-residents •Property taxes (General Fund subsidy) are imposed on property owners only Additional Factors •FY22 LOFT Expansion of 5 Cents •60%/40% split with municipalities •Additional Projected Revenue $54M between FY22 –FY27 •Non-Recurring Funding •General Fund Subsidy to Address Sidewalk Backlog •Lost Revenue Restoration using American Rescue Plan Act funds •Repayment of Transfer to Capital Projects Fund in FY19 •Renew Ninth Cent in FY 27 (Set to Expire Dec. 2026) Recommendation Revised Transportation Trust Fund Forecast *Assumes the extension of the Ninth Cent Fuel Tax (set to expire in December 2026) ($5.8M) ($14.6M) 39.7 48.6 -40% -30% -20% -10% 0% 10% 20% 30% $30 $32 $34 $36 $38 $40 $42 $44 $46 $48 $50 FY22 FY23 FY24 FY25 FY26 FY27Millions Ending balance as % of Revenue REVENUES EXPENDITURES •Send Interlocal to Cities •Budget Workshop with Public Works on May 19 •BCC Considers Interlocal on May 25 •BCC Considers Ordinance to Levy Additional LOFT in June/July •Notify Florida Department of Revenue by October 1 •5 Cent Levy Imposition Commences January 1, 2022 Next Steps Page 1 of 29 Doc No 324506 INTERLOCAL AGREEMENT THIS INTERLOCAL AGREEMENT made and entered into as of the ________ day of ________________________, 2021, by and between Pinellas County, a political subdivision of the State of Florida (the “County”) and the municipalities that are parties hereto within Pinellas County representing a majority of the population of the incorporated area of Pinellas County, as listed on the signature pages hereto (the “Municipalities”). W I T N E S S E T H: WHEREAS, this Interlocal Agreement (“Interlocal Agreement”) is authorized by § 336.025, Florida Statutes, and other applicable law; and WHEREAS, § 336.025(1)(b), Florida Statutes, authorizes the imposition of a local option fuel tax of up to five cents ($0.05) upon every gallon of motor fuel and diesel fuel sold in the County and taxed under the provisions of Chapter 206, Florida Statutes; and WHEREAS, that section also provides that this tax may be extended or the distribution changed in the manner set forth herein; and WHEREAS, there continues to be a need within Pinellas County for the County and the Municipalities to have access to additional funds to be used for transportation expenditures needed to meet the requirements of the capital improvements element of an adopted comprehensive plan or for expenditures needed to meet immediate local transportation problems and for other transportation-related expenditures that are critical for building comprehensive roadway networks by local governments as authorized by § 336.025(1)(b), Florida Statutes; and WHEREAS, the Board of County Commissioners will consider levying the local option fuel tax as authorized by § 336.025(1)(b), Florida Statutes, (“5¢ Local Option Fuel Tax”) on or before September 30, 2021; and Page 2 of 29 Doc No 324506 WHEREAS, the purpose and intent of this Interlocal Agreement is to establish a plan for the administration and expenditure of the proceeds of the 5¢ Local Option Fuel Tax, and as required by § 336.025(1)(b)2., Florida Statutes, to establish a distribution formula by determining the division of the proceeds from the 5¢ Local Option Fuel Tax. NOW, THEREFORE, in consideration of the premises and of the mutual benefit, and in consideration of the covenants and agreements set forth herein, the County and the Municipalities agree as follows: 1. DISTRIBUTION. The 5¢ Local Option Fuel Tax imposed by the County upon every gallon of motor fuel and diesel fuel sold in the County and taxed under the provisions of Chapter 206, Florida Statutes, shall be distributed by the State Department of Revenue directly to the County, for subsequent allocation and disbursement to the Municipalities and the County in accordance with the distribution formula attached hereto as Appendix "A" and incorporated by reference herein. 2. UTILIZATION OF FUEL TAXES. The County and the Municipalities agree that the moneys received from the 5¢ Local Option Fuel Tax, or the proceeds of any revenue bonds secured thereby, shall only be utilized as authorized by § 336.025(1)(b), Florida Statutes. 3. NEW INTERLOCAL AGREEMENT. This Interlocal Agreement, and any distribution hereunder, has no effect on any distribution under the terms of the interlocal agreement dated December 21, 2005 (as it has been amended from time to time) relating to the local option fuel tax authorized by § 336.025(1)(a), Florida Statutes. 4. ABILITY TO PLEDGE. The parties’ respective portions of the 5¢ Local Option Fuel Tax may be pledged by the County or the Municipalities to secure revenue bonds or other obligations for the purposes set forth in Section 336.025, Florida Statutes, and as set forth in this Page 3 of 29 Doc No 324506 Agreement. The County and the Municipalities may also develop, implement and administer any other program or financial arrangement in accordance with applicable law and this Interlocal Agreement which provides for payment with their respective share of the 5¢ Local Option Fuel Tax. 5. NEW MUNICIPALITIES. Any municipality which may become newly incorporated in the County after the effective date hereof and which is eligible for participation in the distribution of the proceeds of the 5¢ Local Option Fuel Tax under Parts II and VI of Chapter 218 may become a party hereto, but only in accordance with § 336.025(4)(b), Florida Statutes. 6. AMENDMENT. This Agreement may be amended in writing upon the express formal consent of the governing bodies of all the parties. 7. EFFECTIVE DATE. This Interlocal will be effective for the purposes stated herein on January 1, 2022 and will expire on December 31, 2032. 8. TERMINATION IF NO LEVY. This Interlocal will automatically terminate in the event that the County does not adopt an ordinance levying 5¢ Local Option Fuel Tax (in whole or in part) on or before September 30, 2021. 9. PERIODIC REVIEW. The County and Municipalities shall review the distribution formula for the 5¢ Local Option Fuel Tax at least every ten (10) years during the term hereof, including any extensions of this Interlocal Agreement. 10. FILING INTERLOCAL AGREEMENT. Upon the execution hereof by the duly authorized representatives of the parties, this Interlocal Agreement shall be filed with the Clerk of the Circuit Court for recording in the public records of Pinellas County, Florida, as required by § 163.01(11), Florida Statutes. Page 4 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: PINELLAS COUNTY, FLORIDA, by and KEN BURKE, CLERK Through its Board of County Commissioners By: By: Deputy Clerk Chair [SEAL] < ADDITIONAL SIGNATURE PAGES TO FOLLOW > Page 5 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF BELLEAIR By: By: City Clerk Mayor Page 6 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF BELLEAIR BEACH By: By: City Clerk Mayor Page 7 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF BELLEAIR BLUFFS By: By: City Clerk Mayor Page 8 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF BELLEAIR SHORE By: By: City Clerk Mayor Page 9 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF CLEARWATER By: By: City Clerk City Manager COUNTERSIGNED: By: Mayor APPROVED AS TO FORM By: City Attorney Page 10 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF DUNEDIN By: By: City Clerk Mayor Page 11 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF GULFPORT By: By: City Clerk Mayor Page 12 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF INDIAN ROCKS BEACH By: By: City Clerk Mayor Page 13 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF INDIAN SHORES By: By: City Clerk Mayor Page 14 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF KENNETH CITY By: By: City Clerk Mayor Page 15 of 29 Doc No 324506 N WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF LARGO By: By: City Manager Mayor [SEAL] Reviewed and approved: By: City Attorney ATTEST: By: City Clerk Page 16 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF MADEIRA BEACH By: By: City Clerk Mayor Page 17 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF NORTH REDINGTON BEACH By: By: City Clerk Mayor Page 18 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF OLDSMAR By: By: City Clerk Mayor APPROVED AS TO FORM By: City Attorney Page 19 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF PINELLAS PARK By: By: City Clerk Mayor APPROVED AS TO FORM AND CONTENT By: City Attorney Page 20 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF REDINGTON BEACH By: By: City Clerk Mayor Page 21 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: TOWN OF REDINGTON SHORES By: By: City Clerk Mayor Page 22 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF SAFETY HARBOR By: By: City Clerk Mayor APPROVED AS TO FORM By: City Attorney Page 23 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF ST. PETE BEACH By: By: City Clerk Mayor Page 24 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF ST. PETERSBURG By: By: City Clerk Mayor Page 25 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF SEMINOLE By: By: City Clerk Mayor Page 26 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF SOUTH PASADENA By: By: City Clerk Mayor Page 27 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF TARPON SPRINGS By: By: City Clerk Mayor Page 28 of 29 Doc No 324506 IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed as of the day and year first written above. ATTEST: CITY OF TREASURE ISLAND By: By: City Manager Mayor Page 29 of 29 Doc No 324506 EXHIBIT A Pinellas County Local Government 5¢ LOFT Allocation Pinellas County 60.00% Belleair 0.23% Belleair Beach 0.09% Belleair Bluffs 0.12% Belleair Shore 0.01% Clearwater 6.69% Dunedin 2.14% Gulfport 0.71% Indian Rocks Beach 0.24% Indian Shores 0.08% Kenneth City 0.29% Largo 4.79% Madeira Beach 0.25% North Redington Beach 0.09% Oldsmar 0.85% Pinellas Park 3.07% Redington Beach 0.09% Redington Shores 0.12% Safety Harbor 1.00% St. Pete Beach 0.54% St. Petersburg 15.33% Seminole 1.12% South Pasadena 0.29% Tarpon Springs 1.47% Treasure Island 0.39% GRAND TOTAL 100.00% Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9168 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Accept a Gas Utility Easement from NRF Pinewood, LLC, for the construction, installation, and maintenance of gas utility facilities on real property located at 3860 Tampa Road, Oldsmar FL and adopt Resolution 21-13. SUMMARY: NRF Pinewood, LLC (Grantor) has granted a non-exclusive five-foot wide natural gas easement, on property located at 3860 Tampa Rd, Oldsmar (Parcel ID# 23-28-16-74402-001-0010) for the installation of a natural gas distribution line. This main line will serve a commercial restaurant (Juan’s Mexican Restaurant). The easement grant is sufficient for the City to maintain and replace its facilities as necessary in perpetuity, or until such time as the City determines to abandon its use. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/13/2021 Resolution No. 21-13 RESOLUTION NO. 21-13 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING A UTILITY EASEMENT FROM NRF PINEWOOD, LLC, FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY UTILITY FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater needs a utility easement from NRF PINEWOOD, 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 21-13. Section 2. 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 Assistant City Attorney City Clerk [GM15-2064-066/258069/1] GM15-2064-066/257077/1 Return to: Clearwater Gas System 777 Maple St. Clearwater, FL 33755 Parcel I. D. No. 23-28-16-74402-001-0010 FOR AND IN CONSIDERATION of the sum of One Dollar ($1.00) in hand paid, the receipt of which is hereby acknowledged, and the benefits to be derived therefrom, NRF PINEWOOD LLC, a Ohio Limited Liability company whose principal address is 212 E 3RD ST STE 200 CINCINNATI OH 45202-5500 (“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, FL 33758-4748 (“Grantee”), a non- exclusive, gas utility easement over, under and across the following described land lying and being situate in the County of Pinellas, State of Florida, to wit: This easement is for natural gas distribution pipes and appurtenant facilities only. Clearwater Gas System, a component of the CITY OF CLEARWATER, FLORIDA, shall have the right to enter upon the above-described premises to construct, reconstruct, install, and maintain therein the herein referenced natural gas transmission pipes, 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. Grantor and Grantee, for themselves, their heirs, successors, and assigns, agree as follows: 1. Grantor hereby grants to Grantee, its successors and assigns a non-exclusive five (5) feet easement (herein referred to as the “Easement Area”), in perpetuity on, over, under, across and through the Servient Property described in Exhibit “A”, attached hereto, for the purpose of constructing, operating, inspecting and maintaining, underground conduit, pipes, facilities appurtenant equipment for the provision of natural gas as the same may be installed from time to time; with the right to reconstruct, improve, add to, enlarge, change the size of and remove such facilities or any of them within the Easement Area. In the event the Easement Area crosses any roadway, sidewalk or other impervious area, Grantor will require Grantee to perform installations and repairs without removing said surface improvement. This may require a directional bore or other contractor suggested and owner approved method. 2. The legal description on the accompanying Exhibit “A” attached hereto and incorporated herein by this reference, will be replaced with a Descriptive Easement, two and a half (2.5) feet on either side of all facilities installed/as-built by GRANTEE, as will be shown on a certified surveyed sketch and legal description to be provided by GRANTEE within sixty (60) days after the installation of facilities by GRANTEE. The easement will then be recorded in the public record with the Descriptive Easement attached as Exhibit “A”. 3. Grantee by acceptance hereof, agrees to construct, repair, and maintain, at its sole cost and expense, the Facilities which shall comply with all applicable rules and regulations. In the event Grantee shall perform any construction, repairs, alteration, replacement, relocation or removal of any Facilities, Grantee shall thereafter restore any improvements, including landscaping and related irrigation, disturbed thereby to as near as practicable the condition which existed prior to such activities. GAS UTILITY EASEMENT [GM15-2064-066/258069/1] GM15-2064-066/257077/1 4. The Grantor shall have and retains the right to construct improvements on, maintain and utilize the Easement Area (including, but not limited to, the construction of driveways, parking areas, landscaping, and related improvements) provided such construction does not unreasonably impair Grantee’s access to the Easement Area or Grantee’s ability to repair, replace and service the Facilities within the Easement Area. 5. Nothing herein shall create or be construed to create any rights in or for the benefit of the general public in or to the Easement Area. 6. This Easement shall not be changed, altered, or amended except as to the Descriptive Easement as contemplated in section 2, above, or by an instrument in writing executed by Grantor and Grantee or their respective successors and assigns; provided, however, that in the event Grantee shall abandon the use of the Easement Area, then Grantee shall, within a reasonable time thereafter, release and convey to Grantor or its successors and assigns all rights hereby granted pursuant to this Easement. 7. This Easement and all conditions and covenants set forth herein are intended to be and shall be construed as covenants running with the land, binding upon, and inuring to the benefit of Grantor or Grantee, as the case may be, and their respective successors and assigns. 8. Grantor warrants and covenants with Grantee that it is the owner of fee simple title to the herein described Servient Parcel, 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. The Remainder of this Page Intentionally Left Blank [GM15-2064-066/258069/1] GM15-2064-066/257077/1 AFFIDAVIT OF NO LIENS STATE OF ____________: : ss COUNTY OF __________: , (name of member, manager, officer or agent, title of member, manager, officer or agent), of NRF PINEWOOD LLC, whom, being duly authorized does depose and say: 1. That NRF PINEWOOD LLC is the owner of legal and equitable title to the following described property in Pinellas County, Florida, to wit: As more particularly described and depicted in EXHIBIT “A” appended hereto and by this reference made a part hereof 2. That said property is now in the possession of the record owner. 3. That there has been no labor performed or materials furnished on said property for which there are unpaid bills for labor or materials against said property, other than those which will be paid during the normal course of business, except: (list, or if none, insert “NONE”. If no entry, it will be deemed that “NONE” has been entered.) _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________ 4. That there are no liens or encumbrances of any nature affecting the title of the property herein described, except leasehold tenancies, easements and restrictions of record, any encroachments, overlaps or other rights of third parties which would be shown by a current survey, except: (list, or if none, insert “NONE”. If no entry, it will be deemed that “NONE” has been entered.) _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________ 5. That no written notice has been received for any public hearing regarding assessments for improvements by any government, and there are no unpaid assessments against the above- described property for improvements thereto by any government, whether or not said assessments appear of record. 6. That there are no outstanding sewer service charges or assessments payable to any government. 7. That the representations embraced herein have been requested by the CITY OF CLEARWATER, its agents, successors and assigns to rely thereon in connection with the granting of a gas utility easement to encumber the above-described property. 3860 Tampa Road, Oldsmar, FL 34677 – Pinewood Plaza Gas Easement Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9176 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to General Utility Pipe and Supply of Trussville, AL in an annual not-to-exceed amount of $1,800,000.00 for the initial term of May 21, 2021 through May 20, 2022, with two one-year renewal options pursuant to Invitation to Bid No. 19-21, Polyethylene Pipe/Fittings and Steel Pipe/Fittings and authorize the appropriate officials to execute same. (consent) SUMMARY: Procurement issued Invitation to Bid (ITB) No. 19-21, Polyethylene Pipe/Fittings & Steel Pipe/Fittings, on behalf the Clearwater Gas System (CGS). The City received three (3) bids, with one being withdrawn at the request of the vendor due to the nature and volume of the raw material increases. Upon review of the two responsive submittals, both Procurement and CGS recommend awarding this bid to General Utility Pipe and Supply, the lowest responsive and responsible bidder for all Groups, excluding Group 9- Stab Fittings 3408 RESIN, which did not meet bid specifications. Due to the volatility of the polyethylene and steel markets, fluctuating prices, supply, and demand issues and to ensure the availability of these essential commodities at the lowest price, CGS is requesting flexibility to order unavailable items from the open market, if necessary. The pipe and fittings will be used for the installation of gas distribution mains, service lines and repair/maintenance work to serve our customers. APPROPRIATION CODE AND AMOUNT: Funding is available in Pinellas New Mains and Services 315-96377 and Pasco New Mains and Services 315-96378 in the Clearwater Gas System Budget. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/13/2021 1) Consolidated Pipe & Supply Co, Inc.2) Core & Main LP 3010 Eunice Avenue 6525 US Highway 301 Orlando, FL 32808 Tampa, FL 33610 407.293.2001 813.623.3343 Vendor withdrew bid 05.03.21 3) General Utility Pipe and Supply 1880 Woodlands Industrial Drive Trussville, AL 35173 205.951.2290 ADVERTISED: TAMPA BAY TIMES 3/10/2021 POSTED:myclearwater.com 03/08/2021 - 04/07/2021 FOR THE CITY OF CLEARWATER Due/Opening: April 7, 2021; 10:00 a.m. INVITATION TO BID No. 19-21 Polyethylene Pipe/ Fittings & Steel Pipe/ Fittings Solicitation Response Listing CITY OF CLEARWATER ITB # 19-21, Polyethylene Pipe/Fittings & Steel Pipe/Fittings Note: Figures in red represent groups in which not all items were bid on DUE DATE: April 7, 2021; 10:00 AM BID TABULATION- Exhibit A- Polyethylene Pipe & Fittings GROUP DESCRIPTION Core & Main LP 6525 US Highway 301 Tampa, FL 33610 General Utility Pipe and Supply 1880 Woodlands Industrial Drive Trussville, AL 35173 1 PIPE - 2406 RESIN $ 1,662,011.20 $ 640,535.00 2 PE EXCESS FLOW VALVES - 2406 RESIN - $ 41,307.50 3 FITTINGS - 2406 RESIN $ 87,918.00 $ 19,424.40 4 FITTINGS - 3408 RESIN $ 10,240.40 $ 2,457.50 5 TRANSITIONS $ 11,672.40 $ 10,284.40 6 POLYVALVES - 2406 RESIN $ 71,328.00 $ 17,420.00 7 ROLYVALVES - 3408 RESIN $ 26,082.00 $ 5,665.00 8 RISERS $ 289,580.80 $ 73,733.60 9 STAB FITTINGS - 3408 RESIN - $ - 10 ELECTROFUSION TAPPING TEES - 2406 RESIN $ 212,200.40 $ 37,777.00 11 ELECTROFUSION TAPPING TEES - 3408 RESIN $ 7,513.40 $ 1,445.00 12 ELECTROFUSION COUPLINGS - 2406 RESIN $ 9,723.92 $ 3,331.00 13 ELECTROFUSION COUPLINGS - 3408 RESIN $ 2,492.80 $ 601.50 14 PE SOCKET FUSION TOOLS $ 22,252.16 $ 8,949.50 15 PE ELECTROFUSION TOOLS $ 29,261.20 $ 33,756.25 16 PE SQUEEZE TOOLS - $ 129,403.75 17 BUTT FUSION TOOLS - $ 14,469.50 18 MISCELLANEOUS MATERIAL - $ 58,467.50 EXHIBIT A GRAND TOTAL BID PRICE 2,442,276.68$ 1,099,028.40$ Items with a star ( ) indicates intent to award. Note: Group 9, Stab Fittings - 3408 Resin will not be awarded due to product not meeting specifications set forth in this solicitation. CITY OF CLEARWATER ITB # 19-21, Polyethylene Pipe/Fittings & Steel Pipe/Fittings Note: Figures in red represent groups in which not all items were bid on DUE DATE: April 7, 2021; 10:00 AM BID TABULATION- Exhibit B- Steel Pipe & Fittings GROUP DESCRIPTION Core & Main LP 6525 US Highway 301 Tampa, FL 33610 General Utility Pipe and Supply 1880 Woodlands Industrial Drive Trussville, AL 35173 1 EPOXY COATED STEEL PIPE (PER FOOT) - $ 23,530.50 2 FLANGES - $ 5,791.45 3 ELBOWS - $ 3,115.82 4 TEES - $ 966.10 5 CAPS - $ 269.38 6 REDUCED COUPLINGS - $ 615.78 7 GAS METER STOPS - $ 77,421.25 8 DRESSER STYLE COMPRESSION COUPLINGS - $ 4,507.75 9 VEGAS: STAINLESS STEEL REPAIR CLAMP WITH NEOPRENE SEALING GASKET - $ 8,122.50 10 SERVICE SADDLES: DOUBLE STEEL STRAP WITH ROLLED THREAD DESIGN - $ 2,756.15 11 WIRE (PER FOOT) - $ 70,200.00 12 CONTINENTAL ADAPTERS, PUNCH TEES & WRAP AROUNDS - $ 46,823.00 13 DRESSER STYLE COUPLINGS, STYLE 711 - $ 13,268.45 14 IN-LINE INSULATORS - $ 3,515.00 15 NEOPRENE FACED PHENOLIC GASKET - $ 4,650.00 16 PIGS: FOAM PIPELINE CLEANERS - $ 1,820.00 17 T D WILLIAMSON - $ 319,803.25 18 VALVES (LUBE AND NON-LUBE) - $ 35,740.00 19 MISCELLANEOUS PARTS - $ 49,202.25 EXHIBIT B GRAND TOTAL BID PRICE -$ 672,118.63$ 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 #19-21 Polyethylene Pipe/Fittings & Steel Pipe/Fittings March 8, 2021 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, April 7, 2021 to provide Polyethylene Pipe/Fittings & Steel Pipe/Fittings. Brief Description: The City of Clearwater is soliciting sealed bids to supply Polyethylene Pipe/Fittings & Steel Pipe/Fittings for the Clearwater Gas System (CGS). 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 2 ITB #19-21 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: April 7, 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: 120 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 3 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 4 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 5 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 6 ITB #19-21 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: 03/08/2021 Advertise Tampa Bay Times: 03/10/2021 Bids due: 04/07/2021 Review bids: 04/07/2021 – 04/14/2021 Award recommendation: 04/14/2021 Council authorization: 05/06/2021 Contract begins: May 2021 STANDARD TERMS AND CONDITIONS Polyethylene Pipe/Fittings & Steel Pipe/Fittings 7 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 8 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 9 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 10 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 11 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 12 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 13 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 14 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 15 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 16 ITB #19-21 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. BACKGROUND. The City of Clearwater is soliciting sealed bids to supply both polyethylene (PE) pipe/fittings as well as steel pipe/fittings for the Clearwater Gas System (CGS). The estimated quantities indicated on the Pricing Pages are given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be purchased under this contract. 3. SCOPE OF WORK. A. SPECIFICATIONS - Polyethylene (PE) pipe and fittings. The successful bidder(s) will provide, on an as needed basis, PE pipe and fittings per the specifications, sizes and variations listed on “Exhibit A – PE Pipe and Fittings”.  All materials shall be compliant to the Code of Federal Regulations (CFR) 49, National Fire Protection Association (NFPA) 54, NFPA 58 codes and the listings of A-53, American Society for Testing and Materials (ASTM) D-2513, American National Standards Institute (ANSI) B 1.20, ANSI B 31.8 and Canadian Standards Association (CSA) B 137.4.  All materials shall include installation instructions, with the intent that the information provided could be used for Operator Qualification (O.Q.) training.  All pipe and fittings must be made from a 2406 resin or 3408 resin, and conform to ASTM regulations: D-1248, D-2513, D-3350, D-1505.  Only resin types 2406 and 3408 are approved for use under this contract for CGS.  All transitions must be epoxy coated for environmental purposes, have a minimum length of 12 inches P.E. and 12 inches of steel pipe, and threaded on steel end.  All stab fittings must employ an outside diameter (O.D.) seal. Stab fittings must be genuine, compression will not be permitted.  All electrofusion fittings must be Central Plastics mechanical compatibility, yellow in color, and must have 4.7millimeter pins.  Density of the pipe must be Standard Dimension Ratio (SDR)-11, and markings must be approved for gas usage, per CFR 49, Part 192.  All polyvalves must be full port valves, factory tested to 150 percent of our maximum operating pressure, and made of resin approved by CGS.  All risers must be anodeless, and be holiday tested, consistently epoxy coated, with a thickness of 0.25 mm +/- 1.05 (10mils +/- 2 mils) and factory leak tested to 150 psi.  CGS approves Uponor 2000, PolyPipe 4810, and Performance 8100 brand pipe and fittings. DETAILED SPECIFICATIONS Polyethylene Pipe/Fittings & Steel Pipe/Fittings 17 ITB #19-21  All electrofusion materials for use on fusion machinery is required to be Central Plastics. Any compatible brand(s) must be approved by CGS, in advance, and with adapters provided at no charge.  The City reserves the right to request samples of the items. Samples must be submitted at no additional cost to the City and will be retained for use as quality assurance standards and for testing purposes.  Training is required on any new product line, material modifications, and any certifications Clearwater Gas System technicians may need to maintain in order to work on these products. B. SPECIFICATIONS- Steel pipe and fittings. The successful bidder will provide, on an as needed basis, steel pipe and fittings per the specifications, sizes and variations listed on “Exhibit B – Steel Pipe and Fittings”.  All pipe must meet the listed specifications and requirements of CFR 49 Part 192, Appendix B, Qualification of Pipe.  Steel pipe will be minimum 15 MIL (one thousandth of an inch) fusion bond epoxy coated and meet the criteria of CFR 49 192.55.  Listed Pipe Specifications include API5LX42 and the pipe must be identified by stamping every foot.  Uncoated steel pipe must be minimum of 188 wall thickness, with a maximum of not to exceed 250.  All weld fittings shall be rated for natural & Liquid Propane (LP) gas and delivered uncoated and beveled.  All weld fittings shall be identified by the manufacturer’s markings on fittings or hard stamping of the fittings per CFR 49- 192.63.  All compression couplings shall be rated for natural & LP gas and be made of steel.  Compression couplings shall be identified by the manufacturer’s markings on fittings or hard stamping of the fittings per CFR 49- 192.63.  Cast iron or mixed metal compression couplings are not permitted  The City reserves the right to request samples of the items. Samples must be submitted at no additional cost to the City and will be retained for use as quality assurance standards and for testing purposes.  Training is required on any new product line, material modifications, and any certifications Clearwater Gas technicians may need to maintain in order to work on these products. 4. PRICING. Regarding “Exhibit A – PE Pipe and Fitting” & “Exhibit B – Steel Pipe and Fitting” provided in Microsoft (MS) Excel format:  There are two (2) workbooks with one (1) tab. Only the “Unit Price” column “E” is editable.  These sheets will automatically calculate the subtotal costs and total each group accordingly. DETAILED SPECIFICATIONS Polyethylene Pipe/Fittings & Steel Pipe/Fittings 18 ITB #19-21  Vendors must transfer grand totals for “Exhibit A – PE Pipe and Fittings” and/or “Exhibit B – Steel Pipe and Fittings” to BID PRICING, page 22 or the vendor may be considered un- responsive.  If submitting the bid as a hardcopy and not uploading electronically, vendor must save the MS Excel workbook onto a CD (or thumb drive) as “Bid 19-21 VENDOR NAME.”  The City reserves the right to make multiple awards if in the best interest of the City to do so.  5. DELIVERY. Delivery shall be made to the location(s) indicated no later than five (5) business days after receipt of an order. Delivery hours are from 9:00 A.M. to 3:00 P.M. EST, Monday through Friday. Ship to: Clearwater Gas Systems 777 Maple Street Clearwater, FL 33755 Phone: 727-562-4900 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) 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. 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 DETAILED SPECIFICATIONS Polyethylene Pipe/Fittings & Steel Pipe/Fittings 19 ITB #19-21 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 #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 20 ITB #19-21 1. BEGINNING AND END DATE OF INITIAL TERM. May 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 Producer Price Index for 0721, Plastic construction products & Producer Price Index for 1017, Steel mill products, not 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 21 ITB #19-21 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 (if requested) Bid container properly labeled Exhibits A & B completed and included along with Bid Pricing, page 22 Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Polyethylene Pipe/Fittings & Steel Pipe/Fittings 22 ITB #19-21 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Polyethylene Pipe and Fittings and/or Steel Pipe and Fittings to the City of Clearwater at the price(s) stated below. Note:  Vendors are not required to bid on all products in Exhibits A and/or B, however all products within a specific Group must be bid on in order to be considered for award of that Group.  Vendors must include Exhibit A and/or Exhibit B with bid submittal package.  All pricing should include training that is required on any new product line, material modifications, and any certifications Clearwater Gas System technicians may need to maintain in order to work on these products EXHIBIT A GRAND TOTAL from the Bid Tabulation Summary on Exhibit A –PE Pipe and Fittings $ EXHIBIT B GRAND TOTAL from the Bid Tabulation Summary on Exhibit B –Steel Pipe and fittings $ Grand Total in words: DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices must include all freight and transportation charges Delivery, as stated in Detailed Specifications, can be met _______Yes _______No If no, specify number of days for delivery ____ PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Polyethylene Pipe/Fittings & Steel Pipe/Fittings 23 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 24 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 25 ITB #19-21 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 Polyethylene Pipe/Fittings & Steel Pipe/Fittings 26 ITB #19-21 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: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Polyethylene Pipe/Fittings & Steel Pipe/Fittings 28 ITB #19-21 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #19-21, Polyethylene Pipe/Fittings & Steel Pipe/ Fittings Due Date: April 7, 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 #19-21, Polyethylene Pipe/Fittings & Steel Pipe/ Fittings Due Date: April 7, 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 CITY OF CLEARWATER ITB # 19-21, Polyethylene Pipe/Fittings & Steel Pipe/Fittings NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: April 7, 2021; 10:00 AM BID TABULATION- Exhibit A- Polyethylene Pipe & Fittings Group 1: PIPE - 2406 RESIN Item No.Description Est. Quantity (UOM)Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 1 5/8 INCH CTS 6,000 Foot $0.25 $ 1,500.00 0 $ - $0.18 $ 1,080.00 2 3/4 INCH IPS 3,500 Foot $0.42 $ 1,470.00 $1.04 $ 3,640.00 $0.33 $ 1,155.00 3 1 INCH IPS 105,000 Foot $0.65 $ 68,250.00 $1.24 $ 130,200.00 $0.52 $ 54,600.00 4 1 1/4 INCH IPS 6,000 Foot $0.88 $ 5,280.00 $1.88 $ 11,280.00 0.70$ $ 4,200.00 5 2 INCH IPS 227,500 Foot $1.09 $ 247,975.00 $2.72 $ 618,800.00 1.08$ $ 245,700.00 6 4 INCH IPS 20,000 Foot $3.58 $ 71,600.00 $9.80 $ 196,000.00 3.72$ $ 74,400.00 7 6 INCH IPS 25,000 Foot $7.78 $ 194,500.00 $21.24 $ 531,000.00 7.96$ $ 199,000.00 8 8 INCH IPS 2000 Foot $13.38 $ 26,760.00 $36.00 $ 72,000.00 13.40$ $ 26,800.00 9 12 INCH IPS 480 Foot $30.00 $ 14,400.00 $80.16 $ 38,476.80 25.00$ $ 12,000.00 10 16 INCH IPS 480 Foot $ - $126.28 $ 60,614.40 45.00$ $ 21,600.00 Total Group 1 Items 1 –10: $ 631,735.00 Total Group 1 Items 1 – 10: $ 1,662,011.20 Total Group 1 Items 1 – 10: $ 640,535.00 Item No.Description Est. Quantity(UOM)Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 11 5/8 INCH PE (1/2 CTS)20 Foot $13.10 $ 262.00 $ - 13.00$ $ 260.00 12 3/4 INCH IPS 20 Foot $13.10 $ 262.00 $ - 13.00$ $ 260.00 13 1 INCH IPS 2,500 Foot $15.25 $ 38,125.00 $ - 16.25$ $ 40,625.00 14 2 INCH IPS 10 Foot $38.90 $ 389.00 $ - 16.25$ $ 162.50 Total Group 2 Items 11 – 14: $ 39,038.00 Total Group 2 Items 11 – 14: $ - Total Group 2 Items 11 – 14: $ 41,307.50 Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 15 3/4 INCH IPS SOCKET 90 ELBOW 20 Each $1.42 $ 28.40 $7.24 $ 144.80 1.66$ $ 33.20 16 3/4 INCH IPS BUTT 90 ELBOW 10 Each $3.01 $ 30.10 $10.24 $ 102.40 2.95$ $ 29.50 17 1 INCH IPS SOCKET 90 ELBOW 600 Each $1.53 $ 918.00 $8.20 $ 4,920.00 1.70$ $ 1,020.00 18 1 INCH IPS BUTT 90 ELBOW 10 Each $2.54 $ 25.40 $10.24 $ 102.40 3.23$ $ 32.30 19 1 1/4 INCH IPS SOCKET 90 ELBOW 150 Each $1.88 $ 282.00 $10.84 $ 1,626.00 2.54$ $ 381.00 20 1 1/4 INCH IPS BUTT 90 ELBOW 10 Each $2.89 $ 28.90 $13.60 $ 136.00 3.59$ $ 35.90 21 2 INCH IPS SOCKET 90 ELBOW 300 Each $2.54 $ 762.00 $16.64 $ 4,992.00 4.58$ $ 1,374.00 22 2 INCH IPS BUTT 90 ELBOW 10 Each $3.36 $ 33.60 $15.36 $ 153.60 3.90$ $ 39.00 23 4 INCH IPS BUTT 90 ELBOW 40 Each $10.04 $ 401.60 $42.40 $ 1,696.00 13.10$ $ 524.00 24 6 INCH IPS BUTT 90 ELBOW 20 Each $24.63 $ 492.60 $114.96 $ 2,299.20 30.00$ $ 600.00 25 8 INCH IPS BUTT 90 ELBOW 5 Each $52.90 $ 264.50 $292.60 $ 1,463.00 65.00$ $ 325.00 26 4 INCH IPS BUTT 45 ELBOW 5 Each $11.22 $ 56.10 $39.00 $ 195.00 13.00$ $ 65.00 27 6 INCH IPS BUTT 45 ELBOW 10 Each $24.63 $ 246.30 $102.84 $ 1,028.40 30.00$ $ 300.00 28 8 INCH IPS BUTT 45 ELBOW 5 Each $63.07 $ 315.35 $283.28 $ 1,416.40 65.00$ $ 325.00 29 5/8 INCH CTS SOCKET TEE 10 Each $1.20 $ 12.00 0 $ - 1.40$ $ 14.00 30 3/4 INCH IPS SOCKET TEE 10 Each $1.20 $ 12.00 $7.24 $ 72.40 1.40$ $ 14.00 31 1 INCH IPS SOCKET TEE 200 Each $1.82 $ 364.00 $8.92 $ 1,784.00 1.93$ $ 386.00 32 1 INCH IPS BUTT TEE 10 Each $3.07 $ 30.70 $9.96 $ 99.60 3.89$ $ 38.90 33 1 1/4 INCH IPS SOCKET TEE 10 Each $1.05 $ 10.50 $14.68 $ 146.80 2.85$ $ 28.50 34 1 1/4 INCH IPS BUTT TEE 5 Each $3.60 $ 18.00 $13.68 $ 68.40 4.30$ $ 21.50 35 2 INCH IPS SOCKET TEE 150 Each $3.65 $ 547.50 $34.72 $ 5,208.00 4.75$ $ 712.50 36 2 INCH IPS BUTT TEE 10 Each $4.35 $ 43.50 $20.44 $ 204.40 3.50$ $ 35.00 37 4 INCH IPS BUTT TEE 20 Each $12.64 $ 252.80 $62.72 $ 1,254.40 16.50$ $ 330.00 38 6 INCH IPS BUTT TEE 20 Each $35.95 $ 719.00 $155.04 $ 3,100.80 38.89$ $ 777.80 39 8 INCH IPS BUTT TEE 10 Each $83.25 $ 832.50 $380.40 $ 3,804.00 75.00$ $ 750.00 40 5/8 INCH CTS SOCKET CAP 20 Each $0.94 $ 18.80 0 $ - 0.90$ $ 18.00 41 3/4 INCH IPS SOCKET CAP 10 Each $1.07 $ 10.70 $5.56 $ 55.60 0.90$ $ 9.00 42 1 INCH IPS SOCKET CAP 200 Each $1.42 $ 284.00 $7.00 $ 1,400.00 1.78$ $ 356.00 43 1 1/4 INCH IPS SOCKET CAP 10 Each $1.42 $ 14.20 $7.00 $ 70.00 1.70$ $ 17.00 44 2 INCH IPS SOCKET CAP 350 Each $1.36 $ 476.00 $21.00 $ 7,350.00 2.44$ $ 854.00 45 4 INCH IPS BUTT CAP 20 Each $7.27 $ 145.40 $27.48 $ 549.60 9.01$ $ 180.20 46 6 INCH IPS BUTT CAP 10 Each $16.84 $ 168.40 $72.64 $ 726.40 21.75$ $ 217.50 47 8 INCH IPS BUTT CAP 5 Each $27.65 $ 138.25 $113.68 $ 568.40 40.00$ $ 200.00 48 4 X 2 INCH IPS BUTT REDUCER 10 Each $6.55 $ 65.50 $28.72 $ 287.20 8.50$ $ 85.00 49 6 X 4 INCH IPS BUTT REDUCER 10 Each $18.07 $ 180.70 $70.20 $ 702.00 24.00$ $ 240.00 50 8 X 6 INCH IPS BUTT REDUCER 10 Each $32.02 $ 320.20 $134.92 $ 1,349.20 38.00$ $ 380.00 51 5/8 INCH CTS SOCKET COUPLING 20 Each $0.60 $ 12.00 0 $ - 0.77$ $ 15.40 52 3/4 INCH IPS SOCKET COUPLING 10 Each $0.70 $ 7.00 $3.36 $ 33.60 0.89$ $ 8.90 53 1 INCH IPS SOCKET COUPLING 6000 Each $0.75 $ 4,500.00 $5.08 $ 30,480.00 1.20$ $ 7,200.00 54 1 1/4 INCH IPS SOCKET COUPLING 10 Each $1.00 $ 10.00 $5.80 $ 58.00 1.30$ $ 13.00 55 2 INCH IPS SOCKET COUPLING 700 Each $0.94 $ 658.00 $9.64 $ 6,748.00 1.60$ $ 1,120.00 56 2 X 1 INCH IPS SOCKET COUPLING 50 Each $3.95 $ 197.50 $20.00 $ 1,000.00 1.92$ $ 96.00 57 2 x 1 1/4 INCH IPS SOCKET COUPLING 5 Each $3.95 $ 19.75 $20.00 $ 100.00 2.80$ $ 14.00 58 1 1/4 x 1 INCH IPS SOCKET COUPLING 10 Each $3.55 $ 35.50 $18.12 $ 181.20 3.58$ $ 35.80 59 1 IPS X 3/4 INCH IPS SOCKET COUPLING 20 Each $2.36 $ 47.20 $12.04 $ 240.80 2.30$ $ 46.00 60 1 IPS X 5/8 INCH IPS SOCKET COUPLING 50 Each $2.70 $ 135.00 0 $ - 2.30$ $ 115.00 61 3/4 IPS X 5/8 INCH IPS SOCKET COUPLING 5 Each $4.00 $ 20.00 0 $ - 2.30$ $ 11.50 Total Group 3 Items 15 – 61 $ 14,191.45 Total Group 3 Items 15 – 61 $ 87,918.00 Total Group 3 Items 15 – 61 $ 19,424.40 Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 62 4 INCH IPS BUTT 90 ELBOW 20 Each $10.00 200.00$ $42.40 848.00$ 13.00$ 260.00$ 63 6 INCH IPS BUTT 90 ELBOW 5 Each $24.63 123.15$ $114.96 574.80$ 25.00$ 125.00$ 64 8 INCH IPS BUTT 90 ELBOW 5 Each $52.93 264.65$ $292.60 1,463.00$ 60.00$ 300.00$ 65 4 INCH IPS BUTT 45 ELBOW 5 Each $11.22 56.10$ $39.00 195.00$ 13.00$ 65.00$ 66 6 INCH IPS BUTT 45 ELBOW 5 Each $24.63 123.15$ $102.84 514.20$ 25.00$ 125.00$ 67 8 INCH IPS BUTT 45 ELBOW 5 Each $68.00 340.00$ $283.28 1,416.40$ 60.00$ 300.00$ 68 4 INCH IPS BUTT TEE 5 Each $12.65 63.25$ $62.72 313.60$ 16.00$ 80.00$ 69 6 INCH IPS BUTT TEE 5 Each $35.95 179.75$ $155.04 775.20$ 35.00$ 175.00$ 70 8 INCH IPS BUTT TEE 5 Each $106.00 530.00$ $380.40 1,902.00$ 65.00$ 325.00$ 71 4 INCH IPS BUTT CAP 5 Each $7.27 36.35$ $27.48 137.40$ 9.00$ 45.00$ 72 6 INCH IPS BUTT CAP 5 Each $16.84 84.20$ $72.64 363.20$ 21.00$ 105.00$ 73 8 INCH IPS BUTT CAP 5 Each $27.65 138.25$ $113.68 568.40$ 40.00$ 200.00$ 74 4 X 2 INCH IPS BUTT REDUCER 5 Each $6.55 32.75$ $28.72 143.60$ 8.50$ 42.50$ 75 6 X 4 INCH IPS BUTT REDUCER 5 Each $18.07 90.35$ $70.20 351.00$ 24.00$ 120.00$ 76 8 X 6 INCH IPS BUTT REDUCER 5 Each $32.02 160.10$ $134.92 674.60$ 38.00$ 190.00$ Total Group 4 Items 62 – 76 $ 2,422.05 Total Group 4 Items 62 – 76 $ 10,240.40 Total Group 4 Items 62 – 76 $ 2,457.50 Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 77 1 INCH IPS X 1 INCH MIP (SDR-11)20 Each $15.75 315.00$ $35.68 713.60$ 15.00$ 300.00$ 78 1 1/4 INCH IPS X 1 1/4 INCH MIP (SDR-11)10 Each $17.30 173.00$ $39.56 395.60$ 15.30$ 153.00$ 79 2 INCH IPS X 2 INCH MIP (SDR-11)100 Each $25.60 2,560.00$ $45.36 4,536.00$ 24.50$ 2,450.00$ 80 4 INCH IPS X 4 INCH WELD (SDR-11)10 Each $77.10 771.00$ $92.64 926.40$ 55.00$ 550.00$ 81 6 INCH IPS X 6 INCH WELD (SDR-11)10 Each $225.00 2,250.00$ $181.04 1,810.40$ 204.14$ 2,041.40$ 82 8 INCH IPS X 8 INCH WELD (SDR-11)10 Each $422.00 4,220.00$ $329.04 3,290.40$ 479.00$ 4,790.00$ 10,289.00$ Total Group 5 Items 77 – 82 11,672.40$ Total Group 5 Items 77 – 82 10,284.40$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 83 1 INCH IPS 80 Each $29.10 2,328.00$ $82.12 6,569.60$ 31.00$ 2,480.00$ 84 2 INCH IPS 40 Each $53.20 2,128.00$ $228.80 9,152.00$ 64.00$ 2,560.00$ 85 4 INCH IPS 15 Each $191.00 2,865.00$ $688.48 10,327.20$ 192.00$ 2,880.00$ 86 6 INCH IPS 10 Each $391.00 3,910.00$ $1,379.96 13,799.60$ 350.00$ 3,500.00$ 87 8 INCH IPS 10 Each $763.00 7,630.00$ $3,147.96 31,479.60$ 600.00$ 6,000.00$ 18,861.00$ Total Group 6 Items 83 – 87 71,328.00$ Total Group 6 Items 83 – 87 17,420.00$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price Group 7: POLYVALVES - 3408 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Group 5: TRANSITIONS Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 5 Items 77 – 82 Group 6: POLYVALVES - 2406 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 6 Items 83 – 87 Group 3: FITTINGS - 2406 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Group 4: FITTINGS - 3408 Resin Consolidated Pipe & Supply Co, Inc.Core & Main LP NOTE: Highlighted Cell indicates no bid. Consolidated Pipe & Supply Co, Inc.Core & Main LP Group 2: PE EXCESS FLOW VALVES - 2406 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply 88 4 INCH IPS 5 Each $196.00 980.00$ $688.48 3,442.40$ 164.00$ 820.00$ 89 6 INCH IPS 5 Each $415.00 2,075.00$ $1,379.96 6,899.80$ 344.00$ 1,720.00$ 90 8 INCH IPS 5 Each $800.00 4,000.00$ $3,147.96 15,739.80$ 625.00$ 3,125.00$ 7,055.00$ Total Group 7 Items 88 – 90 26,082.00$ Total Group 7 Items 88 – 90 5,665.00$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 91 3/4 INCH X 5/8 INCH CTS (SDR-11)50 Each $20.65 1,032.50$ -$ 20.00$ 1,000.00$ 92 3/4 INCH X 3/4 INCH IPS (SDR-11)10 Each $21.72 217.20$ $94.60 946.00$ 25.36$ 253.60$ 93 1 INCH X 1 INCH IPS (SDR-11)2500 Each $27.90 69,750.00$ $114.24 285,600.00$ 28.75$ 71,875.00$ 94 1 1/4 INCH X 1 1/4 INCH IPS (SDR-11)5 Each $56.00 280.00$ $210.92 1,054.60$ 26.00$ 130.00$ 95 2 INCH X 2 INCH IPS (SDR-11)5 Each $104.00 520.00$ $396.04 1,980.20$ 95.00$ 475.00$ 71,799.70$ Total Group 8 Items 91 – 95 289,580.80$ Total Group 8 Items 91 – 95 73,733.60$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 96 5/8 INCH CTS X 5/8 INCH CTS 150 Each $10.27 1,540.50$ -$ 14.50$ 2,175.00$ 97 5/8 INCH CTS X STUB CAP 100 Each $10.30 1,030.00$ -$ 18.50$ 1,850.00$ 98 3/4 INCH IPS X 3/4 INCH IPS 30 Each $20.15 604.50$ -$ 26.50$ 795.00$ 99 3/4 INCH IPS X STUB CAP 20 Each $18.55 371.00$ -$ 52.90$ 1,058.00$ 100 1 INCH IPS X 1 INCH IPS 350 Each $33.75 11,812.50$ -$ 46.00$ 16,100.00$ 101 1 INCH IPS X STUB CAP 100 Each $47.30 4,730.00$ -$ 70.50$ 7,050.00$ 102 1 1/4 INCH IPS X 1 1/4 INCH IPS 10 Each $55.58 555.80$ -$ 90.00$ 900.00$ 103 1 1/4 INCH IPS X STUB CAP 10 Each $70.16 701.60$ -$ 110.00$ 1,100.00$ 104 2 INCH IPS X 2 INCH IPS 200 Each $81.40 16,280.00$ -$ 123.50$ 24,700.00$ 105 2 INCH IPS X STUB CAP 40 Each $133.00 5,320.00$ -$ 155.00$ 6,200.00$ 106 1/4 INCH COPPER X 5/8 INCH CTS 10 Each $25.90 259.00$ -$ 25.00$ 250.00$ 107 1/2 INCH COPPER X 5/8 INCH CTS 50 Each $27.30 1,365.00$ -$ 38.00$ 1,900.00$ 44,569.90$ Total Group 9 Items 96 – 107 $ - Total Group 9 Items 96 – 107 $ 64,078.00 Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 108 2 INCH IPS X 5/8 INCH CTS 20 Each $27.80 556.00$ $110.28 2,205.60$ 12.00$ 240.00$ 109 2 INCH IPS 3/4 INCH IPS 10 Each $27.80 278.00$ $110.28 1,102.80$ 12.00$ 120.00$ 110 2 INCH IPS 1 INCH IPS 1500 Each $28.70 43,050.00$ $110.28 165,420.00$ 17.00$ 25,500.00$ 111 2 INCH IPS X 2 INCH IPS 125 Each $106.10 13,262.50$ $182.68 22,835.00$ 55.00$ 6,875.00$ 112 4 INCH IPS X 5/8 INCH CTS 5 Each $29.60 148.00$ $120.92 604.60$ 12.00$ 60.00$ 113 4 INCH IPS X 1 INCH IPS 25 Each $30.56 764.00$ $120.92 3,023.00$ 20.00$ 500.00$ 114 4 INCH IPS X 2 INCH IPS 20 Each $106.10 2,122.00$ $182.68 3,653.60$ 55.00$ 1,100.00$ 115 6 INCH IPS X 5/8 INCH CTS 5 Each $36.90 184.50$ $120.92 604.60$ 12.00$ 60.00$ 116 6 INCH IPS X 1 INCH IPS 40 Each $37.80 1,512.00$ $120.92 4,836.80$ 17.50$ 700.00$ 117 6 INCH IPS X 2 INCH IPS 40 Each $115.25 4,610.00$ $182.68 7,307.20$ 62.00$ 2,480.00$ 118 8 INCH IPS X 1 INCH IPS 2 Each $100.00 200.00$ $120.92 241.84$ 12.00$ 24.00$ 119 8 INCH IPS X 2 INCH IPS 2 Each $123.80 247.60$ $182.68 365.36$ 59.00$ 118.00$ 66,934.60$ Total Group 10 Items 108 – 119 212,200.40$ Total Group 10 Items 108 – 119 37,777.00$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 120 2 INCH IPS X 5/8 INCH CTS 5 Each $23.80 119.00$ $110.28 551.40$ 12.00$ 60.00$ 121 2 INCH IPS 3/4 INCH IPS 5 Each $19.00 95.00$ $110.28 551.40$ 12.00$ 60.00$ 122 2 INCH IPS 1 INCH IPS 5 Each $19.25 96.25$ $110.28 551.40$ 12.00$ 60.00$ 123 4 INCH IPS X 5/8 INCH CTS 5 Each $23.80 119.00$ $110.28 551.40$ 12.00$ 60.00$ 124 4 INCH IPS X 1 INCH IPS 5 Each $23.80 119.00$ $110.28 551.40$ 12.00$ 60.00$ 125 6 INCH IPS X 5/8 INCH CTS 5 Each $29.00 145.00$ $110.28 551.40$ 12.00$ 60.00$ 126 6 INCH IPS X 1 INCH IPS 5 Each $31.00 155.00$ $110.28 551.40$ 12.00$ 60.00$ 127 2 INCH IPS X 2 INCH IPS 5 Each $79.20 396.00$ $182.68 913.40$ 50.00$ 250.00$ 128 4 INCH IPS X 2 INCH IPS 5 Each $84.90 424.50$ $182.68 913.40$ 50.00$ 250.00$ 129 6 INCH IPS X 2 INCH IPS 5 Each $85.75 428.75$ $182.68 913.40$ 50.00$ 250.00$ 130 8 INCH IPS X 2 INCH IPS 5 Each $91.70 458.50$ $182.68 913.40$ 55.00$ 275.00$ 2,556.00$ Total Group 11 Items 120 – 130 7,513.40$ Total Group 11 Items 120 – 130 1,445.00$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 131 1 INCH IPS 20 Each $9.55 191.00$ $17.60 352.00$ 7.75$ 155.00$ 132 2 INCH IPS 100 Each $10.00 1,000.00$ $23.60 2,360.00$ 7.00$ 700.00$ 133 4 INCH IPS 50 Each $28.00 1,400.00$ $65.60 3,280.00$ 24.00$ 1,200.00$ 134 6 INCH IPS 20 Each $68.75 1,375.00$ $163.80 3,276.00$ 58.00$ 1,160.00$ 135 8 INCH IPS 2 Each $106.00 212.00$ $227.96 455.92$ 58.00$ 116.00$ 4,178.00$ Total Group 12 Items 131 – 135 9,723.92$ Total Group 12 Items 131 – 135 3,331.00$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 136 1 INCH IPS 5 Each $5.45 27.25$ $17.60 88.00$ 5.00$ 25.00$ 137 2 INCH IPS 5 Each $7.05 35.25$ $23.60 118.00$ 6.25$ 31.25$ 138 4 INCH IPS 5 Each $21.80 109.00$ $65.60 328.00$ 18.05$ 90.25$ 139 6 INCH IPS 5 Each $53.50 267.50$ $163.80 819.00$ 41.00$ 205.00$ 140 8 INCH IPS 5 Each $90.17 450.85$ $227.96 1,139.80$ 50.00$ 250.00$ 889.85$ Total Group 13 Items 136 – 140 2,492.80$ Total Group 13 Items 136 – 140 601.50$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 141 SOCKET FUSION HEATER 5 Each $581.00 2,905.00$ $757.52 3,787.60$ 353.00$ 1,765.00$ 142 FUSION BAG 5 Each $156.00 780.00$ $262.64 1,313.20$ 80.50$ 402.50$ 143 3/4 INCH SOCKET FACE 6 Each $57.00 342.00$ $190.96 1,145.76$ 89.00$ 534.00$ 144 5/8 INCH SOCKET FACE 6 Each $47.35 284.10$ $190.96 1,145.76$ 89.00$ 534.00$ 145 1 INCH SOCKET FACE 10 Each $56.90 569.00$ $190.96 1,909.60$ 89.00$ 890.00$ 146 1 1/4 INCH SOCKET FACE 5 Each $76.95 384.75$ $251.44 1,257.20$ 89.00$ 445.00$ 147 2 INCH SOCKET FACE 2 Each $109.00 218.00$ $251.44 502.88$ 89.00$ 178.00$ 148 3/4 INCH CHAMFERING TOOL 5 Each $69.40 347.00$ $111.40 557.00$ 62.00$ 310.00$ 149 5/8 INCH CHAMFERING TOOL 5 Each $69.40 347.00$ $102.40 512.00$ 62.00$ 310.00$ 150 1 INCH CHAMFERING TOOL 10 Each $69.40 694.00$ $111.40 1,114.00$ 62.00$ 620.00$ 151 1 1/4 INCH CHAMFERING TOOL 5 Each $69.40 347.00$ $120.92 604.60$ 62.00$ 310.00$ 152 2 INCH CHAMFERING TOOL 10 Each $80.60 806.00$ $136.88 1,368.80$ 62.00$ 620.00$ 153 3/4 INCH COLD RING 5 Each $104.00 520.00$ $286.44 1,432.20$ 70.00$ 350.00$ 154 5/8 INCH COLD RING 5 Each $104.00 520.00$ $286.44 1,432.20$ 70.00$ 350.00$ 155 1 INCH COLD RING 5 Each $104.00 520.00$ $286.44 1,432.20$ 70.00$ 350.00$ 156 1 1/4 INCH COLD RING 4 Each $165.00 660.00$ $286.44 1,145.76$ 109.00$ 436.00$ 157 2 INCH COLD RING 5 Each $165.00 825.00$ $318.28 1,591.40$ 109.00$ 545.00$ 11,068.85$ Total Group 14 Items 141 – 157 22,252.16$ Total Group 14 Items 141 – 157 8,949.50$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 158 2 INCH ROTARY PEELER 5 Each $628.00 3,140.00$ $781.76 3,908.80$ 570.00$ 2,850.00$ 159 4 INCH ROTARY PEELER 5 Each $693.00 3,465.00$ $4,646.72 23,233.60$ 630.00$ 3,150.00$ 160 6 INCH ROTARY PEELER 5 Each $825.00 4,125.00$ -$ 750.00$ 3,750.00$ 161 8 INCH ROTARY PEELER 5 Each $875.00 4,375.00$ -$ 679.00$ 3,395.00$ 162 SCRAPER BLADES 10 Each $104.00 1,040.00$ 211.88$ 2,118.80$ 95.00$ 950.00$ 163 2 INCH UNDERCLAMP 10 Each $430.00 4,300.00$ -$ 379.50$ 3,795.00$ 164 4 INCH UNDERCLAMP 10 Each $490.00 4,900.00$ -$ 432.70$ 4,327.00$ 165 6 INCH UNDERCLAMP 5 Each $505.00 2,525.00$ -$ 445.50$ 2,227.50$ 166 8 INCH UNDERCLAMP 5 Each -$ -$ 445.50$ 2,227.50$ Total Group 11 Items 120 – 130 Group 12: ELECTROFUSION COUPLINGS - 2406 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 12 Items 131 – 135 Consolidated Pipe & Supply Co, Inc.Core & Main LPGroup 13: ELECTROFUSION COUPLINGS - 3408 RESIN Group 14: PE SOCKET FUSION TOOLS Group 15: PE ELECTROFUSION TOOLS Total Group 13 Items 136 – 140 Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 14 Items 141 – 157 Consolidated Pipe & Supply Co, Inc.Core & Main LP Group 11: ELECTROFUSION TAPPING TEES - 3408 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 7 Items 88 – 90 Group 8: RISERS Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 8 Items 91 – 95 Group 9: STAB FITTINGS - 3408 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 9 Items 96 – 107 Group 10: ELECTROFUSION TAPPING TEES - 2406 RESIN Consolidated Pipe & Supply Co, Inc.Core & Main LP Total Group 10 Items 108 – 119 General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply General Utility Pipe and Supply 167 2 INCH ELECTROFUSION COUPLING CLAMP 5 Each $990.00 4,950.00$ -$ 170.00$ 850.00$ 168 4 INCH ELECTROFUSION COUPLING CLAMP 5 Each $990.00 4,950.00$ -$ 850.00$ 4,250.00$ 169 6 INCH ELECTROFUSION COUPLING CLAMP 5 Each $303.00 1,515.00$ -$ 276.85$ 1,384.25$ 170 8 INCH ELECTROFUSION COUPLING CLAMP 2 Each $725.00 1,450.00$ -$ 300.00$ 600.00$ 40,735.00$ Total Group 15 Items 158 – 170 29,261.20$ Total Group 15 Items 158 – 170 33,756.25$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 171 GLS-26 5 Each $1,092.00 5,460.00$ -$ 1,092.00$ 5,460.00$ 172 SMALL SERVICE SQUEEZE TOOL 5 Each $250.00 1,250.00$ -$ 298.75$ 1,493.75$ 173 MID-RANGE SERVICE SQUEEZE TOOL 5 Each $388.00 1,940.00$ -$ 565.00$ 2,825.00$ 174 INDIVIDUAL VISE-GRIP SQUEEZE TOOL 5 Each $198.00 990.00$ -$ 190.00$ 950.00$ 175 4 INCH MANUAL SQUEEZE TOOL (MUSTANG OR EQUIVALENT)5 Each $1,039.00 5,195.00$ -$ 1,257.50$ 6,287.50$ 176 6 INCH MANUAL SQUEEZE TOOL (MUSTANG OR EQUIVALENT)5 Each $3,140.00 15,700.00$ -$ 1,257.50$ 6,287.50$ 177 8 INCH MANUAL SQUEEZE TOOL (MUSTANG OR EQUIVALENT)5 Each $3,580.00 17,900.00$ -$ 1,500.00$ 7,500.00$ 178 4 INCH HYDRAULIC SQUEEZE TOOL 5 Each $6,814.00 34,070.00$ -$ 7,400.00$ 37,000.00$ 179 6 INCH HYDRAULIC SQUEEZE TOOL 5 Each $6,814.00 34,070.00$ -$ 8,800.00$ 44,000.00$ 180 8 INCH HYDRAULIC SQUEEZE TOOL 2 Each $7,371.00 14,742.00$ -$ 8,800.00$ 17,600.00$ 131,317.00$ Total Group 16 Items 171 – 18 -$ Total Group 16 Items 171 – 18 129,403.75$ Item Description Quantity Unit Unit Price(UOM) Total Price Unit Price(UOM) Total Price Unit Price(UOM) Total Price 181 2 INCH HEATING IRON 5 Each $733.00 3,665.00$ -$ 558.95$ 2,794.75$ 182 4 INCH HEATING IRON 5 Each $733.00 3,665.00$ -$ 558.95$ 2,794.75$ 183 6 INCH HEATING IRON 2 Each $1,818.00 3,636.00$ -$ 1,616.90$ 3,233.80$ 184 8 INCH HEATING IRON 2 Each $3,128.00 6,256.00$ -$ 2,823.10$ 5,646.20$ 17,222.00$ Total Group 17 Items 181 – 184 -$ Total Group 17 Items 181 – 184 14,469.50$ Item Description Quantity Unit Unit Price (UOM) Total Price Unit Price (UOM) Total Price Unit Price (UOM) Total Price 185 5/8 INCH CTS STIFFENER 5 Each $3.75 18.75$ -$ 6.00$ 30.00$ 186 1 INCH IPS STIFFENER 5 Each $5.00 25.00$ -$ 7.00$ 35.00$ 187 1 1/4 INCH IPS STIFFENER 5 Each $6.00 30.00$ -$ 7.50$ 37.50$ 188 2 INCH IPS STIFFENER 10 Each $9.20 92.00$ -$ 10.00$ 100.00$ 189 4 INCH IPS STIFFENER 5 Each $60.00 300.00$ -$ 10.00$ 50.00$ 190 MARKERPOLES; 2 INCH ROUND W/LABEL 2000 Each $21.50 43,000.00$ -$ 16.50$ 33,000.00$ 191 VALVE BOX- PLASTIC; COMPLETE WITH CAST IRON LID PRINTED (GAS), NON-LOCKING, EXTENSION RANGE 34" - 300 Each $89.95 26,985.00$ -$ 84.05$ 25,215.00$ 70,450.75$ Total Group 18 Items 185 - 191 -$ Total Group 18 Items 185 - 191 58,467.50$ General Utility Pipe and Supply Total Group 18 Items 185 – 191 Total Group 17 Items 181 – 184 Total Group 15 Items 158 – 170 Consolidated Pipe & Supply Co, Inc. Group 18: MISCELLANEOUS MATERIAL Consolidated Pipe & Supply Co, Inc. Core & Main LP Total Group 16 Items 171 – 180 Group 17: BUTT FUSION TOOLS Consolidated Pipe & Supply Co, Inc.Core & Main LP Group 16: PE SQUEEZE TOOLS Core & Main LP General Utility Pipe and Supply General Utility Pipe and Supply Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9164 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Authorize an increase to purchase order number 21000409 to Signal 15 Inc. of Largo, FL, for the purchase of ballistic vests and vest carriers in an amount of $35,000, bringing the total not-to-exceed annual amount to $135,000, through September 30, 2021 and authorize the appropriate officials to execute same. (consent) SUMMARY: In December 2020, the Clearwater Police Department (CPD) requested a purchase order in the amount of $50,000 for the purchase of ballistic vests, piggybacking off the State of Florida contract 46151504-NASPO-17-ACS which expired in March 2021. In February 2021, an increase of $50,000 was approved by the City Manager, bringing the total amount to $100,000. This additional purchase was a result of the implementation of external vest carriers because of the Body Worn Camera program. Since the vests were custom modified by Signal 15 Inc., the vest carriers were sole sourced through them. Authorization is now requested to increase the purchase order by $35,000 for additional ballistic vests and vest carriers, which may be required for new employees, for a total annual not-to-exceed amount of $135,000. Ballistic Vests: Piggyback off State of Florida contract 46151500-NASPO-21-ACS (Point Blank Enterprise was awarded vendor with Signal 15 Inc as the authorized dealer under this contract. Term of contract: 03.16.2021-11.10.2022) Vest Carriers: Sole Source procurement APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY21 are available in CPD cost code 0101131-547100, Uniforms-Employee. Page 1 City of Clearwater Printed on 5/13/2021 Alternate Contract Source (ACS) No. 46151500-NASPO-21-ACS For Body Armor and Ballistic Resistant Products Page 1 of 3  This Alternate Contract Source Contract (“ACS”) is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida (State), and Point Blank Enterprises, Inc. (Contractor), collectively referred to herein as the “Parties.” This ACS, along with Exhibit A, Exhibit B, and Exhibit C, constitute the State of Florida Participating Addendum to the NASPO ValuePoint Master Agreement Number 164719, Body Armor and Ballistic Resistance Products (Master Agreement).This ACS covers the Body Armor and Ballistic Resistant Products let by the State of Colorado for use by state agencies and other entities, as permitted by their own laws, ordinances or rules. 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 Colorado acting by and through the National Association of State Procurement Officials’ (NASPO) cooperative contracting arm, NASPO ValuePoint, competitively procured Master Agreement Number 164719, attached hereto as Exhibit C. The Master Agreement became effective on November 13, 2020, and is scheduled to expire on November 10, 2022. Renewal options are available. The Department evaluated the Master Agreement, and hereby acknowledges that use of the Master Agreement as an alternative source contract 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 ACS will begin March 16, 2021, or on the date the ACS is fully signed by all Parties, whichever is later. The ACS will expire on November 10, 2022, unless terminated earlier by the Participating State or by the Department in accordance with Exhibit B, Special Contract Conditions. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B Alternate Contract Source (ACS) No. 46151500-NASPO-21-ACS For Body Armor and Ballistic Resistant Products  Page 2 of 3  2. The ACS and Order of Precedence. All Exhibits attached or listed below are incorporated in their entirety into, and will form part of, this ACS. Exhibit A, Exhibit B, and this ACS document constitute the Participating Addendum to the Master Agreement, and modify or supplement the terms and conditions of the Master Agreement. In the event of a conflict, the following order of precedence shall apply: a) This ACS and amendments, with the latest issued having priority. b) Exhibit A: Additional Special Contract Conditions c) Exhibit B: Special Contract Conditions d) Exhibit C: Master Agreement Number 164719, Body Armor and Ballistic Resistance Products 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 ACS. Upon execution of this ACS, agencies (as defined in section 287.012, Florida Statutes) may purchase products and services under this ACS using this State of Florida ACS No. 46151500-NASPO-21-ACS. Any product or service not offered on the Master Agreement is not approved for purchase under this ACS. Agencies acknowledge and agree to be bound by the terms and conditions of this ACS. 4. Primary Contacts Department’s Contract Manager: Shaveon Nelson Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-1214 Email: Shaveon.Nelson@dms.fl.gov Contractor’s Contract Manager: Daniela Domenecci Point Blank Enterprises, Inc. 2102 SW 2nd Street DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B Alternate Contract Source (ACS) No. 46151500-NASPO-21-ACS For Body Armor and Ballistic Resistant Products  Page 3 of 3  Pompano Beach, Florida 33069 954-630-0900 ext. 1329 ddomenecci@pbearmor.com 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 amendments, with the latest issued having priority, and Exhibit A and Exhibit B constitute the Participating Addendum. The Participating Addendum and Exhibit C constitute the ACS Contract and the entire understanding of the Parties. Any amendments to this ACS must be in writing and signed by the Parties. IN WITNESS THEREOF, the Parties hereto have caused this ACS, which includes the attached and incorporated Exhibits, to be executed by their undersigned officials as duly authorized. This ACS is not valid and binding until signed and dated by the Parties. Point Blank Enterprises, Inc. STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES ____________________________ Hoyt Schmidt EVP of Commercial Business _______________________________ Tami Fillyaw Chief of Staff _____________________________ _______________________________ Date: Date: DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 3/1/2021 | 6:33 AM PST 3/1/2021 | 5:27 PM EST SP approved version 7‐1‐2019 1  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.   DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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 DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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; DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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 DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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 DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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; DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B 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. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B   1   ADDITIONAL SPECIAL CONTRACT CONDITIONS Exhibit A The Contractor and Customers acknowledge and agree to be bound by the terms and conditions of the Master Agreement except as otherwise specified in the Department’s ACS as modified and supplemented by the Special Contract Conditions and these Additional Special Contract Conditions. Contractor acknowledges that the Participating State is an agency of the State of Florida and as such, the ACS will include the terms and conditions in these Additional Special Contract Conditions. All references to the ACS in these Additional Special Contract Conditions include the terms and conditions herein. A. Orders: Contractor must be able to accept the State of Florida Purchasing Card and MyFloridaMarketPlace (MFMP) purchase orders. B. Contractor and Applicable Subcontractors, Affiliates, Partners, Resellers, Distributors, and Dealers: By execution of the ACS, the Contractor acknowledges that it will not be released of its contractual obligations to the Department or Customer because of any failure of a subcontractor, reseller, distributor, or dealer. The ACS terms are applicable to subcontractors, resellers, distributors, and dealers and shall apply to the Contractor’s applicable subcontractors, affiliates, partners, resellers, distributors, and dealers providing commodities and performing services in furtherance of the ACS. The Contractor is fully responsible for satisfactory completion of all work performed under the ACS. C. Purchases Prerequisites: Before fulfilling any Customer purchases and receiving payment, the Contractor and applicable subcontractors, affiliates, partners, resellers, distributors, and dealers must have met the following requirements, unless further notated below:  Have an active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org), or, if exempt from the registration requirements, provide the Department with the basis for such exemption.  Be registered in the MFMP Vendor Information Portal (https://vendor.myfloridamarketplace.com) *only required by applicable subcontractors, affiliates, partners, resellers, distributors, and dealers if receiving payment.  Not be on the State’s Convicted, Suspended, or Discriminatory Vendor lists (http://www.dms.myflorida.com/business_operations/State_purchasing/vendor_in formation/convicted_suspended_discriminatory_complaints_vendor_lists)  Have a copy of e-Verify status on file *only required if applicable.  Have a current W-9 filed with the Florida Department of Financial Services (https://flvendor.myfloridacfo.com) *only required by applicable subcontractors, affiliates, partners, resellers, distributors, and dealers if receiving payment. DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B     2    Contractor shall include in any subcontractor, affiliate, partner, reseller, distributor, and dealer agreement a requirement to adhere to the purchase prerequisite terms set forth above, if applicable. D. MFMP 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 Customer through one of the mechanisms as listed below: 1) EDI (Electronic Data Interchange) 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. 2) PO Flip via AN This online process allows Contractors to submit invoices via the AN for catalog and non-catalog goods and services. The Contractor has 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. 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 MFMP. 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 MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the ACS. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic invoicing if needed. E. ACS Reporting: The Contractor shall provide the Department the following accurate and complete reports associated with this ACS. 1) Contract Quarterly Sales Reports. The Contractor shall submit Quarterly Sales Reports to the Department’s Contract Manager within 30 calendar days after the close of each State fiscal quarter (the State’s fiscal quarters close on September 30, December 31, March 31, and June 30). The Contractor’s first Quarterly Sales Report will be due 30 calendar days after the first full quarter following ACS execution. Reports must be submitted in MS Excel format and can be retrieved by accessing the following link at FL DMS Quarterly Sales Report Form. The report shall include all Customer sales received and associated with this ACS during the quarter. Initiation and submission of the Quarterly Sales 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, the ACS may be terminated, or the Department may choose to not renew the ACS.  DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B     3    2) Certified and Minority Business Enterprises Report. Upon Customer request, the Contractor shall report to each Customer, spend with certified and other minority business enterprises in the provision of commodities or services related to the Customer orders. These reports shall include the period covered; the name, minority code, and Federal Employer Identification Number of each minority business enterprise utilized during the period; commodities and services provided by the minority business enterprise; and the amount paid to each minority business enterprise on behalf of the Customer. 3) Ad Hoc Sales Reports. The Department may require additional ACS sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports within the timeframe specified by the Department. 4) MFMP Transaction Fee Reports. The Contractor shall submit monthly MFMP Transaction Fee Reports to the Department. Reports are due 15 calendar days after the end of each month. Information on how to submit MFMP Transaction Fee Reports online can be located on the Transaction Fee and Reporting website. Assistance with the transaction fee reporting system is also available from the MFMP Customer Service Desk by email at feeprocessing@myfloridamarketplace.com or telephone at 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. F. Financial Consequences: The following financial consequences will apply to the Contractor’s non-performance of the provision of the Quarterly Sales Reports and the MFMP Transaction Fee Reports. The State of Florida reserves the right to withhold payment or implement other appropriate remedies, such as ACS termination or nonrenewal, when the Contractor has failed to comply with these provisions of the ACS. The Contractor and the Department agree that the financial consequences for non- performance are an estimate of damages which are difficult to ascertain and are not penalties. The financial consequences will be paid via check or money order and made out to the Department of Management Services in U.S. 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 month or quarter, respectively, thereafter. Financial Consequences Chart Deliverable Performance Metric Performance Due Date Financial Consequence for Non- Performance (Per Calendar Day Late/Complet e Report Not Received by DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B     4    Quarterly reporting timeframes coincide with the State Fiscal Year as follows: Quarter 1 - (July-September) – due 30 calendar days after close of the period Quarter 2 - (October-December) – due 30 calendar days after close of the period Quarter 3 - (January-March) – due 30 calendar days after close of the period Quarter 4 - (April-June) – due 30 calendar days after close of the period The Department may not consider renewal of the ACS or price adjustments if the Contractor is late on submitting required reports or paying for outstanding fees owed. G. Business Review Meetings: Both the Department and Customer reserve the right to schedule business review meetings. The Department or Customer will provide the format for the Contractor's agenda. In the event the Department or Customer schedules a business review meeting, the Contractor shall submit the completed agenda to the Department or Customer for review and acceptance prior to the meeting. The Contractor shall address the agenda items and any of the Department’s or Customer’s additional concerns at the meeting. At a minimum, the agenda items may include: a. ACS compliance b. Savings report (in dollar amount and cost avoidance) c. Spend reports by Customer d. Recommendations for improved compliance and performance Failure to comply with this section may result in the Contractor being placed on a Corrective Action Plan and possible termination of the ACS. H. E-verify. The following terms replace Section 13.2 of Exhibit B, Special Contract Conditions in its entirety. 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 ACS, 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 the Contract Manager) Contractor will timely submit complete Quarterly Sales Reports All Quarterly Sales Reports will be submitted timely with the required information Reports are due on or before the 30th calendar day after the close of each State fiscal quarter $250 Contractor will timely submit complete MFMP Transaction Fee Reports All MFMP Transaction Fee Reports will be submitted timely with the required information Reports are due on or before the 15th calendar day after the close of each month $100 DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B     5    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 this provision, the Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) days of ACS 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 (1) 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.   DocuSign Envelope ID: 585EA991-CB53-4924-A64C-93B14348F91B Exhibit B Distributors for Body Armor State by State RFP-AR-21-001 Manufacturer Name:POINT BLANK ENTERPRISES, INC Address:2102 SW 2nd street City:Pompano Beach State:Florida Zip:33069 Primary Contact:Daniela Domenecci Phone:954-630-0900 Email:ddomenecci@pbearmor.com Website:www.pointblankenterprises.com FEIN: 45-3646868 Company Name:Federal Eastern International Address:751 Pinellas Bayway, Suite 106 City:St Petersburg State:FL Zip:33715 Primary Contact: Sally Hayes Phone:727-510-7145 Email:shayes@fedeastintl.com Website:www.fedeastintl.com FEIN: 27-1774570 Areas Covered: Company Name:Galls-Tallahassee Address:8710 Northwest Passage City:Tallahassee State:FL Zip:32808 Primary Contact: Patrick Sutton Phone:859-4337142 Email:sutton-patrick@galls.com Website:www.galls.com FEIN: Areas Covered: Company Name:Municipal Emergency Services Address:3789 62nd Ave City:North Pinellas Park State:FL Zip:33781 Primary Contact: Jamie Robinson Phone:727-521-2135 or 800-719-5871 Email:jrobinson@mesfire.com Website:www.mesfire.com FEIN: 65-1051374 Areas Covered: Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Offeror must provide a list of all Agents/Distributors located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county. Offeror may modify the document to add additional distributors if needed. Offeror must identify each page with their company name. Manufacturer Identifying Information Manufacturer Name: Page 1 Exhibit B Distributors for Body Armor State by State RFP-AR-21-001 Company Name:Lous Police Supply Address:7815 W 4th Ave City:Hialeah State:FL Zip:33014 Primary Contact: Marlene Silva Phone:305-416-0000 Email:marlene@louspolice.com Website:www.louspolice.com FEIN: 26-0472002 Areas Covered: Company Name:SRT Supply Address:2870 Scherer Drive, Suite 300 City:St Petersburg State:FL Zip:33716 Primary Contact: John Wier Phone:727-526-5451 Email:WoodP@srtsupply.com Website:www.srtsupply.com FEIN: 59-5265451 Areas Covered: Company Name:Signal 15 Address:7500 Ulmerton Road City:Largo State:FL Zip:33771 Primary Contact: Kim Fetner/ Greg Hamilton Phone:727-536-8233 Email:kfetner@signal-15.com/greg@signal-15.com Website:www.signal-15.com FEIN: 32-0004704 Areas Covered: Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name: Page 2 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9086 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve a Contract for Purchase of Real Property located at 701 Franklin Street, by the City of Clearwater (City) for property owned by the Community Redevelopment Agency of the City of Clearwater (CRA), for a purchase price of $525,000 and total expenditures not to exceed $530,000; and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. (consent) SUMMARY: On April 7, 2021, the City and the CRA jointly published in the Tampa Bay Times, their intention to dispose certain city-owned property at 704 Court Street and 710 Court Street, and the CRA owned parcel at 701 Franklin Street, and invited proposals to redevelop or rehabilitate the Property. The full Purchase Price has been reached through mutual agreement of The City of Clearwater City Council and the CRA Board of Trustees and is based on the CRA’s $525,000.00 acquisition cost of the subject 701 Franklin St. property in August 2019. Other notable terms: -The City will have up to 60 days to conduct due diligence. -Closing will occur within 120 days of the effective date but may close sooner. -It is the intent of the Parties that the CRA and the City enter into a Revocable License Agreement upon closing, allowing the CRA to remain in occupancy of the Property. Acquisition Costs: Purchase Price $525,000. Closing Costs $5,000 TOTAL $530,000 APPROPRIATION CODE AND AMOUNT: A midyear budget amendment will increase non-departmental cost code 0107010-560300, land development, recognizing an allocation from General Fund reserves. USE OF RESERVE FUNDS: Funding for this purchase will be provided by a midyear budget amendment allocating General Fund reserves in the amount of $530,000. Inclusive of this item if approved, a net total of $2,226,540 of General Fund reserves has been appropriated by Council to fund expenditures in the 2020/21 operating budget. The remaining balance in General Fund reserves after the 8.5% Page 1 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9086 reserve is approximately $33.5 million, or 22.1% of the current General Fund operating budget. Page 2 City of Clearwater Printed on 5/13/2021 1 CONTRACT FOR PURCHASE OF REAL PROPERTY BY THE CITY OF CLEARWATER, FLORIDA PARTIES: COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA, a public body corporate and politic of the State of Florida whose mailing address is P.O. Box 4748, Clearwater, Florida 33758-4748 (herein "Seller" or “CRA”), and the CITY OF CLEARWATER, FLORIDA, a municipal corporation whose post office address is P.O. Box 4748, Clearwater, Florida 33758-4748 (herein "Buyer" or “CITY”), (collectively "Parties") hereby agree that the Seller shall sell and Buyer shall buy the following real property ("Property") upon the following terms and conditions. 1. PROPERTY DESCRIPTION Commonly referred to as 701 Franklin St. Clearwater, FL Real Property ID No: 15-29-15-54450-011-0010 as more particularly described in Exhibit “A” (attached hereto and incorporated herein). PERSONALTY: NONE 2. FULL PURCHASE PRICE ...........................................……………………………….… $525,000.00 3. MANNER OF PAYMENT: Wire in U.S. funds at time of closing 4. PURCHASE PRICE The full Purchase Price as shown herein has been reached through mutual agreement of the City of Clearwater City Council and the CRA Board of Trustees and is based on the CRA’s $525,000.00 acquisition cost of the subject 701 Franklin St. property in August 2019. 5. TIME FOR ACCEPTANCE; APPROVALS Following execution of this contract by Seller, the price, terms and conditions as contained herein shall remain unchanged and be held unconditionally open for a period of 45 days following delivery in duplicate original to City Manager of the City of Clearwater for acceptance and approval, counteroffer, or rejection by action of the Clearwater City Council ("Council") serving in its capacity as the governing board of the CITY. If this agreement is accepted and approved by the Council, it will be executed by duly authorized City officials and delivered to Seller within 10 days thereafter. If a counteroffer is approved by the Council, it shall be delivered to Seller in writing within 10 days of such action by the City Council, and Seller shall have 10 days thereafter to deliver to Buyer written notice of acceptance or rejection of such counteroffer. If written notice of acceptance is not timely delivered, or if the counteroffer is rejected by Seller, this contract shall thereafter be null and void in all respects. If this contract is rejected by the Council upon initial presentation to the Council, this contract shall be null and void in all respects and Seller shall be so informed in writing within 5 days of such action. [GM21-9311-056/267629/1] 2 6. TITLE Seller warrants legal capacity to and shall convey marketable title to the Property by Special Warranty Deed, subject only to matters contained in Paragraph 7 acceptable to Buyer. Otherwise, title shall be free of liens, easements and encumbrances of record or known to Seller, but subject to property taxes for the year of closing; covenants, restrictions and public utility easements of record; and no others provided there exists at closing no violation of the foregoing and none of them prevents Buyer's intended use of the Property. 7. TITLE EVIDENCE Buyer shall, at Buyer’s expense and within 20 days prior to closing date secure a title insurance commitment issued by a Florida licensed title insurer agreeing to liens, encumbrances, exceptions or qualifications set forth in this Contract, and those which shall be discharged by Seller at or before closing. Seller shall convey a marketable title subject only to liens, encumbrances, exceptions or qualifications set forth in this Contract. Marketable title shall be determined according to applicable Title Standards adopted by The Florida Bar and in accordance with law. Buyer shall have 10 days from receiving evidence of title to examine it (Title Examination Period). If title is found defective, Buyer shall, within 3 days thereafter, notify Seller in writing specifying defect(s). If the defect(s) render title unmarketable, Seller will have 120 days from receipt of notice within which to remove the defect(s), failing which Buyer shall have the option of either accepting the title as it then is or withdrawing from this Contract. Seller will, if title is found unmarketable, make diligent effort to correct defect(s) in title within the time provided therefor. 8. SURVEY Buyer, at Buyer's expense, within time allowed to deliver evidence of title and to examine same, may have Real Property surveyed and certified to the Buyer by a registered Florida land surveyor. If survey shows any encroachment on Real Property, or that improvements located on Real Property encroach on setback lines, easements, lands of others, or violate any restrictions, contract covenants or applicable governmental regulation, the same shall constitute a title defect. The survey shall be performed to minimum technical standards of the Florida Administrative Code and may include a description of the property under the Florida Coordinate System as defined in Chapter 177, Florida Statutes. 9. CLOSING PLACE AND DATE Buyer shall designate closing agent and this transaction shall be closed in the offices of the designated closing agent in Pinellas County, Florida, within 120 days of the effective date unless extended by other provisions of this contract including but not limited to time allotted for the removal of title defects as provided for in Paragraph 7 above. If either party is unable to comply with any provision of this contract within the time allowed, and be prepared to close as set forth above, after making all reasonable and diligent efforts to comply, then upon giving written notice to the other party, time of closing may be extended up to 60 days without effect upon any other term, covenant or condition contained in this contract. 10. CLOSING DOCUMENTS [GM21-9311-056/267629/1] 3 Buyer shall furnish closing statements for the respective parties, deed, bill of sale (if applicable), mechanic's lien affidavit, assignments of leases, tenant and mortgage estoppel letters, and corrective instruments. 11. CLOSING EXPENSES Transaction is exempt from documentary stamp tax per Florida Administrative Code Section 12B- 4.014(10). Seller shall pay the costs of recording any corrective instruments. Recordation of the deed shall be paid by Buyer. 12. PRORATIONS; CREDITS Taxes, assessments, rent (if any) and other revenue of the Property shall be prorated through the day before closing. Closing agent shall collect all ad valorem taxes uncollected but due through day prior to closing and deliver same to the Pinellas County Tax Collector with notification to thereafter exempt the Property from taxation as provided in Chapter 196, Florida Statutes. If the amount of taxes and assessments for the current year cannot be ascertained, rates for the previous year shall be used with due allowance being made for improvements and exemptions. Assessments for any improvements that are substantially complete at time of closing shall be paid in full by Seller. 13. OCCUPANCY Seller warrants that there are no parties in occupancy other than the Seller, or as otherwise disclosed herein. If Property is intended to be rented or occupied beyond closing, the fact and terms thereof shall be stated herein, and the tenant(s) or occupants disclosed pursuant to Paragraph 15. Seller agrees to deliver occupancy of the Property at time of closing unless otherwise stated herein. If occupancy is to be delivered before closing, Buyer assumes all risk of loss to Property from date of occupancy, shall be responsible and liable for maintenance from that date, and shall be deemed to have accepted Property in its existing conditions as of the time of taking occupancy unless otherwise stated herein or in separate writing. It is the intent of the Parties that the CRA and the City enter into a Revocable License Agreement upon closing, allowing the CRA to remain in occupancy of the Property. 14. LEASES Seller warrants there are no tenants occupying the Property and that no leases exist, recorded or unrecorded, authorizing such occupancy and any authorized tenancy or lease for use of the property created by Seller prior to closing or prior to the expiration hereof, shall constitute a material breach of this Contract. Seller shall, at Buyer’s request, furnish Buyer copies of all written leases and estoppels letters from each tenant specifying the nature and duration of the tenant’s occupancy. 15. PROPERTY CONDITION Seller shall deliver the Property to Buyer at time of closing in its present "as is" condition, ordinary wear and tear excepted, and shall maintain the landscaping and grounds in a comparable condition. Seller makes no warranties other than is disclosed herein in Paragraph 21 (“SELLER WARRANTIES”) and [GM21-9311-056/267629/1] 4 marketability of title. Buyer’s covenant to purchase the Property “as is” is more specifically represented in the following paragraph. a. As Is With Right of Inspection: Buyer may, at Buyer expense within 60 days following the effective date hereof ("Inspection Period"), conduct inspections, tests, environmental and any other investigations of the Property Buyer deems necessary to determine suitability for Buyer's intended use. Upon Seller’s execution hereof, Seller shall grant reasonable access to the Property to Buyer, its agents, contractors and assigns for the purposes of conducting the inspections provided, however, that all such persons enter the Property and conduct the inspections and investigations at their own risk. Seller will, upon reasonable notice, provide utilities services as may be required for Buyer's inspections and investigations. Buyer shall not engage in any activity that could result in a mechanics lien being filed against the Property without Seller's prior written consent. Buyer may terminate this contract by written notice to Seller prior to expiration of the Inspection Period if the inspections and/or investigations reveal conditions which are reasonably unsatisfactory to Buyer. In the alternative, if Seller offers to repair or otherwise remedy such conditions to Buyer satisfaction, Buyer may accept such offer; or Buyer, at its option, may elect to accept a credit at closing of the total estimated repair costs as determined by a licensed general contractor of Buyer's selection and expense. If Buyer terminates this contract, and this transaction does not close, Buyer agrees, at Buyer expense, to repair all damages to the Property resulting from the inspections and investigations and return the Property to its present condition. 16. WALK-THROUGH INSPECTION At a time mutually agreeable between the parties, but not later than the day prior to closing, Buyer may conduct a final "walk-through" inspection of the Property to determine compliance with any Seller obligations and to ensure that all Property is in and on the premises. No new issues may be raised as a result of the walk-through. 17. RISK OF LOSS If the Property is damaged by fire or other casualty before closing, Buyer shall have the option of either taking the Property “as is” or of canceling this contract. 18. PROCEEDS OF SALE; CLOSING PROCEDURE The deed shall be recorded upon clearance of funds. Proceeds of sale shall be held in escrow by Buyer’s attorney or by such other mutually acceptable escrow agent for a period of no longer than 5 days from and after closing, during which time evidence of title shall be continued at Buyer's expense to show title in Buyer, without any encumbrances or change which would render Seller's title unmarketable from the date of the last title evidence. If Seller's title is rendered unmarketable through no fault of the Buyer, Buyer shall, within the 5-day period, notify the Seller in writing of the defect and Seller shall have 30 days from the date of receipt of such notification to cure the defect. If Seller fails to timely cure the defect, all funds paid by or on behalf of the Buyer shall, upon written demand made by Buyer and within 5 days after demand, be returned to Buyer and simultaneously with such repayment, Buyer shall vacate the Property and reconvey it to Seller by special warranty deed. If Buyer fails to make timely demand for refund, Buyer shall take title "as is", waiving all rights against Seller as to any intervening defect except as may be available to Buyer by virtue of warranties contained in the deed. The escrow and closing procedure [GM21-9311-056/267629/1] 5 required by this provision may be waived if title agent ensures adverse matters pursuant to Section 627.7841, F.S. (2014), as amended. 19. DEFAULT If this transaction is not closed due to any default or failure on the part of the Seller, other than to make the title marketable after diligent effort, Buyer may seek specific performance or unilaterally cancel this agreement upon giving written notice to Seller. If this transaction is not closed due to any default or failure on the part of the Buyer, Seller may seek specific performance or unilaterally cancel this agreement upon giving written notice to Buyer. If a Broker is owed a brokerage fee regarding this transaction, the defaulting party shall be liable for such fee. 20. SELLER WARRANTIES Seller warrants that there are no facts known to Seller that would materially affect the value of the Property, or which would be detrimental to the Property, or which would affect Buyer's desire to purchase the property except as follows: (Specify known defects. If none are known, write “NONE”) ___________________ Buyer shall have the number of days granted in Paragraph 15(a) above ("Inspection Period") to investigate said matters as disclosed by the Seller and shall notify Seller in writing whether Buyer will close on this contract notwithstanding said matters, or whether Buyer shall elect to cancel this contract. If Buyer fails to so notify Seller within said time period, Buyer shall be deemed to have waived any objection to the disclosed matters and shall have the obligation to close on the contract. 21. RADON GAS NOTIFICATION In accordance with provisions of Section 404.056(8), Florida Statutes (2014), as amended, Buyer is hereby informed as follows: RADON GAS: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit. 22. CONTRACT NOT RECORDABLE; PERSONS BOUND Neither this contract nor any notice of it shall be recorded in any public records. This contract shall bind and inure to the benefit of the parties and their successors in interest. Whenever the context permits, singular shall include plural and one gender shall include all. 23. NOTICE All notices provided for herein shall be deemed to have been duly given if and when deposited in the United States Mail, properly stamped and addressed to the respective party to be notified, including the [GM21-9311-056/267629/1] 6 parties to this contact, the parties attorneys, escrow agent, inspectors, contractors and all others who will in any way act at the behest of the parties to satisfy all terms and conditions of this contract. 24. ASSIGNABILITY; PERSONS BOUND This contract is not assignable. The terms "Buyer", "Seller", and "Broker" (if any) may be singular or plural. This Contract is binding upon Buyer, Seller, and their heirs, personal representatives, successors and assigns (if assignment is permitted). 25. ATTORNEY FEES; COSTS In any litigation arising out of this contract, the prevailing party shall be entitled to recover reasonable attorney's fees and costs. 26. TYPEWRITTEN OR HANDWRITTEN PROVISIONS Typewritten or handwritten provisions shall control all printed provisions of contract in conflict with them. 27. BROKER REPRESENTATION If either Party chooses to be represented by a Licensed Real Estate Broker upon Seller’s execution hereof, then that Party solely shall be responsible for any such Broker fee or expense due to said Broker, except as provided for in paragraph 20. 28. EFFECT OF PARTIAL INVALIDITY The invalidity of any provision of this contract will not and shall not be deemed to affect the validity of any other provision. In the event that any provision of this contract is held to be invalid, the parties agree that the remaining provisions shall be deemed to be in full force and effect as if they had been executed by both parties subsequent to the expungement of the invalid provision. 29. GOVERNING LAW It is agreed by and between the parties hereto that this contract shall be governed by, construed, and enforced in accordance with the laws of the State of Florida. 30. COUNTERPARTS; FACSIMILE COPY This contract may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one instrument. A facsimile copy of this contract, including any addendum, attachments and any written modifications hereof, and any initials or signature thereon shall be deemed an original. 31. ENTIRE AGREEMENT Upon execution by Seller and Buyer, this contract shall constitute the entire agreement between the parties, shall supersede any and all prior and contemporaneous written and oral promises, [GM21-9311-056/267629/1] 7 representations or conditions in respect thereto. All prior negotiations, agreements, memoranda and writings shall be merged herein. Any changes to be made in this agreement shall only be valid when expressed in writing, acknowledged by the parties and incorporated herein or attached hereto. EXECUTED this _____ day of ________________________, 2021 by Buyer. THE CITY OF CLEARWATER, FLORIDA _____________________________ By: _____________________________ Frank Hibbard William B. Horne, II Mayor City Manager Approved as to form: Attest: _____________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Senior Assistant City Attorney City Clerk [GM21-9311-056/267629/1] 8 CRA signature page – Contract for Purchase of Real Property by City of Clearwater - CRA to City - 701 Franklin Street APPROVED BY SELLER & EFFECTIVE this _____ day of _________________________, 2021. THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: _____________________________ Frank Hibbard Chairperson, Board of Trustees Approved as to form: Attest: _________________________ ___________________________ Michael P. Fuino Rosemarie Call CRA Attorney City Clerk [GM21-9311-056/267629/1] 9 EXHIBIT “A” A part of Lots 1, 2, 9 and 10, Block "11", Magnolia Park, as recorded in Plat Book 3, Page 43 of the Public Records of Pinellas County, Florida, described as follows: From the Southwest corner of said Block "11", run thence East, 15.0 ft; thence run N 0 deg. 42'00" W, parallel with and 15.0 ft. East of the East right of way line of East Avenue, 129.0 ft. for the Point of Beginning; thence continue N 0 deg. 42'00” W, along said line, 185.40 ft. to the South right of way line of Franklin Street, also being the North line of said Block "11"; thence S 89 deg. 58'00" E, along said North line of Block "11", 63.68 ft.; thence S. 0 deg. 15'12" W, 185.16 ft.; thence S 89 deg. 49'30" W, 60.60 ft. to the Point of Beginning. S EAST AVECOURT ST S MYRTLE AVE FRANKLIN ST 710700704701AERIAL MAP N.T.S.Scale: Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\701_FranklinSt.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com 701 Franklin StParcel ID: 15-29-15-54450-011-0010 Page 1 of 1Aerial Flown 2019 Date:4/9/2021KNMap Gen By:286BGrid #:16-29s-15eS-T-R:RBReviewed By: Parcel Size:.26 ac. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9088 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Declare three parcels of certain real property in Section 15, Township 29 South, Range 15 East, located at 704 Court St., 710 Court St. and 701 Franklin St., in Clearwater, Florida, as surplus for the purpose of conveying the three parcels to the Pinellas Suncoast Transit Authority (PSTA) in exchange for a parcel owned by the PSTA located at the northwest corner of South Garden Avenue and Pierce Street, Clearwater, Florida, in order to effectuate PSTA’s construction of a new Multimodal Transit Facility. (APH) SUMMARY: SUMMARY: The City is the owner of two of the three parcels to be conveyed to the PSTA, more particularly described as: Parcel 1: 704 Court St.-Tax Assessor Parcel Number: 15/29/15/54450/011/0020. A part of Lots 2, 3, 8 and 9, Block 11, MAGNOLIA PARK, as recorded in Plat Book 3, Page 43, of the Public Records of Pinellas County, Florida, described as follows: From the Southwest corner of said Block 11, run thence East, 73.45 feet for the Point of Beginning; thence run N 0 deg. 15'12" E, 314.34 feet to the South right-of-way line of Franklin Street also being the North line of said Block 11; thence S89 deg 58'00" E, along said North line of Block 11, 58.82 feet; thence S 0 deg 52'44" E, 314.34 feet to the North right-of-way line of Court Street also being the South line of said Block 11; thence West, along said South line of Block 11, 65.03 feet to the Point of Beginning. Parcel 2: 710 Court St.-Tax Assessor Parcel Number: 15-29-15-54450-011-0030 Parcel 1 Lot 3, less the West four feet (4'); and all of Lots 4, 5, 6, and 7; and Lot 8, less the West four feet (4'), of Block 8, MAGNOLIA PARK, according to the plat thereof as recorded in Plat Book 3, Page 43, of the Public Records of Pinellas County, Florida. AND Parcel 2 Lot 3 lying Easterly of Railroad right-of-way and Lots 4, 5, 6, and 7 and that portion of Lot 8, lying Easterly of the Seaboard Airline Railroad spur in Block 11, MAGNOLIA PARK, according to the plat thereof as recorded in Plat Book 3, Page 43, Public Records of Pinellas County, Florida. Together with those portions of Lots 3 and 8, Block 11 described as: Page 1 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9088 From the Northwest corner of Block 11, MAGNOLIA PARK, as recorded in Plat Book 3, Page 43, Public Records of Pinellas County, Florida, thence South 89°16'00" East, on an assumed bearing, along the North line of said block, 152.50 feet for a Point of Beginning; thence South 00°10'44" East, 194.38 feet; thence by a curve to the left, radius 804.52 feet, arc 120.45 feet, chord South 04°28'05" East, 120.34 feet to the Northerly right-of-way line of Olive Street; thence North 89°17'30" West, along said right-of-way line 24.00 feet; thence North 00°10'44" West, 314.38 feet to the North line of said block; thence South 89°16'00" East, along said North line 15.00 feet to the Point of Beginning. Said portions of Lots 3 and 8, Block 11 also being described as follows: That portion of Lots 3 and 8, Block 11, MAGNOLIA PARK, according to the plat thereof as recorded in Plat Book 3, Page 43, Public Records of Pinellas County, Florida, which lies East of the East line of the land described in deed recorded in Official Records Book 10345, Page 2252, of said public records, being situate, lying and being in the County of Pinellas, State of Florida. Of even date herewith, and as a prerequisite to this declaration, the City Council has approved that certain Contract for Purchase of Real Property by the City of Clearwater (Contract) between the City of Clearwater and the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), for the sale and purchase of the third parcel (which is currently owned by the CRA), more particularly described as: Parcel 3: 701 Franklin St.-Tax Assessor Parcel Number:15/29/15/54450/011/0010 A part of Lots 1, 2, 9 and 10, Block "11", Magnolia Park, as recorded in Plat Book 3, Page 43 of the Public Records of Pinellas County, Florida, described as follows: From the Southwest corner of said Block "11", run thence East, 15.0 ft; thence run N 0 deg. 42'00" W, parallel with and 15.0 ft. East of the East right of way line of East Avenue, 129.0 ft. for the Point of Beginning; thence continue N 0 deg. 42'00” W, along said line, 185.40 ft. to the South right of way line of Franklin Street, also being the North line of said Block "11"; thence S 89 deg. 58'00" E, along said North line of Block "11", 63.68 ft.; thence S. 0 deg. 15'12" W, 185.16 ft.; thence S 89 deg. 49'30" W, 60.60 ft. to the Point of Beginning. Parcel 1, located at 704 Court St. is approximately 0.43 acres of vacant land, acquired by the City on 10/27/2011 at the purchase price of $475,000.00 for the long-range purpose of acquiring a strategically located parcel well suited for transit and/or government purposes. Parcel 2, located at 710 Court St. is approximately 0.94 acres of vacant land, acquired by the City on 8/26/2011 at the purchase price of $1,950,000.00 for the long-range purpose of acquiring a strategically located parcel well suited for transit and/or government purposes. Parcel 3, located at 701 Franklin St. is approximately 0.26 acres in size with a 5,600 SF warehouse located thereon. The parcel was acquired by the CRA on 08/05/2019 at the purchase price of $525,000.00 for the purpose of acquiring a strategically located parcel to assemble with the adjacent City owned parcels for future transit or governmental purposes. This declaration of surplus shall apply to the subject parcels as the City’s interest may appear Page 2 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9088 as of this date, vested or equitable, and bind said parcels upon title vesting in the City at such time as the City closes on Parcel 3. The appraised value of the combined three parcels as determined by James Millspaugh & Associates, Inc., is $3,600,000.00 and by Tobias Realty Advisors, is $3,300,000.00. The following excerpts, taken from the City of Clearwater Planning Department’s Downtown Development Plan, support an intermodal transit facility in downtown Clearwater. ·Objective 2J: Pursue a premium transit system between Downtown, Clearwater Beach, Tampa International Airport, and St. Pete/Clearwater International Airport. ·Objective 2D: Maintain and improve the Pinellas Trail as both a recreational amenity and as a unique opportunity for economic development. Enhance Trail connectivity from the Downtown to the waterfront and Beach. Promote Downtown Clearwater as a destination accessible by the Pinellas Trail. ·Policy 10: The CRA may evaluate participating with the private sector in land assembly to facilitate projects consistent with this Plan. ·Table 4.4: Coordinate with all transportation service providers on infrastructure and program improvements including the water taxi, trolley, bus system, rail, elevated transit, bike share and others. ·Table 4.5: Work with the County to create a comprehensive transit plan. City management has reviewed and support declaring the three parcels surplus. Page 3 City of Clearwater Printed on 5/13/2021 137'300'62'300'185'61' .26 ac .43 ac .94 ac S EAST AVECOURT ST PIERCE ST S MYRTLE AVE FRANKLIN ST 806802652700802800804700205 307 209 305 215 203 213 701704710AERIAL MAP Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\Multimodal_Parcels\Declaration_of_Surplus.mxd 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 14/12/2021Date:Aerial Flown 2019 Declaration of Surplus KNMap Gen By:RBReviewed By: 15-29-15-54450-011-0010 - 701 Franklin St.15-29-15-54450-011-0020 - 704 Court St. 15-29-15-54450-011-0030 - 710 Court St. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: RESOLUTION 21-20 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Accept a utility easement from CRP/WP Alta Clearwater Owner, L.L.C. for the construction, installation and maintenance of city utility facilities on real property located at 19320 U.S. Hwy. 19 N. and adopt Resolution 21-20. SUMMARY: The Utility Easement will allow the city rights for construction, installation and maintenance of utility facilities as the site is developed for Alta Clearwater Apartments. The City Engineering Department recommends acceptance of the easement. Page 1 City of Clearwater Printed on 5/13/2021 Resolution No. 21-20 RESOLUTION NO. 21-20 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING A UTILITY EASEMENT FROM CRP/WP ALTA CLEARWATER OWNER, L.L.C., FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY UTILITY FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater requires a utility easement from CRP/WP ALTA CLEARWATER OWNER, L.L.C. 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 21-20. 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 EXHIBIT "A" TO RESOLUTION 21-20 US Hwy 19 NHARN BLVD W US-19 FRONTAGE RDBRENTWOOD DR 19206 19246 19500 19320 LOCATION MAP PROPOSED NEW UTILITY EASEMENT Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\AltaApt..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 Utility Easement19320 U.S. Hwy. 19 N. Page: 1 of 14/28/2021Date:WDMap Gen By: Legend Clearwater Service Area Area not in Clearwater Jurisdiction RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9150 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize a purchase order to Cardno Inc., of Riverview, FL for the maintenance of city-owned lakes, ponds, wetlands, and mitigation sites in the annual not-to-exceed amount of $178,054.50 with three one-year renewal options pursuant to Request for Proposal (RFP) 22-21, Aquatic Sites Invasive Species Maintenance and authorize the appropriate officials to execute same. (consent) SUMMARY: The Environmental Division of the Engineering Department sought proposals RFP 22-21 for the continued control of nuisance and exotic plant species in and around ponds, lakes, mitigation, and wetlands sites owned by the City. Seven proposals were evaluated by a committee comprised of representatives from the Environmental Division, Parks and Beautification, and Stormwater Maintenance. Proposal evaluations were based on technical ability, cost, and experience. Cardno Inc. was selected during the evaluation meeting. The contract will be effective June 1, 2021, for an initial one-year period at $178,054.50 with three one -year renewal options at the City’s discretion. To cover unforeseen circumstances, including native plantings, water quality testing, or additional sites, a 15% contingency is included in the contract. APPROPRIATION CODE AND AMOUNT: 4191365-530300 Budgeted funds for FY21 are available in Stormwaters’ cost center 4191365-530300, Other Contractual Services. Future year funding will be included in department budget proposals. Page 1 City of Clearwater Printed on 5/13/2021 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #22-21 Aquatic Sites Invasive Species Maintenance February 12, 2021 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, March 16, 2021 to provide Aquatic Sites Invasive Species Maintenance. Brief Description: The City of Clearwater’s Environmental Engineering Division oversees the protection and maintenance of the city’s surface water and natural resources. The City invites qualified companies to submit proposals for the purpose of controlling nuisance and exotic species in and around ponds, lakes, mitigation, and wetland sites within the City’s jurisdiction. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement contact below: This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com INSTRUCTIONS Aquatic Sites Maintenance 2 RFP #22-21 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 proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: March 16, 2021 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 120 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes $ 0.00 No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $ 0.00 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as INSTRUCTIONS Aquatic Sites Maintenance 3 RFP #22-21 may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 PROPOSAL SUBMITTAL: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Companies may mail or hand-deliver proposals to the address below. Use label at the end of this solicitation package. E-mail or fax submissions will not be accepted. 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 proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this solicitation for purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City is strongly discouraged. This does not prohibit public comment at any City Council meeting, study session or Council committee meeting. This shall not apply to vendor-initiated communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to pre-bid conferences, clarification of responses, presentations if provided in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than (seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather INSTRUCTIONS Aquatic Sites Maintenance 4 RFP #22-21 than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the INSTRUCTIONS Aquatic Sites Maintenance 5 RFP #22-21 proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18 (“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Procurement Manager no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting the Procurement Division. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Aquatic Sites Maintenance 6 RFP #22-21 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (Proposal Format, pgs. 25-26) Points Professional Experience of the Company, Personnel, and Certified Biologist(s) (Tab 2) 30 Understanding of Services to be Performed and Approach to Meeting Requirements (Tab 3) 20 Company’s Philosophy Regarding Maintenance of Natural Resources (Tab 4) 20 References – Minimum of Three (3) Required (Tab 5) 15 Cost of Services (Tab 6) 15 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. INSTRUCTIONS – EVALUATION Aquatic Sites Maintenance 7 RFP #22-21 i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. RFP TIMELINE. Dates are tentative and subject to change. Release RFP: February 12, 2021 Advertise Tampa Bay Times: February 17, 2021 Responses due: March 16, 2021 Review proposals: March 23, 2021 Presentations (if requested): Week of March 29, 2021 Award recommendation: Week of March 29, 2021 Council authorization: May 6, 2021 Contract begins: May 2021 TERMS AND CONDITIONS Aquatic Sites Maintenance 8 RFP #22-21 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 TERMS AND CONDITIONS Aquatic Sites Maintenance 9 RFP #22-21 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. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. TERMS AND CONDITIONS Aquatic Sites Maintenance 10 RFP #22-21 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Aquatic Sites Maintenance 11 RFP #22-21 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s TERMS AND CONDITIONS Aquatic Sites Maintenance 12 RFP #22-21 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. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) Conducts business in an unethical manner or in an illegal manner; or (iv) Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. TERMS AND CONDITIONS Aquatic Sites Maintenance 13 RFP #22-21 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this TERMS AND CONDITIONS Aquatic Sites Maintenance 14 RFP #22-21 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. 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 TERMS AND CONDITIONS Aquatic Sites Maintenance 15 RFP #22-21 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 Division and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Procurement Division for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. TERMS AND CONDITIONS Aquatic Sites Maintenance 16 RFP #22-21 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 Aquatic Sites Maintenance 17 RFP #22-21 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. PROJECT GOAL. The City of Clearwater’s Environmental Engineering Division oversees the protection and maintenance of the city’s surface water and natural resources. The City invites qualified companies to submit proposals for the purpose of controlling nuisance and exotic species in and around ponds, lakes, mitigation, and wetland sites within the City’s jurisdiction. 3. SCOPE OF SERVICES. The requested services shall be provided in an acceptable manner so as to maintain functioning wildlife habitat as well as being visually acceptable. The approach shall be an integrated program that incorporates the Florida Department of Environmental Protection (FDEP) Best Management Practices: https://www.sfwmd.gov/sites/default/files/documents/fl_green_bmp.pdf utilizing different treatments available for aquatic systems. This may be accomplished with a combination of biological, manual, mechanical, and chemical controls with emphasis on the reduction in the use of chemicals. Maintenance of City properties range in treatment frequency and required applications to provide for a well-balanced and natural habitat. Respondents must have the ability to provide all labor, materials, equipment, supervision, transportation, and ancillary supplies required to perform the required maintenance at all designated areas specified in this Request for Proposals and employ a Certified Biologist with a minimum of three (3) years’ experience. Specific Conditions A. Maintain and control nuisance/exotic vegetation in waterbodies/sites at the treatment frequency listed in Table 1 (pages 18-19). Site maps have been provided in Exhibit A – Aquatic Site Maps. DETAILED SPECIFICATIONS Aquatic Sites Maintenance 18 RFP #22-21 Table 1 – List of Waterbodies / Sites Name Location Acreage Treatment Frequency Lakes and Ponds (20) Lake Hobart North of Maple St.& Baker Ave. 1.0 6x/year Lake Hibiscus East of Kings Hwy. & Hibiscus St. 2.0 6x/year Crest Lake Northwest of Gulf to Bay Blvd. & Lake Dr. 13 6x/year Terrace Lake Southeast of Graham Dr.& Marilyn St. 2.2 6x/year Westchester Lake Northwest of Countryside Blvd.& Sabal Springs Dr. 1.4 6x/year Lake Tangerine West of S. Lake Dr.& Balmoral Dr. 0.5 6x/year Cypress Bend Pond East of Winding Wood Dr.& Dogwood Ct. 2.6 6x/year Hampton Road Pond Northeast of Gulf to Bay Blvd.& Hampton Rd. 0.3 6x/year Sall's Lake Southeast of St. Croix Dr.& Sue Dr. 1.7 6x/year Lake Lucille North of Long St.& Casler Ave. 5.5 6x/year Lake Carol Southwest of Glen Oak Ave. N.& Moss Ave. 0.5 6x/year Lake Louise Southwest of Lake Vista Dr.& Moss Ave. 0.7 6x/year Linn Lake & Gabion Southwest of Druid Rd. & Mark Dr. 2.5 1x/month Rice Lake Northeast of Belleair Rd. & S. Evergreen Ave. 1.7 1x/month Lake Julia South of Druid Rd & Arcturas Ave. 1.1 1x/month Highland Ponds Northeast of Kings Hwy. & Pine Brook Dr. 3.4 1x/month Arcturas Avenue Pond Southwest of S. Arcturas Ave.& Cleveland St. 0.6 1x/month Drew Street Pond Northeast of Drew Street & Bayview Ave. 0.6 1x/month Palmetto St. Ponds West of N. Highland Ave.& Palmetto St. 1.9 1x/month Prospect Lake East of S. Prospect Ave.& Pierce St. 4.0 1x/month Creeks, Channels, Ditches and Gabions (10) Channel G Gabion West of Fairwood Ave.& Fairwood Forest Dr. 0.6 4x/year Tropic Hills Outfall Gabion Northeast of US19 & Harn Blvd. 1.9 4x/year Allen’s Creek Gabion’s, North Section Southwest of Cleveland St. & S. Arcturas Ave. 1.3 4x/year Allen’s Creek Gabion’s, South Section Southwest of Wellington Dr.& Magnolia Dr. 2.0 4x/year Stevenson Creek, Golf Course Gabion East of N. Betty Ln.& Jackson Rd 0.26 4x/year Channel H Gabion’s East of Sharkey Rd.& Oberlin Dr. 0.31 4x/year Channel F Gabion, North Section Northeast of El Tair Trail & Stag Run Blvd. 0.13 4x/year Channel F Gabion’s, South Section West of Wetherington Rd.& Stag Run Blvd. 1.7 4x/year Channel B Gabion Southeast of SR590 & Owen Dr. 0.5 4x/year Byram Ditch Northeast of Byram Dr & Kings Hwy. 1.4 1x/month Right-of-Ways (5) West Drive West of West Dr.& South Dr. 0.3 6x/year N. Old Coachman Road Northeast of Drew St. & N. Old Coachman Rd. 1.0 6x/year US Highway 19 N. Northwest of US Hwy 19 N. & Drew St. 0.8 6x/year Power Company Right of Way Southwest of Druid Rd.& Bypass Dr. 3.2 1x/month Landmark Drive Northeast of Landmark Dr.& Oakbrook Cir. 3.2 1x/month DETAILED SPECIFICATIONS Aquatic Sites Maintenance 19 RFP #22-21 Parks and Recreational Areas (8) Frank Tack Park Northeast of Sunset Point Rd.& Hercules Ave. 2.1 6x/year D.D. Davis Park Southwest of Pine Oak Dr.& Barton Ln. 0.8 6x/year Moccasin Lake Park South of U.S. 590 & Owen Dr. 0.8 1x/month Cooper's Bayou Park East of N. Bayshore Blvd.& San Bernadino St. 3.7 1x/month Cliff Stephen's Park North of Fairwood Ave.& Brigadoon Dr. 16.9 1x/month Allen’s Creek Park East of S. Hercules Ave.& Lakeview Rd. 17.3 1x/month Lake Chautauqua Park South of Enterprise Rd. E.& Landmark Dr. 3.4 1x/month Lake Chautauqua South Northwest of Soule Rd. & Chancery Ln. 1.3 1x/month Environmental / Stormwater Monitoring Facilities (6) Woodlawn Terrace Northwest of Sunset Point Rd.& Kings Hwy 1.9 1x/month Coachman Ridge Park South of Old Coachman Rd.& Farrier Trail 3.2 1x/month Lake Bellevue West of S. M.L.K. Jr. Ave. & Kingsley St. 32.5 1x/month Alligator Lake East of McMullen Booth Rd.& Ruth Eckerd Hall Dr. 5.9 1x/month Kapok Park West of Glen Oak Ave. N.& Moss Ave. 18.2 2x/month Glen Oaks Park West of Court St.& S. Hillcrest Ave. 11.6 2x/month B. Within two (2) weeks of award, the selected Vendor shall submit a maintenance program that contains a schedule detailing work protocol that will be followed for duration of contract. Upon approval of the maintenance program by the City, work shall commence within two (2) business days. C. Access to all sites shall be the sole responsibility of the Vendor. D. Site must be maintained with less than five (5) percent of nuisance/exotic vegetation. Upon inspection by the City, any site(s) that are deemed non-compliant will result in delay of payment. E. Brown lining (intentionally eradicating all vegetation) is prohibited. F. Vendor shall collect trash and debris in the subject treatment area and dispose of trash at each maintenance event. Proper disposal of collected trash and debris is the responsibility of the Vendor. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., will be the responsibility of the City. The Vendor shall report in a timely manner such accumulations of debris when encountered. G. The Vendor shall be responsible for damage caused by his/her employees to any plant material or site feature. The Vendor shall notify the City in writing of the specific nature and cause of any damage, and repair such damage at no cost to the City. H. The Vendor shall install turbidity control in the work area when performing activities that could cause sediment or debris to be discharged downstream. I. Any proposed chemical treatment must adhere to the following best management practices: i. Follow all specific labeling requirements ii. Copper-based chemicals are permitted with City approval prior to application iii. Drift retardant and tracing dyes shall be used on all sites, and at all times, for inspection purposes iv. When using herbicides and pesticides that may harm human and/or domestic animals, the Vendor shall notify in advance all homeowners affected by the treatment v. All chemical applicators must maintain current licenses from the Department of Agriculture and Consumer Services for the spraying of herbicides and pesticides on any City-owned property; license copies must be provided to the City in a timely manner J. The control of nuisance and exotic vegetation shall include the List of Invasive Species from the Florida Exotic Pest Plant Council with any applicable updates during contract term (to include Category I and II) and also includes the species listed in Table 2 (page 20). DETAILED SPECIFICATIONS Aquatic Sites Maintenance 20 RFP #22-21 Table 2 – Additional Species Species Common Name Lemna minor Duckweed Spirodela polyrhiza Giant duckweed Typha Cat tail Wolffia spp. Water meal Wolffiella floridana Bog mat K. All aquatic system maintenance including treatment of depositional areas, spraying of adjacent transitional areas, and removal of trash and debris shall be completed during each maintenance event, with the City being notified with a monthly report of completion by email/mail for inspection. Failure to notify the City for completed work will result in a delay of payment for services. Some sites may qualify for exemption upon prior authorization by the City. L. Gabion maintenance shall allow for growth of small native plan species including grasses, ground cover, floating plants, and other categories allowing for a vegetative corridor that does not block significant flow of water. M. Gabion maintenance shall include treatment of any medium to large vegetative species, native or invasive/exotic that grows into, on top of, or near the gabion system whereas a species may grow to a size that will block significant water flow and or cause damage to the gabion system. N. Upon receiving notification from the Vendor, the City shall inspect the serviced location within five (5) business days. If, upon inspection, the work specified has not been completed, the City shall contact the Vendor to indicate the necessary corrective measures. The Vendor will be given two (2) business days from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services when invoiced. O. The Vendor shall maintain individual monthly maintenance reports which shall include: location treated, type of waterbody treatment, amount of chemical used, immediate adjacent transitional treatment, mechanical equipment used, plan species controlled, ambient weather conditions, trash removed from waterbody (if any), and any relevant information concerning the program, such as recommended actions to be taken. P. One copy of the monthly maintenance reports and treatments schedule for the following month shall be submitted along with the monthly invoice to the City. Electronic submittals are acceptable. Q. Vendor shall provide an annual report for each May-to-May period in tabular form, with photographic documentation of before and after, summarizing all activities and proposing a list of recommendations to be implemented in the following months and years. This report is due annually on September 1st for the prior 12-month period. R. The Vendor shall supply a list of employees’ credentials and will be required to complete all maintenance work with direct employees of the company. The Vendor shall supply competent and physically capable employees and the City may require the Vendor to remove an employee if deemed careless, incompetent, insubordinate, or otherwise objectionable and whose continued employment on City property is not in the best interest of the City. S. The City reserves the right to add/delete a location, area, and modify the frequency of site visits on the contract upon written notice. Payment for additional sites/visits will be based on Vendor’s site assessment and quote, mutually agreed to by the City and the Vendor. T. Frequency of spraying/mechanical maintenance shall be done at a minimum of contract requirements per year, per site. U. The method of payment will be per site, per month. Invoices must be submitted with itemized cost for sites serviced on a monthly basis. Payments will be disbursed monthly, Net 30 terms. DETAILED SPECIFICATIONS Aquatic Sites Maintenance 21 RFP #22-21 Site Specific Instructions The scope of work includes forty-nine (49) waterbodies/sites throughout the City. Lakes and Ponds Twenty (20) lakes and ponds – twelve (12) sites require treatment six (6) times per year; the remaining eight (8) sites require treatment one (1) time per month. Special considerations include: Westchester Lake – maintenance area is primarily west side of the lake Sall’s Lake – maintenance area is primarily north side of the lake Linn lake – maintenance area includes a gabion system that is in-between the north and south ends of the site Creeks, Channels, Ditches, and Gabions Ten (10) creeks, channels, ditches, and gabions – nine (9) sites requirement treatment four (4) times a year; the remaining one (1) site requires treatment one (1) time per month. Special considerations include: Channel F Gabion, North Sections – north bank of channel shall not be maintained; no spraying Allen’s Creek Gabions, South Section – a portion of the creek that is within unincorporated Pinellas County and should not be maintained/spraying. The gabion should be sprayed from Magnolia Drive to the fence line. On the south side of the unincorporated area, maintenance begins approximately five feet (5’) south of the gabion wall and continues to Hercules Ave. The vegetated buffer on the south side of the gabion should not be maintained/sprayed. Byram Ditch – maintenance area includes depositional and transitional areas up to the top of banks and or fence lines at the west and north sides of the site Right-of-Ways Five (5) right-of-ways – three (3) sites require treatment six (6) times per year; the remaining two (2) sites require treatment one (1) time per month. Special considerations include: Landmark Drive – maintenance area includes stormwater treatment ponds, mitigation area, and an undeveloped area of vegetation US Highway 19 N. at Spectrum Field – maintenance area primarily the west side of wet pond Parks and Recreation Areas Eight (8) parks and recreation areas – two (2) sites require treatment six (6) times per year; six (six) sites require treatment one (1) time per month. Special considerations include: Frank Tack Park – maintenance area includes a vegetative island in middle of pond Cooper’s Bayou Park – maintenance area includes a pond and mitigation areas DD Davis Park – north bank of pond shall not be maintained or sprayed Allen’s Creek Park – maintenance area includes multiple sections of the creek, channels, stormwater ponds, wetlands, upland, and mitigation areas Environmental/Stormwater Monitoring Facilities Six (6) environmental/stormwater monitoring facilities – four (4) sites require treatment one (1) time per month; remaining two (2) sites require treatment two (2) times per month. In addition to the monthly maintenance and annual reports, a detailed letter for all six (6) sites shall be submitted annually by January 15th which documents current site conditions, describes maintenance activities conducted, and recommends future actions. These sites may require replanting of aquatic vegetation, with a combination of the species listed in Table 3 (page 22). DETAILED SPECIFICATIONS Aquatic Sites Maintenance 22 RFP #22-21 Table 3 – Planted Species Species Common Name Pontederia lancifolia Pickerelweed Spartina bakeri Cordgrass Saururus cernuus Lizard's tail Sagittaria latifolia Arrowhead Nymphaea odorata Water lily Scirpus calidus Soft stem bulrush Special considerations include: Woodlawn Terrace – maintenance area includes areas of rip-rap, peninsula section and island Coachman Ridge Park – maintenance area includes a section of Alligator Creek and two (2) wetland mitigation areas Lake Bellevue – maintenance area includes a mitigation area along the west side of the site Alligator Lake – maintenance area includes ponds, wetland, mitigation, transitional and vegetative buffer zones Kapok Park – maintenance area includes wetlands, channels, mitigation, transitional and vegetative buffer zones Glen Oaks Park – maintenance area includes ponds, transitional and vegetative buffer zones 4. MINIMUM QUALIFICATIONS. Companies responding to this RFP will explain their experience with aquatic sites maintenance in the proposal. With the Qualifications statement, a minimum of three (3) references, preferably from other public entities in the state of Florida for which similar services have been provided, are required. One (1) Certified Biologist with a minimum of three (3) years’ experience must be on the Respondent’s staff at the time of proposal. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the DETAILED SPECIFICATIONS Aquatic Sites Maintenance 23 RFP #22-21 retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Contractor shall maintain Pollution Liability Insurance to respond to bodily injury, property damage, and environmental damaged caused by a pollution incident. The minimum limits of liability shall be $1,000,000 per Occurrence/$2,000,000 Aggregate for the Project. e. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #22-21 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 Aquatic Sites Maintenance 24 RFP #22-21 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. May 2021 – May 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 herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), one (1) year renewals are possible at the City’s option. 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 proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the one (1) year renewal term. d. No fuel surcharges will be accepted or paid by the City. RESPONSE ELEMENTS Aquatic Sites Maintenance 25 RFP #22-21 1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, three (3) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. NOTE: If submitting proposals electronically, copies are not required. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFP. Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: a. The proposer’s understanding of the work to be performed b. A positive commitment to perform the service within the time period specified c. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project TAB 2 – Professional Experience of the Company, Personnel, and Certified Biologist(s). Provide an overview of the company’s qualifications, abilities, experience and expertise in providing the requested services. Include what qualifies your company, including financially, to provide the City with these services for the required term, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. a. Identification of senior and technical staff to be assigned to the City. Staff named in the proposal may not be substituted without permission of the City. Resumes, including relevant experience may be included. b. Resume is required for Certified Biologist(s). At least one (1) Certified Biologist on staff must have a minimum of three (3) years’ experience. TAB 3 – Understanding of Services to be Performed and Approach to Meeting Requirements. Clearly define the program being offered and your method of approach to include, but not limited to the following elements: a. Project Plan/Approach including scheduling variables b. Reporting (provide examples of forms and reports as applicable) TAB 4 – Company’s Philosophy Regarding Maintenance of Natural Resources. Provide an overview of the company’s natural resources philosophy. Include statement policies or other demonstrated commitment to the philosophy. TAB 5 – References. Provide a minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, and dates these services were provided. TAB 6 – Cost of Services. The cost portion of the proposal should include the site/location, treatment plan, and “per event” (service at the site) cost, multiplied to an annual amount per location. TAB 7 - Other Forms. The following forms should be completed and signed: a. Exceptions/Additional Materials/Addenda form b. Vendor Information form c. Vendor Certification of Proposal form d. Scrutinized Companies form(s) as required e. E-Verify Eligibility form RESPONSE ELEMENTS Aquatic Sites Maintenance 26 RFP #22-21 f. Copies of licenses and/or certifications required g. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Aquatic Sites Maintenance 27 RFP #22-21 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Aquatic Sites Maintenance 28 RFP #22-21 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 proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. VENDOR CERTIFICATION OF PROPOSAL Aquatic Sites Maintenance 29 RFP #22-21 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Aquatic Sites Maintenance 30 RFP #22-21 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Aquatic Sites Maintenance 31 RFP #22-21 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 Aquatic Sites Maintenance 32 RFP #22-21 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 MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Aquatic Sites Maintenance 33 RFP #22-21 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #22-21, Aquatic Site Maintenance Due Date: March 16, 2021, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #22-21, Aquatic Site Maintenance Due Date: March 16, 2021, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Aquatic Sites Invasive Species Maintenance for the City of Clearwater RFP #22-21 March 16, 2021 Aquatic Sites Invasive Species Maintenance for the City of Clearwater RFP #22-21 City of Clearwater 100 S Myrtle Ave 3rd Floor Clearwater, FL 33756-5520 Prepared by Cardno, Inc. 3905 Crescent Park Drive, Riverview, FL 33578 813 664 4500 www.cardno.com Table of Contents Tab 1 Letter of Transmittal ........................................................................... 1 Tab 2 Professional Experience of the Company, and Key Personnel....... 3 About Cardno ....................................................................................... 3 Aquatic Habitat Vegetation Management................................................3 Key Staff Qualifications ........................................................................ 4 Project Experience / References ....................................................11/12 Equipment .......................................................................................... 14 Tab 3 Understanding of Services to be Performed and Approach to Meeting Requirements .....................................................................15 Monthly & Annual Reporting Examples ..............................................17 Tab 4 Company’s Philosophy Regarding Maintenance of Natural Resources ......................................................................................... 20 Tab 5 Cost of Services ............................................................................... 21 Tab 6 Other Forms ...................................................................................... 23 Appendices Appendix A Key Staff Resumes Tables Table 1 Overview of Key Staff Qualifications ......................................... 6 Table 2 Available Equipment for Cardno’s Riverview Office ................ 14 Table 3 Waterway Management Program Event Intervals......................15 Figures Figure 1 Team Structure .................................................................................. 5 Figure 2 Monthly Report Example .................................................................. 17 Figure 3 Annual Report Example ...................................................................18 Acronyms ATV All-Terrain Vehicles DRI Development of Regional Impact EPA Environmental Protection Agency GIS Geographic information system GPS Global Positioning System RFP Request for Proposal UTV Utility Task Vehicle AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 1 Tab 1 Letter of Transmittal March 16, 2021 Ms. Lori Vogel, CPPB Procurement Manager City of Clearwater Attn: Purchasing 100 S Myrtle Ave, 3rd Floor Clearwater, FL 33756-5520 lori.vogel@myclearwater.com Tel. 727-562-4633 RE: Aquatic Sites Invasive Species Maintenance – RFP #22-21 Dear Ms. Vogel, and Members of the Selection Committee: Cardno is pleased to submit our proposal to the City of Clearwater (City) to provide environmental services as related to controlling nuisance and exotic species in and around ponds, lakes, mitigation, and wetland sites within the City’s jurisdiction. Our response attached herein is specifically aligned with the Aquatic Sites Invasive Species Maintenance request for proposal (RFP) issued February 12, 2021, to demonstrate our ability to perform the work and provide a strong and concise narrative describing our qualifications, approach, and value-added benefits in selecting Cardno for this contract. Project Understanding and Commitment of Services The Cardno Team is comprised of highly qualified, local, licensed professional environmental technicians and experts. We have held this contract with the City in the past and understand what is required to keep your aquatic sites in compliance. Cardno is familiar with all of the areas requiring aquatic invasive species maintenance, including your lakes, ponds, canals, and mitigation areas. We understand the challenges for each of these sites and the need to maintain a functioning wildlife habitat by controlling nuisance/exotic vegetation in waterbodies/sites and utilizing different treatments for each aquatic system, while minimizing the use of chemicals. Cardno has built a solid reputation for successfully applying innovative approaches to ensure timely and cost-effective project deliverables for our public and private sector clients. We are a full-service environmental science and engineering firm with extensive resources – including the right personnel, materials/supplies, equipment, licensing, and transportation necessary to support any request listed under this contract. Cost and schedule control require hands-on participation of the Cardno project management team, as introduced below. Cardno staff costs will be controlled on an individual level, with each team member made aware of the budgetary and time constraints for each of his or her task elements. No assignments will be made without a thorough review of the budget limits. Weekly time sheets will also be reviewed along with regular status reports to monitor budget compliance. Cardno project management staff is well versed in several applications to effectively manage our contracts and communicate with the City, including MS Project, BST for project accounting, and regular project team meetings. Cardno thrives in meeting and exceeding our clients’ expectations. We believe that the project management systems and controls we have in place provide our project managers and clients with the information to confidently produce excellent results. Cardno 3905 Crescent Park Drive Riverview, FL 33578 USA Phone 1-813-664-4500 Fax 1-813-664-0440 www.cardno.com AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 2 Project Management Team Cardno is proud of our history in providing environmental support for the City of Clearwater and has direct experience in providing aquatic invasive species maintenance throughout the State of Florida. Patrick Boser, with more than 22 years’ experience, will serve as the project manager acting as the primary point of contact and strategic planner for this contract. Richard Gross is our principal in charge and senior technical advisor who has supervised the construction of numerous complex mitigation areas in Florida. Annie Otto, will serve as certified biologist, with her expertise in Florida ecosystems, wetland mitigation design, permitting, and ecological/biological assessments. Mr. Boser, Mr. Gross, and Ms. Otto have worked together for more than 20 years, successfully completing contracts for the City and numerous private and public sector clients across the Tampa Bay region. In addition to our project management team and applicators based in Riverview, Cardno can use additional personnel out of our Clearwater based office. Together, we are committed to providing the City of Clearwater with the highest quality of service and expertise needed to successfully manage your projects while identifying the most effective, technologically advanced and cost-effective options available. Should you have any questions or require additional information following your review of our proposal, please do not hesitate to contact Patrick Boser or Rick Gross with phone numbers and email listed below. We appreciate this opportunity to work with the City of Clearwater again. Sincerely, Cardno, Inc. Patrick Boser Project Ecologist/Project Manager for Cardno Tel.: 813.257.0010 Email: patrick.boser@cardno.com Richard Gross Principal in Charge/Senior Mitigation Manager for Cardno Tel.: 813.257.0006 Email: richard.gross@cardno.com AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 3 Tab 2 Professional Experience of the Company, and Key Personnel About Cardno Founded in 1945, Cardno, Inc. (Cardno) is a professional environmental and engineering services firm with expertise and experience in supporting some of the largest companies around the world on projects and programs ranging from large-scale infrastructure improvements to addressing the world’s most complex environmental challenges. With more than 130 offices across the country and worldwide, Cardno provides clients with access to 6,000 professionals with exceptional local client service and project delivery. Our team includes leading professionals who plan, design, manage, and deliver sustainable projects and community programs. Key areas of specialization include environmental consulting and engineering; ecological consulting, mitigation and restoration; geological services; civil, structural, geotechnical, mining, and subsurface utility engineering; land development; and industrial hygiene. Cardno is financially sound as a strong company with sufficient capital resources for normal ongoing operations. Cardno currently generates positive cash flow from operations and utilizes internal project management and financial systems providing timely information key to proactive management of business operations and working capital investment. Cardno is not dependent upon any specific customer, industry, or service and as a result overall economic risk is limited due to our large customer base, and dispersion across geographic areas and industries served. As a publicly traded company, the City of Clearwater also has access to our financial history via Cardno’s Investor Center web page at https://www.cardno.com/investorcentre/ investor-information/. Aquatic Habitat Vegetation Management For over 40 years, Cardno has provided a broad range of services in managing nuisance and exotic species in upland restoration, wetland and upland creation, man-made waterways, and natural areas throughout Florida. These services have included the control of air potato, skunk vine, climbing fern, cattail, Brazilian pepper, Melaleuca, Peruvian primrose-willow, torpedo grass, cogon grass, natal grass, hydrilla, water hyacinth, and many others. Cardno has used many methodologies in controlling nuisance and exotic plants, including herbicide treatment, mechanical shrub and tree removal, manual removal, and biological control all from licensed restricted use pesticide commercial applicators. Cardno’s lake management services offer nuisance and exotic aquatic vegetation and algae treatments, aquascaping, littoral shelf planting, manual removal, and fish stocking. We service many man-made and natural waterways throughout Florida including retention ponds and ditches. Retention ponds and ditches require a lot of maintenance and clearing with all of the inputs they receive as part of their function. Initial mechanical removal of algae and slender spikerush from residential pond. Cardno has more than 300 staff in Florida, 75 of whom are located in our Riverview office where the current contract will be managed. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 4 Algae continues to be our number one targeted species for aquatic chemical applications. Our experience has taught us that every waterway differs, so we have established many different techniques to control algae. We work closely with leading aquatic researchers to stay abreast of the latest control measures, including biological control products, in addition to non-copper based algae control products. Many of these enhancements include colorants, stimulants, and nutrient fixing bacteria. Alternatives to the application of products are the use of biological control measures. These include herbaceous plant installations and fish stocking. Cardno also offers native seeding and plant and tree installations. Cardno is currently supporting similar scopes of work for lake management contracts in Pinellas, Hillsborough, Manatee, Pasco and Sarasota Counties. Cardno field staff are trained and experienced in distinguishing target from non-target plant species and in best management practices for herbicide usage. Cardno has a team of educated, certified, and experienced professionals, along with the in-house equipment and resources that will enable us to provide the necessary capacity to meet multiple-site deployments. To help ensure success, projects need a management plan that is flexible and supports site development goals. Cardno inspects project areas every month to gauge native plant density and composition, and manage undesirable weeds. With regular maintenance and monitoring this helps control invasive plant species prior to them becoming problematic. Our aquatic management team creates tailored effective maintenance and management plans to support long-term project success. Using our extensive experience, our staff combines cutting-edge technology and equipment, with site-specific ecological and botanical knowledge to identify and quantify problem areas, and potential threats to site success. Key Staff Qualifications Cardno has the capability and skills needed to perform the scope of work outlined in the City of Clearwater Request for Proposal (RFP). Project Manager, Patrick Boser will serve as the primary point of contact with the City. Mr. Boser provides project management expertise with a focus on large-scale mitigation maintenance and aquatic habitat enhancement and on-site quality assurance. He will be in direct communication with the City during all phases of project development and post completion management. Mr. Boser is familiar with the site locations listed in this bid. Cardno has held this contract multiple times in the past 20+ years, which Mr. Boser has performed and managed the aquatic vegetation services. Patrick Boser will work closely with the Project Team to oversee and coordinate with key staff to perform the scope of work. Principal-in-Charge, Richard Gross will serve as a senior technical advisor. Richard Gross has supervised the construction of numerous complex mitigation areas and has been project superintendent for hundreds of planting and maintenance projects. Annie Otto will serve as our Certified Biologist and John Bailey will serve as our Professional Wetland Scientist who have more than 40 years’ combined experience. Ms. Otto and Mr. Bailey are experts in wetland delineation and Florida ecology, and have extensive botanical knowledge and experience in Central Florida ecosystems. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 5 Cardno’s Aquatic Services Team Structure Cardno has specifically chosen the Staff listed below to work on this project based off of their knowledge and technical experience. We understand how challenging this project can be and will only allow senior experienced licensed applicators to perform any treatments. Principal in Charge- Richard Gross. Rick will provide support to the project manager. Project Ecologist/Manager- Patrick Boser. Patrick will coordinate treatment scheduling, communication with City Staff, quality assurance, and perform treatment assistance where needed. License #CM24692. Certified Biologist- Annie Otto. Annie will assist the Team with technical expertise for this project. Professional Wetland Scientist- John Bailey. John will assist the Team whenever environmentally sensitive issues may arise. Fisheries Biologist- Chris White- Chris will ensure safety protocols are followed and perform treatment applications. License #CM25852. Field Supervisors- Mike Eales and Fabian Nunn. Mike and Fabian will provide site supervision, diagnosis, prescribe treatments, and perform applications. Mike’s License #CM22437, Fabian’s License #CM21702. Senior Field Technician- Dennis Mercer. Dennis will perform treatment applications. License #CM26291. Senior Field Technician- Leonard Morrow. Leonard will perform treatment applications. License #CM22220 Senior Field Technician- Dave Johnson. David will perform treatment applications. License #CM23077. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 6 Table 1 Overview of Key Staff Qualifications Staff Experience Patrick Boser Project Ecologist/ Project Manager >Commercial ApplicatorLicense, #CM24692 >AA, HillsboroughCounty CommunityCollege Mr. Boser specializes in mitigation maintenance, lake management, ecological monitoring, and permit compliance. He is the manager of the Lake Management/Mitigation Department at Cardno. Mr. Boser has extensive knowledge in habitat management of nuisance/exotic vegetation. He is responsible for coordinating crews and subcontractors to perform maintenance of lakes and wetland mitigation sites. He has coordinated the maintenance of mitigation sites, upland preserves, and natural and man-made waterbodies throughout Florida. He has experience in numerous maintenance techniques including manual and mechanical removal, selective herbicide treatment, and biological control measures. Mr. Boser understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. Richard Gross Principal-in-Charge >AA, Business, Stark Community College Mr. Gross, with more than 30 years of experience, is responsible for project supervision and implementation of planting and nuisance removal projects. He has supervised construction of complex mitigation areas and has been project superintendent for hundreds of planting and maintenance projects. Mr. Gross has supervised construction activities with general contractors on projects that have required extensive coordination between municipal governments, regulatory agencies, and developers. Areas of expertise include freshwater mitigation and coastal design, wildlife and plant surveys, and project management on all planting activities for wetland and upland creation/ enhancement areas, freshwater mitigation areas, dune restoration, and coastal restoration projects. He has also supervised nuisance/invasive species removal for permit compliance at more than 250 projects in the South Florida area. John Bailey, PWS Biologist >Professional Wetland License, #763 >MS, Wetland Ecology,University of Florida >BS, Forest ResourcesManagement,Southern Illinois Mr. Bailey is a Certified Professional Wetland Scientist with over 28 years of experience. He is an expert in wetland delineation and Florida ecology, and has extensive botanical knowledge and experience in Central Florida ecosystems. Mr. Bailey has project experience is in ecological assessments of wetlands and uplands, environmental resource permitting, wetland delineation (including aerial wetland delineations), listed species assessments and surveys, wetland mitigation design, wetland hydroperiod assessment, and data analysis. Mr. Bailey has extensive experience coordinating with project staff to complete projects on time and within budget. Michael Eales Field Supervisor/ Treatment Applicator >Commercial ApplicatorLicense, #CM22437 Mr. Eales specializes in mitigation maintenance and lake management. He is a mitigation coordinator of the mitigation/lake management crew at Cardno and is responsible for producing weekly work schedules. In this role, Mr. Eales inspects all mitigation and lake management projects for thoroughness of treatments and permit compliance. He produces inspection reports and recommends solutions to improve the overall quality of Cardno’s Mitigation Division work products. He also supervises and implements field work for ecological restoration projects at Cardno. Restoration work includes invasive species control, native plant installation, and erosion control. Mr. Eales is also experienced in GIS and the use of handheld global positioning system (GPS) units, maps and compasses to navigate to plot locations. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 7 Staff Experience Annie Otto Certified Wildlife Biologist/ Restoration Ecologist >Certified Wildlife Biologist >BS, EnvironmentalScience, JacksonvilleCollege Ms. Otto has experience in wildlife ecology and permitting; ornithology; wetland ecology, assessment, and permitting; and fire ecology throughout Florida’s ecosystems. Specific areas of expertise include listed species assessments, biological resource inventories, design of holistic management plans for lands with listed species, wetland delineation and permitting, and mitigation design and monitoring. Primary responsibilities include managing teams of field ecologists, supervising and conducting wetland delineations/ evaluations and wildlife surveys, preparation of permit applications, and participating in client and agency interactions. Fabian Nunn Field Supervisor/ Treatment Applicator >Commercial ApplicatorLicense, #CM21702 >AA, University of SouthFlorida >BA, University of SouthFlorida Mr. Nunn specializes in mitigation maintenance and lake management. He supervises and implements field work for ecological restoration projects at Cardno. Restoration work includes invasive species control, native plant installation, and erosion control. Mr. Nunn is also experienced in geographic information systems (GIS) and the use of handheld GPS units, maps and compasses to navigate to plot locations. He has extensive knowledge in habitat management of nuisance/exotic vegetation. Chris White Fisheries Biologist >Commercial Applicator License, #CM25852 >SWFWMD WAPCertified >BS, Fisheries andAquatic Sciences,Purdue University Mr. White manages ecological restoration projects in the Southeast. In this role, Mr. White manages day-to-day field crew operations, generates pricing for proposals and bids, and leads the safety compliance in his office. He is responsible for performing all aspects of fieldwork for habitat restoration. Mr. White also assists with macroinvertebrate, fishery, and habitat surveys, and mammal, reptile, amphibian, and bird identification. Mr. White understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. Leonard Morrow Senior Field Technician >Commercial ApplicatorLicense, #CM22220 >AS, EnvironmentalScience, HillsboroughCommunity College Mr. Morrow specializes in mitigation maintenance and lake management. He provides field observation and quality control of wetland mitigation and aquatic habitat enhancement projects in varying sizes, from less than an acre to multiple acres in size. Mr. Morrow also provides on-site quality assurance and direct communication contact with the client representative during all phases of project development and post completion management to ensure agency compliance. Mr. Morrow has conducted maintenance of mitigation sites throughout Central Florida. He has experience in numerous maintenance techniques including hand removal, selective herbicide treatment, and mechanical removal. Mr. Morrow understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 8 Licenses/Certifications AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 9 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 10 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 11 Project Experience Our team’s success is well demonstrated by our project history with similar scopes of work. We assist our clients through all aspects of vegetation management. Our staff has assisted clients with a wide variety of tasks including exotic vegetation nuisance control and removal, native plant supply and installation, plant establishment and maintenance, and ecological restoration planning and design. Relevant project experience is summarized below. Project Name Non-Native Species Control Contract: Inspection, Planting, Maintenance and Stormwater Ponds – Pasco County, Florida Client Pasco County BOCC Service Dates January 30, 2017 – Ongoing Summary of Work Cardno conducts events to control nuisance/exotic vegetation in stormwater ponds, upland and wetland mitigation areas in various sites throughout Pasco County. Project Name Hillsborough County Non-native Species Control Contract Client Hillsborough County Conservation and Environmental Lands Management Service Dates March 2016 – April 2022 Summary of Work Cardno provides nuisance/exotic vegetation control, forestry mowing, tractor mowing, canopy reduction, and planting to sites across Hillsborough County. Project Name As-Needed Land Management – Hillsborough County, Florida Client Tampa Bay Water Service Dates April 2019 – Ongoing Summary of Work Cardno controls nuisance/exotic vegetation on over 400 acres of wetland mitigation, multiple stormwater ponds, and upland restoration areas. Project Name Environmental Planting, Monitoring, Reporting & Maintenance Services- Pinellas County, Florida Client Pinellas County BOCC Service Dates December 2019 – Ongoing Summary of Work Cardno conducts nuisance/exotic vegetation control, planting, monitoring and reporting in numerous ponds and wetland mitigation sites across Pinellas County. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 12 References Pasco County BOCC Juanita Bernal Leon, Senior Project Manager Pasco County BCC | Engineering Division – Public Works P: 727-834-3611 Internal: x1034 4454 Grand Blvd. New Port Richey, FL 34652 jbernalleon@pascocountyfl.net|Website: www.pascocountyfl.net Pinellas County David Brian Brown Ecological Service Unit and Water and Navigation Program Manager, Division of Environmental Management, Public Works 22211 U.S. Hwy 19 N., Bldg 1 Clearwater, Florida 33765 (727) 464-8862 (office) (813) 210-7876 (cell) dbbrown@pinellascounty.org Tampa Bay Water Christopher Shea P.W.S. Senior Environmental Analyst Tampa Bay Water 2575 Enterprise Rd. Clearwater, FL 33763 (813) 929-4524 phone (813) 334-3385 mobile mailto:cshea@tampabaywater.org http://www.tampabaywater.org/ AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 13 References Continued Hillsborough County Ken Bradshaw Field Operations Manager Conservation and Environmental Lands Management P: (813) 672-7876 E: bradshawk@HillsboroughCounty.org W: HillsboroughCounty.org Hillsborough County 10940 McMullen Rd., Riverview FL 33569 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 14 Equipment Cardno owns and operates a wide range of equipment, allowing for a diverse and efficient approach in performing invasive plant control and native plant installation. We also have the unique ability to share equipment resources between other offices throughout Florida based on project needs and availability. This works to everyone’s advantage, saving on expensive equipment rental costs. We offer a range of equipment including Boats, All-Terrain Vehicles (ATV) / Utility Task Vehicles (UTV), Skid Sprayers, and Tractors Our available equipment anticipated for use under this contract is summarized in Table 2 below. Table 2 Available Equipment for Cardno’s Riverview Office Available Equipment Power and Manual Equipment Kubota L4701HST 4x4 Tractor with Loader Brush Trimmers (8) Land Pride 72-inch Grapple Power Auger (4) 48-inch Pull Behind Trail Mower Backpack Sprayers (15) Chain Saws (6) Ground Transportation / Equipment 2016 Dodge Ram 2500 4x4 Utility Trailers (6) 2015 Dodge Ram 1500 4x4 14-foot Dump Trailer 2015 Ford F150 4x4 John Deere UTV with Spray Assembly (3) 2014 Ford F150 4x4 Honda ATV with Spray Assembly (5) 2018 Dodge Ram 2500 4x4 Polaris UTV, 6-seat Crew Model (2) 2007 Toyota Tundra 4x4 Boat/Water Transportation 14-foot Carolina Skiff with Spray Assembly (2)18-foot Tacker Grizzly with Spray Assembly 12-foot Jon Boat (2), 14-foot Jon Boat 15-foot Panther Airboat with Spray Assembly Water Quality and Water Level Monitoring- Additional Services Turbidity Meters (6) Secchi Disk (5) Water Level Meters (6) YSI 30 Conductivity, Salinity, Temperature (2) Light Sensor YSI ProDSS Multi-parameter Spot Measuring Sonde Microscopes (4) YSI 6600 Series Multi-Parameter Data Sondes (4) Niskin Water Samplers Global Positioning System (GPS) and Survey Equipment GeoXT 7000 Series (4) GarmineTrex Legend WAAS Handheld GPS (12) GeoXT 2005 Standalone GPS Unit Survey Levels (2) Trimble R1 Sub-meter Receiver AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 15 Tab 3 Understanding of Services to be Performed and Approach to Meeting Requirements Project Plan/Approach . With Cardno’s familiarity and experience of the City of Clearwater’s (the City) lakes and ponds, and with direction and knowledge base from the City’s project managers, we will provide a high level of service that exceeds expectation. With our technical expertise, deep bench of resources, and experience in working with the City on previous projects, we are confident in our ability to deliver strong management practices and treatments for various aquatic systems. Upon arrival to a site, Cardno’s Project Manager, Patrick Boser will carefully inspect the site prior to giving our crew(s) final instructions. While on-site, the crew is assisted by our Field Supervisors, Mike Eales and Fabian Nunn. Cardno’s crew carefully treats with EPA approved herbicides and/ or hand removes nuisance vegetation without impacts to desirable vegetation in place. In addition, Cardno removes and disposes of litter we encounter at each site. After maintenance is completed, the site is re-inspected by the on-site supervisor to verify quality of work. We realize it is our responsibility to ensure that nuisance vegetation on-site is treated/controlled in a responsible manner. During our maintenance of City ponds and lakes, we will also inspect for other problems that may exist, such as extreme hydrologic conditions, vandalism, survivorship problems, erosion, and litter. We will report these situations to the City’s project manager immediately. The following shows our understanding of the required maintenance intervals by site location. Waterway Management Program Event Intervals Lakes and Ponds (20) Lake Hobart 6x/year Lake Carol 6x/year Lake Hibiscus 6x/year Lake Louise 6x/year Crest lake 6x/year Linn Lake & Gabion 1x/month Terrace lake 6x/year Rice lake 1x/month Westchester lake 6x/year Lake Julia 1x/month Lake Tangerine 6x/year Highland Ponds 1x/month Cypress Bend Pond 6x/year Arcturas Ave. Pond 1x/month Hampton Road Pond 6x/year Drew St, Pond 1x/month Sall’s Lake 6x/year Palmetto St. Ponds 1x/month Lake Lucille 6x/year Prospect Lake 1x/month AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 16 Creeks, Channels, Ditches & Gabions (10) Channel G Gabion 4x/year Channel F Gabion North 4x/year Tropic Hills Outfall 4x/year Channel F Gabion South 4x/year Allen’s Creek Gabion South 4x/year Channel B Gabion 4x/year Stevenson Creek Gabion 4x/year Allen’s Creek Gabion North 4x/year Channel H Gabion 4x/year Byram Ditch 1x/month Right of Ways (5) West Drive 6x/year Power Company ROW 1x/month N.Old Coachman Rd.6x/year Landmark Dr 1x/month Us Highway 19 N. 6x/year Parks and Recreational Areas (8) Frank Tack Park 6x/year Cliff Stephen’s Park 1x/month DD Davis Park 6x/year Allen’s Creek Park 1x/month Moccasin Lake Park 1x/month Lake Chautauqua Park 1x/month Cooper’s Bayou Park 1x/month Lake Chautauqua South 1x/month Environmental/Stormwater Monitoring Facilities (6) Woodlawn Terrace 1x/month Alligator Lake 1x/month Coachman Ridge Park 1x/month Kapok Park 2x/month Lake Bellevue 1x/month Glen Oaks Park 2x/month The above site locations will be maintained through the use of backpack sprayers, boats with spray assemblies, and John Deere Gators with spray assemblies. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 17 Reporting Cardno believes communication is key when managing a project of this caliber. Clear communication can help educate the public and inform our clients of our progress. Being able to collectively communicate the needs of our clients is important so that we provide the most efficient and effective plan of action to achieve the desired project objectives. One of our avenues for clear communication comes from our reporting. Figures 2 and 3 are representative report styles we can use for the required monthly and annual reports. Figure 2 Monthly Report Table Example AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 18 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 19 Figure 3 Annual Report Example AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 20 Tab 4 Company’s Philosophy Regarding Maintenance of Natural Resources The policy of effectively maintaining natural resources is not just a simple scientific or technical challenge. It is about integrating diverse needs, interests, and visions. Cardno believes the most effective way to achieve this mixed set of goals - to promote livable communities, vibrant economies, and healthy landscapes - is to have the right people with the best available information address issues of common concern. We consider natural resources in the context of the broader landscape level and acknowledge that humans are part of the landscape and they need to be involved in management and planning processes in an equitable way. At Cardno, natural resource management requires understanding of the physical, chemical, and biological factors that interact and control ecological processes in terrestrial, wetland and aquatic ecosystems – and the species that depend on them. Within this framework, Cardno scientists, restoration engineers and resource economists are available to link client goals with regulatory requirements to manage and conserve our natural resources. Lake and wetland maintenance have always been a significant part of the overall environmental services package that Cardno offers our clients. We have devoted an entire department of the company to maintenance and habitat management practice services that include lake and pond management, uplands and wetlands restoration/mitigation design, construction oversight, planting, nuisance/exotic plant maintenance and qualitative and quantitative monitoring. The professional staff of this practice area in Riverview is supported by two additional crews of laborers and environmental technicians who conduct planting and maintenance services across central Florida. The number of crews and the number of crew members are dictated by overall workload and can be expanded to meet the City of Clearwater’s project needs. We currently have more than 100 lake and wetland management projects under contract for regular maintenance services. In addition, we have numerous other related projects that are required by permit and have time sensitive schedules. We offer the City a strong bench of resources to successfully manage numerous projects and locations, always with a focus on quality, safety, and service. Cardno has the ability to offer innovative solutions to weed control problems that may be preventing a site from reaching success criteria and the City’s management goals. We understand the need for ecological restoration is growing due to human and natural activities that damage or destroy landscapes and native habitats. Shallow areas in Florida ponds and lakes are the perfect places for exotic and nuisance emergent plants to colonize. In addition, fairly shallow ponds in Florida create perfect conditions for submerged aquatics, especially in neighborhoods with yard fertilization and pet waste. Cardno is well aware of the potential for nuisance plants to be introduced through anthropogenic means and takes every precaution to prevent this from happening on our project sites. We understand that consistent and appropriate treatment of nuisance/exotic species is key to controlling these aggressive plants. All herbicides used by Cardno in lakes, ponds, and wetlands are approved for the specific use necessary and are applied by environmental technicians who are state certified applicators (including aquatics, natural areas, and right of way). Our technicians are trained in the identification of plant species and selective control techniques. Finally, Cardno has a strong commitment to meeting the needs of our clients while balancing what is right for the environment. We strive to negotiate environmental problems that will maintain the diversity and health of the natural environment, and the functions and operation of the built environment, while enabling our clients to successfully complete their projects in a timely, cost effective manner. As an innovator in the environmental field, Cardno continually seeks new ways and technologies to meet the challenges of the ever-evolving fields of resource management and protection. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 21 Tab 5 Cost of Services Cardno understands the need to be budget conscious and cost effectiveness when servicing multiple projects; therefore, we have tailored our cost to reflect fees for all work associated with the scope of services. Below is the cost for each site/location treatment plan, multiplied to an annual amount per location. Table 3 List of Waterbodies / Sites / Unit and Total Pricing Name Treatment Frequency Unit Price Annual Total Lakes and Ponds (20) Lake Hobart 6x/year $125.00 $750.00 Lake Hibiscus 6x/year $145.00 $870.00 Crest Lake 6x/year $350.00 $2,700.00 Terrace Lake 6x/year $185.00 $2,100.00 Westchester Lake 6x/year $275.00 $1,650.00 Lake Tangerine 6x/year $100.00 $600.00 Cypress Bend Pond 6x/year $200.00 $1,200.00 Hampton Road Pond 6x/year $60.00 $360.00 Sall's Lake 6x/year $100.00 $600.00 Lake Lucille 6x/year $265.00 $1,590.00 Lake Carol 6x/year $95.00 $570.00 Lake Louise 6x/year $115.00 $690.00 Linn Lake & Gabion 1x/month $350.00 $4,200.00 Rice Lake 1x/month $225.00 $2,700.00 Lake Julia 1x/month $175.00 $2,100.00 Highland Ponds 1x/month $350.00 $4,200.00 Arcturas Avenue Pond 1x/month $80.00 $960.00 Drew Street Pond 1x/month $85.00 $1,020.00 Palmetto St. Ponds 1x/month $155.00 $1,860.00 Prospect Lake 1x/month $325.00 $3,900.00 Creeks, Channels, Ditches and Gabions (10) Channel G Gabion 4x/year $225.00 $900.00 Tropic Hills Outfall Gabion 4x/year $300.00 $1,200.00 Allen’s Creek Gabion’s, North Section 4x/year $285.00 $1,140.00 Allen’s Creek Gabion’s, South Section 4x/year $400.00 $1,600.00 Stevenson Creek, Golf Course Gabion 4x/year $175.00 $700.00 Channel H Gabion’s 4x/year $125.00 $500.00 Channel F Gabion, North Section 4x/year $175.00 $700.00 Channel F Gabion’s, South Section 4x/year $375.00 $1,500.00 Channel B Gabion 4x/year $475.00 $1,900.00 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 22 Byram Ditch 1x/month $450.00 $5,400.00 Right-of-Ways (5) West Drive 6x/year $85.00 $510.00 N.Old Coachman Road 6x/year $220.00 $1,3200.00 US Highway 19 N. 6x/year $300.00 $1,800.00 Power Company Right of Way 1x/month $255.00 $3,060.00 Landmark Drive 1x/month $320.00 $3,840.00 Parks and Recreational Areas (8) Frank Tack Park 6x/year $155.00 $930.00 D.D. Davis Park 6x/year $100.00 $600.00 Moccasin Lake Park 1x/month $200.00 $2,400.00 Cooper's Bayou Park 1x/month $500.00 $6,000.00 Cliff Stephen's Park 1x/month $875.00 $10,500.00 Allen’s Creek Park 1x/month $1,500.00 $18,000.00 Lake Chautauqua Park 1x/month $195.00 $2,340.00 Lake Chautauqua South 1x/month $250.00 $3,000.00 Environmental / Stormwater Monitoring Facilities (6) Woodlawn Terrace 1x/month $500.00 $6,000.00 Coachman Ridge Park 1x/month $280.00 $3,360.00 Lake Bellevue 1x/month $600.00 $7,200.00 Alligator Lake 1x/month $700.00 $8,400.00 Kapok Park 2x/month $1,500.00 $18,000.00 Glen Oaks Park 2x/month $750.00 $9,000.00 Bidder’s Total $156,420.00 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 23 Tab 6 Other Forms AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 24 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 25 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 26 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 27 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 28 Cardno W-9 NAMEDINSERT PROJECT NAME NAME Aquatic Sites Invasive Species Maintenance Appendix A RESUMES ANNIE L. OTTO, CWB Page 1 of 3www.cardno.com Annie L. Otto, CWB Project Role Certified Biologist Current Position Restoration Ecologist Discipline Areas >Restoration andMitigation Management>Listed Species Surveysand Permitting>Avian Protection Planand Avian RiskAssessment>Wetland Delineation,Evaluation andPermitting>EnvironmentalPermitting Years' Experience 17 Joined Cardno 2017-Current, 2015-2016, 2003-2009 Education BS, Environmental Science, Jacksonville University, 2000 Professional Registrations FDEP Qualified Stormwater Management Inspector #5811 FWC Authorized Gopher Tortoise Agent GTA-19-00129 Certifications Certified Wildlife Biologist, The Wildlife Society Summary of Experience Ms. Otto has experience in wildlife ecology and permitting; ornithology; wetland ecology, assessment, and permitting; and fire ecology throughout Florida’s ecosystems. Specific areas of expertise include listed species assessments, biological resource inventories, design of holistic management plans for lands with listed species, wetland delineation and permitting, and mitigation design and monitoring. Primary responsibilities include managing teams of field ecologists, supervising and conducting wetland delineations/ evaluations and wildlife surveys, preparation of permit applications, and participating in client and agency interactions. Significant Projects Restoration and Mitigation Project Manager/Field Ecologist – Coastal Dune Restoration Planting – Jacksonville Beach, Florida Ms. Otto conducted dune planting services for the City of Jacksonville Coastal Dune Restoration project. Services included ensuring and oversight of planting with careful adherence to plant spacing, plant quality, and technical planting requirements specifically for sea oat installation. Efforts included close coordination with third-party project management consultant to ensure deadlines were met effectively and with the highest quality product. Daily planting reports, weekly summaries, and monthly status reports were created and communicated by Ms. Otto in effort to maintain consistent project management and the accomplishment of project goals. 2017-Present. Project Manager/Field Ecologist – Mitigation Planting/Wetland Enhancement – Titusville, Florida Ms. Otto assisted with planting oversight, project management, and wetland enhancement for the Blue Origin Manufacturing Facility. Services included oversight on planting effort with careful adherence to plant spacing, plant quality, and technical planting requirements. Efforts included close coordination with third-party project management consultant to ensure deadlines were met effectively and with the highest quality product. Weekly status reports were created and communicated by Ms. Otto in effort to maintain consistent project management and the accomplishment of project goals. Listed Species Surveys and Permitting Project Manager/Field Ecologist – Wildlife Surveys – Southeastern United States Ms. Otto has extensive experience with participating in, leading, and managing wildlife surveys on public and private land for a wide array of clients throughout the southeastern United States. Efforts included surveys for the presence of listed species, potential habitat evaluation, habitat delineation, and agency negotiation. Target species have included, but are not limited to, Florida panther, gopher tortoise, Florida scrub-jay, eastern indigo snake, wood stork, bald eagle, Everglade’s snail kite, and migratory and wading bird species. Techniques included vehicular and pedestrian transects, small mammal trapping, anuran call census, and use of a gopher tortoise burrow camera. Expertise extends to the wide range of listed and non-listed species in the southeast and their habitat requirements. 2003-present. ANNIE L. OTTO, CWB Page 2 of 3 Project Manager/Field Ecologist – Florida Scrub-jay Surveys for New Substation – Volusia County Ms. Otto designed and implemented territory surveys for Florida scrub-jay family groups for a proposed substation parcel and transmission corridor in Volusia County. Required close coordination with U.S. Fish and Wildlife Service (USFWS) and the local municipality staff to ensure compliance with all permit conditions. 2014. Lead Ecologist – Listed Species Assessment – Desoto and Manatee Counties, Florida Ms. Otto conducted appropriate pedestrian and vehicular surveys for listed species, including but not limited to crested caracara, Florida grasshopper sparrow, burrowing owl, red-cockaded woodpecker, bald eagle, gopher frog, Florida scrub-jay, Florida mouse, eastern indigo snake, Florida golden aster and Florida bonamia, and gopher tortoise for the 24,000-acre project. 2007-2009. Task Manager/ Field Ecologist – Natural Environmental Resource Damage Assessment/Aerial Avian Surveys – New Orleans, Louisiana Ms. Otto conducted numerous aerial surveys via fixed wing aircraft to assess and quantify the avian population within the New Orleans delta for Natural Environmental Resource Damage Assessment (NERDA) response for the project. Survey work required close coordination with USFWS staff and the local municipality staff to ensure compliance with federal survey standards. Task Manager/ Field Ecologist – Wildlife Aerial Surveys – Throughout Florida Ms. Otto conducted numerous helicopter surveys for state and federally listed wildlife in a variety of habitats. Surveyed uplands for nesting bald eagles, and wetlands for wading bird nesting and roosting colonies and nesting Florida sandhill cranes. Extensively involved in analyzing and mapping the collected data and participated in its incorporation into client reports and permitting documents. 2007-Present Avian Protection Plan and Avian Risk Assessment Project Manager/Lead Ecologist – Avian Protection Plan and Risk Assessment – North Carolina, South Carolina, and Florida Ms. Otto, designed and implemented an avian protection plan for a large utility company to reduce avian interactions with electrical utilities. Aspects of the plan included conducting an avian risk assessment, research and development of construction and retrofitting techniques to make electrical utilities avian-safe, developing standard procedures to address avian injuries/mortalities, nest management techniques, and developing an employee training program. 2009-Present. Lead Ecologist – Avian Protection Plan and Risk Assessment – Desoto, Hillsborough, Manatee, and Polk Counties, Florida Ms. Otto, assisted with designing and implementing an avian protection plan for the utilities and infrastructure of a large Florida mine company to reduce avian interactions with electrical utilities. Aspects of the plan included leading and conducting an avian risk assessment, research and development of construction and retrofitting techniques to make electrical utilities avian-safe, developing standard procedures to address avian injuries/mortalities, nest management techniques, and developing an employee training program. 2015. ANNIE L. OTTO, CWB Page 3 of 3 Wetland Delineation, Evaluation, and Permitting Project Manager/Lead Ecologist – Wetland Delineation, Evaluation and Permitting – Throughout Florida Ms. Otto conducted Florida Department of Environmental Protection (FDEP) and Water Management District’s (WMD’s) and Natural Resource Conservation Service (NRCS) and U.S. Army Corps of Engineers (USACE) delineations, delineation reviews, and wetland assessments using Florida’s Uniform Mitigation Assessment Methodology (UMAM) or Wetland Rapid Assessment Procedure (WRAP). Efforts included developing, preparing, and submitting application materials to Federal, State and local regulatory agencies for wetland delineation and evaluation approval. 2005-Present. Project Manager/ Lead Ecologist – Natural Resource Conservation Service Wetland Determinations – Polk, Highlands, Glades and Hendry Counties, Florida Ms. Otto obtained certified wetland determinations from the NRCS for several large Florida ranches. Certified wetland determination offers landowners assurance of a federal wetland delineation as long as the property remains in agricultural use. 2009-present. Environmental Permitting Project Manager/Field Ecologist – Substation and Transmission Line Assessments – Throughout Florida Ms. Otto has provided site assessments, wetland delineations, general and species-specific listed species surveys, FWS and FWC listed species permitting, listed species relocations, and permit compliance monitoring for several substations and transmission lines in Florida. 2009-present Project Manager/ Field Ecologist – Dispersed Water Management Project – Hendry County, Florida Utilizing an approved NRCS wetland determination, Ms. Otto has assisted with the design and permitting of a large scale dispersed water management project. Efforts included listed species surveys, agency negotiations regarding the wetland determinations and wetland impacts, and adherence to the USACE Regional General Permit SAJ-106 guidelines, particularly with federally listed species issues. 2015. Professional History Year started at Cardno – 2015 > Cardno – Restoration Ecologist > Flatwoods Consulting Group – Senior Ecologist – 2009 - 2015 > ENTRIX, Inc./Biological Research Associates – Senior Ecologist – 2003 – 2009 > National Park Service – Environmental Specialist – 2000 – 2002 > Environmental Services, Inc. – Environmental Specialist – 2000 - 2001 PATRICK G. BOSER Page 1 of 2 www.cardno.com Patrick G. Boser Project Role Project Manager Current Position Project Ecologist/Project Manager Contact Information 3905 Crescent Park Drive Riverview, FL 33578 patrick.boser@cardno.com 813 257 0010 Discipline Areas > MitigationMaintenance> Lake Management> EcologicalMonitoring/PermitCompliance> Mitigation QualityControl Years' Experience 22 Joined Cardno 1998 Education > AA, HillsboroughCommunity College,1996 Continuing Education And Certifications > CommercialApplicator RestrictedUse PesticideLicense, State ofFlorida Department ofAgriculture andConsumer Services:Aquatics, NaturalAreas and ROW Summary of Experience Mr. Patrick Boser’s areas of specialization are mitigation maintenance, lake management, ecological monitoring, and permit compliance. He is the manager of the Lake Management/Mitigation Department at Cardno. He has extensive knowledge in habitat management of nuisance/exotic vegetation. He is responsible for coordinating the crew and sub-contractors to perform maintenance of lakes and wetland mitigation sites. Mitigation Maintenance Mr. Boser has coordinated the maintenance of mitigation sites throughout Central Florida. He has experience in numerous maintenance techniques including hand removal, selective herbicide treatment, and mechanical removal. Mr. Boser understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. He provides mitigation maintenance services for a variety of projects including the Tampa Bay Regional Reservoir, Connerton CDD, Mira Bay, and Cypress Creek Town Center. Lake Management Mr. Boser has coordinated lake management activities on numerous retention ponds and natural lakes in Central Florida. Activities include herbicide prescription, budgeting, and quality control. Mr. Boser coordinates aquatic weed control services for numerous projects in Central Florida including Tampa Bay Buccaneers, Pinellas County, and Tampa Bay Water. Ecological Monitoring/Permit Compliance Mr. Boser conducts ecological monitoring for a number of wetland mitigation areas. He also produces the monitoring reports for submittal to regulatory agencies, makes recommendations to clients for remediation measures that may be needed, and coordinates with agency personnel in the implementation of measure that will ensure achievement of permit required success criteria. Mitigation Quality Control Mr. Boser conducts inspections of all lake management and mitigation areas to document the level of contract and/or permit compliance. When necessary, he coordinates with the responsible staff member to ensure that permit conditions are being met. Significant Projects Mitigation Maintenance – Haynesworth Tract – Pinellas County, Florida Conducted mitigation maintenance at the Haynesworth tract. This project involved wetland mitigation that was incorporated into a Surface Water Improvement and Management system, meant to improve surface water quality flowing into Tampa Bay. Field Operations Manager – Tampa Bay Water, Mitigation Bank – Florida Cardno provides land management services associated with the C.W. Bill Young Reservoir in Hillsborough County Florida. Project sites include East Pruitt 406 acres, West Pruitt 452 acres, and North Carlton-Smith 480 mitigation and conservation lands. Cardno provides control of invasive vegetation species utilizing herbicides and mechanical means to ensure these vast tracts of land are maintained to permitted standards. PATRICK G. BOSER Page 2 of 2 Field Operations Manager – Tampa Bay Water, Land Management – Florida Mr. Boser was the Field Operations Manager for Pre-planting maintenance, planting, and post planting maintenance. The project consisted of the creation of 43 acres of freshwater marsh and 35 acres of oligohaline marsh. Field Operations Manager – Cypress Creek Town Center Alston Tract – Hillsborough County, Florida Restoration and creation of 250-acre off-site mitigation site. Cardno developed plans for restoration of flatwoods, wetlands, and ecologically based management of natural lands. Services included seeding, planting, monitoring, and long-term maintenance. Restoration of pasture to flatwoods and planting of degraded slough system was accomplished. Project Manager – Hillsborough County Habitat Restoration & Land Management – Hillsborough County, Florida Mr. Boser is the Project Manager for this contract. He provides bid estimates, herbicide prescriptions, and oversight for mechanical vegetation reduction. Project Manager – Pasco County Non-Native Species Control Contract – Pasco County, Florida Maintenance of wetland mitigation, natural land, passive park and stormwater contract. Mr. Boser provides oversight of maintenance, scheduling, and reporting to Pasco County. Deputy Project Manager – Lee County, Environmental Maintenance Contract – Lee County, Florida Mr. Boser supports the project manager to oversee project estimating, scheduling, coordination and planning, staffing and staff management, equipment/fleet management, and material procurement. Land Management – CF Industries Restoration Activities – Hillsborough County, Florida Cardno oversaw the restoration of 53 acres of wetlands and creation of 139 acres of forested and herbaceous wetlands through construction oversight, field adjustments, and plant installation. The project also involved wetland enhancement and upland restoration. The services were part of a team permitting effort involving the expansion of a phosphogypsum stack at the Plant City facility. Land Management – Non-native Species Control – Hillsborough County, Florida Hillsborough County Conservation and Environmental Lands manages more than 61,000 acres of environmentally sensitive wildlife habitat and corridors acquired through the Jan K.Platt Environmental Lands Acquisition and Protection Program. Cardno providesinvasive control, forestry mowing, tractor mowing, canopy reduction, and planting to sitesacross Hillsborough County. Lake Management – Estancia at Wiregrass CDD – Pasco County, Florida Located just north of Wesley Chapel and the Shops at Wiregrass. This large-scale project includes 35 storm water ponds and multiple acres of Created Wetland Mitigation. Most of the pond slopes were planted with native grasses. These plantings have reduced the amount of nutrient runoff from neighboring yards and landscaped common areas. In return, this buffer has kept grass clippings thrown from mowers from entering the water body. Cardno key services include environmental monitoring; lake management; landscape architecture; and wetland mitigation maintenance. Lake Management – Harbor Bay CDD, Mira Bay – Florida Cardno provides lake management services for Harbor Bay CDD Mira Bay. This property has 26 stormwater ponds and one large lagoon. Cardno has also provided aquascaping services in and around many of these ponds. RICHARD A. GROSS Page 1 of 3 www.cardno.com Richard A. Gross Project Role Project Principal Current Position Senior Mitigation Manager Contact Information 3905 Crescent Park Drive Riverview, FL 33578 richard.gross@cardno.com810 257 0006 Education >AA, Business, StarkCommunity College>USF, Biology/Wetland CourseWork>Specialized On theJob/In the FieldTrainings> 40-Hour OSHAHAZWOPERCertification Discipline Areas > MitigationPlanting/Design>Aquascaping>HabitatRestoration/NuisanceSpecies Control>Upland Restoration>Dune/CoastalRestoration>ConstructionOversight>Tree Spade Services Years' Experience 33 Joined Cardno 1987 Memberships >Native Plant Society> Southeast UtilityContractorsAssociation (SUCA) Summary of Experience Mr. Richard “Rick” Gross is responsible for project supervision and implementation of planting and nuisance removal projects throughout the Southeastern United States. He has supervised the construction of numerous complex mitigation areas and has been project superintendent for hundreds of planting and maintenance projects for private and public sector clients. Mr. Gross has supervised construction activities with general contractors on projects that have required extensive coordination between municipal governments, regulatory agencies, and developers. Areas of expertise include freshwater mitigation and coastal design, wildlife and plant surveys, and project management on all planting activities for wetland and upland creation/enhancement areas, freshwater mitigation areas, dune restoration, and coastal restoration projects. He has also supervised nuisance/invasive species removal for permit compliance at more than 150 projects in the South Florida area. Significant Projects Mitigation Planting/Design Project Manager – Southwest Florida Water Management District (SWFWMD) – Polk County, Florida Mr. Gross supervised the planting for a 610-acre mitigation project designed by the SWFWMD for the Florida Department of Transportation. The project was a part of a 1,256-acre wildlife and passive recreation park purchased by the SWFWMD. It included 434 acres of marsh enhancement and restoration, 149 acres of forested wetland enhancement and restoration, 24 acres of upland habitat restoration, and 3 acres of created marsh. Project Manager – Whittenhorse Creek North – Orange County, Florida Mr. Gross supervised the creation of 42 acres of habitat, consisting of four zones. Vegetation installation included 32,139 herbaceous plants, three species; 34,095 trees, nine species; and manual sprigging of 35.4 acres with maidencane plugs. Aquascaping Project Manager – MacDill Air Force Base – Hillsborough County, Florida Mr. Gross oversaw the creation of a 12.6-acre marine mitigation wetland site requiring the installation of 21,950 aquatic plants of 12 species. Project Manager – Northwest Expressway – Hillsborough County, Florida Mr. Gross supervised the creation of three freshwater communities totaling 73.82 acres within 26 separate sites. More than 357,300 herbaceous plants consisting of 12 species and 77,600 trees of 15 species were planted. Principal-in-Charge – Blue Origin Manufacturing Facility – Merit Island, Florida Construction of the Blue Origin Manufacturing Facility included the enhancement of 25.9 acres of wetland enhancement and the creation of a 29.8-acre on-site mitigation area. Cardno coordinated with the engineer and construction companies involved in the project to install more than 251,877 emergent aquatic plants and 22,863 grass and trees throughout upland enhancement areas, wetland enhancement areas, and wetland creation areas. Cardno still conducts ongoing mechanical and manual treatment of nuisance exotic species throughout the entire 55.7 acres of creation, wetland enhancement, and upland enhancement areas. Mr. Morrow coordinated staffing, procurement of material, and communication with client representatives. Routine RICHARD A. GROSS Page 2 of 3 inspections were performed to ensure anticipated quality standards were maintained and discovered deficiencies were corrected. Project Manager – GL Homes, The Ridge at Wiregrass Ranch – Wesley Chapel, Florida Construction of the Ridge at Wiregrass Ranch included the enhancement and creation of 48 acres of on-site mitigation areas and wetland buffers. Cardno coordinated with the owner, engineer, and earthwork company involved to install more than 225,500 emergent aquatic plants and 17,000 grasses, shrubs, and trees throughout wetland buffers, enhancement areas, and wetland creation areas. Cardno conducts ongoing mechanical treatment of nuisance exotic species throughout the mitigation and wetland buffer areas. Cardno also provides monthly lake management services of 11 on-site ponds. Habitat Restoration/Nuisance Species Control Co-Project Manager – CF Industries – Hillsborough County, Florida Mr. Gross oversaw the restoration of 53 acres of wetlands and creation of 139 acres of forested and herbaceous wetlands through construction oversight, field adjustments, and plant installation. The project also involved wetland enhancement and upland restoration. The services were part of a team permitting effort involving the expansion of a phosphogypsum stack at the Plant City facility. Project Manager – SWFWMD – Hillsborough County, Florida Mr. Gross supervised the restoration of approximately 90 acres of shoreline marsh and forested wetlands in this SWFWMD Surface Water Improvement and Management (SWIM) project. The project involved the redirection of water into these restored wetlands to provide biological treatment to improve water quality in Lake Thonotosassa. Mr. Gross assisted the SWIM Project Manager with design modifications that ensured better survival of planted species. Plant Installation – Non-native Species Control – Hillsborough County, Florida Hillsborough County Conservation and Environmental Lands manages more than 61,000 acres of environmentally sensitive wildlife habitat and corridors acquired through the Jan K. Platt Environmental Lands Acquisition and Protection Program. Cardno providesinvasive control, forestry mowing, tractor mowing, canopy reduction, and planting to sitesacross Hillsborough County. Plant Installation – Newland Communities Lake Hutto Project – Hillsborough County, Florida Lake Hutto is a 1,127-acre Development of Regional Impact (DRI) located in Hillsborough County. Cardno was instrumental in the design of upland and wetland onsite preservation areas to meet the conditions set forth in the development order and satisfies all mitigation requirements for various agencies. Cardno is currently conducting habitat management and enhancement of the preservation areas, including restoring and creating significant wildlife habitat through the uses of prescribed fire and mechanical shrub and canopy reduction methods. Principal-in-Charge – Cypress Creek Town Center Alston Tract – Hillsborough County, Florida Restoration and creation of 250-acre off-site mitigation site. Plans for restoration of flatwoods, wetlands, and ecologically based management of natural lands were developed by Cardno. Services include seeding, planting, monitoring, and long-term maintenance. Restoration of pasture to flatwoods and planting of degraded slough system was accomplished. RICHARD A. GROSS Page 3 of 3 Upland Restoration Mr. Gross has participated in several projects that involved the restoration of previously disturbed upland habitats. The services that he provided included oversight of necessary earthwork and the installation of native species. He is familiar with the techniques and methods essential for successful upland restoration: proper site preparation, harvesting of seed, direct seeding, planting, control of nuisance/invasive species, and monitoring requirements. Dune/Coastal Restoration Project Manager – 2016-2017 Post Storm Dune Restoration Project – Jacksonville Beach, Florida Mr. Gross managed the installation of 620,000 sea oat and ground cover species to restore approximately 6.0 miles of beach for The City of Jacksonville. Services included ensuring and oversight of planting with careful adherence to plant spacing, plant quality, and technical planting requirements specifically for sea oat installation. Efforts included close coordination with third-party project management consultant to ensure deadlines were met effectively and with the highest quality product. Project Manager – MacDill Air Force Base Restoration – Hillsborough County, Florida Mr. Gross oversaw the planting, maintenance, and restoration activities. Restoration involved storm water treatment/polishing coupled with creation of a low salinity lagoon, tidal channels, creation of tidal marshes, estuarine wetland enhancement, and upland enhancement. Improved habitat values and the addition of habitat acreages provided opportunities for many differing species of coastal wildlife, inclusive of commercial and sportfishing species, bird populations, a host of invertebrate species (crabs, shrimp, oysters, etc.), and small mammals. Project Manager – Tampa Bay Mitigation Bank – Hillsborough County, Florida Cardno conducted pre-planting maintenance, planting, monitoring and post-planting maintenance on the freshwater/oligohaline portions of this mitigation bank in southern Hillsborough County. The freshwater marsh was approximately 43 acres, and the oligohaline marsh was approximately 35 acres. Both areas included small areas of higher marsh and open water ponds. Principal-in-Charge –2016–2017 Post-Storm Dune Restoration Project – Jacksonville Beach, Florida The project involved the installation of 620,000 sea oat and ground cover species to restore approximately 6 miles of beach for the City of Jacksonville. Services included overseeing planting with careful adherence to plant spacing, plant quality, and technical planting requirements specifically for sea oat installation. Cardno’s efforts included close coordination with the third-party project management consultant to ensure deadlines were met effectively and with the highest quality product. Mr. Morrow coordinated staffing, procurement of material, and communication with client representatives. Routine inspections were performed to ensure anticipated quality standards were maintained and discovered deficiencies were corrected. Construction Oversight Project Manager – Connerton, LLC – Pasco County, Florida Mr. Gross oversaw the earthwork to coordinate the environmental aspects of mitigation area construction, muck removal and placements, de-watering of donor wetlands, maintenance of haul roads in and out of donor wetlands for tree spade activities, and erosion control in environmentally sensitive areas. He also supervised the installation of approximately 1,000 trees into the forested mitigation areas. Other plantings included 1,093 trees and 33,106 herbaceous plants. JOHN BAILEY, PWS Page 1 of 2 www.cardno.com John Bailey, PWS Project Role Professional Wetland Scientist Current Position Project Scientist Contact Information 3905 Crescent Park Drive Riverview, FL 33578 john.bailey@cardno.com 813 257 0008 Discipline Area > Wetland Delineation> Section 404 WetlandPermitting> ERP Permitting> Wetland FunctionalAssessment> Wetland MitigationDesign> Listed SpeciesSurveys Years' Experience 30 Joined Cardno 1993 Education > MS, WetlandEcology, Universityof Florida, 1994> BS, ForestResourcesManagement,Southern IllinoisUniversity, 1986 Continuing Education & Certifications > Professional WetlandScientist, #763,Society of WetlandScientists, 1995> MSHA Training> YMCA, Open WaterDiver, 1993 Summary of Experience Mr. John Bailey is a Certified Professional Wetland Scientist (PWS), an expert in wetland delineation and Florida ecology, and has extensive botanical knowledge of, and experience in, South and Central Florida ecosystems. His master’s research at the Center for Wetlands at the University of Florida focused on assessing changes in wetland plant communities associated with cattle ranching and ditching. His project experience is in ecological assessments of wetlands and uplands, environmental resource permitting, wetland delineation, listed species assessments and surveys, wetland mitigation design, wetland hydroperiod assessment, and data analysis. Significant Projects Project Scientist – Bell Shoals Road Widening – Hillsborough County, Florida The purpose of this project was to widen three miles of Bell Shoals Road from two lanes to four lanes. Construction of the roadway improvements required impacts to a number of wetlands and the relocation of gopher tortoises requiring permits from the U.S. Army Corps of Engineers (USACE), Southwest Florida Water management District (SWFWMD), Hillsborough County Environment Protect Commission, and Florida Fish and Wildlife Conservation Commission. Mr. Bailey provided all services necessary to receive these environmental permits including wetland delineation, listed species surveys, wetland functional assessments (based on the Uniform Mitigation Assessment Method [UMAM]), design of created wetland mitigation areas and drafting of environmental narrative reports. The project required significant team and agency coordination. Project Scientist – Two Rivers Ranch Mitigation Bank – Hillsborough and Pasco Counties, Florida Mr. Bailey is providing environmental support for the permitting of an approximately 1,500-acre mitigation bank, with permits from both the USACE and SWFWMD. Services provided include mitigation bank design, project coordination and oversight, preparation of permit application packages, response to requests for additional information, wetland delineations, listed species surveys, and UMAM analyses/credit determination. Project Scientist – Crystal River Commons – Citrus County, Florida Mr. Bailey provided biological support for the environmental permitting of this approximately 265-acre mixed-use development. Scope of services included pre-construction permit coordination, wetland delineations, listed species surveys, agency permitting (USACE and SWFWMD), UMAM analyses, wetland impact avoidance and minimization, and development of a mitigation plan to compensate for unavoidable impacts to on-site wetlands. Project Scientist – JED Landfill Expansion – Florida Mr. Bailey was responsible for managing the State Environmental Resource Report (ERP) and federal USACE wetland impact permitting of this 100-acre expansion to the existing Osceola Omni Waste Disposal Facility. This included a re-evaluation of the USACE wetland jurisdiction based on the Rapanos decision, UMAM assessment of on-site wetlands, and evaluation of the use of the expansion area by listed species, including the crested caracara and Florida grasshopper sparrow. Mitigation for impacts to wetland was provided via several mitigation banks. JOHN BAILEY, PWS Page 2 of 2 > PADI, AdvancedOpen Water Dive,2008> PADI, Enriched AirDiver, 2009>Accomplished Natureand UnderwaterPhotographer Project Manager – Cypress Creek Town Center – Pasco County, Florida Mr. Bailey provided wetland delineation and wetland impact permitting support services for this 500-acre mixed commercial development. The project is centered around a newly created interchange on I-75 (SR 56), a regional commercial node. Both state (SWFWMD) ERP and federal USACE Individual permits were obtained. Mitigation for wetland impacts required to construct the project was provided by designing and implementing a 250-acre upland and wetland restoration and enhancement project. Project Manager – Grand Hampton – Hillsborough County, Florida Mr. Bailey managed the wetland permitting, mitigation design, upland habitat monitoring, wetland delineation, and listed species surveys for this 800-acre residential development. Project Manager – Omni Waste Disposal Site – Osceola County, Florida Mr. Bailey provided wetland delineation and environmental permitting for a 264-acre waste disposal facility located on a 2,179-acre site. This large, complicated project involved listed species, wetland impacts, alternative site analysis, re-hydration of ditched wetlands, and potential legal challenges. Mitigation for this site consisted of a 1,200-acre upland and wetland preservation area that required the drafting of a long-term management plan. Senior Ecologist – Wetland Delineation and Assessment on Proposed Phosphate Mine Site – Hardee County, Florida Mr. Bailey provided project coordination, wetland delineation, and evaluation of all wetlands on a 14,000-acre future mine site for the Farmland-Hydro Corporation. This land was purchased by the Mosaic Company and is part of the Pioneer and Ona Tracts. Wetland quality was assessed using the Wetland Rapid Assessment Procedure, and wetland boundaries were delineated and approved by both state and federal agencies. Delineations were based on ortho-rectified and georeferenced color infrared digital imagery. A sub-meter accuracy global positioning system unit was used extensively to aid in ground truthing of aerially interpreted wetland boundaries. Senior Ecologist – Cypress Creek Development of Regional Impact – Pasco County, Florida Mr. Bailey provided wetland delineation and environmental permitting for a 404-acre mixed commercial development. The project was located on the east side of the newly created interchange on I-75 (SR 56), a regional commercial node. Both SWFWMD and an USACE individual permit were required. The mitigation plan consisted of wetland creation, restoration, and enhancement, as well as upland preservation. Senior Ecologist – Wetland Normal Pool Study – Pasco County, Florida Mr. Bailey established normal pool elevations in over 100 wetlands and measured more or less simultaneous water levels in all to assess the extent of water table drawdowns in wetlands near two public water supply wellfields. Project Manager – Environmental Monitoring, Cross Bar Ranch Wellfield – Pasco County, Florida Mr. Bailey conducted vegetation sampling, water level monitoring, and data analysis for Water Use Permit compliance for Tampa Bay Water. Services included site setup, data collection, data analysis, and report writing. Previous Employment > Center for Wetlands, University of Florida, Research Assistant, 1990-1993> Argonne National Laboratory, Consulting Botanist, 1992>Savannah River Ecology Laboratory, Aiken SC. Research Technician, 1986-1990> Department of Forestry, Southern Illinois University, Research Assistant, 1985-1986> Village of LaGrange Park, Forestry Technician, 1985 MICHAEL EALES Page 1 of 1 www.cardno.com Michael Eales Project Role Field Supervisor / Applicator Current Position Field Supervisor Contact Information 3905 Crescent Park Drive Riverview, FL 33578 michael.eales@cardno.co m 813 712 2922 Discipline Areas > MitigationMaintenance> Lake Management> Mitigation QualityControl Years' Experience 17 Joined Cardno 2004 Education > GED Continuing Education And Certifications > Commercial Applicator Restricted Use Pesticide License/Aquatics, Natural Areas, State of Florida Department of Agriculture and Consumer Services Summary of Experience Mr. Michael Eales areas of specialization are mitigation maintenance and lake management. He is a mitigation coordinator of the mitigation/lake management crew at Cardno, and is responsible for producing weekly work schedules. In this role, Mr. Eales inspects mitigation and lake management projects for thoroughness of treatments and permit compliance. He produces inspection reports and recommends solutions to improve overall quality of the Mitigation Division services. Mr. Eales conducts inspections of lake management and mitigation areas to document the level of contract and/or permit compliance. When necessary, he coordinates with the responsible staff members to ensure permit conditions are being met. Mitigation Maintenance Mr. Eales coordinates the maintenance of mitigation sites throughout Central Florida. He has experience in numerous maintenance techniques, including hand removal, selective herbicide treatment, and mechanical removal. He understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. Mr. Eales provides mitigation maintenance services for a variety of projects in Central Florida including Fish Hawk, Waterset, Mira Bay, and Valencia Lakes. Lake Management Mr. Eales has coordinated lake management activities on numerous retention ponds and natural lakes. Activities have included herbicide prescription, budgeting, and quality control. He provides aquatic weed control services for numerous projects including Valencia Lakes, Mira Bay, and Waterset. Significant Projects Maintenance Crew Supervisor – Lee County, Exotic Plant Control – Lee County, Florida Services include control of exotic invasive pest plants using hand crews and heavy equipment and installation of native plants for mitigation and habitat restoration projects. Mitigation Maintenance – Waterset North Community Development District (CDD) – Tampa, Florida Services include control of exotic invasive pest plants and installation of native plants for mitigation and habitat restoration projects. Mr. Eales received a Cardno Cloud Nine Client Award for his work on this project. Lake Management – Valencia Lakes – Florida Cardno currently provides the service and field supervision for the Valencia Lakes Property Owners Association lake management. Mr. Eales performs the management of 43 ponds, totaling 131 acres of waterways. He has serviced this account for over ten years. Lake Management – Harbor Bay CDD, Mira Bay – Florida Cardno currently provides the lake management services for Harbor Bay CDD - Mira Bay. This property has 26 ponds and one large lagoon. Mr. Eales has serviced this account for over ten years. LEONARD D. MORROW Page 2 of 2 > Florida Department ofAgriculture: Licensed – AquaticApplicator Licensed – NaturalAreas Applicator >First Aid/CPR Invasive Control – Non-native Species Control – Hillsborough County, Florida Hillsborough County Conservation and Environmental Lands manages more than 61,000 acres of environmentally sensitive wildlife habitat and corridors acquired through the Jan K. Platt Environmental Lands Acquisition and Protection Program. Cardno provides invasive control, forestry mowing, tractor mowing, canopy reduction, and planting to sites across Hillsborough County. Mitigation Maintenance Coordinator – Connerton Community Development District (CDD) – Pasco County, FloridaMr. Morrow conducts mitigation maintenance at the Connerton CDD. This 4,800-acremaster planned community includes numerous multi-acre wetland mitigation sites,including over 3,000 mature cypress trees that were successfully transplanted. Thisproject has been recognized numerous times for its unique character andenvironmental stewardship. Mitigation Maintenance Coordinator – Phillips & Jordan, Blue Origin Manufacturing Facility – Florida Construction of the Blue Origin Manufacturing Facility included the enhancement of 25.9 acres of wetland enhancement and the creation of a 29.8-acre on-site mitigation area. Cardno coordinated with the engineer and construction companies involved in the project to install more than 251,877 emergent aquatic plants and 22,863 grass and trees throughout upland enhancement areas, wetland enhancement areas, and wetland creation areas. Cardno still conducts ongoing mechanical and manual treatment of nuisance exotic species throughout the entire 55.7 acres of creation, wetland enhancement, and upland enhancement areas. Mr. Morrow coordinated staffing, procurement of material, and communication with client representatives. Routine inspections were performed to ensure anticipated quality standards were maintained and discovered deficiencies were corrected. Mitigation Maintenance Coordinator – GL Homes, The Ridge at Wiregrass Ranch – Wesley Chapel, Florida Construction of the Ridge at Wiregrass Ranch included the enhancement and creation of 48 acres of on-site mitigation areas and wetland buffers. Cardno coordinated with the owner, engineer, and earthwork company involved to install more than 225,500 emergent aquatic plants and 17,000 grasses, shrubs, and trees throughout wetland buffers, enhancement areas, and wetland creation areas. Cardno conducts ongoing mechanical treatment of nuisance exotic species throughout the mitigation and wetland buffer areas. Cardno also provides monthly lake management services of 11 on-site ponds. Mr. Morrow provided support and oversight of crews to ensure the highest standards of quality. As a result, the Ridge at Wiregrass Ranch project was completed ahead of the anticipated schedule and on budget. Mitigation Maintenance Coordinator – Walt Disney Imagineering, Wilderness Lodge Exotic Species Control – Florida Cardno field crews conducted invasive species control of exotic and nuisance species along the shoreline of the Wilderness Lodge lakefront development and enhancement. Cardno continues to provide ongoing maintenance. Mr. Morrow coordinated staffing, procurement of material, and communication with client representatives. Routine inspections were performed to ensure anticipated quality standards were maintained and discovered deficiencies were corrected. Previous Employment >Onsource Landscape and Golf, Operations Manager & Landscape and NurserySupervisor, 1987-2001 LEONARD D. MORROW Page 1 of 2 www.cardno.com Project Role Senior Field Technician Current Position Environmental Scientist I / Operations Manger Contact Information 3905 Crescent Park Drive Riverview, FL 33578 leonard.morrow@cardno.co m 813 712 2922 Discipline Areas > Mitigation Maintenance> Lake Management> Mitigation QualityControl Years' Experience 33 Joined Cardno 2001 Education > Vocational - CollegeCertification Certifications > Florida Department ofEnvironmentalProtection: Certification –Stormwater,Erosion, andSedimentationControl InspectorTraining Program,QualifiedStormwaterManagementInspector Certification –Green Industry BestManagementPractices Leonard D. Morrow Summary of Experience Mr. Leonard Morrow’s areas of specialization are mitigation maintenance and restoration. Mr. Morrow provides field observation and quality control of wetland mitigation and aquatic habitat enhancement projects of varying sizes, from less than an acre to multiple acres in size. He also provides on-site quality assurance and direct communication contact with client representatives during all phases of project development and post completion management to ensure agency compliance. Mr. Morrow has conducted maintenance and planting of mitigation and restoration sites throughout Florida. He has experience in numerous maintenance techniques including hand removal, selective herbicide treatment, and mechanical removal. Mr. Morrow understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. Significant Projects Project Manager – Lee County, Exotic Nuisance Control – Lee County, Florida Serving as the primary point of contact, overseeing project estimating, scheduling, coordination and planning, staffing and staff management, equipment/fleet management, and material procurement. Services include control of exotic invasive pest plants using hand crews and heavy equipment and installation of native plants for mitigation and habitat restoration projects. Field Manager – Tampa Bay Water, Mitigation Bank – Hillsborough County, Florida Cardno provides land management services associated with the C.W. Bill Young Reservoir in Hillsborough County Florida. Project sites include East Pruitt 406 acres, West Pruitt 452 acres, and North Carlton-Smith 480 mitigation and conservation lands. Cardno provides control of invasive vegetation species utilizing herbicides and mechanical means to ensure these vast tracts of land are maintained to permitted standards. Mr. Morrow provides technical oversight and support involving right-of-way restoration for numerous municipal projects. Has been actively involved with the wetland and upland land management activities associated with the C.W. Bill Young Reservoir. Nuisance Plant Control – Cypress Creek Town Center Alston Tract – Hillsborough County, Florida Restoration and creation of 250-acre off-site mitigation site. Plans for restoration of flatwoods, wetlands, and ecologically based management of natural lands were developed by Cardno. Services include seeding, planting, monitoring, and long-term maintenance. Restoration of pasture to flatwoods and planting of degraded slough system was accomplished. Lake Management – Estancia at Wiregrass CDD – Pasco County, Florida Located just north of Wesley Chapel and the Shops at Wiregrass. This large-scale project includes 35 storm water ponds and multiple acres of Created Wetland Mitigation. Most of the pond slopes were planted with native grasses. These plantings have reduced the amount of nutrient runoff from neighboring yards and landscaped common areas. In return, this buffer has kept grass clippings thrown from mowers from entering the water body. Cardno key services include environmental monitoring; lake management; landscape architecture; and wetland mitigation maintenance. FABIAN NUNN Page 1 of 2 www.cardno.com Fabian Nunn Project Role Field Supervisor / Applicator Current Position Field Supervisor Contact Information 3905 Crescent Park Drive Riverview, FL 33578 fabian.nunn@cardno.com 813 664 4500 Discipline Areas > MitigationMaintenance> Lake Management Years' Experience 16 Joined Cardno 2005 Education > AA, University ofSouth Florida> BA, University ofSouth Florida Continuing Education And Certifications > CommercialApplicator RestrictedUse PesticideLicense/Aquatics,Natural Areas Stateof FloridaDepartment ofAgriculture andConsumer Services> ProcellaCOR SCcertified applicator Summary of Experience Mr. Fabian Nunn’s areas of specialization are mitigation maintenance and lake management. He has coordinated the maintenance of mitigation sites throughout Central Florida. He has experience in numerous maintenance techniques including hand removal, selective herbicide treatment, and mechanical removal. Mr. Nunn understands the need to meet permit requirements of state, federal, and local regulatory agencies regarding nuisance species cover, while protecting desirable planted and recruited species. Mr. Nunn has coordinated lake management activities on numerous retention ponds and natural lakes. Activities include herbicide prescription, budgeting, and quality control. He provides aquatic weed control services for numerous projects including Seven Oaks, Lake Talia, Cypress Creek Town Center, Pasco County Recreational Fields, East/West Pruitt, North Carlton-Smith, and Cypress Creek Town Center. Significant Projects Maintenance Crew Supervisor – Lee County, Exotic Species Control – Lee County, Florida Services include control of exotic invasive pest plants using hand crews and heavy equipment and installation of native plants for mitigation and habitat restoration projects. Mitigation Maintenance – Seven Oaks Community Development District (CDD) – Hillsborough County, Florida Services included exotic/nuisance vegetation control, native species planting, monitoring, and maintenance. Lake Management – Lake Talia Homeowners Association (HOA), Lake Management – Hillsborough County, Florida Cardno provide Lake Talia HOA with a comprehensive lake management program at 12 ponds (including the sump) in Phases 1 and 2, and two natural lake area shorelines. This project included monthly inspections/treatments to control nuisance aquatic vegetation and algae. All herbicide treatments were conducted by a state-certified applicator. Lake Management – Tampa Bay Water, Mitigation Bank – Hillsborough County, Florida Cardno provides land management services associated with the C.W. Bill Young Reservoir in Hillsborough County Florida. Project sites include East Pruitt 406 acres, West Pruitt 452 acres, and North Carlton-Smith 480 mitigation and conservation lands. Cardno provides control of invasive vegetation species utilizing herbicides and mechanical means to ensure these vast tracts of land are maintained to permitted standards. Lake Management – Harbor Bay CDD, Mira Bay – Hillsborough County, Florida Cardno provides lake management services for Harbor Bay CDD Mira Bay. This property has 26 stormwater ponds and one large lagoon. Cardno has also provided aqua scaping services in and around many of these ponds. FABIAN NUNN Page 2 of 2 Lake Management – Cypress Creek Town Center, Alston Tract – Hillsborough County, Florida Restoration and creation of 250-acre off-site mitigation site. Cardno developed plans for restoration of flatwoods, wetlands, and ecologically based management of natural lands. Services included seeding, planting, monitoring, and long-term maintenance. Restoration of pasture to flatwoods and planting of degraded slough system was accomplished. Lake Management – Pasco County Non-Native Species Control Contract – Pasco County, Florida Cardno conducts events to control exotic nuisance species in upland and wetland mitigation areas in various sites throughout Pasco County, Florida. Services include maintenance of wetland mitigation, natural land, passive park, and stormwater contract. Mitigation Maintenance – Estancia at Wiregrass CDD – Pasco County, Florida Located just north of Wesley Chapel and the Shops at Wiregrass. This large-scale project includes 35 storm water ponds and multiple acres of Created Wetland Mitigation. Most of the pond slopes were planted with native grasses. These plantings have reduced the amount of nutrient runoff from neighboring yards and landscaped common areas. In return, this buffer has kept grass clippings thrown from mowers from entering the water body. Cardno key services include environmental monitoring; lake management; landscape architecture; and wetland mitigation maintenance. Mitigation Maintenance – Connerton CDD – Pasco County, Florida This 4,800-acre master planned community includes numerous multi-acre wetland mitigation sites, including over 3,000 mature cypress trees that were successfully transplanted. This project has been recognized numerous times for the unique character and environmental stewardship. Mitigation Maintenance – Pasco County, Florida Mr. Nunn conducted mitigation maintenance at Cypress Creek Town Center, Seven Oaks, and other Pasco County sites. These projects involved wetland mitigation that was incorporated into a Surface Water Improvement and Management system. CHRISTOPHER WHITE Page 1 of 2 www.cardno.com Christopher White Project Role Fisheries Biologist / Applicator / Safety Compliance Current Position Senior Consultant Contact Information 3905 Crescent Park Drive Riverview, FL 33578 Chris.white@cardno.com 574 249 8504 Discipline Area > Natural AreasRestoration> Native Landscaping> Exotic SpeciesControl> Bioengineering/Erosion ControlTechniques> Wetland Delineation> Identification ofTrees, HerbaceousPlants, Mammals,Fish, Reptiles,Amphibians, andBirds Species> Boat, Backpack, andTote Barge Shocking> Seining and Netting;Macroinvertebrateand PeriphytonCollection> Stream and LakeHabitat Analysis> QHEI & HHEIAnalysis> GPS Mapping Years' Experience 15 Joined Cardno 2004−2009, 2011− Present Summary of Experience As a Senior Consultant, Mr. Christopher (Chris) White manages ecological restoration projects in the Southeast United States and formerly oversaw Cardno's Michigan restoration team. In this role, Mr. White manages day-to-day field crew operations, generates pricing for proposals and bids, and leads the safety compliance in his office. He is responsible for performing all aspects of field work for habitat restoration. Mr. White also assists with macroinvertebrate, fishery, and habitat surveys, and mammal, reptile, amphibian, and bird identification. Significant Projects Project Manager – Oakland County Parks Swallow Wort and Bittersweet Treatments – Michigan Cardno was contracted to treat bittersweet and swallow wort on over 100 acres of multiple park locations throughout Oakland County. ANC permits were obtained for all herbicide work and maps were created for future Oakland County Park use to show bittersweet and swallow wort locations. Mr. White was the project manager responsible for overseeing all aspects of the project. Project Manager – Clinton River Spillway Invasive Species Control – Michigan Cardno implemented the Invasive Species Control Plan, which includes herbaceous and woody control of exotic/invasive species over a four year period. Field crews administered herbicide application from motorized boats to treat exotic common reed (Phragmites australis). A combination of backpack and ATV-mounted sprayers as well as hand-wicking methods was used during years 2 and 3. Field crews also treated 11 exotic/invasive woody species by using cut-stump treatments, and then disposed the cut material off-site. The method of direct application helped avoid over spraying. Foliar treatments will be administered in the spring/summer to combat re-sprouts. Mr. White was the project manager responsible for overseeing all aspects of the project. Field Technician – Sisters of the Holy Cross Native Planting – Indiana Cardno designed and installed a custom seed mix for a 14-acre clearing along the St. Joseph River. A three-year maintenance regime was implemented to reduce non-native species competition. In 2010, we performed a prescribed burn. Currently, Cardno is conducting prairie maintenance and invasive species control. Mr. White was field technician responsible for maintaining the site by conducting invasive/exotic species control measures. Field Crew Supervisor – Hoosier Prairie Nature Preserve – Indiana Hoosier Prairie is an Indiana DNR Division of Nature Preserves property in Lake County, Indiana. It is one of the largest wet prairie and black oak savanna remnants in the region and contains a vast number of rare and endangered plant species. In 2006 Cardno was contracted to clear 20 acres of woody overgrowth that consisted primarily of aspen, black oaks, and glossy buckthorn. Treatment was performed by hand during the winter months to minimize impacts to the site. The project was completed in spring of 2007 with minimal damage to off-target species. Mr. White was the field crew supervisor and functioned as lead project contact. CHRISTOPHER WHITE Page 2 of 2 Education > BS, Fisheries andAquatic Sciences,Purdue University,2004 Affiliations > American FisheriesSociety>Purdue UniversityChapter, Past-President>West MichiganEnvironmental ActionCouncil, WMEAC>Michigan Associationof County DrainCommission,MACDC>West MichiganConservationNetwork, WMCN>Friends of the RougeRiver, FOTR Field Crew Supervisor – American Transmission Company, Superior Coastal Plain Boreal Forest Restoration – Wisconsin American Transmission Company hired Cardno to design and implement a restoration plan for 120 acres of required mitigation in the Superior Coastal Plain in northwestern Wisconsin. The project is consistent with the State Wildlife Action Plan and includes restoration of historical boreal forest wetland communities and associated uplands within the Pokegama-Carnegie State Natural Area. The project's intent is to set in place a vegetation succession strategy that, within 10 years, will result in a positive trajectory of boreal forest tree species on the site. Restoration activities occurred the first 4 years of the project, while monitoring will continued through year 10. The site successful met its performance standards and was released after year 10. Mr. White was the field crew supervisor and functioned as lead project contact. Field Crew Supervisor – Rockies Express Pipeline (REX) East – Indiana Rockies Express Pipeline is an approximately 1,663-mile natural gas pipeline system from Colorado to Ohio. Cardno completed wetland delineations, evaluated threatened and endangered species habitat, provided topsoil testing, and assisted with mitigation site location for all of the Indiana and Ohio corridors of a 42-inch diameter natural gas pipeline traversing approximately 622 miles from Audrain County, Missouri, across Illinois and Indiana to Monroe County, Ohio. Mr. White was the field crew supervisor and worked to document and delineated natural features along the right-of-way. Project Assistant – Natural Resource Damage Assessment – Florida and Louisiana Cardno staff assisted a multi-state assessment team working with USFWS in surveying avian impacts in the Gulf of Mexico. Mr. White was a project assistant responsible for surveying mile long transects along the shoreline of the Gulf of Mexico recording birds to species. He communicated daily with Cardno while in remote areas, recorded GPS coordinates for survey transects, and completed daily reports. Mr. White coordinated survey efforts with multiple organizations was critical for the success of this project. Field Technician – Battelle Memorial Institute Fish Collection in Minnesota and Wisconsin – Minnesota Cardno was responsible for acquiring Minnesota DNR collection permits, collecting fish with various gears including angling, trap nets, and electrofishing, recording data on fish species, length, and location, and shipping fish to a laboratory for processing. As a field technician, Mr. White assisted with the collection of fish species using different methods of collection. Methods included boat shocking, trap nets, and angling. Fish specimens were collected for mercury testing through the EPA. Previous Employment > Creative Home Resources, Carpenter, 2009-2011> Cardno JFNew, Ecologist, June-November 2010 Certifications > Wildland Firefighter Certification: S-130, S-190> Licensed Commercial Pesticide Applicator, Categories: Aquatic and Right-of-Way, Michigan> 40-Hour OSHA HAZWOPER Certification > Natural Shoreline Professional Certification, Michigan> Storm Water Operator Certification, Michigan>CPR and First Aid Certification Continuing Education > Annual Chainsaw Training Course, Natural Resource Management and Training,2016 www.cardno.com ABOUT CARDNO Cardno is an ASX-200 professional infrastructure and environmental services company, with expertise in the development and improvement of physical and social infrastructure for communities around the world. Cardno’s team includes leading professionals who plan, design, manage, and deliver sustainable projects and community programs. Cardno is an international company listed on the Australian Securities Exchange [ASX:CDD]. For additional information, visit www.cardno.com. At Cardno, our primary concern is to develop and maintain safe and healthy conditions for anyone involved at our project worksites. We require full compliance with our Health and Safety Policy Manual and established work procedures and expect the same protocol from our subcontractors. We are committed to achieving our Zero Harm goal by continually improving our safety systems, education, and vigilance at the workplace and in the field. Safety is a Cardno core value and through strong leadership and active employee participation, we seek to implement and reinforce these leading actions on every job, every day. AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 23 Tab 6 Other Forms AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 24 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 25 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 26 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 27 AQUATIC SITES INVASIVE SPECIES MAINTENANCE RFP #22-21 CITY OF CLEARWATER | REQUEST FOR PROPOSAL | MARCH 16, 2021 Page 28 Cardno W-9 Name Treatment  Frequency    (times per year) Unit Price Annual Total Lakes and Ponds (20) Lake Hobart 6 $125.00 $750.00 Lake Hibiscus 6 $145.00 $870.00 Crest Lake 6 $350.00 $2,100.00 Terrace Lake 6 $185.00 $1,110.00 Westchester Lake 6 $275.00 $1,650.00 Lake Tangerine 6 $100.00 $600.00 Cypress Bend Pond 6 $200.00 $1,200.00 Hampton Road Pond 6 $60.00 $360.00 Sall's Lake 6 $100.00 $600.00 Lake Lucille 6 $265.00 $1,590.00 Lake Carol 6 $95.00 $570.00 Lake Louise 6 $115.00 $690.00 Linn Lake & Gabion 12 $350.00 $4,200.00 Rice Lake 12 $225.00 $2,700.00 Lake Julia 12 $175.00 $2,100.00 Highland Ponds 12 $350.00 $4,200.00 Arcturas Avenue Pond 12 $80.00 $960.00 Drew Street Pond 12 $85.00 $1,020.00 Palmetto St. Ponds 12 $155.00 $1,860.00 Prospect Lake  12 $325.00 $3,900.00 Creeks, Channels, Ditches, and Gabions (10) Channel G Gabion  4 $225.00 $900.00 Tropic Hills Outfall Gabion 4 $300.00 $1,200.00 Allen’s Creek Gabion’s, North Section 4 $285.00 $1,140.00 Allen’s Creek Gabion’s, South Section 4 $400.00 $1,600.00 Stevenson Creek, Golf Course Gabion  4 $175.00 $700.00 Channel H Gabion’s 4 $125.00 $500.00 Channel F Gabion, North Section 4 $175.00 $700.00 Channel F Gabion’s, South Section 4 $375.00 $1,500.00 Channel B Gabion 4 $475.00 $1,900.00 Byram Ditch 12 $450.00 $5,400.00 Right‐of‐Ways (5) West Drive 6 $85.00 $510.00 N. Old Coachman Road 6 $220.00 $1,320.00 US Highway 19 N. 6 $300.00 $1,800.00 Power Company Right of Way 12 $255.00 $3,060.00 Landmark Drive 12 $320.00 $3,840.00 Parks & Recreation Areas (8) Cardno Inc. Aquatic Sites Invasive Species Maintenance Cost of Services (RFP 22‐21) Frank Tack Park 6 $155.00 $930.00 D.D. Davis Park 6 $100.00 $600.00 Moccasin Lake Park 12 $200.00 $2,400.00 Cooper's Bayou Park 12 $500.00 $6,000.00 Cliff Stephen's Park 12 $875.00 $10,500.00 Allen’s Creek Park 12 $1,500.00 $18,000.00 Lake Chautauqua Park 12 $195.00 $2,340.00 Lake Chautauqua South 12 $250.00 $3,000.00 Environmental / Stormwater Maintanance Facilities (6) Woodlawn Terrace 12 $500.00 $6,000.00 Coachman Ridge Park 12 $280.00 $3,360.00 Lake Bellevue 12 $600.00 $7,200.00 Alligator Lake 12 $700.00 $8,400.00 Kapok Park 24 $750.00 $18,000.00 Glen Oaks Park 24 $375.00 $9,000.00 Total $154,830.00 15% Contingency $23,224.50 Contract Total $178,054.50 CLEARWATER DUNEDIN SAFETY HARBOR BELLEAIR 28 18 3 10 7 16 4 2 21 9 11 5 22 1 12 24 27 17 20 13 6 29 25 23 31 15 14 30 8 19 Location Map Pond, Channel & Mitigation Maintenance Contract - RFP 22-21 Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com RH N.A.N.A.3/6/2019 Map Gen By:Reviewed By: S-T-R:Grid #:Date: 26 KN Locations 1. Lake Hobart2. Lake Hibiscus3. Crest Lake4. Terrace Lake5. Westchester Lake6. Lake Tangerine7. Cypress Bend Pond8. Hampton Rd Pond9. Sall's Lake10. Lake Lucille11. Linn Lake & Gabion12. Rice Lake13. Lake Julia14. Arcturas Ave Pond15. Drew Street Pond16. Prospect Lake17. Byram Ditch18. Allens Creek Park19. West Dr20. Power Company Right of Way21. Landmark Dr Area22. Frank Tack Park23. D.D. Davis Park 24. Cooper's Bayou Park25. Moccasin Lake Park26. Highland Ponds27. Palmetto Street Ponds 28. Alligator Creek Storm Basin, Channel G Gabion29. Tropic Hills Outfall Gabion30. Lake Carol31. Lake Louise 32. Woodlawn Terrace33. Alligator Lake34. Lake Chautauqua Park35. Lake Chautauqua South36. Cliff Stephen's Park37. Kapok Park38. Glen Oaks Park39. Lake Bellevue40. Allen's Creek, North Section Gabion41. Allen's Creek, South Section Gabion42. Alligator Creek Storm Basin, Channel B Gabion43. Alligator Creek Storm Basin, Channel F, North Section Gabion44. Alligator Creek Storm Basin, Channel F, South Section Gabion45. Alligator Creek Storm Basin, Channel H Gabion46. Stevenson Creek, Golf Course Gabion47. N. Old Coachman Rd48. US Highway 19 N.49. Coachman Ridge Park & Alligator Creek Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake pond channel Maint_location map.mxd Gabions in Maint. Areas Maintanance Areas 32 35 34 33 37 36 39 38 40 42 4344 45 46 47 48 49 41 ² N.T.S.Scale: ² N.T.S.Scale: BELCHER RDNURSERY RD LAKEVIEW RD HERCULES AVEEASTFIELD DREMBASSY DRVIOLA DR AMBASSADOR DRCATALINA DR ALEMANDA DR CORONET LN OAK GROVE DR DIPLOMAT DR BARCELONA DR IMPERIAL WAY LEES CT YULEE DRENVOY CT DORADO PL ATTACHE CT POINC IANA DR PLEASANT PKWY 76 35482170211021202124213421142174213021801241 1256 1376 21911460 2078217621982167219021781411 212021771401 21172070 21871447 207 4 21722181213121832177211821212168211120712 1 0 0 207521301395 21811454 21162182218821861380 1384 20831448 1436 2171211721272110207921361234 208220842072 1387 21111388 20652067 1441 1459 21371250 1429 21261391 21221381 210821801392 20802069 207620851442 216121121257 1465 1441 1364 143520121363 220619731377 210021251389 14922138202313492056 145121862045 1501 2125208020832075206221801460 213721191460 20431360 21811356 203519851369 21671381 1249 20522016210720491300 20501413 21001423 21871425 1231 1380 20152152211921551490 1447 219921431480213713331351 219520501446 1367 1443 19911423 1379 1341 1360 22001455 20041484 1436 217420431499204221 0 0 1301 1419 20121475 20162073204520581354 1352 208414472065140720082063 204820761478 22011357 20191342 1379 2046200820531399 1424 219419991233 1447 207820272067 1466 1478 204620121435 205120211395 20161418 1330 21981453 20241395 20201427 1368 1441 2161202720251975213020191429 1348 1406 1475 1442 20391391 1282 1407 201521141381 1276 1485 20071385202420202039 1243 1459 1401 20362115 212420122062202414002077201314052074 1496 219521312072 20 6 3 1465212720252175 20541444 220121981417 14332113140020551429 1443 1303 21491387 2160201621011481215920491412 1459 22002017143221732071 1391 20471383 14942168145420111412204320551353 1281 1461 14842009201121431455 2111 216713411325 205320312132205022011448 1383 2070 20001453 1387 2176202021311370 1300 1469 1411 22021430 1496 2058205420461347 1495 1500 2069 1375 1325 20822186214313712216021542164214021442150214121711423 2127215121601424 20571425 1417 216121471412 21402061205921282056215721501430 2158213821572148214721312151206221971398 1404 2121216720581406 2060219221562152214621321418 2055216621411435 1453 206421622063213721421407 2170204420611408 1399 211820241332 1400 213119802144205913781972 1472 21231438 21512151218121431310 1486 21701456 20281380 21681359 1466 214420361477 1348 20441444 1392 1300 1417 217621721342 215920332023203120391414 21381486 202720541384 212620401488 1399 20321441 1480 1400 20732044203613341290 20541372 203620282159216021821432 20401472 21802030213520001471 1426 146720301384 1449 20201401 142620202060 203521751376 204921321395 20562194203521761388 20791366 1432 21311437 2028219920581425 1462 1450 1405 216714201420 1396 1406 1331 217520571419 14981979 1445 1450 221019781479 1449 1444 21871458 1438 145321101413 2147 20651463204021191430 1417 1390 1465 215214092012 21571372 2137212513752004 20591444A Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.308B 24-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Allen's Creek ParkACRES: 17.3 / TREATED PERIMETER: 16,934 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Allens_22-21.mxd SAN JOSE ST MAXIMO AVESAN PEDRO ST McMULLEN BOOTH RDALAMEDA AVEMADERA AVEMONTEREY AVERUTH ECKERD HALL DR THOMAS RD SAN MATEO ST SAN BERNADINO ST SAN CARLOS S T SAN BERNADINO ST SAN MATEO ST 911908 816 805 700 808 800 824 900 900901 607 605 708 701 707 706 608 923 701 907 908 901 700 1102 12 0 6 1210 1 1 03 12111400 1010 13011215 13051 2 07120 8 1 2 09 1104 121712141304 13061308130010081200 3240322932731365 32361227 323631641204 324732241295 1111 315631591203 323631373 2 09 310732663 2 00 31323177326111033113315832491201 1287 32153223313631511383 325133001315 325613431347313132293230313632013267330231651465 317131253268312432121455 331033103225331031681099 3242321831641229 1111 311932601347310832613182317932151353 331132233255317732221385 3223321631311391 1395 3 2 04 313231811317 3248312531133157317131511104 326033013136311933033137325331503305323732753201330232093169325032303249318933103158315931873182323531643 2 0 7 317131621301 325931703311322632501010 318831361001 31763229327232413136324033043303330132683183315132103235318031801453 1102 33111100 317032163209324132543241323033003175325031513212325933033204321132743 203 326731373230324033013268315732291202 31743215134332191343 326232203126325531583 2 05 1125 3200321131743165330432693254310031303273322231763303316531703163320032673260331132103214920 932 924 1308 1212 120 53087 1213 1106 1 204 320 6 314230761377 3208 1325 31543081134713431450 30803142110131181115 1387 3131321 0134713471323 33041008 33003 201 1363 330131201393 134731421389 31841375 1335 3102312430761213 313011061343 31143181307731351426 1343311213431289 3302Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.274B 9-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator LakeACRES: 6.4 / TREATED PERIMETER: 3543 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Alligator Pond_22-21.mxd 5 8 8 9 9 7 9 9 8 8 7 7 5 3 5 9 5 5 6 99 1 7 6 6 9 6 16 12 12 20 15 15 19 14 15 20 18 16 17 10 20 10 15 15 19 12 17 19 19 10 17 19 15 11 15 18 1615 1210 18 14 15 14 10 17 10 16 14 309 109 208 211 212 101 306 115 105 215 200 300 112 302 110 304 100 201 301 100 204210 107 214 105 101 105 114 306 201 309 204 301 109 305 308 110 105 211 300 102 111 201 100 215215212 304 108 101 205 103 210 101 200 210 300 105115 216 200 219 307 305 303 108 307 106 219 305 100 304 301 212 102 109109 203 306 208 204 210 205 214 205 209209 306 207 201 1915190418451918191519101851192519191903194019291933191719131926190019291845193018491925191819391847193019401926191219271941 A-DCOMET AVEMETEOR AVECORONA AVERAINBOW DR ARCTURAS AVECLEVELAND ST PEGASUS AVE110 307 200 305 208 308 302 100 102 19431931304 A 306 B 304 B306 A Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.289A 13-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Arcturas Ave PondACRES: 0.6 / TREATED PERIMETER: 593 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Arcturas Pond_22-21.mxd Ross Norton Park LAKEVIEW RD TIOGA AVE 1st AVE WDEMPSEY ST S MARTIN LUTHER KING, JR. AVE TUSKAWILLA ST E ST S MYRTLE AVE WILDWOOD WAY SOUTH ST EWING AVE HAMLET AVE WOODLAWN LOOP KINGSLEY ST McLENNAN ST P O M E L O A V E EWING AVE82262962363462760560161561165160861262054361962662260663090 1 70 8620 90 9 81282561571 3 75 1 54960062662081981 7 61183 1 91262562191790 1 91570 1 81562160992193592593161963560562591960162163061692060180 0 90180 9 79 9 925905604617626807 809 939621827 69 9 62961560961472 1 60590482171 8 90680 5 94161681 3 80 1 90981380 0 63382 5 6106146156201426 69 9 ½ 1357 134511011295 1325 1332 1295 1335 1336 1449 13871012 110714351437 1366 1415 1467 11151330 1340 13541353 1365 1300 1313 1326 1285 1381 11201449 1384 1409 10151391 1326 1380 1479 11081426 1323 1324 14501000 1312 1322 1377920½11121415 11211407 11101358 13721112 14541020 1419 1360 1451 1318 1455 1301 1339 1363 1380 1320 136311181370 11201100915 A-D90462283 9 82462792081491091691661960091283055160990083454760611201361 112311221385 1335 1481 1311 1379 1337 1323 132511191319 1375 1357 1352 11231411 1363 1383 1477 110213731000 1379 110811251368 1385 13611359 1462 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.306A 22-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake BellevueACRES: 32.5 / TREATED PERIMETER: 6372 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Bellevue_22-21.mxd KINGS HWYBYRAM DR ALPINE RD CARLOS AVEBARBARA AVEFREEDOM DR RIDGELANE RDFLORA RDEVERGREEN AVEWOODLAWN TER 1950 1926 1943 1938 1956 1944 1949 1937 1925 1955 19311932 2009 1 4 5 7 1931 1 4 5 61409 1932 1 46 1 1950 19441400 1 4 4 7 2029 14081925 2007 1 4 6 0 14 2 1 1 4 6 3 1 4 3 0 14011 4 6 2 194914222001 1938 1943 1926 1956 1 4 5 0 1 4 58 2011 1 4 4 6 2023 2018 14 3 6 1937 1944 1943 1949 2012 1980 14551925 2010 2018 1977 1999 1932 2010 1965 14561938 2010 2010 1937 1930144714562010 1981 2024 2000 145514512006 1931 2030 14611999 1950 1985 2017 1 4 6 4 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.252A 2-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Byram DitchACRES: 1.4 / TREATED PERIMETER: 1,377 Lineal Ft Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Byram Ditch_22-21.mxd Maintenance Area C.S.X.MOSS AVELAKE VISTA DR GLEN OAK AVE BAYVIEW AVEKAPOK CIRKAPOK KOVE CIRKAPOK KOVE DR 906 801806 918 911 30131201 304130303049300630301206 1287 304830411200 3055304730251107 303630253061304230201100 301930313036120630603044303430291116 30121200 30181106 30001112 300630241213 1207 1113 1285 30371219 30493046300029983040305530071283 3035304830011207 302130121201 3043303630301281 295030241113 30613042304030508001210Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.283A 24-29S-15e 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake CarolACRES: 0.5 / TREATED PERIMETER: 615 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Carol Lake_22-21.mxd Lake Chautauqua UNION STSOULE RDSECOND STCHANCERY LNLAKE SHORE DR McCORMICK DR CAMDEN RD CAMDEN WAY CHELSEA PL CHELSEA DR215127872762 2136275827672131213227902791275121352147 21432759 213927 5 4 279427862775 27552779 2783 212721 2 8 2771 2870212628502150 2850286921 6 8 28822715 28332119286428802 8 8 1 2711 21 6 2 2889 2881288 52181 2108212821802826281021952196 2136 2191 2802288228342707 2868284228492138 280521142876210728702190 28652876287728652820 28182857283221732186288028582156 280128662841285628892817287321742132 285221132890283328532821 285721202719 2201 287428452844282521 8 5 2726 2224 2222 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.244A 32-28S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake Chautauqua SouthACRES: 1.3 Maintenance Area TREATED PERIMETER: 2513 Lineal Ft/ Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Chautauqua_22-21.mxd D D Davis Park Lake Chautauqua Lake Chautauqua Park ENTERPRISE RD SABER DR LANDMARK DRPARKSTREAM AVEHILLCREEK CIRANTHONY AVESUNSTREAM LNSUNDANCER DRPHEASA NT R U N BOND AVEFRISCO DR PARKCREEK DR MOONBEAM WAY TERENCE CTFOXHEAD WAYSABER CT2353 2364 2358 2367 2361 2366 2358 288128452413 24552448 2427 2460 2397 23662378 2425 2426 2469 2430 2412 2454 2391 2421 2385 2373 2463 2419 2443 2384 24202372 2463 2379 2390 2424 2442 2 8 6 4 2273 239328192416 2371 2741 28132455 29082787294229302416 2420 27752381 2410 27692745 277129612423 2392 23992767 28732453 2948279128562 4 8 3 2362 2 8 1 0 236328272470 2428 2459 2417 2357 2369 2312 2435 2440 2225 2410 29182745 287529132422 2 8 5 8 2891227028372967285 9 28 4 6 237427392779282823802759295224522714 29542825291228 5 3 278428 5 8 2495 2 8 5 2 27612411 2855296824292422 237529622862 297324292863 2411 2743 29642417 2822 295028322359 2501 27812435 2416 2422 23862773273727632822280428652871 2423 296027892405 2365 2458 236428502441 2 8 6 02807 238728172398276523982735294427772464 2370 2446 296628112441 3007278322012823 2350 24372845 297028672956223128312861286927852936246128392428 2447 2434 2924275728262848287828722866286028542879286728732855287828722866286028542406 24502449 2407 2418 243824372436 2444 2451 2432 2433 2439 2462 2396 2456 2431 24572801 2747 2743 294028162928284328 4 0 2386 28 4 6 2743 2375 27472747 2743 2741 2747 30032 8 3 5 28632430 2426 2 8 4 7 2745 2392 2443 2747 2436 24252747 2356 2 8 4 1 2423 2387 29252745 285124192747 2434 2743 3001283327452743 2371 236928342743 300028112877 29162405 2449 2745 285724272743 28572870 2429 2440 2428 2383 29372376 2382 2489 2949292223882739 2368 29432816284930002399 27392739 2389 2362 2741 2394 2307295529462395 2431 293423772381 2447 2393 2739 2747 2374 2931285129192424 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.233B 32-28S-16E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake Chautauqua ParkACRES: 3.4 / TREATED PERIMETER: 2077 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Chautauqua_Park_22-21.mxd Cliff Stephens Park Cliff StephensPark DREW ST FAIRWOOD AVEPARK TRAIL L N BRIGADOON DR JADEWOOD AVEHOLLYWOOD AVEGRANTWOOD AVEAPPLEWOOD DRFAIRWOOD P LFAIRWOOD FOREST DRFAIRWOOD LNBEACHWOOD AVE600 403 304 204 102 903604 704 80 3 502 201 510 641629517677776900 230 701 501 734 661521 709 817 300 731 717 757 210 737 410 715 645 505783545 746 768775525 340 470 900 601 749 651 320 710701 759440 330 220 653617 781 795722 500 756480 725 809490 401 511 615 400 575 310 605 430 565 641 507 530 669767631 773 6 2 0 661 675 765 200 420 901 619 665 655 635 240 450 503 20011704150115043001290427014203 4104 39033604 340332021203100311031009277810252804 20041 8 0 1 1603260322012204 400338043704 13041024 1100 280028081 8 0 4 3302 1016 2802270425042303 21033801130128121109 1701140230044 3 0 4 4101 35031000 1008 190331012404 1116 1001 3701 1017 1109 1033 2978280028161016280127712767 2877294227631048 1116 1017 1101 1008 1025 27001016 11082805 287726901032 1017 1124 2912288128731101 1117 11001049 1009 1008 28762690269027792930275929721001 2918287626901116 1025 2880292426902817280929061049 1001 1025 27261032 1040 11161109 2798296629001117 26901009 1100 1003 1117 1024 269010171016 2984287727501009 2780293629901001 1000 1108 294829541041 269029601100 1032 1108 2690275021975 22007 21991 22027 21969 21985 21997 22033 220432215721963 22011 22001 22037 22017 21 9 5 9 21981 21 9 5 5 22023 603 303 402 101 90180 1 504 103 80 2 80 4 702 500503 203 904703700 602 301 104 404 202 902401 302 702 707743 6 2 8 727731 719712 703 673730 605 721 700 535772609771787764793738735 714 633637704785726 601797777752711 697 613 705 693 555739621 520 747760742 689763761 708 729 723799 649805745 718 779769 813 791681713 6 2 4 665706 716 685755741 645801789625 733 780625657753 8037512002200336023603 350128161503310228012501 210239023201320411041016 1 8 0 3 3104 4 3 0 2 4102 350234023304 130211021024 1000 19011703160116041404300229034201 390439013404330112041101 36012902280328042601250225032401210137033702 1202120110021101277019041602290127022302 21044 3 0 3 3303 3203 130327741008 17021502140114033003260226044202 41034004 3802100119021 8 0 2 310327032402240323012304 22032202 4 3 0 1 420440014002 380335043401100410321108 1024 1048 26901033 1025 1109 1033 10332872 10001001 1041 28811124 10082775 1124 1041 1041 11012813 1040 26901040 28851009 1024 1000 21983 219952215522045 2198921 9 5 3 22005 2201922159 22003 22031 21961 22015 2204121973 21999 21 9 5 7 22009 219932215322025 2196721971 21987 2203922035 21965 2197721979 2202122047 2201322029 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.282A 8-29S-16E 3/4/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Cliff Stephens ParkACRES: 16.9 / TREATED PERIMETER: 11,274 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Cliff_22-21.mxd DONT TREAT THIS AREA C.S.X. N OL D C O A C H M A N R DFARRIER TRL 1st ST 2nd ST 8th ST 6th ST 7th ST FLINT LOCK DR STAG RUN BLVD 9th ST WIND GAP PL ALLIGATO R C R E E K R D OLD COACH TRLPond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.272A 7-29S-16E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Coachman Ridge_22-21.mxd Coachman Ridge Park Wetlands & Alligator CreekACRES: 3.2 / TREATED PERIMETER: 4,229 Lineal Ft County Enclave Del Oro ParkBAYSHORE BLVDMAXIMO AVESAN JOSE ST SAN PEDRO ST SAN MATEO ST SAN BERNADINO ST SAN GABRIEL ST SAN CARLOS ST 801 550800 500901 4 5 1 808 608 6 0 0 805 900 701 908 700 1111 1111 1117 1164 1132 1111 1111 1217 1148 331733503333327333181204 1203 326611033319 3300340633103267330233163342326833101204331033103325 3328 3312334533223336333633143311333033233341332233443317 3340330933513316333833471104 33013303330533063324 32753315331633193333331233023323 3321331533193307 3310331733101203 33111010 3326333333283272333733033301326833083325330433401008 33171102 331133433313330033373318331633213323 3303331933193274326732683306333033081202 3325333333223322334533321201 34163311330533093307333433141106 33043269335032733303331332673316331133303302709 1116 11111101331112023301 331733201205 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.283B 9-29S-16E 3/4/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Cooper's Bayou ParkACRES: 3.7 / TREATED PERIMETER: 5,057 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Coopers_22-21.mxd Crest Lake Park LAKE DRHIGHLAND AVEGLENWOOD AVECLEVELAND ST GULF-TO-BAY BLVD YELVINGTON AVEHARVARD ST RAINBOW DR DARTMOUTH ST FRANKLIN ST CREST AVESKYVIEW AVECREST AVE65 9 9 4 5 7 4 1 2 5 10 21 16 10 111011 20 10 16 11 1011 10 14 16 205 332 201 115 305 301 208 407 509 501 112 210 309 323 515 510511 400 300 516 401 507 420 308 205 215 512 201 511 400 300 315 515 519 101 333 515 115 100 519 110 200 102 337 315331 419 108 205 408 509 317 510 314 200 204 318 514 518 214 511 300 514 518517 320 301 330 106 116 511 401 306 516 521 203 405 105 510 311 510 400 404 515 110 105 325 201 312 511 211 324 515 120 301 206 514 343 163016281602162016061544159815551614150015281639151615711495163216091524147415511615162915391501160815001559162716261616153515411610163116371489148916011560156015201505163316171621162915311512162315061492162015751515163215661632161515041600162716351519162515251632162016161491161216251498162616351613151514991623163015111624154515081616160516141556162814901628163116081617152715501501162216121621153616131521161116191563151016331620517 511 114 306 521 108 160016211623149615201488150215701540163714941502149116281623 A1625 A1504 A1627 A1621 APond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.288A 14-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Crest LakeACRES: 13 / TREATED PERIMETER: 3,014 Lineal Ft Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Crest Lake_22-21.mxd Maintenance Area WINDING WOOD DRDOGWOOD CTCYPRESS BEND DRCOTTONWOOD CT SAND HOLLOW CT 26 1 9 2570 2522 28132576 2528 2582 28012753 2691279827572739 27502519 2 8 0 0 2 713 2813277127872744 2754 274227302719 27622649 28062793273527002746271827 3 7 27232716 2510 2729 2766 2521 2755 268525012 8 1 0272626432747275627282707 2743 276027362708 2763 27812732 2509 27402765 2722 2727 2706 2512 2661 2714270427352764 27032702 278427452721 2761 2749 260725852518 2741 2734 2738271427682720 2516 2769273 9 2503 27862515 2731 27482822280427242579273327592715279 9 2525 2717 2741 273326552712 28072705 281728162711 2725 279226 2 5 28112752 2751 2513 2710 27012507 2737 269726312506 2709 27672758 2637 2780250027702731 28122679Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com MBK SJ N.T.S.222A 29-28S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Cypress Bend PondACRES: 2.6 / TREATED PERIMETER: 2,198 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Cypress Bend_22-21.mxd D D Davis Park MARLO BLVD BARTON LNSTEVEN STLAUREN LNPIN OAK DRLANDMARK DRRENAISSANCE DRPIN OAK LNPATRICK PL PODOCARPUS WAYSHADE TREE LN2331 2349 2330 2355 23252324 2237 2273 30733061225722563019 2320 2328 2255 2356 2346 3085303330693049304130802359 2238 302930352357 2239 2312 2258 2358 30393068306222702967 30863044232230303023 2269 2243 303030792323 2251 3045303623292973 30492276 2316 2362 2268 3066300730382261 30183067306730242263 307530562250 30372314 3057302530422249 30243047306230012245224430132307 30432270 3063307330742352 2310 30482353 2347 2262 2267 2351 2363 2357 2303 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.234A 33-28S-16E 2/18/15Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: DD Davis ParkACRES: 0.8 / TREATED PERIMETER: 1,010 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Davis Park_22-21.mxd EAST BANK ENCROACHES ONPRIVATE PROPERTY.DO NOT TREAT THIS BANK. Eddie C Moore Park DREW ST BAYVIEW AVEMcMULLEN BOOTH RDMERRILL AVE HOYT AVEMOSS AVEGRAND VIEW AVE BAYVIEW AVE601 135 511510 505 600 110 701 602 116 307730593077300630522998301930703070301330413071304130703041304730063031300330463052301230763046306530473076300030123010302330403001300730463030305330243040302630253058306530643053305229853047307130253064301830503076305930593030309830583091304030533035305829953077303530643071306511 107 117 120 111 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.282B 8-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Drew St Pond ACRES: 0.6 / TREATED PERIMETER: 651 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_DrewSt Pond_22-21.mxd Frank Tack Park 195519871967196319831991210419751951197919712000 201220622013 19671960 1986 1905 20702090208520871999 2013 2028209519482024 1984 2007 2 0 1 1 20172069202219711943 2049207120331880 201919381983 20552010 201620131915 2006 20022021 2003 2050205919901968 2055204018811951 19582003 1915 203620391851 2050194020172010 2016 2056209520702014202320951881 20242005 19482019 1921 1985 20631969 19341969 20351962 1935 1992 208120742015 20761989 203420771966 19622007198120861975211320642074196920482022 19632068 1881 1967 210220952007 2032205520091919 1974 1938 208119901973 20061980 20752009 2051207020292012 20622013 1961 1968 1946 19811978 2014 19741942 204321072021207120101966 1972 20112046188619361980 188119432001 18811985 20511998 1881 20722004 1890 211620672020 2063195519421960 1881 2008 1 9 7 2 21121967 20601950205819451969 20492009 203320102064193919702004 1994204720671967 2080196620791977 20951950 2020205220682017 2008 20421998 20751975 2005 20952055202220282001 198419451881 20402054208220532011 209519112029 1881 209519841961 1909 20951931 2062206619781965 19492001 20761965 20741850 20911860 2076206119981962 2065202719362002 1976 1937 1940 195020011901 19541872 2019 1961 21011962 20731944202320951941 20891 9 7 4 19912004 2007 2052205020861990 21011956 208819712078207720681 9 8 7 HERCULES AVEMONTCLAIR RD SUNSET POINT RD SUNNYDALE BLVD SUNSET GROVE LN SUN TREE DR RADCLIFFE DR BARRINGTON DR LANSING DRGAYLE PL SUN TREE CIR PEPPERMILL DREAST CTTODD RD19592025 2038200420721907 20351960 20852076208320261942201620461910 20031913 200520472065201920172028 2080202519711968 19331961 20442064203121011944 1923 20822015207920781954195620771979 1948 2084212019372030204520082021194920661881 2041197220092073206920751903 2014 203721111939 201819171960 203420481979Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.253B 1-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Frank Tack Park PondACRES: 2.1 / TREATED PERIMETER: 1,311 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_FrankTack Park Pond_22-21.mxd Glen Oaks Park DRUID RD COURT ST HILLCREST AVEBETTY LNPINE ST FRANKLIN ST TURNER ST SALLY LN ROGERS ST EVERGREEN AVETURNER STBETTY LN700 314 308 612 514 304 311 616 618 624 316 600 310 606 610 318 620 614 406 403 707 609 409 405 407 612 624 621 704 315 600 622 619 711 609 604 615 317 411 71013501350 14001281127513521 2 7 0 13481311137313591285128112671375136512501289140013501361136013521356127012801308139512651350135013501371126613781270137412901365134913601380135012951280126713791400136413761401135013721356135513681345130513641350140112941348137013511293137412791271137913671377126813351355140013631266312 622 229 612 300 610 13181320140112921404Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.296B 15-29S-15E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Glen Oaks ParkACRES: 11.6 / TREATED PERIMETER: 6850 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Glen_Oaks_22-21.mxd US-19 NDREW ST US-19 FRONTAGE RDHAMPTON RDGULF-TO-BAY BLVDPARK PLACE BLVDDAVID AVECAMBRIDGE CIR NASSAU LNTA B A G O L N WINDWARD ISLE TRINIDAD TRL SKY HARBOR DRST. CROIX CAMBRIDGE DRUS-19 FRONTAGE RDPond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.291B 17-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Hampton Rd Pond ACRES: 0.3 Maintenance Area TREATED PERIMETER: 438 Lineal Ft/ Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Hampton Pond_22-21.mxd KINGS HWYHIGHLAND AVEOVERLEA ST PALMETTO ST HIBISCUS ST PINEBROOK DR PALM TERRACE DRADMIRAL WOODSON LN FLAGLER DRCARLOS AVEHIBISCUS ST 1413 1407 1400 140914771401 14161452145814291465140414101482147114341401148514591408 14461439142313811476144114701433144514201417143014641440138215001490143714421005143414161473145914291479 1454143112011021 144214461435141714491411140814601428140014091440138014961464147014181310 1315 146714451406 14011482148814531486142314411314 14341003 14301314 1440141014281275 142214101410 14581419145214461317 14281311 140414021408141714071452147714761396147010091428 14331416 145814501011 10071432 1013 145014251425149814431474140014751466145514651019 1407 1401146314601017 1327 149314181447101314641485 100514851455121013811411144114611010 1267 147115021325 1413 1301 1329 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.270A 11-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake HibiscusACRES: 2 / TREATED PERIMETER: 1,857 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Hibiscus Lake_22-21.mxd KINGS HWYHIGHLAND AVEOVERLEA ST FLAGLER DRHIBISCUS ST PINEBROOK DR CARLOS AVEBARBARA AVEWOODBINE ST PARKWOOD ST ADMIRAL WOODSON LN SPRINGDALE ST PALM TERRACE DRLEVERN ST CLARK ST LONG ST 1431 1413 1407 1600 1500 1608 1508 1501 15241400 1425 1607 1513 1601 1419 1430 1437 15251408 1507 1422 140914771401 1412 1509 1421 1506 141614521418 14581500 14291409 14651424 14041410148214711606 1512 14341401148514591408 1609 1436 1601 1600 1446143914231429 14761441147014331445142014171428 1503 14301464144016151453 152314371442151913331459 143414411600 141614731459142915251479142815281431120114701606 102114291446143514471449 16011428 14111513 143514001443 14711437 1430 144013801337 1496146414701310144614471425 1315 14361452 14671506 1412 140614281454 148214881453148614291464121514411501 1423145814341471147014351345 1314 1440141014281440147113251446 1520127514461459 14221410142914651458141914521419 1510148714461317 14281311 1402140814581417140714521477143416111401 152814761470144710091428 152014591500 1413 130114401464 151714641431 1458101114521470 152514321013 1349 1450143514651447145814411425149814431434144114071435147414531501 1424 146514001527146614531604 142914551418 14651019 1407 1401152414601329 1017 14181327 149314591447101314641485143414711601 1512 1521148514531507 1381141114401465144114611010 1267 147115271307 1305 15191500 1525151515051619 1314 1617 1434 1410 1508 15291416 1600 1210 1438 1331 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.270A 11-29s-15e 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Highland PondsACRES: 6.8 / TREATED PERIMETER: 5,775 Lineal Ft Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Highland Ponds_22-21.mxd Maintenance Area KEENE RDSATURN AVECASLER AVEPALMETTO ST RICHARDS AVEBAKER AVEMARS AVEDUNCAN AVEJUPITER AVEAIRPORT DR KENNETH PL RIDGEWOOD ST AMBLE LNRIDGE AVECASLER CT 909 515 555 315 215 681 741 219 305 700 760 585 226 225 775 600 525 830 835 415 511 711 860 216 905 306 730 302 800 220 805 871 401 301 400 505 412 660 615 630 906 408 651 409 570 315 416 4 4 0 304 221217 550 210 305 4 2 5 216 404 417 211 224 414 301 411 300 405 519 312 502 323 308 221 306 411 328 415 221 329 219 505 403 226 300 414 316 220 520225 901 518504 516 317 801 227 417 412 708 501 311 305225 312316 321 900 315 215 316 311 408 409 220 320 301 323 604 404 413 304 412 503 224 405 411 216 215 218 411 515 406 328 405 308 712 222 220 406 516 419 309 307 518 402 901 221 401 212530 221 301 401 655 508 415 517 314 410 509 222 305 217 525 332 315 509 509 904 508 501 551 308 506 404 411 224 600 322 214 500 217 407 804 324 305 321 508 518 314 500 408 705 800 515507 80 1 226 500 226 534 601 605 504 320 223 508 909 325 321 302223 905 300 309 506 301 704 515 223 509 304 302 301 320 222 412 805 216 227 609 307 851900 507 514 315 303 325 414 400 414 300 407 701 226 522 714 519 853713 709 227 414 310303 415 227 505 319 315 503501 327 328 518 529 507 300 211 324 1002 16511655165216 5 0 165716531004 1 6 1 6 1001 1032 1007 101110461040 1000 1005100310161008 16571009 1036 1012 164016411659176216571024 1614171817631005 172217681001 16491004 16451005 17511000 17161 6 3 5 16551014 16291 6 3 1 1009 16451000 161916301006 1700175017301003 10131003 1001 1754173217521010 17561002 17551639219 B 1734 B327 314 321 80 3 413 330 226 303 331 223 501 313310 215 415 327 647227 330 503 318 220 502 318 303 307 326 309307 317 412 503 408 400 322 309 301 415 224 225 304 413 513 323 313 701 502 409 851406 322 403 216 408 214 302 319 402407 221 306 511 219 409 317 507 334 517225 514 5001654 1024 1013 1009 1013 1006 308B1613 1004 1008 1016 1660172010301028 1000 1040 172616541020 17241032 1008 308 A 215 A219 A1734 APond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.279B 11-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake HobartACRES: 1.0 / TREATED PERIMETER: 1400 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Hobart Lake_22-21.mxd Clearwater High School KEENE RDDRUID RD GULF-TO-BAY BLVD ARCTURAS AVEREGENT AVEBROOKSIDE DROXFORD DRWELLINGTON DRSEVARD AVERIPON DR PINE ST OAK LAKE DR JEFFORDS STWILLOWBRANCH AVEVIRGINIA LNSHADY LNMAGNOLIA DR AUDUBON STPARKLAND AVEMAGNOLIA DR BROOKSIDE DR820 808 908821816 900 804 904 709 901 520 618 807815522 531 526 809511 705 515 704 533 513510 801 523 810 700 512 617 800 601 905 530 527 519 604 814 600 614 708 806 715 608 701 605 806714 609 909 615 809 813 808 708 703 901 705 908 525 809 713 805 716 524 817 814 801 808 520 900 905 805 804 900 701 900 812 704 813 516 813 905 904 811 509 705 800 705 700 808 721 805 512 511 708 809 704 824 815 810 519535 800 704 812 713 809 517 709 804 904 992 805 800 717 529 901817 809 709 700 708 701 808 531 715 525 904 812 815 909 800 521 709 801 818 809 821 805 801 541 821 905 804 712 712 820 901 101310101011 1015 1010 1009 1012 1004 100818411847 1015 1004 1005 1020 1005 1001 1023 1100 1022181918451827 1021 1001 19431101 1001 183119401925186718091004 1951194819231865180819291916194018611000 182718301826186010111820 194110191811 1944184910051825 19301004193019181830 194519311820100518101829 194711051846 19601945183518401855183319241108 19151905193618461880110418681842 1847183518011840184518001939187518411100 19311018 183019441011 10051806 1010 1911185719441848193218601005 1017 18651857182118261001 193010101800 1935194010041820 18371814183018701800189518161927185818091924514 510 505 1834183118281939184019311906190018631200 19351022 18241825187418601960192018001943188818141916192319721871191218981859179819281008 192718801869Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.298A 13-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake JuliaACRES: 1.1 / TREATED PERIMETER: 1784 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Julia Lake_22-21.mxd Eddie C Moore Park Kapok Park DREW ST BAYVIEW AVEMcMULLEN BOOTH RDMOSS AVEMERRILL AVE HOYT AVE GRAND VIEW AVE GLEN OAK AVE LAKE VISTA DRMISSION CIRKAPOK KOVE DRKAPOK CIRTERRACE VIEW LN ABBEY CT KAPOK KOVE CIRMISSION CIR601 511510 505 600 920 712 912906 421 807 801 701 602 906 809 801 409 401 917 918 806 607 911 901 707 900 915 907 815 800 501 923 808 911 932 924 800 30751218 304031081231 30873115303931091213 31141230 303530571206 307730593077288130733006311229091277 31121281 1033 30131111 120 1 29981277 3030310730491280 1183 30193113290830703106300630301206 11 8 1 1287 30131186119 3 1287 1271 1267 304129001200 3041119 7 3071304130703041304730061197 1099 3031305511823003307031081198 301230471275 30651107 30673047307630363025306111 8 7 300030123042301030231100 1271 30201117 121029041165307230013113308130071116 1101 3107303130191276 3080298230533024303429041116 301230182901304029131106 3000302629943113307630251378 1112 305830063024311330652905306430531025 30631213 1017 311811711207 1009 1113 30473071302511 7 72905 1219 3049118 9 304613 6 1 311130003104301831021278 30503076305530593059303030072880309812831284 3079310930691284 30011207 308430121201 1109 1016 3075304330353114290830302950307730241113 303530613068308330713040310831121194 1001 3065135 910 916 904 914 908 708 312012121224 12011200 30811225 3069303330451237 1219 1236 30511207 31213063305230411384 3070304829211278 11 8 3 1283 30463052307630461190 304130251349 30351273 3040119 9 11 8 52910 30461273 1269 3030119 5 303612061188 1382 30601195 304430291380 12761275 120 0 117530741265 13 5 9 1193 3047305228811191 1279 1196 1285 12 6 7 1100 117330371192 12 6 9 290131191279 1285 1376 1286 30642998119 1 30401286 1365 30531280 1199 11841282 1219 305812 6 5 303513 6 3 304830912900302129091189 11 7 9 30401367 1282 305331003036116930581281 1369 305730643042308530501167Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.282B 8-29S-16E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Kapok ParkACRES: 18.2 / TREATED PERIMETER: 9,396 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Kapok_22-21.mxd LANDMARK DRENTERPRISE RD McMULLEN BOOTH RDHILLCREEK CIROAKBROOK CIR BOOTH BLVD 212393 2495 2461 252824513024 30592535 30232451 2500 3078 2481 2399 2454 2502 3087 2517 2548 30032444 2511 2417 30702435 2542 3034 2456 300630503042 25302506 3091 30542514 253230012475 2531 300525362455 30633026 307430003086 2429 2411 2505 2471 3082 304 6 2523 30332425 30582465 3090 2423 2529 2504 30192405 2441 24493000 2454 30553066252630293030 30832970 18472447 2519 303830273018 306230213012251 8 D 2510 E2524 B2510 A2516 A 2512 D 2514 A 2508 C251 8 A 251 6 D 2510 C2524 D2516 B 2508 A252 0 A 251 6 C 2416 2392 2410 2422 2552 2540254425462550 2386 25382387 2398 300725342428 2522 A2524 A251 8 C 251 8 B 2520 C2510 F2510 B2524 C2522 D2508 B2512 A2512 B 252 0 B 2510 D2512 C 2508 DPond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.234A 33-28S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Landmark Dr Mitigation AreaACRES: 3.2 / TREATED PERIMETER: 1,556 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Landmark Drive_22-21.mxd AREA COMPOSED OF STORMWATERTREATMENT PONDS, A MITIGATIONAREA AND AN UNDEVELOPED AREAOF VEGETATION ADJACENT TOMULLET CREEK. ALL AREAS ARE TOBE MAINTAINED TO CONTROL EXOTICAND NUISANCE SPECIES. Eddie C Moore Park DREW STBAYVIEW AVEMOSS AVEMcMULLEN BOOTH RDMERRILL AVE HOYT AVE GRAND VIEW AVELAKE VISTA D R WOLFE RD TERRACE VIEW LN THOMAS RD CHAMBLEE LN BORDEAUX LN SAN MATEO ST SAN BERNADINO STGLEN OAK AVE601 135 511510 505 600 712 421 117 807 801 701 602 809 801409 401806607 707 904815 800501 808 405 708 800 312031083115310931163124311431273126312130773059307730063112311230133052304131073019311330703070310630133125312430413071304130703041304730063031300330463119310830523116301230473076304631173041306530473076313030353000301230103023304030013120312531133081300731213046303030193107311930803053311830243034302930403074300030263113302530583006311330653064305330633047305231183047307130253120304631313119311130643104301831022998312430503053307630593059300730303098305830353109309130693001302131263012312430403075305330353114310031253058307730353057306430713040310831123065923 31323133Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.283A 24-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake LouiseACRES: .7 / TREATED PERIMETER: 732 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Louise lake_22-21.mxd C.S.X.KEENE RDLONG STRIDGE AVESATURN AVEFLAGLER DR SCOTT ST PALMETTO ST SHERWOOD STLYNN AVEAMBLE LNARDEN AVENELSON AVEMURRAY AVELINWOOD DR CASLER AVEGENTRY ST LEO LN WEBB DRCHANDLER AVECLARK ST LOGAN ST CROWN ST BONAIR ST LEVERN ST MACRAE AVEARIES LNCARROLL ST Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.270B 11-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake LucilleACRES: 5.5 / TREATED PERIMETER: 1,954 Lineal Ft Maintenance Area Document Path: V:\GIS\Environmental\RFP16-14 - Copy\Lake_Pond_Maint_FY10_Lucille.mxd C.S.X.US-19 NSR 590 OWEN DRUS-19 FRONTAGE RDWEST VIRGINIA LNPINEAPPLE LNBEACHWOOD AVEKUMQUAT DR NAVEL DR AVOCADO DR SHADDOCK DR 274827422754273827551216 102427431100 1124 1016 1316 2749120827391224 1300 1000 1008 11162730274227482743 27492739275527292739274327492755275427302732141226571655 1410 1505 273827231428 27121412 1572 2748274226151539 15081509 1508 265326511519 1619 27541518 27591451 1502 1402 1573 1510 1439 1409 2713274627291420 1600 2735275027371504 1591 1654 272627541399 274327501517 1463 27291520 1513 1452 1404 1488 27301420 1413 1513 1700 27421500 140826611691 1418 1414 1416 1618 1602 274927531401 27541427 1512 27381501 1554 1636 15162655 1400 1637 151026671604 1406 1419 1506 1499 1407 1512 14131476 1680 1521 1500 1487 1670 14001415 1590 26592759274127471406144026351673 1537 27221410 14642625 274822999 226## 228## 225## 224## 227## 22995 275927581009 10251101 1109 1308 1700 1200 1001 1017 1108 1509272027001700 275826441417 1504 27591475 275326201421 27591418 22994 23024 230## 229## 231## 22991 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.273A 8-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Moccasin Lake Park @ South End of Owens DrACRES: 0.8 / TREATED PERIMETER: 930 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Moccasin Lake_22-21.mxd Joe Dimaggio Sports Complex Carpenter Field Bright House Field P&R Office DREW ST OLD COACHMAN RDSHARKEY RD 650 420 601 730 250024762465245025012470244424542484249024922521650½24352432253421834 21810 2176021770 21750 21800 21820 Art Capogna Field at Joe DiMaggio Complex Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.281B 7-29S-16E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: North Old Coachman Rd. @ Bright House FieldACRES: 1 / TREATED PERIMETER: 1,509 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Noth Old Coachman Rd_22-21.mxd C.S.X.MAPLE ST HIGHLAND AVEPALMETTO ST GLENWOOD AVEHIBISCUS ST WALNUT STPALM TERRACE DRBONAIR ST MARIVA AVEELMWOOD ST LEVERN ST FLAGLER DRROSEMERE RD HIBISCUS ST 608 712 511 732 915 801 615 916 619 715 618 716 626 707 604 609 722 605 815 610 612 617 707 617 720 609 609 915 614 704 910 717 700 608 901 726 615 706 519 814 623 730 616 724 509512 616 714 800 604 728 1516150915151525151015241528152115331500149014421005 15021515152014731508145415191442151414171526140815251500146014281515140914181460 1505150014451401144114341003 1430146514101510151214281404140215281009 14331520150514501011 143014291007 1500145014691425147014741514147515011450146615001464152414631460141810051455 14151010 1524525 710 714 511 718 510 1460 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.279A 11-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Palmetto Street PondsACRES: 1.9 / TREATED PERIMETER: 1,843 Lineal Ft Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Palmetto Street Ponds.mxd Maintenance Area US-19 NDRUID RD BURNICE DR US-19 FRONTAGE RDBRENTWOOD DRGRENADA AVECARACAS AVEFRUITLAND AVEDRIFTWOOD AVETEAHOUSE DREVERGLADES AVEBURMA AVETROPIC HILLS DR 915 901 809 911 905 815 801 805 25921236 1272 1248 1285 1266 1209 1290 1224 1278 1260 1242 12251230 1217 1273 1284 1279 1213 1218 1267 1233 1212 1254 1261 1255 2503 12632476 246824811259 2473252412472522 12822478246924602465 12552534 2491128524941288 1246 245924672485254824661283 248912582470249025402477251624742544 26101264 1275 2477246524521270 247524682482248112692523 246024712463127624732486247212531256 1276 1265 25481258 1253 2525 1235 1260 12521246 1210 1278 12601243 1283 1240 1291 25501215 2513 1231 1277 1255 1236 1230 1253 1240 1294 1283 1222 1248 2533 12382463 12771272 1275 1264 1216 1223 1291 1241 1267 25811288 1223 2521 1292 1216 1247 1266 25871229 25851285 1219 1217 1249 124212341225 2541 1266 1217 12581261 1292 1248 1241 1209 1241 1282 1259 1280 1229 1214 1252 1244 1230 1273 1235 24951289 1217 1288 1269 1229 1279 25491292 1234 1265 1233 1270 1210 1217 1247 1259 1264 1298 1222 1207 1284 1265 1226 24651271 1271 1237 1212 1218 1256 1296 203## 202## 201## 200## 19850 20000 19995 19666 19593 19919 20228 196## 20060 20100 19505 19820 20073 19500 20162 19820 20065 20258 19740 195##253525412559252925651252 25531289 254725231267245224762488 261124821276 12242496 1291 1218 1223 1271 2509 1275 120624641200 1205 2517 1262 1295 25292498 1211 1228 1283 1293 1287 2505 1272 1217 1268 26131279 1000 24702537 12802458 1284 199## 198## 197##19709 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.309B 19-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Power Company Right of Way PondsACRES: 9.7 / TREATED PERIMETER: 10,074 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Power Right of Way Ponds_22-21.mxd COURT STMYRTLE AVELAURA ST PROSPECT AVEMADISON AVECHESTNUT ST MARTIN LUTHER KING, JR. AVEPIERCE ST EWING AVEPARK ST GOULD STWASHINGTON AVECLEVELAND STFRANKLIN ST BOOTH AVEEWING PL BROWNELL ST PADUA LN NATHANS LN PARK STPROSPECT AVEPIERCE ST CLEVELAND ST 2 6 15 94 302320 10 29 404755380 100 435423 983971974943931925919913907915814101901802 700807405 305 815213 929912 315999 819300 311 922 219 705710805502725 407814926 911708901509 900906 801805825716715806932 916 205 900 107 409930 308 115 503 212 203 913211805 801815812314716936 704406 318 301 100 217715811 515915940206951111 306714310711 504 315 828 813509718 907203 812306 307 818708406 209 324 508 521 210 208 301711 304 506 213808936 800815223807 808509 407 105708727 908200 804211 751814814300926 862411840 2011101 11151071107510791051113111131160110911291152111911331014100810501002114010901038 10261020 11101113115011 4 81133 11651141115911 5 6 115211271024112311 5 1 1045115511 5 3 1103111711611010112511411150113011 4 0 11 2 8 11221154315½1111111911321145100911391010100011181125507½1126116311291100110911431110113111 4 2 101711311109½62 2120 25 17949937 200 803199 705724836832839837811400 830 806821824822828415 321 823838510 315823829825821802 817707910 902 211 812317933 413 938 726931924 319836308 215 809205834830 309 812811904 422806109 908 215826827 401 930 832 812932319 930 835840804834 928 413 800529831810411 914 934 820207 938 11311132111411101122110611121107102910231013 101910251032 101410081000 11 5 7 11601128113111121000223½111011 6 6 11091146 11 6 8 112411 6 4 11 5 5 10111161113511351111Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.287A 15-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Prospect LakeACRES: 4.0 / TREATED PERIMETER: 1,795 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Prospect Lake_22-21.mxd HIGHLAND AVEBELLEAIR RD LEMON ST NURSERY RD ROSE ST E V E R G R E E N A V E CITRUS ST SEABREEZE ST REGAL RDSUNNY PARK RDBELLEVUE BL V D HOWARD ST F R E D R I C A A V E EUNICE LNBRAUND STLADY MARY DRSAN REMO AVEHILLCREST AVECLEARVIEW AVEMONTEREY DRSAINT THOMAS DRBRAUND AVEJORDAN HILLS CT EVERGREEN AVEHILLCREST AVE149914921620 1529 1330 1626 134013961342133016211467 133013261330 16331496139113351632 149813661430133614861509 136013541614139913481361 148114541393144513251627 1640 1533 13361324161513951508 1500 145313981511150114391435 1595 14371614 14331623 1571 16101395 1635 1449144814161441153614151 3 8 8 16001425 14491392 14121632 1605 142114601622 1435 1453140814361379156513991571 144015531632 14491458138414661457 14291421160914141608 1454152013961458 14401560 1622 1640 14571634 1580 14291627142915531626 16331413 146515431401139814461621 1442 1571144614111530142814091579 14241594 14361547150316091543156513881384 1677 1401140615421626 141613 8 9 1411140813471500 1438142015661576 1415152414331512 1685 15971406 1693 147116141523 14421601 1461142915501400 1596 1434 15001686 14171 3 8 9 1618 142516111517 136315591515 13401626 1458 14211633 143514331429 1 3 9 1 1462 142414701420152314301380140915411 3 9 5 14151626151814361606 1600 1618154215831466142514651554142614651421169714321456158814241405154214321445152914411 3 9 1 146315481405142015601633 15871404 1532 1461 1609 13 2 6 1 3 8 9 1570 1628 1429 13841601 142814041591 1620 138814671473 14011626 1607 13891627 1606 146815111447 157214011399 14091412144015541472 13431461141314711572 1617 1605 14331529136415591575 1453 1353145314251446136714121620 1460143716891548 141714391447145613961576 16201387 1500 1694 1446 14491616 139115011451150114291681 142814161630 1438 1536139814171454 140014481441141314701469 1437160114191416 1613 15411575 15691582 1682 1516 13311613 1587 1464150615771595 16101566 14481442144914251611 15911506 1678 14361504 16171395 16211416140714331404 146314431450 1625 1619 144814531337145915021615 1622 13 2 5 15301690 14531445145213961535144514571615 145215921536 142815481590 1583144316301500 14101697 143714611616 16401456160213901424 16551433162514501584 1627141114281425 146815601596 1449141714001419135914101619 1636 1457 14031614 1479 15121612 14501469138313871320150013221513 15251384 149014941521 1505 1519 14841490141614891431 14641505146614201478143414431524 1630 142814241468 1472 1430 1444153514521456 1432150415091450142414361480 1456146614831460 142814081476 14201504144014121452 1464 160813881434Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.314B 22-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Rice LakeACRES: 1.7 / TREATED PERIMETER: 2,631 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Rice Lake_22-21.mxd SR 590 ST. CROIX DR McMULLEN BOOTH RDCATHERINE DR LAWRENCE DRFLINT DR CR 193 ST. JOHN DR SARAH DROAK FOREST DRCASTLE WOODS LN 3004301129411850 29511851 30142964294029092905290129811862 2957292430083015295929133010292530182945291729162947300529432956295230071856 29123012292129883016298729082944295330172920296029483002296829351719 300630123009300730012957294729431712 17202984 29591852 1602 181330081629301230082965302030012948162030321858 29841757 1703 1603 1846 29 7 2 1852 29581807304030021832 16091616 15903028 1867304529422989294129753025293529 8 3 1836 29132999292029541619 29093004182529731745 3003300030121853 2924290029291741 1840 17762977 296217682900 1622 1701 1837292430211806 293030131847 183029122929295818601764 1606 15802936185529542966 1613 3024300115702971302129671801301330091737 1821 29 7 5 30361607 294629721749 1853 3017184929591700296029121718 3003294230333032184329661833 303730051765 1824 2901290529501827 29781846 300530043011290818191769 1871 1840 30251772 291630081753 2956290430001812 29801850301629952900292529121713 1625300929041841 1611 30411876 30171760 302930161775 3005290830241880 291729243004295230211714 296329301721 30151761 29162918292030212921294029061850 300630002982300928971857 1869 294929572945295329561610 3010161130051600 1560 29 6 8 1601 29821875 29911605 1612 18312 9 8 5 1603 18611614 29691605 1713 29 7 7 3021162029 7 6 1621 294829612971295129 8 11627 30281601 1608 29 7 4 30131623 29651615 16182993 29642960301429 7 02944 1818 302016041617 1607296329972961298729 7 9 29 7 8 1609 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.264B 5-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Sall's LakeACRES: 1.7 / TREATED PERIMETER: 1,368 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Salls Lake_22-21.mxd LAKE AVELIME STHIGHLAND AVELAKEVIEW RD CITRUS ST VALENCIA ST ORANGE ST SATSUMA ST TANGERINE ST TEMPLE ST PINEWOOD DRNORMANDY PARK DRORANGE ST LIME ST SATSUMA ST 1301 16121606160016011607149915051546160615471539151915191548160016001606152315041519150815241512146916011531154015551523150715041500150516011330 1536151814691548160015241511153215081509155314681543151415011607150815151547152415191419 15311515153515391528151915321469146415301539150815561424 1323 14661535151115321524151115011500154316071535150915351319 1505150915431527152015401505154315001537150416011515146515151605146815121539150815361552151215271300 15231552154315401531160415201511154815151555154714641536146515271427 1420 15271552151115511555146415281501146515241320 1405 1512150515071523160015521331 1523155115561544151915091550153616101610151315431305 150115311540152315551500155515101469152415551602155116111345 153216011504160015271547 14061528150315411280154415481536152015311556 16071520154215391516154815051547153216011528155215341311 15191524155615011542153115351544155215321285 15151461160615361516154016071544154815001512152815151556 15201516152715401460151615161418 1500160914661601153116001535154715031511152815431551152715561551150415121508153915231528146815401465161114641460146014611461Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.307A 23-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Lake TangerineACRES: 0.5 / TREATED PERIMETER: 553 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Tangerine Lake_22-21.mxd DREW ST MARILYN ST McKINLEY STHERCULES AVEKERRY DRPATRICIA AVECOACHMAN RDGRAHAM DRHARDING ST 415 417 409 405 199 305 409 209 405 416 306 209 412 413 305 413 217 210 416 212 408 300 408 416417 310 312314 413 404 315 404 307 405 304 311 209 218 312 417 409 305 306 412 301 309 315 311 208 211 301 405 309 408 310 211 412 404 420 601 211 409 308 417 2101210021052108#802#803#804#805#806#807#808 #905#904#903#902 #702#507 #703#506 #704#505 #705#504 #706#503 #707#502 #405 #403#402 #202#203#204#205#607#605#604#603#602#305#303#302#106#105#104#103#10220 6 0 20 5 6200920002019 2129#901 21 4 0204020011971 2010#601#708 197221 2 9 #906 21 3 5 21 3 9 21 0 81971 212621 2 3#60821 3 1 203021102120211421 3 0 21 5 2 2014203021 3 3 210021 2 0 21 4 1 2029#501 21 4 9 #406 21 4 7 2030204121 3 4 211521 3 6 20 5 22021 21 4 0 21 3 0 21 3 5 2020201120202025#20620602000202521 4 3 21062041#401 21 0 4 21 2 4 21 3 4 21 4 4 205021 1 9 211820062051201020192000#20121 2 1 21 4 8 21 1 2 21 2 7 21 2 1 21 2 4 21 5 0 200121 4 4 21 1 820092001 20 4 0 2062#1307#1306#1305#1304#1303#1302#1007#1006#1005#1004#1003#1002#1105#1104#1103#1102 #1202#1203#1204#1205 #1404#1405 #1403#1402 #1502#1503#1504 #1606 #1505 #1607 #1101#1308#1406 #1008#1401 #1001#1301#1506 #1201 412 310 #404 #606#304205120 5 8 20 5 4 2043#701 #801 210520171993#508 204520 6 2 21 5 3 20011976#3062129#107#30120192111#101#809 #1605#1604#1603#1602 #1501 #1106 #1206 #1601 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.280B 12-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Terrace LakeACRES: 2.2 / TREATED PERIMETER: 1,255 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Terrace Lake_22-21.mxd Carpenter Field Bright House Field US-19 NDREW ST SERVICE RDUS-19 FRONTAGE RDUS-19 FRONTAGE RD651 653 601 2646269026902631 269026902690269026902651257125212690269026202690252526902690253426902690215## 21651 21834 221172209322105221332206921 9 4 322145 21688 22209 21 9 3 1 221512204922089220852211122171 2213921 9 3 7 21 9 4 922057 21810 21 9 2 3 22043221572212121678 21487 22067220632218121 9 1 522081 21699 216## 21409 2212721 9 5 3220532217521 9 0 7 21489 21901 2207721 9 5 922101 21760 21649 21557 21770 22167 21561 221## 21750 214212207321590 21800 22211 21799 21820 21 9 0 3 21565 222## 220##259926902630255121975 22027 219692207122033220952196322109221692214921 9 4 7 21 9 3 5 2205922155220452209122115221032214321 9 4 1 218## 220372211322125 2217321 9 5 1 219##22159221372205522031 21 9 0 5 21 9 1 9 2196122041 21488 219732211921 9 5 7221312206521 9 4 5220512217922067 2215321 9 2 9 22025 2196721 9 1 3 21971 22165 2208321 9 5 522129 22039 220612217721 9 3 922141 22035 21 9 2 522075 22023 2196521 9 0 9 2197721979 220212212322107220792213522147 21 9 1 7 21 9 3 3 22047217## 22029 22087Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.281B 7-29S-16E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: US Highway 19 N. @ Bright House FieldACRES: .8 / TREATED PERIMETER: 2,188 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_US Highway 19 N_22-21.mxd EAST DRWEST DRHIGHLAND AVEGREENLEA DR SHARONDALE DRSUNSET POINT RD ERIN LN SOUTH DRSOUVENIR DR15271815 1831 152117971596157115691890149818081806 18141812 1820 1818 1836 18391837 18331831 1827 18211819 1815 1811 18091807152715231824 1840 16011861 15521899 1863 15791900 18811572 1820 15501835 1828 17481492 1821 1835 1749 182515151829 1908 1857 15801743 15851897 1819 1857 1840 15601857 15821824 1843 1835 1830 15771832 1826 1877 1880 15461826 1883 1831 14931832 1808 1853 1875 1850 1832 1845 1840 1804 1800 1801 15661822 1887 1811 157515511841 18621867 1539 1527158717421521183815011856 1817 1868 1842 1867 1831 1848 1864 1859 1904 1808 1799 1754 1841 1885 1755 1902 1891 1864 1874 1834 16001861 1803 1838 1820 1844 1816 1874 1901 1860 1865 1845 1817 1844 1851 1856 1869 1535 15651805 1846 1869 1844 1844 1900 1809 1835 18531531 15891898 1839 1869 1856 14931861 156215861828 1829 1836 1809 18011509 1560157515981863 1879 1866 1816 1817 1833 1824 1895 1812 1813 15811843 156015441823 1850 1760 18141590 158015541862 1813 18681555 18121841 #81841 #61841 #41841 #21831 #10 1831 #501831 #40 1831 #30152515211871 16011869 1889 1893 1737 1865 18101841 #71841 #31841 #11841 #5b1841 #5a1831 #20 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.261A 2-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: West Dr PondACRES: 0.3 / TREATED PERIMETER: 419 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_West Dr Pond_22-21.mxd Countryside CommunityPark4th ST2nd STSR 580 COUNTRYSIDE BLVD3rd STPEBBLE LAKE DR 6th AVE 8th AVE 9th AVE 7th AVE 10th AVE SABAL SPRINGS CIR WESTCHESTER DRWE A T H E R S F I E L D C T 3rd ST10th AVE 2709 2705264226342630 26912868264928422643286326392675 2664 28622686 2896 2640287427 2 7 26772881267326672890 274 0 26712665 26612880 286928562673266126972669268 9 2693 2685 26812666 26822875285126852691282528722655255028572878272 12679 2 6 8 72663 2850266726832804 #1 2648 #52778 #1 2810 #5 2768 #1 2794 #2 2652 #6 2786 #1 2648 #12778 #5 2800 #2 2656 #2 2782 #1 2644 #12764 #42774 #5 2768 #52644 #42764 #1 2652 #4 2656 #4 2778 #32774 #3 2782 #3 2800 #4 2652 #1 2764 #62790 #2 2804 #4 2768 #3 2656 #6 2790 #3 2648 #32774 #12810 #2 2806#526 2806#515 2806#523 2806#512 2818#424 2818#413 2818#4212824#3262824#3152824#3232824#3122830#2242830#2132830#2212836#1152836#126 2836#123 2836#112 2701 2713 266526552886 273627 3 3 2778 #6 2794 #1 2800 #1 2800 #3 2782 #2 2656 #32644 #32810 #7 2656 #1 2804 #2 2648 #62810 #6 2648 #22644 #52810 #1 2652 #52656 #52774 #62786 #3 2778 #42648 #42774 #2 2778 #2 2768 #2 2764 #2 2774 #42764 #52644 #22768 #6 2804 #3 2794 #4 2786 #2 2764 #3 2790 #1 2794 #3 2652 #32644 #62810 #4 2652 #2 2810 #3 2768 #4 2782 #4 2806#5162806#5252806#5242806#5142806#5132806#5222806#521 2818#4142818#4232818#4222818#4122824#3162824#3252824#3242824#3142824#3132824#3222824#3212830#2142830#2232830#2222830#2122836#1252836#116 2836#1242836#1142836#1132836#1222836#121 2818#4112824#3112830#2112806#511 2836#111 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.211A 29-28S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Westchester LakeACRES: 1.4 / TREATED PERIMETER: 2,160 Lineal Ft Maintenance Area Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Westchester Lake_22-21.mxd KINGS HWYSUNSET POINT RD STATE ST FREEDOM DR BYRAM DR 1925 1969 1927 14001923 184414011987 1979 1971 13511981 13401943 1993 1949 1970 1972 1969 13291965 1958 1925 1301140213141977 14011952 13271863 1988 1857198913001968 1976 1973 140114021937 1966 1964 19191333 13991981 13041980 139013181953 1957 1913 136013021960 1931 1984 1962 1985 1961 1974 1950 19561954 1855 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.251B 3-29S-15E 2/28/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Woodlawn TerraceACRES: 1.9 / TREATED PERIMETER: 1335 Lineal Ft Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Lake_Pond_Maint_FY10_Woodlawn_22-21.mxd Maintenance Area ORION AVECOMET AVEMETEOR AVERAINBOW DRCORONA AVEARCTURAS AVECLEVELAND ST PEGASUS AVEGULF-TO-BAY BLVD VIRGINIA LN5 8 8 9 9 7 9 6 956 9 1 6 9 3 77 5 5 9 6 8 9 6 7585 9 6 16 12 12 20 15 15 14 17 15 10 16 10 14 15 15 16 18 14 16 12 10 1717 15 19 10 17 19 12 10 20 19 15 20 18 11 1415 20 10 10 15 151416 20 409 401 309 310 109 311 208 211 406 212 101 306 511 402 515 115 105 403 513 215 510 200 300 512514 112 302 110 308 407 400 100 201 301 311 307 310310 200 405 402 505 308 219 103 105111 101 108 406 304 313 217 105 204 210 107 108 215 303 102 307 305 406409 210 219 211 400 309 402 201 104 408 408 212 204 311 404 303 100 306 402 109 305 509 210 308 205 411 401311 115 205 401 208 106 405 306 200 103 211 411 209 410 403 205 110 405 304 115 309 407 208 409 200 101 203 212 310 201 401 102 215 110 101 305 207 300 308 301 306 205 214 210 304 105 305 301 210 400 310 109 410 215 109 111 307 201 400 308 307 100 306 401 309309 204 212 201 301 411 102 216 105 310 209 300 214 114 410 310 106 402 307 19331943189818051929184518241874 19191925192518571821195018151847191219261918196018141801190018111895181519301813193919531867193019151920194818611801180018651945186019601840187518251951197218101949188018071831182918101913180619291928191019041912190018141819184919581940182518301918194018251888192619031917306 B304 B 405 #1-5 400 #1-6 201918 304 311 302 308 404 400 305 407 1931308½18041927180518231916184919551811184519451851402½1951186319061874186919151947185918191871308 A 306 A304 A1817 A1817 B1941 A-DPond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.289A 13-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Allen's Creek, North Section GabionsACRES: 1.3 / PERIMETER: 5,306 Lineal Ft Gabions Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Allens Creek Storm Basin, North Section Gabions.mxd Year Built: N. Area- 1998Mid Area - 2015S. Area - 2002 LAKEVIEW RD MAGNOLIA DR SEVER DRWELLINGTON DRRIPON DR BROOKSIDE RDSANDRA DR REBECCA DR JEFFORDS STREGENT AVEHERCULES AVEOXFORD DRBROOKSIDE DRSEVARD AVEWILLOWBRANCH AVEOAK LAKE DR BRENTWOOD DR BEVERLY CIR KENDALL DR ALLEN DR MEADOW LN 820 808 908821816 900 904 900901 905 808 806909 904813 808 901 908 817 808 900 905 900 900 812 813 813 905 904 824 815 812 904 901817 806 904 812 909 900 901821905 901 1100 10131010 19251011 1015 1001 1010 1000 1009 1012 100410081841 1008 19571004 196318471015 100410041005 1200 1020 1005 1001 18671211 1217 183618681199 1249 1023 1243 18761837183718901022 185518891878 1238 1231 18361205 1262 186618751223 1270 1235 1254 18611021 1001 186418561246 1230 20011990194319661101 19421939194019731970194419481201 19231209 20011236 196918541931195719561929197819851953196919161212 1958197219401920198018501836195019321000 197218821010 19751254 1972126019201927192719411019 1921183719491233 194420001005 193019321004 1200 193519181963184419751105 1243 1248 1218 2001196219451945193119661005 19601950193819471100 19611225 196219261105 191518431241195618551981 20001905198419241108 193619261963192018801957193819411104 19201868194719311956196319671842184219811837197818471987187819571963195012301840 19431206 200019391921196618561951184119471855186619311011 19441005 1944193119651911185719701944184818481923193219321959193918601005 1836192119301951193019931937196019141862195418491836193519401951183719791231 19331242 1978187019501843192619271224 1854196419601927192720011950185819511924815804809 18601869200618411281 1861Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.308A 24-29S-15E 4/29/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Allen's Creek, South Section GabionsACRES: 2 / Perimeter: 4,397 Lineal Ft Year Built: 2010 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Allens Creek Storm Basin, South Section Gabions.mxd COUNTY AREA,DO NOT SPRAY. MAINTENANCE BOUNDARY ON THE SOUTH SIDE ISAPROX. 5 FT SOUTH OF GABION WALL.DO NOT SPRAY PAST BOUNDARY Gabions_Project Pinellas County Enclave SR 590 OWEN DRWEST VIRGINIA LNPINEAPPLE LNKUMQUAT DR NAVEL DR AVOCADO DR SHADDOCK DREVANS DRLUCAS DRBEACHWOOD AVETHOMAS DRAUDREY DR1707 1701 275927582748274227542738275527431701 1316 274927591308 1700 27391707 1224 1706 13002730274227482743 2749273927551509 27292739274327492755275427302732141226571655 27201410 1505 2738272327001428 27121412 1572 274827421707 1539 15081509 1508 265326511519 1619 1701 1705 27541518 27591700 1451 1502 1402 1573 1510 1439 1409 1704 2713274627291420 1600 1705 2735264427371504 1591 1704 1654 272627541399 274327501517 1463 27291520 1513 1452 1404 1488 27301420 1413 1513 1700 27421500 1408 1701 26611691 1418 1414 1416 1618 1602 1417 1705 274927531706 1401 27541427 1512 27381501 1504 27591554 1636 15162655 1400 1637 1475 151026671604 1406 27581419 1506 1499 1407 1512 14131476 1680 1521 1500 14211487 1670 1400 1415 1590 26592759274127471406 1701 14402635 1673 1537 27221410 1464 27481701 27601216 2759275927601708 27601708 27531704 27601418 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.273A 8-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator Creek Storm Basin, Channel B GabionACRES: .5 / PERIMETER: 2,725 Lineal Ft Gabions Year Built: 2014 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Alligator Creek Storm Basin, Channel B Gabion.mxd McCAULEY RDSTAG RUN B L V D EL TAIR TRLJE S S I C A R D RIDGE TOP WAYCOACHMAN RDMISTY PLATEAU TRLMIDNIGHT PASS WAYB E V I L L E R D CA M P B E L L R D COACH WHIP T E R STAG RUN BLVD 24242410242024151766 1765 1780 1623 1567 158324681717 16012416 1697 1659 1850 24862451 1675 24921655 1589 1694 2495 16161781 166917 8 5 24841658 1713 1681 1581 1633 16802456 1640 15682474242718451563 2471 1835 1605 2481 1677 24981680 2528179 0 1714 1696 247024081588 2478 241 8 2 432 242417551600 24891681 1650 1627 1612 159824401622 1683 1640 1805 1815 2 483 1586 1649 17 8 4 25 4 5 1875 25 4 524921665 1597 25081654 176 0 15 7 724631780 1668 1604 16322457 1825 1664244824642467 1676 1800 1596 1712 250016411648 1795 1626 1693 2462 25 6 5 1830 15 6 4 1620 24801641 1799 1695 1657 1621 1613 25 5 0 1599 1617 252024771582 1651 17 9 1 1730 231062389 15 6 51555Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.263B 6-29S-16E 2/27/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator Creek Storm Basin, Channel F, North Section GabionACRES: .1 / PERIMETER: 653 Lineal Ft Gabions Year Built: 2014 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Alligator Creek Storm Basin, Channel F, North Section Gabion.mxd DO NOT TREATNORTH BANK OLD COACHMAN RDSTAG RUN BLVDCOACHMAN RDCAMPBEL L R D RIDGE TOP WAYE L TA IR TRL FARRIER TRL8th ST 6th ST5th ST FLINT LOC K D R 1 s t S T 3 r d S T 2n d S T ALLIGATOR CREEK RD MIS T Y P L A T E A U T R L 4 th S T 9th ST WIND GAP P L OLD COACH TRLWETHERIN G T O N R D C O A C H M A K E R S L N L EE R D LAGOON CI R COACH WHIP TER23601745 242423411722 23951733 2405238024101189 17342301242024152385225022202394 22422255235311992352 15281736 1651 2379 1660 1648 1623 1744 1720 241 5 2468240 3 16012416 241 1 143 2 2451150 4 1589 1672 1616 1669 1713 2314 1681 1581 1633 1675 143 12456 1568244 924742427 2231 2471 23911605 151 62371 23 6 0 240923951680 239 9 230215 1 4 1714 240023062408151 1 151015051588 241 824322424 2383 2325 1740 1663 231023951723 1600 1600 111524891655 1681 1650 1687 241 923761735 16122440 1598 1622 2239 15 0 223721683 16402483 1615 1649 1586 23472318 1724 23 5 0 240 7 244 5 1665 15972392 14911654 1609 1711 2351 2322 2321 15 7 724631668 2348 1639 235316042457 1632 15 6 5 1728 16642448 1572 24642467 1596 1727 1636 23 8 022611712 1608 1648 239916262462 15 6 4 240314001620 1715 2354 15461716 14741632171923662357 15902361 1624 1621 239 5 1627 149223 7 5 2410161724772384 236 3 1699 1651 1730 157 3 1633 14002387231523402327230023392320230022712287230122412286229523832326 2365238022771717 1697 1659 236223592 492 1675 1655 1556 144 4 1688 1120228723711694 243 4 11152495248416582400 146 7 1710 2374148 0 1680 1640 1563 1501 1584 24811756 1677 1732 23772337 1696 2470 243 8 243 3238124782397175 0 145 5 144 3 242 2 2345 149 2 1627 23441660 2334 242 7 15 0 3 145 6 24 1 5 242 8 23412281 1612 24 4 12333244 2 23731565 1539 1500 1662 23741528 248 1 1533 2338 1676 2388146 823002265 1641 2333 23892330 1693 2329 1692 147 9 2342 16152355 236522802235 2480236824 2 1 149 1 1641 1695 14751657 243 7 150 3 1716 1677 1555 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.272A 7-29S-16E 2/27/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator Creek Storm Basin, Channel F, South Section GabionACRES: 1.7 / PERIMETER: 6,357 Lineal Ft Gabions Year Built: 2010 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Alligator Creek Storm Basin, Channel F, South Section Gabion.mxd #289Joe Dimaggio Sports Complex #326P&R Office SHARKEY RD OLD COACHMAN RDDORA DRRUSKIN RDOBERLIN DRVARSITY DR EARLHAM DRANNA AVE LORENA LN 914 603 731 765 931 647 932 601 809 945 765 730 913 940 602 501 647 808 700 709 700 602 701 907 950 615 925 500 648 697 764 701 765 650 616 515 731 401 809 764 808 511 505 710 699 908 616 926 407 710 902 420 919 406 911 648 921 709 603 709 920 615 731 901 695 730730 236123642375236723742370235823 8 62358 2388247624202470238024442365245423642424248423 8 3 237224922401650½ 23 7 0 23 7 1 23 7 6 2393243524322356236423 7 72359 #172 1001 240023 6 5 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.281B 7-29S-16E 2/27/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator Creek Storm Basin, Channel H GabionACRES: .31 / PERIMETER: 1,130 Lineal Ft Gabions Year Built: 2004 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Alligator Creek Storm Basin, Channel H Gabion.mxd Cliff Stephens Park Cliff StephensPark DREW STFAIRWOOD AVESERVICE RDB R I G A D O O N D R FAIRWOOD PLFAIRWOOD FOREST DRFAIRWOOD LN701 490 645710 760200 767641768705 503787702 605 697 813 749 629731 719795 718 230 511661575 535 733 507 601 240789 621741 470 310681 655 730 783675 220 525 700709 752781 708797776 530 605 440 661 619 500 420 517 300 716 410 6 2 8 900 721 757 521 450 210 520 637645 480 615 401673 635 320803653742 613 625 711 400 6 2 0 510 330 651 773 665 723775 555809765689759743751 631 340 565 501 505 430 2726269026902690269026902690269027982700264626902690269026902690280026902780275026902631 26902690269026902209322083220872207322077220632205322057220432204722037220332202922025 22017 22013 22009 22005 21997 2199321989 219852197721971219672196321 9 5 7 21 9 5 3 21 9 4 9 21 9 4 5 21 9 4 1 21 9 3 7 21 9 3 3 21 9 2 9 21 9 2 3 21 9 1 7 21 9 1 3 21 9 0 7 2215722153221472214122135221292212322117221112210722103220672206921 9 0 3 22021 22001 706 625701 771817 756685745 772764734 791641777 665677729 731735 714 739761 725 545763726617780633715 703 737 799753 649801769 601779785 657722 609 712 693 704 707 738805 669747717 727 6 2 4 755793746 713 26902630220912208522081220892207522071220792206522061220552205922051220452204922035220312202722023 22015 22011 2200722003 21995 2199121987 219832197521973219692196521 9 5 5 21 9 5 1 21 9 4 7 21 9 4 3 21 9 3 9 21 9 3 5 21 9 3 1 21 9 2 5 21 9 1 9 21 9 1 5 21 9 0 9 21 9 0 5 22155221512214922145221432213922137221332213122127221252212122119221152211322109221052215921979 21981 2199921961 22019 220412210122039 2209521 9 5 9 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.282A 8-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Alligator Creek Storm Basin, Gannel G GabionACRES: 1 / PERIMETER: 3,397 Lineal Ft Gabions Year Built: 2009 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Alligator Creek Storm Basin, Gannel G Gabion.mxd BETTY LNDRUID RD JEFFORDS STMARK DRCHESTER DRHILLCREST AVEEVERGREEN AVELOTUS PATH EVERGREEN AVELOTUS PATH 900 800 914 805 813 913 813 814 909 901 809 817 903 809 805 910 906 809 807 904 812 901 814 805 900 911914 818 808 800 901 915 806 914 901 912 817816 809 905 805 907 920 800 818 805 912 913 900 813 916 801 810 808 808 809 813 901 817 813 906 910 804 902 803 804 905 819 909 817 913 905905 814 915 815 911 902 910 909 908 904 804 803 1009 1211 1100 137013741013 1010 1105 13501106 131213541108 1017 13581109 1101 13201201 13281001 13621316130413081005 132413661314130413511005 1330133712881210 1000 1375102412881100 1367132414001001 13641325100410151288 1211 1008 134813341101 1001 1008 1004 13301000 133113661016 131112891352136813211008 1009 13651101 1012 13291009 133513431004 13201000 131513621001 10201009 1371134813591012 13491004 12891012 136312931401128910051289 130510131301 135313531344 13441282131114011017 1008 1310137113551000 1100 1005 13721352136413741360134813701356Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.296B 15-29S-15E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Linn Lake & GabionACRES: 1 / PERIMETER: 2,028 Lineal Ft Gabions Year Built: 2014 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Linn Lake & Gabion.mxd Maintenance Area DREW ST HILLCREST DR525 201 225 335 525 305 505 413 325 301 317 407 217 1317140112991281 13411329137513551385131913451297133913651325129513091293Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.278B 10-29S-15E 2/27/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Stevenson Creek, Golf Course GabionACRES: .26 / PERIMETER: 681 Lineal Ft Gabions Year Built: 2010 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Stevenson Creek, Golf Course Gabion.mxd US-19 NUS-19 FRONTAGE RDTEAKWOOD DR OSA K A D R NAG A N O D R JAPONICA DR PAGODA DR SUMO DR RICKSHAW DR PERRY DRKIMONO DRHARN BLVD TEAHOUSE DRUS-19 FRONTAGE RD204101100202102103264612552655 2650267026671288 266726552692257526111252 257926491296 265926441260 26 4 0 1243 26832650263926901268 26781256 26611239 26631272 262726842656264526452654264226652649 26471247 12951294 257626652675265726762 6 4 82640 2680264426742642267926381284 1276 26862651265726551251 26692661 26852 6 4 6 2 6 5 026482635 267126832640265626312653 26882617267726631280 2621268226871264 265926861298 2613265326521267 26462615264326612619264026331292 26531256 19051 18911 19198 19029 18740 19135 19369 18940 19206 18736 19321 18946 19347 19666 19034 19593 188## 192## 196##19505 18820 19191 19709 19363 19500 19321 19199 190## 18819 189## 19341 18860 19042 19080 19321 19387 191## 18746 19355 19400 195## 19333 19375 Pond, Channel, & Mitigation Maintenance Contract - RFP 22-21 ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RH N.T.S.310A 20-29S-16E 3/1/2019Drawn By:Reviewed By: S - T - RGrid # Date: Scale: LOCATION: Tropic Hills Outfall & GabionACRES: 1.9 / PERIMETER: 3,324 Lineal Ft Gabions Year Built: 2011 Document Path: V:\GIS\_Staff\Kieffer\RFP22-21\Gabions\Tropic Hills Outfall Gabion.mxd Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9018 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve Construction Manager at Risk (CMAR) proposal from Biltmore Construction of Belleair, FL, for the Wayfinding Signs Program Phase 1 (19-0016-EN) at the guaranteed maximum price of $995,826.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: The preparation and installation of a wayfinding program was identified as a strategy in the U.S. 19 Corridor Redevelopment Plan. In August 2015, the Planning and Development Department issued a Request for Qualifications for environmental graphic and design services to develop a wayfinding and signage master plan for the Corridor. On January 29, 2016, MERJE, a nationally recognized firm with extensive community wayfinding experience, was awarded a contract to develop such plan. Key objectives of the plan were to: ·strengthen the City’s brand identity ·identify key destinations ·help drivers better navigate and direct pedestrians, bicyclists and transit users in the area. On December 16, 2016, the contract with MERJE was extended to include design of a city-wide wayfinding program. On September 17, 2020, Council approved the use of Construction Manager at Risk (CMAR) Services for Continuing Contracts with Biltmore Construction Co.; Certus Builders; J. Kokolakis Contracting; J.O. DeLotto & Sons; Keystone Excavators; Khors Construction; Ajax Building Company; Allstate Construction; Bandes Construction Company; Creative Contractors; Johnson-Laux Construction; The A.D. Morgan Corporation; and Walbridge Aldinger for a period of four years. These firms were selected in accordance with Florida Statutes 255.103 and 287.055 under RFQ #40-20 based upon construction experience, financial capability, availability of qualified staff, local knowledge, and involvement in the community. With completion of the program design, Biltmore Construction of Belleair, FL was engaged under the existing Construction Manager at Risk agreement for preconstruction, bidding, and construction services for the implementation of Phase One of the wayfinding program. Biltmore will coordinate and procure the required State and County permits, fabrication of the signs, and installation of Phase One of the wayfinding program. Construction is anticipated to be completed within 168 days of the issuance of Notice to Proceed. Traffic Operations will maintain the signage. APPROPRIATION CODE AND AMOUNT: 3157549-530300-92842 $995,826 A mid-year budget amendment will transfer $100,000 of Gas Fund revenues from project 96384, Gas System Pinellas Building, and $500,000 in County TIF revenues from project Page 1 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9018 R2006, Infrastructure-County, to project 92842, US19 Wayfinding, to fund this proposal. Page 2 City of Clearwater Printed on 5/13/2021 CLEARWATER, FL >H`ÄUKPUN :PNUHNL7YVNYHT +V^U[V^U PROGRAMMING: :PNU3VJH[PVU7SHU FINAL REVIEW 1HU\HY` MERJE | ENVIRONMENTS & EXPERIENCES 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 1 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: City Gateways CITY.GATE.1 Primary City Gateway Monument CITY.GATE.2 Secondary City Gateway Monument CITY.GATE.3 City Gateway Large Post & Panel FLORIDA WELCOME TO 11'-10" 3'-6" 7'-6" 5'-3" 6'-8 1/2" 4'-11 1/2" 5'-0" 9'-8 1/2" REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 2 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: City GatewaysBEACH.GATE.1 Beach Gateway Retro-Fit Existing DT.GATE.1 Downtown Gateway Retro-Fit Existing DT.GATE.2 Downtown Gateway Retro-Fit Existing DT.TRAIL.1 Post & Panel Trailblazer DEST.1 Destination ID 1915DOWNTOWN DowntownClearwater DT.GATE.2a Downtown Gateway New Sign COACHMAN PARK 9" Approx. 22'-5" 1'-8 1/2" REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 3 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: District Gateways BRIDGE.1 Large Overpass Gateway (US-19) 50'-3" 11"6'-8" BRIDGE.2 Small Overpass Gateway Photo ReferencePhoto Reference REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 4 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: Vehicular Signage DOWNTOWN DOWNTOWNDOWNTOWN VDIR.4 Vehicular Directional (25 MPH or Higher) Destination Message VDIR.5 Vehicular Directional (25 MPH or Higher) DestinationMessage Destination Message VDIR.6 Vehicular Directional (25 MPH or Higher) VDIR.9 Vehicular Directional (25 MPH or Higher) VDIR.10 Vehicular Directional (25 MPH or Higher) VDIR.11 Vehicular Directional (25 MPH or Higher) Destination Message Destination Message Destination Message VDIR.1 Vehicular Directional (25 MPH or Less) VDIR.2 Vehicular Directional (25 MPH or Less) VDIR.3 Vehicular Directional (25 MPH or Less) DOWNTOWN DestinationName VDIR.3a Vehicular Directional (25 MPH or Less) Ferry/Harbor Marina Coachman Park MainLibrary CapitolTheatre VDIR.7 Trailblazer VDIR.8a Trailblazer VDIR.8 Trailblazer DOWNTOWN DestinationMessage DOWNTOWN DOWNTOWN Beach Downtown Jack RussellStadium Plumb House Mus Ross NortonSports Cmplx DOWNTOWN Crest LakePark DOWNTOWN Destination Message DestinationMessage Destination Message DOWNTOWN DestinationMessage DestinationMessage N BeachGarage VisitorCenter i VisitorInfo i N BeachGarage VisitorCenter i RESIDENT.1 Residential Directional (25 MPH or Less) 10'-5" 12'-1"12'-6"14'-5"13'-8" 12'-6"12'-1" 12'-1" 13'-8"14'-5" 12'-1" REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 5 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: Vehicular Signage Visitor Center N Beach Garage BEACH US-19 District Vehicular Directional Downtown District Vehicular Directional City (Not in District) Vehicular Directional Beach District Vehicular Directional McMullenTennis Cmplx St Petersburg College BAY Capitol Theatre Coachman Park DOWNTOWN iClearwaterCountry Club Jack Russell Stadium US-19 District Zone Colors SPORTS BAY SUNSET POINT COUNTRYSIDE CENTRAL REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 6 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: Parking Signage PARK.2 Parking Lot ID PARK.3 Parking Lot ID PARK.4 Parking Garage ID Letters PARK.5 Exit / Enter SIgns PARK.6 Parking Garage ID Flag Mounted PUBLIC PARKING Oak Ave Lot Pinellas County Courthouse ENTEREXIT P A R K Existing Conditions Existing Conditions PARK.1 Parking Trailblazer PARK.1a Parking Trailblazer PARK.1b Parking Trailblazer PARK.1c Parking Trailblazer Open to PublicWeeknights& Weekends N BeachGarage PUBLICPARKING Family Aquatic & Rec Center REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 7 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: Pedestrian Signs Downtown Garden AvenueGaragePHarborview& Coachman LotP Library LotP Winter’s DolphinParkingP City Hall LotP Oak AveLot P P P P City HallOverflow LotP Boat Slips S Lot P PCountyParkingGarage Court & Osceola Lot CourthouseLot Ft HarrisonLot Coachman Park Main Library Clearwater Ferry Bayfront TennisComplex Winter’s DolphinTale Adventure City Hall Pinellas County Courthouse Park Street Terminal Capitol Theatre Harbor Marina ER HARBOR P P P P P P P P PP P PGarden AvenueGarageHarborview& Coachman Lot Library Lot Winter’s DolphinParking City Hall Lot Oak AveLot CountyParkingGarage Court & Osceola Lot CourthouseLot FortHarrisonLot DREW ST Garde n Av eN Osc eo la Av e S Os ce o la A ve Palm Av eOak Av eBay A v eOrang e A Watters o n Av e Jones St ers St Rogers St Laura St CLEVELAND STFORT HAR R ISO N AV E FOR T HA RR I SON A VE 756 13 1 4 10 2 9 Coachman Park BayfrontTennisComplex nerp Beach Shopping & Dining Destination Destination Destination Destination Destination Parking Garage DOWNTOWN Destination Destination Destination Destination Destination Parking Garage DOWNTOWN i PDIR.1 Pedestrian Directional PDIR.2 Pedestrian Directional Existing Pole PDIR.3 Pedestrian Directional Existing Pole PDIR.4 Pedestrian Directional BANNER.1 District Banners KIOSK.2 Pedestrian Kiosk KIOSK.2a Pedestrian Kiosk KIOSK.3 Pedestrian Kiosk Wall Mount KIOSK.1 Large Pedestrian Kiosk Side ViewsINFORMATIONi Top View Stamped Concrete Base Map Panel Perforated Metal Sun Roof Experience Destination Destination Destination Parking Garage StaPa Garden AvenueGaragePHarborview& Coachman LotP Library LotP Winter’s DolphinParkingP City Hall LotP Oak AveLotP P P P City HallOverflow LotP ips t PCountyParkingGarage Court & Osceola Lot CourthouseLot Ft HarrisonLot Coachman Park Main Library earwater Ferry Bayfront TennisComplex Winter’s DolphinTale Adventure City Hall Pinellas County Courthouse Park Street Terminal Capitol Theatre Harbor Marina HARBOR P P P P P P P P PP P PGarden AvenueGarageHarborview& Coachman Lot Library Lot Winter’s DolphinParking City Hall Lot Oak AveLot CountyParkingGarage Court & Osceola Lot CourthouseLot FortHarrisonLot DREW ST Garde n A veN Gar d en Av eN Osce o la A v e S Osc e ol a A ve Palm A ve Oak A ve Bay A ve Oran g e A Watterson A v e Jones St Park St Franklin S Rogers St CH C Laura St CLEVELAND STFORT H AR R ISO N A VE FORT HA RR I SO N A VE Pierce St 756 13 1 4 10 2 9 3 Coachman Park BayfrontTennisComplex StationSquarePark Garden AvenueGaragePHarborview& Coachman Lot P Library LotP Winter’s DolphinParkingP City Hall LotP Oak AveLotP P P P City HallOverflow LotP Boat Slips S LotP PCountyParkingGarage Court & Osceola Lot CourthouseLot Ft HarrisonLot Coachman Park Main Library Clearwater Ferry Bayfront TennisComplex Winter’s DolphinTale Adventure City Hall Pinellas County Courthouse Park Street Terminal Capitol Theatre Harbor Marina ER HARBOR P P P P P P P P PP P PGarden AvenueGarageHarborview& Coachman Lot Library Lot Winter’s DolphinParking City Hall Lot Oak AveLot CountyParkingGarage Court & Osceola Lot CourthouseLot FortHarrisonLot DREW ST Garden A v eN Gard en Av eN Osce o la Av e S Osce o la A v e Palm A v eOak AveBay A v Orang Watters on Av e Jones St Park Frank rs St Rogers St Laura St CLEVELAND STFORT H AR R IS ON AV E FORT H AR R IS ON A VE Pierc 756 13 1 4 10 2 9 3 Coachman Park BayfrontTennisComplex SS nerp DOWNTOWN DOWNTOWN DOWNTOWN DOWNTOWN StaPa Garden AvenueGaragePHarborview& Coachman LotP Library LotP Winter’s DolphinParkingP City Hall LotP Oak AveLotP P P P City HallOverflow LotP ips t PCountyParkingGarage Court & Osceola Lot CourthouseLot Ft HarrisonLot Coachman Park Main Library earwater Ferry Bayfront TennisComplex Winter’s DolphinTale Adventure City Hall Pinellas County Courthouse Park Street Terminal Capitol Theatre Harbor Marina HARBOR P P P P P P P P PP P PGarden AvenueGarageHarborview& Coachman Lot Library Lot Winter’s DolphinParking City Hall Lot Oak AveLot CountyParkingGarage Court & Osceola Lot CourthouseLot FortHarrisonLot DREW ST Garde n A veN Gar d en Av eN Osce o la A v e S Osc e ol a A ve Palm A ve Oak A ve Bay A ve Oran g e A Watterson A v e Jones St Park St Franklin S Rogers St CH C Laura St CLEVELAND STFORT H AR R ISO N A VE FORT HA RR I SO N A VE Pierce St 756 13 1 4 10 2 9 3 Coachman Park BayfrontTennisComplex StationSquarePark DOWNTOWN PINELLAS TRAIL DOWNTOWNKIOSK.4 Retro-Fit Existing Kiosk (Optional) Station SParking GPGarden AvenueGaragePborviewchman LotP Library LotP Winter’s DolphinParkingP City Hall LotP Oak AveLot P P P P City HallOverflow LotP PCountyParkingGarage Court & Osceola Lot CourthouseLot Ft HarrisonLot Coachman Park Main Library ry ayfront Tennisomplex Winter’s DolphinTale Adventure City Hall Pinellas County Courthouse Park Street Terminal Po Capitol Theatre Marina P P P P P P P PP P PPStatiSquaGara Garden AvenueGarageorviewhman Lot Library Lot Winter’s DolphinParking City Hall Lot Oak AveLot CountyParkingGarage Court & Osceola Lot CourthouseLot FortHarrisonLot DREW ST Garden A veN Gar de n A veN Osce ol a A ve S Os ce o la A ve Palm Av e Oak Av eBay Av eOrang e A v Watter so n A ve Park St Franklin St Rogers St CHESTN COUR Laura St CLEVELAND ST FOR T HA R RI SON AV E Pierce St 75 13 4 10 2 9 3 Coachman Park ayfrontTennisomplex StationSquarePark DOWNTOWN PINELLAS TRAIL DOWNTOWN DOWNTOWN Destination Destination Destination Destination Destination Pinellas Trail REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 9 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: Footer Comparison ORIGINAL FOUNDATION DRAWINGS New Foundation Transpo Breakaway B525 Existing Foundation (Not Breakaway) DestinationMessage DestinationMessage 4'-0" 4'-4" 7'-6" DOWNTOWN DestinationMessage DestinationMessage 4'-0" 4'-4" 7'-6" DOWNTOWN New Breakaway Footer Transpo B525 Attach to Existing Foundation (Not Breakaway) City Vehicular3 REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 SL.7 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: 100 001 Vehicular Directional Gateways 200 Destination Identification 300 Parking Signage 400 Pedestrain Directional Signage 500 Pedestrian Kiosks Pedestrian Sign - New Pole Pedestrian Sign - Existing Pole SIGNAGE LEGEND A B A B State Roads Conuty Roads City-Wide-Vehicular Sign Location Plans 015 016 021 139 134 135 136 137 140 138 132 133 Existing DOWNTOWN CROP 011 011a 011b Crest Lake Park Glen Oaks Park Ross Norton Complex & Extreme Sports Park N. Greenwood Rec.Center Dr Martin Luther King Jr. Center The Plumb House Museum Ed Wright Park Horsehoes Jack RussellMemorial Stadium Clearwater Country Club Francis WilsonPlayhouse N Greenwood Library 122222222227777777777 c127c 142a 142b Remove sign Remove Jack Russel Stadium sign Part of US-19 Programming 125 125b 125c 138a 138b 126128141 142 129 127 131 130 City to addPark ID sign REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 SL.8 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: 100 001 Vehicular Directional Gateways 200 Destination Identification 300 Parking Signage 400 Pedestrain Directional Signage 500 Pedestrian Kiosks Pedestrian Sign - New Pole Pedestrian Sign - Existing Pole SIGNAGE LEGEND A B A B State Roads Conuty Roads Downtown-Vehicular Sign Location PlansN Martin Luther King Jr AveN Martin Luther King Jr AveRoad Permanently Blocked Main Library Clearwater Ferry City Hall Pinellas County Courthouse Park Street Terminal Police Station Municipal Services Building Prospect Lake Park Post Office (Ped Only) Capitol Theatre Harbor Marina water Ferry Station Square Parking Garage P Garden Avenue Garage PHarborview & Coachman Lot P Library Lot P City Hall Lot P Oak Ave Lot P P P P City Hall Overflow LotP Boat Slips S Lot P Municipal Services Garage P P PCounty Parking Garage Court & Osceola Lot Courthouse Lot Ft Harrison Lot 304 308 308a 309a 323 323a 323c 323b 324 312 318 303 302 300 305 301 307 307a 307b 314 310 321 322 319 315 316 RRRR 158 164a 155 154a 162 162a 159 155a 155b 163 700 702 701 166 168 157 161 165 165b 165a 164 165c 156 160 162b 171 172 173 Coachman Park 012 017 013 306 ABABA B ABABRRRR R Rremovreee waterttaxi t sign RRR rremovovoe e papp parkingrkingAAsignn on stonon sststop siop signpppgp 305a 174176 175 151 153 154 167 152 169169a 170 022 A B B 3 Downtown Pedestrian4 REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 SL.9 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: 100 001 Vehicular Directional Gateways 200 Destination Identification 300 Parking Signage 400 Pedestrain Directional Signage 500 Pedestrian Kiosks Pedestrian Sign - New Pole Pedestrian Sign - Existing Pole SIGNAGE LEGEND A B A B State Roads Conuty Roads Downtown- Pedestrian Sign Location PlansN Martin Luther King Jr AveN Martin Luther King Jr AveStation Square Parking Garage P Garden Avenue Garage PHarborview & Coachman Lot P Library Lot P City Hall Lot P Oak Ave Lot P P P P City Hall Overflow LotP Boat Slips S Lot P Municipal Services Garage P P PCounty Parking Garage Court & Osceola Lot Courthouse Lot Ft Harrison Lot458AB457AB 456AB462AB461A B 460 A B 450 A B 464 A B 465 A B 466 A B 467 A B 468 A B 469 A B 469aA B 470 A B 471 A B472A BAB452 A B459AB 463AB455AB451AB453 AB454510AB510a AB516 A B 517 A B 518 A 514AB512AB511 A B 513 A 520AB521AB515A B 515a A B TSt Coachman Park Main Library Clearwater Ferry Bayfront Tennis Complex City Hall Pinellas County Courthouse Park Street Terminal Police Station Municipal Services Building Post Office Capitol Theatre Harbor Marina ABA B 5 City Gateways5 REVISIONS CLIENT / PROJECT SHEET TITLE DATE PROJECT NO. DRAWN BY: SHEET NO. These drawings are meant for DESIGN INTENT ONLY and are not for construction. Contractor shall verify and be responsible for all dimensions and conditions of the job. Contractor shall be familiar with the site and conditions it presents. This office must be notified of any variations from the dimensions and conditions shown on this drawing. Shop drawings and details must be submitted to this office for approval prior to proceeding with fabrication. All copy shall be proofread by client and legal requirements checked by legal department. LH 04/10/17 08/16/17 02/27/18 03/28/18 12/20/18 SL.10 SPECIFICATIONS Clearwater, FL Wayfinding and Signage System 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com ENVIRONMENTS & EXPERIENCES Refer to the Wayfinding and Signage System design intent documentation for sign type drawings, material call-outs and installation methods. Refer to the Wayfinding and Signage System message schedule for all sign type messages, location numbers, quantities, and specific location details. 1. General sign locations are provided on these plan sheets. 2. The Message Schedule provides more detailed guidance of sign location in the Remarks column. 3. Refer to the Message Schedule for the final messages of each sign. 4. Utilize the above Legend to help determine sign types, and other details of location. NOTES: 100 001 Vehicular Directional Gateways 200 Destination Identification 300 Parking Signage 400 Pedestrain Directional Signage 500 Pedestrian Kiosks Pedestrian Sign - New Pole Pedestrian Sign - Existing Pole SIGNAGE LEGEND A B A B State Roads Conuty Roads City Gateways Sign Location Plans 012 017 022 011 001 002 003 009 004 020 005 021 010 006018 019 008 007 011b Existing Existing Existing Bridge Gateway Part of US 19 Programming Bridge Gateway Part of US 19 Programming Existing City Limit Sign Existing City Limit SignExisting Druid Rd 011a013 CLEARWATER, FL Downtown Wayfinding Program Programming: Message Schedule FINAL DRAFT January 21, 2019 120 North Church Street Suite 208 West Chester, PA 19380 T 484.266.0648 www.merjedesign.com Sign Type Quantity Project:Date: MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 Tel 484.266.0648 www.merjedesign.com Client:Submittal:Final SIGN COUNT SUMMARY Clearwater, FL Downtown & Beach Wayfinding & Signage January 16, 2019 Phase BRIDGE.2 1 1 CITY.GATE.1 2 1 CITY.GATE.2 3 1 CITY.GATE.3 6 1 DEST.1 3 1-CRA DT.GATE.1 3 1-CRA DT.GATE.2 3 1-CRA DT.GATE.2a 1 1 DT.TRAIl.1 2 1 Existing 1 1 KIOSK.1 3 1-CRA KIOSK.2 5 1-CRA KIOSK.2a 4 1-CRA KIOSK.3 1 1-CRA PARK.1 13 1-CRA PARK.1a 4 1-CRA PARK.1b 4 1-CRA PARK.2 5 1-CRA PARK.3 3 1-CRA PDIR.1 5 1-CRA PDIR.2 8 1-CRA PDIR.4 11 1-CRA VDIR.1 7 1-CRA VDIR.10 4 1 VDIR.11 3 1 VDIR.2 4 1-CRA VDIR.2_LEFT 2 1-CRA Sign Type Quantity Project:Date: MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 Tel 484.266.0648 www.merjedesign.com Client:Submittal:Final SIGN COUNT SUMMARY Clearwater, FL Downtown & Beach Wayfinding & Signage January 16, 2019 Phase VDIR.3 24 1-CRA VDIR.3_LEFT 8 1-CRA VDIR.3a 3 1-CRA VDIR.3a_LEFT 1 1-CRA VDIR.5 1 1 VDIR.9 3 1-CRA MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Locate near bus stop at High School. DOT-State 1 Welcome to Clearwater Florida 1 002 SL.10CITY.GATE.3 City Replace existing. County1ClearwaterBright and Beautiful - Bay to Beach1003SL.10CITY.GATE.1 City County1Welcome toClearwaterFlorida 1 004 SL.10CITY.GATE.3 City Replace existing. DOT-State1ClearwaterBright and Beautiful - Bay to Beach1005SL.10CITY.GATE.1 City Locate in median. DOT-State1Welcome toClearwaterFlorida 1 006 SL.10CITY.GATE.3 City Replace exiting city limit sign.Alternate location in median.County 1 Welcome toClearwaterFlorida 1 007 SL.10CITY.GATE.3 City Replace existing. Locate in front ofutility boxes. County1ClearwaterBright and Beautiful - Bay to Beach1008SL.10CITY.GATE.2 City Mount to existing ped bridge. DOT-State1Clearwater1009SL.10BRIDGE.2 City Retro-fit existing1Downtown1-CRA 011 SL.7DT.GATE.1 DT Retro-fit existing short pylon.1 (Downtown Logo)1-CRA 011a SL.7DT.GATE.2 DT 1 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Retro-fit existing short pylon.1 (Downtown Logo)1-CRA 011b SL.7DT.GATE.2 DT Retro-fit existing1Downtown1-CRA 012 SL.8DT.GATE.1 DT Retro-fit existing1Downtown1-CRA 013 SL.8DT.GATE.1 DT 1 ^ Downtown Clearwater1015SL.7DT.TRAIL.1 DT 1 ^ Downtown Clearwater1016SL.7DT.TRAIl.1 DT Replace existing Cleveland St Sign.Short Pylon1(Downtown Logo)1 017 SL.7DT.GATE.2 DT 1 Welcome toClearwaterFlorida 1 018 SL.10CITY.GATE.3 City Replace existing city limit sign.County1Welcome toClearwaterFlorida 1 019 SL.10CITY.GATE.3 City Locate in median. County1ClearwaterBright and Beautiful - Bay to Beach1020SL.10CITY.GATE.2 City Locate in Triangle. *Review. Is thisneeded since we have location005? DOT-State 1 Welcome toClearwaterFlorida 1 021 SL.10CITY.GATE.2 City Review Location. New SmallMonument. DOT-State1Downtown1022SL.10DT.GATE.2a DT 2 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector *Special Layout 5" or 6" copy. DOT- State 1 Crest Lake Park >1 125 SL.7VDIR.9 City *Special Layout 5" or 6" copy. DOT-State1^ Beach^ Downtown1125bSL.7VDIR.10 City *Special Layout 5" or 6" copy.Remove trailblazer on existing pole.DOT-State 1 ^ Beach^ Downtown> Jack Russell Stadium 1 125c SL.7VDIR.11 City Replace existing. *Special Layout 5"or 6" copy. DOT-State1^ City Hall/ CourthouseDowntown >Coachman Park > 1 126 SL.7VDIR.11 City *Special Layout 5" or 6" copy. DOT-State1< Crest Lake Park1127SL.7VDIR.9 City *Special Layout 5" or 6" copy. DOT-State1^ Beach< Glen Oaks Park1128SL.7VDIR.10 DT *Special Layout 5" or 6" copy. DOT-State1Glen Oaks Park >1-CRA 129 SL.7VDIR.9 DT *Special Layout 5" or 6" copy.*Review Plumb House? DOT-State1Plumb House Mus >Ross Norton Sports Cmplx >1 130 SL.7VDIR.10 City *Review Plumb House? *SpecialLayout 5" or 6" copy. DOT-State1< Plumb House Mus< Ross Norton Sports Cmplx1131SL.7VDIR.5 City Replace existing. *Review PlumbHouse?1 < Plumb House Museum< Ross Norton Sports Cmplx< Ed Wright Park Horseshoes 1 132 SL.7VDIR.3 City 3 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace existing.*Review Plumb House? 1 Plumb House Museum > Ross Norton Sports Cmplx > Ed Wright Park Horshoes > 1 133 SL.7VDIR.3 City 1 ^ N Greenwood Library^ N Greenwood Rec CenterJack Russell Stadium > 1 134 SL.7VDIR.3 City 1 Martin Luther King Jr Center >1 135 SL.7VDIR.1 City 1 < Martin Luther King Jr Center1136SL.7VDIR.1 City 1 ^ N Greenwood Rec Center^ Jack Russell Stadium< N Greenwood Library 1 137 SL.7VDIR.3 City 1 < Jack Russell Stadium1138SL.7VDIR.1 City 1 < N Greenwood Library< N Greenwood Rec Center< Jack Russell Stadium 1 138a SL.7VDIR.3 City Double-Sided1Side A:Clearwater County Club (Golf Icon) > Side B:< Clearwater County Club (Golf Icon) 1 138b SL.7VDIR.1 City 1 < Francis Wilson Playhouse1139SL.7VDIR.1 City 4 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector 1 ^ Downtown Francis Wilson Playhouse >1 140 SL.7VDIR.2 City *Review Plumb House? *SpecialLayout 5" or 6" copy. DOT-State1< Plumb House Museum< Ross Norton Sports CmplxLEFT ON MISSOURI AVE 1-CRA 141 SL.7VDIR.11 DT *Review Plumb House? *SpecialLayout 5" or 6" copy. DOT-State1Plumb House Museum >Ross Norton Sports Cmplx >1 142 SL.7VDIR.10 DT DOT ROW1< Downtown1-CRA 142a SL.7VDIR.1 DT 1 Clearwater Country Club (icon) >1-CRA 142b SL.7VDIR.1 DT Can DOT relocate route signs?DOT-State1^ County CourthouseMunicipal Services Bldg >Shopping & Dining > 1-CRA 151 SL.8VDIR.3 DT *Need to verify location in field.Remove existing sign on East St.Remove Parking trailblazer atcorner. DOT-State 1 < Park St Terminal (Bus Pictogram)< Municipal Services Bldg (P)Prospect Lake Park > 1-CRA 152 SL.8VDIR.3 DT DOT-State1< Capitol Theatre< Shopping & Dining< Coachman Park 1-CRA 153 SL.8VDIR.3 DT DOT-State1^ Municipal Services BldgCapitol Theatre >Shopping & Dining > 1-CRA 154 SL.8VDIR.3 DT 5 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Suggestion to move before Myrtle Street 1 ^ Shopping & Dining ^ Capitol Theatre < Municipal Services Bldg 1-CRA 154a SL.8VDIR.3 DT Replace Ferry Sign1^ Ferry Water Taxi^ Capitol Theatre< Park St Terminal (Bus Icon) 1-CRA 155 SL.8VDIR.3 DT 1 ^ Municipal Services Bldg< Public Parking (P)Park St Terminal (Bus Icon) > 1-CRA 155a SL.8VDIR.3 DT *Existing sign directs to ProspectPark- Should we keep? *Review1^ Downtown Gateway^ MercadoMunicipal Services BldgRIGHT ON MYRTLE 1-CRA 155b SL.8VDIR.3_LEFT DT Remove Existing Water Taxi Sign.*Review1< Ferry / Harbor Marina< Capitol Theatre< Coachman Park< Main Library 1-CRA 156 SL.8VDIR.3a DT Sign to flag left. Tight Space, mustverify measurements in filed.1 Ferry / Harbor Marina >Capitol Theatre >Coachman Park > 1-CRA 157 SL.8VDIR.3_LEFT DT Replace existing1Main Library >< City Hall (P)< Beach 1-CRA 158 SL.8VDIR.3_LEFT DT 1 ^ Shopping & DiningCity Hall >Beach > 1-CRA 159 SL.8VDIR.3 DT 6 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Very limited space. Need to VIF in field prior to fabrication. 1 < Main Library < Coachman Park < Harbor Marina 1-CRA 160 SL.8VDIR.3 DT *Review Messages. Trim trees1Main Library >Coachman Park >Harbor Marina > 1-CRA 161 SL.8VDIR.3_LEFT DT 1 ^ Coachman Park< Main Library< Capitol Theatre 1-CRA 162 SL.8VDIR.3_LEFT DT Replace Existing1^ Ferry/ Harbor Marina< Beach< Shopping & Dining 1-CRA 162a SL.8VDIR.3_LEFT DT Replace Existing1< Harbor Marina (P)< Coachman Park< Ferry Water Taxi 1-CRA 162b SL.8VDIR.3 DT Relocate existing library parkingsign.1 Shopping & Dining >Capitol Theatre >1-CRA 163 SL.8VDIR.2 DT *Review- Boat Slips?1 < Park St Terminal (Bus Pictogram)< Municipal Services BldgCity Hall >Boat Slips > 1-CRA 164 SL.8VDIR.3a DT Replace existing. Remove parkingsign at corner *Review1^ (P) Boat Slips< County CourthouseCapitol Theatre >Main Library > 1-CRA 164a SL.8VDIR.3a DT 7 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector *Review- Boat Slips?1 < City Hall < Boat Slips Park St Terminal (Bus Pictogram) > Municipal Services Bldg > 1-CRA 165 SL.8VDIR.3a_LEFT DT Existing Sign- Do we need thislocation?1 ^ County CourthouseBeach >1-CRA 165a SL.8VDIR.2_LEFT DT Existing Sign- Do we need thislocation?1 ^ Coachman Park^ Main Library1-CRA 165b SL.8VDIR.2_LEFT DT Existing Sign- Do we need thislocation?1 < Police StationCity Hall >Boat Slips (P) > 1-CRA 165c SL.8VDIR.3 DT Replace existing1^ Capitol Theatre< City Hall (P)< Boat Slips 1-CRA 166 SL.8VDIR.3 DT DOT-State1Shopping & Dining >City Hall >Capitol Theatre > 1-CRA 167 SL.8VDIR.3 DT 1 Beach >Marine Aquarium >1-CRA 168 SL.8VDIR.2 DT DOT-State1< Downtown Shopping & Dining< Coachman Park< Boat Slips 1-CRA 169 SL.8VDIR.3 DT DOT-State1< Capitol Theatre< City Hall< Main Library 1 169a SL.8VDIR.3_LEFT DT 8 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector DOT-State1< Municipal Services Bldg < Shopping & Dining1-CRA 170 SL.8VDIR.2 DT 1 ^ Beach^ County CourthouseBoat Slips (P) > 1-CRA 171 SL.8VDIR.3_LEFT DT * Review Messagse1< Capitol TheatreCoachman Park >Ferry / Harbor Marina > 1-CRA 172 SL.8VDIR.3 DT Replace Ferry Sign1^ Main Library< Ferry / Harbor Marina< Coachman Park 1-CRA 173 SL.8VDIR.3 DT Replace Existing. Remove signsattached to street signal.* Review MessagesDOT-State 1 N Greenwood Library/Rec Ctr >Martin Luther King Jr Center >Jack Russell Stadium > 1 174 SL.8VDIR.3 DT Replace Existing Signs. Removesigns attached to street signal.Move location to 6ft in front ofutility pole. *Review Messages.DOT-State 1 < N Greenwood Library / Rec Ctr< Martin Luther King Jr Center< Jack Russell Stadium 1-CRA 175 SL.8VDIR.3 DT Locate in concrete pad. DOT-State1^ Coachman Park^ Harbor Marina< Shopping & Dining 1 176 SL.8VDIR.3 DT Replace Existing.1 Side A:P>Open to PublicWeeknights and Weekends Side B:P<Open to PublicWeeknights and Weekends 1-CRA 300 SL.8PARK.1b DT 9 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace Existing1P <> Open to public Weeknights 7 Weekends 1-CRA 301 SL.8PARK.1b DT Replace Existing1Side A:P<Open to Public Weeknights & Weekends Side B:P>Open to Public Weeknights & Weekends 1-CRA 302 SL.8PARK.1b DT Replace Existing1Side A:P<Open to Public Weeknights & Weekends Side B:P>Open to Public Weeknights & Weekends 1-CRA 303 SL.8PARK.1b DT Replace Existing. DOT ROW1P<1-CRA 303a SL.8PARK.1a DT Replace Existing. Move location toeast side of East Ave1P >1-CRA 304 SL.8PARK.1 DT Replace Existing1< P1-CRA 305 SL.8PARK.1 DT Replace Existing. DOT ROW1Side A:< P Side B:P > 1-CRA 305a SL.8PARK.1 DT 10 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace Existing Double Sided 1 Side A: < P Side B: P > 1-CRA 306 SL.8PARK.1 DT Existing sign on post.1 P >1-CRA 307 SL.8PARK.1 DT Replace Existing1Side A:P< Side B:P> 1-CRA 307a SL.8PARK.1 DT Existing sign on street sign post1P^1-CRA 307b SL.8PARK.1 DT Replace Existing. Mount to existinglight pole1P >1-CRA 308 SL.8PARK.1a DT Existing parking sign on stop signpole. Relocate new sign to lightpost 1 P >1-CRA 308a SL.8PARK.1 DT Existing sign on Stop Sign1< P1-CRA 309a SL.8PARK.1 DT Replace Existing. Double-Sided1PPublic ParkingCity Hall Lot 1-CRA 310 SL.8PARK.3 DT Replace existing1^> P1-CRA 312 SL.8PARK.1 DT 11 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace existing1P Public Parking Court & Oceola Lot 1-CRA 314 SL.8PARK.2 DT Tree is blocking sign. Trim treeback or locate where existingcourthouse sign is located inmedian. *Review 1 PPublic ParkingOak Ave LotPinellas County Courthouse 1-CRA 315 SL.8PARK.3 DT Replace existing1PPublic ParkingCourthouse Lot 1-CRA 316 SL.8PARK.2 DT *Review possible deletion. Is thislot permit only?1 PPublic ParkingFt Harrison Lot 1-CRA 318 SL.8PARK.2 DT Double-sided.1 PPublic ParkingLibrary Lot 1-CRA 319 SL.8PARK.3 DT 1 PPublic Parking Clearwater Ferry 1-CRA 321 SL.8PARK.2 DT 1 PPublic Parking Harborview CenterCoachman Park 1-CRA 322 SL.8PARK.2 DT Replace existing1P<1-CRA 323 SL.8PARK.1 DT 12 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Locate on pole above "No Truck" sign. 1 P <1-CRA 323a SL.8PARK.1a DT 1 Side A:P< Side B:P> 1-CRA 323b SL.8PARK.1 DT Single sided sign1P>1-CRA 323c SL.8PARK.1a DT Replace existing1P>1-CRA 324 SL.8PARK.1 DT *Direction to Pinellas Trail1Side A:(Up-Right) Municipal Services Bldg^ Post Office< Park Street Terminal< City Hall> Prospect Lake Park^ Pinellas Trail Side B:(Up Right) Police Station< Prospect Lake Park> Park Street Terminal> City Hall> County Courthouse^ Pinellas Trail 1-CRA 450 SL.9PDIR.1 DT 13 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector 1 Side A: ^ Downtown Gateway > Municipal Services Blg > Police Side B: ^ Shopping & Dining ^ Capitol Theatre ^ Coachman Park (Up-Right) Post Office < Municipal Services Bldg <> Pinellas Trail 1 451 SL.6PDIR.2 DT *Direction to Pinellas Trail1Side A:^ Post Office< Capitol Theatre< Coachman Park< Main Library< Harbor Marina^ Pinellas Trail Side B:^ Municipal Services Bldg^ Police Station> Capitol Theatre> Coachman Park> Main Library^ Pinellas Trail 1-CRA 452 SL.9PDIR.2 DT 1 Side A:^ Capitol Theatre^ Coachman Park^ Main Library^ Harbor Marina^ City Hall Side B:^ Downtown Gateway> Municipal Services Bldg> Police<> Pinellas Trail 1-CRA 453 SL.9PDIR.2 DT *Replace Pinellas trail sign1Side A:Pinellas Trail < Side B:Pinellas Trail > 1-CRA 454 SL.9PDIR.4 DT 14 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector 1 Side A: ^ Municipal Services Bldg ^ Post Office > Park St Terminal (Bus Icon) ^ Pinellas Trail (Pictograms) Side B: ^ Harbor Marina ^ Ferry Water Taxi (Icon) ^ Coachman Park ^ Main Library ^ Capitol Theatre < Park St Terminal (Bus Icon) 1-CRA 455 SL.9PDIR.2 DT 1 Side A:^ Municipal Services Bldg^ Post Office> Park St Terminal (Bus Icon)^ Pinellas Trail (Pictograms) Side B:^ Harbor Marina^ Ferry Water Taxi (Icon)^ Coachman Park^ Main Library^ Capitol Theatre< Park St Terminal (Bus Icon) 1-CRA 456 SL.9PDIR.2 DT 1 Side A:^ Coachman Park^ Harbor Marina^ Ferry Water Taxi (icon)< City Hall< County Courthouse> Main Library (Icon) Side B:^ Shopping & Dining^ Park St Terminal< Main Library (Icon)> City Hall> County Courthouse 1-CRA 457 SL.9PDIR.2 DT 15 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector 1 Side A: ^ Shopping & Dining ^ Park St Terminal < Main Library (Icon) > City Hall > County Courthouse Side B: ^ Coachman Park ^ Harbor Marina ^ Ferry Water Taxi (icon) < City Hall < County Courthouse > Main Library (Icon) 1-CRA 458 SL.9PDIR.1 DT 1 Side A:^ Coachman Park^ Harbor Marina^ Ferry Water Taxi (Icon)< Main Library (Icon)< Shopping & Dining< Capitol Theatre Side B:> Main Library> Shopping & Dining> Capitol Theatre> City Hall^ Pinellas Trail 1-CRA 459 SL.9PDIR.2 DT * Review Final Placement- Newpole or existing?1 Side A:^ County Courthouse< Park St Terminal (Bus Icon)< Municipal Services Bldg< Police Station> Harbor Marina> Ferry Water Taxi (Icon) Side B:^ Shopping & Dining< Harbor Marina< Ferry Water Taxi (Icon)> Park St Terminal (Bus Icon)> Municipal Services Bldg> Police Station 1-CRA 460 SL.9PDIR.1 DT 16 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector 1 Side A: ^ County Courthouse < Park St Terminal (Bus Icon) < Municipal Services Bldg < Police Station > Harbor Marina > Ferry Water Taxi (Icon) Side B: ^ Shopping & Dining < Harbor Marina < Ferry Water Taxi (Icon) > Park St Terminal (Bus Icon) > Municipal Services Bldg > Police Station 1-CRA 461 SL.9PDIR.1 DT 1 Side A:> County Courthouse< City Hall< Shopping & Dining)< Capitol Theatre< Coachman Park< Main Library (Icon) Side B:< County Courthouse> City Hall> Shopping & Dining)> Capitol Theatre> Coachman Park> Main Library (Icon) 1-CRA 462 SL.9PDIR.2 DT 1 Side A:< County Courthouse< City Hall< Shopping & Dining< Capitol Theatre< Coachman Park< Main Library (Icon) Side B:^ To Beach (2 mi)> County Courthouse> City Hall> Shopping & Dining 1-CRA 463 SL.9PDIR.1 DT Replace existing sign. Combinedwith Stop & One-way Sign1Side A:Stop Sign Side B:Pinellas Trail ^ 1-CRA 464 SL.9PDIR.4 DT 17 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace existing sign.1 Side A: Pinellas Trail ^ Side B: Pinellas Trail ^ 1-CRA 465 SL.9PDIR.4 DT Replace existing pink signs.1 Side A:Pinellas Trail ^ Side B:Pinellas Trail ^ 1-CRA 466 SL.9PDIR.4 DT Replace existing. Combined withstop sign & street signs1Side A:Stop Sign Side B:Pinellas Trail ^ 1-CRA 467 SL.9PDIR.4 DT Replace existing pink signs.1 Side A:Pinellas Trail ^ Side B:Pinellas Trail ^ 1-CRA 468 SL.9PDIR.4 DT Replace existing pink signs.1 Side A:Pinellas Trail ^ Side B:Pinellas Trail ^ 1-CRA 469 SL.9PDIR.4 DT Replace existing pink signs.1 Side A:Pinellas Trail ^Downtown > Side B:Pinellas Trail ^Downtown < 1-CRA 469a SL.9PDIR.4 DT 18 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace existing pink signs.1 Side A: Pinellas Trail ^ Side B: Pinellas Trail ^ 1-CRA 470 SL.9PDIR.4 DT Replace existing pink signs.Combined with Stop sign1Side A:Pinellas Trail ^ Side B:Pinellas Trail < (Stop Sign) 1-CRA 471 SL.9PDIR.4 DT Replace existing pink signs.1 Side A:Pinellas Trail > (Stop Sign) Side B:Pinellas Trail ^ 1-CRA 472 SL.9PDIR.4 DT Replace or retrofit existing kiosk11-CRA 510 SL.9KIOSK.1 DT Replace or retrofit existing kiosk11-CRA 510a SL.9KIOSK.2 DT 11-CRA 511 SL.9KIOSK.2a DT Locate near bus terminal11-CRA 512 SL.9KIOSK.2a DT Wall mount at back exit of garage11-CRA 513 SL.9KIOSK.3 DT Replace or retrofit existing kiosk11-CRA 514 SL.9KIOSK.1 DT 11-CRA 515 SL.9KIOSK.2 DT Existing Kiosk. Replace or refurbish11-CRA 515a SL.9KIOSK.2 DT Replace or retrofit existing kiosk11-CRA 516 SL.9KIOSK.1 DT 19 MERJE | ENVIRONMENTS AND EXPERIENCES 120 N. Church Street Suite 208 West Chester, PA 19380 484.266.0648 www.merjedesign.com Qty.:Comments: Date: Message: Client: Project: SIGN MESSAGE SCHEDULE Submittal: Sheet No.:Phase LocationNo.:Sign Type: FinalCity of Clearwater, FL City of Clearwater Wayfinding & Signage Downtown & Beach January 16, 2019 Sector Replace Existing Sign at bottom of ramp 11-CRA 517 SL.9KIOSK.2a DT Locate at top of grass triangle-entrance to ramp11-CRA 518 SL.9KIOSK.2a DT 11-CRA 520 SL.9KIOSK.2 DT Replace or Retro-Fit Existing Kiosk11521SL.9KIOSK.2 DT Replace existing1Coachman Park1-CRA 700 SL.8DEST.1 DT Replace existing1Fishing Pier1-CRA 701 SL.8DEST.1 DT Replace existing1Bayfront Tennis Complex1-CRA 702 SL.8DEST.1 DT 20 ClearwaterPASSAGEWINDWARD MEMORIAL CSWYWAYWAY I SLANDISLANDWOODRUFFOAK LAKEST ST ST PROSPECTAVETUSKAWILLAWATKINS BELLEVIEWWATERSDRUIDCORBETT ST PINELLAS MYRTLEHAMLETREYNOLDSCENTRALAVEGRAND E LAKEVIEW BLVD McLENNAN WAY STB C ST D ST HAMLETST ST AVEHAMLETPo melo HAMLETR D A ST B elle D e m p sey Shore Pinellas BELLEVUELINCOLNAVESTTuskawilla PINELLAS DrEWING AVEAVEEWINGMICHIGANMADISONWASHINGTONTIOGAALMA QUEEN ST MADISONWilliamson HARRIS KINGSLEY ST QUEEN HARVEYSPEARL AVEAVEAVEAVESOUTH S MARTIN LUTHER KING JRAVEST EASYYOUNGAVE REMOSANTUSCOLA ST HILLMILTON BROWNINGADAMSBETTYAVEST FORRESTPINEVIEWBARRY JEFFORDS AVELNST EVERGREENST BARRY ParkNormandy TEMPLE Campbell BLVDBOYLANBETTY RDAVEFRIENDAVELNDRBYRONEmily CR-488 LEMON ORANGE LIME CITRUS SATSUMA LAKEVIEW RDBYRON JEFFORDS LAURELDUNCANDR DR DR DR DROAKVIEWTuscolaRd ETUSCOLA ILLINOIS OTTAWA AVERD RD RD JEFFORDS RDBARRY ST ST ST ST ST ST ST ST ST LEMONCR-375CITRUS LIME Dr VALENCIA TANGERINE NORWOODHARDWOOD ST PALMWOOD WHITEWOOD FRUITWOOD ST ST PARKSIDE BALMORAL PINEWOOD BROOKSIDECIRRDDRWOODCRESTWOODSIDEESTELLE BRENTWOOD BEVERLY JEFFORDS ST MEADOW KENDALL LN DOROTHYLNLNDREMERALD PENNY MARJOHNS DUNCANDR AVEAVEWOODCRESTIRVINGWEBERWHITACREREDCOAT BUGLEDRDRLN DOUGLASDRKEENE RDHUNT LN LN GRACELYN DR AVEAVEMartha LAKEVIEW RD DRDRSTANCEL CR-488MARIVAJaPALMTURNER SR-651 ST PIERCE ST G ULF T O BAY BLVD ST HART ST PLAZA ST NICHOLSON PALM BLUFF ST SR-590US-19 ALT.SPRUCEELDRIDGE STHarbor C H E ST NUT JASMINE DRUID RD W RDSSpottis LOTUSSpottisWoodeWoodeLnORANGEPeachLIMECt ROGERS AVECSWYDREWSTALDENJONES HART GEORGIA MAPLEAVE VINEMAPLE AVEPROSPECTAVEMARKLEY ROGERS PINE ST MAGNOLIA DRUID RD DREW ST BAY AVEWAY PATHBAY AVEPine PALMltOAKHamion CresAVEAVEST WATTERSONHARRISONOSCEOLACOURT PIERCE ST FORTST LAURAAVE AVEJEFFORDS LOTUS JASMINE DRIndianaHarold CHESTNUT PINE ST COURTMYRTLEGARDENFRANKLINEASTSR-60 HENDRICKS ST PIERCE LAURA ST AVEAVEFERNPARKISLANDNICHOLSON ST CEDAR OSCEOLAAVESPRING PALM BLUFF ST MARGOGARDENSTMETTO Ermine BIDWELL FORTENGMAN ST JURGENSROOSEVELT ROSA PARK MCVEIGHSHERMANLINCOLN AVEMaple St ST ST LEE ST AVEAVEJACKSON AVESTGOULD S MARTIN LUTHER KING JR AVEEWING AVEPATH WAY EWING AVETURNER ST ST York York SCirCirN LOTUSMISSOURIJASMINE MAGNOLIA N S MadisonPINE PINE ST COURT ST Brownell AVESR-651LemboCir BROWNELL ST ROGERS LAURA ST CLEVELAND ST ST BOOTH AVEPark St GROVE JEFFERSON AVEBrowns C L E VEL A N D S T GROVE TONAVEMADISONWASHINGAVEN.E.FRACIR LIN KN ST ST WASHINGTONMADISONMISSOURIAVEAVELINCOLNAVEAVEELDRIDGE ST SANTALINCOLN FOREST RDRDAVEBETTYAVEAVE HILLTOPSAN REMOAVECTBETTYDE LEON COURT SAN MAGNOLIA LOTUS PATH Jasmine MARKDRPATH WAY DR HILLCRESTPATHLOTUSCHESTERDREVERGREENAVE AVEDRUID RD SALLYLN DRUID RD S T ST EVERGREENS HILLCREST AVEPINEVIEWJASMINE Ct AVEPINE ST JUAN ROGERS FRANKLIN STKENWOODAVE FRANKLIN PIERCE ST FREDRICALNAVANDAWAYWAVERL YN BETTY LNEVERGREENLADYST STMARYAVEDR ORANGEVIEWPARK SAN REMOAVESAN REMOAVECRESTVIEWPRESCOTTHILLCREST DRHOLTAVEENGMAN METTO LA SALLE PENNSYLVANIAST ST AVESEMINOLE ST BLUFF MADISONPhillies LnPALM WESTAVEST MISSOURIN MARTIN LUTHER KING JR AVETANGERINE ST ST DOUGLAS AVEST NICHOLSON PALMETTO ST PINEBROOK WOODSONADMIRAL ST LNCEDAR FAIRBURNHIBISCUSPINE KINGSST Otis C GreenAVEENGMAN ST BROOKDR N S LN HIBISCUS HIBISCUS SR-590 Rosemere Rd KARLYNCir DR CASLER CT AVE SPENCERAVEST ST ST STBAKERDrMAPLE ST randa CirAVEca OAKWOOD RIDGEWOOD PINEWOODAVE WoodRichards Ct MAPLE ST ST RICHARDSBUDLEIGH LOTUS MAGNOLIA JASMINECR-375WAY OAKVIEWAVEHIGHLANDST ST AVEAVEST GLENWOODAVESKYVIEWGULF TO BAY BLVDGLENWOODST CLEVELAND ST GROVE LAURA ST Rosewood LIVE OAKLAKEST CtCR-385PATH DR WAY Ct Ct KEYSTONEAVEDRAVECRESTYELVINGTONSR-60 AVEDRKEYSTONELAKEDARTMOUTH HARVARDDRCRESTAVEHIGHLANDORANGEWOOD AVEEDGEWOOD AVEHOBART AVESandstone Flagstone Keystone Ridgewood GILBERT DR KENNETH CASLERAIRPORT Feathtree Cir TREEDRerMcKINLEY BROOKSIDEWILLOWBRANCHAVEDRCORONAAVETURNER MAGNOLIA AVEMARIONAVE SHADY LANE AVEPARKLANDKEENE RDAVEDR AVEREGENTAVESTONBAUDU MAGNOLIA PINE STCR-1PLUMOSAAVEST PHOENIXAVEST FLORIDAVIRGINIAPEGASUSLNAVEAVEJUPITERDUNCANSTARAVEMARSSATURNAVEVENUS AVEAVERAINBOW ORIONAVEDUNCAN AVEJUPITER AVEFEATHER MACRAE AVEDRNELSON DRWOODWOODTERRACEELMWOOD Rosemere Smallwood WALNUTFLAGLERDR STCLARK WEBBDRST ST AVECR-548 LEVERN BONAIR ST ST RIDGELYNNCARROLL ST WEBB LONG PALMETTO ST ARDENAVESTMURRAY KEENE RDAMBLESATURN AVELNKEENE RDDR HILLCRESTPlaceEvergreenKnights BAYPIERCE ST CR-1CR-1M E M O RIAL ST SR-60 SR-60 SR-595US-19 ALT.Wells CtJEFFERSONCLEVELAND ST CLEVELAND ST EVERGREEN AVERachel Jacob ST BRENTWOODDRN MARTIN LUTHER KING JR AVECR-355LONG ST PALMETTO ST PALMETTO ST RidgewoodSt STSTPINELLAS LAKEVIEW RD HARDING ST FORTHARRISONAVEFORTHARRISONAVECR-488 AVEST PROSPECTSSWILDWOOD DR MAGNOLIA AVEPENNSYLVANIATulane AveWeber AveAVEMISSOURIDREW ST SR-590 DREW ST GULF TO BAY BLVD SR-60N HILLCREST AVESEMINOLE STSEMINOLE ST PALMETTO STCR-548 VENUS AVERAINBOW DR RAINBOW DR SR-60 Mulberry Aly KEENE RDCR-1CR-1KEENE RDELDRIDGE ST WoodlawnLoop CRA AREA: 96 Signs LAKE BELLEVUE AREA: 5 Signs CREST LAKE AREA:3 Signs NORTH GREENWOOD AREA:11 Signs JB PD 03/25/2021Map Gen By:Reviewed By:Date: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Downtown WayfindingSign Location Breakdown ² N.T.S.Scale: North Greenwood Area: 11 SignsCRA Area: 96 SignsCrest Lake Area: 3 SignsLake Bellevue Area: 5 SignsOther Areas in City: 22 Signs Document Path: C:\Users\James.Benwell\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\DTWayfinding\DTWayfindingMap.mxd Proposal April 29, 2021 TO: Catherine Corcoran, RLA City of Clearwater – Engineering Department 100 S. Myrtle Ave., Suite 200 Clearwater, FL 33756 RE: WAYFINDING SIGNS PROGRAM CITY OF CLEARWATER ENGINEERING Project # (19-0016 EN) As requested, enclosed is the proposal for fabrication and installation of _Wayfinding Signs_ submitted in accordance with technical specs/plans/study/clarifications of this letter/attached line item work for a Guaranteed Maximum Price of _$995,826.00_. Scope of Work: Project consists of the fabrication and installation of new and the replacement of the signs identified as Group A 1-CRA Phase, Group B 1-CRA Phase, Group C Phase 1 and Group D Phase 1 only which consists of signs at multiple locations around the City of Clearwater in accordance with fabrication and construction documents prepared by Merje Environments and Experiences. Cost Detail: Description Amount Cost of Work 1-F.D.O.T. Permit Allowance $ 5,000.00 2-Sodding and Landscaping Allowance $ 4,500.00 10-Sign Fabrication & Installation $ 811,375.00 16-Electrical Allowance $ 5,000.00 Subtotal $ 825,875.00 General Conditions (or General Conditions/Supervision/Insurance/Bond) $ 80,318.00 Pre-Construction Phase Fee $ 9,000.00 Construction Management Fee (6% of $ 930,968.00) $ 55,858.00 Contingency (_3__% of $ 825,875.00) $ 24,775.00 Guaranteed Maximum Price $ 995,826.00 Project Duration shall be 182 calendar days from the date of the Notice to Proceed. Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on September 29, 2020, based on RFQ #40-20. For work performed, invoices shall be submitted to the City of Clearwater, Engineering Department, Attn: Veronica Josef, Senior Staff Assistant, P.O. Box 4748, Clearwater, Florida, 33758-4748. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. BILTMORE CONSTRUCTION CO., INC. By: _________________________________ Jeff Parker Vice President _____________________________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Frank Hibbard William B. Horne II Mayor City Manager ____________________________ ___________________________________ Date Date 1055 Ponce de Leon Boulevard  Belleair, FL 33756  Ph: 727.585.2084  Fax: 727.585.2088 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 Biltmore Construction Co., Inc. 1055 Ponce de Leon Blvd. 727-585-2084 Federal Insurance Company 202 B Hall’s Mill Road Whitehouse Station, N.J. 08889 908-903-2000 City of Clearwater Engineering Department 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4747 PROJECT NAME: Wayfinding Program PROJECT NO.: 19-0016EN PROJECT DESCRIPTION: BY THIS BOND, We [Biltmore Construction Co., Inc.], as Contractor, and [Federal Insurance Company], a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $ 995,826.00, 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 proposal dated [__03/24/21__], between Contractor and Owner for construction of City of Clearwater Wayfinding Program, the contract documents being made a part of this bond by reference (which include the Advertisement 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 as therein 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 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 1055 Ponce de Leon Boulevard  Belleair, FL 33756  Ph: 727.585.2084  Fax: 727.585.2088 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) 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). BILTMORE CONSTRUCTION CO., INC. By: _____________________________ Title: ___Vice President____________ Print Name: __Jeff Parker____________ WITNESS: WITNESS: _________________________________ _________________________________ Corporate Secretary or Witness Print Name: _______________________ Print Name: _______________________ (affix corporate seal) By: _____________________________ ATTORNEY-IN-FACT Print Name: _______________________ (affix corporate seal) (Power of Attorney must be attached) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9162 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve the First Amendment to the Ground Lease Agreement with Renewal Options (First Amendment) between the City of Clearwater and Jolley Trolley Transportation of Clearwater, Inc. for the ground lease of city-owned property located at 1720 Overbrook Avenue and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater (Lessor) and Jolley Trolley Transportation of Clearwater, Inc. (Jolley Trolley or Lessee) entered into that certain Ground Lease Agreement with Renewal Options dated January 23, 2020 (Lease Agreement). The Lease agreement between Lessee and Lessor provides Jolley Trolley a new site to build a complex for their general business practices and parking of their trolleys that supports public transportation on Clearwater Beach and locations throughout Pinellas County. The Lease Agreement requires the Lessee to commence vertical construction within 18 months from the January 23, 2020 Lease Agreement Effective Date (Effective Date). The Lessee has diligently worked to commence construction by the current deadline, but the Lessee has experienced considerable delays in commencing the construction partially due to the COVID-19 pandemic. This First Amendment to the Lease Agreement amends a portion of Section 6 of the Lease Agreement to include the following: 1) extends the period to commence vertical construction from 18 months to 30 months from the Effective Date; and 2) extends the requirement to complete construction of the Improvements and obtain a Certificate of Occupancy to 36 months from 24 months from the Effective Date. The Lessor’s right to terminate the Lease for Lessee’s failure to meet these timeframes is correspondingly extended to commence on the last day of these timeframes. All other terms and conditions of the Lease Agreement shall remain in full force and effect. Page 1 City of Clearwater Printed on 5/13/2021 [GM19-1313-126/268973/1] FIRST AMENDMENT TO THE GROUND LEASE AGREEMENT WITH RENEWAL OPTIONS THIS FIRST AMENDMENT TO THE GROUND LEASE AGREEMENT (“Amendment”) is dated the ___ day of __________, 2021, and entered into by and between CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida (“Lessor”), and JOLLEY TROLLEY TRANSPORTATION OF CLEARWATER, INC., a Florida non-profit corporation (“Lessee”). WITNESSETH: WHEREAS, Lessor and Lessee entered into that certain Ground Lease Agreement with Renewal Options dated January 23, 2020 (the “Lease Agreement”), a full copy of which is attached hereto as Exhibit A relating to that certain real property located at 1720 Overbrook Avenue, Clearwater, FL 33755 (the “Property”); and WHEREAS, the Lease Agreement requires the Lessee to commence construction within Eighteen (18) months of the Effective Date of the Lease Agreement. The Lessee is in the process of commencing construction and has diligently worked to commence construction by the current deadline, but the Lessee has experienced considerable delays in commencing the construction partially due to the COVID-19 pandemic; NOW THEREFORE, in exchange for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Lessor and Lessee agree as follows: RECITALS 1. The recitals listed above are true and correct and incorporated herein by reference. AMENDMENT TO LEASE AGREEMENT: 2. Section 6 is amended to read as follows: Lessee shall, at its expense, design and construct on the Leased Premises, a building which is intended to accommodate storage facilities for Lessee’s Jolley Trolley vehicles, with associated offices and appurtenances (collectively, the “Improvements”). Lessee shall be responsible for the construction of all infrastructure necessitated by its’ use of the Leased Premises. It is mutually agreed and understood that the Improvements do not include Lessee’s equipment or other personal property which may be placed within the Improvements or on the Premises. Construction of the Improvements shall occur after the Effective Date. Lessee covenants and agrees to submit initial engineering site plans and specifications for its Improvements (the “Plans”) to Lessor or such other designee of Lessor, for prior approval, which approval shall not be unreasonably withheld, conditioned or delayed. Lessee shall commence construction within Thirty (30) months of the Effective Date. “Commence Construction” shall be defined for this purpose as meaningful vertical construction of the Improvements. It is expressly agreed that should said construction not be commenced within said period, Lessor shall have the option to terminate this Lease, [GM19-1313-126/268973/1] effective upon the last day of said Thirty (30) month period. Notwithstanding the previous sentence, the construction of the Improvements shall be completed with a Certificate of Occupancy granted within thirty-six (36) months of the Effective Date or Lessor may terminate this Lease effective upon the last day of the thirty-six (36) month period. Such termination shall be deemed a voluntary termination and subject to the forfeiture as set forth in Section 26. Said construction and improvements shall meet all applicable federal, state, county and local laws, ordinances, codes and regulations, and all plans and specifications therefore shall be subject to prior approval by the applicable Building and Zoning Departments. Notwithstanding the foregoing, Lessee shall be entitled to expand and/or alter existing improvements of the Leased Premises so long as Lessee complies with the provisions of this Section 6 with respect to such expansions or alterations. Such Plans shall include, without limitation, any site plans, floor plans, and elevations. The Improvements shall be completed in compliance with applicable law, in a good and workmanlike manner, by licensed contractors with appropriate building permits. NO FURTHER CHANGES 3. Except as set forth herein there are no further changes, amendments or modifications to the Lease Agreement. Lessor: CITY OF CLEARWATER, FLORIDA _______________________________ By: ________________________________ Print Name:_____________________ William B. Horne, II City Manager _______________________________ Print Name:_____________________ As to “Lessor” Lessee: JOLLEY TROLLEY TRANSPORTATION OF CLEARWATER, INC. _______________________________ By: ________________________________ Print Name:_____________________ Rosemary Windsor CEO _______________________________ Print Name:_____________________ [GM19-1313-126/268973/1] As to “Lessee” Attest: ________________________________ Rosemarie Call, City Clerk Countersigned: ________________________________ Frank V. Hibbard, Mayor Approved as to Form: ________________________________ Mike Fuino, Assistant City Attorney N BETTY LN KINGS HWY PALMETTO ST SUNSET POINT RD DOUGLAS AVE OVERBROOK AVE HARBOR DR ROLLEN RD MARSHALL ST HOLT AVE PINELAND DR FULTON AVE APACHE TRL SANDY LN SYLVAN DR OVERLEA ST PENNSYLVANIA AVE N MARTIN LUTHER KING, JR. AVE MARY L RD ENGMAN ST LA SALLE ST TERRACE RD FAIRMONT ST FAIRBURN AVE SPRINGTIME AVE RUSSELL ST WOODBINE ST TANGERINE ST PINEBROOK DR SPRINGDALE ST VINE AVE METTO ST CARLTON ST WEST AVE GRANT ST JURGENS ST N WASHINGTON AVE NOKOMIS ST S T E V E N S O N'S D R CALUMET ST ROOSEVELT AVE HIBISCUS ST IROQUOIS ST JADE AVE N MADISON AVE F U L L E R D R N MISSOURI AVE BARBARA LN BECKETT ST TAFT AVE MONROE AVE ENGMAN ST LOCATION MAP SUBJECTSITE ^ Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com City/Jolley Trolley Ground Lease1720 Overbrook Ave.Parcel Number:03-29-15-00000-430-0500 Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\1730 Overbrook Ave Loc.mxd ² N.T.S.Scale:Page: 1 of 14/29/2021Date:RBReviewed By:WDMap Gen By: Legend Clearwater Service Area Area not in Clearwater Jurisdiction Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9082 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Award a construction contract to Gibbs and Register Inc of Winter Garden, FL, per Invitation to Bid (ITB) 16-0003-EN and 19-0026-EN for Cleveland Street Streetscaping Phase 3 and Gateway Festival Core in the amount of $15,215,742.30; approve a professional services agreement and work order to GAI Consultants, Inc, of Tampa, FL, per Request for Qualifications (RFQ) 13-21 in the amount of $481,030; approve a Duke Energy proposal pursuant to Clearwater Code of Ordinances Section 2.564 (1)(b), Sole Source, in the amount of $258,299.36 and authorize the appropriate officials to execute same. (consent) SUMMARY: Phase III of the streetscape program will extend from Missouri Avenue to San Remo Avenue to the east. In addition, the streetscape will include Gulf-to-Bay Boulevard from its intersection with Cleveland Street to the Downtown Gateway at Court Street to the south. This phase of the Cleveland Street Streetscape efforts will provide the final piece for a unified, cohesive, pedestrian-friendly corridor from the Gateway to the Downtown waterfront. On April 6, 2017, City Council approved a work order to Bellomo Herbert, for design of above ground streetscape features associated with Cleveland Streetscape Phase III in the amount of $217,520.00. Minimal underground work was included. On October 5, 2018, City Manager approved Supplemental 1 work order for review of design plans showing the streetscape improvements to determine level of effort required to design a complete roadway and utility reconstruction project, in the amount of $11,400. During the design process it became apparent that the roadway needed a full reconstruction due to irregular cross sections and drainage issues, along with the full replacement of the potable and sanitary systems that are nearing the end of their useful life. Bellomo Herbert and Company was purchased by GAI Consultants and are now combined as one firm. The Supplemental 2 work order for design of a biddable plan set that includes all streetscape features, road reconstruction and utility replacement for a new work order value of $656,475 was approved by council on February 7, 2019. On February 3, 2021, Engineering issued ITB 16-0003-EN and 19-0026-EN for Cleveland Street Streetscape Phase 3 and Gateway Festival Core which closed on March 12, 2021. Two bids were received and Gibbs and Register, Inc. was the lowest responsible bidder in accordance with plans and specifications. Engineer of Record (EOR) GAI Consultants Inc evaluated the bids and recommend awarding the contract to Gibbs and Register Inc. On December 23, 2020, RFQ 13-21 was issued seeking an engineering firm to provide construction administration, engineering, oversight, and closeout services associated with the Cleveland Street Streetscaping Phase 3 and Festival Core (16-0003-EN & 19-0026-EN). The RFQ selection committee, consisting of representatives from the CRA and Engineering departments, met after independent review to discuss their ranking of the firm that submitted qualifications. The selection committee selected GAI Consultants, Inc. to perform the work. This new agreement and $481,030 work order cover the construction administration for the two combined projects. Page 1 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9082 Duke Energy will replace necessary streetlights within project boundaries pursuant to Clearwater Code of Ordinances Section 2.564 (1)(b), Sole Source, in the amount of $258,299.36. The project is estimated to take APPROPRIATION CODE AND AMOUNT: 3157579-563800-C2103 $4,813,570.63 3197539-563800-C2103 $5,092,108.22 3277327-563800-C2103 $4,382,268.45 3157552-563800-C2105 $ 500,000.00 3157552-563800-C2105 $ 427,795.00 (FY22) 3157579-530100-C2103 $ 181,510.07 3197539-530100-C2103 $ 160,982.97 3277327-530100-C2103 $ 138,536.96 3157579-563800-C2103 $ 258,299.36 A midyear budget amendment will establish the capital improvement project C2103, Downtown Streetscaping, and transfers of $5,090,794.41 of penny revenue and $1,000,000 of City TIF revenues from ENGF180001, Downtown Streetscaping; $5,253,091.19 of stormwater revenue from ENST180005, Coastal Basin; and utility renewal & replacement revenues of $2,673,404.82 from 96722, Water Line Relocation; $876,276.63 from 96784, Reclaimed Distribution System; and $971,123.96 from 96634, Sanitary Utility Relocation. A midyear budget amendment will establish capital project 315-C2105, Mercado - Downtown Gateway, recognizing a transfer of $500,000 in TIF revenues from CRA project R2004, Economic Development-County. Remaining funding of $437,795 will be included in the CRA budget request for fiscal year 2021/2022 to be transferred next fiscal year. Page 2 City of Clearwater Printed on 5/13/2021 DBE Y/N DBE Y/N BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT ROADS AND ADMINISTRATION 1000 DEMOLITION & ADMINISTRATION 1001 MOBILIZATION LS 1 454,819.38$ 454,819.38$ 505,354.88$ 505,354.88$ 1002 EROSION AND SEDIMENTATION CONTROLS LS 1 14,823.74$ 14,823.74$ 101,070.98$ 101,070.98$ 1003 DEMO CURB SY 11827 10.00$ 118,270.00$ 5.00$ 59,135.00$ 1004 MILL ASPHALT SY 4765 10.00$ 47,650.00$ 3.00$ 14,295.00$ 1005 DEMO SIDEWALKS SY 4543 8.00$ 36,344.00$ 18.00$ 81,774.00$ 1006 DEMO DRIVEWAYS SY 6180 8.00$ 49,440.00$ 18.00$ 111,240.00$ 1007 DEMO BUILDING FOUNDATION SY 150 22.00$ 3,300.00$ 30.00$ 4,500.00$ 1008 DEMO TREES EA 114 350.00$ 39,900.00$ 900.00$ 102,600.00$ 1009 DEMO LIGHTING EA 50 250.00$ 12,500.00$ 900.00$ 45,000.00$ 1010 DEMO FIRE HYDRANTS EA 11 650.00$ 7,150.00$ 350.00$ 3,850.00$ 1011 DEMO ASPHALT SY 28000 2.00$ 56,000.00$ 10.00$ 280,000.00$ 2000 PAVING 2001 MAINTENANCE OF TRAFFIC LS 1 207,195.50$ 207,195.50$ 505,354.88$ 505,354.88$ 2002 EROSION AND SEDIMENTATION CONTROLS LS 1 18,529.68$ 18,529.68$ 134,761.30$ 134,761.30$ 2003 CUT CY 28000 1.00$ 28,000.00$ 10.00$ 280,000.00$ 2004 EMBANKMENT CY 9150 3.00$ 27,450.00$ 5.00$ 45,750.00$ 2008 TYPE 9.5 (TLB) SUPERPAVE ASPHALTIC CONCRETE (2") TN 894 160.00$ 143,040.00$ 130.00$ 116,220.00$ 2009 8" AGGREGATE BASE (LBR 100) SY 7455 16.00$ 119,280.00$ 18.00$ 134,190.00$ 2010 TYPE B STABILIZATION SY 9288 12.00$ 111,456.00$ 10.00$ 92,880.00$ 2011 CONCRETE SIDEWALK, ROCK SALT FINISH, 4" THICK (P-1) SY 5700 50.00$ 285,000.00$ 100.00$ 570,000.00$ 2012 CONCRETE SIDEWALK, BROOM FINISH, 4" THICK (P-2) SY 4500 55.00$ 247,500.00$ 75.00$ 337,500.00$ 2013 CONCRETE DRIVEWAY, BROOM FINISH, 6" THICK SY 4501 65.00$ 292,565.00$ 55.00$ 247,555.00$ 2014 CONCRETE SIDEWALK, SALT AND PEPPER GRANITE (3/4"), HEAVY APPLICATION, 6" THICK (P-4) SY 2000 70.00$ 140,000.00$ 110.00$ 220,000.00$ 2015 DETECTABLE WARNINGS SF 2000 45.00$ 90,000.00$ 25.00$ 50,000.00$ 2016 PLAIN CEMENT CONCRETE PAVEMENT, SALT AND PEPPER GRANITE (3/8"), LIGHT APPLICATION, 8" (V-1) SY 1600 135.00$ 216,000.00$ 160.00$ 256,000.00$ 2017 PLAIN CEMENT CONCRETE PAVEMENT, SALT AND PEPPER GRANITE (3/8"), HEAVY APPLICATION, 8" (V-2) SY 400 150.00$ 60,000.00$ 160.00$ 64,000.00$ 2018 TYPE B-12.5 BASE, 4" SY 2000 35.00$ 70,000.00$ 50.00$ 100,000.00$ 2019 CLEANING & SEALING JOINTS- CONCRETE PAVEMENT LF 3500 5.00$ 17,500.00$ 5.00$ 17,500.00$ 2020 SET OF REINFORCED CONCRETE STEPS WITH HANDRAIL, CONCRETE CLASS NS EA 3 9,500.00$ 28,500.00$ 5,000.00$ 15,000.00$ 3000 SIGNAGE AND PAVEMENT MARKINGS 3001 GREEN COLORED PAVEMENT MARKINGS, BIKE LANE, PAINT SY 1400 78.00$ 109,200.00$ 25.00$ 35,000.00$ 3002 SINGLE POST SIGN, F&I GROUND MOUNT, 12-20 SF AS 145 250.00$ 36,250.00$ 300.00$ 43,500.00$ 3003 SINGLE POST SIGN, REMOVE AS 210 20.00$ 4,200.00$ 30.00$ 6,300.00$ 3004 PAINTED PAVEMENT MARKINGS, STANDARD,WHITE, SOLID, 6" GM 0.33 5,000.00$ 1,650.00$ 1,500.00$ 495.00$ 3005 PAINTED PAVEMENT MARKINGS, STANDARD,BLACK, SKIP, 6" GM 1.14 5,500.00$ 6,270.00$ 600.00$ 684.00$ 3006 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK AND ROUNDABOUT LF 5400 2.00$ 10,800.00$ 5.00$ 27,000.00$ 3007 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINE AND CROSSWALK LF 1849 4.00$ 7,396.00$ 6.00$ 11,094.00$ 3008 THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE, 6" GM 0.08 2,500.00$ 200.00$ 5,000.00$ 400.00$ 3009 THERMOPLASTIC, STANDARD, WHITE, 2-2 DOTTED EXTENSION LINE, 6" GM 0.14 3,000.00$ 420.00$ 5,000.00$ 700.00$ 3010 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 20 200.00$ 4,000.00$ 120.00$ 2,400.00$ Cleveland St. Streetscape Phase III (16-0003-EN) and Festival Core (19-0026-EN) BID OPENING - March 12, 2021 AWARD - April 15, 2021 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL 33683 DBE Y/N DBE Y/N BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Cleveland St. Streetscape Phase III (16-0003-EN) and Festival Core (19-0026-EN) BID OPENING - March 12, 2021 AWARD - April 15, 2021 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL 33683 3011 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 29 80.00$ 2,320.00$ 75.00$ 2,175.00$ 3012 THERMOPLASTIC, STANDARD, WHITE, YIELD LINE EA 2 75.00$ 150.00$ 120.00$ 240.00$ 3013 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 49 200.00$ 9,800.00$ 175.00$ 8,575.00$ 3014 THERMOPLASTIC, PREFORMED, WHITE, ARROW EA 49 75.00$ 3,675.00$ 110.00$ 5,390.00$ 3015 THERMOPLASITIC, STANDARD,OTHER SURFACES, WHITE, SOLID, 6" GM 0.23 4,500.00$ 1,035.00$ 5,000.00$ 1,150.00$ 3016 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR CHEVRON LF 732 3.00$ 2,196.00$ 5.00$ 3,660.00$ 3017 THERMOPLASTIC, STANDARD-OTHER SURFACES, WHITE, SKIP, 6",10-30 SKIP GM 0.12 1,500.00$ 180.00$ 2,000.00$ 240.00$ 3018 THERMOPLASTIC, STANDARD, OTHER SURFACES, YELLOW, SOLID, 6' GM 2.45 4,500.00$ 11,025.00$ 5,000.00$ 12,250.00$ 4000 LANDSCAPE, IRRIGATION & HARDSCAPE 4001 TRASH RECEPTACLES EA 7 2,500.00$ 17,500.00$ 2,200.00$ 15,400.00$ 4002 BENCHES EA 10 2,500.00$ 25,000.00$ 3,000.00$ 30,000.00$ 4003 BIKE RACKS EA 14 750.00$ 10,500.00$ 725.00$ 10,150.00$ 4004 BOLLARDS EA 78 1,100.00$ 85,800.00$ 1,100.00$ 85,800.00$ 4005 BUS SHELTERS EA 2 9,500.00$ 19,000.00$ 750.00$ 1,500.00$ 4006 JAPANESE BLUEBERRY EA 20 2,000.00$ 40,000.00$ 1,490.00$ 29,800.00$ 4007 CRAPE MYRTLE EA 20 1,500.00$ 30,000.00$ 720.00$ 14,400.00$ 4008 MEDJOOL PALM EA 23 7,000.00$ 161,000.00$ 4,400.00$ 101,200.00$ 4009 LIVE OAK EA 93 600.00$ 55,800.00$ 425.00$ 39,525.00$ 4010 SABAL PALM EA 96 500.00$ 48,000.00$ 470.00$ 45,120.00$ 4011 FOXTAIL PALM EA 36 1,500.00$ 54,000.00$ 830.00$ 29,880.00$ 4012 PERENNIAL PEANUT SF 8961 3.00$ 26,883.00$ 4.40$ 39,428.40$ 4013 DWF. BOUGAIVILLEA 'HELEN JOHNSON'EA 467 16.00$ 7,472.00$ 13.80$ 6,444.60$ 4014 HORSETAIL EA 1170 7.00$ 8,190.00$ 9.40$ 10,998.00$ 4015 DWF YAUPON HOLLY EA 50 12.00$ 600.00$ 11.60$ 580.00$ 4016 PODOCARPUS 'PRINGLES'EA 396 35.00$ 13,860.00$ 47.00$ 18,612.00$ 4017 INDIAN HAWTHORN EA 1969 12.00$ 23,628.00$ 10.00$ 19,690.00$ 4018 DWF CONFEDERATE JASMINE EA 3822 5.00$ 19,110.00$ 5.25$ 20,065.50$ 4019 COONTIE EA 400 20.00$ 8,000.00$ 53.50$ 21,400.00$ 4020 BERMUDA 'LATITUDE 36'SF 65000 0.75$ 48,750.00$ 0.80$ 52,000.00$ 4021 MINI PINE BARK MULCH CY 215 60.00$ 12,900.00$ 61.00$ 13,115.00$ 4022 IRRIGATION LS 1 225,000.00$ 225,000.00$ 230,000.00$ 230,000.00$ 4023 TREE GRATE EA 4 5,500.00$ 22,000.00$ 5,500.00$ 22,000.00$ 4024 ROOT BARRIER LF 3700 20.00$ 74,000.00$ 8.50$ 31,450.00$ 5000 ELECTRICAL 5001 1 1/2" PVC CONDUIT, WITH STUB-UP AT 139 LIGHT LOCATIONS LF 9300 20.00$ 186,000.00$ 25.00$ 232,500.00$ SUB-TOTAL ROADS & ADMINISTRATION 1001-5001 4,375,973.30$ 5,777,842.54$ 5002 10% CONTINGENCY ROADS & ADMINISTRATION 1001-5001 LS 1 437,597.33$ 437,597.33$ 577,784.25$ 577,784.25$ TOTAL ROADS & ADMINISTRATION 1001-5002 4,813,570.63$ 6,355,626.79$ STORMWATER 1001a MOBILIZATION LS 1 481,132.60$ 481,132.60$ 534,591.78$ 534,591.78$ 1002a EROSION AND SEDIMENTATION CONTROLS LS 1 15,681.36$ 15,681.36$ 106,918.35$ 106,918.35$ 2001a MAINTENANCE OF TRAFFIC LS 1 219,182.63$ 219,182.63$ 534,591.78$ 534,591.78$ 2002a EROSION AND SEDIMENTATION CONTROLS LS 1 19,601.70$ 19,601.70$ 142,557.81$ 142,557.81$ 2005 CLW TYPE 1 CURB LF 9653 28.00$ 270,284.00$ 23.00$ 222,019.00$ 2006 CLW STRAIGHT CURB LF 3200 22.00$ 70,400.00$ 18.00$ 57,600.00$ 2007 CLW VALLEY GUTTER LF 2284 35.00$ 79,940.00$ 30.00$ 68,520.00$ DBE Y/N DBE Y/N BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Cleveland St. Streetscape Phase III (16-0003-EN) and Festival Core (19-0026-EN) BID OPENING - March 12, 2021 AWARD - April 15, 2021 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL 33683 2008a TYPE 9.5 (TLB) SUPERPAVE ASPHALTIC CONCRETE (2") TN 946 160.00$ 151,360.00$ 130.00$ 122,980.00$ 2009a 8" AGGREGATE BASE (LBR 100) SY 7886 16.00$ 126,176.00$ 18.00$ 141,948.00$ 2010a TYPE B STABILIZATION SY 9826 12.00$ 117,912.00$ 10.00$ 98,260.00$ 6000 STORMWATER 6001 DEMO STORM PIPE LF 6088 30.00$ 182,640.00$ 13.00$ 79,144.00$ 6002 DEMO STORM STRUCTURES EA 55 1,050.00$ 57,750.00$ 400.00$ 22,000.00$ 6003 15" RCP LF 1219 78.00$ 95,082.00$ 50.00$ 60,950.00$ 6004 18" RCP LF 1061 103.00$ 109,283.00$ 60.00$ 63,660.00$ 6005 24" RCP LF 3204 104.00$ 333,216.00$ 80.00$ 256,320.00$ 6006 30" RCP LF 252 142.00$ 35,784.00$ 120.00$ 30,240.00$ 6007 36" RCP LF 502 182.00$ 91,364.00$ 150.00$ 75,300.00$ 6008 42" RCP LF 560 390.00$ 218,400.00$ 195.00$ 109,200.00$ 6009 INDEX NO. 425-020 - CURB INLET TYPE 4, <10'EA 2 8,500.00$ 17,000.00$ 5,700.00$ 11,400.00$ 6010 INDEX NO. 425-021 - CURB INLET TYPE 5, <10'EA 42 5,000.00$ 210,000.00$ 4,500.00$ 189,000.00$ 6011 INDEX NO. 425-021 - CURB INLET TYPE 6, <10'EA 3 5,500.00$ 16,500.00$ 4,600.00$ 13,800.00$ 6012 INDEX NO. 425-052 - TYPE C DBI , <10'EA 1 3,500.00$ 3,500.00$ 2,500.00$ 2,500.00$ 6013 INDEX NO. 425-052 - TYPE D DBI, <10'EA 1 5,000.00$ 5,000.00$ 3,650.00$ 3,650.00$ 6014 INDEX NO. 425-041 - GUTTER INLET - TYPE V, <10'EA 15 5,500.00$ 82,500.00$ 3,800.00$ 57,000.00$ 6015 INDEX NO. 425-001 - TYPE 8 MANHOLE, <10'EA 11 4,000.00$ 44,000.00$ 2,900.00$ 31,900.00$ 6016 INDEX NO. 425-001 - TYPE 8 MANHOLE, <10', J BOTTOM EA 7 5,500.00$ 38,500.00$ 5,800.00$ 40,600.00$ 6017 BAFFLE BOX EA 2 275,000.00$ 550,000.00$ 250,000.00$ 500,000.00$ 6018 15" PIPE CONNECTION INTO EXISTING STRUCTURES EA 3 2,000.00$ 6,000.00$ 650.00$ 1,950.00$ 6019 18" PIPE CONNECTION INTO EXISTING STRUCTURES EA 1 2,000.00$ 2,000.00$ 850.00$ 850.00$ 6020 24" PIPE CONNECTION INTO EXISTING STRUCTURES EA 1 2,000.00$ 2,000.00$ 950.00$ 950.00$ 6021 STRUCTURE MODIFICATION - TOP REPLACEMENT WITH RING AND COVER EA 1 3,500.00$ 3,500.00$ 2,300.00$ 2,300.00$ 6022 8" PVC CONTECH PIPE, TYPE A-2000 LF 11000 37.00$ 407,000.00$ 37.00$ 407,000.00$ 6023 8" UNDER DRAIN CLEANOUT EA 65 900.00$ 58,500.00$ 1,000.00$ 65,000.00$ 6024 8" PVC OUTFALL PIPE (UNDERDRAINS)LF 130 100.00$ 13,000.00$ 220.00$ 28,600.00$ 6025 RAIN GARDEN EA 11 45,000.00$ 495,000.00$ 27,000.00$ 297,000.00$ SUB-TOTAL STORMWATER 6001-6025 4,629,189.29$ 4,380,300.72$ 6026 10% CONTINGENCY FOR STORMWATER ITEMS 6001-6025 LS 1 462,918.93$ 462,918.93$ 438,030.07$ 438,030.07$ TOTAL STORMWATER 6001-6026 5,092,108.22$ 4,818,330.79$ UTILITIES WATER 1001b MOBILIZATION LS 1 244,849.76$ 244,849.76$ 272,055.29$ 272,055.29$ 1002b EROSION AND SEDIMENTATION CONTROLS LS 1 7,980.29$ 7,980.29$ 54,411.06$ 54,411.06$ 2001b MAINTENANCE OF TRAFFIC LS 1 111,542.67$ 111,542.67$ 272,055.29$ 272,055.29$ 2002b EROSION AND SEDIMENTATION CONTROLS LS 1 9,975.36$ 9,975.36$ 72,548.08$ 72,548.08$ 2008b TYPE 9.5 (TLB) SUPERPAVE ASPHALTIC CONCRETE (2") TN 482 160.00$ 77,120.00$ 130.00$ 62,660.00$ 2009b 8" AGGREGATE BASE (LBR 100) SY 4013 16.00$ 64,208.00$ 18.00$ 72,234.00$ 2010b TYPE B STABILIZATION SY 5000 12.00$ 60,000.00$ 10.00$ 50,000.00$ 7000 WATER 7001 DEMO WATER LF 10273 10.00$ 102,730.00$ 15.00$ 154,095.00$ 7002 5/8" WATER SERVICE LF 3751 45.00$ 168,795.00$ 23.00$ 86,273.00$ 7003 1" WATER SERVICE LF 1551 48.00$ 74,448.00$ 26.00$ 40,326.00$ 7004 2" WATER SERVICE LF 100 75.00$ 7,500.00$ 50.00$ 5,000.00$ 7005 20" DIP WATER MAIN LF 400 235.00$ 94,000.00$ 195.00$ 78,000.00$ 7006 6" DIP WATER MAIN LF 102 121.00$ 12,342.00$ 50.00$ 5,100.00$ 7007 8" PVC WATER MAIN LF 8100 57.00$ 461,700.00$ 42.00$ 340,200.00$ DBE Y/N DBE Y/N BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Cleveland St. Streetscape Phase III (16-0003-EN) and Festival Core (19-0026-EN) BID OPENING - March 12, 2021 AWARD - April 15, 2021 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL 33683 7008 6" PVC WATER MAIN LF 500 128.00$ 64,000.00$ 31.00$ 15,500.00$ 7009 4" PVC WATER MAIN LF 100 177.00$ 17,700.00$ 28.00$ 2,800.00$ 7010 LINE STOP 20"EA 3 20,000.00$ 60,000.00$ 23,500.00$ 70,500.00$ 7011 LINE STOP 8"EA 1 8,500.00$ 8,500.00$ 11,500.00$ 11,500.00$ 7012 LINE STOP 6"EA 6 8,000.00$ 48,000.00$ 9,500.00$ 57,000.00$ 7013 LINE STOP 4"LF 2 7,000.00$ 14,000.00$ 6,500.00$ 13,000.00$ 7014 8" GATE VALVE EA 27 1,700.00$ 45,900.00$ 2,400.00$ 64,800.00$ 7015 6" GATE VALVE EA 23 1,200.00$ 27,600.00$ 2,400.00$ 55,200.00$ 7016 4" GATE VALVE EA 12 1,000.00$ 12,000.00$ 1,900.00$ 22,800.00$ 7017 AIR RELEASE VALVE ASSEMBLY EA 2 5,500.00$ 11,000.00$ 3,500.00$ 7,000.00$ 7018 FITTINGS & APPURTENANCES TN 5 23,000.00$ 115,000.00$ 18,500.00$ 92,500.00$ 7019 RESTRAINTS, BELL AT TIE-IN EA 230 1,500.00$ 345,000.00$ 200.00$ 46,000.00$ 7020 FIRE HYDRANT ASSEMBLY EA 15 6,000.00$ 90,000.00$ 4,500.00$ 67,500.00$ SUBTOTAL WATER 2,355,891.08$ 2,091,057.72$ 7021 10% CONTINGENCY LS 1 235,589.11$ 235,589.11$ 209,105.77$ 209,105.77$ TOTAL WATER 2,591,480.19$ 2,300,163.49$ 8000 RECLAIMED WATER 1001c MOBILIZATION LS 1 80,254.26$ 80,254.26$ 89,171.39$ 89,171.39$ 1002c EROSION AND SEDIMENTATION CONTROLS LS 1 2,615.69$ 2,615.69$ 17,834.28$ 17,834.28$ 2001c MAINTENANCE OF TRAFFIC LS 1 36,560.27$ 36,560.27$ 89,171.39$ 89,171.39$ 2002c EROSION AND SEDIMENTATION CONTROLS LS 1 3,269.62$ 3,269.62$ 23,779.04$ 23,779.04$ 2008c TYPE 9.5 (TLB) SUPERPAVE ASPHALTIC CONCRETE (2") TN 158 160.00$ 25,280.00$ 130.00$ 20,540.00$ 2009c 8" AGGREGATE BASE (LBR 100) SY 1316 16.00$ 21,056.00$ 18.00$ 23,688.00$ 2010c TYPE B STABILIZATION SY 1639 12.00$ 19,668.00$ 10.00$ 16,390.00$ 8000 RECLAIMED WATER 8001 4" PVC RECLAIM MAIN LF 7300 35.00$ 255,500.00$ 29.00$ 211,700.00$ 8002 1" RECLAIM SERVICE LF 880 50.00$ 44,000.00$ 32.00$ 28,160.00$ 8003 2" RECLAIM SERVICE LF 880 80.00$ 70,400.00$ 40.00$ 35,200.00$ 8004 4" GATE VALVE EA 42 1,300.00$ 54,600.00$ 2,000.00$ 84,000.00$ 8005 SERVICE BOX EA 95 1,200.00$ 114,000.00$ 385.00$ 36,575.00$ 8006 4" BLOWOFF ASSEMBLY EA 15 3,000.00$ 45,000.00$ 2,600.00$ 39,000.00$ SUBTOTAL RECLAIMED WATER 772,203.84$ 715,209.10$ 8007 10% CONTINGENCY LS 1 77,220.38$ 77,220.38$ 71,520.91$ 71,520.91$ TOTAL RECLAIMED WATER 849,424.22$ 786,730.01$ 9000 SANITARY SEWER 1001d MOBILIZATION LS 1 88,944.00$ 88,944.00$ 98,826.66$ 98,826.66$ 1002d EROSION AND SEDIMENTATION CONTROLS LS 1 2,898.92$ 2,898.92$ 19,765.33$ 19,765.33$ 2001d MAINTENANCE OF TRAFFIC LS 1 40,518.93$ 40,518.93$ 98,826.66$ 98,826.66$ 2002d EROSION AND SEDIMENTATION CONTROLS LS 1 3,623.64$ 3,623.64$ 26,353.77$ 26,353.77$ 2008d TYPE 9.5 (TLB) SUPERPAVE ASPHALTIC CONCRETE (2") TN 175 160.00$ 28,000.00$ 130.00$ 22,750.00$ 2009d 8" AGGREGATE BASE (LBR 100) SY 1458 16.00$ 23,328.00$ 18.00$ 26,244.00$ 2010d TYPE B STABILIZATION SY 1816 12.00$ 21,792.00$ 10.00$ 18,160.00$ 9000 SEWER 9001 DEMO SEWER PIPE LF 4184 20.00$ 83,680.00$ 30.00$ 125,520.00$ 9002 DEMO SEWER STRUCTURES EA 18 1,300.00$ 23,400.00$ 950.00$ 17,100.00$ 9003 SANITARY SEWER MANHOLE EA 20 5,500.00$ 110,000.00$ 4,400.00$ 88,000.00$ 9004 SANITARY SEWER MANHOLE - CONNECT TO EX EA 2 6,000.00$ 12,000.00$ 2,300.00$ 4,600.00$ 9005 SANITARY SEWER PIPE -12" PVC LF 40 90.00$ 3,600.00$ 90.00$ 3,600.00$ 9006 SANITARY SEWER PIPE -10" PVC LF 270 70.00$ 18,900.00$ 70.00$ 18,900.00$ 9007 SANITARY SEWER PIPE - 8" PVC LF 3700 66.00$ 244,200.00$ 65.00$ 240,500.00$ 9008 SANITARY SEWER PIPE - LATERAL - 6" PVC LF 2500 45.00$ 112,500.00$ 30.00$ 75,000.00$ DBE Y/N DBE Y/N BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Cleveland St. Streetscape Phase III (16-0003-EN) and Festival Core (19-0026-EN) BID OPENING - March 12, 2021 AWARD - April 15, 2021 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL 33683 9009 INSTALL CLEAN-OUT EA 48 800.00$ 38,400.00$ 900.00$ 43,200.00$ SUBTOTAL SANITARY SEWER 855,785.49$ 927,346.42$ 9010 10% CONTINGENCY LS 1 85,578.55$ 85,578.55$ 92,734.64$ 92,734.64$ TOTAL SANITARY SEWER 941,364.04$ 1,020,081.06$ SUB-TOTAL UTILITIES 3,983,880.41$ 3,733,613.24$ TOTAL 10% CONTINGENCY 398,388.04$ 373,361.32$ TOTAL UTILITIES 4,382,268.45$ 4,106,974.56$ SUB-TOTAL CLEVELAND ST STREETSCAPE PHASE III 12,989,043.00$ 13,891,756.50$ TOTAL CONTINGENCY CLEVELAND STREETSCAPE PHASE III 1,298,904.30$ 1,389,175.65$ TOTAL CLEVELAND STREETSCAPE PHASE III 14,287,947.30$ 15,280,932.15$ 10000 GATEWAY FESTIVAL CORE 10001 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK LS 1 35,000.00$ 35,000.00$ 80,000.00$ 80,000.00$ 10002 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK LS 1 30,000.00$ 30,000.00$ 50,000.00$ 50,000.00$ 10003 CONCRETE HEADER CURB, 6"LS 1 1,000.00$ 1,000.00$ 500.00$ 500.00$ 10004 PIPE HANDRAIL - GUIDERAIL, ALUMINUM LS 1 10,000.00$ 10,000.00$ 5,000.00$ 5,000.00$ 10005 CONCRETE CLASS NS, CONCRETE STEPS LS 1 9,500.00$ 9,500.00$ 10,000.00$ 10,000.00$ 10006 REINFORCING STEEL - MISCELLANEOUS LS 1 500.00$ 500.00$ 1,000.00$ 1,000.00$ 10007 CONCRETE CLASS II, RETAINING WALL LS 1 15,000.00$ 15,000.00$ 8,000.00$ 8,000.00$ 10008 REINFORCING STEEL - RETAINING WALL LS 1 500.00$ 500.00$ 1,000.00$ 1,000.00$ 10009 LANDSCAPE PLANTERS LS 1 115,000.00$ 115,000.00$ 175,000.00$ 175,000.00$ 10010 SITE LIGHTING LS 1 80,000.00$ 80,000.00$ 145,000.00$ 145,000.00$ 10011 IRRIGATION LS 1 1,950.00$ 1,950.00$ 2,500.00$ 2,500.00$ 10012 SHADE STRUCTURE ALLOWANCE LS 1 300,000.00$ 300,000.00$ 300,000.00$ 300,000.00$ 10013 SHADE STRUCTURE FOUNDATION LS 1 220,000.00$ 220,000.00$ 175,000.00$ 175,000.00$ 10014 MASONRY STORAGE STRUCTURE LS 1 25,000.00$ 25,000.00$ 50,000.00$ 50,000.00$ SUB-TOTAL GATEWAY FESTIVAL CORE 843,450.00$ 1,003,000.00$ 10015 10% CONTINGENCY GATEWAY FESTIVAL CORE LS 1 84,345.00$ 84,345.00$ 100,300.00$ 100,300.00$ TOTAL GATEWAY FESTIVAL CORE 927,795.00$ 1,103,300.00$ SUBTOTAL 13,832,493.00$ 14,894,756.50$ TOTAL 10% CONTIGENCY 1,383,249.30$ 1,489,475.65$ TOTAL CONSTRUCTION COST 15,215,742.30$ 16,384,232.15$ GRAND TOTAL 15,215,742.30$ 16,384,232.15$ SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 21 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 22 SECTION V – Contract Documents SECTION V Page 1 of 22 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 Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 407-654-6133 City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: Cleveland St. Streetscape Phase III and Festival Core PROJECT NO.: 16-0003-EN & 19-0026-EN PROJECT DESCRIPTION: Full width reconstruction of two City streets totaling about one mile. Improvements include, but not limited to: Stormwater sewers, gravity sanitary sewer, water main, reclaim water main, and associated utility adjustments. Asphalt pavement with curbing and associated signage and striping. Concrete sidewalks, off-street bicycle trail, landscaping and associated lighting. BY THIS BOND, We, Gibbs & Register, Inc., as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $15,215,742.30, 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 constructionof Cleveland St. Streetscape Phase III and Festival Core, the contract documents being made a partof this bond by reference (which include the Advertisement for Bids, Proposal, Contract, SuretyBond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix,and such alterations as may be made in said Plans and Specifications as therein provided for), atthe times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 22 Updated: 5/4/2020 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 3 of 22 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; and4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, theirofficers 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 intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in theperformance of the construction contract; and5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin 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 thenotice 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 anyformalities connected with the contract or the changes does not affect Surety’s obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition 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). Gibbs & Register, Inc. 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 4 of 22 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 Gibbs and Register, Inc. , of the City of Winter Garden, County of Orange and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NA 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: Cleveland St. Streetscape Phase III and Festival Core PROJECT NO.: 16-0003-EN & 19-0026-EN in the amount of $15,215,742.30 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 5 of 22 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 6 of 22 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 “publicagency”) 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 agencywith a copy of the requested records or allow the records to be inspected or copied within areasonable time at a cost that does not exceed the cost provided for in Chapter 119, FloridaStatutes, 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 recordsdisclosure requirements are not disclosed except as authorized by law for the duration of thecontract term and following completion of the contract if the contractor does not transfer therecords to the public agency.d) Upon completion of the contract, transfer, at no cost, to the public agency all public records inpossession 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 uponcompletion of the contract, the contractor shall destroy any duplicate public records that areexempt or confidential and exempt from public records disclosure requirements. If thecontractor keeps and maintains public records upon completion of the contract, the contractorshall meet all applicable requirements for retaining public records. All records storedelectronically must be provided to the public agency, upon request from the public agency’scustodian of public records, in a format that is compatible with the information technologysystems of the public agency.e) A request to inspect or copy public records relating to a public agency’s contract for servicesmust be made directly to the public agency. If the public agency does not possess the requestedrecords, the public agency shall immediately notify the contractor of the request and thecontractor must provide the records to the public agency or allow the records to be inspected orcopied within a reasonable time.f)The contractor hereby acknowledges and agrees that if the contractor does not comply with thepublic agency’s request for records, the public agency shall enforce the contract provisions inaccordance with the contract.g)A contractor who fails to provide the public records to the public agency within a reasonabletime 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 publicrecords request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 22 Updated: 5/4/2020 CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of thepublic records request, including a statement that the contractor has not complied with therequest, 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 publicrecords and to the contractor at the contractor’s address listed on its contract with the publicagency or to the contractor’s registered agent. Such notices must be sent by common carrierdelivery service or by registered, Global Express Guaranteed, or certified mail, with postage orshipping paid by the sender and with evidence of delivery, which may be in an electronicformat.j)A contractor who complies with a public records request within 8 business days after the noticeis 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. SECTION V – Contract Documents SECTION V Page 8 of 22 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: Cleveland St. Streetscape Phase III and Festival Core Engineering PROJECT NO.: 16-0003-EN & 19-0026-EN 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: [__________] Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] ,SURETY, on bond of Gibbs & Register, Inc. 232 S. Dillard Street Winter Garden, FL 34787 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): Work Order Initiation Form Page 1 of 8 Revised: 1/25/2020 GAI Consultants, Inc WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: 4/29/2021 Consultant Project Number: A181093.04 City Project Number: 16-0003-EN City Plan Set Number: 2016017 1. PROJECT TITLE: Cleveland Street Phase III and Festival Core Construction Administration. 2. SCOPE OF SERVICES: GAI Consultants, Inc. (“GAI”) is pleased to submit this Scope of Services/Fee Proposal for Professional Services the City of Clearwater (the “Client” or the “City”) for the above-referenced project. This proposal reflects the anticipated scope and related costs for services to be provided based on our knowledge of the project. The purpose of this Work Order is to authorize the Engineer to provide construction administration services during construction of both Cleveland Street Phase III and the Festival Core, which provide roadway travel lane reduction, widening of pedestrian sidewalks with the addition of a cycle track, along with the replacement of the existing storm drainage system, sanitary sewer main, reclaimed water and watermain. The limits of the designed roadway work for Cleveland Street are from the intersection of South Missouri Avenue to 500 feet east of Gulf to Bay Blvd. The limits of roadway for Gulf to Bay Blvd are from Cleveland Street to Court Street. The intersection of Cleveland Street at Gulf to Bay have been realigned, and a Festival Core is proposed at this location. Based on our understanding of the project requirements/criteria provided to date by the Client and construction duration, GAI will perform the following described Scope of Services: I. CONSTRUCTION PHASE: Preconstruction Meeting: GAI Attendees include Project Manager, Project Engineer, Utility Engineer and Landscape Architect. Schedule Review: Review Construction Manager’s initial and updated schedules for general conformance with construction sequencing. Work Order Initiation Form Page 2 of 8 Revised: 1/25/2020 Shop Drawings: Log, disseminate, review, and respond to up to shop drawings and other submittals from the Construction Manager. Submittals received from the Construction Manager that have not been properly documented and reviewed by the Construction Manager will be returned to the Construction Manager without review. Request for Information (RFI): Log, disseminate, review and track Construction Manager RFIs. Engineer will provide general technical information, additional data or drawings and written instructions, and provide clarifications and interpretations of the Contract Documents to resolve unforeseen conditions encountered during construction in response to Construction Manager RFIs. Price Change Requests (PCRs) and Work Change Directives (WCDs): Evaluate PCRs and WCDs resulting from clarifications and changes to the contract work not requiring additional design or permitting efforts. Engineer will provide general technical information and written instructions and develop and issue the formal PCRs and WCDs. Field Change Directives (FCDs): Develop and issue FCDs required to clarify or resolve issues with the contract work. Teleconference Progress Meetings: Attend monthly progress meetings via teleconference during field construction efforts and review the Construction Manager’s meeting minutes. Attendees: Project Manager, Utility Engineer and Landscape Architect Periodic Site Visits: Periodic site visits by members of the engineering team at various stages of construction to observe the overall progress and quality of executed work by the Construction Manager and to assist with answering questions. General Program Management:  As-needed reviewing project status and ongoing issues, prioritizing efforts and scheduling and assigning personnel and other necessary resources regarding: o Outstanding submittals and submittals requiring review; o RFIs requiring responses; o Field Orders and Work Change Directives; o Other outstanding project needs included within the Engineer’s Scope of Services and requiring the Engineer’s efforts;  Miscellaneous meetings, conference calls, emails and discussions necessary to coordinate, plan and manage the efforts of the Engineer’s internal staff and technical disciplines with those of other engineering firms involved in the project. Technical Disciplines include Civil/Stormwater, Utilities, and Landscape Architectural.  Miscellaneous phone calls and emails with the City’s Project Manager and other City staff;  Miscellaneous phone calls and emails with the Construction Manager’s staff required to respond to minor questions not requiring formal RFIs; Work Order Initiation Form Page 3 of 8 Revised: 1/25/2020  Reviewing, track the Consultant and logging construction observation, materials test reports and other field data;  Monitoring the engineering budget and advising the City’s Project Manager of unforeseen efforts that could affect the available budget;  Monthly Status reports: Providing the City’s Project Manager with a monthly status report and assessment of the remaining engineering budget and the project schedule.  Document control: Maintaining files of correspondence, meeting minutes, Contract Documents, Change Orders, Field Orders, RFIs, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, progress reports, Shop Drawing and Sample submittals, regulatory correspondence and other Project-related documents. Substantial Completion Walkthrough/Punchlist: The Engineering Project Manager and Landscape Architect will conduct a walk-through of the project site when improvements are completed and ready to be turned over to the City for operation. This walkthrough will be conducted to determine if the completed work is in general conformance with the requirements of the Contract Documents. A punch list will be provided to the Construction Manager. Final Completion walkthrough: Once the punch list items are addressed and completed, the Engineering Project Manager and Landscape Architect will conduct a final walk through of the project site. Electronic Record Drawings: Record Drawings will be based on the surveyed As-Builts provided by the Construction Manager. Record Drawings will show changes indicated on the surveyed As-Builts in addition to other changes made by Work change Directive or Field Order. Changes will be shown with a combination of cross outs and clouds. Permit Certification Prepare and submit the certifications for the following permits:  FDEP Domestic Wastewater.  FDEP Potable Water.  SWFWMD Environmental Resource Permit (ERP). Final Closeout Assist the City with review and processing of closeout paperwork. Festival Core – Klar & Klar Please see attached Scope of services. Irrigation - Certified Irrigation Designs Inc. Work covered by Please see attached Scope of services 3. PROJECT GOALS: Assist City staff in reviewing Contractor’s submittals and reviewing construction status of ongoing issues, in order to prioritize response scheduling, to keep construction on schedule. Work Order Initiation Form Page 4 of 8 Revised: 1/25/2020 Final deliverables will include: • Electronic (PDF) copies of all submittal reviews, RFI responses, supporting information, and supplemental drawings via email. • Electronic (PDF and/or Word) copies of all Field Change Directives, Work Change Directives, and Requests for Proposal via email. • One (1) electronic (PDF and CADD) and one signed and sealed hard copy of the final Record Drawings. • Electronic (PDF) copies of all permit certification packages. 4. BUDGET: This price includes all labor and expenses anticipated to be incurred by GAI and it’s subconsultants, for the completion of these tasks in accordance with Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not to exceed Four Hundred, Eighty-One Thousand, and Thirty Dollars ($ 481,030.00). 5. SCHEDULE: The schedule for construction is assumed to be 18 months from issuance of notice-to-proceed. GAI will attend monthly meetings with City staff and the Contractor. Contractors submittal for review will be responded within a reasonable time so as to not delay the construction schedule. Final Closeout documents will be provided within 14 working days of receipt of As-builts. 6. STAFF ASSIGNMENT: GAI and subconsultants Key Staff Assignment: Christina M. Newcomb, PE Project Manager Frank Bellomo, PLA Senior Director of Landscape Architecture Ruth Perry, PLA Landscape Architect Manager Jay Ameno, PE Utility Engineer Rob Hoogeveen Irrigation Festival Core: Tim Knowles, AIA, NCARB Architect Michael Spychala, PE Electrical Engineer Jeremy Case, PE, SE Structural Engineer City Staff Assignment Catherine Corcoran, RLA Project Manager 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Christina M. Newcomb, PE c.newcomb@gaiconsultants.com (813) 605-7078 All City project correspondence shall be directed to: Catherine Corcoran, RLA Work Order Initiation Form Page 5 of 8 Revised: 1/25/2020 catherine.corcoran@myclearwater.com (727)562-4749 8. INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: City of Clearwater, Engineering Department Attn: Brooke Freeman, Accountant PO Box 4748 Clearwater, Florida 33758-4748. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 3157579-530100-C2102 $181,510.07 Road & Admin 3197539-530100-C2102 $160,982.97 Stormwater 3277327-530100-C2102 $ 81,924.63 Water 3277327-530100-C2102 $ 26,852.41 RCW 3277327-530100-C2102 $ 29,759.92 Sewer 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A. Purchase Order, Project and Invoice Numbers and Contract Amount. B. The time period (begin and end date) covered by the invoice. C. A short narrative summary of activities completed in the time period. D. Contract billing method – Lump Sum or Hourly Rate. E. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). F. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). G. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. ADDITIONAL CONSIDERATIONS: Consultant acknowledges the following: A. All City directives shall be provided by the City Project Manager. B. “Alternate equals” shall not be approved until City Project Manager agrees. C. All submittals must be accompanied by evidence each has been internally QA/QC’d before providing to City. D. Consultants/contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). E. Documents posted on City website must be ADA accessible. Work Order Initiation Form Page 6 of 8 Revised: 1/25/2020 All work orders should include considerations for the following: A. Sea Level Rise and Flood Resilience, as applicable. B. Submittal of a Critical Path Method (CPM) Schedule(s). C. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. D. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 11. SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. The scope of work and fee is based on a 24-month construction schedule starting at the Pre- construction meeting. In the event construction exceeds 24 months, GAI reserves the right to pursue additional fees necessary to complete construction services through completion. Scope and Manhours was based on the City conducting CEI and providing field reports of construction. PREPARED BY: APPROVED BY: Christina M. Newcomb, P.E. Date Sr. Engineering Manager GAI Consultants Inc. Tara Kivett, P.E. Date City Engineer City of Clearwater GAI APPROVAL: Frank Bellomo, PLA Date Sr. Director of Landscape Architecture GAI Consultants, Inc. ATTACHMENT “A” Cleveland Street Phase III and Festival Core 16-0003-EN GAI Consultants Inc. Work Order Initiation Form Page 7 of 8 Revised: 1/25/2020 WORK ORDER INITIATION FORM CITY DELIVERABLES [Attachment A is not applicable to this contract] 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. ATTACHMENT “B” Cleveland Street Phase III and Festival Core 16-0003-EN GAI Consultants Inc. Work Order Initiation Form Page 8 of 8 Revised: 1/25/2020 WORK ORDER INITIATION FORM PROJECT BUDGET I. CONSTRUCTION PHASE Task Subconsultant GAI Total 1.1 Preconstruction Meeting $ 0 $ 4,900 $ 4,900 1.2 Schedule Review $ 0 $ 6,400 $ 6,400 1.3 Shop Drawings $ 0 $ 34,500 $ 34,500 1.4 RFIs $ 0 $ 80,000 $ 80,000 1.5 PCR/WCD $ 0 $ 35,000 $ 35,000 1.6 FCD $ 0 $ 48,000 $ 48,000 1.7 Teleconference Progress Meetings $ 0 $ 17,700 $ 17,700 1.8 Periodic Site Visits $ 0 $ 26,200 $ 26,200 1.9 General Program Management $ 0 $ 84,000 $ 84,000 1.10 Substantial Walkthrough/Punchlist $ 0 $ 11,700 $ 11,700 1.11 Final Completion Walkthrough $ 0 $ 11,700 $ 11,700 1.12 Electronic Record Drawings $ 0 $ 24,000 $ 24,000 1.13 Permit Certification $ 0 $ 10,100 $ 10,100 1.14 Final Closeout $ 0 $ 14,600 $ 14,600 1.15 Festival Core – Klar & Klar $ 23,500 $ 0 $ 23,500 1.16 Irrigation - Certified Irrigation Designs Inc. $ 5,000 $ 0 $ 5,000 Task 1.0 Total Construction Phase $ 437,300 2.0 Task Allowances (10%) $ 43,730 GRAND TOTAL $ 481,030 1 MASTER AGREEMENT BETWEEN CITY OF CLEARWATER AND GAI CONSULTANTS, INC. RFQ #13-21 Cleveland Street Phase III and Festival Core Construction Administration This AGREEMENT is made and entered into on the _____ day of May 2021 by and between the City of Clearwater, Florida (CITY) and GAI Consultants, Inc. (CONSULTANT). WITNESSETH: WHEREAS, the CITY desires to engage the CONSULTANT to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS, the CONSULTANT desires to provide such professional services in accordance with this Agreement; and WHEREAS, in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, the CITY selected the CONSULTANT based on Request For Qualifications (“RFQ”) #13-21 and responses by the CONSULTANT to RFQ #13-21. NOW, THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1.0 GENERAL SCOPE OF THIS AGREEMENT The relationship of the CONSULTANT to the CITY will be that of a professional consultant, and the CONSULTANT will provide the professional and technical services required under this Agreement in accordance with acceptable engineering practices, by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Florida, and ethical standards. 2.0 PROFESSIONAL TECHNICAL SERVICES It shall be the responsibility of the CONSULTANT to work with and for the CITY to perform an array of services for the City as set forth in RFQ #13-21, Scope of Service. 2.2 The CONSULTANT’S services under this Agreement will be provided under project specific Work Orders. Each Work Order will include the services for a single project, phase, task or assignment, and will contain a mutually agreed-upon detailed scope of services, project goals, fee and schedule of performance in accordance with applicable fiscal and budgetary constraints. Work Orders will be incorporated by reference and attached hereto this Agreement. Total compensation for all services shall not exceed $481,030.00 (Four hundred Eighty One Thousand Thirty U.S. Dollars and Zero Cents) unless specifically authorized by the City Council. 2 See Work Order attached hereto as Exhibit A. 2.3 The CONSULTANT shall maintain an adequate and competent staff of professionally qualified personnel available to the CITY for the purpose of rendering the required engineering and/or consultant services hereunder, and shall diligently execute the work to meet the completion time established in the Work Orders. The CONSULTANT shall notify the CITY by U.S. Mail addressed to the City Engineer of any changes in company contact information, including but not limited to contact phone, address, project manager, email addresses, etc. 2.4 The CITY reserves the right to enter into contracts with other engineering and/or architect firms for similar services. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other engineering and/or architectural firms retained by the CITY. 2.5 The CITY reserves the right to remove any and all projects, phases, tasks or assignments related to this Agreement. The CITY further reserves the right to enter into contracts with other engineering firms for services related to such projects, phases, tasks or assignments. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other engineering firms retained by the CITY. 3.0 PERIOD OF SERVICES 3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Work Order. Receipt of a fully executed Work Order shall constitute written notice to proceed. 3.2 If the CONSULTANT’S services are delayed for reasons beyond the CONSULTANT’S control, the time of performance shall be adjusted as appropriate. 3.3 It is the intent of the parties hereto that this Agreement continue in force for a period not to exceed to two years, subject to the provisions for termination contained herein. Assignments that are in progress at the Termination Date shall be completed by the CONSULTANT unless specifically terminated by the CITY. Should the CONSULTANT be in the progress of completing work under this Agreement at the Termination Date, this Agreement shall continue with all terms, conditions and obligations being in full force and effect until such time as the work is completed. All provisions expressly intended to survive termination shall do so. 4.0 PROFESSIONAL SERVICES/CONSULTANT’S COMPETITIVE NEGOTIATION ACT (CCNA) Professional Services provided under this Agreement are within the scope of the practice of architecture, landscape architecture, professional engineering, or registered land surveying and mapping, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 5.0 GENERAL CONSIDERATIONS 3 5.1 All documents including field books, drawings, specifications, calculations, geotechnical investigation reports, etc., used in the preparation of the work shall be supplied by the CONSULTANT and shall become the property of the CITY. The CITY acknowledges that such documents are not intended or represented to be suitable for use by the CITY or others for purposes other than those for which the documents are prepared. Any reuse of these documents without written verification or adaptation by the CONSULTANT for the specific purpose intended will be at the CITY’s sole risk without liability or legal exposure to the CONSULTANT. 5.2 The CONSULTANT shall prepare preliminary construction cost estimates with each design submittal to verify the proposed design is within the City project budgets. The CONSULTANT shall prepare a final estimate of probable construction costs, following CITY approval of the bid documents and other pre-bid activities. The CITY hereby acknowledges that estimates of probable construction costs cannot be guaranteed, and such estimates are not to be construed as a promise that designed facilities will not exceed a cost limitation. 5.3 The CONSULTANT will provide expert witnesses, if required, to testify in connection with any suit at law. A supplemental agreement will be negotiated between the CITY and the CONSULTANT describing the services desired and providing a basis for compensation to the CONSULTANT. 5.4 Upon the CONSULTANT’S written request, the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the CONSULTANT and CITY mutually deem necessary. 5.5 The CITY and the CONSULTANT each bind themselves and their successors, legal representatives and assigns to the other party to this Agreement and to the partners, successors, legal representatives and assigns of each other party, in respect to all covenants of this Agreement; and, neither the CITY nor the CONSULTANT will assign or transfer its interest in this Agreement without written consent of the other. 5.6 To the fullest extent permitted by law, the CONSULTANT agrees to indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this CONSULTANT under this AGREEMENT. Notwithstanding any provision herein to the contrary, this paragraph shall not be construed as a waiver of any immunity to which CITY is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall it be interpreted as limiting or in any way affecting any defense CITY may have under § 768.28, Florida Statutes or as consent to be sued by third parties. The obligations under this paragraph shall expressly survive termination or expiration of this Agreement. 4 5.7 The CONSULTANT agrees not to engage the services of any person or persons in the employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of the signing of this Agreement, or during its term. 5.8 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed from the projects until alternate personnel acceptable to the CITY are approved in writing by the CITY. Key personnel are identified as: Project Manager and technical experts. 5.9 The CONSULTANT shall attach a brief status report on the projects with each request for payment. 5.10 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall make no statements, press releases or other public communication concerning this Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data, technical processes, business affairs or other information obtained or furnished in the conduct of work under this Agreement without first notifying the CITY and securing its consent in writing. The CONSULTANT also agrees that it shall not publish copyright or patent any of the site-specific data or reports furnished for or resulting from work under this Agreement. This does not include materials previously or concurrently developed by the CONSULTANT for “In House” use. Only data and reports generated by the CONSULTANT under this Agreement shall be the property of the CITY. 5.11 Public Records. The CONSULTANT will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S 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 Street, Suite 600, Clearwater, FL 33755. CONSULTANT shall comply with the following: 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 5 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 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 registered agent. Such notices must be sent by common carrier delivery service or by registered, Global 6 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. 6.0 COMPENSATION 6.1 The CONSULTANT shall be compensated for services rendered under this Agreement in accordance with the provisions of each Work Order, upon presentation of CONSULTANT’S invoice and as provided for below. 6.2 Compensation for services shall be invoiced by the CONSULTANT and paid by the CITY in accordance with the Florida Local Government Prompt Payment Act, § 218.70, Florida Statutes. 6.3 The CONSULTANT agrees to allow full and open inspection of payroll records and expenditures in connection with hourly rate and cost-plus fixed fee work assignments upon request of the CITY. 7.0 PROHIBITION AGAINST CONTINGENT FEES The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any persons, company, corporation, individual or Firm, other than a bona fide employee working for the CONSULTANT any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 8.0 TERMINATION FOR CAUSE This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the CONSULTANT shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 9.0 SUSPENSION, CANCELLATION OR ABANDONMENT If the project described in any Work Order is suspended, canceled, or abandoned by the CITY, without affecting any other Work Order or this Agreement, the CONSULTANT shall be given five (5) days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment. 10.0 GOVERNING LAW 7 This Agreement shall be administered and interpreted under the laws of the State of Florida. The exclusive venue for any proceeding or suit in law or equity arising from or incident to this Agreement will be in Pinellas County Florida. 11.0 TERMINATION FOR CONVENIENCE Either the CITY or the CONSULTANT may terminate the Agreement at any time by giving written notice to the other of such termination and specifying the effective date of such termination at least thirty (30) days before said termination date. If the Agreement is terminated by the CITY as provided herein, the CONSULTANT will be paid for services rendered through the date of termination. 12.0 PUBLIC ENTITY CRIMES Pursuant to Florida Statute § 287.132-133, the City of Clearwater, as a public entity, may not accept any proposal from, award any contract to, or transact any business in excess of the threshold amount provided in § 287.017, F.S., for Category Two (currently $35,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person of affiliate has been removed from the list pursuant to § 287.133 (3)(f), F.S. By submitting a proposal, CONSULTANT is certifying that Florida Statute 287.132 and 287.133 does not restrict submission. 13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS The CONSULTANT will be required to comply with Section 287.135, Florida Statues, specifically by executing the forms provided (attached). 14.0 RFQ #13-21, STANDARD TERMS AND CONDITIONS All terms and conditions as set forth in RFQ #13-21, Standard Terms of Conditions are incorporated by reference and hereto attached as Exhibit B. 15.0 ORDER OF PRECEDENCE Any inconsistency in documents relating to this Agreement shall be resolved by giving precedence in the following order: (i) this Agreement and subsequent Amendments; (ii) RFQ #13-21, Standard Terms and Conditions; and (iii) Work Orders. 16.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit C, which is incorporated by reference and attached hereto. 17.0 TERMINATION FOR LACK OF FUNDING 8 The CITY’S performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds in a sufficient amount for CITY to perform its obligations hereunder, CITY may terminate this Agreement upon thirty (30) days written notice to CONSULTANT. 18.0 Personal Liability of Personnel Disclaimer —Pursuant to Florida Statutes §558.0035, to the fullest extent permitted by law, CITY CLIENT agrees that pursuant to subSection (c) an individual employee or agent may not be held personally liable for negligence. 19. E-VERIFY CONSULTANT and its Subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. CONSULTANT will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. Subcontractor must provide CONSULTANT with an affidavit stating that Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. CONSULTANT shall maintain a copy of such affidavit. The CITY may terminate this Agreement on the good faith belief that CONSULTANT or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If this Agreement is terminated pursuant to Florida Statute 448.095(2)(c), CONSULTANT may not be awarded a public contract for at least 1 year after the date of which this Agreement was terminated. CONSULTANT is liable for any additional costs incurred by the CITY as a result of the termination of this Agreement. See Section 448.095, Florida Statutes (2020). [Remainder of Page Intentionally Left Blank] 9 [ IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. ____________________________________ GAI Consultants, Inc. By: ______________________________ Print Name: ____________________ Title: __________________________ WITNESS: By: ______________________________ Print Name: ____________________ Countersigned: CITY OF CLEARWATER ____________________________ ___________________________________ Frank Hibbard William B. Horne II Mayor City Manager Approved as to form: Attest: ____________________________ ___________________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk 10 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM PER SECTION III, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE 11 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM PER SECTION III, ITEM 25, 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: 5. 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 6. 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 7. “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 8. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 1 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, 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 RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 2 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, 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. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 3 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this 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. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 4 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within eight (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. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 5 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. 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. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 6 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 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. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 7 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. 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 RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 8 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 agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding the agreement will be referred to the administrator for resolution. Supplements may be written to the agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Purchasing Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. RFQ #13-21, Exhibit B STANDARD TERMS AND CONDITIONS 9 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. MASTER AGREEMENT BETWEEN CITY OF CLEARWATER AND GAI CONSULTANTS, INC. RFQ #13-21 Cleveland Street Phase III and Festival Core Construction Administration EXHIBIT C INSURANCE REQUIREMENTS. The CONSULTANT 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 CONSULTANT’S deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, the CONSULTANT 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. Specific work may require additional coverage on a case by case basis: 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, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the CONSULTANT is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then CONSULTANT’S Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the CONSULTANT with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless 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 CONSULTANT will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition, when requested in writing from the City, CONSULTANT will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing, RFQ #13-21 P.O. Box 4748 Clearwater, FL 33758-4748 b. CONSULTANT shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. CONSULTANT’S insurance as outlined above shall be primary and non-contributory coverage for CONSULTANT’S negligence. d. CONSULTANT reserves the right to appoint legal counsel to provide for the CONSULTANT’S defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to CONSULTANT’S design, equipment, or service. CONSULTANT agrees that the City shall not be liable to reimburse CONSULTANT for any legal fees or costs as a result of CONSULTANT providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of CONSULTANT’S obligation to provide the insurance coverage specified. Lighting Proposal Alex Tactuk Work Order 26577139 Phone:(727) 269-3482 Scope of Request Customer:City of Clearwater Account:92493-16835 Site:Cleveland Street Clearwater, FL 33755 Contact: Catharine Corcoran Phone:(727) 562-4749 Quantity Required Product Description Fixtures and Poles Rental Maint.Fuel & Energy Unit Total 149 50W LED Mitchell Top Hat Ribs Bands Medallion Type III 3K Blk $21.44 $1.39 $1.15 $23.98 $3,573.02 149 16' WASHINGTON SNGL BLK PLBC16WB $21.77 $0.00 $0.00 $21.77 $3,243.73 149 Holiday Rec Brkt Post Top Blk $6.92 $0.00 $0.00 $6.92 $1,031.08 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Rental, Maintenance, F&E Totals:$7,469.37 $207.11 $171.35 Monthly rates are subject to tariff rate changes $7,847.83 $0.00 Choose $258,299.36 Estimates valid for 30 days and subject to change.One *$4,106.96 Estimated Monthly Rental excludes any applicable taxes, franchise fees or customer charge. † CIAC - The one time invoice for the Contribution in Aid of Construction will be mailed to you separately upon approval of this proposal and payment is due before the work can be released to scheduling of construction. *MLDF - This Monthly Lighting Distribution Fee will be billed to you seperately each month is 1.59% of the Underground or Overhead Service feed and pole installation. In order for us to proceed with the above proposed lighting design we will need an authorized signature on this proposal and any other required documents enclosed. Do not remit any payment with this form and do not fax. Return these signed documents to the mailing address above or email the color scanned PDF if instructed. Authorized Signature Date February 2, 2021 Sub-Total Project Details Per Unit 2166 Palmetto St. Clearwater, Fl 33765 Choose ONE Option by Checking a Box Above (Please sign and date to approve this proposal and return via email or the mailing address above) † Deposit Estimated Monthly Rental Deposit - The required deposit (applied separately to your lighting bill) will equal approximately two months of the monthly rental bill, but no less than $25.00 and subject to change upon review of the account's existing deposit. CIAC ONE TIME PAYMENT MLDF MONTHLY PAYMENT OR Thank you for your lighting request. We look forward to working with you on this project. Scope of Request DE Contact: Address: The CIAC charge is subject to change after 30 days or in the event you request or cause any changes to this proposal. Duke Energy will call for locate of all public facilities. Any customer owned utilites would need to be located and marked at your expense. If any or all of these lighting facilities will eventually be submitted to a governmental agency for inclusion into a taxing district, MSTU or MSBU special assessment program, please verify that these facilities & charges meet the requirements within that jurisdiction. Should the agency not accept these facilities & cahrgesinto their program, the entity who signs the Lighting Service Contract will remain responsible for payment. City of Clearwater's Cleveland Streetscape Phase 3 Project. Install (149) 50W LED Mitchell light fixtures (w/ top hats, ribs, bands and medallions) and 16 ft black Washington poles with (149) holiday receptacles. Pull new street light cable through customer-installed conduit. COURT ST CLEVELAND ST PARK ST FRANKLIN ST LAURA ST S LINCOLN AVEGULF-TO-BAY BLVD S MISSOURI AVE S HIGHLAND AVE S SAN REMO AVE S HILLCREST AVE S GLENWOOD AVE S BETTY LN DE LEON ST ROGERS ST GROVE ST SANTA ROSA ST SAN JUAN CT N BETTY LN PIERCE ST N LINCOLN AVE WA V E RL Y WAY GOULD ST N HIGHLAND AVE S EVERGREEN AVE N MISSOURI AVE N SAN REMO AVE N FREDRICA AVE N GLENWOOD AVE N LADY MARY DR N HILLCREST AVE N JEFFERSON AVE N EVERGREEN AVE BROWNELL ST S FREDRICA AVEFRANKLIN CIR NWS LADY MARY DRJADE PL KENWOOD AVE ORANGEVIEW AVE FRANKLIN CIR NENE CLEVELAND ST AVANDA CT SAWGRASS ST DONA ST ROGERS ST FRANKLIN ST PARK ST S BETTY LN GROVE ST PIERCE ST LOCATION MAP ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com PROJECTSITE CRM CC N.T.S.287/288 14/15-29s-15w 04/29/2021Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: CLEVELAND STREET PHASE IIIProject #16-0003-EN Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Cleveland St Phase III 16-0003-EN.mxd G L E N O A K S P A R K Page: 1 of 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9161 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Award a construction contract to TLC Diversified Inc., of Palmetto, FL, for Invitation to Bid (ITB) 09-0024-UT Marshall Street Water Reclamation Facility (MS WRF) Digester Demolition, in the amount of $1,599,400; approve Supplemental Two Work Order with Engineer of Record (EOR) Ardurra Group Inc., in the amount of $100,629.40 increasing the work order from $137,170 to $237,799.40; and authorize the appropriate officials to execute same. (consent) SUMMARY: The MS WRF Digester Demolition project involves the demolition, removal, and disposal of the existing digester at the MS WRF. The work includes disposal of the liquids and solids contents of the digester, demolition and disposal of the digester structure, and restoration of the ground surface. Engineering issued ITB 09-0024-UT, which closed on April 16, 2021. TLC Diversified Inc. was the lowest responsible bid received in accordance with the plans and specifications. EOR Ardurra Group Inc. evaluated the bids and recommends awarding the contract to TLC Diversified Inc. On November 7, 2013, the City Manager approved a $84,978 initial work order to EOR Ardurra Group Inc. for design, permitting, bidding, and construction services for the demolition of the digester at the Marshall Street WRF. During the design effort, existing conditions were discovered that led to the requirement of extensive plan revisions. The cost of performing this work depleted a large quantity of the initial work order budget intended for construction services. On November 1, 2018, City Council awarded a $960,575.83 construction contract to GHD Services Inc. of Tampa, FL, and approved a $52,192 Supplemental One Work Order to the EOR, increasing the construction engineering and inspection services budget. During the project effort, it became evident that GHD did not have the capability to complete the project. The project team believed it was in the City’s best interest to terminate the contract with GHD and rebid the project with more defined conditions. On November 1, 2019, the City Manager approved cancellation of the construction contract with GHD. Supplemental 2 Work Order is for increased engineering and inspection services during construction in the amount of $100,629.40, for a new work order value of $237,799.40. Construction duration is 150 calendar days after issuance of Notice to Proceed. The City of Clearwater’s Public Utilities Department owns, operates, and maintains the Marshall Street WRF. APPROPRIATION CODE AND AMOUNT: 3217321-560600-96213 $1,599,400.00 3217321-561300-96213 $ 100,629.40 Funding is available in Capital Improvement Project 96213, Marshall Street Upgrade to fund the contract and work order. Page 1 City of Clearwater Printed on 5/13/2021 DBE NO DBE NO DBE NO BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization (Not to Exceed 4% of Sub-Total Items 1-9) LS 1 150,000.00$ 150,000.00$ 80,000.00$ 80,000.00$ 63,000.00$ 63,000.00$ 2 Not Used --- --- 3 Remove, Haul Off-Site, and Dispose of All Liquids and Solid Materials in the Digester LS 1 3,365,700.00$ 3,365,700.00$ 750,000.00$ 750,000.00$ 945,000.00$ 945,000.00$ 4 Demolish, Haul Off-Site, and Dispose of Hazardous Materials LS 1 20,000.00$ 20,000.00$ 50,000.00$ 50,000.00$ 3,200.00$ 3,200.00$ 5 Demolish, Remove and Dispose of Nonhazardous Materials TON 1200 100.00$ 120,000.00$ 210.00$ 252,000.00$ 177.50$ 213,000.00$ 6 Excavate and Survey Foundation Piles LS 1 2,000.00$ 2,000.00$ 5,000.00$ 5,000.00$ 15,600.00$ 15,600.00$ 7 Import and Place Structural Fill Materials CYD 3600 22.00$ 79,200.00$ 30.00$ 108,000.00$ 14.00$ 50,400.00$ 8 Miscellaneous Work and Site Restoration LS 1 40,000.00$ 40,000.00$ 1,025,944.00$ 1,025,944.00$ 163,700.00$ 163,700.00$ 9 Indemnification LS 1 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ SUBTOTAL 3,777,000.00$ 2,271,044.00$ 1,454,000.00$ 10 10% CONTINGENCY 1 377,700.00$ 377,700.00$ 227,104.40$ 227,104.40$ 145,400.00$ 145,400.00$ TOTAL CONTRACT 4,154,700.00$ 2,498,148.40$ 1,599,400.00$ DBE DISADVANTAGED BUSINESS ENTERPRISE Bid Tabulations are not public until 30 days after bid opening or upon award by City Council, whichever occurs first. MARSHALL STREET WRF DIGESTER DEMOLTION 09-0024-UT BID OPENING - APRIL 16, 2021 AWARD - May 20, 2021 TLC Diversified 2719 17th Street East Palmetto, FL 34221 Archer Western Construction, LLC 4343 Anchor Plaza Parkway, Sutie 155 Tampa, FL 33634 Poole & Kent Company of Florida 1715 W. Lemon Street Tampa, FL 33606 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 ....................................................................................................................... 15 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 16 SECTION V – Contract Documents SECTION V Page 1 of 16 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 TLC Diversified, Inc. 2719 17th Street East Palmetto, FL 34221 (941) 722-0621 [name] [principal business address] [phone number] City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: MARSHALL STREET WRF DIGESTER DEMOLITION PROJECT NO.: 09-0024-UT PROJECT DESCRIPTION: The scope of work includes demolition and disposal of an existing anaerobic digester, adjacent, attached heat exchanger building, hazardous materials, related mechanical and electrical equipment and associated liquids and solids in the digester. BY THIS BOND, We, TLC Diversified, Inc., as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $1,599,400.00, 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 Marshall Street WRF Digester Demolition, the contract documents being made a part of this bond by reference (which include the Advertisement 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 as therein 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 16 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). TLC Diversified, Inc. 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 16 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 TLC Diversified, Inc., of the City of Palmetto, County of Manatee and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE 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: MARSHALL STREET WRF DIGESTER DEMOLITION PROJECT NO.: 09-0024-UT in the amount of $1,599,400.00 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 16 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 16 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 SECTION V – Contract Documents SECTION V Page 6 of 16 Updated: 5/4/2020 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 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. SECTION V – Contract Documents SECTION V Page 7 of 16 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: Marshall Street WRF Digester Demolition Engineering PROJECT NO.: 09-0024-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: [__________] Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] ,SURETY, on bond of [insert name of Contractor] [address] [address] ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): MS WRF Digester Demolition 09-0024-UT N BETTY LN H A R B O R D R OVERBROOKAVEDOUGLAS AVE HOLT AVE MARSHALL ST ENGMAN ST N MARTIN LUTHER KING, JR. AVE FULTON AVE PINELAND DR RUSSELL ST PALM BLUFF ST FAIRBURN AVE SYLVAN DR SANDY LN CARLTON ST S T E V E N S O NDR CLAIRE DR OVERLEA ST TERRACE RD FAIRMONT ST N WASHINGTON AVE SPRINGDALE ST BROOK RD N MADISON AVE NMISSOURIAVEDOUGLAS AVE N MADISON AVE ENGMAN ST FA IR MONT 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: Marshall Street Water Reclamation Facility (MS WRF)Digester Demolition Project Number: 09-0024-UT Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\MS WRF Digester Demolition 09-0024-UT.mxd Page: 1 of 1DNReviewed By:CRMMap Gen By:05/06/2021Date:269BGrid #:10-29s-15eS-T-R: Legend MS WRF PROJECT AREAS Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9184 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Provide direction on a proposed two-tier approval process for allocating the Public Amenities Incentive Pool in the Downtown. (WSO) SUMMARY: As directed by City Council, Planning and Development Department staff have been exploring ways to incentivize higher density/intensity development in the Downtown in accordance with increases recently authorized by Forward Pinellas. As such, staff is seeking direction from City Council on an option to establish a two-tier approach to allocating units and floor area from the existing Public Amenities Incentive Pool to promote redevelopment in the Downtown. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/13/2021 1 Memorandum TO: Mayor Hibbard and City Council Members FROM: Gina Clayton, Planning and Development Director Christine M. Fisher, Planning Manager, Long Range Planning Division RE: Research on Downtown Public Amenities Density Pool/Bonus DATE: May 5, 2021 CC: Lauren Matzke, Planning and Development Assistant Director INTRODUCTION City Council requested that staff evaluate increasing allowable density and/or intensity in the Downtown Core Character District in accordance with increases authorized by Forward Pinellas in 2019 which allow designated Urban Centers a floor area ratio (FAR) of 8.0, residential density at 200 units per acre (UPA), and hotel density at 330 hotel rooms per acre (RPA). Downtown Clearwater is one of two such centers in the County and currently authorizes a FAR of 4.0, 75 residential dwelling units per acre, and 95 hotel rooms per acre in the Core. Increases in the maximum development potential within an adopted Activity Center requires approval by Forward Pinellas, in its role as the Pinellas Planning Council, and the Pinellas County Board of County Commissioners, acting as the Countywide Planning Authority. Approval would be largely dependent on a city’s implementation of a multimodal transportation system that could support the additional densities and intensities requested. Planning and Development Department staff met with Forward Pinellas at a pre-application meeting in January 2021 to discuss available options for incentivizing development in Downtown. At this meeting it was determined that increasing maximum density and intensity beyond what is currently established would be both challenging and premature. The primary concerns are that the city does not have an adopted multi-modal plan; there is no County funding available for Investment Corridors; and there is unclear funding commitment for transportation/multi-modal projects to support additional development potential. In response to this feedback, staff explored alternate ways to incentivize higher density/intensity development in the Downtown Core. This memorandum provides City Council with an option to establish a two-tier approach to the existing Public Amenities Incentive Pool in the Downtown 2 Core in place of requesting an increase to development potential through the Countywide Plan’s amendment process. PUBLIC AMENITIES INCENTIVE POOL In 2004, Clearwater established the Public Amenities Incentive Pool (the “Pool”) to encourage redevelopment in Downtown while concurrently enhancing the public realm. The Clearwater Downtown Redevelopment Plan establishes the Pool, the allocation process, and qualifying amenities; while the Community Development Code references the Pool and is the implementing tool. Units and square feet of floor area within the Pool are already approved by the County Planning Authority and may be allocated for additional development potential in Downtown until the Pool is depleted. Developers may request increases in density and/or intensity in excess of the established maximum development potential, based on the provision of and/or payment of fees in- lieu of certain public amenities through a negotiated process approved by the Community Development Board. Currently there are 2,326 dwelling units and 2,119,667 square feet of floor area available from the Public Amenities Incentive Pool which may be requested for projects anywhere within in the Downtown District. BONUS PROGRAM RESEARCH Many communities implement a bonus density/intensity program to allow for greater development potential. Staff reviewed the development codes of several municipalities that have established bonus density or intensity provisions for their Downtowns or special districts to help provide guidance on best practices for incentivizing more urban development patterns. The communities that were compared include St. Petersburg, Orlando, Tampa, and Fort Lauderdale. Since each community has its own set of variables and conditions for allocating bonus density/intensity (e.g., FAR calculation, parking requirements, use exemptions), none of the communities provide an exact comparison to Clearwater’s Public Amenities Incentive Pool program or density/intensity standards; however, all of the communities provide a specific bonus for a specific improvement. In general, communities that were reviewed have a maximum base density or intensity that is permitted by right and additional bonus may be approved for the inclusion of certain community amenities, design enhancements, or desired mix of uses. The most common bonus criteria are the provision of affordable or workforce housing; incorporating green building practices; meeting design standards; historic preservation; inclusion of preferred uses; and improvements or fee-in- lieu for public amenities, such as parking, transit stops, relocation of utilities and streetscape improvements. For communities with well-defined bonus criteria, only a streamlined staff review and approval is needed to receive the bonus. But, when applicants request significant bonus allocations, criteria are subjective, or provision of public amenities must be negotiated, City Council approval is typically required. 3 PROPOSED APPROACH Since higher densities and intensities may be realized through allocation of units and square feet of floor area in the existing Public Amenities Incentive Pool, staff recommends restructuring the existing Pool mechanism to include a bonus program which would be available for development projects specifically in the Downtown Core. A new two-tier approval system would establish specific bonuses which the Development Review Committee (DRC) is authorized to approve (Tier 1), providing a more streamlined process to achieve Council’s desire to provide for a more definitive bonus that is clear to the development community. Any requests outside of those would continue to utilize the existing negotiated Pool process available to all properties within the Downtown District that requires Community Development Board approval (Tier 2). The new bonus system could allow for greater density and intensity for projects that meet well-defined criteria supporting long term goals of sustainable building design, affordability, public accessibility, and live-work developments while ensuring a quicker approval process by allowing DRC approval. Additionally, the proposed bonus program would bring certainty to the process for property owners and developers by providing specific things that can be added to a project and establishing exactly how much density/intensity they would receive. Conceptually, the bonus system would award increases for projects that will help the city meet its redevelopment objectives. Table 2 below depicts potential criteria recommended to be approvable by the DRC (Tier 1). Bonus density/intensity could be cumulatively “stacked” and added to the base maximum density/intensity of the district. For instance, a mixed-use development project that includes long-term rental and public parking could have a total density of 145 units per acre: 75 UPA (base max) 35 UPA (bonus Rental) + 35 UPA (bonus Public Parking) 145 UPA Additionally, staff proposes to enable a new Countywide Plan provision allowing waivers for the current proportionate density/intensity allocation standard for vertical mixed-use projects throughout the Downtown District to allow both density and intensity to be maximized. In the Downtown Core, bonuses could be allocated in excess of base maximum floor area ratio as well as units per acre. 4 Table 2: Tier 1 Public Amenities Incentive Pool Approval Potential Bonus Criteria for Downtown Core Criteria Maximum Density/Intensity Bonus Minimum 15% Affordable Housing (at or below 80% AMI) or Workforce Housing (80-120% AMI) Minimum 25% Affordable Housing (at or below 80% AMI) or Workforce Housing (80-120% AMI) 20 UPA 40 UPA Achieve LEED Certification or Equivalent 1.0 FAR or 50 UPA or 60 RPA for LEED Silver or Equivalent 1.5 FAR or 75 UPA or 95 RPA for LEED Gold or Equivalent Contributions to Public Amenities Included in an Approved Plan Tied to % of Project Cost (e.g., Imagine Clearwater, Trail Connections, Streetscape- Complete Streets Projects, Capital Improvement Projects) 0.50 FAR or 35 UPA Structured Public Parking Tied to % of Project Cost 0.50 FAR or 35 UPA Mixed Use Projects with Min. 25% GFA Residential Use (Specifically, Long-Term Rental) 0.50 FAR or 35 UPA Hotel Use with Public Function Space (e.g., ballrooms, banquet halls, meeting rooms) 0.25 FAR or 45 RPA Meets Downtown Building Design Standards without the Need to Apply Flexibility Criteria 0.25 FAR or 20 UPA Staff compared the project data of several recent Downtown developments that utilized the Pool to see what densities and intensities were approved beyond the current maximums. Table 3 summarizes three of the most recent projects. Table 3: Recent Downtown Projects with Units Allocated through the Pool Project Allowed Units Pool Units Total Units Effective Density Water’s Edge 331 Cleveland Street 126 31 157 84 UPA Station Square 628 Cleveland Street 64 62 126 130 UPA 1100 Apex* 1100 Cleveland Street 69 65 134 54 UPA *Project located in Prospect Lake versus Downtown Core Character District To ensure that a development project utilizing the Pool does not cumulatively “stack” bonus density and/or intensity depicted in Table 2 to a level that may be incompatible with the Downtown Core without the necessary transportation infrastructure and street network in place to support it, staff is recommending that the maximum allocation of base plus bonus density/intensity be limited to 150 dwelling units an acre, 190 hotel rooms an acre, and 6.0 FAR. This would also serve to ensure that the pool is not quickly depleted by a few largescale development projects. Dwelling units and square feet of floor area from the Pool would continue to be allocated on a first come, first serve basis at the time of development permit approval. Upon expiration of a 5 development permit, the bonus units and square feet of floor area would be returned to the Pool for future allocation. Once units or square feet of floor area are depleted or should hotel use be requested above the current maximum density, the city would continue to allocate from the Pool based on the equivalencies shown in Table 4 which are based on the current maximum density/intensity standards in the Downtown Core: 75 dwelling units per acre, 95 rooms per acre, and 4.0 FAR. For instance, if residential units are depleted but sufficient square feet of floor area remains in the Pool, an applicant could request dwelling units at the rate of 1 additional dwelling unit for each 2,323.20 square feet of nonresidential floor area available in the Pool. Table 4: Existing Clearwater Intensity Equivalencies for Downtown Core Item Standard Maximum Dwelling Units Overnight Accommodations FAR Dwelling Units 75.00 - 1.27 2,323.20 Overnight Accommodations 95.00 0.79 - 1,834.11 FAR 174,240.00 2,323.20 1,834.11 - As is the case today, once the Pool is depleted, the only way to increase density and intensity beyond the maximums established for the Downtown District in the Downtown Redevelopment Plan is through the use of Transfer of Development Rights or by amending the Downtown Plan, which would require approval by Forward Pinellas and the Board of County Commissioners. The city has taken many steps in recent years to promote redevelopment of Downtown Clearwater. Adding a more predictable and clearer bonus option to the Public Amenities Incentive Pool program will help the city realize its vision for a more compact, urban center. This option would provide certainty to both the public and the development community. Developers would benefit through a more streamlined, predictable approval process while the community benefits from more accessible, sustainable development projects. The Planning and Development Department is seeking direction on establishing a two-tiered approach to the allocation of the Public Amenities Incentive Pool as described above. If Council is supportive of this approach or some version of this proposal, the Planning and Development Department will prepare the necessary ordinances and amendments to the Clearwater Downtown Redevelopment Plan and Appendix C of the Community Development Code (Downtown District and Development Standards). |1CITY OF CLEARWATERDowntown Public Amenities Incentive PoolMay 17, 2021 City Council Work Session100 S. Myrtle Ave. | Clearwater, FL 33756www.myclearwater.com |2CITY OF CLEARWATERCOUNTYWIDE RULE CHANGES (2019)Density / Intensity Comparison - Allowable Development PotentialIntensity Measure Existing Clearwater (Downtown Core) Countywide Plan (Urban Center)FAR (floor area ratio) 4.0 8.0Density (residential) 75 units per acre 200 units per acreDensity (hotels) 95 rooms per acre 330 rooms per acre |3CITY OF CLEARWATEREXISTING PUBLIC AMENITIES INCENTIVE POOLPublic Amenities Incentive PoolAvailability(4/30/2021)• 2,326 units• 2,119,667 sq ftAdditional floor area and units are allocated for provision and/or fees in-lieu of certain public amenities•Allows density / intensity above current max•Negotiated process with CDB approval•Available to all Downtown properties•Few projects have requested Pool units or sq ft |4CITY OF CLEARWATERSTAFF RECOMMENDATIONSConsider a 2-Tiered Approval to Existing Pool Program Tier 1 (new)• Streamlined approval by DRC• Applies to Downtown Core only• Predictable allocation based on meeting well-defined criteria• Base maximum density/intensity + “stackable” bonus density/intensity Tier 2 (existing)• Level II approval by CDB• Applies to entire Downtown District• Negotiated allocation based on public amenities and/or fees in-lieu• Max density / intensity is based on negotiated process |5CITY OF CLEARWATEREstablish Well-Defined Bonus Criteria for Tier 1CriteriaMax BonusMinimum 15% Workforce or Affordable Housing Minimum 25% Workforce or Affordable Housing 20 UPA40 UPAAchieve LEED Silver Certification or EquivalentAchieve LEED Gold Certification or Equivalent1.0 FAR or 50 UPA or 60 RPA1.5 FAR or 75 UPA or 95 RPAContributions to Approved Planned Public Amenities 0.50 FAR or 35 UPAStructured Public Parking 0.50 FAR or 35 UPAMixed Use Projects: >25% GFA of Residential (Long-term rental) 0.50 FAR or 35 UPAHotel Use with Public Function Space 0.25 FAR or 45 RPAMeets Downtown Building Design Standards – No Flexibility Needed0.25 FAR or 20 UPA |6CITY OF CLEARWATEREstablish a Bonus MaximumSet a maximum base plus “stacked” bonus density / intensity • Residential – 150 UPA • Hotel – 190 RPA• Nonresidential – 6.0 FAROther Considerations• Pool is finite• Use conversions from Pool allowed – intensity equivalencies• Waiver of proportionate density/intensity for vertical mixed use NEXT STEPSCity Council DirectionIf concepts supported, amend:•Downtown Redevelopment Plan•Appendix C, Downtown District & Design StandardsCommunity benefits from predictability with a bonus program that supports Downtown Redevelopment Plan objectives, while developers benefit from streamlined process and increased predictability. |8CITY OF CLEARWATERDowntown Public Amenities Incentive PoolMay 17, 2021 City Council Work Session100 S. Myrtle Ave. | Clearwater, FL 33756www.myclearwater.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2021-02003 Agenda Date: 5/17/2021 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 Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1770 St. Croix Drive, and pass Ordinances 9448-21, 9449-21, and 9450-21 on first reading. (ANX2021-02003) SUMMARY: This voluntary annexation petition involves a 0.152-acre property consisting of one parcel of land occupied by a single-family dwelling. The property is located on the west side of St. Croix Drive approximately 985 feet north of SR 590. The applicant is requesting annexation in order to receive solid waste service from the City. The property is located within an enclave and is contiguous to existing city boundaries to the east and west. 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 Pinellas County. Sewer service is not readily available to the applicant’s property. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #48 located at 1700 N Belcher Road. The City has adequate capacity to serve this property with solid waste, police, fire, and EMS service. The property will continue to receive water service from Pinellas County. 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. 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. Page 1 City of Clearwater Printed on 5/13/2021 File Number: ANX2021-02003 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 and west; 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 5/13/2021 Ordinance No. 9448-21 ORDINANCE NO. 9448-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF ST CROIX DRIVE, APPROXIMATELY 985 FEET NORTH OF SR 590, WHOSE POST OFFICE ADDRESS IS 1770 ST CROIX DRIVE, CLEARWATER, FLORIDA 33759 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 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 14, Block A, VIRGINIA GROVE TERRACE FIFTH ADDITION, according to the Plat thereof recorded in Plat Book 51, Pages 43 through 44, Public Records of Pinellas County, Florida. (ANX2021-02003) 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. 9448-21 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 943202 2 3 3 1 A A B C 123 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 7 8 9 10 11 12 13 14 15 16 17 18 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 25 26 27 28 29 30 31 32 33 131415 1340.38 ST. CROIX DR EL TRINDAD DR EST. ANTHONY DR N TERRACE DR 1764 1771 1748 1736 1753 1751 1772 1747 1771 1737 1745 1732 1795 1740 1733 1759 1728 1741 1731 1756 1739 1777 1764 1727 1729 1783 1751 1765 1725 282417882797 28501755278017722793 28441760 1746 1765 1777 1730 2843284227761734 1760 1756 17522840 1748 1754 1758 1 7 3 02832 1768 1748 2 8 0 62812277327851738 1759 1751 1755 1729 17522770 1 7 34 1761 1 7 3 3 1767 1 7 2 7 172327891782 28361776 17732828 1 744 1768 1740 1770 28231721 1789 1724 1749 1737 1741 1 7 2 6 1735 -Not to Scale--Not a Survey-Rev. 2/24/2021 Proposed Annexation Map Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9449-21 ORDINANCE NO. 9449-21 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 WEST SIDE OF ST CROIX DRIVE, APPROXIMATELY 985 FEET NORTH OF SR 590, WHOSE POST OFFICE ADDRESS IS 1770 ST CROIX DRIVE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 14, Block A, VIRGINIA GROVE TERRACE FIFTH ADDITION, according to the Plat thereof recorded in Plat Book 51, Pages 43 through 44, Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2021-02003) 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. 9448-21. Ordinance No. 9449-21 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 943202 2 3 3 1 A A B C 123 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 7 8 9 10 11 12 13 14 15 16 17 18 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 25 26 27 28 29 30 31 32 33 131415 1340.38 I RL RU RURL RU RL RL RU PP RU ST. CROIX DR EL TRINDAD DR EST. ANTHONY DR N TERRACE DR 1764 1771 1748 1736 1753 1751 1772 1747 1771 1737 1745 1732 1795 1740 1733 1759 1728 1731 1756 1739 1777 1764 1727 1729 1783 1765 1725 282417882797 2850278017722793 28441760 1746 1765 2843284227761734 1760 1756 17522840 1748 1754 1758 1 7 3 02832 1768 1748 2 8 06 281227731738 1759 1751 1729 1752 1 7 3 4 1761 1 7 3 3 1767 1 7 2 7 172327891782 28361776 17732828 1 7 4 4 1768 1770 28231721 1741 1789 1751 1724 1755 1749 1777 1730 1737 174127851755 1 7 2 6 173527701740 -Not to Scale--Not a Survey-Rev. 2/24/2021 Proposed Future Land Use Map Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9450-21 ORDINANCE NO. 9450-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF ST CROIX DRIVE, APPROXIMATELY 985 FEET NORTH OF SR 590, WHOSE POST OFFICE ADDRESS IS 1770 ST CROIX DRIVE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described 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. 9448-21. Property Zoning District Lot 14, Block A, VIRGINIA GROVE TERRACE FIFTH ADDITION, according to the Plat thereof recorded in Plat Book 51, Pages 43 through 44, Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2021-02003) Ordinance No. 9450-21 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 943202 2 3 3 1 A A B C 123 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 7 8 9 10 11 12 13 14 15 16 17 18 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 25 26 27 28 29 30 31 32 33 131415 1340.38 LMDR ST. CROIX DR EL TRINDAD DR EST. ANTHONY DR N TERRACE DR 1764 1771 1748 1736 1753 1751 1772 1747 1771 1737 1745 1732 1795 1740 1733 1759 1728 1741 1731 1756 1739 1777 1764 1727 1729 1783 1751 1765 1725 282417882797 28501755278017722793 28441760 1746 1765 1730 2843284227761734 1760 1756 17522840 1748 1754 1758 1 7 3 02832 1768 1748 2 8 06 2812277327851738 1751 1755 1729 17522770 1 7 3 4 1761 1 7 3 3 1767 1 7 2 7 172327891782 28361776 17732828 1 7 4 4 1768 1740 1770 28231721 1789 1724 1749 1777 1737 1741 1759 1 7 2 6 1735 -Not to Scale--Not a Survey-Rev. 2/24/2021 Proposed Zoning Map Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) SR 590 ST. CROIX DR ST. JOHN DR GROVE DR DIANE DR THOMAS DR CR 193 CATHERINE DR EL TRINDAD DR ESUE DR SARAH DR N TERRACE DR LORI DR SKYLAND DR ST. ANTHONY DR MORNINGSIDE DR DIANE TER W O O D R IN G D R PROJECT SITE -Not to Scale--Not a Survey-Rev. 2/24/2021 Location Map Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) ST. CROIX DR ST. CROIX DR EL TRINDAD DR EEL TRINDAD DR EST. ANTHONY DR ST. ANTHONY DR N TERRACE DRN TERRACE DR -Not to Scale--Not a Survey-Rev. 2/24/2021 Aerial Photograph Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) 943202 2 3 3 1 A A B C 123 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 7 8 9 10 11 12 13 14 15 16 17 18 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 7 8 9 10 11 12 13 14 1516 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 25 26 27 28 29 30 31 32 33 131415 1340.38 ST. CROIX DR EL TRINDAD DR EST. ANTHONY DR N TERRACE DR 1764 1771 1748 1736 1753 1751 1772 1747 1771 1737 1745 1732 1795 1740 1733 1759 1728 1741 1731 1756 1739 1777 1764 1727 1729 1783 1751 1765 1725 282417882797 28501755278017722793 28441760 1746 1765 1777 1730 2843284227761734 1760 1756 17522840 1748 1754 1758 1 7 3 02832 1768 1748 2 8 0 62812277327851738 1759 1751 1755 1729 17522770 1 7 3 4 1761 1 7 3 3 1767 1 7 2 7 172327891782 28361776 17732828 1 7 4 4 1768 1740 1770 28231721 1789 1724 1749 1737 1741 1 7 2 6 1735 -Not to Scale--Not a Survey-Rev. 2/24/2021 Existing Surrounding Uses Map Owner(s): Allen G. Breen & Nancy L. Breen Case: ANX2021-02003 Site: 1770 St Croix Drive Property Size(Acres): ROW (Acres): 0.152 Land Use Zoning PIN: 05-29-16-94410-001-0140 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 264B To: Residential Low (RL) Low Medium Density Residential (LMDR) Single Family Residential Single Family Residential ANX2021-02003 Allen G. Breen & Nancy L. Breen 1770 St Croix Drive View looking west at subject property, 1770 St Croix Drive South of subject property North of subject property East of subject property, across St Croix Drive View looking northerly along St Croix Drive View looking southerly along St Croix Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2021-03004 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.3 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 1881 Montclair Road and pass Ordinances 9451-21, 9452-21, and 9453-21 on first reading. (ANX2021-03004) SUMMARY: This voluntary annexation petition involves a 0.642-acre property consisting of one parcel of land occupied by a single-family dwelling. The property is located on the southwest corner of Montclair Road and Seton Drive. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the City. The property is located within an enclave and is contiguous to existing city boundaries on all sides; therefore, the annexation will eliminate an enclave. 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 Seton Drive right -of-way. The applicant has not paid the City's sewer impact and assessment fees and is aware that the fees must be paid in full prior to connection and 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 III and service will be administered through the district headquarters located at 2851 N McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #48 located at 1700 N Belcher Road. 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. Page 1 City of Clearwater Printed on 5/13/2021 File Number: ANX2021-03004 Objective A.7.2 Diversify and expand the City’s tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Policy A.7.2.3 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 on all sides; 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 5/13/2021 Ordinance No. 9451-21 ORDINANCE NO. 9451-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTHWEST CORNER OF MONTCLAIR ROAD AND SETON DRIVE, WHOSE POST OFFICE ADDRESS IS 1881 MONTCLAIR ROAD, CLEARWATER, FLORIDA 33763 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 owners of the real property described herein and depicted on the map attached hereto as Exhibit B 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: See attached Exhibit A for legal description; (ANX2021-03004) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9451-21 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  ANX2021‐03004, 1881 Montclair Road, 01‐29‐15‐00000‐230‐0200  From the NE corner of the SW ¼ of the NW ¼ of Section 1, Twp. 29 S, Rge. 15 E, run South  0°05’22” E along the 40 acre line 33.00 feet to the S right of way line of County Road 32. Thence  run N 89°12’34” W along said right of way line 52.58 feet. Thence run S 86°22’53” W continuing  on said right of way line 148.01 feet for a Point of Beginning. Thence run S 0°05’22” E 200.00  feet. Thence run S 86°22’53” W 140.27 feet. Thence run N 0°05’22” W 200.00 feet to the S right  of way line of County Road 32. Thence run N 86°22’53” E 140.27 feet to point of beginning.  Subject to easement of the Easterly 30 ft. thereof for ingress and egress and for public utilities.  Exhibit B PROPOSED ANNEXATION Owner(s): Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To: Residential Urban (RU) Low Medium Density Residential (LMDR) 93629 8829983 84 85 86 87 88 89 90 91 44 43 42 41 40 39 38 37 30 31 32 33 34 35 36 100 101 102 103 104 105 106 107 99 98 97 96 95 94 93 92 42 41 40 39 38 1 2 3 4 5 6 87 9 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 192 191 190 189 188 187 186 185 184 183 197 198 199 200 201 202 21 20 19 18 17 16 15 14 51 52 23 24 25 26 27 28 50 49 48 47 46 45 22 4.90 23/03 23/02 23/01 200(S)35 710 755.04 309140.27 200140.27 2008 4 2 .1 2 AC SETON DR MONTCLAIR RD DAWN DR HASTINGS DR LOS LOMAS DR RADCLIFFE DR N OAK BARK CT 1839185118451850182718771845185118391998183818571862185718441868186318561833186918732039 1994 1971 19991856 18141956 194520341966 19771862 2033 1850188018342001 1987 1983 19621844 1951194718382038 18322040 2026 1982 2008 18161970 2016 1984 1955 1967 1973 1966 1954 2033 1960 1972 1961 1990 1978 1979 1985 2053 2045 18682047 2052 2044 1976 119122030 2051 19461 8 9 4 2009 2021 19482038 2027 2043 1993 2046 20422042 190619492049 2046 2015 2052 2050 18902048 2036 2041 2044 2050 2048 18812040 -Not to Scale--Not a Survey-Rev. 3/22/2021 Ordinance No. 9452-21 ORDINANCE NO. 9452-21 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 SOUTHWEST CORNER OF MONTCLAIR ROAD AND SETON DRIVE, WHOSE POST OFFICE ADDRESS IS 1881 MONTCLAIR ROAD, CLEARWATER, FLORIDA 33763 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 See attached Exhibit A for legal description; Residential Urban (RU) (ANX2021-03004) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9451-21. Ordinance No. 9452-21 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  ANX2021‐03004, 1881 Montclair Road, 01‐29‐15‐00000‐230‐0200  From the NE corner of the SW ¼ of the NW ¼ of Section 1, Twp. 29 S, Rge. 15 E, run South  0°05’22” E along the 40 acre line 33.00 feet to the S right of way line of County Road 32. Thence  run N 89°12’34” W along said right of way line 52.58 feet. Thence run S 86°22’53” W continuing  on said right of way line 148.01 feet for a Point of Beginning. Thence run S 0°05’22” E 200.00  feet. Thence run S 86°22’53” W 140.27 feet. Thence run N 0°05’22” W 200.00 feet to the S right  of way line of County Road 32. Thence run N 86°22’53” E 140.27 feet to point of beginning.  Subject to easement of the Easterly 30 ft. thereof for ingress and egress and for public utilities.  Exhibit B PROPOSED FUTURE LAND USE MAP Owner(s): Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To: Residential Urban (RU) Low Medium Density Residential (LMDR) 93629 8829983 84 85 86 87 88 89 90 91 44 43 42 41 40 39 38 37 30 31 32 33 34 35 36 100 101 102 103 104 105 106 107 99 98 97 96 95 94 93 92 42 41 40 39 38 1 2 3 4 5 6 87 9 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 192 191 190 189 188 187 186 185 184 183 197 198 199 200 201 202 21 20 19 18 17 16 15 14 51 52 23 24 25 26 27 28 50 49 48 47 46 45 22 4.90 23/03 23/02 23/01 200(S)35 710 755.04 309140.27 200140.27 2008 4 2 .1 2 AC RU RU RU RM R/OS RU RU RU RLM RU RLM SETON DR MONTCLAIR RD DAWN DR HASTINGS DR LOS LOMAS DR RADCLIFFE DR N OAK BARK CT 183918511845185018271877184518391998183818571862185718441868186318561833186918732039 1994 1971 19991856 18141956 194519661862 2033 1850188018342001 1987 1983 19621844 1951194718382038 18322040 2026 2008 18161970 2016 1984 1955 1967 1973 19661851 1954 2033 1960 1972 1961 1990 1978 1979 1985 2053 2045 18682047 2052 2044 1976 119122030 2051 19461 8 9 4 2009 20342021 19481977 2038 2027 2043 1993 2046 20422042 190619492049 2046 2015 2052 2050 18901982 2048 2036 2041 2044 2050 2048 18812040 -Not to Scale--Not a Survey-Rev. 4/22/2021 Ordinance No. 9453-21 ORDINANCE NO. 9453-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTHWEST CORNER OF MONTCLAIR ROAD AND SETON DRIVE, WHOSE POST OFFICE ADDRESS IS 1881 MONTCLAIR ROAD, CLEARWATER, FLORIDA 33763, 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 B is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9451-21. Property Zoning District See attached Exhibit A for legal description; Low Medium Density Residential (LMDR) (ANX2021-03004) Ordinance No. 9453-21 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  ANX2021‐03004, 1881 Montclair Road, 01‐29‐15‐00000‐230‐0200  From the NE corner of the SW ¼ of the NW ¼ of Section 1, Twp. 29 S, Rge. 15 E, run South  0°05’22” E along the 40 acre line 33.00 feet to the S right of way line of County Road 32. Thence  run N 89°12’34” W along said right of way line 52.58 feet. Thence run S 86°22’53” W continuing  on said right of way line 148.01 feet for a Point of Beginning. Thence run S 0°05’22” E 200.00  feet. Thence run S 86°22’53” W 140.27 feet. Thence run N 0°05’22” W 200.00 feet to the S right  of way line of County Road 32. Thence run N 86°22’53” E 140.27 feet to point of beginning.  Subject to easement of the Easterly 30 ft. thereof for ingress and egress and for public utilities.  Exhibit B PROPOSED ZONING MAP Owner(s):Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To:Residential Urban (RU) Low Medium Density Residential (LMDR) 93629 8829983 84 85 86 87 88 89 90 91 44 43 42 41 40 39 38 37 30 31 32 33 34 35 36 100 101 102 103 104 105 106 107 99 98 97 96 95 94 93 92 42 41 40 39 38 1 2 3 4 5 6 87 9 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 192 191 190 189 188 187 186 185 184 183 197 198 199 200 201 202 21 20 19 18 17 16 15 14 51 52 23 24 25 26 27 28 50 49 48 47 46 45 22 4.90 23/03 23/02 23/01 200(S)35 710 755.04 309140.27 200140.27 2008 4 2 .1 2 AC LMDR OS/R MDR MDR SETONDRMONTCLAIR RD DAWN DR HASTINGSDRLOSLOMASDROAKBARKCT183918511845185018271877184518511839 1998183818571862185718441868186318561833186918732039 1994 1971 19991856 18141956 1945203419771862 2033 1850188018342001 1987 19831844 1951194718382038 18322040 2026 1982 2008 1970 2016 1984 1955 1967 1973 1966 1954 2033 1960 1972 1961 1990 1978 1979 1985 2053 2045 18682047 2052 2044 1976 119122030 2051 19461 8 9 4 2009 1966 2021 19482038 2027 2043 1993 2046 20422042 19061962 19492049 2046 2015 2052 2050 18902048 2036 18162041 2044 2050 2048 18812040 -Not to Scale--Not a Survey-Rev. 3/22/2021 LOCATION MAP Owner(s): Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To: Residential Urban (RU) Low Medium Density Residential (LMDR) SETON DR N KEENE RD MONTCLAIR RD SUNSET POINT RD N HERCULES AVE DAWN DR HASTINGS DR RADCLIFFE DR NLOS LOMAS DR MONICA DR FRANCIS DR BARRINGTON DR N BARRINGTON DR WSANTIAGO WAY SLOMA LINDA WAY SMADRID CT NMADRID CT SSETON CT ^ PROJECT SITE -Not to Scale--Not a Survey-Rev. 3/22/2021 AERIAL PHOTOGRAPH Owner(s): Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To: Residential Urban (RU) Low Medium Density Residential (LMDR) SETON DR SETON DR MONTCLAIR RD MONTCLAIR RD DAWN DR DAWN DR HASTINGS DR HASTINGS DR LOS LOMAS DR LOS LOMAS DR OAK BARK CT OAK BARK CT -Not to Scale--Not a Survey-Rev. 3/9/2021 EXISTING SURROUNDING USES MAP Owner(s): Richard H. Ross Dixie D. Ross Case: ANX2021-03004 Site: 1881 Montclair Road Property Size(Acres): ROW (Acres): 0.642 Land Use Zoning PIN: 01-29-15-00000-230-0200 From : Residential Urban (RU) R-A Residential Agricultural Atlas Page: 253A To: Residential Urban (RU) Low Medium Density Residential (LMDR) 93629 8829983 84 85 86 87 88 89 90 91 44 43 42 41 40 39 38 37 30 31 32 33 34 35 36 100 101 102 103 104 105 106 107 99 98 97 96 95 94 93 92 42 41 40 39 38 1 2 3 4 5 6 87 9 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 192 191 190 189 188 187 186 185 184 183 197 198 199 200 201 202 21 20 19 18 17 16 15 14 51 52 23 24 25 26 27 28 50 49 48 47 46 45 22 4.90 23/03 23/02 23/01 200(S)35 710 755.04 309140.27 200140.27 2008 4 2 .1 2 AC SETON DR MONTCLAIR RD DAWN DR HASTINGS DR LOS LOMAS DR RADCLIFFE DR N OAK BARK CT 1839185118451850182718771845185118391998183818571862185718441868186318561833186918732039 1994 1971 19991856 18141956 194520341966 19771862 2033 1850188018342001 1987 1983 19621844 1951194718382038 18322040 2026 1982 2008 18161970 2016 1984 1955 1967 1973 1966 1954 2033 1960 1972 1961 1990 1978 1979 1985 2053 2045 18682047 2052 2044 1976 119122030 2051 19461 8 9 4 2009 2021 19482038 2027 2043 1993 2046 20422042 190619492049 2046 2015 2052 2050 18902048 2036 2041 2044 2050 2048 18812040 -Not to Scale--Not a Survey-Rev. 3/22/2021 Park Multi-Family Residential Single Family Residential Single Family Residential Single Family Residential ANX2021-03004 Richard H. & Dixie D. Ross 1881 Montclair Road View looking south at subject property 1881 Montclair Road West of the subject property East of the subject property Across the street, to the north of the subject property View looking easterly along Montclair Road View looking westerly along Montclair Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9122 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve Clearwater Airpark 2020 Master Plan Update. (consent) SUMMARY: City Council approved the current Airpark Master Plan in September 2000. The Florida of Transportation (FDOT) provided 80% of the $100,000 fee associated with this 2020 Master Plan Update also known as the Airport Layout Plan (ALP). This Plan examines existing facilities and projects future needs upon forecasts of aircraft operations. The goal is to provide the City with a flexible plan for future development over the next 20 years in accordance with design standards established and approved by the Federal Aviation Administration (FAA) and the FDOT. A total of 24 Capital Improvement Projects (CIP) have been identified, which are all programmed within this 20-year plan. Approval of this Master Plan Update by City Council makes all the projects identified eligible for grant consideration. It is important to note that only the City has the authority to advance projects identified in this plan. Project’s moving forward will be only those which are deemed to in the best interest of the Airpark and City of Clearwater residents, with the understanding that not all projects in the plan will be realized. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/13/2021 Final Airpark Layout Plan February 2020 Drawing Set and Narrative Report for the Clearwater Airpark Prepared for: City of Clearwater Marine and Aviation Department 25 Causeway Blvd. Clearwater, FL 33676 727.462.6954 Prepared by: AECOM  7650 W. Courtney Campbell Causeway  Tampa, FL 33607-1462 City of Clearwater ii Clearwater Airpark Layout Plan TABLE OF CONTENTS Section Page 1.0 AVIATION ACTIVITY FORECASTS .............................................................................1-1 1.1 Introduction .......................................................................................................1-1 1.2 Overview ...........................................................................................................1-1 1.3 Aircraft Operations Forecast .............................................................................1-1 1.3.1 Itinerant & Local Operations Forecast ...................................................1-3 1.3.1.1 Air Charter / Air Taxi Operations ..............................................1-4 1.3.1.2 General Aviation Operations ...................................................1-4 1.3.1.3 Military Operations ..................................................................1-4 1.3.1.4 Instrument Operations.............................................................1-4 1.4 Based Aircraft Forecast .....................................................................................1-5 1.4.1 Aircraft Fleet Mix ...................................................................................1-6 1.5 Critical Aircraft ...................................................................................................1-8 1.6 Operational Peaks ............................................................................................1-8 1.7 Forecast Comparison to FAA TAF .....................................................................1-9 2.0 AIRPARK DEMAND / CAPACITY ANALYSIS AND IDENTIFICATION OF FACILITY DEVELOPMENT NEEDS ............................................................................2-1 2.1 Introduction .......................................................................................................2-1 2.2 Critical Aircraft ...................................................................................................2-2 2.3 Airside Facilities ................................................................................................2-3 2.3.1 Runway System ....................................................................................2-3 2.3.2 Number of Runways ..............................................................................2-4 2.3.3 Runway Length Requirements ..............................................................2-4 2.3.4 Runway Geometry and Safety ...............................................................2-4 2.4 Taxiway System ................................................................................................2-6 2.4.1 Taxiway Design .....................................................................................2-7 2.4.2 Taxiway Configurations ..........................................................................2-9 2.4.3 Pavement Condition ..............................................................................2-9 2.4.4 Navigational Aids ................................................................................. 2-10 2.5 General Aviation Facilities ............................................................................... 2-11 2.5.1 Aircraft Parking & Storage ................................................................... 2-11 2.5.1.1 Aircraft Hangars .................................................................... 2-11 2.5.1.2 Aircraft Parking Apron ........................................................... 2-12 2.5.2 Terminal............................................................................................... 2-13 2.5.3 Vehicle Parking.................................................................................... 2-13 2.6 Support Facilities ............................................................................................ 2-14 2.6.1 Airport Maintenance ............................................................................ 2-14 2.6.2 Fuel Storage ........................................................................................ 2-14 2.7 Land Use ........................................................................................................ 2-15 2.8 Summary of Recommendations ...................................................................... 2-16 3.0 ALTERNATIVES ANALYSIS ........................................................................................3-1 3.1 Introduction .......................................................................................................3-1 3.2 Evaluation Criteria .............................................................................................3-2 3.3 Development Constraints ..................................................................................3-2 3.3.1 Infrastructure Constraints ......................................................................3-3 3.3.2 Environmental Constraints ....................................................................3-3 3.3.3 Operational Constraints .........................................................................3-3 City of Clearwater iii Clearwater Airpark Layout Plan 3.4 Development Alternatives .................................................................................3-4 3.4.1 T-Hangars .............................................................................................3-6 3.4.1.1 Alternative 1 ............................................................................3-6 3.4.1.2 Alternative 2 ............................................................................3-7 3.4.1.3 T-Hangar Alternatives Evaluation ............................................3-8 3.4.2 Conventional Hangars ...........................................................................3-9 3.4.2.1 Alternative 1 ............................................................................3-9 3.4.2.2 Alternative 2 ............................................................................3-9 3.4.2.3 Alternative 3 ............................................................................3-9 3.4.2.4 Conventional Hangar Alternatives Evaluation ........................ 3-10 3.4.3 Terminal............................................................................................... 3-11 3.4.3.1 Alternative 1 .......................................................................... 3-12 3.4.3.2 Alternative 2A ....................................................................... 3-13 3.4.3.3 Alternative 2B ....................................................................... 3-14 3.4.3.5 Terminal Alternatives Evaluation ........................................... 3-15 3.4.4 Navigational Aids ................................................................................. 3-15 3.4.5 Recommended Development Plan ...................................................... 3-17 3.4.6 Land Use ............................................................................................. 3-18 4.0 FACILITIES IMPLEMENTATION PLAN .......................................................................4-1 4.1 Introduction .......................................................................................................4-1 4.2 Project List and Descriptions .............................................................................4-1 4.2.1 Airfield Projects .....................................................................................4-1 4.2.1.1 Relocate Taxiway A6 ...............................................................4-1 4.2.1.2 Construct Blast Pads ..............................................................4-1 4.2.1.3 Property Acquisition at Runway 34 End ..................................4-1 4.2.1.4 Avigation Easement for Parcels within Runway 34 RPZs ........4-2 4.2.1.5 Avigation Easement for Parcels within Runway 16 RPZs ........4-2 4.2.2 Terminal Projects ...................................................................................4-2 4.2.2.1 Construct New Terminal ..........................................................4-2 4.2.2.2 Expand Vehicle Parking Lot ....................................................4-2 4.2.3 General Aviation Projects ......................................................................4-2 4.2.3.1 Replace Shade Hangars with T-Hangars ................................4-2 4.2.3.2 Expand Transient Aircraft Parking Area ...................................4-3 4.2.3.3 Reconstruct Transient Aircraft Parking Area ............................4-3 4.2.3.4 Construct New Conventional Hangar and Apron .....................4-3 4.2.3.5 Rehabilitate Existing Tampa Bay Aviation Hangar Apron .........4-3 4.2.3.6 Rehabilitate Existing Taxilanes (Row K and Transient access) 4-3 4.2.3.7 Construct New T-Hangar on Existing Row J Parking ...............4-3 4.2.3.8 Rehabilitate Row J and Row I Taxilanes ..................................4-3 4.2.3.9 Reconstruct Existing Bender Aviation Apron ...........................4-4 4.2.3.10 Rehabilitate Existing T-Hangar Taxilanes ................................4-4 4.2.3.11 Reconfigure Aircraft Parking Area ...........................................4-4 4.2.3.12 Construct New Conventional Hangar, Access Taxiway, and Apron ......................................................................................4-4 4.2.3.13 Construct New T-Hangar and Taxilanes ..................................4-4 4.2.4 Support Projects ....................................................................................4-4 4.2.4.1 Install Rotating Beacon ...........................................................4-4 4.2.4.2 Construct Maintenance Shed ..................................................4-4 4.2.4.3 Security Upgrades ..................................................................4-5 4.2.4.4 Airfield Lighting Update ...........................................................4-5 4.3 Project Cost Estimates ......................................................................................4-5 4.4 Project Phasing .................................................................................................4-6 City of Clearwater iv Clearwater Airpark Layout Plan 4.4.1 Short-Term Projects ...............................................................................4-8 4.4.2 Intermediate-Term Projects....................................................................4-9 4.4.3 Long-Term Projects ............................................................................. 4-10 5.0 CAPITAL IMPROVEMENT PHASING PLAN ...............................................................5-1 5.1 Introduction .......................................................................................................5-1 5.2 Airport Development Plan .................................................................................5-1 5.3 Funding Sources ...............................................................................................5-3 5.3.1 State Funding Program .........................................................................5-3 5.3.2 Local Funding ........................................................................................5-4 5.4 Pavement Maintenance Plan ............................................................................5-6 5.5 Financial Plan Recommendations .....................................................................5-6 5.5.1 Airport Revenue Opportunities ..............................................................5-6 5.6 Airport Development Recommendations ...........................................................5-7 5.7 Continuous Planning Process ...........................................................................5-7 5.8 Conclusion ........................................................................................................5-8 List of Figures Figure 1.1 Aircraft Operations Forecasts............................................................................1-3 Figure 1.2 Based Aircraft Forecasts ...................................................................................1-6 Figure 1.3 Based Aircraft Fleet Mix Forecast .....................................................................1-7 Figure 2.1 FAA Taxiway Design Groups .............................................................................2-3 Figure 2.2 Existing Aircraft Parking Areas ..........................................................................2-8 Figure 2.3 Non-Standard Taxiway Configurations ..............................................................2-9 Figure 2.4 FDOT 2015 Pavement Condition Report ...........................................................2-9 Figure 3.1 Development Constraints ..................................................................................3-3 Figure 3.2 Existing Hardstand Parking Areas .....................................................................3-4 Figure 3.3 Standard Recommended Improvements ...........................................................3-5 Figure 3.4 T-Hangars - Alternative 1 ..................................................................................3-6 Figure 3.5 T-Hangars - Alternative 2 ..................................................................................3-7 Figure 3.6 Conventional Hangar Alternative Locations .......................................................3-9 Figure 3.7 Terminal Area .................................................................................................. 3-11 Figure 3.8 Terminal Expansion - Alternative 1 .................................................................. 3-12 Figure 3.9 Terminal Expansion - Alternative 2A ................................................................ 3-13 Figure 3.10 Terminal Expansion - Alternative 2B ................................................................ 3-14 Figure 3.11 Typical Beacon Towers ................................................................................... 3-16 Figure 3.12 Recommended Development Plan .................................................................. 3-17 Figure 3.13 Existing On-Airport Land Uses ........................................................................ 3-18 Figure 3.14 Potential Future On-Airport Land Uses ........................................................... 3-19 Figure 4.1 Preliminary Phasing Schedule for CIP Projects .................................................4-7 Figure 4.2 Short-Term Project Locations ............................................................................4-8 Figure 4.3 Intermediate-Term Project Locations .................................................................4-9 Figure 4.4 Long-Term Project Locations .......................................................................... 4-10 List of Tables Table 1.1 Aircraft Operations Forecast for Clearwater Airpark ..........................................1-2 Table 1.2 FAA Terminal Area Forecast Aircraft Operations by Category and Type ............1-4 Table 1.3 Itinerant vs. Local Aircraft Operations ................................................................1-4 City of Clearwater v Clearwater Airpark Layout Plan Table 1.4 Based Aircraft Forecast .....................................................................................1-5 Table 1.5 Aircraft Fleet Mix Forecast ................................................................................1-7 Table 1.6 Operational Peaks ............................................................................................1-9 Table 1.7 Summary of Aviation Activity Forecasts ........................................................... 1-10 Table 1.8 Comparison of Derived and FAA TAF Forecast ............................................... 1-11 Table 2.1 Runway Design Code Classifications ................................................................2-2 Table 2.2 Wind Coverage .................................................................................................2-4 Table 2.3 Existing Runway Design ...................................................................................2-6 Table 2.4 FAA Taxiway Standards ....................................................................................2-7 Table 2.5 Aircraft Parking and Hangar Storage Requirements ........................................ 2-11 Table 2.6 GA Terminal Building Size Recommendation .................................................. 2-13 Table 2.7 GA Terminal Vehicle Parking Space Recommendations .................................. 2-13 Table 2.8 Fuel Storage Capacity Recommendations ...................................................... 2-15 Table 3.1 T-Hangar Alternatives Evaluation ......................................................................3-8 Table 3.2 Conventional Hangar Alternatives Evaluation .................................................. 3-10 Table 3.3 Terminal Alternatives Evaluation ..................................................................... 3-15 Table 4.1 Short-Term Projects and Estimated Costs .........................................................4-8 Table 4.2 Intermediate-Term Projects and Estimated Costs ..............................................4-9 Table 4.3 Long-Term Projects and Estimated Costs ....................................................... 4-10 Table 5.1 Financial Development Plan Over 20 Years ......................................................5-2 Table 5.2 Pavement Maintenance Schedule .....................................................................5-6 City of Clearwater 1-1 Clearwater Airpark Layout Plan Section 1.0 AVIATION ACTIVITY FORECASTS 1.1 Introduction The City of Clearwater (“City”) is updating the Airport Layout Plan (ALP) and Capital Improvement Program (CIP) for the Clearwater Airpark (CLW or Airpark) based on existing and anticipated demand. The Airpark has experienced increasing demand for use of their facilities over the past few years and has identified an immediate need for additional and/or improved facilities, including aircraft storage and terminal facilities. Accordingly, a new forecast of aviation activity levels was developed to serve as the basis for identifying the facilities required in the near-term (0-5 years), intermediate-term (6-10 years), and long-term (11-20 year) planning periods. 1.2 Overview Accurate historical data regarding the number of operations conducted at CLW is not available. However, CLW has determined that the forecasts developed by the Florida Department of Transportation (FDOT) provide a reasonable outlook of aviation activity at the Airpark. The existing FDOT forecasts were developed in 2015 for the planning period from 2016-2035 as part of the Continuing Florida Aviation System Planning Process (CFASPP). Since the 20-year forecast planning period for this ALP Update is 2018-2038, forecasts for the 3 years between 2036-2038 were projected based on the FDOT’s Average Annual Growth Rate (AAGR) of 1.00% for aircraft operations and 0.51% for based aircraft. The FDOT’s forecast provided the basis for additional aviation activity forecasts developed for CLW, including: • Itinerant versus local operations; • Instrument operations; • Fleet mix (aircraft type); and • Operational Peaks. All forecasts have a degree of error from the actual activity levels that occur after their publication. Therefore, the forecasts presented in this section should be reviewed with that fact in mind. 1.3 Aircraft Operations Forecast The FDOT forecast of aircraft operations, including projections for 2036-2038 developed for this ALP Update, are summarized in Table 1.1. The Federal Aviation Administration (FAA) January 2018 Terminal Area Forecast (TAF) for CLW is also provided for reference. However, the FAA TAF does not include any growth in aircraft operations and therefore, was not used for the purposes of these forecasts. City of Clearwater 1-2 Clearwater Airpark Layout Plan Table 1.1 Aircraft Operations Forecast for Clearwater Airpark Year Historical FAA TAF FDOT1 2014 50,590 50,590 2015 51,096 50,590 2016 51,607 50,590 2017 52,123 50,590 2018 50,590 52,644 2019 50,590 53,171 2020 50,590 53,702 2021 50,590 54,239 2022 50,590 54,782 2023 50,590 55,330 2024 50,590 55,883 2025 50,590 56,442 2026 50,590 57,006 2027 50,590 57,576 2028 50,590 58,152 2029 50,590 58,733 2030 50,590 59,321 2031 50,590 59,914 2032 50,590 60,513 2033 50,590 61,118 2034 50,590 61,729 2035 50,590 62,346 2036 50,590 62,970 2037 50,590 63,599 2038 50,590 64,235 Average Annual Growth Rate Short-term (2018-2023) 0.00% 1.20% Intermediate-term (2024-2028) 0.00% 1.00% Long-Term (2029-2038) 0.00% 1.00% Change (2018-2038) 0.00% 23.24% Source: FDOT (2015); FAA TAF (2018) 1 forecasts for years 2036-2038 projected based on FDOT 20-year AAGR for period 2016-2035 City of Clearwater 1-3 Clearwater Airpark Layout Plan Figure 1.1 Aircraft Operations Forecasts Source: FDOT (2015); FAA TAF (2018) 1.3.1 Itinerant & Local Operations Forecast Aircraft operations are defined as the number of arrivals and departures from the airport, including touch and go’s. These operations are categorized as either local or itinerant. • Local operations are those performed by aircraft that are based at the airport and that operate in the local traffic pattern or within sight of the airport • Itinerant operations are operations performed by an aircraft that lands at an airport, arriving from outside the airport area, or departs an airport and leaves the airport area or local airspace. Aircraft operations are also further classified by the type of user such as Air Carrier, Air Charter/Air Taxi, GA, and Military. The FDOT FASP provides an overall forecast of aircraft operations but does not separate the category of operations or the user. Therefore, for the purposes of this analysis, the percentages used in the FAA TAF and summarized in Table 1.2 were used. Table 1.3 summarizes the forecast of local and itinerant aircraft operations in 2018 and at the end of each planning period. 30,000 35,000 40,000 45,000 50,000 55,000 60,000 65,000 70,000 Aircraft OperationsHistorical FAA TAF FDOT City of Clearwater 1-4 Clearwater Airpark Layout Plan Table 1.2 FAA Terminal Area Forecast Aircraft Operations by Category and Type Itinerant Operations Local Operations Percentage of Total Air Carrier Air Taxi GA Military Total GA (Civil) Military Total 0.0% .06% 9.96% .05% 10.07% 89.93% 0.0% 89.93% Source: FAA TAF (2018) Table 1.3 Itinerant vs. Local Aircraft Operations Year Itinerant Operations Local Operations Total Air Carrier Air Taxi GA Military Total GA (Civil) Military Total 2018 0 31 5,245 25 5,301 47,343 0 47,343 52,644 2023 0 33 5,512 25 5,570 49,760 0 49,760 55,330 2028 0 34 5,794 25 5,853 52,299 0 52,299 58,152 2033 0 36 6,089 25 6,151 54,967 0 54,967 61,118 2038 0 38 6,400 25 6,463 57,772 0 57,772 64,235 Source: FDOT (2015); FAA TAF (2018) 1.3.1.1 Air Charter / Air Taxi Operations Air taxi activity includes operations regulated by the FAA under Federal Aviation Regulations (FAR) Part 135 such as on-demand passenger service (charter and fractional), small parcel transport (cargo), and air ambulance activity. Air taxi activity at CLW currently includes occasional charter and air ambulance flights. 1.3.1.2 General Aviation Operations General Aviation (GA) is the term used to describe a diverse range of aviation activities including all segments of the aviation industry, except for commercial air carriers and military. GA includes common activities such as pilot training, recreational flying, agricultural applications, medical support, and other business and corporate uses. General aviation aircraft can range from small glider and single engine aircraft to large turboprop and jet powered aircraft. In fact, some larger commercial airline aircraft models such as the Boeing 737, known as the Boeing Business Jet (BBJ), have been converted for general aviation uses. GA is the primary type of activity at CLW, accounting for approximately 99 percent of all activity, including flight training activities offered by Tampa Bay Aviation. 1.3.1.3 Military Operations Military operations at CLW are relatively limited, consisting primarily of Florida National Guard helicopters and smaller fixed wing aircraft. This activity is typically in support of emergency response operations. 1.3.1.4 Instrument Operations Instrument operations to and from CLW are handled through FAA approach/departure control facilities at Tampa International Airport, which controls the overlying Class B airspace. There are currently no published instrument approach or departure procedures for CLW. Therefore, at this time, there is not enough data available to make an inference about the level of instrument activity at CLW. City of Clearwater 1-5 Clearwater Airpark Layout Plan 1.4 Based Aircraft Forecast The FDOT forecast of based aircraft, including projections for 2036-2038 developed for this ALP Update, are summarized in Table 1.4 and illustrated in Figure 1.2. The FAA January 2018 TAF for CLW is also provided for reference. Unlike the FAA TAF for aircraft operations, the FAA based aircraft forecast includes future growth at higher AAGRs than the FDOT forecasts. However, the number of based aircraft indicated for 2017 is nearly half the amount of existing based aircraft confirmed by the City. Table 1.4 Based Aircraft Forecast Year Historical FAA TAF FDOT1 2017 139 2018 79 143 2019 80 144 2020 81 144 2021 81 145 2022 82 146 2023 82 146 2024 83 147 2025 84 148 2026 85 149 2027 86 149 2028 87 150 2029 88 151 2030 89 152 2031 90 152 2032 91 153 2033 92 154 2034 93 155 2035 94 155 2036 95 156 2037 96 157 2038 97 157 Average Annual Growth Rate Short-term (2018-2023) 0.76% 0.99% Intermediate-term (2024-2028) 1.21% 0.54% Long-Term (2029-2038) 1.11% 0.48% Change (2018-2038) 23.08% 13.23% Source: FDOT (2015); FAA TAF (2018) 1 forecasts for years 2036-2038 projected based on FDOT 20-year AAGR for period 2016-2035 City of Clearwater 1-6 Clearwater Airpark Layout Plan Figure 1.2 Based Aircraft Forecasts Sources: FDOT (2015); FAA TAF (2018) 1.4.1 Aircraft Fleet Mix A key part of the forecasting effort is to identify how the current mix of aircraft types and missions will evolve over the 20-year planning period. This information will be used to identify recommended modifications to the airfield and airport facilities. Aircraft are typically grouped into one of several classifications including single-engine, multi-engine, and rotary (helicopter). Other aircraft types such as jets, sport, experimental, ultra-light, etc. are not based at CLW and are not expected to in the future. The number of based aircraft in each of these classifications impacts the number and size of the recommended aircraft storage facilities and associated modifications to access taxiways/taxilanes. The forecast fleet mix presented in Table 1.5 and Figure 1.3 are reflective of the FDOT based aircraft forecasts as the actual number of based aircraft at CLW in the beginning of 2018 closely matches the FDOT forecasts for that year. Percentages of each aircraft type are based on the data obtained from the City of Clearwater for existing (2017) based aircraft at CLW. 40 60 80 100 120 140 160 180 Based AircraftFAA TAF FDOT City of Clearwater 1-7 Clearwater Airpark Layout Plan Table 1.5 Aircraft Fleet Mix Forecast Year Single-Engine Multi-Engine Turboprop Jet Helicopter Total Aircraft % Aircraft % Aircraft % Aircraft % Aircraft % 2017 119 85.6% 14 10.1% 0 0.0% 0 0% 6 4.3% 139 2018 123 86.1% 14 9.4% 0 0.0% 0 0% 6 4.4% 143 2023 125 85.5% 14 9.6% 0 0.0% 0 0% 7 5.0% 146 2028 127 84.7% 15 9.7% 0 0.0% 0 0% 8 5.6% 150 2033 129 84.0% 15 9.8% 0 0.0% 0 0% 10 6.2% 154 2038 131 83.1% 16 9.9% 0 0.0% 0 0% 11 7.0% 157 Source: AECOM Analysis, 2018 Figure 1.3 Based Aircraft Fleet Mix Forecast Source: FDOT (2015); AECOM Analysis (2018) 0 20 40 60 80 100 120 140 160 180 Base Aircraft ForecastSingle-Engine Piston Multi-engine Piston Turboprop Jet Helicopter City of Clearwater 1-8 Clearwater Airpark Layout Plan 1.5 Critical Aircraft Evaluating existing airfield facilities and planning for improvements requires the identification of a Critical Aircraft. The Critical Aircraft relates airport design to the operational and physical characteristics of the most demanding aircraft that utilize the airfield on a regular basis. It sets dimensional requirements or key elements of an airport, such as the separation distance between runways, taxiways, and aircraft parking areas as well as other safety related features. According to FAA Advisory Circular (AC) 150/5000-17, Critical Aircraft and Regular Use Determination, an aircraft or grouping of aircraft with similar characteristics must conduct a minimum of 500 annual operations (local and itinerant) per year to be considered the Critical Aircraft. As previously noted, historical operational data at CLW, including specific aircraft models, is significantly limited. The 2000 CLW Master Plan cited the Piper Cheyenne as the Critical Aircraft. Based on information provided by the City, it is recommended the Piper Cheyenne is maintained as the Critical Aircraft. The Piper Cheyenne represents a grouping of aircraft with similar characteristics operating at the Airport and most of the existing airfield facilities satisfy the standards associated with this group of aircraft. 1.6 Operational Peaks Activity at an airport is inconsistent on a monthly, daily, and hourly basis. Facility requirements are often identified based on accommodating peak hour operations on the Average Day of the Peak Month (ADPM). Peak hour operations are used to identify requirements for aircraft parking positions for non-based aircraft, terminal/administration buildings, vehicular parking, and fuel storage. The number of peak hour operations in each forecast year was determined based on the following: • Peak Month Operations –Standard forecasting practices often assume a 10% increase over the average monthly operations throughout the course of a year. However, due to seasonal weather variations, tourism, and the high percentage of recreational activity there are larger differences between summer activity levels at CLW. As such, the peak month was calculated at 25% above the monthly average. • Average Day Peak Month Operations – Determined by the average number of daily operations during the peak month (30 days). • Peak Hour Operations –Peak hour operations generally equate to between 12% and 20% of the ADPM operations. For the purpose of these forecasts, a peak hour of 15% of ADPM was used. Peak activity projections are summarized in Table 1.6. City of Clearwater 1-9 Clearwater Airpark Layout Plan Table 1.6 Operational Peaks Year Annual Operations Average Month Operations Average Day Peak Month Operations Peak Hour Operations 2017 52,123 5,429 181 27 2018 52,644 5,484 183 27 2023 55,330 5,764 192 29 2028 58,152 6,058 202 30 2033 61,118 6,366 212 32 2038 64,235 6,691 223 33 Source: AECOM (2018) 1.7 Forecast Comparison to FAA TAF A comparison of the proposed forecasts to the FAA TAF is required by the FAA, particularly if FAA funding will be requested for any capital improvement project. The FAA TAF helps determine whether an airport satisfies funding eligibility requirements and to determine the relative priority of public funding available for capital improvements. Per FAA guidance, local forecasts that exceed 100,000 annual operations and/or 100 based aircraft are considered consistent with the TAF if they differ by less than 10% in the 5-year forecast period and 15% in the 10-year forecast period. According to FAA policy, differences must be resolved if the forecast is to be used in FAA decision-making and may involve revisions to the CLW submitted forecasts, adjustments to the TAF, or both. A summary of the CLW forecasts presented in this report and a comparison to the 2018 FAA TAF are summarized in Table 1.6 and Table 1.7 respectively. Forecast annual operations do not exceed 100,000 operations and do not require any further FAA review. The adopted FDOT forecasts of based aircraft for CLW significantly differ from the FAA’s based aircraft forecast, predominantly the result of the FAA forecast starting at nearly half the amount of based aircraft reported by the City in 2017. However, the FAA TAF is based on a 20-year AAGR that is nearly twice the FDOT forecasts (approximately 1.0% to 0.50% respectively). City of Clearwater 1-10 Clearwater Airpark Layout Plan Table 1.7 Summary of Aviation Activity Forecasts Base Yr. Forecast Level of Aviation Activity Average Annual Compound Growth 2017 2018 2023 2028 2033 2038 2018 2023 2028 2033 2038 A. FORECAST LEVELS AND GROWTH RATES Air Carrier 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% Commuter 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% Total 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% OPERATION Itinerant Air 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% Air Taxi 31 31 33 34 36 38 1.00% 1.00% 1.00% 1.00% 1.00% Total 31 31 33 34 36 38 1.00% 1.00% 1.00% 1.00% 1.00% General 5,193 5,245 5,512 5,794 6,089 6,400 1.00% 1.00% 1.00% 1.00% 1.00% Military 25 25 25 25 25 25 0.00% 0.00% 0.00% 0.00% 0.00% Local General 46,874 47,34 49,76 52,29 54,96 57,77 1.00% 1.00% 1.00% 1.00% 1.00% Military 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% Total 52,123 52,64 55,33 58,15 61,11 64,23 1.00% 1.00% 1.00% 1.00% 1.00% Instrument 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% Peak Hour 27 27 29 30 32 33 1.00% 1.00% 1.00% 1.00% 1.00% Cargo/Mail 0 0 0 0 0 0 0.00% 0.00% 0.00% 0.00% 0.00% BASED AIRCRAFT Single-119 121 124 125 128 130 2.01% 0.40% 0.24% 0.35% 0.36% Multi-14 14 15 15 16 17 2.43% 0.81% 0.65% 0.76% 0.78% Turboprop 0 0 0 0 0 0 -- -- -- -- -- Rotorcraft 6 6 7 8 9 11 4.50% 2.85% 2.69% 2.80% 2.82% Jets 0 0 0 0 0 0 -- -- -- -- -- Others 0 0 0 0 0 0 -- -- -- -- -- Total Based 139 142 146 149 153 157 2.16% 0.56% 0.41% 0.53% 0.57% B. OPERATIONAL FACTORS AVERAGE AIRCRAFT SIZE (SEATS) Air Carrier -- -- -- -- -- -- -- -- -- -- -- Commuter -- -- -- -- -- -- -- -- -- -- -- AVERAGE ENPLANING LOAD FACTOR Air Carrier -- -- -- -- -- -- -- -- -- -- -- Commuter -- -- -- -- -- -- -- -- -- -- -- GA 375 371 379 390 399 408 -1.13% 0.44% 0.59% 0.47% 0.43% Source: AECOM (2018) City of Clearwater 1-11 Clearwater Airpark Layout Plan Table 1.8 Comparison of Derived and FAA TAF Forecast Year CLW Forecast FAA TAF Difference (%) TOTAL OPERATIONS 2018 52,644 50,590 4.1% 2023 55,330 50,590 9.4% 2028 58,152 50,590 14.9% 2033 61,118 50,590 20.8% 2038 64,235 50,590 27.0% BASED AIRCRAFT 2018 142 79 81.0% 2023 146 82 78.0% 2028 149 87 72.4% 2033 153 92 67.4% 2038 157 97 61.9% Source: AECOM (2018) Note: FAA TAF data is on a U.S. Government FY basis (October through September) City of Clearwater 2-1 Clearwater Airpark Layout Plan Section 2.0 AIRPARK DEMAND / CAPACITY ANALYSIS AND IDENTIFICATION OF FACILITY DEVELOPMENT NEEDS 2.1 Introduction The City of Clearwater (“City”) is updating the Airport Layout Plan (ALP) and Capital Improvement Program (CIP) for the Clearwater Airpark (CLW or Airpark) based on existing and anticipated demand. The Airpark has experienced increasing demand for use of their facilities over the past few years and has identified an immediate need for additional and/or improved facilities, including aircraft storage and terminal facilities. The purpose of this report is to identify the facilities recommended to accommodate the anticipated demand in the near-term (0-5 years), intermediate-term (6-10 years), and long-term (11-20 year) planning periods. Facility requirements are calculated based on the aviation activity forecasts previously submitted and visual observations, as well as consultation with Airport staff. The capacities of specific airport facilities, such as the airfield, terminal facilities, aircraft parking areas, support facilities, and automobile parking are evaluated to determine if they are capable of accommodating forecast levels of demand without incurring unacceptable decreases in service levels. Wherever deficiencies are identified, the number and size of facilities needed to address capacity shortfalls are determined. Based on the analyses summarized in subsequent sections, the following facility improvements are recommended: • Obtain control of unowned parcels with the Approach Runway Protection Zone (APRZ) and Departure Runway Protection Zone (DPRZ) to the extent practical • Mitigate non-standard taxiway geometries • Rehabilitate pavement per the Florida Department of Transportation (FDOT) pavement management report • Maximize operational safety of aircraft parking areas through aircraft wingspan restrictions on taxilanes or relocation/reconfiguration of parking positions • 5 additional transient parking positions immediately and another 3 by the end of the planning horizon for a total of 15 in 2038 • 15 additional T-Hangar units • 2 additional conventional hangars • Expand the terminal building to roughly 12,500 Square Feet (SF) • Increase the number of vehicle parking spaces from 25 to 104 • Provide a new secured maintenance shed for storage of the recently purchased tractor • Reserve the 75-acre site currently occupied by The Landings Golf Club for aeronautical / non- aeronautical purposes City of Clearwater 2-2 Clearwater Airpark Layout Plan 2.2 Critical Aircraft Evaluating existing airfield facilities and planning for improvements requires the identification of a Critical Aircraft. The Critical Aircraft relates airport design to the operational and physical characteristics of the most demanding aircraft that utilize the airfield on a regular basis. It sets dimensional requirements or key elements of an airport, such as the separation distance between runways, taxiways, and aircraft parking areas as well as other safety related features. According to FAA Advisory Circular (AC) 150/5000-17, Critical Aircraft and Regular Use Determination, an aircraft or grouping of aircraft with similar characteristics must conduct a minimum of 500 annual operations (local and itinerant) per year to be considered the Critical Aircraft. The determination of a future Critical Aircraft is based on an FAA approval of the forecasts. The forecast, as submitted to the FAA, must include a projection of the number of annual operations by the future Critical Aircraft for the planning horizon. The FAA defines two primary parameters for planning airfield facilities: Runway Design Code (RDC) and Taxiway Design Group (TDG). The RDC identifies standards for the design of runway pavement and safety areas while the TDG defines specifications for design of taxiway pavement. The RDC is composed of the Aircraft Approach Category (AAC), Aircraft Design Group (ADG), and runway visibility minimums (defined by runway visual range values). The AAC (defined by a letter) relates to aircraft approach speed while ADG (defined by a numeral) relates to aircraft wingspan and tail height. Table 2.1 depicts the criteria used to determine the RDC. Table 2.1 Runway Design Code Classifications Aircraft Approach Category (AAC) Category Approach Speed (knots) Typical Aircraft Size Example Aircraft A* < 91 Small single-engine Pilatus PC-12 B* 91-120 Small multi-engine Beech 200 Super King Air C 121-140 Short medium-range A318 D 141-165 Long Range B737-800; B747-8 E ≥ 166 Military Military Aircraft Design Group (ADG) Group Wingspan (feet) Tail Height (feet) Typical Aircraft Size Example Aircraft I < 49 < 20 Single & multi-engine King Air 100 II 49 < 79 20 < 30 Commuter Aircraft Beech 200 Super King Air; Pilatus PC-12 III 79 < 118 30 < 45 Narrowbody B737 IV 118 < 171 45 < 60 Widebody B757 / B767 V 171 < 214 60 < 66 Widebody B777 VI 214 < 262 66 < 80 Jumbo Commercial A380 Runway Visibility Minimums Runway Visual Rage (feet) Flight Visibility Category (Statute Mile) VIS Visual Only 5000 Not lower than 1 mile 4000 Lower than 1 mile but not lower than ¾ mile 2400 Lower than ¾ mile but not lower than ½ mile 1600 Lower than ½ mile but not lower than ¼ mile 1200 Lower than ¼ mile Source: FAA AC 150/5300-13A (Change 1), Airport Design * Aircraft with a maximum certificated takeoff weight of 12,500 pounds or less are classified as “small” aircraft City of Clearwater 2-3 Clearwater Airpark Layout Plan Conversely, the TDG is a function of an aircraft’s main landing gear width and as well as its location relative to the cockpit. Figure 2.1 depicts the various TDGs per FAA guidelines. Figure 2.1 FAA Taxiway Design Groups Source: FAA Advisory Circular 150/5300-13A, Airport Design (Change 1) On occasion, the Critical Aircraft for runways and safety areas may be different than the Critical Aircraft for taxiways due to differences in aircraft wingspans, tail heights, and location of the main-gear. For example, the Cessna Citation Mustang jet is an ADG I and TDG 2 aircraft while the Cessna Citation X is an ADG II and TDG 1B aircraft. In this instance, the Citation X would be the Critical Aircraft for runways and safety areas (including taxiways) but the Citation Mustang would be the Critical Aircraft for taxiway design (taxiway width, shoulder width, and fillet design). As previously noted, historical operational data at CLW, including specific aircraft models, is significantly limited. The 2000 CLW MPU cited the Piper Cheyenne (B-I-2) as the existing Critical Aircraft and the Cessna Citation Jet CJ2 (B-II-2) as the future Critical Aircraft. For the purposes of this ALP Update, it is recommended the Piper Cheyenne be utilized as the Critical Aircraft. 2.3 Airside Facilities The primary airside facilities (runways, taxiways, and navigational aids) each have a crucial role in the operational capacity, safety, and efficiency of the Airport. 2.3.1 Runway System The runways are the fundamental component supporting air transportation at any airport. The runway system is a combination of the structural pavement used for takeoffs and landings, shoulders, blast pads, safety areas, protection zones, and obstruction identification surfaces. The following evaluates the existing runway system and future requirements for each component. City of Clearwater 2-4 Clearwater Airpark Layout Plan 2.3.2 Number of Runways The required number of runways at an airport is based on the annual and hourly demand of the airfield as well as the prevailing wind conditions. The 2000 Master Plan calculated the annual capacity of the airfield, based on FAA guidance, at roughly 157,000 operations and the hourly capacity during visual meteorological conditions (VMC) at 71 operations. Therefore, the existing airfield provides sufficient capacity for the forecast number of operations. The FAA also recommends the orientation of runways provides at least 95% wind coverage for the aircraft forecast to use the Airport on a regular basis. Wind data was obtained from the National Centers for Environmental Information (NCEI) for the 10-year period 2008-2017 at station 722110 (Tampa International Airport). Wind data from stations closer to CLW was either unavailable or incomplete for use in this analysis. The percentage of wind coverage is based on the maximum allowable crosswind component for the aircraft that utilize the Airport on a regular basis. The maximum allowable crosswind component is 10.5 knots for A-I and B-I aircraft and 13 knots for A-II and B-II aircraft. Table 2.2 summarizes the wind coverage at CLW under all-weather conditions (119,749 observations), VMC (94,845 observations), and Instrument Meteorological Conditions (6,845 observations). Runway 16-34 provides at least 95% wind coverage in all conditions and crosswind components except in IMC and a 10.5 knot crosswind. Since IMC operations at CLW are minimal, a crosswind runway is not recommended at CLW to accommodate operations by A-I and B-I aircraft in these conditions. Table 2.2 Wind Coverage Weather Conditions 10.5 knots 13.0 knots All-Weather 95.90% 97.98% VMC 96.03% 98.10% IMC 92.91% 95.73% Source: NCEI; AECOM Analysis 2.3.3 Runway Length Requirements The operating length of a runway is its most important functional element. The length of the primary runway should support the most demanding aircraft operating at a takeoff weight required to reach its destination, otherwise known as the stage length. The required runway length is determined based on the guidelines provided in FAA AC 150/5325-4B, Runway Length Requirements for Airport Design. Since most, if not all, of the aircraft regularly operating at CLW have a MTOW less than 12,500 pounds, the runway length requirement for CLW is approximately 3,200 feet, per Paragraph 205 and Figure 2-1 in FAA AC 150/5325-4B, Runway Length Requirements for Airport Design. At a length of 4,108-feet, existing Runway 16-34 is sufficient to accommodate the aircraft operating at CLW. 2.3.4 Runway Geometry and Safety The geometry of an airfield is subject to the FAA airport design standards which provide for safe operations and consistency among the nation’s airports. Runway 16-34 only provides a visual City of Clearwater 2-5 Clearwater Airpark Layout Plan approach to each end. Accordingly, Table 2.3 compares the FAA standards for B-I runway with a visual approach (B-I-VIS) against existing conditions. Although the existing runway does not have paved shoulders or blast pads, they are not required. However, the FAA recommends turf, aggregate-turf, soil cement, lime or bituminous stabilized soil adjacent to paved surfaces accommodating ADG-I and II aircraft such as Runway 16-34. Runway end blast pads are also not required for jet blast erosion control but are recommended to be included on the ALP in the event the City selects to provide them. The Runway Protection Zone (RPZ) is a trapezoidal area at each runway end and/or threshold. The main purpose of the RPZ is to protect people and property on the ground. The FAA recommends airports gain control of the RPZs. While it is desirable to keep the entire RPZ clear of all above-ground objects, RPZs should be maintained clear of all incompatible activities at a minimum. Per the FAA, permissible land uses within RPZs include: • Farming • Irrigation channels • Airport service roads • Underground facilities • Unstaffed NAVAIDS and facilities (only if fixed by function) The FAA also recommends airports coordinate with the Airports District Office (ADO) to remove or mitigate the risk of any existing incompatible land uses in the RPZ as practical, including public roads. The RPZ includes both an ARPZ and a DRPZ. The ARPZ is located 200 feet from the runway threshold. The DRPZ begins 200 feet beyond the runway end, or the far end of the runway end. The size of the ARPZ and DRPZ are the same for both runway ends. It is recommended the Airport obtain control of parcels within the APRZs and DRPZs to the extent practical. City of Clearwater 2-6 Clearwater Airpark Layout Plan Table 2.3 Existing Runway Design Item Standard Existing Visibility Minimums Visual Visual Runway Geometry Runway Design Code (RDC) B-I-VIS B-I-VIS Runway Length 3,200 4,108 Runway Width 60 75 Shoulder Width 10 - Blast Pad Width 80 - Blast Pad Length 60 - Runway Separation Holding Position 125 125 Parallel taxiway/taxilane centerline 150 150 Aircraft parking area 125 ≥ 200 Runway Safety Area (RSA)1 Length beyond runway end 240 240 Length prior to threshold 240 240 Width 250 250 Runway Object Free Area (ROFA)1 Length beyond runway end 240 240 Length prior to threshold 240 240 Width 250 250 Runway Obstacle Free Zone (ROFZ) Length beyond runway end 200 200 Width 250 250 Approach and Departure Runway Protection Zone (ARPZ and DRPZ)2 Length 1,000 1,000 Inner Width 250 250 Outer Width 450 450 Source: FAA AC 150/5300-13A (Change 1), Airport Design, Table 3-5 Notes: 1 The Runway 16 RSA and ROFA is partially outside the existing airport property on undeveloped land 2 The APRZ and DRPZ are not entirely within airport owned or controlled property 2.4 Taxiway System The taxiway system of an airport provides for the safe and efficient movement of aircraft between the runways, terminal area, and general aviation facilities. The following evaluates the taxiways according to design standard and operational efficiency from a runway exit perspective. City of Clearwater 2-7 Clearwater Airpark Layout Plan 2.4.1 Taxiway Design Taxiway design standards are based on the ADG and TDG of the aircraft using the taxiways. ADG affects the protection areas, separation standards, and wingtip clearances. TDG determines the width, taxiway edge safety margin (TESM), and shoulder width. A comprehensive review of the existing TESM (main-gear horizontal clearance) available was not completed as part of this analysis. However, proposed taxiway improvements, if any, will adhere to the FAA design standards. The design requirements that apply to taxiways at CLW are summarized in Table 2.4. The FAA standards can be adjusted for aircraft specific operational areas. For example, if an aircraft parking area is restricted to aircraft with wingspans of 37-feet or less (a large majority of single-engine aircraft), the taxilane to fixed/movable object separation is 32.2-feet which is equal to 0.6 times the wingspan plus 10-feet. Table 2.4 FAA Taxiway Standards Item ADG I Protection Taxiway Safety Area 49’ Taxiway Object Free Area 89’ Taxilane Object Free Area 79’ Taxiway Separation Parallel taxiway/taxilane centerline 70’ Fixed and/or Movable Object 44.5’ Taxilane Separation Parallel taxilane centerline 64’ Fixed and/or Movable Object 39.5’ Wingtip Clearance Taxiway 20’ Taxilane 15’ Item TDG 2 Pavement Design Taxiway Width 35’ Taxiway Shoulder Width 15’ Taxiway Edge Safety Margin (TESM) 7.5’ Source: FAA AC 150/5300-13A (Change 1), Airport Design Figure 2.2 illustrates the existing aircraft parking areas at CLW, including the ADG I taxilane separation standards. City of Clearwater 2-8 Clearwater Airpark Layout Plan Figure 2.2 Existing Aircraft Parking Areas TBA: Tampa Bay Aviation The following summarize the existing issues and recommended improvements: • Two hardstand pads are within the ADG I Taxilane Object Free Area (TOFA) for the taxilane accessing Bender Aviation Services; it is recommended these hardstands are not used for aircraft parking • The taxilane accessing hardstands on rows M and L does not provide a standard ADG I TOFA; it is recommended these rows are modified to provide a TOFA that provides sufficient clearance for the aircraft that typically use these hardstands (i.e., aircraft with wingspans less than 37-feet) • Similarly, the turf taxilane accessing the Tampa Bay Aviation (TBA) rows does not provide sufficient clearance for aircraft that typically utilize these positions; therefore, it is recommended the hardstands are modified to provide a TOFA specific to the aircraft utilized by TBA • The taxilane accessing the transient aircraft parking positions provides a standard ADG I TOFA; however, pavement markings are recommended to identify the aircraft parking restriction line (APRL) • Similarly, APRL markings are recommended for hardstands along row K and the 3 south end parking positions • The separation between Transient positions 3 and 4 (centerlines) is limited to approximately 38-feet; therefore, it is recommended that either the aircraft parking at these positions are restricted or Position 4 is widened to improve the separation • The existing taxilanes accessing covered parking (T-Hangars and Shade hangars) have varying TOFAs but none satisfy ADG I standards; accordingly, it is recommended access to City of Clearwater 2-9 Clearwater Airpark Layout Plan these hangars is restricted to aircraft with wingspans proportionate to the TOFA available, providing a minimum recommended wingtip clearance of 10-feet 2.4.2 Taxiway Configurations FAA design standards emphasize safe and efficient taxiway configurations while minimizing excess pavement, including improvements to existing taxiway geometry and removal of pavement, when necessary, to minimize the risk of runway incursions. Several taxiway configurations are identified in the FAA standards as increasing the potential risk of a runway incursion. As illustrated in Figure 2.3, there are four locations at CLW which the FAA considers non-standard as they allow direct access from an apron area to a runway. Solutions to mitigate these non-standard conditions will be evaluated as part of the alternatives analysis. Figure 2.3 Non-Standard Taxiway Configurations 2.4.3 Pavement Condition FDOT sponsors an airfield pavement management program for numerous public airports to “prioritize pavement maintenance and rehabilitation, determine maintenance scheduling, performing material evaluations and supporting design considerations.” Figure 2.4 depicts the currently available conditions as reported by FDOT in June 2015. Figure 2.4 FDOT 2015 Pavement Condition Report Source: FDOT Statewide Airfield Pavement Management Program (June 2015) City of Clearwater 2-10 Clearwater Airpark Layout Plan Runway 16-34 and Taxiway A (as well as all connector taxiways) are in good condition. The FDOT report identified approximately $2.6 million in near-term (2015) major rehabilitation needs for the Tampa Bay Aviation hangar apron (poor), the Bender Aviation Services hangar apron (very poor), the taxilanes accessing the hardstand rows K, L, M, and N (poor) and J (fair) as well as those accessing covered parking areas C (north), D, E, F, G, H, and I (fair). The FDOT report also identified a $406,000 major rehabilitation of the taxilanes accessing T-Hangars A, B, and C (south) in 2018 (satisfactory). Preventive maintenance during the FDOT report’s 10-year planning horizon included another $615,000 in preventative maintenance for an estimated program total of $3.62 million. Since no major pavement rehabilitation has been completed since the 2015 FDOT report, it is recommended the major rehabilitations and preventative maintenance projects are included in CLW’s Capital Improvement Program (CIP). 2.4.4 Navigational Aids Both runway ends 16 and 34 are equipped with a 4-Box Visual Approach Slope Indicator (VASI). These systems are owned and maintained by the FAA. These visual aids adequately satisfy the needs of these runways. Runway 16-34 is equipped with medium intensity runway edge lighting (MIRL). This lighting satisfies the FAA standard for the approach visibility minimums of each runway and is sufficient to accommodate existing and future aircraft operations. All the existing taxiways at CLW have Medium Intensity Taxiway Lights (MITL). This lighting is sufficient to satisfy existing and future operational requirements. The primary wind cone is located at the approximate midpoint of the runway, on the west side. A second supplementary wind cone can be found mounted on the western end of a series of T-hangars located east of the Runway 34 threshold. A segmented circle to indicate the non- standard airport traffic pattern is marked on the Runway near the 34 end. A study was completed in 2015 to access the impacts associated with implementing a non-precision instrument approach procedure at CLW. The impacts the study identified include: • Increased CFR Part 77 Civil Airport Imaginary Surfaces • Primary Surface to width of 500 feet • Transitional Surfaces will be penetrated by trees and buildings • Approach Surface trapezoid will be larger (albeit at Slope of 20:1) • Runway Protection Zone will be larger and will have incompatible land uses per Interim RPZ guidance • 150/5300-18B survey Will NOT pickup objects appropriate to CFR Part 77 or TERPS Departure Surfaces for NP LNAV GPS Approach • NGS Survey conducted in 2011 for LPV approach to Runway 16 • LPV approach will introduce TERPS OCS Surfaces, Larger Approach Surface and Larger RPZ City of Clearwater 2-11 Clearwater Airpark Layout Plan 2.5 General Aviation Facilities Facility requirements for General Aviation (GA) facilities are determined from a variety of available guidance, but primarily includes: • FAA Advisory Circular 150/5300-13A (Change 1), Airport Design • Transportation Research Board (TRB) Airport Cooperative Research Program (ACRP) Report 113: Guidebook on General Aviation Facility Planning 2.5.1 Aircraft Parking & Storage Aircraft parking facilities typically requires a large area because they require adequate aircraft storage hangars, tie-down positions, clearance from other fixed and/or movable objects, and access to/from the airfield. The following sections summarize the requirements for the aircraft parking facilities. Table 2.5 Aircraft Parking and Hangar Storage Requirements Item Existing Conditions Forecast 2018 2023 2028 2033 2038 Single-Engine Based Aircraft 119 123 125 127 129 131 Multi-Engine 14 14 14 15 15 16 Helicopters 6 6 7 8 10 11 Total Based GA Aircrafts 139 143 146 150 154 157 T-Hangar Units1 87 96 97 99 101 102 T-Hangar Unit Surplus/(Deficiency) - (9) (10) (12) (14) (15) Conventional Storage Hangars 3 4 4 5 5 5 Conventional Storage Hangars Surplus/(Deficiency) - (1) (1) (2) (2) (2) Total Based Aircraft in Storage Hangars 97 108 109 113 116 119 Based Aircraft Parked at Hardstands2 42 35 37 37 38 38 Based Aircraft Hardstands Surplus/(Deficiency) 6 13 11 11 10 10 Transient Aircraft at Hardstands 12 12 13 13 14 15 Transient Aircraft Hardstands Surplus/ (Deficiency) (5) (5) (6) (6) (7) (8) Total Recommended Hardstands 54 47 50 50 52 53 Surplus/(Deficiency) with Hangar Development (6) 1 (2) (2) (4) (5) Surplus/(Deficiency) without Hangar Development (6) (10) (14) (18) (23) (27) Notes: 1 The existing T-Hangars units are 100% occupied 2 Existing number of hardstand positions only include those paved for aircraft parking 2.5.1.1 Aircraft Hangars Hangar storage at CLW is provided via T-Hangars and conventional hangars. T-Hangars are multi-unit hangar buildings typically utilized for small ADG I aircraft with wingspans less than 49 feet. The size of a T-Hangar building is dependent upon the type and number of units it accommodates. For example, the type of T-Hangar buildings at CLW are in a nested configuration which allows access from both sides of the building, creating a shorter but wider structure. Conventional hangars can accommodate aircraft larger than an ADG I. The size of a conventional City of Clearwater 2-12 Clearwater Airpark Layout Plan hangar is dependent upon the type and number of aircraft to be stored. Conventional hangar buildings are primarily provided as single-unit structures but can also include multi-unit structures. The following planning parameters were used for determining hangar requirements: • The existing 87 T-Hangar and Shade Hangar units are 100 percent occupied • Storage of based single-engine aircraft is based on the following: ─ 69 percent will be stored in T-Hangars or Shade Hangars ─ 30 percent will be stored at tie-down positions ─ 1 percent will be stored in a conventional hangar • Storage of based multi-engine aircraft is based on the following: ─ 75 percent will be stored in T-Hangars or Shade Hangars ─ 25 percent will be stored in conventional hangar • Storage of based helicopters is based on the following: ─ 15 percent will be stored in T-Hangars or Shade Hangars ─ 85 percent will be stored in conventional hangar • A single conventional hangar can accommodate more than one aircraft in the hangar, including either: ─ 2.5 single-engine or multi-engine aircraft; or ─ 4 helicopters It is recommended that space is reserved for 15 additional T-Hangar units (number of structures to be determined) and two additional conventional storage hangars based on anticipated demand. 2.5.1.2 Aircraft Parking Apron Appendix C of the ACRP Guidebook for General Aviation Facility Planning provides a method for determining the number of aircraft tie-down positions utilizing annual transient operations. For the purposes of this analysis, itinerant general aviation operations are considered transient. The ACRP formula for calculating number of parking spaces is: (X/2*T) / 365 * P = Number of Transient Parking Positions Where, X = number of forecast operations (general aviation) T = percent of operations which are transient (40 percent for CLW) P = percent of transient aircraft that are parked on the apron at the same time (80 percent for CLW). Based on existing and forecast operations, the number of parking spaces required is currently 12 and will increase to 15 in 2038. Since CLW only has 7 existing aircraft parking positions available for transient operations, there is an immediate need for 5 additional transient aircraft parking positions and a total of 15 throughout the planning horizon. City of Clearwater 2-13 Clearwater Airpark Layout Plan 2.5.2 Terminal The ACRP Report 113 provides a method for sizing the GA Terminal building based on peak-hour operations and occupancy. The method’s planning factors consist of 2.5 people per peak hour operation, and 100 SF to 150 SF of space per person. For planning purposes, 150 SF per person was used to account for the additional spaces required for flight training activities by Tampa Bay Aviation. However, the actual size will be determined during planning and design of the facility based on the needs of the City and its tenants. Table 2.6 summarizes the recommended terminal building size based on the aviation activity forecasts. Table 2.6 GA Terminal Building Size Recommendation Year Peak Hour Operations Persons per Peak Hour Operation Space Per Person (SF) Recommended Terminal Size (SF) 2017 27 2.5 150 10,125 2018 27 2.5 150 10,125 2023 29 2.5 150 10,875 2028 30 2.5 150 11,250 2033 32 2.5 150 12,000 2038 33 2.5 150 12,375 Source: ACRP Report 113; AECOM Analysis 2.5.3 Vehicle Parking The existing terminal building includes 25 vehicle parking spaces. The City indicated the parking spaces are 100 percent occupied during peak periods. ACRP Report 113 (Exhibit 5-48) recommends providing a minimum of 2.5 parking spaces per peak hour operation and 1 space for every 200 SF of office or operations area within the building. For the purposes of this analysis, it was assumed vehicle parking for hangars would occur at the tenant’s hangar and are not included in the facility requirements. As summarized in Table 2.7 and based on the estimated peak hour operations, there is an immediate need for an additional 49 vehicle parking spaces and 79 additional vehicle parking spaces in 2038 for a total of 104 vehicle parking spaces. Table 2.7 GA Terminal Vehicle Parking Space Recommendations Parameters Existing Conditions Forecast 2018 2023 2028 2033 2038 2.5 spaces per peak-hour operation 67 68 71 75 79 1 space per 200 SF of Office/Operations Area 7 21 22 24 25 Total Recommended Vehicle Parking Spaces 25 74 90 94 99 104 Vehicle Parking Spaces Surplus/ (Deficiency) - (49) (65) (69) (74) (79) Source: ACRP Report 113; AECOM Analysis City of Clearwater 2-14 Clearwater Airpark Layout Plan 2.6 Support Facilities Support facilities analyzed in this section include the airport maintenance and fuel storage facilities. 2.6.1 Airport Maintenance Historically, the Airport shared landscape maintenance duties with an external contractor. The Airport has recently purchased a large tractor for mowing of grass and other airport maintenance purposes in order to eliminate the need for an external contractor. The two 300 SF maintenance sheds adjacent to the existing terminal are not large enough to store the new tractor. Therefore, a new maintenance storage shed is recommended to provide secure shelter for the new tractor. 2.6.2 Fuel Storage An adequate supply of fuel is necessary to minimize the frequency of fuel deliveries and the potential impacts to aircraft operations. Based on the operational characteristics of CLW and for the purposes of this analysis, it is recommended that the City maintain a fuel storage capacity of 14 days. Two types of fuel are available at CLW: AvGas (100 low lead) and Jet-A. AvGas is primarily used by GA piston aircraft operators and Jet-A is used by the Air Taxi, Military, and GA turboprop operators. The existing storage capacity at CLW is 12,000 gallons of AvGas and 12,000 gallons of Jet-A. Fuel sales data for 2016 was obtained from the City for the purposes of this analysis. GA operations typically include several short-term flights such as touch-and-go’s or local sightseeing which do not utilize a large amount of fuel and/or flights to nearby airports where fuel may be purchased prior to returning to CLW. Consequently, the average amount of AvGas demand per operation in 2016 is relatively low at approximately 3 gallons per operation. Jet-A fuel storage requirements were determined utilizing a demand of 43 gallons per Jet-A operation. For the purposes of this analysis, a Jet-A operation includes all Air Taxi and Military operations as well as 1 percent of all GA operations. As summarized in Table 2.8, the existing fuel storage supply for AvGas and Jet-A is sufficient to provide a 14 day supply throughout the planning horizon. City of Clearwater 2-15 Clearwater Airpark Layout Plan Table 2.8 Fuel Storage Capacity Recommendations Item Existing Conditions Forecast 2018 2021 2026 2031 2036 Average Day Peak Month (ADPM) Operations1 181 183 192 202 212 223 ADPM Jet-A Operations 2 2 2 2 2 2 ADPM Jet-A Demand per Operation (gallons/ops)2 43 43 43 43 43 43 ADPM Jet-A Demand (gallons) 86 87 91 96 100 105 Existing Jet-A Storage Capacity (gallons) 12,000 12,000 12,000 12,000 12,000 12,000 Existing Jet-A Storage Capacity (days)3 139 138 132 126 120 114 Jet-A Storage Capacity Required (gallons) 1,205 1,217 1,276 1,339 1,404 1,473 Existing Jet-A Storage Capacity Surplus / (Deficit) 10,795 10,783 10,724 10,661 10,596 10,527 ADPM AvGas Operations 179 181 190 200 210 221 ADPM AvGas Demand per Operation (gallons/ops)2 3 3 3 3 3 3 ADPM AvGas Demand (gallons) 537 542 570 599 630 662 Existing AvGas Storage Capacity (gallons) 12,000 12,000 12,000 12,000 12,000 12,000 Existing Gas Storage Capacity (days)3 22 22 21 20 19 18 AvGas Storage Capacity Required (gallons) 7,517 7,592 7,980 8,387 8,815 9,265 Existing AvGas Storage Surplus / (Deficit) 4,483 4,408 4,020 3,613 3,185 2,735 1 Includes all operations types 2 Based on 2016 Fuel Sales data 3 A storage capacity of 14 days is recommended 2.7 Land Use The property boundary of CLW includes a 75-acre site currently occupied by The Landings Golf Club and zoned as Open Space / Recreational by the City of Clearwater. The lease for this site will expire within the planning horizon of this ALP Update and may not be renewed by the City of Clearwater and/or The Landings Golf Club. Airports are recognizing the opportunity to utilize surplus land for revenue generating purposes such as corporate hangars and/or industrial parks. It is recommended this site is reserved for aeronautical and/or non-aeronautical purposes in the event the lease is not renewed. A public referendum will be required to change the zoning of this parcel from Open Space / Recreational to Commercial / Industrial. City of Clearwater 2-16 Clearwater Airpark Layout Plan 2.8 Summary of Recommendations Based on the analyses summarized in previous sections, the following facility improvements are recommended: • Obtain control of unowned parcels with the APRZ and DPRZ to the extent practical • Maximize operational safety and efficiency of aircraft parking areas through aircraft wingspan restrictions on taxilanes or relocation/reconfiguration of parking positions • Mitigate non-standard taxiway geometries • Rehabilitate pavement per FDOT pavement management report • 5 additional transient parking positions in the near-term and a total of 15 throughout the planning horizon • 15 additional T-Hangar units • 2 additional conventional hangars • Expand the terminal building to roughly 12,500 SF • Increase the number of vehicle parking spaces from 25 to 104 • Provide a new secured maintenance shed for storage of the recently purchased tractor • Reserve the 75-acre site currently occupied by The Landings Golf Club for aeronautical / non-aeronautical purposes City of Clearwater 3-1 Clearwater Airpark Layout Plan Section 3.0 ALTERNATIVES ANALYSIS 3.1 Introduction The City of Clearwater (“City”) is updating the Airport Layout Plan (ALP) and Capital Improvement Program (CIP) for the Clearwater Airpark (CLW or Airpark) based on existing and anticipated demand. The Airpark has experienced increasing demand for use of their facilities over the past few years and has identified an immediate need for additional and/or improved facilities, including aircraft storage and terminal facilities. The purpose of this report is to identify and evaluate development alternatives recommended to accommodate the facility requirements provided in Working Paper #2, which included: • Obtain control of unowned parcels with the Approach Runway Protection Zone (APRZ) and Departure Runway Protection Zone (DPRZ) to the extent practical • Mitigate non-standard taxiway configurations • Rehabilitate pavement per the Florida Department of Transportation (FDOT) pavement management report • Provide blast pads for both runway ends • Maximize operational safety of aircraft parking areas through aircraft wingspan restrictions on taxilanes or relocation/reconfiguration of parking positions • Provide 8 additional transient parking positions and 56 total aircraft parking positions • 15 additional T-Hangar units • 2 additional conventional hangars • Expand the terminal building to roughly 12,500 Square Feet (SF) • Increase the number of vehicle parking spaces from 25 to 104 • Provide a new secured maintenance shed for storage of the recently purchased tractor • Provide a new Airport Rotating Beacon • Reserve the 75-acre site currently occupied by The Landings Golf Club for aeronautical / non- aeronautical purposes City of Clearwater 3-2 Clearwater Airpark Layout Plan 3.2 Evaluation Criteria The FAA recommends a standard set of criteria to evaluate development alternatives according to an airport’s unique situation. The evaluation process should feature “generally accepted planning principles, be replicable, consistently applied, and well documented.”1 Similarly, the Florida Department of Transportation (FDOT) 2016 Guidebook for Airport Master Planning states “a set list of selection criteria or influencing factors should be identified to help evaluate and select the recommended plan.” Accordingly, a set of evaluation criteria were established for use in the alternatives analysis. The criteria are strategic, qualitative, and quantitative to ensure that the evaluation process remained at a master planning level of detail. The selected criteria include the following: 1. Achievement of the Objective: This is primarily based on achieving the specific need identified in the Facility Requirements. Alternatives are assessed and ranked based on the degree to which it satisfies the objective. 2. Airport Design Standards: The proposed development should satisfy all applicable airport design standards and maintain or improve the safety and efficiency of the Airpark. 3. Flexibility: The alternative should support a reasonable level of flexibility to accommodate changes in demand, including the ability to be expanded in the future. 4. Collateral Impacts: This evaluates the extent to which an alternative requires changes or improvements to existing Airpark facilities which otherwise would not require changes or improvements. For example, mitigation of existing stormwater drainage features due to a proposed structure. 3.3 Development Constraints Certain features or operational factors of the Airpark represent constraints to development due to the costs associated with impacts, political and/or socioeconomic factors, and/or operational safety. Within the existing property boundary of CLW, these constraints include existing infrastructure and environmental features as depicted in Figure 3.1. 1 FAA Advisory Circular 150/5070-6B, Airport Master Plans, paragraph 904 City of Clearwater 3-3 Clearwater Airpark Layout Plan Figure 3.1 Development Constraints Source: RDM International, Inc. (2018) 3.3.1 Infrastructure Constraints Existing infrastructure constraints at CLW include: • Clearwater Gas System Natural Gas Filling Station located at the entrance of the Airpark on North Hercules Avenue • Existing Automated Weather Observation System (AWOS) located within the aircraft hardstand parking area adjacent to the T-Hangars • Existing Visual Approach Slope Indicator (VASI) system components at the Runway 34 end • The City of Clearwater Water System Maintenance complex at the north end of the Airpark • The Landings Golf Club west of the airfield (while this land may be available for development at some time in the future, no development was proposed on this site for this planning period) 3.3.2 Environmental Constraints The primary environmental constraints at CLW include existing drainage features. While these drainage features can be mitigated to accommodate new development, there are typically high costs associated with mitigation requirements. Additionally, an existing 100 plus year-old tree located just outside the existing terminal was also considered a development constraint as it is a widely recognized and valued feature of the Airpark. 3.3.3 Operational Constraints Operational constraints, other than those associated with aircraft movement safety areas such as the taxiway object free area, include the Runway Protection Zones (RPZs). Based on current FAA design guidelines, no development is proposed inside the RPZs. City of Clearwater 3-4 Clearwater Airpark Layout Plan 3.4 Development Alternatives This section evaluates several alternatives to address the capacity, efficiency, and safety requirements previously summarized. However, some improvements were not subject to an alternatives analysis if they were recommended to satisfy FAA design standards or restricted by the development constraints summarized in the previous section, including: • Blast pads at both runway ends • Mitigation of direct access from the aircraft hardstand parking area to the runway • Aircraft hardstand parking reconfiguration Key elements of the existing hardstand parking area are illustrated in Figure 3.2. Figure 3.2 Existing Hardstand Parking Areas Source: RDM International, Inc. (2018) The existing taxilane from the transient hardstand positions allows for direct access to the runway via Taxiway A6. To mitigate this condition, relocation of the taxiway connector between Taxiway A and Runway 16-34 is recommended. The existing VASI system restricts relocation of this connector to the south. Therefore, it is proposed that the existing connector is removed, and a new connector is constructed south of the existing connector as illustrated in Figure 3.3. Reconfiguration of the hardstand parking Rows K and N (16 positions), as well as transient parking positions 1-5, is restricted by the existing AWOS and drainage ditch parallel to Taxiway A. Therefore, it is recommended the existing condition is maintained due to cost associated with mitigating these restrictions. City of Clearwater 3-5 Clearwater Airpark Layout Plan Similarly, the reconfiguration of existing hardstand parking Rows M and L as well as the Tampa Bay Aviation positions are restricted by the existing tree outside the terminal and a drainage ditch parallel to Taxiway A. However, reconfiguration of this area is recommended to maximize the number of aircraft hardstand positions and operational safety. As illustrated in Figure 3.3, reconfiguration of this area includes realignment and expansion of the hardstand parking rows, relocation of helicopter pads, and new transient parking hardstand pads. The taxilane accessing transient parking positions will provide ADG II aircraft access which requires an expansion of the transient hardstand pads 2-5 to maintain adequate wingtip clearance. A total of 56 aircraft hardstand parking positions is provided. Three new hardstand parking positions east of the existing fuel farm are also proposed for use by Bender Aviation. These will replace the two existing unusable positions that are currently within the taxilane object free area. These positions are used exclusively by Bender Aviation and are not included in the total number of aircraft parking positions available for based or transient aircraft. Figure 3.3 Standard Recommended Improvements Source: RDM International, Inc. (2018) City of Clearwater 3-6 Clearwater Airpark Layout Plan 3.4.1 T-Hangars The anticipated demand within the planning horizon indicates an additional 15 T-Hangar units can be supported at the Airpark. Each T-Hangar structure can accommodate multiple units. For the purposes of this analysis, two T-Hangar structures are proposed to accommodate the recommended 15 additional units. 3.4.1.1 Alternative 1 The first alternative (Figure 3.4) includes the construction of a new structure on existing Row J, currently an uncovered aircraft parking area accommodating 9 positions. Utilizing existing Row J eliminates the need to construct new pavement for access to each unit. However, it is recommended this includes the realignment of the airport security fence to maximize aircraft wingtip clearance on the north side of the structure. A new 10-unit structure is also proposed south of existing T-Hangar A and parallel to North Hercules Boulevard. This option eliminates 2 existing hardstand positions and requires mitigation of impacts to an existing retention pond, drainage canal, and potentially a berm inside airport property along Gilbert Street. Figure 3.4 T-Hangars - Alternative 1 Source: RDM International, Inc. (2018) City of Clearwater 3-7 Clearwater Airpark Layout Plan 3.4.1.2 Alternative 2 The second alternative (Figure 3.5) also includes the construction of a new T-Hangar on existing Row J as in Alternative 1 and a new T-Hangar south of existing T-Hangar A. However, the new T-Hangar south of existing T-Hangar A is aligned to eliminate the need to mitigate the existing retention pond and minimize impacts to the existing drainage canal while also avoiding impacts to the Runway 34 Protection Zones and airspace. Figure 3.5 T-Hangars - Alternative 2 Source: RDM International, Inc. (2018) City of Clearwater 3-8 Clearwater Airpark Layout Plan 3.4.1.3 T-Hangar Alternatives Evaluation Table 3.1 summarizes and compares the alternatives according to the evaluation criteria previously identified in this chapter. Based on the evaluation, Alternative 1 is the recommended alternative. Table 3.1 T-Hangar Alternatives Evaluation Criteria Alternative 1 2 Achievement of the Objective Yes Yes Airport Design Standards Partial Partial Flexibility Yes No Collateral Impacts Poor Fair Source: RDM International, Inc. Achievement of the Objective The primary objective is to provide 15 additional T-Hangar units. Both alternatives can provide approximately 19 units. Airport Design Standards The construction of a new covered structure on Row J utilizes the existing pavement which does not in each alternative adheres to FAA design standards. Flexibility The new structure proposed south of existing T-Hangar A in Alternative1 can accommodate an expansion of the structure as well as additional hardstand pads without resulting in additional impacts. However, the structure proposed in Alternative 2 cannot accommodate an expansion while maintaining adequate clearance from existing infrastructure. Collateral Impacts Each alternative requires mitigation of existing stormwater drainage features. However, Alternative 2 minimizes the impacts and the associated costs. City of Clearwater 3-9 Clearwater Airpark Layout Plan 3.4.2 Conventional Hangars The anticipated demand within the planning horizon indicates an additional 2 Conventional Hangar units can be supported at the Airpark. The existing Tampa Bay Aviation conventional hangars are approximately 10,000 SF. A 10,000 SF hangar can accommodate approximately 98% of aircraft categorized as ADG I or II2. Therefore, a 10,000 SF hangar is recommended to maximize flexibility for the number and type of aircraft that can be stored in the hangar. Three potential locations were identified for development of additional hangars, as illustrated in Figure 3.6. Figure 3.6 Conventional Hangar Alternative Locations Source: RDM International, Inc. (2018) 3.4.2.1 Alternative 1 The first potential location for a new conventional hangar is south of the existing Bender Aviation Services hangar and north of the existing fuel tanks. This location can accommodate a conventional hangar outside of the taxilane object free area, but the aircraft parking area must be located south of the proposed hangar structure. Additionally, the size of the hangar structure is limited to approximately 6,000 Square Feet (SF) hangar and the aircraft parking apron is restricted to approximately 1,200 Square Yards (SY) due to existing infrastructure. Three existing hardstand pads utilized by Bender Aviation Services are eliminated in this alternative. 3.4.2.2 Alternative 2 The second potential location utilizes a vacant site adjacent to the existing Tampa Bay Aviation hangars. The site can accommodate a 10,000 SF hangar (same as the existing hangars) and an 1,800 SY expansion of the existing aircraft parking apron (the existing apron is approximately 2,300 SY). 3.4.2.3 Alternative 3 The third potential location is along Keene Road on the west side of Runway 16, north of the existing fence line of The Landings Golf Club. Similar to Alternative 2, this site can also accommodate a 10,000 SF hangar and 1,800 SY aircraft parking apron. The site provides easy 2 Airport Cooperative Research Program (ACRP) Report 113, Guidebook on General Aviation Facility Planning City of Clearwater 3-10 Clearwater Airpark Layout Plan access from Keene Road and flexibility to construct additional hangars and aircraft parking apron in the future if needed. However, this site requires a new taxiway for access to Runway 16-34 and Taxiway A as well as mitigation of an existing retention pond. 3.4.2.4 Conventional Hangar Alternatives Evaluation Table 3.2 summarizes and compares the alternatives according to the evaluation criteria previously identified in this chapter. Based on the evaluation, Alternative 2 and Alternative 3 are the recommended alternatives for the recommended 2 future hangars. Table 3.2 Conventional Hangar Alternatives Evaluation Criteria Alternative 1 2 3 Achievement of the Objective Partial Yes Yes Airport Design Standards Yes Yes Yes Flexibility No No Yes Collateral Impacts Fair Good Very Poor Source: RDM International, Inc. Achievement of the Objective Alternative 2 and Alternative 3 each can accommodate a 10,000 SF hangar. Since the size of the hangar in Alternative 1 is restricted, it is considered to only partially achieve the objective. Airport Design Standards Each of the proposed locations can accommodate a new hangar and aircraft parking area without impacting safety areas. Flexibility Alternative 3 is the only location that can accommodate future expansion. Alternative 1 is restricted by the existing taxilane, Bender Aviation Services facility, the fuel farm, and Grand Avenue. Alternative 2 is restricted by Taxiway A, an existing drainage ditch, and other existing off-airport infrastructure. Collateral Impacts Alternative 1 and Alternative 2 can be constructed without significant mitigation of existing drainage features. However, Alternative 3 is located within an existing retention pond constructed for runoff from Keene Road when it was widened in the mid-2000s and will require extensive mitigation. Furthermore, the Alternative 3 site is within a parcel zoned as Open Space / Recreational and would require a significant rezoning effort before it can be implemented. City of Clearwater 3-11 Clearwater Airpark Layout Plan 3.4.3 Terminal A larger terminal building, maintenance shed, and vehicle parking area is recommended. Due to existing constraints and recommended developments summarized in the preceding sections, it is recommended the existing terminal site is utilized for a future terminal building and automobile parking area. Two alternatives were identified and evaluated for the future terminal. Figure 3.7 illustrates the existing terminal and proposed aircraft parking area for reference. There are 5 existing trailers (each approximately 1,000 SF) used by the Civil Air Patrol (CAP), a vehicle parking lot with 25 spaces, and a 3,800 SF terminal structure. Figure 3.7 Terminal Area Source: RDM International, Inc. (2018) City of Clearwater 3-12 Clearwater Airpark Layout Plan 3.4.3.1 Alternative 1 The first alternative (Figure 3.8) expands the terminal in its existing location and maintains 3 of the existing 5 CAP trailers. To accommodate an expansion of the vehicle parking lot, one of the remaining CAP trailers will be relocated and the other removed. The proposed 12,500 SF single-story terminal structure is sized based on anticipated demand in 2038. A second-story may be necessary to accommodate other features such as a restaurant and/or conference room. Additionally, a temporary building will be required during construction of the proposed terminal. The proposed expansion of the existing vehicle parking lot is restricted by the CAP trailers and an existing drainage ditch. Therefore, the expansion can only accommodate 94 parking spaces, 11 short of the 105 spaces recommended based on anticipated demand. A new maintenance shed is proposed adjacent to the EAA facility. Figure 3.8 Terminal Expansion - Alternative 1 Source: RDM International, Inc. (2018) City of Clearwater 3-13 Clearwater Airpark Layout Plan 3.4.3.2 Alternative 2A Alternative 2A proposes a 14,500 SF single-story terminal structure and removes all the existing CAP trailers to maximize the number of vehicle parking spaces (105 in this alternative). It is anticipated that CAP activities will be accommodated in the future terminal. It is also intended that the terminal will be constructed in phases to eliminate impacts to airport operations. A new maintenance shed is proposed adjacent to the future terminal. Figure 3.9 Terminal Expansion - Alternative 2A Source: RDM International, Inc. (2018) City of Clearwater 3-14 Clearwater Airpark Layout Plan 3.4.3.3 Alternative 2B Alternative 2B is similar to Alternative 2A in that the existing CAP trailers are removed to maximize the number of vehicle parking spaces (also 105 in this alternative). However, this alternative proposes a two-story structure to minimize the footprint of the terminal. As the proposed terminal is 10,500 SF, only a partial second floor is required to accommodate anticipated demand. Similar to Alternative 2A, it is also intended that the terminal will be constructed in phases to eliminate impacts to airport operations. A new maintenance shed is proposed adjacent to the future terminal. Figure 3.10 Terminal Expansion - Alternative 2B Source: RDM International, Inc. (2018) City of Clearwater 3-15 Clearwater Airpark Layout Plan 3.4.3.5 Terminal Alternatives Evaluation Table 3.3 summarizes and compares the alternatives according to the evaluation criteria previously identified in this chapter. Based on the evaluation, Alternative 2A is the recommended alternative for the future terminal structure. Table 3.3 Terminal Alternatives Evaluation Criteria Alternative 1 2A 2B Achievement of the Objective Partial Yes Yes Airport Design Standards Yes Yes Yes Flexibility Partial Partial Partial Collateral Impacts Good Fair Fair Source: RDM International, Inc. Achievement of the Objective Alternative 1 only partially achieves the objective since it does not provide the recommended number of vehicle parking spaces. Alternatives 2 and 3 can accommodate all recommended improvements. Airport Design Standards None of the alternatives include non-standard conditions. Flexibility Each of the alternatives provides partial flexibility as the terminal building can be expanded by adding and/or expanding a second level; however, the proposed vehicle parking areas cannot accommodate an expansion. Collateral Impacts Alternative 1 maintains most of the existing CAP trailers while the other two alternatives remove all of them. It is intended CAP functions can be accommodated in the new terminal building but this 3.4.4 Navigational Aids The Clearwater Airpark provide Medium Intensity Runway Lights (MIRL). Per FAA Advisory Circular 150/5300-13A (Change 1), Airport Design, airport rotating beacons are required for any airport with runway edge lights. Accordingly, a rotating beacon is recommended for the Airpark. The main purpose of the beacon is to indicate the location of a lighted airport. Siting and installation of a rotating beacon is based on the following guidelines: • Located within 5,000 feet of a runway • Mount all airport rotating beacons higher than any surrounding obstructions so that the bottom edge of the beacon’s light beam, when adjusted correctly, will clear all obstructions ─ Mounted high enough above the surface so that the beam sweep, aimed 2 degrees or more above the horizon, is not blocked by any natural or manmade object City of Clearwater 3-16 Clearwater Airpark Layout Plan • May be mounted on the roof of hangars or other buildings or on wooden power pole towers and metal towers Three different beacon tower structures are available. These include the Structural Steel Towers, Tubular Steel Towers, and Tip-Down Pole Towers. Structural Steel Towers are available in heights of 51, 62, 75, 91, 108, 129, and 152 feet. Tubular Steel Towers consist of different lengths of low alloy, high strength tubular steel sections welded together to obtain a basic tower height of 51 feet. Tip-Down Pole Towers consist of a two-section octagonal tapered structure with a counterweight and hinge that allow the top section to be easily raised and lowered by one person using an internal hand-operated winch for maintenance. These towers are typically available at lengths up to 55 feet. Figure 3.11 illustrates these three tower types. Figure 3.11 Typical Beacon Towers Source: FAA Advisory Circular 150/5340-30J, Design and Installation Details for Airport Visual Aids (2/12/2018) Three potential locations for the new beacon are identified for future evaluation. These sites are illustrated in Figure 3.12 as part of the following section and are adjacent to the proposed terminal, the fuel farm, and the proposed conventional hangar at the existing Tampa Bay Aviation hangars site. City of Clearwater 3-17 Clearwater Airpark Layout Plan 3.4.5 Recommended Development Plan Figure 3.12 illustrates the recommended development plan based on the analyses summarized in this chapter. Figure 3.12 Recommended Development Plan Source: RDM International, Inc. (2018) City of Clearwater 3-18 Clearwater Airpark Layout Plan 3.4.6 Land Use On-airport and off-airport land uses are a key consideration for airports. Protecting the airspace on parcels outside of airport property maximizes the operational safety of aircraft as well as people and property on the ground. Establishing land uses on airport property allows the airport to allocate limited resources for specific functions and maximize the long-term benefit and financial sustainability of the airport, whether aviation related functions or non-aviation development. The existing on-airport land uses as defined by the City of Clearwater are illustrated in Figure 3.13. Figure 3.13 Existing On-Airport Land Uses Source: City of Clearwater (2018) The majority of Airpark property is designated as Transportation / Utility while The Landings Golf Club (over 300 acres) is designated as Recreational / Open Space. The parcel occupied by the City of Clearwater Water System Maintenance is classified as Industrial Limited as is the parcel north of the Runway 16 end. For the purposes of this analysis, and in the event The Landings Golf Club ceases operations, potential land uses are identified, for discussion purposes only, in Figure 3.14. City of Clearwater 3-19 Clearwater Airpark Layout Plan Figure 3.14 Potential Future On-Airport Land Uses Source: RDM International, Inc. (2018) Areas supporting general aviation activities such as hangar storage and terminal areas are classified as General Aviation. The runway and taxiways, including safety areas and protection zones, maintain the Transportation / Utility classification. However, an area on the west side of the runway is preserved for a potential future parallel taxiway. The existing Landings Golf Club site is split into 3 parcels. West of the runway is a large parcel allocated for future General Aviation purposes, including hangar storage and other general aviation related functions. Another parcel east of the existing residential area at the intersection of Keene Road and Airport Drive is maintained as Recreational / Open Space. A parcel immediately adjacent to Keene Road is classified as non-aviation development. While this could include commercial development to maximize airport revenues, one of the goals and objectives of the City of Clearwater’s Land Use policy is to maintain the residential character of the Keene Road corridor by limiting commercial development. Therefore, this parcel may be best utilized for residential development. These potential land use reclassifications are for discussion purposes only. A change to existing zoning classifications requires a review and approval process that includes public hearings. Any changes to the existing land use and zoning classifications on airport property should adhere to the processes defined by the City of Clearwater. City of Clearwater 4-1 Clearwater Airpark Layout Plan Section 4.0 FACILITIES IMPLEMENTATION PLAN 4.1 Introduction The purpose of the Facilities Implementation Plan is to prepare a Capital Improvement Plan (CIP) that converts the preferred development plan identified in the Alternatives Analysis (Working Paper #3) into a series of potential projects. Projects recommended for the CIP were identified based on numerous factors including safety, adherence to Federal Aviation Administration (FAA) design standards, capacity requirements, and the priorities of the Airport. The scheduled implementation of the projects as projected is based and dependent on many factors including the availability of required funding and environmental or other required approvals. 4.2 Project List and Descriptions A draft project list was developed from the proposed development plan. The draft project list was then reviewed with the City of Clearwater staff and refined to a final project list. The project list is organized by major airport components (i.e., Airfield, Terminal, General Aviation, and Support). This ordering was used to organize project descriptions, which are presented in the following paragraphs, and the cost estimates which are described later in this Working Paper. 4.2.1 Airfield Projects Airfield projects are those that are within the aircraft movement area (runways, taxiways, and approach/departure operational areas. The proposed development plan includes five (5) future airfield projects intended to enhance the safety of airport operations. 4.2.1.1 Relocate Taxiway A6 This project consists of constructing a new Taxiway A6 and demolishing the existing taxiway pavement. The purpose of this project is to improve the operational safety of the airfield by eliminating direct access from the aircraft parking area to the runway. The proposed taxiway is to be constructed based on FAA design standards for the Critical Aircraft identified in Working Paper #1, Aviation Activity Forecasts. The new taxiway is located south of the existing Taxiway A6 due to the navigational aids located to the north of the existing taxiway. 4.2.1.2 Construct Blast Pads This project consists of new blast pads for each runway end. The purpose of this project is to provide blast erosion protection beyond runway ends during jet aircraft operations that occasionally occur at CLW. 4.2.1.3 Property Acquisition at Runway 34 End This project consists of acquiring approximately 1.3 acres not currently within the airport property boundary. The property to be acquired is currently within the boundaries of Marymount Park which is owned by the City of Clearwater. The market value of the parcel is used for cost estimating purposes. City of Clearwater 4-2 Clearwater Airpark Layout Plan 4.2.1.4 Avigation Easement for Parcels within Runway 34 RPZs This project consists of obtaining an avigation easement for properties outside the existing airport property boundary but within the Runway 34 RPZs. The FAA’s airport design guidelines recommend that airports own the property underneath approach and departure areas to the limits of the RPZ, where practicable. The guidelines further recommend that the RPZ be cleared of all above ground objects where practicable. The purpose of this project is to obtain control of these properties and prevent the potential introduction of obstructions to safe air navigation and comply with the FAA guidelines to the extent practical. The parcels within the RPZ primarily consist of residential housing. 4.2.1.5 Avigation Easement for Parcels within Runway 16 RPZs This project consists of obtaining an avigation easement for properties outside the existing airport property boundary but within the Runway 16 RPZs. Similar to project #4, the purpose of this project is to obtain control of these properties and prevent the potential introduction of obstructions to safe air navigation and comply with the FAA guidelines to the extent practical. The parcels within the RPZ primarily consist of residential housing. 4.2.2 Terminal Projects Terminal projects include the terminal building and associated parking areas. The proposed development plan includes two (2) future terminal projects intended to accommodate existing and anticipated demand. 4.2.2.1 Construct New Terminal This project consists on constructing a new, permanent terminal building. The existing terminal is a temporary structure which was intended to be replaced with a more permanent structure. Construction of the proposed terminal shall be phased to allow uninterrupted operations by the airport and its tenants. Elements included in this project includes new and/or relocated security fencing, utilities, etc. 4.2.2.2 Expand Vehicle Parking Lot Vehicle parking at the existing terminal is severely limited and does not provide enough parking spaces for peak periods. This project consists of expanding the existing vehicle parking area and quadrupling the number of parking spaces available. The project requires the removal of the existing five (5) trailers currently under a Land Lease Agreement by the Civil Air Patrol (CAP) through 2022. 4.2.3 General Aviation Projects General Aviation projects consist of the aircraft storage facilities and the pavement used to access them. Most projects proposed in the development plan are General Aviation facilities. The 13 projects identified are summarized below. 4.2.3.1 Replace Shade Hangars with T-Hangars This project involves removal of the existing three (3) shade hangars (E, F, and G) and replacing them with standard T-Hangars. The purpose of this project is to provide more secure aircraft storage and accommodate customer demand while increasing revenues for the airport. This project does not include any changes to the existing taxilanes accessing these facilities. City of Clearwater 4-3 Clearwater Airpark Layout Plan 4.2.3.2 Expand Transient Aircraft Parking Area This project involves expanding the existing transient aircraft parking area to provide additional parking positions and Aircraft Design Group (ADG) II clearance for the transient aircraft that utilize CLW. The existing five (5) parking positions to the south of the existing taxilane are expanded and new parking restriction lines marked to identify the location of the ADG II taxilane object free area. The existing circular pavement north of the existing taxilane is also expanded to accommodate additional aircraft parking positions. 4.2.3.3 Reconstruct Transient Aircraft Parking Area This project consists of reconstructing the north section of the existing transient aircraft parking area pavement. This project was identified in the Florida Department of Transportation (FDOT) Statewide Airfield Pavement Management Program (June 2015). The apron had an average Pavement Condition Index (PCI) of 36 and a rating of “very poor” in the 2015 FDOT pavement study. This project can be completed in conjunction with the expansion of the parking area (Project #9) as determined by the needs of the Airpark and/or funding availability. 4.2.3.4 Construct New Conventional Hangar and Apron This project consists of constructing a new 10,000 Square Foot (SF) hangar adjacent to the existing Tampa Bay Aviation hangars. The project includes an expansion of the existing aircraft parking apron for access to the new hangar and additional aircraft parking. The purpose of this project is to accommodate existing demand. 4.2.3.5 Rehabilitate Existing Tampa Bay Aviation Hangar Apron This project is to rehabilitate (mill and overlay) the deteriorating apron pavement at the existing Tampa Bay Aviation hangars. This project was also identified in the FDOT Statewide Airfield Pavement Management Program (June 2015). A large portion of the apron had an average PCI of 54 and a rating of “poor” in the 2015 FDOT pavement study. Implementation of this project will occur when needed based on future pavement study results; however, this project can be completed in conjunction with Project #11 for construction/cost efficiencies. 4.2.3.6 Rehabilitate Existing Taxilanes (Row K and Transient access) This project is to rehabilitate (mill and overlay) the deteriorating taxilane pavement along the transient aircraft parking area and parallel to the Row K aircraft parking area. These taxilanes provide access to all aircraft parking areas and have a PCI of 52 and a rating of “poor” in the 2015 FDOT pavement study. 4.2.3.7 Construct New T-Hangar on Existing Row J Parking This project consists of installing a new T-Hangar on the existing Row J aircraft parking area which is currently a paved area used for tie-down aircraft parking. The purpose of this project is to accommodate existing demand for covered parking. This project includes the realignment of the perimeter fence to increase aircraft wingtip clearance and maximize operational safety. 4.2.3.8 Rehabilitate Row J and Row I Taxilanes This project consists of rehabilitating (mill and overlay) the deteriorating taxilane pavement accessing the Row J and Row I taxilanes. These taxilanes provide access to the Row J and Row I T-Hangars and had a PCI of 52 and a rating of “fair” in the 2015 FDOT pavement study. The FDOT study included the Row J hardstand parking area but this area will be rehabilitated under Project #14. City of Clearwater 4-4 Clearwater Airpark Layout Plan 4.2.3.9 Reconstruct Existing Bender Aviation Apron This project includes a complete reconstruction of the existing Bender Aviation Services hangar apron and access road. This project was identified in the 2015 FDOT study and indicated the apron had a PCI of 39 and a rating of “poor”. 4.2.3.10 Rehabilitate Existing T-Hangar Taxilanes This project consists of rehabilitating (mill and overlay) of the existing T-Hangars not included in Project #15. These taxilanes provide access to the T-Hangars and had a PCI between 65 and 71 and a rating of “fair” or “satisfactory” in the 2015 FDOT pavement study. 4.2.3.11 Reconfigure Aircraft Parking Area This project consists of constructing new pavement for the tie-down aircraft parking area between the terminal and Taxiway A. While part of the proposed pavement limits overlaps the existing pavement, the existing pavement was rated as “poor” in the 2015 FDOT study and will be removed as part of this project. New pavement will be added to what is currently a grass area containing eight (8) concrete pads (only 5 are usable). Additionally, the existing taxilane accessing these hardstands and the Bender Aviation Services apron will be rehabilitated as part of this project. 4.2.3.12 Construct New Conventional Hangar, Access Taxiway, and Apron This project consists of constructing a new 10,000 SF conventional hangar on the west side of the Airpark, along Keene Road, in what is currently undeveloped land. A new taxiway accessing the runway and Taxiway A is included in this project as is an aircraft parking apron adjacent to the hangar facility. The purpose of this project is to accommodate anticipated demand and therefore, the schedule for this project is dependent upon the actual demand for it. The proposed site for this project is currently a large retention pond that was constructed by FDOT for drainage purposes during the widening of Keene Road. This project will require environmental mitigation of the retention pond. 4.2.3.13 Construct New T-Hangar and Taxilanes This project consists of constructing a new 10-unit T-Hangar south of the existing T-Hangar structures along North Hercules Avenue. This project requires construction of new taxilanes to provide access to the individual hangars. The purpose of this project is to accommodate anticipated demand. A retention pond is currently within the site limits of the proposed T-Hangar and will require environmental mitigation. 4.2.4 Support Projects Support projects consist of Navigational Aids (NAVAIDS) and other facilities necessary to properly maintain the airport. The proposed development plan includes two (2) support facilities. 4.2.4.1 Install Rotating Beacon This project is to install a Rotating Beacon. The location of the beacon will be determined during the planning and design phase of this project. The purpose of this project is to adhere to FAA airport design standards and provide pilots visual reference of the Airpark’s location during night- time operations. 4.2.4.2 Construct Maintenance Shed This project is to install a new maintenance shed in the vicinity of the proposed terminal. The purpose of this project is to provide a covered space large enough to accommodate the Airpark’s new tractor and extra space for other maintenance equipment. City of Clearwater 4-5 Clearwater Airpark Layout Plan 4.2.4.3 Security Upgrades This project is to install access control gates near the terminal and replaces perimeter security fencing where age and condition is questionable. Wildlife fencing will be installed adjacent to the golf course. 4.2.4.4 Airfield Lighting Update The project includes replacement of all airfield lighting, cable and guidance signs. 4.3 Project Cost Estimates Conceptual cost estimates were prepared for all CIP projects in 2018 dollars. No escalation factors were applied to project costs. This methodology allows project costs to be escalated based on actual escalation factors from 2018 at the time they are initiated. The cost estimates are summarized for each development phase in the following section. The cost estimates include construction and program costs. Construction costs include all physical items, labor and a contingency. Program costs include fees associated with engineering design fees and construction phase engineering. The methodology utilized to develop the cost estimates include: • Total property acquisition costs are based on assessed market value per the Pinellas County Property Appraiser, legal proceedings, and other potential costs that include: ─ Contingency for 2018 Assessed Market Value: 15.0% ─ Survey: 5.0% of Total Acquisition Cost ─ Close-out and Other Costs: 7.0% of Total Acquisition Cost • Total Avigation Easement costs are based on the following: ─ Acquisition fee: $5,000 per parcel ─ Legal Proceedings: $3,000 ─ Contingency: 15% ─ Survey: 20.0% of Total Acquisition Cost ─ Close-out and Other Costs: 25.0% of Total Acquisition Cost • Total construction costs are based on direct material costs and additional fees associated with the following: ─ Electrical and Communications (as required): 10.0% ─ Sewer and Water (as required): 20.0% ─ Maintenance of Traffic (MOT): 10.0% ─ Mobilization: 15.0% ─ Environmental Controls: 25.0% ─ Contingencies: 15.0% • Program mark ups are as follows: ─ Engineering, Survey, and Geotech: 10.0% ─ Construction Phase Engineering, RPR, Testing: 7.0% City of Clearwater 4-6 Clearwater Airpark Layout Plan 4.4 Project Phasing In addition to project descriptions and cost estimates, the CIP also presents proposed project phasing. The scheduling of projects in the CIP was developed through consultation with the City of Clearwater Marine and Aviation Department. Phasing for CIP projects was categorized as: Short-Term (2020 through 2024), Intermediate-Term (2025 to 2029) and Long-Term (2030 to 2039). The ultimate timing of projects will be determined based on actual demand, funding availability, environmental approvals, and the priorities of tenants or the City of Clearwater. Figure 4.1 provides a Gantt chart that depicts the sequencing of projects. City of Clearwater 4-7 Clearwater Airpark Layout Plan ID Description Short-Term Intermediate-Term Long-Term 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 21 Install Rotating Beacon 9 Expand Transient Aircraft Parking Area 10 Reconstruct Transient Parking Area 6 Construct New Terminal 7 Expand Existing Vehicle Parking Lot 15 Rehabilitate Rows I & J Taxilanes 16 Reconstruct Bender Aviation Apron 23 Security Upgrades 22 Install New Maintenance Shed 12 Rehabilitate Existing TBA Hangar Apron 11 Construct New Hangar and Apron 13 Rehabilitate Row K & Transient Taxilanes 14 Construct New T-Hangar on Row J 18 Reconfigure Aircraft Parking Area 8 Replace Shade Hangars with T-Hangars 17 Rehabilitate Existing T-Hangar Taxilanes 24 Airfield Lighting Update 20 Construct New T-Hangar 19 Construct New Conventional Hangar 2 Construct Blast Pads 3 Property Acquisition (Runway 34) 4 Avigation Easements (Runway 34) 5 Avigation Easements (Runway 16) 1 Relocate Taxiway A6 TBA = Tampa Bay Aviation Source: RDM International, Inc. (2019); AECOM (2019) Figure 4.1 Preliminary Phasing Schedule for CIP Projects City of Clearwater 4-8 Clearwater Airpark Layout Plan 4.4.1 Short-Term Projects Project priorities in the short-term (2020 to 2024) include the following: • Constructing new facilities recommended to accommodate existing demand and/or mitigating existing operational inefficiencies • A focus on the rehabilitation and/or reconstruction of key airfield pavements identified in the 2015 FDOT pavement study Short-term projects are listed in Table 4.1 along with their project number and total estimated cost. Figure 4.2 shows the location of these projects on the Airport. Table 4.1 Short-Term Projects and Estimated Costs ID Description Component Estimated Cost ($)1 21 Install Rotating Beacon Support $88,492 9 Expand Transient Aircraft Parking Area2 GA $126,447 10 Reconstruct Transient Parking Area2 GA $250,993 6 Construct New Terminal Terminal $2,408,403 7 Expand Existing Vehicle Parking Lot Terminal $869,180 15 Rehabilitate Rows I & J Taxilanes2 GA $480,392 16 Reconstruct Bender Aviation Apron2 GA $329,961 23 Security Upgrades Support $159,798 Total Short-Term Estimated Costs $4,713,666 Source: AECOM (2018) 1 in 2018 dollars 2 cost provided in 2015 FDOT Statewide Airfield Pavement Management Program Figure 4.2 Short-Term Project Locations Source: RDM International, Inc. (2019) City of Clearwater 4-9 Clearwater Airpark Layout Plan 4.4.2 Intermediate-Term Projects Project priorities in the intermediate-term (2025 to 2029) include the following: • A focus on the rehabilitation of existing taxilane • Reconstruction of the hardstand parking area • The construction of an additional hangar Intermediate-term projects are listed in Table 4.2 along with their project number and total estimated cost. Figure 4.3 shows the location of these projects on the Airport. Table 4.2 Intermediate-Term Projects and Estimated Costs ID Description Component Estimated Cost ($)1 22 Install New Maintenance Shed Support $163,155 12 Rehabilitate Existing TBA Hangar Apron2 GA $290,940 11 Construct New Hangar and Apron GA $2,097,958 13 Rehabilitate Row K & Transient Taxilanes2 GA $431,159 14 Construct New T-Hangar on Row J GA $1,428,797 18 Reconfigure Aircraft Parking Area GA $770,174 Total Intermediate-Term Estimated Costs $5,182,183 Source: AECOM (2018) 1 in 2018 dollars 2 cost provided in 2015 FDOT Statewide Airfield Pavement Management Program Figure 4.3 Intermediate-Term Project Locations Source: RDM International, Inc. (2019) City of Clearwater 4-10 Clearwater Airpark Layout Plan 4.4.3 Long-Term Projects Project priorities in the long-term (2030 to 2039) include the following:  Gaining control of properties within RPZs through property acquisitions/easements  Constructing blast pads at each runway end  Mitigating non-standard taxiway configurations  The construction of an additional T-Hangar and conventional hangar to accommodate demand  Replacement of existing Shade Hangars  Airfield lighting upgrades Long-term projects are listed in Table 4.3 along with their project number and total estimated cost. Figure 4.4 shows the location of these projects on the Airport. Table 4.3 Long-Term Projects and Estimated Costs ID Description Component Estimated Cost ($)1 8 Replace Shade Hangars with T-Hangars GA $4,684,557 17 Rehabilitate Existing T-Hangar Taxilanes GA $965,468 24 Airfield Lighting Update Support $371,196 20 Construct New T-Hangar GA $2,200,662 19 Construct New Conventional Hangar GA $2,325,858 2 Construct Blast Pads Airfield $409,462 3 Property Acquisition (Runway 34) Airfield $106,904 4 Avigation Easements (Runway 34) Airfield $205,103 5 Avigation Easements (Runway 16) Airfield $105,053 1 Relocate Taxiway A6 Airfield $382,299 Total Long-Term Estimated Costs $11,756,562 Source: AECOM (2018) 1 in 2018 dollars Figure 4.4 Long-Term Project Locations Source: RDM International, Inc. (2019) City of Clearwater 5-1 Clearwater Airpark Layout Plan Section 5.0 CAPITAL IMPROVEMENT PHASING PLAN 5.1 Introduction The final chapter of a master plan is intended to provide guidance on what will be required to demonstrate the airport sponsor’s ability to fund the projects in the master plan. A more general discussion of the funding of medium and long-term projects is more reasonable because of the uncertainty of future Local and State funding and possible shifts in the overall importance of those projects in reaction to aviation demand at the airport and changes in the economic climate in a community. The City’s ability to fund the recommended projects is a major consideration in preparing the Capital Improvement Plan (CIP). The recommended development plan for the Airport is based on the identification of facility requirements as presented in Working Paper #4. This section of the Airport Master Plan will address the financial implications of implementing the improvements proposed to construct the preferred development alternative. In addition, the potential funding sources; cost of constructing the improvements based upon the Capital Improvement Plan (C.I.P.) required to construct the improvements. The proposed funding plan contained in this section assumes the City will continue not using the FAA’s Airport Improvement Program (AIP), moderate annual funding received from the FDOT, and the growth of the airport’s aviation activity, as depicted in the approved forecasts. The intrinsic value that a well-maintained airport brings to a community or region goes far beyond the day-to-day operational costs. In other words, the money spent and benefits received in the community or region by individuals and businesses that use the airport equals or exceeds the expenses, which are a result of operations at the airport. While some of the costs required to implement and construct the improvements in the CIP can be estimated closely based upon recent construction projects undertaken in the recent past, and revenue projection will be based upon likely funding sources and amounts, it must be understood that these are estimates. Therefore, there is inherent uncertainty in the development of this financial plan due to the basis of the assumptions on estimates. Even with this uncertainty, it is prudent to develop this comprehensive plan to provide an understanding of the variables, and provide a basis upon which adjustments can be made. Throughout the construction and development of the airport, a continual assessment of the financial position of the project must be completed and adjustments made as warranted. 5.2 Airport Development Plan Future airport development at Airport, as included in this Airport Master Plan Update, covers a 20- year planning period. Development items are grouped into three phases: • Short-term (1-5 years) • Intermediate-term (6-10 years) • Long-term (11-20 years) City of Clearwater 5-2 Clearwater Airpark Layout Plan The refined development costs contained in this section are based on the proposed improvements as shown on the Airport Layout Plan, and are included for each item in the financial development plan. The phasing of projects assists the airport sponsor in budgetary planning for future construction projects. Table 5.1 outlines the 20-year financial development plan. The sequence in which the projects are completed is important, as the ultimate configuration of the Airport will require numerous projects. Table 5.1 Financial Development Plan Over 20 Years Phase I Project ID Short-Term Development Total FAA Share State Share Local Share 21 Install Rotating Beacon $88,492 $0 $70,794 $17,698 9 Expand Transient Aircraft Parking Area $126,447 $0 $101,158 $25,289 10 Reconstruct Transient Parking Area $250,993 $0 $200,795 $50,199 6 Construct New Terminal $2,408,403 $0 $1,204,202 $1,204,202 7 Expand Existing Vehicle Parking Lot $869,180 $0 $434,590 $434,590 15 Rehabilitate Rows I & J Taxilanes $480,392 $0 $384,314 $96,078 23 Security Upgrades $159,798 $0 $127,838 $31,960 Total Short-Term Development Cost $4,383,705 $0 $2,523,691 $1,860,016 Phase II Project ID Intermediate-Term Development Total FAA Share State Share Local Share 16 Reconstruct Bender Aviation Apron $329,961 $0 $263,969 $65,992 22 Install New Maintenance Shed $163,155 $0 $130,524 $32,631 12 Rehabilitate Existing TBA Hangar Apron $290,940 $0 $232,752 $58,188 11 Construct New Hangar and Apron $2,097,958 $0 $1,678,366 $419,592 13 Rehabilitate Row K & Transient Taxilanes $431,159 $0 $344,927 $86,232 14 Construct New T-Hangar on Row J $1,428,797 $0 $1,143,038 $285,759 18 Reconfigure Aircraft Parking Area $770,174 $0 $616,139 $154,035 Total Intermediate-term Development Cost $5,512,144 $0 $4,409,715 $1,102,429 Phase III Project ID Long-Term Development Total FAA Share State Share Local Share 8 Replace Shade Hangars with T-Hangars $4,684,557 $0 $3,747,646 $936,911 17 Rehabilitate Existing T-Hangar Taxilanes $965,468 $0 $772,374 $193,094 24 Airfield Lighting Update $371,196 $0 $296,957 $74,239 20 Construct New T-Hangar $2,200,662 $0 $1,760,530 $440,132 19 Construct New Conventional Hangar $2,325,858 $0 1,860,686 $465,172 2 Construct Blast Pads $409,462 $0 $327,570 $81,892 3 Property Acquisition (Runway 34) $106,904 $0 $85,523 $21,381 4 Avigation Easements (Runway 34) $205,103 $0 $164,082 $41,021 5 Avigation Easements (Runway 16) $105,053 $0 $84,042 $21,011 1 Relocate Taxiway A6 $382,299 $0 $305,839 $76,460 Total Long-Term Development Cost $11,756,562 $0 $9,405,249 $2,351,313 TOTAL DEVELOPMENT COST $21,652,411 $0 $16,338,655 $5,313,758 NOTE: All costs are calculated in 2018 dollars. Assumes 80 percent funding by FDOT on all projects excluding terminal area which is 50 percent FDOT funding. City of Clearwater 5-3 Clearwater Airpark Layout Plan 5.3 Funding Sources Probable costs (engineer’s opinion costs) for the development plan identified in Working Paper #4, Facilities Implementation Plan, provides the basis for cost of individual projects. Funding comes from the State (FDOT) contributions. This section will identify and quantify the expected sources of capital funds. As previously indicated, FDOT funds represent the majority of expected capital; however, a number of sources are identified and indicated below. 5.3.1 State Funding Program The FDOT provides most of the funding for capital improvement projects at the Airport. Airport Revenue Diversion Pursuant to the Airport Revenue Protection Act of 1996, by accepting federal or state financial grants or property transfers, the airport agrees to abide by certain binding contractual obligations (i.e., signing a contract with a federal or state government where the government provides the funding and the recipient agrees to follow certain rules). One of those rules specifies that all airport-generated revenues should be spent at the airport. According FDOT Airport Project Funding for: • General Aviation: “Pursuant to Section 332.003 – 332.007, FS, FDOT may provide up to 80 percent of the local share of general aviation airport project costs,” • Economic Development: Pursuant to Section 332.003 – 332.007, FS, FDOT may provide up to 50 percent of the costs to build on-airport revenue-producing capital improvements. One example of an economic development project is industrial park facilities at a general aviation airport. • Strategic Airport Investment: Projects Pursuant to Section 332.007, FS, FDOT may provide up to 100 percent funding for commercial and general aviation airport projects that meet the following criteria: – Provide important access and on-airport capacity improvements, – Provide capital improvements to strategically position the state to maximize opportunities in international trade, logistics, and the aviation industry, – Achieve state goals of an integrated intermodal transportation system, and – Demonstrate the feasibility and availability of matching funds through federal, local, or private partners. • Statewide Project Funding: Pursuant to Section 332.007(1), FS, FDOT is authorized to receive federal grants for these statewide projects when no local sponsor is available. Pursuant to Section 332,007(6) (d), FS, FDOT may provide up to 100 percent of project cost if that project is statewide in scope or involves more than one county where no other governmental entity or appropriate jurisdiction exists. • Other Airport Project Funding Resources: In addition to the FDOT Aviation Grant Program, airports in the state have other project funding resources. These may or may not be applicable to Clearwater Airpark. – Rural Economic Development Initiative: Pursuant to Section 288.0656 (2), FS, a county or community seeking funding through the Rural Economic Development Initiative must meet two qualifications. First, the county or community must meet the statutory definition of “rural” noted in Section 288.0656 (2) (e), FS, to be eligible for a waiver or reduction of City of Clearwater 5-4 Clearwater Airpark Layout Plan match requirements. Second, the eligible county or community must also have three or more of the “economic distress” conditions identified in Section 288.0656 (2) (c), FS. – State Infrastructure Bank: Pursuant to Section 339.55, FS, the State Infrastructure Bank (SIB) is a revolving loan and credit enhancement program consisting of two separate accounts and is used to leverage funds to improve project feasibility. The SIB can provide loans and other assistance to public or private entities carrying out or proposing to carry out projects eligible for assistance under federal and state law. The SIB cannot provide assistance in the form of a grant. – Strategic Intermodal System: Pursuant to Section 339.61, FS, the Strategic Intermodal System (SIS) marks a fundamental shift in the way Florida views the development of and investment in its transportation system. The SIS is composed of transportation facilities and services of statewide and interregional significance. It represents an effort to link Florida’s transportation policies and investments to the state’s economic development strategy, in keeping with the Governor’s strategic imperative of diversifying Florida’s economy. – Transportation Regional Incentive Program: Pursuant to Section 339.2819, FS, the Transportation Regional Incentive Program (TRIP) was created to provide an incentive for regional planning, to leverage investments in regionally significant transportation facilities (roads and public transportation) created pursuant to Section 339.155, FS, and link investments to growth management objectives. TRIP was created with the intent of funding projects that will generate additional capacity through growth in the transportation program. All proposed projects will be evaluated in light of this policy. Each year, the FDOT ACIP program allocates millions of dollars to match federal grants. As airport sponsors receive a federal grant, they apply to the state for the matching funds. Additionally, some direct or “state only” grants (when the FAA is not participating in the funding) may be available to a sponsor for eligible projects. Historically, FDOT has funded approximately 90 percent of eligible projects, leaving the remaining 10 percent to be funded by the sponsor. Eligible Applicants - The state, city, town, county, district, authority or other political subdivisions of the state, which owns and operates an airport(s), open to the public on a non-discriminatory basis, is eligible for assistance under the Loan Program. Eligible airports must be identified in the FDOT State Airports System Plan dated February 2012 (or most current version). Eligible Projects - Typical eligible projects included airport related construction projects for runways, taxiways, aircraft parking ramps, aircraft storage facilities (hangars), fueling facilities, general aviation terminal buildings or pilot lounges, utility services (power, water, sewer, etc.) to the airport runway or taxiway lighting, approach aids (electronic or visual), ramp lighting, airport fencing, airport drainage, land acquisition, planning studies, and under certain conditions, the preparation of plans and specifications for airport construction projects. In addition, projects not eligible for funding under other programs and those designed to improve the airport self- sufficiency, may also be considered. 5.3.2 Local Funding Airport Rates and Charges - FAA Order 5190.6B, FAA Airport Compliance Manual, provides comprehensive guidance on the legal requirement that airport fees be fair, reasonable, and not unjustly discriminatory. The objective of the policy is to provide guidance to airports in establishing rates and charges that will help the airport work towards financial sustainability. Several revenue generating activities that the City is already doing at the Airport will continue to enhance revenues at the airport, these include: City of Clearwater 5-5 Clearwater Airpark Layout Plan • Aircraft hangar/T-hangar/shade rentals • Aircraft tie-down rental • Fuel sale mark-up The City should continue to monitor the current rates and charges to ensure they are remaining competitive with other airports in the region and state. Other more conventional methods of securing funding and financing alternatives the City could consider include: Bank Financing - Some airport sponsors use bank financing as a means of funding airport development. Generally, two conditions are required; first, the sponsor must show the ability to repay the loan plus interest, and second, capital improvements must be less than the value of the present facility or some other collateral used to secure the loan. These are standard conditions which are applied to almost all bank loan transactions. General Obligation Bonds - General Obligation bonds (GO) are a common form of municipal bonds whose payment is secured by the full faith credit and taxing authority of the issuing agency. GO bonds are instruments of credit and because of the community guarantee, reduce the available debt level of the sponsoring community. This type of bond uses tax revenues to retire debt and the key element becomes the approval of the voters to a tax levy to support airport development. If approved, GO bonds are typically issued at a lower interest rate than other types of bonds. Force Accounts, In-kind Service, and Donations - Depending on the capabilities of the Sponsor, the use of force accounts, in-kind service, or donations may be approved by the FAA for the Sponsor to provide their share of the eligible project costs. An example of force accounts would be the use of heavy machinery and operators for earthmoving and site preparation of runways or taxiways, the installation of fencing, or the construction of improvements to access roads. In-kind service may include surveying, engineering, or other services. Donations may include land or materials such as gravel or water needed for the project. The values of these items must be verified and approved by the FAA prior to initiation of the project. Third-Party Support - Several types of funding fall into this category. For example, individuals or interested organizations may contribute portions of the required development funds (pilot associations, economic development associations, Chambers of Commerce, etc.). Although not a common means of airport financing, the role of private financial contributions not only increases the financial support of the project, but also stimulates moral support to airport development from local communities. For example, private developers may be persuaded to invest in hangar development. A suggestion would be for the City to authorize long-term leases to individuals interested in constructing a hangar on airport property. This arrangement generates revenue from the airport, stimulates airport activity, and minimizes the sponsor’s capital investment requirements. Another method of third-party support involves permitting the fixed base operator (FBO) to construct and monitor facilities on property leased from the airport. Terms of the lease generally include a fixed amount plus a percentage of revenues and a fuel flowage fee. The advantage to this arrangement is that it lowers the sponsor’s development costs, a large portion of which is building construction and maintenance. The airport funds some or all of the cost of capital projects by generating revenue from tenants, users and other sources. These airport funds can come from annual surplus, reserves, or borrowing. While capital projects are usually funded from variety of sources, in the end, airport contributed funds have a role in almost all projects, particularly as seed money to initiate projects and to provide the match of FAA funds. City of Clearwater 5-6 Clearwater Airpark Layout Plan 5.4 Pavement Maintenance Plan Periodic maintenance is necessary to prolong the useful life of the airport pavements. The effects of weather, oxidation, and usage cause the pavement to deteriorate. The accumulation of moisture in the pavement causes heaving and cracking, and is one of the greatest causes of pavement distress. The sun’s ultraviolet rays oxidize and break down the asphalt binder in the pavement mix, which in turn accelerates raveling and erosion and can reduce asphalt thickness. The appropriate pavement maintenance will minimize the effects of weather damage and oxidation. Crack sealing is performed to keep moisture from accumulating inside and underneath the pavement and should be done at least every five years prior to fog sealing or overlaying the pavements. Fog seals, slurry seals, and coal tar emulsion (fuel resistant) seals are spread over the entire paved area to replenish the binder lost through aggregate to increase the friction coefficient of the pavement. Asphalt overlays are performed near the end of the useful life of the pavement. A layer of new asphalt is placed over the existing pavement to renew the life of the pavement and to recover lost strength due to deterioration. Unless specially designed, the overlay is not intended to increase the weight bearing capacity of the pavement. Overlays may be supplemented with a porous friction course of grooving to increase friction and minimize hydroplaning. Remarking of the pavement is required following a fog seal or overlay. The recommended pavement maintenance cycle time frames are listed below in Table 5.2. It should be noted that the time frames are recommendations only. Actual pavement deterioration will be affected by use of the Airport and weather exposure. Maintenance actions should be scheduled as necessary through close monitoring and inspection of the pavements. Table 5.2 Pavement Maintenance Schedule Pavement Maintenance Cycle Approximate Time Frames Crack Seal Pavement 1 - 2 years Crack Seal, Seal Coat, and Remark Pavements 3 - 8 years Overlay Pavements 15 - 18 years Seal Concrete Joints 6 - 8 years Source: FDOT, 2015 5.5 Financial Plan Recommendations The ultimate goal of any airport should be the capability to support its own operation and development through airport generated revenues. Unfortunately, few airports similar in size to the Clearwater Airpark are able to do this. For example, it is difficult to financially break even when the fees received from hangar rentals and fuel sales will not adequately amortize the cost of construction projects. The City of Clearwater should consider implementing additional airport sources of revenue. 5.5.1 Airport Revenue Opportunities Airport revenues are generally produced from the use of land leases, user fees, and property taxes generated from on-airport improvements. Examples of airport revenue generators include: Land Leases - Property on the airport that is not devoted to airfield use, vehicle parking, or contained within areas required to be cleared of structures may be leased to individual airport users or aviation related businesses. Typically, the individual is provided a long-term lease on which to construct a hangar, business, or other facility. At the termination of the lease, the lessee has the option to renew the lease, sell or lease the buildings, or to remove the buildings. City of Clearwater 5-7 Clearwater Airpark Layout Plan Hangar Leases - Hangars on the airport owned by the airport sponsor can be leased to private aircraft operators or businesses. Typically, as with land leases, the individual or business is provided a long-term lease of the hangar. At the termination of the lease, the lessee has the option to renew the lease or cease use of the hangar. Tie-Down Fees - A fee is typically established for the use of fixed ramp tie-downs on paved apron areas. The fees are usually established on a monthly or annual basis for based aircraft and on an overnight basis for transient aircraft. Airport Usage Fee - This fee is typically imposed on charter aircraft and can be waived if the operator purchases a minimum amount of fuel. Commercial Activity Fee - This fee is typically imposed on commercial activities operating “for profit” at the airport. Typical commercial activities may include fixed base operators, testing and training, maintenance services, and retail or other goods and services which may be provided at the airport. Non-Aeronautical Revenue Generating - This fee is imposed on leases of land/buildings that are allocated as airport property but do not have access and/or use for aeronautical activities (i.e. non- aeronautical use). The fee for these areas must be setup at fair market value and all revenue generated from these leases must remain within the airport fund. In accordance with Florida State Grant Assurances, all revenues generated by the airport must be expended by the airport for the capital or operating costs of the airport. 5.6 Airport Development Recommendations Based on the findings of the planning process, the following recommendations are provided for the City to consider for development the airport to meet the needs of the community: • The City has the unique challenge of many airports of not having considerable excess land that can be used for aviation related purposes. Over the long-term, the City should continue looking for non-aeronautical development opportunities on the land that has been designated for such activities on the ALP. • Locations for additional corporate hangars and T-hangars have been identified in ALP drawing set. The investment in additional hangars will make the airport more competitive with other airports in the region and will provide the airport will additional revenue. • Continued monitoring of the airport’s financial status is necessary in order to adapt and adjust to changing conditions. 5.7 Continuous Planning Process Airport planning is a continuous process that does not end with the completion of a major capital project. The fundamental issues upon which these airport master plans are based are expected to remain valid for several years; however, several variables such as annual aircraft operations and socioeconomic conditions, are likely to change over time. The continuous planning process necessitates that the Airport consistently monitor the progress of the airport in terms of growth in based aircraft and annual operations, as this growth is critical to the exact timing and need for new airport facilities as recommended within the Airport Master Plan. The information obtained from this monitoring process will provide the data necessary to determine if the development schedule should be accelerated, decelerated, or maintained as scheduled. City of Clearwater 5-8 Clearwater Airpark Layout Plan Periodic updates of the Airport Layout Plan, Capital Improvement Plan, and Airport Master Plan are recommended to document physical changes to the Airport, review changes in aviation activity and to update improvement plans for the Airport. The primary goal of the airport master planning effort is to develop a safe and efficient airport that will meet the demands of its aviation users and stimulate economic development for airport. The continuous airport planning process is a valuable tool in achieving the strategic plans and goals for the Airport. 5.8 Conclusion This Section has laid out the recommended capital improvement projects and their financial implications for improving the Airport over the 20-year planning period. A total of 24 CIP projects have been identified (Table 5.1), which are all programmed within the 20-year planning period. This Airport Master Plan has documented the existing and anticipated aviation demand based on existing conditions, as well as provided a practical and implementable development plan based on input and guidance from the City of Clearwater and FDOT. This financial analysis is based on the continuation of FDOT funding at the current levels, which average at $600,000/year. However, there is competition for FDOT funds, so the Airport will need to aggressively communicate its CIP needs to the FDOT and other relevant agencies as opportunities arise. Based on the assumptions and the financial analysis presented herein, the development plan presented on the ALP along with the Capital Improvement Plan (CIP) is considered feasible, and the airport should be able to construct the necessary aviation facilities, as recommended herein. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9128 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Approve a License Agreement for the Clearwater Marine Aquarium (CMA) Island Estates (IE) Slips and authorize the appropriate officials to execute same. (consent) SUMMARY: During construction of the recent CMA expansion, IE slips 1-20 maintained by Marine & Aviation (M&A) were taken out of service and placed under CMA control. These slips fell within the footprint of their restricted construction area. The CMA pays the city approximately $3,400.00 a month in slip rent for these IE slips. With the construction now completed, CMA is ready to give control and responsibility of these slips back to the city. These IE slips are in need of major repairs by the city and CMA is proposing features and modifications that the city would not normally install at this facility. M&A supports the CMA proposal and proposed improvements to this facility in lieu of traditional slip rent. Figure 1 shows IE slips 1-43 that surround the CMA facility along with several easement areas granted to the city, while Figure 2 shows the expanded CMA facility in relationship to the slips. Page 1 City of Clearwater Printed on 5/13/2021 1 COMMERCIAL SLIP LICENSE AGREEMENT THIS COMMERCIAL SLIP LICENSE AGREEMENT entered into this __________ day of ___________, 2021, hereinafter referred to as “License,” by and between the City of Clearwater, a Florida municipal corporation, hereinafter referred to as “City,” P.O. Box 4748, Clearwater, Florida 33758 and Clearwater Marine Aquarium, Inc., 249 Windward Passage, Clearwater, Florida 33767, a Florida corporation, hereinafter referred to as “the Licensee” or “CMA.” Recitals WHEREAS, the City owns the boat slips and submerged lands commonly referred to as the Island Estates (IE) slips located contiguous to the Licensee’s property; and WHEREAS, the City has a site access easement over CMA uplands to access the IE slips; and WHEREAS, these slips are an extension of the Beach Marina Operations and provide remote docking opportunities on the island, but with minimal amenities; and WHEREAS, the Licensee’s expansion and growth over the last 10 years has resulted in this docking facility becoming less and less desirable for individual recreational users; and WHEREAS, the City has determined that major upgrades and investment are required to make this docking facility more functional, but site access, upland amenities and the lack of public parking do not support such investment.; and WHEREAS, the City’s Marine and Aviation Department supports the Licensee’s Proposal to rent IE Slips 1-20 and their commitment to implement a series of capital docking facility improvements totaling $137,000 during first five year license term, $113,000 if a second five year term is granted for a total of $250,000 over 10 years in lieu of traditional rent payments. NOW THEREFORE, the Parties agree as follows: 1. Recitals The recitals above are incorporated into this License by reference. 2. Conditions & Authority: A. The City’s Marine and Aviation Director or designee shall be authorized to execute, administer, and provide for notification of this License. B. The term of this License shall be for five (5) years. The term shall end on the ____ day of _______________, 20___ (the “Termination Date”), unless sooner terminated in accordance with, and pursuant to, the terms and conditions of this License, the Code of Ordinances, or the duly adopted rules and regulations 2 for the Municipal Marina. C. If Licensee has complied with all terms of the License, the City and Licensee may negotiate, at the City’s sole discretion, a new license for an additional term not to exceed five (5) years, effective upon the Termination Date of the previously executed License. D. Licensee shall, at least sixty (60) days prior to the Termination Date, indicate to the City whether Licensee desires to renew or terminate the License. Failure to notify under this provision shall have no effect on the validity of this Licensee and shall not create any other rights or obligations to enter into a new license agreement. E. This License is non-transferable and applies only to the above-named owner and/or operator, facility and slips. This License shall not be construed as granting any ownership interest in the slips. 2. Assignments: The Licensee shall not assign or encumber this License. 3. Required Documents: Copies of the following documents are required to be on file in the marina office: i. the current Florida vessel registration(s) and all applicable renewal documents shall be provided within 30 days of vessel registration expiration; ii. proof of valid and current vessel insurance shall be provided 30 days prior to expiration of such insurance; iii. current business tax receipt (BTR) from the City; iv. if applicable, U.S. Coast Guard Inspection Certification (inspected vessels only); v. valid and current Captain’s License issued by U.S. Coast Guard for each operator of commercially operated vessels. 3. Consideration in Lieu of Rent: In lieu of monthly rent, the Licensee hereby agrees to the following consideration: A. Yearly investments in the IE slips 1-20 as follows: i. 2021 - $17,000.00 for rebuilding and replacing two finger docks and relocating two boat lifts from IE slips #30 and #31. ii. 2022 - $8,000.00 in additional repairs and maintenance as 3 determined necessary by both the City and CMA. iii. 2023 - $100,000.00 to add an ADA accessible ramp and one floating dock which shall be used for the Licensee’s invitees that are embarking or disembarking excursion vessels. iv. 2024 – $6,000.00 for additional repairs and maintenance as determined necessary by both the City and CMA. v. 2025 – $6,000.00 for additional repairs and maintenance as determined necessary by both the City and CMA. vi. 2026 - $27,000.00 for additional dock repairs and maintenance as determined by both the City and CMA, and additional power pedestals in areas currently without power. vii. 2027 - $50,000.00 for 2 additional floating docks to allow for two vessels to load and unload simultaneously. viii. 2028 - $12,000.00 for additional repairs and maintenance as determined by both the City and CMA. ix. 2029 - $12,000.00 for additional repairs and maintenance as determined by both the City and CMA. x. 2030 - $12,000.00 for additional repairs and maintenance as determined by both the City and CMA. B. The Licensee shall be responsible for all costs to design, permit, construct, and maintain the improvements to IE slips 1-20. C. The Licensee shall provide trash receptables and disposal for all IE slip users. D. The Licensee shall provide potable water for all IE Slips with a water connection. E. The Licensee shall vacate IE slips 31-32. 4. Utilities and Taxes: A. Licensee shall be responsible for electric usage for IE slips 1-20. Slip electric meters will be read and billed monthly by city staff. B. Utilities fees will include a $5.00 service charge. 5. Insurance: A. The vessel owner shall at all times maintain insurance coverages acceptable to the City. A Public Liability and Property damage policy to include a minimum $500,000 coverage, with the City named as additional insured, for any damage 4 done by Licensee’s vessel to City docks or other property within the marina. In addition, per resolution 06-45, Licensee must carry $10,000 for damage done during storms if not included in $500,000 liability coverage. B. Licensee agrees to be held responsible for damage caused to other vessels in the Marina or to the structures thereof. The city assumes no responsibility for the safety of any vessel docked at the Marina and will not be liable for fire, theft, or damage to vessel(s), its equipment or any property in or on said vessel(s), however rising. Licensee agrees to hold the City harmless in the event claims for damage to other persons or property arise from the presence of Licensee’s vessel(s). 6. Indemnification: A. It is expressly agreed by the parties that the City shall not be liable for any damage, injury or death, which may be sustained by the Licensee, Licensee’s agents, servants, employees, guests, invitees, or other persons, resulting from the intentional acts, carelessness, negligence or improper conduct on the part of any other Marina Licensee’s (or such Licensee’s agents, servants, employees, agents, or invitees), or action of whatever nature or cause, in or about the Marina. B. The indemnification provided herein shall include, but not be limited to, all costs, expenses, and reasonable attorney’s fees incurred by the City of Clearwater in any action based on the foregoing, including, but not limited to any action brought by Licensee, or Licensee’s invitees, guests, employees, agents, heirs, or approved assignees. C. The Licensee, hereby releases and agrees to indemnify and hold harmless the City of Clearwater for any and all liability for personal injury, loss of life and property damage: i. Arising out of the ordinary negligence of or any acts or omissions on the part of the Licensee or Licensee’s agents, servants, employees, guests, invitees, or other persons in connection with the use of the City of Clearwater’s premises or use of the slips; ii. In connection with the Licensee’s vessels, motors and accessories while it is on the City’s premises; or iii. For the loss or damage to the Licensee’s vessels, motors and accessories or contents thereof due to fire, theft, collision, marina equipment failure, windstorm, rain, hurricane, or other unforeseen events causing casualty loss. D. Assumption of Risk and Disclaimer of Liability i. The Marina facility is to be used at the sole risk of the Licensee, Licensee’s agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip, and the City of Clearwater shall not be liable or responsible for the care or protection 5 of the vessel, including gear, equipment and contents, or for any loss of damage or whatever kind of nature to said vessel, howsoever occasioned. There is no guarantee or warranty of any kind as to the condition of the piers, catwalks, ramps, or mooring gear, nor shall the City be responsible for injuries to persons or property occurring thereon for any reason whether herein specifically stated or not. ii. Nothing within this Licensee shall constitute a waiver of the City’s sovereign immunity under Section 768.28, Florida Statutes. iii. Licensee, Licensee’s agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip shall assume the duty to report all accidents immediately. 7. Right of Entry: A. Vessel owner(s) hereby authorize City of Clearwater employees to board their vessel to make adjustments to mooring lines or to move the vessel, as may be required in an emergency situation, or to avoid any loss or damage. B. The City has the right to enter the slip to inspect, maintain, repair, or to make reasonable alterations to said slip, such as but not limited to, dredging, dock or seawall repairs or other necessary improvements. 8. Maintenance: The Licensee shall be responsible for maintenance for IE slips 1-20. 9. Force Majeure and Hurricane Plan Requirement: A. If the Licensee or the City fails to perform all or part of its obligations under this License due to an event of force majeure (meaning an event beyond the reasonable control of the affected party that is unforeseeable, or unavoidable and beyond remedy if foreseen, and which happens after the execution of this License and renders the full or partial performance of this License impossible or impracticable). Events of force majeure include, but are not limited to floods, fires, hurricanes, tornados, and other acts of God, accidents, strikes, insurrections, turmoil and war (whether declared or not) and any action or inaction of any governmental authority). The performance of such obligations shall be suspended during the period during which such performance is affected by the event of force majeure. B. The Party claiming force majeure shall notify the other Party in writing as soon as possible, and shall, within fifteen (15) calendar days after the occurrence of such event, provide the other Party by personal delivery or certified mail with appropriate evidence in support of the occurrence of the event of force majeure. The Party claiming that its performance under this License has become impossible or impracticable due to an event of force majeure shall make all reasonable efforts to mitigate the effects of such event of force majeure. 6 C. If an event of force majeure occurs, both Parties shall immediately consult with each other regarding the performance of responsibilities per this License, and, in the event of cessation of the event of force majeure, shall immediately resume their respective obligations under this License. D. Licensee shall provide a Hurricane Plan (Exhibit 1) depicting the methods to be employed in securing the vessel during a storm event. At a minimum, all mooring lines and fenders shall be doubled, and efforts made to secure all loose items, within 24 hours after storm warnings have been issued by media sources. It is the responsibility of the Licensee to know when such a warning or watch has been issued for Clearwater. Tidal fluctuations must be accounted for in your plan. E. Prior to the arrival of a major storm, marina staff will attempt to document and record the conditions of the docks and vessels. This does not guarantee in any way that the Licensee’s property will be secured by City personnel. Actions on behalf of the City will be taken as weather, resources and operational commitments allow. 10. Law, Rules Regulations: A. Clearwater Municipal Marina Rules are incorporated into and expressly made part of the License by reference. B. Marina Rules may be amended from time to time to provide for safety concerns and what is in the best interest of the City. In the event of a rule change, the modified Rules will be posted at the Marina. 11. Entire Agreement: This License, together with any additional Addendums and/or Exhibits attached hereto, shall constitute the entire Agreement between the City and Licensee. No other Agreements unless incorporated and made a part herein, shall be binding on either party. No amendment or modification of this License shall be effective unless agreed to in writing by both Licensee and Licensor. This License, when fully executed will replace any docking license previously issued to the Licensee. 13. Venue: Parties agrees to hereby waive trial by jury in any action or proceeding brought to enforce the terms of this License, and they agree that venue for any proceedings brought to enforce this License is in Pinellas County, Florida. 14. Miscellaneous: A. Should any provision of this License or any of the Exhibits attached hereto be deemed by a Court of competent jurisdiction to be unenforceable, such determination shall not affect the enforceability of the remaining provisions. B. Use of one gender shall include all other genders; use of the singular shall include the plural; and use of the plural shall include the singular, all as may be appropriate. 7 This License consists of paragraphs 1 through 14 above and any additional Exhibits attached hereto and entered into between Licensee and the City. This is intended to be a legally binding Agreement and will be effective upon the date last signed by both the Licensee and the Marine and Aviation Director or the Director’s Designee. IN WITNESS WHEREOF, the parties hereto have executed this License as of the date set forth above. CITY OF CLEARWATER, FLORIDA Signed: By: ________________________ Frank V. Hibbard Mayor Approved as to form: Attest: _______________________ ________________________ Michael Fuino Rosemarie Call Assistant City Attorney City Clerk CLEARWATER MARINE AQUARIAM, INC. Countersigned: Attest: _______________________ By: ________________________ Print Name: _____________ Print Name: ___________________ Title: ________________________ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9151 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to ICON Supply, Inc., dba ICON Technologies of Tampa, FL for Yaskawa Variable Frequency Drives in an annual not-to-exceed amount of $200,000.00 with the option for two, one-year renewals at the City’s discretion pursuant to Invitation to Bid #21-21, Yaskawa Variable Frequency Drives and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) #21-21, Yaskawa Variable Frequency Drives was issued on March 23, 2021. One bid was received and was considered responsive to the requirements set forth in the solicitation. ICON Technologies represents the lowest responsive, responsible bidder in accordance with the bid specifications for Yaskawa Variable Frequency Drives for the supply, installation, preventative maintenance, and emergency repair services of Yaskawa Variable Frequency Drives for the Public Utilities Department on an as-needed basis. Yaskawa Variable Frequency Drives (VFDs) are installed throughout the Public Utilities water and wastewater system at multiple plants and lift stations. Since 2015, as old units break down or near the end of service life, the City has been working on replacing, maintaining, and installing additional units on an as-needed basis. These VFDs are used to control essential motor and pump speeds to meet optimum conditions and to reduce and /or eliminate electrical waste thereby reducing maintenance requirements, energy consumption, and cost of operation. The initial contract period will be May 21, 2021 through May 20, 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 550400 Operating Supplies and 546200 Repairs & Svc-Other Equip. Funding for future fiscal years (FY22 through FY24) will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 5/13/2021 April 26, 2021 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 21-21, Yaskawa Variable Frequency Drives to ICON Supply, Inc. dba ICON Technologies of Tampa, FL, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $200,000.00 annually, for a period of one (1) year, with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the May 17th, 2021 Work Session (9:00 a.m.) and voted on at the May 20th, 2021Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to Eryn Berg at (727) 562-4633, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Eryn Berg Eryn Berg Procurement Analyst CITY OF CLEARWATER ITB # 21-21, Yaskawa Variable Frequency Drives NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: April 21, 2021; 10:00 AM BID TABULATION Item No.Description Est. Quantity (UOM) Unit Price (UOM) Total Price 1 IQ1000 - 10HP 1 $1,010.68 $ 1,010.68 2 IQ1000 - 20HP 1 $1,411.33 $ 1,411.33 3 IQ1000 - 30HP 1 $2,285.44 $ 2,285.44 4 IQ1000 - 40HP 1 $3,129.84 $ 3,129.84 5 IQ1000 - 50HP 1 $3,442.28 $ 3,442.28 6 IQ1000 - 60HP 1 $4,037.28 $ 4,037.28 7 IQ1000 - 70HP 1 $4,488.28 $ 4,488.28 8 IQ1000 - 75HP 1 $4,488.28 $ 4,488.28 9 IQ1000 - 100HP 1 $5,557.10 $ 5,557.10 10 IQ1000 - 120HP 1 $6,175.46 $ 6,175.46 11 IQ1000 - 125HP 1 $6,175.46 $ 6,175.46 12 IQ1000 - 150HP 1 $7,330.00 $ 7,330.00 13 IQ1000 - 200HP 1 $9,662.86 $ 9,662.86 14 IQ1000 - 250HP 1 $10,621.17 $ 10,621.17 15 IQ1000 - 300HP 1 $11,407.61 $ 11,407.61 16 IQ1000 - 350HP 1 $12,818.76 $ 12,818.76 17 Installation 1 $125.00 $ 125.00 18 Preventative Maintenance (PM)1 $125.00 $ 125.00 19 Emergency Repair Services 1 $187.50 $ 187.50 20 Parts and Materials Mark-up from Cost 1 30% $ 0.30 Total Bid Items 1 – 20: $ 94,479.63 ICON Supply, Inc. Dba ICON Technologies 12956 N Dale Mabry Hwy Tampa, FL 33618 Page 1 of 1 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #21-21 Yaskawa Variable Frequency Drives March 23, 2021 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, April 21, 2021 to provide Yaskawa Variable Frequency Drives. Brief Description: The City of Clearwater is soliciting sealed bids for the supply, installation, preventative maintenance, and emergency repair services of Yaskawa Variable Frequency Drives for the Public Utilities Department on an as-needed basis. 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 YASKAWA VARIABLE FREQUENCY DRIVES 2 ITB #21-21 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), must 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 must 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: April 21, 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 must 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 must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 3 ITB #21-21 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 must 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 must 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 must 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 must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 4 ITB #21-21 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 must 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 must 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 must 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 must 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 must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 5 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 6 ITB #21-21 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 must 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: 03/23/2021 Advertise Tampa Bay Times: 03/24/2021 Bids due: 04/21/2021 Review bids: 04/21/2021 – 04/28/2021 Award recommendation: 04/28/2021 Council authorization: 05/20/2021 Contract begins: May 2021 STANDARD TERMS AND CONDITIONS YASKAWA VARIABLE FREQUENCY DRIVES 7 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 8 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 9 ITB #21-21 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), must 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 must 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, must be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording must be made of such closed meeting. The recording of, and any records presented at, the exempt meeting must 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 must 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 must destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the STANDARD TERMS AND CONDITIONS YASKAWA VARIABLE FREQUENCY DRIVES 10 ITB #21-21 contractor keeps and maintains public records upon completion of the contract, the contractor must 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 must 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 must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 11 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 12 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 13 ITB #21-21 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 14 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 15 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 16 ITB #21-21 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. BACKGROUND. Yaskawa Variable Frequency Drives (VFDs) are installed throughout the Public Utilities water and wastewater system at multiple plants and lift stations. Since 2015, as old units break down or near the end of service life, the City has been working on replacing, maintaining, and installing additional units on an as-needed basis. These VFDs are used to control essential motor and pump speeds to meet optimum conditions and to reduce and/or eliminate electrical waste thereby reducing maintenance requirements, energy consumption, and cost of operation. 3. SCOPE OF WORK. The City of Clearwater is soliciting sealed bid(s) for the supply, installation, preventative maintenance, and emergency repair services of Yaskawa Variable Frequency Drives for the Public Utilities Department on an as-needed basis. Services will include but are not limited to, supplying new units and parts, installation, annual preventative maintenance services, and emergency repair services as deemed necessary by City staff. The City reserves the right to amend these parts/services and locations at any time during the term of this contract. A. SUPPLEMENTAL MATERIAL. Exhibit A – Current VFD Inventory has been provided as a reference tool only. The exhibit lists all of the current VFDs throughout the City’s Public Utilities system. 4. BRAND NAME. This is a brand name solicitation. It has been determined that only the identified brand name items will satisfy the City’s needs. Interested vendor(s) must provide pricing only on the items named in the specifications, including brand(s) model, item number, etc. Offers of alternate brands, generic or private label items will be grounds for rejection of the submittal. 5. SPECIFICATIONS. The awarded vendor(s) will be required to provide parts and services which are classified into four (4) main categories as outlined below: A. SUPPLYING NEW UNITS. i. Product(s) supplied must be a Yaskawa IQPump1000. The size of the VFD will depend on the location and application setting in which it will be used. ii. All materials supplied to the City must be new. Refurbished materials will not be accepted. iii. Provide equipment in full accordance with the latest rules, regulations, and standards of: a. American National Standards Institute (ANSI) b. National Fire Protection Association (NFPA) 70 c. Underwriters Laboratories, Inc. (UL) d. National Electrical Manufacturers Association (NEMA)  Safety standards for construction and guide for selection, installation, and operation of adjustable speed drive systems.  Enclosures for electrical equipment iv. All VFDs must be provided with a nameplate label on each unit which identifies: a. Manufacturer Name b. Model/ Serial Number c. Rated Current or Ampacity d. Service Factor e. Voltage/ Phase Rating DETAILED SPECIFICATIONS YASKAWA VARIABLE FREQUENCY DRIVES 17 ITB #21-21 B. INSTALLATION. i. Performed Monday- Friday, between the hours of 07:00a.m. – 04:00p.m. EST. ii. Install VFD where indicated, in accordance with manufacturer’s written instructions, NEMA Industrial Control and Systems (ICS) three (3) and complying with recognized industry practices to ensure that the system complies with requirements and services intended purposes. iii. Drives located outdoors must be provided in a NEMA 3R enclosure. iv. Drives located indoors must be provided in a ventilated type 12 enclosure within the space provided per NEMA twelve (12) standards. v. All connections and mechanical fasteners must be accessible and tightened securely after VFD is installed. vi. Vendor must inspect completed installation for physical damage, proper alignment, anchorage, and grounding. vii. Vendor must make any final adjustments to newly installed VFD to ensure proper operation within the system. viii. The VFDs must be controlled and operable from an existing supervisory control and data acquisition (SCADA) system with the conduit, wire, and cabling between the VFDs and the SCADA system by others. The awarded vendor that supplies and installs the VFDs must document the connection of SCADA wiring to the VFDs. ix. The VFDs installation must use existing power wiring and conduit to the extent desired by the vendor provided the installation meets all existing code requirements. Any devices, wiring, cabling, conduit, or other appurtenances that are required for a complete installation other than connection to the SCADA system must be provided by the vendor at no additional cost to the City. x. Once installation is complete, the vendor must demonstrate proper functioning and installation of the VFD in front of designated City staff to ensure high quality workmanship and that the unit is operating properly. a. Any discrepancies should be documented and reported to City staff and repaired immediately if possible. b. City staff will inspect workmanship prior to technician leaving the site to ensure proper installation and operation of the installed VFD. C. PREVENTATIVE MAINTENANCE (PM). The Vendor(s) must provide all travel, labor, supervision, tools, and materials as may be required to provide complete preventive maintenance and ensure continued operation of all the City’s VFD equipment located throughout the Public Utilities system. i. Vendor must perform all necessary adjustments and servicing required to maintain all systems and equipment in continuous good working condition as outlined by the manufacturer’s recommendations. ii. Vendor must perform all PM tasks annually, based on an annual schedule as agreed upon between the Vendor and Public Utilities’ designated representatives. iii. Vendor must perform all PM services during regular business hours (07:00a.m. – 04:00p.m. EST), Monday through Friday, except City closures (e.g. Holidays, inclement weather, etc.). iv. It is the Vendor’s responsibility to provide a quarterly schedule to the Public Utilities designated representatives at least thirty (30) days in advance of required PM services. v. Vendor must provide monthly PM reports at the end of each month identifying: a. Dates of service b. Equipment serviced c. Location of equipment serviced d. Details of parts, materials and equipment replaced e. Technician’s name who performed the work D. EMERGENCY REPAIR SERVICES. The Vendor must be able to perform “emergency DETAILED SPECIFICATIONS YASKAWA VARIABLE FREQUENCY DRIVES 18 ITB #21-21 on-call” repair service within four (4) hours of notification from the Public Utilities designated representative(s). Vendor must provide all travel, labor, supervision, tools, material, equipment, and parts for VFD equipment. All replacement parts and materials must be approved by an appropriate Public Utilities designated representative before any work is completed. i. Must be available on-call twenty-four (24) hours a day, seven (7) days a week, three hundred sixty-five (365) days a year, including Federal and City holidays. ii. Must provide a monthly emergency repair services report at the end of each month identifying: a. Dates of service b. Equipment repaired c. Location of equipment repaired d. Details of parts, materials and equipment replaced as part of the emergency on-call service e. Technician’s name who performed the work 6. 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. A. Annually, the Vendor or manufacturer must be able to provide, at no additional cost to the City, one (1) full day (eight [8] hours) of on-site training on the operation, best practices, and maintenance for designated Public Utilities personnel. 7. PARTS AND WARRANTY. A. All parts associated with this agreement must meet the manufacturer’s specifications and standards for this type of VFD. B. Vendor must replace all worn parts, failed parts, or suspect to failure parts/identified as intermittently work parts under this agreement in a timely and professional manner. C. All parts provided by the vendor must be new, unused, and meet all applicable original equipment manufacturer (OEM) standards. D. Vendor must provide a minimum of one (1) year warranty against defects of material, services, and workmanship for all repairs in accordance with the Section S.26 – Standard Purchase Terms & Conditions paragraphs regarding warranties. E. Within fourteen (14) calendar days of the City’s request, the vendor must provide a copy of the manufacturer’s warranty for any parts replaced as part of PM or repair services. F. Vendor must keep an updated inventory of all the manufacturer’s recommended spare parts for all VFD sizes installed throughout the Public Utilities system at the vendor’s location or within a four (4) hour driving distance of Clearwater, Florida. 8. PRICING. A. All necessary labor, incidentals, and materials to install, maintain and replace the VFDs must be included in Vendor’s price listed on BID PRICING Sheet, pg. 24-25 of this solicitation. B. Vendor must be able to provide Installation, PM and Emergency Repair Services for all of the VFD units to which they submit pricing for. Vendors are not required to bid on all VFDs to be deemed responsive. C. Installation, PM, and Emergency Repair Services must be bid on in an hourly rate (/hr.) format. Parts and Materials Mark-up from Cost should be bid on as a percentage (%). Please refer to Item 9. RATES for further clarification. D. The City reserves the right to make multiple awards if it is in the best interest of the City to do so. 9. RATES. A. Hourly rate is the same for one (1) person or several persons working on the equipment at the same time. Number of labor hours billed must not exceed number of hours equipment is being worked on by the awarded vendor. No overtime must be charged unless an emergency situation arises, and prior written approval has been authorized by the City. DETAILED SPECIFICATIONS YASKAWA VARIABLE FREQUENCY DRIVES 19 ITB #21-21 B. Vendor agrees to quote charges for services at the actual hourly rates shown on BID PRICING Sheet, pg. 24-25 of this solicitation and must not be governed by any predetermined rates that may be customarily or otherwise used in calculating charges for work performed. C. Work must be performed on a time and materials basis, at prices indicated on BID PRICING Sheet, pg. 24-25 of this solicitation. In no instance will any repairs costing above the original estimate be performed without first notifying the Public Utilities designated representative(s) and providing a supplemental, written estimate indicating additional parts and labor. The Public Utilities designated representative(s) must approve any additional repairs and costs. Any unauthorized work performed will be at the vendor's risk and expense. D. The parts and materials pricing must be based on Vendor’s actual cost plus a percentage mark-up. The City may require proof of Vendor’s cost on any parts or materials. 10. INVOICING. A. The Vendor must furnish the Public Utilities designated representative(s) with complete itemized invoices for work performed. All invoices must include, but not limited to the following information: i. Purchase Order Number ii. Labor time and charges iii. Location of work performed and technician iv. Itemized parts and materials at vendor’s cost v. Markup of parts and materials vi. Description of work performed The City requires a receipt/ ticket be submitted with the invoice for all work performed. The receipt must be legibly signed by an authorized Public Utilities designated representative(s) who verified the work was performed correctly and without errors. Invoices that do not include this information will not be paid until all charges are verified and approved. 11. MINIMUM QUALIFICATIONS. A. Vendor must have a minimum of five (5) years’ experience providing VFD maintenance, installation, and repair services. Proof may be required. B. Vendor must perform all work in accordance with all federal, state, and local codes. C. If a VFD manufacturer requires manufacturer authorization of technicians to maintain warranties of VFDs, the vendor must have technicians who are authorized by those manufacturers and must be able to provide proof upon City request. D. Vendor must have prior experience working with the Yaskawa brand name in a similar setting. 12. REFERENCES. Vendor must provide a minimum of three (3) customer references, preferably to municipal utility departments, within the past three (3) years, supplying, installing, and maintaining Yaskawa VFDs with their bid submittal. 13. DELIVERY. A. Vendor must provide a bill of lading and the operations and maintenance (O&M) manual as deemed necessary by the City. B. Upon receipt of order, Vendor will work with the Public Utilities designated representative(s) to discuss delivery timeframe and an agreed upon installation and/or repair date. C. The locations of the City groups to be served by this contract are presented in the table below. The City reserves the right to add, delete or change locations at any time during the term of this contract. DETAILED SPECIFICATIONS YASKAWA VARIABLE FREQUENCY DRIVES 20 ITB #21-21 Facility Name Facility Address East Water Reclamation Facility 3141 Gulf to Bay Blvd. Clearwater, FL 33759 Marshall Street Water Reclamation Facility 1605 Harbor Drive Clearwater, FL 33755 Northeast Water Reclamation Facility 3290 State Road 580 Clearwater, FL 34695 Clearwater - RO1 1657 Palmetto Street Clearwater, FL 33765 Clearwater – RO2 21133 US 19 N Clearwater, FL 33765 Clearwater – WTP3 2721 State Road 580 Clearwater, FL 33761 8. INSURANCE REQUIREMENTS. The Vendor must, 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 must 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. 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, DETAILED SPECIFICATIONS YASKAWA VARIABLE FREQUENCY DRIVES 21 ITB #21-21 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 must be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, ITB #21-21 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor must 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 must 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 must 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 must not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance must not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES YASKAWA VARIABLE FREQUENCY DRIVES 22 ITB #21-21 1. BEGINNING AND END DATE OF INITIAL TERM. May 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 must 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 (change as appropriate) renewals possible at the City’s option. 4. PRICES. All pricing must 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 must 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 must 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 1145-01; Speed changers, drives, gears. Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City must review the request for adjustment and respond in writing; such response and approval must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 23 ITB #21-21 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 (if requested) Bid container properly labeled Completed Bid Pricing Sheet, page 24-25 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 Warranty information W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING YASKAWA VARIABLE FREQUENCY DRIVES 24 ITB #21-21 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Yaskawa Variable Frequency Drives to the City of Clearwater at the price(s) stated below. The successful vendor(s) will provide these items on an as needed basis. Completed Bid Pricing sheet must be included with your response. Vendor must be able to provide Installation, PM and Emergency Repair Services for all of the VFD units to which they submit pricing for. Vendors are not required to bid on all VFDs to be deemed responsive. For Group 2 - Services and Group 3 – Parts and Materials, please indicate whether your company is authorized to work on and able to provide parts and materials on all makes/models of Yaskawa VFDs or if your company is limited to certain makes/models and/or services below. Group 1 – Yaskawa VFD’s Item Description Unit Cost IQ1000 – 10HP / Each IQ1000 – 20HP / Each IQ1000 – 30HP / Each IQ1000 – 40HP / Each IQ1000 – 50HP / Each IQ1000 – 60HP / Each IQ1000 – 70HP / Each IQ1000 – 75HP / Each IQ1000 – 100HP / Each IQ1000 – 120HP / Each IQ1000 – 125HP / Each IQ1000 – 150HP / Each IQ1000 – 200HP / Each IQ1000 – 250HP / Each IQ1000 – 300HP / Each IQ1000 - 350HP / Each Group 2 - Services Installation / Per Hour Preventative Maintenance (PM) / Per Hour Emergency Repair Services / Per Hour Group 3 – Parts and Materials Parts and Materials Mark-up from Cost % Yes, I can provide services and parts for all makes/models of Yaskawa VFDs. No, I can only provide services and parts for the following models of Yaskawa VFDs: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Vendor: _________________________________________ Date: _____________________________ BID PRICING YASKAWA VARIABLE FREQUENCY DRIVES 25 ITB #21-21 DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices must include all freight and transportation charges PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _____________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA YASKAWA VARIABLE FREQUENCY DRIVES 26 ITB #21-21 Bidders must 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 must 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 YASKAWA VARIABLE FREQUENCY DRIVES 27 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 28 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 29 ITB #21-21 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 YASKAWA VARIABLE FREQUENCY DRIVES 31 ITB #21-21 Instructions: Vendor must provide a minimum of three (3) customer references, preferably to municipal utility departments, within the past three (3) years, supplying, installing, and maintaining Yaskawa VFDs. Complete and return with bid submittal. Reference # 1 Customer Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Phone: Email: VFDs and services provided: Reference # 2 Customer Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Phone: Email: VFDs and services provided: Reference # 3 Customer Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Phone: Email: VFDs and services provided: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER YASKAWA VARIABLE FREQUENCY DRIVES 32 ITB #21-21 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #21-21; Yaskawa Variable Frequency Drives Due Date: April 21, 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 #21-21; Yaskawa Variable Frequency Drives Due Date: April 21, 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#21-9158 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Approve a purchase order to NRC Gulf Environmental Services, Inc., of Fort Worth, TX, to pump, transfer and dispose leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $175,000 with two, one-year renewal options at City’s discretion pursuant to Invitation to Bid (ITB) No. 31-21, Pump, Transport and Dispose of Leachate and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 15, 2021, Procurement Issued ITB 31-21, Pump, Transport and Dispose of Leachate and two responsive and responsible bids were received. NRC Gulf Environmental Services, Inc., was the lowest responsive and responsible bidder in accordance with the bid specifications. The Florida Department of Environmental Protection (FDEP) requires all liquid waste (Leachate) created at the City of Clearwater Transfer Station to be collected in a closed system. The leachate flows from the Transfer Station’s tipping floor and the Transfer Station’s Truck Tunnel into a holding tank. The holding tank requires regular pumping and the leachate requires proper disposal at a FDEP registered processing facility. The contract purchase order with NRC Gulf Environmental Services, Inc., of Fort Worth, TX, enables the City of Clearwater to comply with FDEP at the lowest qualified price. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY 2020/2021 operating budget of the Solid Waste Fund and have also been anticipated and included in the proposed FY 2021/2022 operating budget of the Solid Waste Fund. Funds are available in cost code 4242084-530300 to fund this contract (Solid Waste Fund - Transfer Station). Page 1 City of Clearwater Printed on 5/13/2021 CITY OF CLEARWATER ITB # 31-21, Pump, Transport and Dispose of Leachate DUE DATE: April 14, 2021; 10:00 AM BID TABULATION Vendor Description Unit of Measure Total Price Aqua Clean Environemntal Co Inc 3210 Whitten Rd Lakeland, FL 33811 Pump, Transport and Dispose of Leachate Per Gallon 0.47$ NRC Gulf Enviromental Services Inc 9204 Highway 287 NW Fort Worth, TX 76131 Pump, Transport and Dispose of Leachate Per Gallon 0.39$ REMARKS: Price(s) with star ( ) indicates apparent low bidder, intent to award. April 26, 2021 NOTICE OF INTENT TO AWARD The Solid Waste Department and the Procurement Division recommend award of ITB No. 31-21, NRC Gulf Environmental Services, Inc., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $175,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the May 17, 2021 Work Session (9:00 a.m.) and voted on at the May 20, 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 City’s Procurement Analyst at (727) 562-4635, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9166 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Approve a Debris Management Contract with Crowder Gulf Joint Venture, Inc of Mobile, AL for disaster debris collection, reduction, and removal services and authorize the appropriate officials to execute same. (consent) SUMMARY: Procurement issued Request for Proposal (RFP) 35-20, Disaster Debris Removal and Disposal Services, for a contractor to perform removal and disposal services in the event of a major disaster. On June 10, 2020, the City received fifteen responses. An evaluation committee consisting of Clearwater Fire & Rescue and Solid Waste employees chose Crowder Gulf Joint Venture, Inc, as the primary vendor to perform these services. It is in the public interest to provide for the expedient removal of storm debris within the corporate limits of the City plus recovery Technical Assistance to the appointed and elected officials resulting from a natural or manmade event. The availability of experienced prime debris contractors may be severely limited after an event, and this contractor has the experience, equipment, manpower, permits and licenses to perform all related debris management services Approval of this pre-event contract with Crowder Gulf Joint Venture will optimize the recovery efforts for the City of Clearwater in the event of a natural or manmade event. APPROPRIATION CODE AND AMOUNT: No funds will be necessary to enter into this agreement. Given the uncertainty as to the extent of funds required for payment to the vendor, a separate agenda item will be brought forth once an estimate can be made. Page 1 City of Clearwater Printed on 5/13/2021 Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #35-20 Disaster Debris Removal and Disposal Services May 11, 2020 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, June 10, 2020 to provide Disaster Debris Removal and Disposal Services. Brief Description: The City of Clearwater seeks proposals from qualified firms to perform debris removal and disposal services in the event of a major disaster event. The selected Contractor must provide required services in accordance with applicable regulations, including but not limited to: the Federal Emergency Management Agency (FEMA), Federal Highway Administration (FWHA), Florida Department of Transportation (FDOT), Florida Department of Health (FDH), Natural Resources Conservation Services (NRCS), Southwest Florida Water Management District (SWFWMD), and the Florida Department of Environmental Protection (FDEP). Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Sr. Procurement Analyst: Valerie Craig Sr. Procurement Analyst valerie.craig@myclearwater.com This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.Vogel@myclearwater.com INSTRUCTIONS Disaster Debris Removal and Disposal Services 2 RFP #35-20 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: June 10, 2020 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 120 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes $5,000.00 No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $1,000,000 No Proposers must include with their response a letter from their bonding company/surety that guarantees the firm will be able to provide a Performance and Payment Bond in the amount of $1,000,000 or 100% of the contract value, whichever is greater, in accordance with the terms and conditions of the contract. The bond will be requested by the City at the time a major event is anticipated – approximately four (4) to seven (7) days in advance. 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, 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 INSTRUCTIONS Disaster Debris Removal and Disposal Services 3 RFP #35-20 the City. If the contract fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all of such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Companies may mail or hand-deliver proposals 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 proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this solicitation for purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City is strongly discouraged. This does not prohibit public comment at any City Council meeting, study session or Council committee meeting. This shall not apply to vendor-initiated communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to pre-bid conferences, clarification of responses, presentations if provided in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be INSTRUCTIONS Disaster Debris Removal and Disposal Services 4 RFP #35-20 considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, INSTRUCTIONS Disaster Debris Removal and Disposal Services 5 RFP #35-20 integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18 (“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Procurement Manager no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting the Procurement Division. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 S. Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Disaster Debris Removal and Disposal Services 6 RFP #35-20 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (proposal format, p. 29) Points Qualifications and Experience of Personnel, Including the Administrator, or Project Manager, and other Key Personnel (Tab 2) 20 Demonstrated and Measurable Success in Executing Past Contracts (Tab 3) 20 Demonstrated Knowledge of FEMA, FDOT, and FHWA Requirements (Tab 3) 15 Additional Information Pertinent to Proposal Evaluation (Tab 4) 15 Fee Schedule (Tab 4) 15 Contractor’s availability, including consideration of established commitments and the priority of Clearwater, Florida (Tab 4) 15 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. INSTRUCTIONS – EVALUATION Disaster Debris Removal and Disposal Services 7 RFP #35-20 i.25 PRESENTATIONS/INTERVIEWS. Presentations and/or interviews may be requested at the City’s discretion. The proposer must provide a formal presentation/interview on-site at a City location upon request. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: 5/11/2020 Advertise Tampa Bay Times: 5/13/2020 Responses due: 6/10/2020 Review proposals: 6/10/2020-6/19/2020 Presentations (if requested): 6/22/2020-6/24/2020 Award recommendation: 6/24/2020 Council authorization: 7/16/2020 Contract begins: 7/2020 TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 8 RFP #35-20 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 9 RFP #35-20 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 10 RFP #35-20 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 11 RFP #35-20 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 12 RFP #35-20 background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) Conducts business in an unethical manner or in an illegal manner; or (iv) Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 13 RFP #35-20 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 14 RFP #35-20 services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 15 RFP #35-20 limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Division and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Procurement Division for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may TERMS AND CONDITIONS Disaster Debris Removal and Disposal Services 16 RFP #35-20 be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 17 RFP #35-20 1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the Tampa Bay region. It is the third largest city in the region with an estimated population of 116,585 residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well as hosting several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. REQUEST FOR PROPOSALS PURPOSE. The City of Clearwater seeks to obtain proposals from qualified firms to perform disaster debris removal and disposal services. The City will negotiate an agreement with the applicant whose proposal is most responsive to this RFP and may consider a secondary award at their sole discretion. The agreement(s) awarded as a result of this procurement will not be a guarantee of work to be performed. Contractor shall provide all expertise, personnel, tools, materials, equipment, transportation, travel, supervision, and all other services and facilities of any nature necessary to execute and complete the timely removal and lawful disposal of all disaster-generated debris. The term “debris”, as used herein, includes all forms of disaster-generated debris, such as vegetative, demolition, construction, household goods (hereinafter “white goods”), hazardous and industrial waste materials. These contracted services shall provide for the cost effective and efficient removal and lawful disposal of debris from all public streets, roads, and other rights-of-way, including any other locally-owned facility or site as directed by the City, and in accordance with Federal Requirements. Contract services will only be performed when requested and as designated by the City, pursuant to an approved Notice to Proceed. Contractor shall load and haul the debris from within the legal boundaries (per latitude/longitude plat book, GIS Engineering) of the City to site(s) designated by the City. If multiple contracts are awarded, the City reserves the right to assign work to various Contractors, at its sole discretion. The City also reserves the right to approve all Sub-contractors hired by the Contractor(s) and/or to require the Contractor(s) to dismiss a Sub-contractor upon request. 3. SCOPE OF SERVICES. Contractor agrees to perform contracted services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship will be acceptable. Services, equipment and workmanship not conforming to the intent of Agreement or meeting the approval of the City may be rejected. Replacements and/or rework, as required, shall be accomplished on a timely basis at no additional cost to the City. 3.1 Emergency Push/Road Clearance: Contractor shall accomplish the cutting, tossing and/or pushing of debris, hanging limbs, or leaning trees off transportation routes as identified and directed by the City. The emergency push will normally be completed within the first 70 hours following activation of this contract, unless notified otherwise by the City. Time and material rate shall be applicable. 3.2 Debris Removal from Public Right-Of-Way (ROW) As directed by the City, Contractor shall load and haul all eligible debris to an approved Debris Management Site (DMS) or other disposal destination, as specified or agreed to by the City. All collection and hauling will be consistent with Federal requirements applicable to the disaster DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 18 RFP #35-20 event. The Contractor will ensure compliance with instructions from the City regarding the collection, hauling and disposal of hazardous wastes and/or other categories of debris. 3.3 Debris Clearance/Removal from Public Property As directed by the City, Contractor shall clear eligible debris from public property, load and haul all debris to a designated Debris Management Site (DMS) or other disposal destination designated by the City. If necessary, the City or its designee will confirm the eligibility of the debris to be removed. 3.4 Demolition of Structures and Construction Debris As directed by the City, Contractor shall demolish unsafe structures and remove debris that has been determined by the City to be a threat to the health and safety of the public. Contractor will exercise due diligence in demolishing and/or removing debris from private property. The City will direct actions to secure the right of entry (ROE) onto private property to allow demolition and removal. The Contractor is responsible for all permitting. All applicable local, state and federal regulatory requirements regarding asbestos containing materials shall be adhered to unless waived by applicable regulatory authorities. 3.5 Private Property Waivers The City will direct all actions to secure necessary permissions, waivers, and ROE agreements from real property owners required for the lawful removal of debris and/or demolition of structures from real properties. All such actions will be consistent with Federal requirements applicable to the disaster event. 3.6 Debris Separation/Reduction and Debris Management Site(s) (DMS) The Contractor shall operate and manage the DMS to accept and process all event debris. All actions will be implemented by the Contractor only with the prior approval of the City. Actions by the Contractor will include, but are not limited to the following: • Ensure that only debris authorized by the City’s Contract Administrator will be allowed in the DMS sites. • Provide to the City a video record of the pre- and post-use site conditions. • Prepare a plan of proposed site layout and review with the City prior to its implementation. • Prepare a plan for site security and traffic control for both on the site and adjacent roadways and review with the City prior to its implementation. • Provide adequate fire prevention/fighting equipment, including water truck and hoses, on site throughout the operational period of the DMS. • Build and/or maintain roads as necessary for DMS operation. • Provide and/or construct and maintain stabilized roofed inspection towers sufficient for a minimum of three (3) inspectors. Towers will be positioned at any entrance and any exit of the DMS. • Comply with any applicable environmental requirements, to include litter control fencing, silt fencing, dust control, hazardous materials containment area, and/or water retention berms. • Confine hours of operation of the DMS to those determined by the City. • Process debris by methods that may include, but not be limited to, reduction by grinding, or other alternate methods of reduction, such as compaction. • Prior to reduction, segregate all debris between vegetative debris, construction and demolition debris, white goods, and hazardous waste. • Develop and implement, with the approval of the City, a procedure for management of the receipt of unauthorized and/or ineligible debris at the DMS. • Provide the City with proper and acceptable documentation (including destination, tickets, weight) for final disposal of debris accepted at the DMS. • Upon closure of the DMS, restore the site to its pre-use condition, meeting all regulatory requirements for the site closure. Survey the site to verify that it has been restored to pre- use elevation and condition. • As directed by the City, sod, hydro-seed or sprig the property once all other site closure issues DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 19 RFP #35-20 have been addressed. 3.7 Designation and Management of Staging Areas Contractor shall identify staging areas in collaboration with the City for the purposes of truck/equipment certification; provision of temporary fueling or vehicle maintenance (as required), and other operational service functions related to debris removal efforts. Contractor shall provide temporary tent, sanitary and other appropriate conveniences necessary for the care and wellbeing of all Contractor and Sub-Contractor personnel. The City will approve of the location, size, layout and services to be provided at any staging area established by the Contractor, who will ensure that each area is managed in accordance with all applicable regulatory requirements and in a manner to minimize disruption to the surrounding neighborhoods. 3.8 Disaster Recovery Technical Assistance Contractor will provide Disaster Recovery Technical Assistance to the City to assist with guidance and consultation on all aspects of the recovery process. This assistance shall include documentation and management for the Public Assistance Program pertaining to debris management, planning, training and exercise development, as well as attendance at the City’s Emergency Operations Center (EOC) during activations of the EOC for exercise and actual disaster events as requested by the Contract Administrator. 3.9 Cost of Services Contractor shall bear all its own operating costs, is responsible for all permit and license fees, and maintenance of its own trucks and equipment to keep such property in a condition and manner adequate to accomplish contracted services. Upon receipt and acceptance of full documentation of the performance of services and an accurate invoice as specified by the City, the Contractor shall be reimbursed on a unit price basis - Exhibit A – Fee Schedule. Unknown and/or unforeseen events or conditions may require an adjustment to the unit costs established in the Agreement. Any amendments, extensions or changes to the scope of contracted services or unit prices are subject to full negotiations between the Contractor and City. 4. GENERAL RESPONSIBILITIES. 4.1 Contractor Representative and General Operations Plan Contractor shall have a knowledgeable and responsible representative report to the Contract Administrator or designee and provide a copy of the Contractor's General Operations Plan within seven (7) days following the execution of an Agreement. The City will approve the General Operations Plan prior to its implementation within the City. The Contractor's representative shall have the authority to implement all actions required to begin the performance of contracted services as set out in the Agreement and Contractor's General Operations Plan. 4.2 Mobilization When a Notice To Proceed (NTP) in advance of an event has been received by the Contractor, he/she will make all necessary arrangements to mobilize a minimum of 50% of the required resources within 48 hours and 100% of the required resources within 96 hours to commence and conduct these contracted services. The City may take necessary action to address the failure of the Contractor to mobilize resources on the schedule required by the City. 4.3 Other Agreements The City may be required to enter into agreements with Federal and/or State agencies for disaster relief. Contractor shall be bound by the terms and conditions of such agreements, regardless of the additional burdens of compliance. 4.4 The City’s Obligations The City shall furnish all information and documents necessary for the commencement of contracted services, including a written Notice to Proceed. DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 20 RFP #35-20 4.5 Contractor’s Conduct of Work Contractor shall be responsible for planning and conducting all operations in a satisfactory and professional manner. All contractor personnel and sub-Contractors shall demonstrate and maintain a courteous and responsible demeanor toward all persons. 4.6 Subcontractors If the Contractor intends to use Sub-Contractors they shall provide a Sub-Contractor Plan – including company name, task specialties, contact information, and small/disadvantaged business status, if applicable. 4.7 Supervision by Contractor Contractor will supervise and/or direct all contracted services performed by its employees, agents and subcontractors. Contractor is solely responsible for all means, methods, techniques, safety and other procedures. Contractor will employ and maintain a qualified project manager at the work site(s) who shall have full authority to act on behalf of Contractor. All communications given to the project manager by the Contract Administrator or designee shall be as binding as if given to the Contractor. 4.8 Self-Sufficiency of Contractor and Sub-Contractors The Contractor shall ensure that its work force, including sub-contractors, maintain self- sufficiency related to fuel, vehicle repair/maintenance, housing, sanitation, food and related accommodations, in a manner that is consistent with local requirements and minimizing adverse effects on the community and the environment. 4.9 Damages by Contractor Contractor shall be responsible for conducting all operations, whether contemplated by this Agreement or later requested as specialized services, in such a manner as to cause the minimum damage possible to existing public, private and commercial property and/or infrastructure. Contractor shall also be responsible for any damages due to the negligence of its employees and Sub-Contractors. Contractor must report such damage to the Contract Administrator in writing within 24 hours. Should any property be damaged due to negligence on the part of the Contractor, the City may either bill the Contractor for the damages, withhold funds due to the Contractor or require the Contractor to repair the damage(s) to the satisfaction of the City. The City shall make the determination of whether “negligence” has occurred. 4.10 Contractor’s Duty Regarding Other Contractor(s) Contractor acknowledges the presence of other Contractors involved in disaster response and recovery activities by the federal, state and local government and of any private utility, and shall not interfere with their work. 4.11 Contractor’s Disposal of Debris Unless otherwise directed by the City, the Contractor shall be responsible for determining and executing the method and manner for processing and/or lawful disposal of all eligible debris as approved by the City. The locations of the DMS and final disposal sites shall be mutually agreed upon by the City and the Contractor. The City may allow separate unit prices for delivery and disposal of debris to DMS and final disposal. Upon request from the Contractor, other sites may be utilized as directed and/or approved by the City. The tipping fees for final disposal will initially be paid by the Contractor but will be reimbursed at actual cost by presenting the verified load/weight tickets. 5. STANDARDS OF PERFORMANCE. 5.1 Multiple., Scheduled Passes Contractor shall make scheduled passes of each area impacted by the event, at the direction of the City. The City shall direct the interval timing of all passes. Enough time shall be permitted between subsequent passes to accommodate reasonable recovery and additional debris DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 21 RFP #35-20 placement at the ROW by the citizens and the City. The Contractor will document the completion of all passes based on the direction from the City and will provide this documentation to the City on the frequency requested by the City. 5.2 Clean as You Go Policy The Contractor shall provide a “Clean as You Go” policy. The Contractor shall supervise and enforce such policy during emergency debris management operations. 5.3 Operation of Equipment Contractor shall operate all trucks, trailers, scales, and all other equipment in compliance with any/all applicable federal, state and local rules and regulations. Equipment shall be in good working condition. All loading equipment shall be operated from the road, street, or ROW using buckets and/or boom and grapple devices to collect and load debris. No equipment shall be allowed behind the curb or outside of the public ROW unless otherwise directed by the City. Should operation of equipment be required outside of the public ROW, the Contractor will ensure that a ROE Agreement has been obtained prior to property entry. 5.4 Security of Debris During Hauling Contractor shall be responsible for the security of debris on/in each vehicle or piece of equipment utilized to haul debris. Prior to leaving the loading sites, Contractor shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted and secured during transport in accordance with FDOT guidelines. As required, Contractor will survey the primary routes used by Contractor for debris hauling as soon as possible after the transport and will recover fallen or blown debris from the roadway(s). 5.5 Traffic Control Contractor shall mitigate impact on local traffic conditions to the greatest extent possible. Contractor is responsible for establishing and maintaining appropriate traffic control in accordance with the most current edition of the US Department of Transportation Manual or Manual on Uniform Traffic Control Devises (MUTCD). Contractor shall provide enough signage, flagging and barricading to ensure the safety of vehicular and pedestrian traffic at all debris removal, collection, reduction and/or disposal sites. 5.6 Workdays/Hours Workdays and/or work hours shall be as directed by the City following consultation and notification to Contractor. Working hours on holidays shall be at the discretion of the City. 5.7 Hazardous and Industrial Wastes Contractor shall set aside and reasonably protect all hazardous or industrial material encountered during debris removal operations for collection and disposal. Prior to such actions, the Contractor will prepare a Hazardous and Industrial Materials Cleanup and Disposal Plan, and this plan will be in accordance with all local, state and Federal requirements and will be approved by the City. In accord with this plan, the Contractor may use the subcontracting services of a firm specializing in the management and disposal of such materials and waste. 5.8 Utilizing Local Resources Contractor shall, to every extent possible, give priority to utilizing labor and other resources originating within Pinellas County. 5.9 Work Safety Contractor shall provide and enforce a Safety Plan Policy to ensure a safe work environment as prescribed in the Occupational Safety and Health Act of 1970, as amended. Contractor will provide such safety equipment, training and supervision as may be required by the City and/or other governmental regulations. Contractor shall ensure that its subcontracts contain an equivalent safety provision. DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 22 RFP #35-20 5.10 Inspection of Contractor Operations All debris shall be subject to inspection by the City and other public authorities to ensure compliance with this Agreement, applicable federal, state and local laws, and in accordance with generally accepted standards of emergency management professionals. The City will at all times have access to all work sites and disposal areas. In addition, authorized representatives and agents of the government shall be permitted to inspect all work, materials, invoices, and other relevant records and documentation. 5.11 Corrective Actions Required of Contractor When instructed by the City’s Representative, the Contractor will immediately implement corrective actions to address health and safety issues and/or any other actions inconsistent with any of the terms of this agreement, as determined by the City in its sole discretion and notify the City within 24 hours. 5.12 Ineligible Work Contractor will not be paid for the removal, transportation, storage, reduction and/or disposal of any material that does not meet the eligibility requirements identified herein. 5.13 Eligibility Inspections City’s monitors shall inspect each load or shall inspect at some other frequency at the City’s direction, to verify that the contents are in accordance with the accepted definition of eligible debris. 5.14 Eligibility Determinations If any load is determined to contain material that does not conform to the definition of eligible debris, the load will be ordered to be deposited at another approved and certified receiving facility. No payment will be allowed for that load and Contractor will not invoice the City for such loads. The City, through its authorized representative, will be the sole judge as to whether the material conforms to the definition of eligible debris. 5.15 Other Agencies The term “government” as used in this RFP refers to those governmental agencies which may have a regulatory or funding interest in the resulting Agreement. 6. REPORTS, CERTIFICATIONS AND DOCUMENTATION. 6.1 Reports Contractor shall submit periodic, written reports in a format required by the City documenting the progress of debris removal and disposal. These reports may include, but are not limited to: 6.1.1 Daily Reports Daily reports may detail the locations where passes for debris removal were conducted, the quantity of debris (by type) removed and disposed of, the total number of personnel by job title engaged in debris management operations, and the number of grinders, chippers and mulching machines in operation. Contractor will also report damages to private property caused by the debris operation or damage claims made by citizens and such other information as may be required to completely describe the daily conduct of Contractor’s operations within 24 hours. 6.1.2 Weekly Summaries A summary of all information contained in the daily reports as described in Section 6.1.1, shall be provided to the City within two days of the close of the week. At the request of the City, the data making up the weekly summaries shall also be submitted in electronic format. The submitted electronic weekly data will include: Collection Contractor, load ticket number, load date, load location, truck yardage, percent full, calculated yardage (or weight if applicable) field monitor name / number, DMS location, tower monitor / name, debris materials categorization, and location of collection, e.g., ROW, FHWA, Canal, etc. DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 23 RFP #35-20 6.1.3 Report Delivery The Contractor shall submit a report to the City’s designee by 11:00 a.m. each business day of the term of the Notice to Proceed/Task Order. Each report will contain at a minimum the following information: • Contract Number. • Daily and cumulative hours for each piece of equipment, if appropriate. • Daily and cumulative hours for personnel, by position, if appropriate. • Weights of debris handled. 6.1.4 Data Reconciliation Reconciliation of data will be accomplished weekly between the Contractor and the City’s Representative. All discrepancies will be resolved within five days. 6.1.5 Final Project Closeout Upon final inspection and/or closeout of the project by the City, Contractor shall prepare and submit a detailed description of all debris management activities in an electronic spreadsheet, to include, but not limited to the total weight, by type of debris hauled, reduced and/or disposed of, final disposal locations and amounts of the debris managed by the Contractor, plus the total cost of the project invoiced to the City. The Contractor shall provide, upon request of the City and/or no later than project closeout, a release of liens demonstrating that all Sub-Contractors to the Contractor have been fully paid. Agreement will provide any other additional information as may be necessary to adequately document the conduct of the debris management operations for the City and/or government. Final project reconciliation must be approved by the City. 6.2 Certifications The Contractor will be responsible for the certification of personnel and vehicles. 6.2.1 Certification of Vehicles and Load Capacity Contractor shall ensure that all equipment is certified in accordance with most current FEMA guidelines. After a disaster, the City or its designated representative, will begin the equipment certification at a pre-designated site, or at staging areas established by the Contractor. All Contractor and Sub-Contractor trucks shall have valid registrations, insurance and meet basic operational criteria: tailgates or equivalent containment devices, tarps, etc., as well as all- applicable motor vehicle safety requirements. Drivers shall possess valid licenses. Truck body dimensions shall be measured, and information recorded on certification forms with calculated capacity noted. Each truck will receive two placards, one each of which shall be affixed on opposite sides of the truck body. The truck driver will be provided up to two (2) copies of the certification sheet for the Contractor and Sub-Contractor’s records. 6.2.2 Certification of Personnel • Senior management personnel of the Contractor assigned to implement work authorizations pursuant to this agreement will participate, upon request, in training and briefing sessions held by representatives of Pinellas County and/or the City. • Senior, supervisory personnel of the Contractor and all Sub-Contractors thereto will have received training in debris management, and the implementation of the National Incident Management System (NIMS). • Personnel assigned by the Contractor will be responsible for data management, invoicing and other documentation duties and trained in the data management concepts and approaches to be used. • Vehicle and equipment operators will be fully licensed and certified, as required by applicable local, State and Federal statutes and regulations. • Upon their deployment for field operations, all Contractor and Sub-Contractor personnel will be briefed and trained appropriately in their duties, responsibilities, and the DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 24 RFP #35-20 procedures to be utilized throughout the debris management process, including safety procedures, load ticket management procedures, and accident reporting procedures. 6.3 Utilization of a Standardized “Load Ticket” The Contractor and all Sub-Contractors will utilize a standardized “load ticket” (format as provided by the City or designee) for documenting each load of debris from its origin to the DMS and/or final disposal location, as indicated. 6.4 Additional Supporting Documentation Contractor shall submit sufficient reports and/or documentation for debris loading, hauling, disposal, and load capacity measurements, and any other services provided by Contractor as may be required by the City and/or other governmental entity to support requests for debris project reimbursement from external funding sources. 6.5 Report Maintenance Contractor will be subject to audit by federal, state and local agencies pursuant to this Agreement. Contractor will maintain all reports, records, debris reporting tickets and Agreement correspondence for a period of not less than five (5) years from project closeout. 7. OPTIONAL SERVICES. NOTE: The City may determine additional services are needed during a disaster event. As applicable, the specifications given above would also be applicable to the selected optional services. • Cleaning and restoration of beaches. The Contractor will remove and dispose of debris accumulated on the beaches of the City, and will collect, screen for debris removal, and re-deposit sand on the beach that has accumulated in adjacent areas up to 2,500 feet from the original land edge of the beach. Locations will be designated by the City’s authorized representative. The Contractor will be reimbursed at a fixed rate for this service. • Debris removal and restoration of canals. The Contractor will remove debris resulting from the event from the drainage and navigation canals and adjacent banks, as directed by the City. Debris to be removed will be vegetative and/or construction and demolition debris affecting the canals. The Contractor will also haul, process and dispose of the collected debris, as well as restore, re-grade, and/or reseed the canal banks and slopes, as directed by the City. The Contractor will be reimbursed at a fixed rate for this service. • Motor Vehicles. The Contractor will remove motor vehicles damaged by the disaster event and/or abandoned by the owner due to the circumstances of the event. The City will identify the area(s) from which motor vehicles are to be removed. Motor vehicles will be processed by or for the Contractor in a manner that complies with all requirements for removal and processing of hazardous materials, e.g., gasoline, oils and other fluids. The Contractor will also ensure the proper final disposal of the removed vehicle. The Contractor will be reimbursed at a fixed rate, inclusive of all towing, processing and disposal costs. • Boats. Boats severely damaged by the disaster event, and abandoned in or on the canals, marinas, and beaches of the jurisdiction will be collected by the Contractor, processed for removal and disposal of hazardous materials in accordance with applicable regulations, demolished and transported to a suitable location for final disposal. The jurisdiction will determine the vessels to be removed, will establish that they have been legally abandoned by their owners, and will take other necessary steps as required by law before directing the Contractor to remove and dispose of the vessel. The Contractor is otherwise responsible for compliance with all regulations and requirements applicable DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 25 RFP #35-20 to the removal and disposal process. The Contractor will be reimbursed at a fixed rate for this service. • Fire Suppression Support. In the event of water system failure in the jurisdiction, the Contractor will provide filled water trucks of a minimum capacity of 1,500 gallons, and equipped with outlet valves compatible with fire hose connections meeting national standards of the National Fire Protection Association, or as otherwise specified by the City. If the initial water supply is used, the City will be responsible for refilling the truck. The Contractor will be reimbursed at a fixed rate for this service. • Temporary bathrooms, showers, kitchens and feeding locations. The Contractor will provide the City with “comfort stations,” e.g., modular units to provide for the comfort and support of disaster victims within or near impacted neighborhoods. The modular units will include tents, portable toilets, hand basins, shower units, a mobile kitchen, chairs and tables for food service, and all necessary personnel, food, equipment and supplies to operate the units for extended periods. Each comfort station must include equipment compliant with the Americans with Disabilities Act. The unit must be capable of serving three meals per day. The City will provide law enforcement and emergency medical services staff to compliment the work force provided by the Contractor. The Contractor will be reimbursed at a fixed rate for this service. • Temporary Satellite Communications. The Contractor will provide satellite communications units capable of voice, text messaging, data transfer and internet access for use by the City personnel. The units will be rented/leased to the City and will be fully equipped, including AC/DC adapters (including automotive battery chargers), instructions and carrying cases. The units will be fully operational upon delivery to the City. The Contractor will be reimbursed at a fixed rate for this service. • Emergency Power Generation. The Contractor will provide mobile electric power generation units for facilities and locations located within the City. The City will define the size and fuel type of the mobile units, which will be leased to the City. The City will require up to nine (9), 120 and 240 volt units, ranging in capacity from (1) 300Kw, (6) 100-175 Kw, (1) 1MEG, and (1) 2MEG, the Contractor will deliver the units to the facilities or locations designated by the City, and ensure connection of the unit to the existing electrical wiring by a licensed electrician. The Contractor will also ensure the unit is fueled, tested, and demonstrated to be operational prior to departure from the location. The Contractor will also provide fuel for the duration of the units use by the City and will have readily available technical support and repair or replacement services. The Contractor will be reimbursed a fixed rate for this service. • Pumping and Water Relocation/Removal for Flood Control. The Contractor will provide all personnel, trucks, pumps, hoses, fuel and other necessary equipment for removal of standing water from low collection areas where localized flooding threatens public safety or continuing property damage, as directed by the City. The minimum required capacity of the services to be provided to any such location, upon instruction of the City, is to be determined. Water removal may be by pumping to adjacent storm sewers if functional, to nearby stream or drainage canals, or into tanker trucks. The Contractor must comply with any applicable environmental requirements concerning discharge of the water once pumped. The Contractor will be reimbursed at a fixed rate for this service. • Decontamination of Buildings and Facilities. The Contractor will provide for chemical and/or biological decontamination of buildings, facilities or other structures as directed by the City. The Contractor is responsible for providing experienced, trained and equipped personnel, for all equipment and supplies, and for final disposal of all contaminated materials removed from the structure. All operations by the Contractor must be in full DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 26 RFP #35-20 compliance with all health and safety standards, as well as environmental protection requirements applicable to the decontamination and disposal process. The Contractor will be reimbursed at a fixed rate for this service. • Mold Remediation. The Contractor will provide all personnel, equipment, supplies and services necessary for the planning of mold remediation services, removal and disposal of mold contaminated materials, and other mold remediation measures necessary for affected public buildings belonging to the City. The Contractor will comply with all Federal guidelines on mold remediation, and ensure compliance with all applicable health, safety and environmental protection standards. The City will designate which buildings or other structures are to be remediated, will approve the Contractor’s mold remediation plan, and will designate the disposal facility to be utilized for mold-contaminated materials removed by the Contractor. The Contractor will be reimbursed at a fixed rate for this service. 8. REQUIRED QUALIFICATIONS. Respondents to this RFP will explain their experience and expertise as described in PROPOSAL FORMAT (pg. 29). A minimum of three (3) references, preferably from other public entities, are required. In addition to requirements set forth in the RFP, respondents must meet the following standards for proposal consideration: • Respondent must be registered with the State of Florida Division of Corporations to do business in Florida • Respondent must be properly licensed in Pinellas County as a general, demolition, environmental, and/or other applicable contractor category • Respondent is not listed on the Florida Department of Management Services (DMS) Convicted Vendor List per State Statute 287.133(3)(d) • Respondent is not on the Federal Debarment List at www.SAM.gov • Respondent is not on the Florida State Board of Administration Scrutinized List of Prohibited Companies 9. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a DETAILED SPECIFICATIONS Disaster Debris Removal and Disposal Services 27 RFP #35-20 duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. 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. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #35-20 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 Disaster Debris Removal and Disposal Services 28 RFP #35-20 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. July 2020-June 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 herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals are 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 proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. Any escalation in pricing for each renewal period will be based on the Bureau of Labor St atistics Employment Cost Index (ECI), private industry workers, total compensation, man agement, professional, and other related occupations, service providers, non- seasonal ( C.I.U. 201500100000A) change in most recent 12-month period. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation bas ed on mutual agreement of the parties after review of appropriate documentation. Renew al prices shall be firm for each renewal term. RESPONSE ELEMENTS Disaster Debris Removal and Disposal Services 29 RFP #35-20 1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, four (4) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) Table of Contents: Identify contents by tab and page number TAB 1 – Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The proposer’s understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City. TAB 2 – Qualifications and Experience of Personnel. Provide a statement of qualifications, abilities, experience and expertise in providing the requested services. Resumes, including relevant experience may be included. TAB 3 – Demonstrated Success in Past Contracts and Relevant Knowledge. 1. A description of what qualifies your company, financial and otherwise, to provide the City with these services for the required period, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. 2. An assessment of the proposer’s abilities to meet and satisfy the needs of the City, taking into consideration the requested services, additional services and/or expertise offered that exceed the requirements, including specific experience and knowledge relevant to FEMA, FDOT, and FHWA requirements. 3. References – A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 4 – Additional Information/Fee Schedule/Availability. Provide the following: 1. Additional information for consideration in the review of proposal 2. Exhibit A - Fee Schedule 3. Overview of contractor’s availability, including established commitments and the priority of Clearwater, Florida in the event of a disaster event TAB 5 – Other Forms. The following forms should be completed and signed: 1. Exceptions/Additional Materials/Addendum form 2. Vendor Information form 3. Vendor Certification of Proposal form 4. Scrutinized Companies form(s) 5. Proof of Insurance Coverages (certificate with “Additional Insured” designation will be required with execution of an agreement) 6. Safe Working Environment Policy 7. Safety Plan Policy 8. Clean as You Go Policy 9. Subcontractor Plan – including company name, task specialties, contact information, and small/disadvantaged business status if applicable 10. Exhibit B - Required Forms 11. W-9 Form. All responses should include a fully completed, most current W-9 form. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Disaster Debris Removal and Disposal Services 30 RFP #35-20 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Disaster Debris Removal and Disposal Services 31 RFP #35-20 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: VENDOR CERTIFICATION OF PROPOSAL Disaster Debris Removal and Disposal Services 32 RFP #35-20 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Disaster Debris Removal and Disposal Services 33 RFP #35-20 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Disaster Debris Removal and Disposal Services 34 RFP #35-20 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Disaster Debris Removal and Disposal Services 35 RFP #35-20 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #35-20, Disaster Debris Removal and Disposal Services Due Date: June 10, 2020 at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #35-20, Disaster Debris Removal and Disposal Services Due Date: June 10, 2020, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Original & USB City of Clearwater, FL RFP # 35-20 Disaster Debris Removal and Disposal Services Wednesday, June 10, 2020@ 10:00 am ~~l»"~t'nX~"9'~1'~~~~~~/C9X'X?-~W'".W$;«"'/'m-.«i'~l'h7.W~l".-9?"mx-m9'Yhi"O~;;~::;~~=•'}~.~A'Y.«"/UM9?99Q99'6~W",'9'9""~~ .... ..c-r~.w.-.~.-»"JW'A9(,'.,;,oxw~..w .... ...w-m h"Hh'H-?'h'.ffO"UHQ'"HQUQ"Hh'O'ffQ'HffHHHUHHUHQ"n"h'QQ'h'Qh'HqHHUHHUhHHHHHHffHdHh'HHh'HHHHh'h'HHUh'HHO'QHHUh'Hh'HHHHHHH~HHHHHHHHHHHHQHHh'HHHHHHHh'HHHHHHHH~HdHHHQ'HHHffHHHHHHHHHHHHHHHHh'HHHh. CrowderGulf is committed to protecting and preserving our environment. As part of this effort, our proposal is on recycled paper. RDWDER John Ramsay, President & CEO 5629 Commerce Blvd. East Mobile, AL 36619 800-992-6207 Phone 251-459-7433 Fax jramsay@crowdergulf.com www.crowdergulf.com /GULF Table of Contents TAB 1 -Letter of Transmittal TAB 2 -Qualifications and Experience of Personnel • CrowderGulf At-A-Glance ...................................................................... 1 • Fifty (50) Years of Debris Management Experie nce ................................. 2 • Services Available ................................................................................. 3 • Key Personnel ....................................................................................... 5 • Organizational Chart.. .......................................................................... 14 • Personnel Certifications & Training ...................................................... 15 • Resumes TAB 3 -Demonstrated Success in Past Contracts & Relevant Knowledge • Financial Capability ............................................................................. 19 • Bank and Bonding Reference Letters ■ Insurance Certification Sample • Past Experience and Recent Notable Work ........................................... 20 • Past Performance Chart ..................................................................... 24 • Mobilizing Large Workforces ................................................................ 42 Debris Management and Response Plan • Principles of Project Management ........................................................ 44 • Pre-Planning -Readiness Planning and Training .................................. 45 • Debris Operations Plan ........................................................................ 45 ❖ Critical Support Functions ► Mobilization ............................................................................. 46 ► Debris Emergency Response .................................................... 49 ► Debris Recovery Operations ..................................................... 51 ► Documentation and Reimbursement .......................................... 65 ❖ Essential Support Functions ► Readiness Planning and Training .............................................. 69 ► Subcontracting ......................................................................... 70 ► Quality Control ......................................................................... 84 ► Health and Safety ..................................................................... 84 ► Environmental Sensi tivity .......................................................... 87 ► Public Relations ....................................................................... 88 • References ........................................................................................ 89 TAB 4 -Additional Information/ Fee Schedule/ Availability ....................... 91 -98 .-~~ TAB 5 -Other Forms I Required Documents ■ Exceptions!A ddenda's, Vendor Information & Certifications ■ Scrutinized Companies & Exhibit B Forms: Lobbying/Debarment • Bid Bond, Insurance, Licenses/Certifications & W-9 • Environmental & Safety Plans • Clean As You Go Plan • Subcontractor Contract City of Clearwater, FL RFP # 35-20 Disaster Debris Removal and Disposal Services /GULF TAB 1 - Letter of Transmittal City of Clearwater, FL RFR # 35-20 Disaster Debris Removal and Disposal Services CrowderGulf Disaster Recovery and Debris Management 5629 Commerce Blvd. East Mobile, AL 36619 June 10, 2020 City of Clearwater Attn: Procurement Division 100 S. Myrtle Avenue, 3rd Floor Clearwater, FL 33756-5520 Re: RFP # 35-20: Disaster Debris Removal and Disposal Services Office: (800) 992-6207 Fax: (251) 459-7433 CrowderGulf is pleased to submit the enclosed proposal as a firm and irrevocable offer in response to the RFP referenced above. We want to express our desire to enter into an agreement with the City of Clearwater for Disaster Debris and Disposal Services. We believe we are the best company to provide the requested services, based on our geographic familiarity with the City and our many years of disaster debris recovery experience and capabilities, as synopsized below and demonstrated in the attached proposal. CrowderGulf is a national full-service debris management firm with more than fifty years of experience in helping communities like the City of Clearwater recover from disasters. Our disaster recovery experience includes the completion of over 485 disaster recovery projects, while successfully removing, reducing and disposing of over 365 million cubic yards of debris, with no major issues or lawsuits. This is a testament to our integrity and commitment to successfully meet the scope of work established by the City. CrowderGulf s management team includes previous FEMA Directors, Emergency Managers and qualified Debris Specialists, with 40+ years of training and "boots on the ground" field experience. You will find our team fully knowledgeable in all aspects of debris management from operational methodology to quality control and FEMA public assistance reimbursements. We recognize that an efficient, orderly and safe debris management operation can only be achieved by experienced on-site personnel. Our key management and field staff hold numerous FEMA and OSHA certifications in emergency management, safety, and environmental compliance. The project management team listed in our proposal will remain with you from contract activation to project closeout. The knowledge and experience of CrowderGulfs management team, coupled with our personal inventory of company- owned equipment and large cadre of dedicated subcontractors, are some of the reasons why all of our projects have been completed successfully, within contract timelines. CrowderGulf strictly adheres to FEMA guidelines and 2 CFR requirements. Our past experience enables us to assemble uniquely trained and experienced project teams and match specialized equipment and resources with project execution requirements. We believe training and pre-planning are key components to a successful disaster recovery operation. CrowderGulf provides pre-planning and training to our clients at no additional charge throughout the contract term. CrowderGulf is committed to responding to any event in the City of Clearwater and meeting any specific timeline requested, regardless of size or type. Don Madio, Florida Regional Manager, is a long-time Pinellas County resident and will meet the needs and requests of the City throughout the year, with a local, inherent commitment to the City of Clearwater. Don will be the City's Senior Project Manager and Joe Hayes, also a resident of Florida, will serve as the Project Manager. Both have first-hand knowledge of the City and recently managed multiple projects after Hurricane's Matthew, Irma, and Michael caused significant damage throughout the State of Florida. Don Madio can be reached at 813-285-8749 or dmadio@crowdergulf.com. You may also contact the CrowderGulf Disaster Assistance office at 1- 800-992-6207. Page 2 Financial strength is one of the most important aspects for the City to consider when selecting a debris contractor. Following a major disaster, the City's financial burdens could be substantial. It is important to have a financially strong disaster-experienced contractor, such as CrowderGulf, that will work to get the job completed, regardless of any delays in invoice payments. During the 2018 hurricane season, CrowderGulf was able to self-finance nearly 95% of over $150,000,000 in payments to subcontractors with all subcontractors being paid on a weekly basis. CrowderGulfs financial stability is solid and reliable, and over the years we have established an excellent line of credit with our financial institution. We have always paid our subcontractors and personnel weekly. This ensures that we are able to provide the very best subcontractors for the City, and that we are able to secure additional qualified subcontractors to fulfill any concurrent contracts. CrowderGulf has always met all its financial obligations, without interruption. AGGREGATE BONDING CAPACITY SINGLE BONDING CAPACITY OTHER AVAILABLE FUNDING $ 500,000,000 $ 250,000,000 $ 80,000,000 CrowderGulf maintains all required insurances such as General Liability, Personal Injury, Workers Compensation, Automobile/Equipment Liability, as well as Maritime Insurance. Additional information regarding insurance has been presented with our proposal response. CrowderGulf has encountered and successfully handled everything within the City's Scope of Work identified in the RFP. This includes removal of eligible disaster-related vegetation, construction & demolition (C&D), hazardous waste, white goods, e-goods, hazardous stump removal, marine debris removal, debris reduction and disposal, etc. Details of our abilities are summarized in our 'Past Performance' in the attached proposal. We greatly appreciate the opportunity to submit this proposal. We assure you that our professional disaster recovery and debris management team will continue to exceed the expectations of the City. We will be pleased to provide any additional information that would assist the City in its deliberations and look forward to your favorable response. As the President of CrowderGulf, I attest that this proposal is presented in fairness and in good faith without collusion or fraud and I, John Ramsay, have the authority to bind CrowderGulf in all transactions relative to the award of RFP # 35-20: Disaster Debris Removal and Disposal Services for the City of Clearwater. In addition, Ashley Ramsay- Naile, Senior Vice President, also has the authority to bind the company. John Ramsay President and CEO jramsay@crowdergulf.com knoll@crowdertgulf.com jsULF TAB 2 - Qualifications & Experience City of Clearwater, FL RFR # 35-20 Disaster Debris Removal and Disposal Services CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Tab 2 • Qualifications and Experience of Personnel CrowderGulf At-A-Glance • Full time (365 days/yr) Debris Management Company with over 50 years of successful experience in debris management, removal and disposal services. • Bases of Operation: Primary Theodore, Alabama Satellite Offices Coral Springs, Davenport, Florahome, Clearwater and Winter Garden, FL D'Iberville, Mississippi Rocky Mount, North Carolina Hilton Head Island and Laurens, South Carolina Austin and Denton, Texas Richmond, Virginia • Never failed to complete all contract obligations and never defaulted on a contract. • Committed to the same Project Management Team remaining with the project from start to finish . • Large cadre of management personnel with extensive disaster debris training and experience. • Completed simultaneous debris projects after all major hurricanes since 1969. • Over 485 disaster recovery projects successfully completed. • Successfully removed, reduced and disposed of over 365 million cubic yards of debris. • Industry leader in waterway debris removal, including work after Hurricane Sandy and Deep Horizon Oil Spill. • Fully committed to using local citizens and qualified local subcontractors to the maximum extent, including Minority Business Enterprise (MBE) owners. • No lawsuits, liens or judgments by clients ever filed or pending and no bankruptcy proceedings filed or pending. • No lawsuits, liens or judgments by CrowderGulf to clients ever filed. • Over 350 pieces of company-owned/leased equipment available for rapid response. • Experienced in providing FEMA compliant documentation to every client. We provide unlimited support and accurate documentation to help ensure that no clients are denied reimbursement. • Well-developed and proven Debris Management and Operations Plan that is reviewed and revised after every event. • Quality Control always maintained to reinforce the "Clean as You Go" policy for debris removal. • Technical advice and training available to all clients throughout the contract term, at no cost to client. • Significant financial strength: AGGREGATE BONDING CAPACITY SINGLE BONDING CAPACITY OTHER AVAILABLE FUNDING $ 500,000,000 $ 250,000,000 $ 80,000,000 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Over Fifty Years of Debris Management Experience CrowderGulf s owners, John and Woodie Ramsay, joined forces with local contractors in 1969 to clean up Biloxi and much of the Mississippi Gulf Coast after Hurricane Camille. The business continued to grow and in 1984, they began doing business as Gulf Equipment Corporation, an Alabama General Contractor licensed in seven Southeastern states. Based on the work generated, John and Woodie developed three divisions in Gulf Equipment: tower erection, construction, and disaster management. In 2002, CrowderGulf was formally created by the Ramsay brothers as an independent disaster management company. During the last four and a half decades, CrowderGulf has managed over 485 disaster recovery projects in 15 states and has successfully removed, reduced and disposed of over 365 million cubic yards of debris. CrowderGulf s current and past performance, as highlighted in this proposal, demonstrates our expertise in successfully completing multiple contracts simultaneously, regardless of their locations or the amount of damage. CrowderGulf has encountered and successfully handled everything within the City's Scope of Work identified in this RFP. We are committed to completing every project in a minimum amount of time and in a safe, orderly, and practical manner. CrowderGulf contracts have involved disaster debris work in all eligible areas identified in FEMA's Public Assistance Program, Category A. The confidence that we can deliver services to the City effectively and efficiently is bred from our past successes. All disaster management work is completed in full regulatory compliance with all agencies involved in disaster recovery, including the Federal Emergency Management Agency (FEMA), the Federal Highway Administration (FHWA), the Environmental Protection Agency (EPA), the Florida Department of Environmental Protection, the Florida Department of Health, and the Florida Department of Transportation. This commitment to regulatory detail has earned CrowderGulf a reputation as a company of integrity, dependability and reliability. CrowderGulf is committed to working as a team with City personnel to facilitate the pre-planning that will assure a smooth debris removal operation in the event of a disaster. We can assist in preparing and updating Debris Management, Emergency Operations and Mitigation Plans. In addition, CrowderGulf will provide preparedness training designed specifically to meet the needs of the City. Our training and technical advice is provided free of charge throughout the contract term. The CrowderGulf Staff is dedicated to providing the City of "The County of York has worked with CrowderGulf on three different storm events. On all three events CrowderGulrs professionalism, responsiveness, and attention to detail was outstanding! As a Manager, I could not have asked for any more support than they provided to us during these events." Frank Hedspeth, Waste Services Manager County of York, VA Clearwater with priority service, quality performance and expert on-site management. The combination of CrowderGulf s human resources, extensive equipment inventory, financial capacity and experienced subcontracting teams, allow the company to honor all contractual commitments with dispatch and efficiency, regardless of geographic location or size of disaster. The depth of these integrated components will also allow CrowderGulf to respond to those special needs of the City that may not have been considered in the pre-event contract. 2 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL CrowderGulf Services Available to the City of Clearwater CrowderGulf has a plan tailored to meet the needs and specific requirements of the City of Clearwater. The services provided will consist of furnishing all labor, materials, and equipment to complete and deliver full Emergency Response and Recovery Services. CrowderGulf is able to offer the City the widest possible spectrum of debris management and disaster recovery services which are itemized below: Pre Planning & Training Annual pre-disaster debris management planning sessions include training, review of emergency management plans, Debris Management Site (OMS} selection and other disaster recovery components. Emergency Road Clearance "PUSH" CrowderGulf provides push services by making certain that roadways designated by the City are clear and passable within 70 working hours from issuance of a Notice to Proceed (NTP} with such clearance. ROW & ROE Debris Removal CrowderGulf performs permitting, clearing, and/or removing FEMA eligible disaster related debris from the public rights-of-way, private property, streets, roads, canals, lakes, ponds and waterways in the City's jurisdiction as directed. Each load of debris is accurately and verifiably recorded on load tickets and presented to the City daily along with requested daily and weekly reports. Development and Operation of OMS CrowderGulf constructs OMS to handle the volume of debris generated in the City by the disaster. Operation of the OMS includes debris separation , reduction, recycling and proper holding, separating and disposal of hazardous waste and fluids. OMS are fully restored to original condition after project completion. CrowderGulf can also assist in selecting and identifying appropriate OMS locations and provide site specific operational plans. Final Debris Disposal CrowderGulf disposes of all debris, including reduced debris, in accordance with all applicable federal, state and local laws, standards and regulations. Tipping fees are typically associated with final disposal facilities and can be paid by CrowderGulf and back billed at a later date as a pass through cost at the City's request. Stump Removal All stump removal will be conducted following all FEMA 325 regulations. Stumps left on the rights-of-way will be hauled as regular vegetative debris. Only hazardous stumps that meet FEMA stump requirements will be removed upon FEMA approval. Complete documentation will be collected before and after the extraction. Tree Trimming & Removal {Leaners and Hangers) CrowderGulf performs tree trimming and removal in accordance with American National Standard ANSI A300. Other tasks also associated with tree trimming are tree topping, stump grinding, grubbing, clearing, hauling and disposal of trees to abate imminent and/or significant threats to public health and safety. All Tree work is directed by the City and a FEMA representative. 3 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Demolition CrowderGulf provides demolition services and removal of condemned structures and buildings that pose a threat to public health and safety. All demolition services requested are commenced with safety and regulatory requirements in place and all local, state and federal requirements are followed. Derelict Vehicle Removal & Abandoned Vehicle Removal CrowderGulf can perform all aspects of vessel and vehicle removal from land or water. Also offered is assistance with Ownership records and contact verification procedures. If needed, a storage site is established, maintained and managed for the vessel and/or vehicle holding as may be required by law. Documentation is kept on all stages of the removal of each vessel and vehicle from collection to final disposal. Removal & Disposal of White Goods & E-Goods CrowderGulf is experienced in the special handling of white goods (refrigerators, stoves, ac units, etc.) and e-goods (electronic equipment). All regulations on the proper disposal of hazardous fluids removal are followed. Waterway Debris Removal & Shoreline Restoration CrowderGulf has completed numerous projects throughout the Southeast removing marine debris from storm water drainage ditches to large rivers and canal systems. Removal of debris from the rivers and canals can require the use of shallow draft boats and barges equipped with knuckle-booms or track-hoes with debris grapples. In shallow water areas with limited access and extremely sensitive areas, the debris will be removed by hand labor. CrowderGulf has also completed earthen fill repairs and restoration as well as armored shorelines consisting of rip-rap, (both stone and recycled concrete). Additionally, CrowderGulf has the capabilities and experience to install gabions, geo-web products and various types of bulkheads and retaining walls. Sonar Scanning CrowderGulf has conducted numerous large scale operations utilizing sonar imagery and underwater video and photography. Sonar scanning is a technological and efficient way to locate and remove sunken marine debris from waterways. Technical Disaster Recovery Assistance CrowderGulf can provide assistance with all aspects of the Public Assistance Program including damage survey reports, project worksheets, documentation support and consultations/negotiation services and any other technical assistance needed. Other services CrowderGulf is experienced in are, but not limited to: Household Hazardous Waste (HHW) Temporary Ice, Water and Other Consumables levee Construction Hazardous Materials Handling land Clearing and Site Preparation Historic Property Preservation Road and Utility Work Temporary Power Services/Generators Marine Salvage Dredging Marine Construction Pile Driving Bulkhead and Pier Replacement Bio-Mass Recycling Portable Housing Wetlands Restoration Cellular Tower Construction 4 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Key Personnel CrowderGulf Disaster Management brings a responsible and experienced organization to partner with the City of Clearwater. CrowderGulfs extensive experience and personnel resources enables us to quickly assemble uniquely trained and experienced project teams and match specialized equipment and subcontractor resources with project executionrequirements. All CrowderGulf officers, managers and supervisors have been involved in previous successful disaster related to debris operations and have been fully trained in quality control, safety, ethics and drug policies of CrowderGulf. Should we need their services we have additional management resources that include retired and semi- retired construction, City, County, FEMA, and Power Company professionals who are experienced in managing and inspecting disaster related work. We also have a standby agreement in place with various engineering companies to provide personnel for engineering services, if needed. Project Management Team Member Bios The names and biographical information of CrowderGulfs professional staff that could be assigned to the City's Management Team are provided below. Each individual is very experienced in emergency debris management. Depending on the need, additional staff may service the City. All additional CrowderGulf staff added will be upon approval f . o the Ci_ty_. Years Name Position Email Phone Experience John Campbell Regional Director -East jcamQbell@crowdergulf.com (859) 963-8672 25 Buddy Young Regional Director -West bl'.oung@crowdergulf.com (940) 597-4252 26 Don Madia Regional Manager -FL dmadio@crowdergulf.com (813) 285-8749 20 Barrett Holmes Regional Manager -Carolinas, VA, NJ bholmes@crowergulf.com (864) 569-6611 13 Brian Smallwood Regional Manager -AL, MS, LA bsmallwood@crowdergulf.com (251) 581-5789 10 Clayton Young Regional Manager -TX cyoung@crowdergulf.com (940) 206-6996 9 Nick Pratt Director of Operations nQratt@crowdergulf.com (251) 402-5566 15 Joe Hayes Project Manager -FL I Gulf Coast jhayes@crowdergulf.com (561)315-1360 5 Andrew Sprinkle Project Manager -Gulf Coast atsQrin kle@crowderg u If. com (251) 423-1100 5 Jeff Zemlik Safety Manager jzemlick@crowdergulf.com (251) 509-9422 12 Margaret Wright Documentation Director/ PhD mwright@crowdergulf.com (251) 604-6346 23 Leigh Anne Ryals Emergency Management & Quality Control Specialist lrvals@.crowderqulf.com (251) 751-8660 25 Wilber Ledet Senior Project Manager -Gulf Coast wledet@.crowdergulf.com (228) 326-5915 12 Reid Loper Vice President/ Senior Project Manager rloper@.crowderqulf.com (678) 477-3755 15 Wesley Naile Contracts Manager wnaile(a)crowder_qulf.com (251) 533-5585 15 Howard Turner Project Manager -East Coast hturner®crowderqulf.com (804) 814-6197 17 Matt Lucas Senior Project Manager -East Coast mlucas®crowdemulf.com (609) 731-2858 25 Freddie Willis Project Manager -Gulf Coast fwillis®crowderqulf.com (251) 455-5017 5 Nick Pratt -Director of Operations Mr. Pratt serves as CrowderGulf s Director of Operations. His ability to coordinate our field assets and subcontractor resources has proved invaluable to the overall success of our many projects. Nick began his work at CrowderGulf in 2004 as an equipment operator and crew foreman following Hurricane Ivan. Having completed this large debris removal operation with great success, Nick's talents and abilities were used again to provide field supervision over crews in Pascagoula, MS following Hurricane Katrina in 2005 and in Texas after Hurricane Ike in 2008. Nick supervised and managed several hauling crews until the final cleanup work was completed in Bolivar, Texas. Nick was promoted to Project Manager in 2010 and was assigned project management duties for the BP Deep Water Horizon Oil Spill cleanup. He initially handled all of the logistics for the Oil Spill project, putting hundreds of pieces of CrowderGulf equipment in place and directing and training hundreds for CrowderGulf employees throughout the operation. Nick has continued to assist our team by providing his expert knowledge and leadership in the field to complete any assignment given to him on or ahead of schedule. 5 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Nick has played a vital role as project manager for our large waterway debris removal contract with the New Jersey Dept. of Environmental Services, as a result of Hurricane Sandy in 2012. From 2012-2018, Nick has worked numerous disaster responses for CrowderGulf providing Project Management and asset coordination assistance for multi-state responses. Most recently, Mr. Pratt worked to secure subcontractors, field personnel, equipment and assets in 2017 after Hurricane Harvey struck the Texas Coast. Hurricane Irma devastated Florida two weeks later and he remobilized and oversaw the same task items along the Florida Coast. He managed to supply necessary subcontractors and equipment to all 91 activated contracts in Texas and Florida after those two historical storms. In addition, Mr. Pratt has been the Senior Project Manager in the field for the Florida Department of Environmental Protection waterway debris removal project that occurred after Hurricane Irma. Multiple Counties throughout Florida activated contracts and he worked with Project Manager to remove approximately 250,000 Cubic Yards of waterway debris. In (2018), Mr. Pratt provided leadership and resource assets for CrowderGulfs simultaneous activations in North Carolina following Hurricane Florence in which CrowderGulf had 20 contract activations and in the Florida Panhandle for 11 additional contract activations following the devastating Category IV, Hurricane Michael. Mr. Pratt's ability to assess each project's needs and assign personnel and inventory assets has been instrumental in our ability to meet each contract activation with the necessary resources to quickly and efficiently respond to each client. Mr. Pratt attended the University of South Alabama. He also holds certificates in CPR and First Aid, 40 hour HAZWOPER and refresher and in 30 HR OSHA Construction and has over a decade of Disaster Debris Management Experience. (NIMS Trained) Don Madio -Regional Manager Since 1999, Don Madio has served on more than 150 mid-to-large-scale disaster recovery and debris management projects. Don's seasoned portfolio offers a wide range of competent recovery and management disciplines, providing critical oversight to operational challenges and innovative project strategies that regularly exceed client expectations and project goals. Upon taking a position with CrowderGulf, Mr. Madio provided management and oversight for 7 debris removal and waterway projects, following Hurricane Mathew. These projects were successfully completed within the client's time frame and contract specifications. Following Hurricane Irma, Mr. Madio served as Florida's Regional Manager and was tasked to manage all Florida debris removal operations throughout the State. He and his team of Project Managers and Field Supervisors managed 64 successful debris management and waterway projects, helping to remove and dispose of over 11.8 MILLION CUBIC YARDS of Hurricane Irma generated debris. Recently, Mr. Madio supervised and oversaw all of Hurricane Michael's debris management projects in Florida's Panhandle, where more than 15 MILLION CUBIC YARDS have been removed and disposed. All the while, Don handled any challenges that the historic 2017 and 2018 Storm Season threw at him, transcending all client objectives. Mr. Madio is a graduate from the University of Florida. (NIMS Trained) Wilber Ledet -Senior Project Manager Mr. Ledet's disaster experience with CrowderGulf began after Hurricane Ike with the managing of the wet debris targets identified by sonar from West Galveston Bay, Tiki Island and Omega Bay, TX. This project also included his expertise in managing the stored vessel reclamation program in which he assisted in the removal of hazardous substances from the vessel and coordinated its proper disposal. From 201 O to 2012, Mr. Ledet managed up to 800 Hazwoper certified responders and facilitated meetings with Environmental Teams and BP officials, serving as project manager, assigned to the Deepwater Horizon Oil Spill. In 2012, following Hurricane Isaac, Mr. Ledet was assigned as Project Manager to oversee the sand removal, sand screening and beach berm construction for the Town of Dauphin Island, AL. This project included sea oat replacement, and the management of the right of entry program for sand reclamation on private property. Following Super Storm Sandy in 2012, Mr. Ledet was assigned as project manager to oversee the wet debris removal from Barnegat Bay, NJ, and successfully completed removal and disposal of over 700,000 yards of wet debris. Mr. Ledet has also served as Project Manager for Ice Storm Pax (NC), and 2014 Tornado Outbreak in Limestone County (AL). Mr. Ledet worked as the Project Manager after the 2015 Severe Floods that devastated Columbia County (SC) in early October, 2015. Most recently, Mr. Ledet managed the floods in Ouachita Parish (LA) and Brazoria County (TX). 6 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL In late 2016, the City of Central (LA) suffered some severe flooding and Wilber lead the CrowderGulf Team during the removal operations within the City and East Baton Rouge Parish. Mr. Ledet also was the Senior Manager on Hilton Head Island (SC) which resulted in the removal and disposal of over 2.8 Million Cubic Yards of debris. After Hurricane Matthew, he worked on the waterway debris removal project in Brevard and Volusia County (FL) for the Florida Department of Environmental Protection. In 2017, Mr. Ledet was deployed to Aransas County, Rockport and Corpus Christi after Hurricane Harvey caused extensive damage to the area. As Senior Project Manager, he was in charge of all 3 locations and he and the CrowderGulf Team removed and disposed of approximately 2.5 Million Cubic Yards of debris. In 2018, Mr. Ledet's served as Senior Project Manager overseeing North Carolina Contracts following Hurricane Florence. Joe Hayes-Project Manager Joe Hayes grew up around the storm relief and disaster management industry. Combined with a strong background in general contracting, he is accustomed to providing the leadership and oversight to complete projects expediently, efficiently, and to the clients' utmost satisfaction. In 2016, Joe joined CrowderGulf team as a field supervisor in the wake of Hurricane Matthew. In 2017, Joe was tasked as a project manager after Hurricane Irma tore through the state; successfully managing a number of projects in the South Florida area. Through these projects and the combined effort of the CrowderGulf team, 10 MILLION CUBIC YARDS of Hurricane Irma related debris were managed and disposed of; facilitating an extensive statewide recovery. In 2018, following the devastation of Hurricane Michael, Joe was tasked with managing the removal and disposal of debris in Jackson County, FL. Mr. Hayes, along with his CrowderGulf team were able to mitigate the challenges of such a large scale disaster while employing innovative support and leadership to provide relief to the devastated county. He and his team of field supervisors oversaw hundreds of assets and personnel; providing the logistics that resulted in over 2.5 MILLION CUBIC YARDS of debris being removed and disposed of in Jackson County alone. When Joe is not working in the field on an active project, he is the CrowderGulf representative for the South Florida area. Mr. Hayes is a South Florida native and an honors graduate of Florida Atlantic University. • Corporate Management Team/ Top Level Management Personnel The personnel listed below bring a wealth of disaster debris removal and management experience. They have been involved in management and operational decisions of all past contract activations for the past 10 years. The knowledge and expertise make them invaluable assets to any debris removal operation from startup to final invoicing and reconciliation. John Ramsay-Chief Executive Officer & President Mr. Ramsay is a graduate of Auburn University with a degree in Agriculture and has over 45 years of experience in storm debris removal and reduction operations and management. Working all disaster work since Hurricane Camille, in 1969, Mr. Ramsay is one of the foremost experts in all phases of a debris operation, including removal, reduction, recycling and disposal. As one of the owners and the founder of CrowderGulf, he takes a personal interest in each of the municipalities we have served over the years. In non-emergencies, Mr. Ramsay is a well-respected member of the timber industry. His experience in agriculture, farming, and silviculture provides opportunities for CrowderGulf to leverage additional services and expertise to our clients. He is well respected in the field and his technical advice has been and continues to be sought after by other contractors, municipalities, and various agencies such as Wildlife and Fisheries. Mr. Ramsay has been especially involved in creating innovative ways to recycle debris wastes. (NIMS Trained) Ashley Ramsay-Naile -Chief Operating Officer and Senior Vice President Mrs. Ramsay-Naile is a Graduate of the University of South Alabama. She has been involved in managing the day to day business of CrowderGulf operations since 1995 when Hurricane Opal impacted the Florida Panhandle. She has played a vital role in establishing the Disaster Administration Office (DAO) in which she has structured and managed since its acquisition. As Chief Operating Officer for CrowderGulf, her role has provided a liaison to clients, logistics coordination with our field operations, contract negotiations, preparation of proposals, subcontractor coordination, field supervisor, project management, and all aspects of back office activities including accounts payable, accounts receivable and human resources. 7 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Having served in both field and documentation management positions, Mrs. Ramsay-Naile is very knowledgeable in all aspects of the debris recovery business and a national leader in the field. Due to Ashley's integrity and excellent leadership skills, CrowderGulf has continued to cultivate one of the most dedicated and capable teams in the disaster debris recovery business. Mrs. Ramsay-Naile is involved with all aspects of decision making for CrowderGulf and is an authorized contract signer for the Company. Margaret R. Wright, Ph.D. -Senior Documentation Director Dr. Wright has over 25 years of professional training and managerial experience. As a vital member of CrowderGulf s Senior Management Team, her roles include technical proposal writing, training developer and facilitator, regulations compliance, management of record keeping, including day-to-day operations of work completed, communication and coordination with contracting entities during reconciling process, and conducting formal evaluations at completion of projects. Dr. Wright has worked in field operations setting up and managing field offices, hiring and training personnel to work with all required documentation, and at CrowderGulf s Disaster Assistance Office (DAO) after all major disasters since 2003. In 2017, Dr. Wright worked onsite with our Client and their monitoring firm to assure that documentation and FEMA reimbursement went smoothly after Hurricane Hermine caused damage in the Florida. She worked to properly invoice and document approximately 9 Million Dollars for the City of Tallahassee and Leon County. Most recently, she and her team worked to invoice and reconcile over 180 Million Dollars for Hurricane Irma and over 86 Million for Hurricane Harvey. (NIMS Trained) Raymond "Buddy" Young-Regional Director Mr. Young was Regional Director of FEMA Region VI from 1993 -2001 and served as Administrator for 133 federally declared disasters and emergencies. He is nationally known and recognized in the Emergency Management field and is extremely knowledgeable about FEMA policies and procedures. He is a retired Captain of the Arkansas State Police where he served for 26 years. As the Director of Operations, Mr. Young has been directly involved in the field operations for all major disasters from Hurricane Isabel in 2003. Mr. Young's FEMA knowledge and experience is invaluable to both CrowderGulf and all clients as decisions must be made during the cleanup operation. Mr. Young is one of the most knowledgeable people working in the debris management field with firsthand experience in managing major disasters. He is also a current member of the Board of Directors for Disaster Recovery Contractors Association (DRCA). (NIMS Trained) Gary Jones-FEMA Specialist and Technical Assistance Manager Mr. Jones has over 28 years working for the Federal Emergency Management Agency (FEM A). He served as Deputy Regional Director of FEMA Region VI for 17 years. During those 17 years as Deputy, he also served as Acting Regional Director for 4 years. Mr. Jones was responsible for administration of emergency management programs in the FEMA Region VI states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. He provided direct oversight and implementation of response and recovery operations for presidentially declared disasters in the five-state region. Additionally, Mr. Jones served as a Branch Chief managing several Technological Hazards Branch programs to include Radiological Emergency Management Preparedness, Radiological Defense, Haz. Materials, Earthquake and Hurricane Preparedness, Dam Safety and Chemical Stockpile Emergency Preparedness programs. He was designated Federal Coordinating Officer for Hurricanes Katrina, Rita and Georges and provided executive leadership to over 300 federally declared disasters. Mr. Jones has a Master's Degree from Tulane University and a Bachelor's Degree from the University of Arkansas. (NIMS Trained) Reid Loper -Vice President Mr. Loper previously worked as a project manager for a commercial construction company in Atlanta, Georgia, prior to returning to the Gulf Coast. The time spent in the commercial construction industry gave him vast knowledge in management, estimating, schedule and budget supervision. He graduated from Auburn University with a bachelor's degree in Aerospace Engineering while he / worked as a research and design student. Mr. Loper started his career with CrowderGulf in 2010, as Senior Project Manager (SPM) for the BP Oil Spill. As SPM, his role was managing over 1,200 personnel and 600 pieces of equipment. 8 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Managing simultaneous projects is one of Mr. Loper's strong points and the BP project consisted of managing eight forward operating bases throughout the Alabama area of responsibility. In 2012 Mr. Loper took on the task as SPM to oversee CrowderGulfs Hurricane Sandy Response for the New Jersey Department of Environmental Protection Agency. Since 2012, he has been directly involved in overall company operations for all debris mission in which CrowderGulf has responded. Thus, managing over 40 million cubic yards of debris removal. This also includes the unprecedented 2017 storm season, which he played a key role as CrowderGulfs Vice President. The 2017 storm season involved managing 93 simultaneous contract activation and over 150 project managers. Upon completion of 2017debris missions, the Florida panhandle was devastated by the first category 5 hurricane, to make landfall sense 1992. Reid oversaw Hurricane Michael's debris missions, which resulted in removing over 14,000,000 cubic yards of debris. Mr. Loper also oversees our waterway debris removal division, including projects from New Jersey, Florida, Alabama, and Texas; making him nationally renowned as one of the leading experts for water borne debris removal. When he is not working on disaster responses, Mr. Loper bids and oversees various types of construction projects under the special project division. Mr. Loper is a LEED Accredited Professional with certifications in NPDES and FEMA courses. Mr. Loper has a current OSHA 30 and HazWoper 40 certification is NIMS certified and holds general contractor licenses in the following states: Virginia, South Carolina, Georgia, Alabama, Mississippi, and Louisiana. John Campbell -Regional Director Mr. Campbell has experience in disaster response planning and management since 1968. He has a B.S. degree in Political Science from the University of Southern Mississippi and a Masters degree in Logistics Management from the Florida Institute of Technology. After retirement from the U.S. Army as a full Colonel with 30 years of service, he served for six years as Chief of Operations for Lee County Emergency Management in Fort Myers, Florida. He has direct experience in debris recovery operations from Hurricane lniki in Hawaii and Hurricanes Charley, Ivan and Wilma that impacted Southwest Florida. He also provided mutual aide to Escambia County, Florida following Hurricane Ivan. During his 36 years of public service, he amassed an extensive background in high-level management, disaster response and training. He also trains CrowderGulf clients in all facets of debris management, Incident Command System (ICS), National Incident Management System (NIMS) and the FEMA PA program process. Mr. Campbell was previously qualified as an accredited Professional Emergency Manager through the Florida Emergency Preparedness Association (FEPA) and remains active in the organization. (NIMS Certified Instructor) ■ Disaster Administration Office Team Leigh Anne Ryals, ALEM, CLEM-Emergency Management and Quality Control Specialist Mrs. Ryals has over 17 years of experience and training in Emergency Management. She has 11 years serving as an Emergency Management Director and 5 years serving as a Disaster Public Information Officer. She has worked 12 Presidential Disaster Declarations and one Incident of National Significance, the Deep Water Horizon oil spill, and of those disasters she served as Incident Commander for eight of those events. She is extremely knowledgeable with FEMA's public assistance policies and procedures and has been successful in the FEMA appeals process. She has served as a member of the FEMA Hurricane Liaison Team and testified before the 110th and 111th U.S. Congress on Hurricane Katrina Preparedness and Response Initiatives -Best Management Practices. Mrs. Ryals learned first-hand the type of documentation and determination it takes to be successful in an OIG / FEMA audit. She obtained valuable knowledge in documentation proper damage survey, reports/technical writing, and extensive knowledge on FEMA policy and procedure. Mrs. Ryals is a Licensed and Certified Alabama Emergency Manager; and serves as a NIMS 300 & 400 Course Instructor and holds numerous FEMA and State Emergency Management Certifications. (NIMS Certified Instructor) 9 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Jeff Zemlik -Safety Manager Mr. Zemlik has been affiliated with the construction industry since a young age, starting his safety career by managing the safety department of his family's masonry company, which completed over 1.5 million safe work hours. His past projects have included the State of New Jersey after Hurricane Sandy in 2012, developing and directing the safety program for the BP Oil Spill for the State of Alabama, constructing the largest indoor primate house at Chicago's Brookfield Zoo and reworking furnaces in and around the steel mills of Gary, Indiana. He is currently charged with overseeing the Safety Department for CrowderGulf. Mr. Zemlik is a graduate of Indian River State College, earning degrees in both Organizational Management and Occupational Health and Safety. Currently he is enrolled at Columbia Southern working toward his masters in Occupational Health and Safety. Mr. Zemlik holds certifications in USAGE Construction Quality Management, USAGE 385-1-1 40 hour, 40 hour HAZWOPER certificate and Instructor, SONS & TWIC, OSHA 10 hour General Industry, OSHA 510 & 500, Leadership & influence, DOT Supervisor and Root Cause & Incident Training. (NIMS Trained) Wesley Naile -Contracts Manager Mr. Naile has had experience in the disaster and recovery field since 2004 when he served in Volusia County, Florida as a CrowderGulfs Field Manager during Hurricane Charley, Frances and Jeanne. In 2005, he was assigned the role of Logistics Coordinator working out of the Disaster Administration Office (DAO), coordinating materials, equipment and subcontractors to CrowderGulfs clients. Mr. Naile roles now include the management of the pre-event contracts database information, coordinating with new and existing clients in establishing pre-event contract awards and contract documents and coordinating with clients on contract renewals. In 1999, he worked for Gulf Equipment Corporation Wireless Telecom Division on the southern east coast doing tower site build out. He has attended the University Of South Carolina Of Beaufort. He also served three years in the U.S. Army as a 12B Combat Engineer with an honorable discharge. (NIMS Trained) Freddie Willis -Project Manager Mr. Willis brings over 26 years of professional experience to the CrowderGulf team. Prior to working for CrowderGulf, Freddie was tasked with overseeing site remediation of a closed oil refinery. He successfully managed the removal and disposal of more than 33,331 ,536 gallons of crude oil, gasoline, diesel and JP-5 jet fuel from leaking tanks with final approval from the EPA and ADM. Freddie began his career with CrowderGulf in 2017 where he worked as a field supervisor in Florida in response to Hurricane Irma. Since that time, Freddie has managed multiple projects of varying scopes, ranging from sand screening , marine construction, shoreline restoration, dredging and debris removal. In 2018, Freddie successfully managed debris removal crews in a 1,200 square mile area in the Carolinas; managing multiple debris management sites Gil ... and removing hundreds of thousands of cubic yards of debris. Mr. Willis takes great pride in exceeding the expectations of CrowderGulf s clients and establishing excellent working relationships from the start. Matt Lucas-Project Manager Mr. Lucas has over 25 years of extensive experience in debris clean up. He worked for the state of New Jersey and the New York Port Authority during the destruction of the world trade centers, and was instrumental in the construction of various logistical sites for the cleanup operations. In 2012 he was the Senior Project Manager managing clean-up operation for Hurricane Sandy and was instrumental in the right of way collections, PPDR, waterway debris removal, vessel recovery, and dredging !CW/marinas that were impacted. He also managed clean-up efforts in Raleigh, North Carolina and Fayetteville, North Carolina for hurricane Matthew this included right of way collection, set up and close out of temporary debris sites. Mr. Lucas was also involved in vessel recovery and savage operations Beaufort, South Carolina. He managed the hurricane Harvey clean up in Port Arthur, TX, which resulted in 1 million cubic yards of debris removed and properly disposed. 10 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL More notably Mr. Lucas was the Sr. Project manager for hurricane Michael which devastated Panama City, FL. Mr. Lucas had over sight of all right of way, ditches, PPDR clean up and managed six temporary debris manage sites, which resulted in 4 million cubic yards of debris removed from the city. He has owned and operated several business through his career. He has held a New Jersey A901 disposal license, a New Jersey electrical license, 100 ton U.S. Coast Guard License, and aCDL Lew Najar-Project Manager Mr. Lew Najor has over 25 years of experience with disaster related projects to include Beach re-nourishment, Blue Roof Mission and Storm Debris Management. Mr. Najor also possess a strong background in heavy civil construction and has completed more than 10 projects for the Army Corp of Engineers (ACOE). He has also has experience working with Florida and Alabama Department of Transportation (FOOT, ALDOT) and Natural Resource Conservation Services (NRCS). Those projects encompassed levee enlargement, rip-rap placement, rock revetment, spoil dike construction and pit restoration. Lew joined CrowderGulf in 2017 after the devastation of Hurricane Harvey. He was designated as the Project Manager (PM) for the debris cleanup of Baytown, TX. He also contributed with management oversight for Brazoria County Texas and several surrounding communities. His responsibilities included the organization of storm debris pickup, temporary pit reduction, and haul- out/site restoration. In October 2018 following the destruction of Category 5 -Hurricane Michael, Lew represented CrowderGulf as the Onsite PM for Bay County Florida. His tasks included the supervision of right of way debris collection, site management and restoration , hazardous tree removal and waterways and ditch cleanup. Lew also serves as the Site PM of Private Property Debris Removal (PPDR) and Demolition project admin istered by FEMA for both the City of Lynn Haven and Bay County Florida. Mr. Najor attended Auburn University and has received certificates for Construction Management from the ACOE in 2004 and 2019. Lew holds an Underground Utility and Excavation license with the State of Florida. He is also OSHA certified, has a Class B CDL. Howard Turner -Project Manager Mr. Turner has a long career spanning over 2 decades experience in the debris management industry. He began his management career at Grind-all where he oversaw scheduling and operations of four grinders, three screens, mulch coloring plant, fifteen loaders, excavators, trucks, and miscellaneous equipment. He was also responsible for the operation of three dumping and grinding sites for preparation of mulch, topsoil and organic growing media. After Hurricane Isabel devastated the eastern portion of Virginia and the Carolina's in 2003, Mr. Turner utilized his experience in OMS and debris reduction management for CrowderGulf. Mr. Turner served as the Project Manager in Virginia Beach, Norfolk, Suffolk, Newport News, and the Counties of James City, Southampton, York, and Suffolk. Mr. Turner was responsible for all aspects of disaster debris collection, recordation, reduction, damage claims and client contact. In 2004, Mr. Turner served as the Project Manager for Lee County, Cities of Ft. Meyers and Cape Coral, Sanibel and Captiva Islands, and Upper Captiva Island after Hurricane Charley and Frances damaged the area. He was responsible for day-to-day management of all disaster recovery activities including collection crews and equipment, debris reduction and disposal, site restoration and acting as the Liaison with the municipalities, the Corps of Engineers and FEMA. Then in 2011 , Mr. Turner managed York County, VA after Hurricane Irene effected the area. Most recently, Mr. Turner managed the Hurricane Irma debris management operation for numerous clients in the center portion of Florida. 11 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Amber Ramsay -Public/Community Relations and Marketing Manager Ms. Ramsay has been CrowderGulfs Public/Community Relations and Marketing Manager since 2004._ Throughout the year she interfaces with Clients and acts as CrowderGulfs (continuing education) Conference Coordinator. During a disaster, one of her main responsibilities is to liaison between CrowderGulfs Project Managers and USACE, elected officials, public work directors, incident commanders of Emergency Operations Centers and Clients. She coordinates directly with Public Information Officers and assists in the release of pertinent debris recovery operations to the citizens. Some of her field experience includes Field Supervisor in Pascagoula, MS after Hurricane Ivan in 2004, Lake Charles, LA after Hurricane Rita in 2005, Deere Park, TX after Hurricane Ike in 2008, and in Edenton, NC after Hurricane Irene in 2011 and Dauphin Island, AL after Hurricane Isaac in 2012. Prior to coming to CrowderGulf she was a Marketing/Sales Manager for McKenzie-Childs in New York City for 10 years. Ms. Ramsay is a Graduate of Auburn University. (NIMS Trained) Gina Walley -Accounts Receivable Manager I Documentation Specialist Ms. Walley has been the Accounts Receivable Manager and Documentation Specialist since 2005. She continually interfaces with clients and client representatives to build a strong team relationship to provide accurate documentation to support CrowderGulf work and eligibility. She works closely with clients during FEMA audits to provide necessary documentation in a timely manner. Her background in Computer Engineering Technology has helped her in creating and managing all in-house databases. Each database is specifically designed to meet the client's needs. In addition to client databases, she also builds databases that house pertinent company data such as contract information, subcontractor information and historical CrowderGulf information. Shortly after Hurricane Ike in 2008, she teamed with a programmer to build a unique and powerful database that has proven to increase accuracy in data recording. Ms. Walley's experience has spanned across more than 20 major hurricane events as well as numerous non-disaster related projects. (NIMS Trained) Jenny Todd -Subcontractor Compliance Manager Ms. Todd manages subcontractors and develops and promotes CrowderGulfs Small/Minority Business division. Her focal point is to contact and localize subcontractors during and after the RFP development phase in an effort to maintain community involvement and maximize local small /minority businesses participation. In 2003, she earned a Bachelor of Science degree in Marketing and a minor in Mathematics from the University of Alabama. After graduation, she joined a law firm in Tuscaloosa. In 2005 she joined the CrowderGulf Team which was during the rebuilding process along the Gulf Coast after Hunricane Katrina. The legal experience she gained made her the ideal candidate to oversee the subcontracting operations. (NIMS Trained) RESUMES have been provided per the RFP Requirements. No employee identified for anticipated assignment to the City's Site Management Team has ever been a defendant in any proceeding involving or arising out of debris removal services. Additional Personnel The following is a partial list of CrowderGulfs available management, administrative, and supervisory personnel (full resumes are available upon request) who, depending on the scope of work, may be assigned to the contract: 12 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Full Time and DAO Personnel Last Name First Name Position Ramsay John Aaron Superintendent, Sub Contractor Crew Foreman Ramsay Lvman Senior Project Manaaer Simon Paris Accountinq Clerk Suters Donna Accountinq, Documentation Manaaement James Jenny Accountina, Documentation Manaaement Turner Marv Loaistics, Contract Manaaement Williamson Kellev Subcontractor Accounts Pavable Mar, DAO Office Manaaer Edwards Melinda Executive Administrative Assistant Noll Kerrie RFP Manaqer Snell Brandi Receotionist Sorinkle Aimee Receotionist, Accountina Clerk Additional Field Personnel Last First Position Last First Position Anderson Paul Field Suoervisor Laurent Zakiya Field Su oervisor Baldwin Lisa Field Suoervisor Lee Brandon Field Supervisor Bell Maria Field Supervisor Leaaett Dee &Jan Field Supervisor Bell Brad Proiect Manaaer Loper Leiah Project Manaqer Bender Jav Proiect Manaaer Loper Mark Field Supervisor Bishop Anthonv Proiect Manaaer Lund Barrv Proiect Manager Brewer James Proiect Manaaer Matlack Desiree Proiect Manager Brewer Laoa Field Suoervisor Mosby Jacob Field Suoervisor Brisco Isam Project Manaaer Perkins Meaan Field Supervisor Cade Victor Field Supervisor Poore Jim Project Manaaer Campbell Tonv Field Suoervisor Powell Mark Project Manaqer Crigler Eric Field Suoervisor Racklev Rodnev Field Supervisor Cruz Lisa Field Suoervisor Ransom Jim Field Suoervisor DeHart Vance Proiect Manaaer Rel Gabriel Field Suoervisor Drinkwater Cliff Field Suoervisor Rich Bud Project Manaaer Duhon Ronnie Project Manaqer Roberts Sam Project Manaaer Edqe Ron Proiect Manaaer Roberts Kadeem Field Supervisor Fontenot Dru Proiect Manaaer Robinson Tom Proiect Manager Francisco Ken Field Suoervisor Sabasie Dalisia Field Supervisor Frve Jim Proiect Manaaer Scantleburv Clement Field Suoervisor Gittens Brian Field Supervisor Smith Tim Field Supervisor Gill Rav Proiect Manaaer Spann Greaorv Field Supervisor Gittens Maraaret Field Suoervisor Thorson Ron Proiect Manaqer Hall Eric Proiect Manaaer Tompkins Alvssa Field Supervisor Haves Dan Proiect Manaaer Van Vactor Joe Proiect Manager Haves Rav Project Manaaer Whitten Brent Field Suoervisor Henry Curn Field Suoervisor Widaeon Pam Field Supervisor Hill Philio Proiect Manaqer Widqeon Paul Field Supervisor Holiday Richard Field Suoervisor Wimberlv Mike Project Manager Hollman Michael Field Suoervisor Wano Tina Field Supervisor Holmes Barton Field Suoervisor Wright Charles Proiect Manaaer Hope Gene Field Supervisor Wright Latasha Field Supervisor luteri Rodnev Field Suoervisor 13 Organizational Chart CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, Fl The Organizational Chart presented below depicts the structure and chain of command of the Company. CrowderGulf uses an organizational hierarchy based on the nationally recognized Incident Command System (ICS). The ICS employs a cascade of organizational components in groups of five or less to assure good quality control in high stress operations. This arrangement limits the respective spans of control to tolerable levels. CrowderGulfs use of the ICS-based hierarchy of responsibilities exploits the strength and flexibility of its management/supervisory structure. Clearwater, FL Tech Assistan FEMA Emergency Mgt Specialists Gary Jones Disaster Administration Office (DAO) JeffZemlik, Safety Manager Staff Safety WcsNaile, Logistics Manager Staff ~ Documentation Manager Office Staff Field Ops personnel will be different for each contract but responsibilities will be the same. John Ramsay. President & CEO Ashley Ramsay-Nailc Senior Vice President & COO Dr. Margaret Wright, Documentation Director Staff Field Operations Team Jenny Todd, Subcontractors Manager Staff DAO Management Positions remain constant and are involved in all activations. Gina Walley, Data Management Specialist Staff Director of Operations-1-------- Nick Pratt Quality Control Manager Leigh Anne Ryals Regional Manager - Don Madio Sr. Project Manager - Wilber Ledet Project Manager- Joe Hayes Debris Crews Reduction Manager Crew Foremen Reduction Crews 14 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Personnel Certifications and Understanding of Governmental Programs CrowderGulfs management team includes previous FEMA Directors, Emergency Managers and FEMA trained Debris Specialists. Numerous certifications are held by all of our key management staff as well as our field operations staff. This wealth of knowledge is used to assist our clients in complying with FEMA guidelines and completing any and all paperwork that they may be called upon to provide FEMA, FHWA or the Office of Inspector General. Our staff is well-versed in the Code of Federal Regulations (44 CFR), FEMA's Debris Management Guide (FEMA 325), and Public Assistance Debris Monitoring Guide (FEMA 327). Today, the staff holds numerous FEMA course certifications and a number of OSHA Health & Safety and Hazardous Materials certifications. CrowderGulf employees are required to attend State and National conferences and training classes for continuing education credits and certification maintenance on a yearly basis. Additional Courses that are relevant to Debris Management that are held by staff members include the following: Course No. Course Name Course No. Course Name IS 1 Emergency Program Mgr. IS-75 FEMA Military Resources and EMA IS-2 Emergency Preparedness in the USA IS-101/102 Deployment Basics IS-5 Intro to Hazardous Materials IS-111 Livestock in Disaster IS-10/11 Animals in Disaster IS-120 Introduction to exercises IS-27 Orientation to FEMA logistics IS-139 Exercise Design IS-30/31 Mitigation eGrants training IS-208 State Disaster Management IS-45.11 FEMA Safety Orientation IS-230 Principals of Emergency Manaaement IS-55 Household Hazardous Materials IS-235 Emergency Planning IS-240 Leadership & Influence IS241 Decision Making and Problem Solving IS-242 Effective Communications IS-250 Emergency Support Functions IS-324 Community Hurricane Preparedness IS-403 Individual Assistance IS-630 Intro to Public Assistance Process IS-631 Public Assistance Operations IS-632 Intro to Debris Ops in FEMA's PA Program Oil and Hazardous Materials Response G202 Debris Management G363 Hurricane Readiness G 385 Disaster Response and Recovery FEMA EMI Professional Development Series Operations Debris Management Planning Course for Side Scan Sonar Systems Introduction State Tribal and locals and Side Scan Sonar Systems Operators Course OSHA HazWoper Training ICS 363 Hurricane Readiness Asbestos Contractor Supervisor L449 ICS Incident Command Train the Trainer IS 100 Intro to ICS IS 200 ICS for single resources & Initial Action Incidents IS300 Intermediate ICS IS 400 Advanced ICS IS 700 Intro into the National Incident Mgt. System NIMS 800a National Response Plan NIMS 700/701 a Multi Agency Coordination System (MAC) NIMs 702 NIMS Public Information System 703 NIMS Resource Management IS 803 Emergency Support Functions PW 15 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL CrowderGulf's Certifications & Training The following is a short list of certificates and training specialized by CrowderGu/f personnel. There are over 135 additional certifications and training certificates available upon request. Emergency Management Institute a g FEMA I Emergcncv . ' .;;"I. 12. \ ..... , ~I ,\lc.11ageme;1/ lnst11u12 FEMA • 1..,,,0 st.Cr l►,,.-n,t,...., ,r,,►.,,....-.,. ,..,.,..,_"""'", .. ,. ..... ,.,.,.,.,_.,. • .,...,.., .. ,.,.,.-n .... ,_,.,,_,.,., • .._,..., ..... ,.........i ,.. ... ,-• ...,. ...... ~,.....,,....,,.,...,.~n ..,,ofU,r.,..;.~ .. ..d•,·- "-........ ,-~-~-::~• .. ••'l't'1 ____ ,_,. __ . _.,,. .. ~-·--.... , ... a:? ,_., ____ 15-00100 -Intro to Incident Command Sy:stems 15-00200 • ICS for Single Resources & Initial Action Incidents John Ramsay Desiree Matlack Margaret Wright John Ramsay Donna Suters Mike Moulder Buddy Young Don Madia Mark Loper Buddy Young Don Madio Mark Loper John Campbell Donna Suters Eric Hall Mike Moulder John Campbell Eric Hall Nick Pratt Ashley Ramsay Gary Jones Nick Pratt Ashley Ramsay Gary Jones Reid Loper Amber Ramsay Gina Walley Reid Loper Amber Ramsay Gina Walley Ronald Thorson Andrew Sprinkle Jenny Todd Ronald Thorson Andrew Sprinkle Jenny Todd Vance DeHart Barrett Holmes Jeff Zemlik Vance DeHart Barrett Holmes Jeff Zemlik Wes Naile Brian Smallwood Leigh Anne Ryals Wes Naile Brian Smallwood Leigh Anne Ryals Wilber Ledet Charles Clark Lisa Baldwin Wilber Ledet Clayton Young Margaret Wright Clayton Younq 15-230 • Princioles of Emeraencv Manaaement 15-00235 • Emeraencv Plannina Leioh Anne Rvals Linda Lucas Leigh Anne Rvals Linda Lucas 15-00242 • Effective Communication 15-00632 -Intro to Debris OQers in FEMA's Public Asst. Proaram Reid Loper Mike Moulder Reid Loper Donna Suters Mike Moulder Leiqh Anne Ryals Leiqh Anne Ryals 15-00700 • Intro to National Incident Management Sy:stem 15-00800 • Intro to National ResQonse Plan {NRP) lNIMS\ John Ramsay Don Madia Margaret Wright John Ramsay Clayton Young Margaret Wright Buddy Young Donna Suters Mark Loper Buddy Young Donna Suters Mark Loper John Campbell Eric Hall Mike Moulder John Campbell Don Madia Mike Moulder Ashley Ramsay Gary Jones Nick Pratt Ashley Ramsay Eric Hall Nick Pratt Amber Ramsay Gina Walley Reid Loper Amber Ramsay Gary Jones Reid Loper Andrew Sprinkle Jenny Todd Ronald Thorson Andrew Sprinkle Gina Walley Ronald Thorson Barrett Holmes Brian Smallwood Jeff Zemlik Vance DeHart Barrett Holmes Jenny Todd Vance DeHart Clayton Young Leigh Anne Ryals Wes Naile Brian Smallwood Jeff Zemlik Wes Naile Desiree Matlack Lisa Baldwin Wilber Ledet Charles Clark Leigh Anne Ryals Wilber Ledet 15-300 • Intermediate ICS 15-400 • Advanced ICS Command & General Staff 15-400 15-300 Instructors: John Campbell and Leigh Anne Ryals Instructors: John Campbell and Leigh Anne Ryals Reid Loper Jeff Zemlik Reid Loper Jeff Zemlik 16 OSHA 30 Hour -Construction John Ramsay Buddy Young John Campbell Barrett Holmes Brian Smallwood Clayton Young Eric Hall Reid Loper Mike Moulder Mark Loper OSHA Misc. OSHA 10 Hour General industry OSHA 500-Train the Jeff Zemlik Lisa Baldwin Charles Clark Andrew Sprinkle Nick Pratt Reid Loper Vance DeHart Wes Naile Wilber Ledet Ronald Thorson Brian Smallwood Jeff Zemlik Reid Loper trainer Jeff Zemlik CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL OSIM Hazwoper -Hazardous Waste Operations and Emergency Response Brian Smallwood Jason Zirlott Jeff Zemlik John Campbell Nick Pratt Reid Loper Ronnie Duhan Mark Loper Wilber Ledet Vance Dehart. Watershed Mana ement Trainin Brian Smallwood Jeff Zemlik Reid Loper Brandi Snell Clayton Young Leigh Anne Ryals U.S.A.C.E. - Q.C.M (Construction Quality Management) T.W.I.C. Card Brian Smallwood Jason Zirlott Jeff Zemlik Reid Loper Don Madio First Aid/CPR Buddy Young Clayton Young John Campbell Ashley Ramsay Amber Ramsay Andrew Sprinkle Barrett Holmes Brian Smallwood Clayton Young Donna Suters Margaret Wright Mark Loper Mike Moulder Nick Pratt John Campbell Leigh Anne Ryals Margaret Wright Nick Pratt Barret Holmes Gia ton Youn Desiree Matlack Eric Hall Reid Loper Vance DeHart Gary Jones Gina Walley Jenny Todd Jeff Zemlik Leigh Anne Ryals Charles Clark Ronald Thorson Q. y 0 I'll 0 ~ Q '9.,.,f,~ Wes Naile Wilber Ledet Reid Loper Jeff Zemlik Wilber Ledet Misc. Training Asbestos Supervisor Asbestos Inspector Brian Smallwood Nick Pratt Drew Sprinkle Jeff Zemlik Jeff Zemlik USAGE 385-1-1 40 hour Jeff Zemlik ASBESTOS 17 IGULi= Key Personnel Storm Chart CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL The chart below lists CrowderGulfs key personnel and the storms/activations since 2004. Additional information and resumes can be provided upon request. Key Personnel 2004 2005 2006 2008 2009 2010 2011 Past Storm Experience 2012 2013 2014 2015 2016 2017 2018 2019 I I ., "' "' > "' "' "' ., 3: ., E C >, u (U C 'i:: C ., .s > ., oil E ., C C C ·c: E ., u -0 "' .§ .J::: ., ~ "' "' C: 'la ~ "' ;:: C: "' C: 0 )( "' "' t5 t5 = ~ "' .J::: 0 "' ., ., i ::, ., "' ~ "' "' E ~ E ., "' "' .§ .2 u -0 .2: -, C :,.: ~ (!) -"' w ~ ., ::;; ~ "' .s -en ., Q. ::, .s ::c ::c u. E ., ., ., ., ., ., E ., ., ~ ·a. ., ., ., ., ., z E ~ ~ ., ., ., ., ., ., C: C: C: C: C: C: "' C: C: C: C: C: C: :.0 E en C E 0 ., en 0 'E ., ., C: C: C: C: C: C: "' "' "' "' "' ~ 0 E "' "' 0 "' "' -0 "' "' ..0 .s 0 ~ :s .s > > "' "' "' "' "' "' t-·E u u .g u U) u u -"' 0 u u ta -~ .g ., "' U) ., ., u u u u u u "' "E "E "E 'E w "E 'E en :3! ·e ·e E ::: C ::J en a, C en en en 'E "E "E 'E -~ ., ::, ::, ::, :i ::, ::, ., cn ::, ::, ., U) Q. ::, ::, ~, ::, :i en ., ., ~..2 ., X :5 ::, ::, ::, ::, :i )( ::c ::c ::c ::c L ::c u t-::c ::c E t-m ::c ::c t-::c ::c iii .£,! .£,! en LL .£,! ., -t-t-::c ::c ::c ::c ::c ::c t-✓ _._._,.._ -~ -~ -John Ramsay, Pres & CEO'' ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Raymond "Buddy" Young, ✓ 1 ✓-1 l ✓ j ✓ I I✓ r✓ ✓ ✓ -✓ ✓ ✓ ✓ ] 1 I 1 I I ✓ 1 ✓ ✓ ✓ ✓ ✓ Regional Director -Ashley Ramsay-Naile, Senior VP & ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ coo Margaret Wright, Ph.D, ✓ , ✓-r ✓ J ✓ ✓ J ✓ 1 ✓ I ✓ , ✓ r ✓, ✓ ✓ -✓-,/ ✓ I ✓r ✓ ✓ L✓ ✓ ✓ ,✓ ✓ I ,✓1 l ✓ ✓ ✓ ✓ ✓ ✓ Documentation Director --John Campbell, Regional Dir. I I I I ✓ # ✓ I ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Gary Jones, FEMA Specialist" 7 ] j ✓ ✓ ✓ ✓ ✓ ✓ ] __J ✓ ✓ ✓ 1 1 ✓ I I l I I I I ~ -Brian Smallwood, Regional Mgr _ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Reid Loper, Vice President r l J l l ✓ -✓r✓ r-I ✓] ✓ L7 '7 ]7 ✓ ✓ ✓ ✓ ✓ -Weslev Naile, Contracts Mgr ✓ ✓ ✓ ✓ ✓ ✓ -✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Nick Pratt, Dir. of Q_perations _ ✓ l ✓ J ✓ ✓1✓1 1✓ I ✓ L ✓ ✓ ✓ ✓r✓ _} ✓ J ✓ L✓ ✓ ✓ ✓ ✓ ,✓ ✓ ✓ -Barrett Holmes, Regional Mgr** _I ~._+ l / ✓ ✓ ✓ ✓ ✓ ✓ ✓ -I I . -f7 ✓r✓ ✓1 _ ✓ 1 Wilber Ledet, Project Manager ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ I ✓ ✓ ✓ ✓ Howard Turner, Project Manager X X X ✓ ✓ ✓ Don Madio, Regional Mgr" I 1= -X .I; IX GI 1-TJ X X X X X X X X X X ✓ ✓ ,_ -Leigh Anne Ryals, FEMA X X X X X ✓ ✓ ✓ ✓ ' ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Specialist" I I I Clavton Young, Regional Mgr I -I I I I -✓ . I I I L ✓ ✓ ✓ I r . Jeff Zemlik, Safety Mgr. I I I I ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Andrew Sprinkle, Proj. Mgr. ✓ L ✓ I l r✓ ✓ -~ I I ✓ 1 ✓ ✓ ✓ Amber Ramsay, Public & Com. --✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ • I ✓ I ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Relations ----✓,✓ ✓_1✓1✓1✓1✓ -r✓r✓ ✓J ✓ r .7 ✓ ✓ r--'77 Gina Walley, Accounts Receivable ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Mgr. -L --1 Jenny Todd, Subcontracts Mgr. I ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ f ~ t 1 T --.--l ._doe H~yes, Project Manager l ✓ ✓ I ✓ _I Matt Lucas, Project Manager I I I I I I I l -I 1 I I I I I I I I I ✓ ✓ ✓ ✓ ** These employee's have additional experience with storms prior to 2005, FEMA, United States Army Corp. of Engineers, Emergency Management or other Companie 18 /aUi.F Resumes Nick Pratt Director of Operations Management Experience CrowderGulf Disaster Recovery, Theodore AL Project Manager 2010-Present Hurricane Michael -2018 -Florida Hurricane Florence -2018 -North Carolina and South Carolina Hurricane Irma • 2017 -Florida Hurricane Harvey• 2017 -Texas Hurricane Matthew• 2016 -Hilton Head Island, SC City of Friendswood, TX• 2015 Tornado Debris removal and disposal Completion Date: 11!912015-11/2016 I Current Construction Value.· $140,516 South Carolina DOT -2015 Storms and Flooding Removal and Disposal Completion Date: 10/2015-11/2015 I Current Construction Value: $698,227 Limestone County, AL -2015 Flooding Waterway Debris Removal Completion Date: 912015 I Current Construction Value: $60,860 City of Corpus Christi, TX -2015 Vegetative Removal and Disposal Completion Date: 7/20151 Current Construction Value: $501,795 City of Raleigh, NC -2015 Ice Storm Debris Removal Completion Date: 412015 I Current Construction Value: $208,740 City of Raleigh, NC -2015 Ice Storm Debris Removal Completion Date: 412015 I Current Construction Value.· $208,740 AL Department of Transportation -Drift Waterway Removal in Styx River Completion Date: 12/2014 I Current Construction Value. $79,250 Blount County, AL -Debris Removal and Waterway Removal Completion Date: 7120141 Current Construction Value.· $1,401,613 Baldwin County, AL -Dredging of Little Lagoon Pass in Gulf Shores, AL on an as needed basis Alabama Department of Transportation (ALDOT) Completion Date: 12/2013 I Current Construction Value.· $1,284,000 Hurricane Sandy Water Way Debris Removal Durations: February 2013 -March 2014 • Description: Marine debris removal operation for the New Jersey Department of Environmental Protection, as a result of Hurricane Sandy. Manager over five different debris zones which produced over 100,000 cubic yards of debris and 400,000 cubic yards of sand/silt dredged from the impacted waters. The project also included sonar and survey of 56,000 acres of bays, streams, and rivers; Project Value: $58,000,000 2011 Hurricane Irene Recovery, North Carolina & Virginia• Debris removal and reduction after Hurricane Irene • Edgecombe County, NC Completion Date: 11/412011 I Current Construction Value: $1,519,737 City of Rocky Mount, NC Completion Date.· 11/312011 / Current Construction Value: $2,971,515 • Town of Williamston, NC Completion Date: 9/1012011 I Current Construction Value: $129,325 2011 Tornado Recovery, Walker County, AL -Debris removal and reduction after tornado • USACE mission assigned contract CrowderGulf Prime sub for Phillips & Jordan Completion Date: 812011 I Current Construction Value. $3,303,475 2010 BP Deep Horizon Oil Spill Recovery Response, Gulf Waters & Beaches, AL, FL, MS• Oil Spill Response & Recovery, providing management, equipment, materials and personnel to recover, maintain and reclaim gulf coast beach areas BP Oil Exploration & Production / O'Brien's Response Management I Orange Beach, AL I Baldwin County, AL / Dauphin Island, AL Completion Date: 8120/2010 I Current Construction Value: $129,390,001 2008 Hurricane Ike Recovery, Texas, Alabama -Debris removal, reduction and disposal after Hurricane Ike • City of Alvin, TX Completion Date. 12/18/2008 I Current Construction Value: $2,485,571 • Galveston County, TX Completion Date: 9/12/2009 I Current Construction Value: $84,145,785 City of League City, TX Completion Date.· 1/1012009 I Current Construction Value. $4,108,866 • City of Pearland, TX Completion Date: 1/2312009 I Current Construction Value: $4,638,531 • Texas General Land Office Completion Date: 2115/2010 I Current Construction Value: $27,167,674 City of Texas City, TX Completion Date: 10/27/2008 I Current Construction Value: $3,578,002 CrowderGulf Disaster Recovery, Theodore AL Field Supervisor 2003-2006 2006 Flood Recovery, New York -Debris removal, reduction and disposal after flooding from storms Union Concrete Constructors, Erie & Genessee Counties, NY Completion Date: 11712007 I Current Construction Value: $4,480,345 Completion Date.· 1/1812007 I Current Construction Value: $258,128 2005 Hurricane Wilma Recovery• Debris removal, reduction and disposal after Hurricane Wilma • City of Pembroke Pines, FL Completion Date: 1/20/2005 / Current Construction Value: $11,752,000 • City of West Palm Beach, FL Completion Date: 1/1112006 I Current Construction Value: $3,333,174 City of Wilton Manors, FL Completion Date: 10/29/2005-12/9!2005 I Current Construction Value: $1,706,597 2005 Hurricane Katrina Recovery -Debris removal, reduction and disposal after Hurricane Katrina Baldwin County, AL Completion Date: 3/112006 I Current Construction Value: $3,748,310 City of Biloxi, MS Completion Date.· 512312007 I Current Construction Value: $17,395,715 • City of Daphne, AL Completion Date: 10/10/2005 I Current Construction Value: $642,000 • City of Gulf Shores, AL Completion Date: 2/2012006 I Current Construction Value: $7, 147,306 • Client: Harrison County, MS Completion Date: 9/11/2005 I Current Construction Value.· $608,369 Jackson County, MS Completion Date: 8/31/2006 I Current Construction Value: $651,266 City of Pascagoula, MS Completion Date. 7131/2010 I Current Construction Value: $22,535,788 City of Pembroke Pines, FL Completion Date.· 9/1612005 I Current Construction Value. $730,000 2005 Hurricane Dennis Recovery -Debris removal, reduction and disposal after Hurricane Dennis Baldwin County, AL Completion Date.· 812712005 I Current Construction Value: $564,552 2004 Hurricane Ivan Recovery -Debris removal, reduction and disposal after Hurricane Ivan State of AL Dept of Conservation & Natural Resources Completion Date: 12/23/2005 I Current Construction Value: $4,385, 100 Baldwin County, AL Completion Date: 4/15/2005 I Current Construction Value: $33, 164,762 City of Daphne, AL Completion Date: 10110/2005/ Current Construction Value: $2,196,324 Pratt, Nick -Resume L. Barrett Holmes Eastern Regional Manager Areas of Expertise DISASTER RESPONSE; DISASTER RECOVERY; MARINE DEBRIS REMOVAL; LOGISTICS; SCHEDULING; PRESENTATIONS; CLIENT TRAINING Professional Overview Over 30 years of successful leadership and management experience with progressively increasing responsibility. A problem solver and innovative thinker who builds and leads winning teams to highly successful outcomes. A versatile leader with superb ability to bring ideas from conception to completion. Produces positive results regardless of the level of pressure. Flexible and adapts to change exceptionally well. Experienced in coaching, motivating, and mentoring others for success. Other key strengths in: • Leadership and team building experience nationally and internationally. • High standards of ethics and integrity with a flexible and adaptable approach. • Highest regard for safe operations and risk management. • Uniquely trained in planning, assembling, and managing experienced project teams at multi-site operations. • Outstanding verbal, writing, and presentation skills. Disaster Debris Management Experience and Responsibilities CrowderGulf, LLC 2O14-Present Disaster Debris Removal -C&D and Vegetative Debris, Leaners and Hangers, Stumps, Grinding Operations and Disposal, White Goods, E-Waste and HHW • Hurricane Florence 2018 Regional Manager for all Counties and Cities of Florence Activations in North and South Carolina/ Over 20,000,000cy • Hurricane Irma September 2017 Regional Project Manager for multiple Counties and Cities in Florida and Georgia; Nassau Co, Clay Co, Sumter Co, Brevard Co, Glades Co, Okeechobee Co, Lake Co, City of Coleman, and City of Cocoa Beach/ Chatham Co, and Tybee Island, GA. • Hurricane Matthew October 2016 Senior Project Manager for Hilton Head Island, SC. Handled coordination of debris removal and recovery efforts for 22 individual contracts and removed and disposed of approximately 3,012,487 Cubic Yards of Debris. Daily meetings with clients and municipalities to update each contract with status. • Severe Storms and Flooding March 2016 Project Manager for Essex County, VA under the VPPSA Contract • Severe Storms and Flooding October 2015 Project Manager for the South Carolina Department of Transportation in Lexington and Richland Counties • Ice Storm Pax February 2014 Southeast Regional Manager for Dorchester County and Berkeley County, SC Additional Experience and Skills • Senior Manager, (Defense Coordinating Officer) Federal Emergency Management Agency, Region IV, Atlanta, GA • Chief Operating Officer, (Commander/District Engineer) Japan Engineer District, Pacific Ocean Division, Tokyo, Japan • Strategic Planning Engineer, (Division Engineer) 1st Cavalry Division, III Corps, Fort Hood, TX • Chief Operating Officer, (Commander) th 20 Engineer Battalion, 1st Cavalry Division, III Corps, Fort Hood, TX • Chief Facilities Director. (Chief of Facilities and Logistics) United States Army European Command, Joint Analysis Center, Molesworth, UK Education & Professional Affiliations • Master of Science, Construction Management, University of Florida, Gainesville, FL • Master of Science, Strategic Studies, United States Army Senior Staff College, Carlisle, PA • Bachelor of Science, Agricultural Economics, Clemson University, Clemson, SC • Society of American Military Engineers • Army Engineer Association • International Association of Emergency Managers • NIMS Certification for 100, 200, 700 and 800 2010-2014 2008-2010 2006-2007 2002-2006 1999-2002 Holmes, L. Barrett -Resumes Donald J. Madio, Jr. South Eastern Regional Manager Areas of Expertise DISASTER RECOVERY SPECIALIST WITH A DEMONSTRATED ABILITY TO PARTICIPATE IN MAINTAINING CLIENT SATISFACTION WITH HIGH LEVELS OF CONFIDENCE AND MULTIFACETED GUIDANCE. SEASONED IN LARGE•SCALE OPERATIONAL PROJECT MANAGEMENT, ALONG WITH A STRONG BACKGROUND IN PLANNING, TRAINING, REPORTING, AND FEMA PUBLIC ASSISTANCE PROGRAM TECHNICAL ASSISTANCE. Qualifications • 18+ years experience in disaster recovery, project management, debris management, and the Public Assistance Program • Working knowledge of all disaster recovery areas with a comprehensive understanding of key functional processes, resources and government guidelines, with an emphasis on resolution of program issues for all categories of work outlined in the FEMA Public Assistance Program • Strong written and oral communication skills -Developed and presented more than 250 federal, state and local competitively bid proposals for disaster recovery services in preparation of federally declared disasters as determined by FEMA and other governmental agencies • Seasoned in disaster recovery contracting throughout the country using acquired knowledge of various federal agency disaster recovery programs, along with the programmatic rules and regulations governing their implementation {i.e. FEMA, HUD, USACE, EPA and OFA's) • Thorough understanding of current disaster recovery planning techniques and technologies as well as the methods used in performing risk and impact analysis• Facilitate training seminars for various levels of federal, state and local governments • Administer recovery planning and technical services associated with all categories of the FEMA Public Assistance Program, 44 CFR and the Robert T. Stafford Act -Identify points of vulnerability and recommend appropriate recovery strategies • Demonstrated ability to plan, organize and direct the testing of emergency response, recovery support and area business resumption procedures -Liaison between community, contractors, engineering monitoring firms, federal, state and local officials Disaster Debris Management Experience and Responsibilities • Provide positive results in project execution, as well as delivering work profitably for federal, state and local agencies • Identify points of vulnerability and recommend debris management and reduction strategies • Coordinate the efforts of teams and team members in the development of recovery procedures • Analyze environmental and equipment configurations for critical resources and recommend cost efficient and improved backup capabilities • Assure documentation required for recovery are identified and properly maintained • Parallel the efforts of teams and team members in different functional areas in the development of procedures in a disaster situation • Maintain FEMA and other governmental standards and procedures for disaster recovery documentation • Regional Manager with CrowderGu/f • 2018 -Hurricane Michael Activations for Florida Contracts -Over 12,000, 000cy of Debris Removal and Disposal • Project Manager/Senior Project Manager with CrowderGulf 2018 -Red Tide Projects -Collier County, Fort Myers Beach, Sanibel, Lee County and Sarasota County 2017-2018-Hurricane Irma: Ocala, Villages, Tarpon Springs, St. Pete, North Port, Palmetto, Venice & Sarasota County 2017 -FDEP Waterway Debris Removal Project 2016 -2017 -Hurricane Matthew: Flagler County and the Cities of Bunnell, Flagler Beach and Palm Coast, FL • Other Debris Management Experience 2008 -2010 -Commonwealth of Kentucky (KYTC) Ice Storms: Ballard, Christian, Grayson, Hart and Logan, Counties, KY 2007 -2008 -Buffalo, NY Ice Storm: Erie County, NY 2005 -2006 -Hurricane Katrina and Wilma. USAGE (LA and MS) and FL 2004 -Hurricane Charley, Frances, Ivan and Jean: FL 2003 -Hurricane Isabel I Ice Storm: NC and SC 2002 -Hurricane Lily: LA 2001 -Tropical Storm Gabriele: FL 2000 -Tropical Storm Helene and Leslie: FL 1999 -2000 -Hurricane Floyd: NC 1999-Oklahoma F5 Tornado: OK Additional Experience and Skills • OSHA • NIMS {National Incident Management System) 100 / 200 • Debris Management (G202) Education • University of Florida -Gainesville, Florida • MOT • IS -00100, 00200, 00700, and 00800 • Post Hurricane Reconstruction Bachelor of Science Degree in Public Relations-1996 Resume Donald J. Madia, Jr. Wesley Brian Smallwood, LEED AP Western Regional Manager Professional Overview Brian worked as a Project manager in Atlanta, GA for one of the largest general contracting firms in the nation. There he built a strong management foundation and obtained the necessary fundamentals to plan and coordinate with owners, engineers and government officials. Brian has the ability to estimate, propose, contract, coordinate, schedule, manage, budget, document and close-out a project from start to finish. These have proved helpful in the disaster recovery field as shown in the successful performance for the USAGE in Joplin, MO and for the State of Virginia after Hurricane Irene, State of New Jersey after Hurricane Sandy and many other disaster debris management projects. Disaster Debris Management Experience and Responsibilities CrowderGulf, LLC 2010-Present Hurricane Michael (2018) ■ Senior Project Manager for Bay County, FL/ Over 1.8 Million Cubic Yards of Debris Removal and Recovery Operations Hurricane Harvey (September 201 7-June 2018) • Regional Manager for the entire State of Texas after Hurricane Harvey. Oversaw Debris Removal and Recovery Operations for 26 activations resulting in removal of approximately 6.5 Million Cubic Yards of Debris and a total event cost of $89,798,610 Hurricane Matthew (October 2016-June 2017) • Senior Project Manager for multiple contract activations for Debris Removal Services, including South Carolina DOT. Hurricane Hermine (2016) • Project Manager for the City of Tallahassee and Leon County, FL Sever Winter Ice Storms, Flooding and Tornados (2015-2016) ■ Disaster Debris Removal for various municipalities Hurricane Sandy (October 2012-March 2013) ■ Disaster Debris Removal, Waterway Marine Debris Cleanup and Vessel Removal for the State of New Jersey ■ Conducted damage assessment in New Jersey & New York and generated New Jersey Waterway Debris Management Plans for approval by the New Jersey Department of Environmental Protection • Coordinated and contracted with local subcontractors, managed waterway debris removal operations inclusive of dredging, submerged debris removal and contaminated debris disposal Hurricane Irene (August 2011-October 2011) • Project Manager for debris operations for Virginia after Hurricane Irene hit. • Managed Newport News, VA, James City County, VA, York County, VA and Williamsburg, VA. • Managed 4 Debris Sites, reduction sites by grinding and 1 reduction site by burning Joplin Tornado (June 201 1 • September 2011) ■ Operations Manager for USAGE Mission • Oversaw all operations for USAGE Contract W912DQ-11-C-4024 • Generated all necessary USAGE submittals, represented the Prime contractor all Corps coordination meetings • Conducted daily jobsite inspections and submitted daily OCR reports to the Corps for review and comment • Managed the 40 acre debris reduction site, operated 3 grinders to meet Corps goals ■ Managed the haul out of all reduced debris to final disposal site J.E. Dunn Southeast dba R.J. Griffin & Company 2006 -2010 • Created detailed monthly profit analysis inclusive of cost projections, labor logs, bond logs, material logs, equipment logs and transaction reports for review with the company officers. • Projected and tracked all labor, equipment, materials and subcontractor cost for the duration of projects. • Generated purchase orders, subcontracts, owner contracts, bid presentations, owner pay applications and the overall general contractor project schedules. • Interfaced and communicated with clients regarding project status and coordinated as required to resolve issues with construction, procurement, and/or engineering. • Participated in the estimating and bid process and successfully managed several projects I helped estimate. ■ Led subcontractor scope meetings to negotiate and determine a full scope of work and totally inclusive subcontract price. • Ran OAC (owner, architect and contractor) meetings to discuss the current status of projects, expected completion dates and up to date changes and cost. • Acted as onsite Superintendent when necessary and was capable of running a safe and productive jobsite. • Reviewed and approved all subcontractor pay application, material delivery schedules, shop drawings, submittals and their overall production schedules. Education and Certifications • • Bachelor of Science in Building Science NIMS and FEMA Certified Auburn University 2000 -2006 Smallwood, W Brian -Resume Wilber Ledet Senior Project Manager Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; EMERGENCY PLANNING/MANAGEMENT/MARINE DEBRIS CLEAN-UP Relevant Qualifications ■ Sixteen years of management experience in disaster recovery and marine debris. ■ Expertise in managing stored vessel reclamation program. ■ Assisted in the removal of hazardous substances from the vessels and coordinated their proper disposal. ■ Sand removal, sand screening and beach berm construction, including sea oat replacement and right-of-entry program for sand reclamation on private property. ■ Facilitated overall daily operations, training and safety programs on equipment for staff and customers. Disaster Debris Management Experience CrowderGulf, LLC -Theodore, AL ► Project Manager -2012-Present ■ North Carolina -Hurricane Florence -Duplin, Holly Ridge, Jacksonville, Onslow, North Topsail Beach, 2018 Richlands and Swansboro; over 1,129,000cy debris removal and disposal. ■ Texas -Hurricane Harvey -Aransas, San Patricia, Corpus Christi / 2 Waterways (Aransas & TX GLO) ■ South Carolina -Hurricane Matthew -Hilton Head Island and PUDs (15 Total Activations) 2017 2016 2016 2015 2015 2014 2014 2014 2014 2012 2012 • Florida -Hurricane Hermine -City of Tallahassee/ Leon County (2 Total Activations) • Florida -Bayou Texar Dredging -City of Pensacola • South Carolina -Storms/Flooding -Richland County • New Jersey -Sandy Phase II Marsh Cleanup • South Carolina -Ice Storm -Berkeley County • North Carolina -Ice Storm Pax -City of Raleigh • Alabama -Tornado -Limestone County • New Jersey -Super Storm Sandy -Barnegat Bay • Alabama -Hurricane Isaac -Dauphin Island ► Supervisor -Hurricane Isaac • City of Pascagoula, Ms. -Removal of storm debris from right of ways. September 2012 • City of Biloxi, Ms. -Removal of storm debris from right of ways. • City of Orange Beach, AL -Removal of debris from beaches. • Walton County FL. -Removal of debris from beaches. ► Project Manager -BP MC252 Gulf Oil Spill -Baldwin County, AL May 2010 to February 2012 Managed up to 800 Hazwoper certified responders. Managed both manual and mechanical removal of oil from all of the beaches in Baldwin Co. Alabama. Attended daily operation meetings with BP, US Coast Guard, Alabama Department of Environmental Management. Attended weekly planning meeting with BP operations to assist with plans for the clean up activities for the State of Alabama. July 2010 was appointed to BP's Waste Management Board, assisted in reducing the use of non recyclable plastic on the response. ► Supervisor -Hurricane Ike January 2009 to November 2009 Supervised removal of wet debris targets identified by sonar from West Galveston Bay, Tiki Island and Omega Bay, Texas. Chanel clean up of Dickinson and League City Texas. Located and removed sunken vessels in the same water ways. Stored vessels and removed all fluids and disposed of vessels. Disposal of vessels in Port Arthur and Orange Texas. ► Supervisor Strayham Construction -Hurricane Ike September 2008 to November 2008 Supervised seven (7) curtain burn pits in Pearland Texas. Reduced by burning over 600,000 cubic yards of vegetative debris. Certifications FEMA Certifications: • US Army Corps Of Engineers: IS-00001, IS-00100.b, IS-00134, IS-00200.b. IS-00240.a, IS-00244.a,IS-00700.a, IS-00800. b, 40-Hr HazWoper, 30-Hr OSHA Construction Course Construction Quality Management for Contractors #784 Ledet, Wilber -Resume John Ramsay Chief Executive Officer and President Relevant Qualifications Serves as President and Chief Executive Officer . • • More than 40 years of management experience in various capacities, including response and recovery, U.S. Military, construction, lumber, and telecommunications. • Telecommunications Project Director and Coordinator for complete cell site development (Turnkey, Greenfield locations and Rooftops) for T-Mobile, Pinnacle, DigiPH PCS, OPM-USA / American Towers, BellSouth, Alltel and Ericcson throughout the Southeast. Foremost Disaster Debris Contractor to promote recycling of ash as fertilizer for farmland and to export clean woody chips for biomass fuel after Hurricane Isabel. • Experience CrowderGulf • • • • • • • • • • • • • • • Hurricane Michael (2018) -Florida Hurricane Florence (2018)-North and South Carolinas Hurricane Irma (2017) & Hurricane Harvey (2017) Hurricane Matthew (2016) & Hurricane Hermine (2016) Severe Storms, Flooding and Tornado's (2016 & 2015) Tornado (2014) & Ice Storms Pax/ Ulysses (February 2014) Alabama Department of Transportation (ALDOT) 2013, 2014 Hurricane Isaac (2012) & Hurricane Sandy (2012) Hurricane Irene (2011) BP Deepwater Horizon Oil Spill (Incident of National Significance (2010-2011) Hurricane Ike (2008-2009) Louisiana Department of Wildlife and Fisheries (LDWF)(2007-2008) Ice Storms (2006) Hurricanes Dennis, Katrina, Rita, Wilma (2005) Hurricanes Charley, Frances, Jeanne, Ivan (2004) President/CEO, 1995-present Gulf Equipment Corporation now Gulf Services, Theodore, AL 36582 Vice President/Project Manager, 1984-present • Telecommunications Project Director and Coordinator for complete cell site development (Turnkey, Greenfield locations and Rooftops) for T-Mobile, Pinnacle, DigiPH PCS, OPM-USA / American Towers, BellSouth, Alltel and Ericcson throughout the Southeast. Supplied and managed warehouse for Powertel, Black & Veatch, DigiPH PCS and Hargray Wireless in Georgia, Alabama, South Carolina, Florida, and Kentucky. Matthews Marine and Gulf Equipment Ventures, LLC, Pass Christian, MS Managing Partner, 2006-present • Director of Marine Projects including open water and inland waterways; wetlands, drainage canals and ditches. Delta Exports, Inc., Theodore, AL President, 1988-1990 • Exported vessel loads of logs and lumber to Turkey and China; and other forest products exported in containers to Europe. Bought and sold land timber and wood chips for domestic markets. Performed extensive studies on the feasibility of exporting pine and hardwood chips from the Gulf of Mexico to Japan. Exported biomass to Italy. Ernest Manning Construction Company, Pascagoula, MS President, Part Owner, 1981-1987 • Director of hazardous wastes for superfund clean-up projects in Texas and southeastern states and refinery maintenance for Chevron USA, Pascagoula, Mississippi. Coordinator of trucking of material and site work. Director of Emergency Recovery Work after natural disasters. Projects completed included: RL T Construction Company, Mobile, AL President, 1979-1985 • Heavy construction, including construction with Tombigbee Waterway and Joe Poole Lake Dam in Dallas, Texas. Ramsay Farm, Grand Bay, AL 36541 Independent Farmer, 1963-1 985 • Farmed 20,000 acres of soybeans and ran 15,000 head of cattle on winter grazing. Partner in Deep South Auction Company. Business consisted of auctioning land, cattle and equipment (Established business while in college). U.S. Military Air Force Reserves, 1963-1967 • Served as Crew Chief (Master Sergeant) on cargo planes. Education B.S., Agriculture, Auburn University, 1963 Ramsay,John -Resume Ashley Ramsay-Naile Senior Wee President and Chief Operating Officer Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; EMERGENCY PLANNING/MANAGEMENT; STRATEGIC PLANNING AND NEGOTIATIONS Experience CrowderGulf -Theodore, AL Senior i.1ce President and Chief Operating Officer Disaster Recovery Project Manager & General Manager • Twenty two years of experience in disaster recovery and management. • Strategic planning and supervise all administrative functions and personnel. • Purchasing Manager, procurement and negotiation tactical planning. • Accounts receivable and accounts payable flow for CrowderGulf's disaster debris projects. • Manage documentation and records for disaster operations. 2011-Present 2004-2011 • Manage and direct field level disaster debris removal and reduction operations including site management and the supervision of subcontractors and foremen. Storms Hurricane's Michael & Florence (2018) Florida Red Tide & Fish Kill (2018) Hurricane's Irma & Harvey (2017) Hurricane's Matthew & Hermine (2016) Severe Storms, Flooding & Tornado's (2015-2016) Beach Cleanup (2016) Storms, Flooding & Tornado's (2015) Tornado (2014) Ice Storms Ulysses (2014) Ice Storm Pax (2014) Hargray Wireless -Hilton Head Island, SC Dredging (ALDOT) 2012 Hurricane Isaac (2012) Hurricane Sandy (2012-2013) BP Oil Spill (2010-2012) Hurricane Irene (2011) Hurricane Charley (2004) Hurricane Fran (1996) Hurricane Erin (1995) Hurricane Opal (1995) Property and Construction Manager 1999-2004 Independent Telecommunications Consultant 1997-1999 • Cell Site Development from site identification to zoning. Negotiated lease rates and terms. Coordinated with radio frequency engineer and site design with civil engineers. Procurement of site material. Supervised general contractor. Maintained 100+ existing cell sites and compliance with government agencies. Coordinated with accounting on department budget and worked within budget guidelines. Warehousing and issuing of materials for construction. Managed 25 company-owned towers. Gulf Equipment Corporation -Theodore, AL Project Coordinator & Manager Telecommunication Projects 1994-1997 • Managed turnkey cell site projects for Telecommunication construction projects: Sprint, GTE, Nortel, Powertel, BellSouth Mobility, DiGiPH PCS, Hargray Wireless. • Material procurement. Civil Construction and tower crew coordination. Organization of projects for bidding purposes. Warehousing coordination of deliveries and shipments. Office manager responsible for accounting and invoicing. On site manager and crew foreman. Liaison between Gulf Equipment and elected officials. Public relations between City officials and area residents. Education & Leadership • Bachelor of Science, Special Education University of South Alabama, Mobile, AL • Governor appointed Alabama State Workforce Investment Board • Board member of Family Business Institute at the University of South Carolina Ramsay-Naile, Ashley -Resume Margaret R. Wright, PhD Senior Documentation Director Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; DOCUMENTATION SPECIALIST; QUALITY CONTROL/QUALITY ASSURANCE DIRECTOR; TRAINING; EMERGENCY PLANNING/MANAGEMENT; PROGRAM RESEARCH AND EVALUATION, TECHNICAL PROPOSAL WRITING Relevant Qualifications • Sixteen years of experience in disaster recovery and disaster training projects. (1996; 2003-2018) • Director of QC/QA documentation/data team for all field operations tasks. (2016-2018) • Designed and developed debris management training for CrowderGulf customers with pre-event contracts (2004-2012). • Developed, coordinated and/or conducted training sessions for clients in Florida, Texas, North Carolina, South Carolina, Maryland, Virginia, and Louisiana (2004-2012). • Designed and developed CrowderGulf Project Managers' Training Manual in 2004 and provided yearly updates (2005-2018). • Coordinated the set up and staff hiring and training for Debris Management Field Offices in five states (2004-2008). • Managed documentation flow for CrowderGulfs disaster debris projects (2004-2017). • Conducted evaluation research after project completion (2004-2012). • Managed all documentation for and coordination of all Change Orders for two contracts with the Texas General Land Office (GLO), Sand and Beach Contract (2009); Marine Debris Contract (2009-2010). • Assisted various clients with follow-up documentation for FEMA audits (2006-2017) • Managed the technical proposal writing team for all pre-event Request for Proposals (2009-2012) Disaster Debris Management Experience Documentation Director 2003-Present Hurricanes Florence & Michael (2018) Director of QC/QA team for field operations documentation for Hurricane Florence ( 20 contracts) and Hurricane Michael (10 contracts) Hurricane Irma (2017) • Documentation Director for 61 simultaneous activations throughout Florida. Oversaw DAO Office for reconciliation and final closeout on all projects. Hurricane Harvey (2017) Documentation Director for 26 simultaneous activations throughout Texas. Oversaw DAO Office for reconciliation and final closeout on all projects. Point of Contact for fielding questions from Monitoring Firms and Clients regarding documentation, tickets, and invoicing. Hurricane Matthew, (October 2016-2017) Provided Technical Assistance and managed overall documentation process for 46 simultaneous activations throughout east coast. Hurricane Hermine, (2016) • Provided Technical Assistance and managed overall documentation process for 2 activations. Severe Storms (Flooding & Tomados) (2015-2016) • Provided Technical Assistance and managed overall documentation process for 14115 simultaneous activations per year. Ice Storm Pax (February 2014) Provided Technical Assistance & managed overall documentation process for debris removal operations for Dorchester and Berkeley County, SC. Hurricane Sandy (October 2012) • Disaster Debris Removal, Waterway Marine Debris Cleanup and Vessel Removal for the State of New Jersey Fort Lauderdale FEMA Audit (2010-2012) • Technical Assistance with FEMA Audit for 2004-2005 Hurricane Irene (August 2011-October 2011) Managed overall documentation and reconciliation process for 21 contracts in North Carolina, four (4) municipalities in Virginia, four (4) contracts with the North Carolina Department of Transportation for the removal of debris on roadways in thirteen North Carolina Counties. These contracts involved working with all municipalities as well as several monitoring companies representing various municipalities. Hurricane Ike (2008-2009) • Served as the Field Office Operations Manager & Coordinator for Debris Contracts in Texas, including four counties, 21 cities, and the Texas General Land Office (GLO). Set up and trained personnel for three onsite offices in Texas. • Managed documentation and data management and assisted customers throughout entire operation to ensure FEMA compliance. Hurricane Rita, Calcasieu Parish, LA (2005) Served as the Field Office Operations Manager for a large debris project in Calcasieu Parish, LA, during the 2005 Hurricane season. Hurricane Charley Debris Projects (2004) • Served as the Field Office Operations Manager for a large debris project in Polk County, FL, during the 2004 Hurricane season. Hurricane Isabel Debris Projects (2003) Worked with clients to reconcile ticket data and invoice, during 2003 Hurricane Season. Hurricane Fran Project (1996) • Data entry, reconciling and invoicing with town of Wilson, NC. Additional Experience and Skills Intelligent Designs Systems Incorporated, -Program Evaluator, August 2000-November 2003 • University of South Alabama, Mobile, AL -Instructor, Special Education Department 1994-2000 • Mobile County Public School System -Consulting Teacher 1989-1994, Teacher of students with disabilities 1972-1989 Education National Incident Management System (NIMS) Certified, ICS-100, 200, 700, 800 Ph.D., Instructional Design and Development, University of South Alabama, 1998 • AA Certification, Learning Disabilities, University of South Alabama, 1980 Masters, Mental Retardation, University of South Alabama, 1977 • Bachelor of Science, Elementary Education, Auburn University, 1967 Wright, Margaret· Resumes Raymond"Buddy"Young Western Regional Director Areas of Expertise DISASTER RESPONSE; DISASTER RECOVERY; COMMAND AND CONTROL; EMERGENCY PLANNING/MANAGEMENT; EMERGENCY OPERATIONS; LOGISTICS; GEOGRAPHIC INFORMATION SYSTEMS {GIS) Professional Overview Buddy Young is one of the most knowledgeable people working in the debris management business with firsthand experience in managing major disasters. He served as Regional Director of FEMA Region VI from 1993 -2001. While in that position, under FEMA Director James Lee Witt, he was Chief Administrator for 133 federally declared disasters and emergencies. He is nationally known and well-respected in the Emergency Management community. As the Director of Debris Operations for CrowderGulf, he has provided management and technical assistance to local and county governments after all major hurricane disasters in the Southeast since 2003. He has served as Senior Project Manager in the field after all major hurricanes since joining CrowderGulf. He has managed all types of debris removal, reduction and disposal operations and special projects such as demolition and marine debris removal. His expertise in emergency management, and especially disaster debris removal, is utilized to provide preparedness training and advise CrowderGulf pre-event clients throughout the year. He has also worked with the Texas A&M Engineering Extension Program as an adjunct instructor to conduct full-scale exercises with local and state agencies in response to incidents of terrorism and natural disasters. He is a current member of the Board of Directors for Disaster Recovery Contractors Association (DRCA) and he is NIMS certified. Experience CrowderGulf, LLC ■ Hurricane Harvey (2017-2018) ■ Hurricane Matthew (2016) ■ Severe Winter Ice Storms, Flooding & Tornados (2015-2016) ■ Hurricane Sandy (October 2012-Present) ■ Hurricane Irene (August 2011-October 2011) • Hurricane Ike (September 2008-2010) • Hurricane Rita (2005-2006) ■ Hurricanes Charley, Frances, Jeanne, and Ivan (2004-2005) 2003-Present Texas A&M Engineering Extension Program, College Station, Texas Adjunct Instructor FEMA, Region VI Regional Director 2001 -2004 1993-2001 1983-1993 Arkansas State Police, Little Rock, Arkansas Director of Security for State Training From 2004-2012, provided yearly training for city and county municipalities that have CrowderGulf pre-event debris management contracts in place. Yearly debris management training sessions include municipalities in Florida, North Carolina, South Carolina, Virginia, and Texas. A detailed list of sessions can be provided upon request. Certifications and Training ■ National Incident Management System, IS-100, 200, 700, 800 ■ Principles of Emergency Management, IS-230 • Leadership and Influence, IS-240 ■ Decision Making and Problem Solving, IS-241 ■ Effective Communications, IS-242 ■ Introduction to the Public Assistance Process, IS-630 Education Graduate of Keeler Polygraph Institute, Chicago, IL, 1976 Graduate of National FBI Academy, Quantico, VA, 1972 Graduate of Arkansas State Police Academy, Camden, AR, 1968 Approximately 100 hours of Coursework in Criminal Justice at the following: ■ Introduction to Debris Operation and FEMA Public Assistance Program, IS-632 ■ EOG Management and Operations, G-275 ■ Disaster Response and Recovery Operation, G-385 ■ Rapid Response Team Orientation, G-635 ■ Certificate of Public Administration, University of Arkansas, Little Rock, AR, 1976 ■ Arkansas State University, Jonesboro, AR, 1973 ■ University of Virginia, Richmond, VA, 1972 ■ Arkansas Tech, Russellville, AR, 1962-1963 ■ University of Arkansas, Fayetteville, AR, 1968 Young, Buddy -Resume Gary Evans Jones FEMA Specialist and Technical Assistance Manager Satellite Office: 5011 Golden Circle -Denton, TX 76208 -(904) 206-4021 Experience CrowderGulf Technical Assistance Manager and FEMA Specialist 2012-Present Federal Emergency Management Agency -Region 6 Deputy Regional Director 1994-December 31, 2011 Served as Deputy Regional Director for 17 years of the 28 years with FEMA Region 6. During those 17 years as Deputy, also served as Acting Regional Director for 4 of those 17 years. Responsible for administration of emergency management programs in the FEMA Region 6 states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Also, responsible for oversight and implementation of response and recovery operations for presidentially declared disasters in the five-state region. Federal Emergency Management Agency -Region 6 Technological Hazards Branch Chief 1983-1994 Joined FEMA Region 6 in 1983 and served as a Branch Chief managing several Technological Hazards Branch programs to include Radiological Emergency Management Preparedness, Radiological Defense, Hazardous Materials, Earthquake Preparedness, Hurricane Preparedness, Dam Safety and the Chemical Stockpile Emergency Preparedness programs. US Public Health Service Physician Recruitment Coordinator 1977-1983 Responsible for recruiting doctors, dentists and nurse practitioners for rural communities in Arkansas that were federally designated as medically underserved. Director, Arkansas Emergency Medical Services Program Arkansas Department of Health 1974-1977 Responsible for administration and implementation of state-wide regulations for Ambulance Services and training certification of EMTs and Paramedics. Other Leadership Roles Served as designated Federal Coordinating Officer for Hurricane Katrina, Rita and Georges. Provided executive leadership to over 300 federally declared disasters including Hurricane Andrew, Oklahoma City bombing, Columbia Space Shuttle and Tropical Storm Allison. Education Master's Degree in Public Health Administration Bachelor's Degree in Education References James Lee Witt Chairman of the Board Witt and Obrien Associates 571-233-3135 Tulane University University of Arkansas Nim Kidd State of Texas Emergency Management Director Department of Public Safety 5 12-424-2443 Jones, Gary -Resume Edward "Reid" Loper, LEED AP Vice President Areas of Expertise DISASTER RESPONSE; DISASTER RECOVERY; ESTIMATING; MARINE DEBRIS REMOVAL; PLANNING; SCHEDULING; PRESENTATIONS; CLIENT TRAINING Professional Overview Reid started his career with CrowderGulf in 2010, as the Senior Project Manager (PM) for the BP Oil Spill. From there, Reid has been key in the direct management and planning of over 18 federally declared disaster responses. In 2018 Reid was appointed as Vice President of CrowderGulf and brings a level of dedication and unwavering leadership required in the disaster response industry. Reid's other strong points in the debris and response management efforts are: Contract management/negotiation, estimating/budgets, and planning multiregional simultaneous disaster response activations. These activations ranged from debris removal, sand screening, dredging, and vessel operations, to side scan sonar work. All projects have cumulatively exceeded $800 million in invoicing and total project cost. In addition, Reid is considered as one of the industry's leading experts in waterway debris, completing more waterway debris removal projects since 2012 than anyone else in the country. Reid worked as a project manager for a commercial construction company in Atlanta, Georgia, prior to choosing to return to the Gulf Coast. The time spent in the commercial construction industry gave him vast knowledge in management, estimating, schedule and budget supervision. Disaster Debris Management Experience and Responsibilities CrowderGulf, LLC Hurricane Michael · 2018 (Ongoing) Role: CrowderGulf Vice President • 11 simultaneous activations throughout Florida and Georgia -Projected 12,000,000 CY of debris removed • Florida DEP -115,000 CY of Waterway debris removed Hurricane Florence• 2018 Role: CrowderGulf Vice President • 26 simultaneous activations throughout North Carolina Hurricane Irma• 2017 • 67 simultaneous activations throughout Florida • Florida DEP -253,000 CY of Waterway debris removal throughout 8 counties within Florida Hurricane Harvey -2017 • 26 simultaneous activations throughout Texas Hurricane Nate -2017 • Single Activation for Sand Removal and Screening within Dauphin Island, AL. Hattiesburg, MS. Tornado -2017 • Single Activation for Disaster Debris Removal Services within Hattiesburg, MS. Hurricane Matthew-2016 • 46 Simultaneous Activations for Disaster Debris Removal Services along the East Coast • Florida DEP -78,000 CY of Waterway debris removal throughout 6 counties within Florida Role: Senior Operations Planner Role: Senior Operations Planner Role: Senior Operations Planner Roles: Operations Planner Role: Senior Operations Planner Hurricane Hermine -2016 Role: Senior Operations Planner • Disaster Debris Removal Services in the Tallahassee and Leon County Severe Storms (Ice, Flood & Tornados) 2015-2016 Role: Senior Project Manager • 14/15 Simultaneous activations per year Ice Storms (Pax & Ulysses) Severe Storms (Flood & Tornados) -2014 Role: Senior Project Manager Various Disaster Debris Cleanup for several Municipalities Hurricane Isaac -2012 Role: Senior Project Manager • 9 Simultaneous Activations for Disaster Debris Removal Services along the Gulf Coast Hurricane Sandy • 2012 Role: State Operations Manager • Disaster Debris Removal, Waterway Marine Debris Cleanup and Vessel Removal for the State of New Jersey Hurricane Irene -2011 Role: Senior Project Manager • 31 Simultaneous Activations for Disaster Debris Removal Services along the East Coast Joplin Tornado -2011 Role: Senior Project Estimator • USA CE mission assigned contract Joplin, MO., DMS Site Deep Horizon Oil Spill -2010 Role: Senior Project Manager • Senior Project Manager over the BP oil response for the entire state of Alabama. Education • Bachelor of Science in Aerospace Engineering Auburn University 2007 Resumes -Reid Loper Reid Loper Page 2 Certifications and Training • National Incident Management System ICS-100, 200,300,400,241,242,632, 700,702,800,810,901 and 1900 • LEED AP (Leadership in Energy and Environmental Design Accredited Professional) • NASCLA Accredited (National Association of State Contractors Licensing) • Alabama General Contractor License (Commercial) Qualified Agent • Virginia General Contractor License (Commercial) Qualified Agent • Louisiana General Contractor License (Commercial) Qualified Agent • Mississippi General Contractor License (Commercial) Qualified Agent • Georgia General Contractor License (Commercial) Qualified Agent • South Carolina General Contractor License (Commercial) Qualified Agent • HAZWOPER 40 Hour and 8 Hour refresher • OSHA 30 and 10 Hour refresher Additional Experience and Skills CrowderGulf, LLC, Vice President 2010 -present • Direct manager of multiple project managers and respected projects, analyzing of contract requirements, profit/losses estimates (Daily and Monthly), and scheduling for over $800 million in projects. • Managed operations consisting of 1200 response personnel and over 600 pieces of equipment. • Highly involved in and conducting business development. • Conducted quarterly performance reviews for clients, company growth, and quality control. • Qualified Individual for company general contractors license. • Perform technical writing used in RFP responses and presentations. • Look for new opportunities for future work and expanding markets. • Perform business models for expanding and growth of current company. • Assesses new and current projects to create estimates. • Managed safety program along with insuring that safety and operations coincided. • Maintained a company Safety TRIR of less than 2.0 for the past three years. • Handle HR concerns, personnel consulting, and legal matters. • Organize and conduct weekly progress meetings among management. • Manage subcontractors from all aspects including: Insurance, billing, subcontracts, and performance. • Started sites from the ground up with facilities, personnel, and equipment. • Negotiate contract terms, review, and executed client contracts. Choate Construction Company, Project Manager 2006 -2010 • Collaborated on the design, engineering, presentation, and project management of over $120 million in new project development and completion. • Assesses new and current projects to create estimates of over $100 million. • Direct management of more than 150 subcontractors; maintained schedules and ensured projects were completed on time • Establishes project completion deadlines and consistently meets them. • Reviews and addresses on-site safety and risk factors. • Responded to and resolves daily operations issues. Additional Completed Projects • Sun City Peachtree Amenity Center -$16, 100, 000 • Del Webb at Lake Oconee Amenity Center-$8,700,000 • First Baptist Church Youth and Children Facility -$458,000 • Cobb County Parking Deck -$7,700,000 • Brookhaven Christian Church Renovation -$223,000 • Pinecrest Academy Lower School Renovation -$168,000 • Little Lagoon Maintenance Dredging -$4,900,000 • BP Anchor Removal Program -$275,000 • Baldwin Co., AL. Debris Removal 2014 Spring Flood-$112,000 • Orange Beach, AL. Debris Removal 2014 Spring Flood -$32,000 • ADCNR Marine Debris Removal 2014 Spring Flood-$440,000 • The Nature Conservancy-Swift Track Reef Phase 1 -$38,000 • The Nature Conservancy-O'Brien Living Shoreline -$45,000 • ALDOT Styx River Debris Removal -$80,000 • BP Gabion Basket Removal -$450,000 • Bayou Texar Dredging -$616,000 • Dauphin Island, AL. Berm Construction -$2,700,000 • NOAA Swift Track Phase II -$1,500,000 • Consecrated Women's Residence -$3.3 Million • Sun City Peachtree Golf Clubhouse -$3,600,000 • 2016 Rowlett Tornado Debris Removal -$2,100,000 • Mon Louis Island Break Water -$938,000 • Jonnie B. Moore Towers II -$4,200,000 • 2016 Texas GLO Beach Debris Remova/-$1,800,000 • BP Fourchon Beach Breach Closure Removal -$2,400,000 • 2018 Collier Co., FL. Waterway Debris Removal -$13,400,000 • The Nature Conservancy-Lightning Point-$12,000,000 • 2017 Texas GLO Waterway Debris Removal-5,800,000 • 2019 Dickinson, TX Waterway Debris Removal -$1,800,000 Resumes -Reid Loper John M. Campbell Eastern Regional Director Satellite Office: 14144 Fox Glove Street -Winter Garden, FL -34787 -(859) 963-8672 Experience CrowderGulf Emergency Management and Training Specialist • Hurricane Irma (2017) Regional Manager for 61 simultaneous activations throughout Florida • Hurricane Harvey (2017) Senior Project Manager for 26 simultaneous activations throughout Texas • Hurricane Matthew (October 2016-2017) Senior Project Manager for 46 simultaneous activations throughout east coast • Hurricane Hermine (2016) Senior Project Manager for the City of Tallahassee and Leon County, FL • Severe Storms (Flooding & Tomados) (2015-2016) Senior Project Manager for for 14/15 simultaneous activations per year • Ice Storm Pax (February 2014-May 2014) Served as Senior Project Manager for Dorechester County and Berkeley County, South Carolina Disaster Debris Removal -Vegetative Debris, Leaners and Hangers, Grinding Operations and Disposal • Hurricane Sandy (October 2012-December 2013) May 2006-Present Disaster Debris Removal, Waterway Marine Debris Cleanup and Vessel Removal for the State of New Jersey • Hurricane Isaac (August 2012) Served as the Project Manager for all four activations due to Hurricane Isaac in Mississippi • Hurricane Irene (August 2011-October 2011) Served as the Senior Project Manager for all 21 activations due to Hurricane Irene in North Carolina • Hurricane Ike (September 2008-November 2009) This contract called for the management, surveying, collection, reduction, and disposal of debris in the aftermath of Hurricane Ike in 2008 ■ Senior Project Manager for Hurricane Ike in Texas for Galveston County debris recovery work including all of Bolivar Peninsula ■ Project Manager for Wildlife and Fisheries contract for waterway cleanup in Texas cities • Project Manager for Texas General Land Office (GLO) Contract for Beach Restoration on Bolivar and other Galveston County Beaches • Managed Debris operations during the recovery from the storm • Performed duties as senior quality control and safety coordinator for debris operations • Served as a trainer for company field supervisor, counties personnel and subcontractors Internal Training for Crowder Gulf • Debris Management Operations Trainer for CrowderGulf clients in Florida, NC, SC and Virginia • Served as a consultant on Debris Management Plan development for CrowderGulf clients in Florida, South Carolina and Maryland in 2006 through 2009 Lee County, Florida Emergency Management, Fort Myers, FL Chief of Operations 2001-2006 2000-2001 Chief of Planning • • • • Responsible for daily operations of the Emergency Operations Center and multi-agency emergency coordination in response to storms, fires, hazardous materials releases and police emergencies. Some major activities during period include the response to Tropical Storm Gabrielle 2001 , Natural Gas pipeline rupture 2003, Hurricane Charley 2004 (Landfall in Lee County), Hurricane Ivan 2004, Hurricane Katrina 2005, Hurricane Wilma 2005 Responsible for the County Emergency Management Plan (CEMP), the public outreach program for Emergency Management and preparation of the daily Incident Action Plan during emergency activations of the Emergency Operations Center. Major activities during this period included County Brush Fires in 2000, the Spring Floods of 2001 , and the County Response to Terrorist Threat from 9-11 attack United State Army (Colonel, Retired) 1968 -1998 Served in multiple command and staff positions through the grade of Colonel Campbel/,John -Resume Leigh Anne Ryals Emergency Management & Quality Control Specialist Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; PROJECT MANAGEMENT/QUALITY CONTROL/DISASTER PREPAREDNESS, RESPONSE AND RECOVERY OPERATIONS AND PLANNING; EMERGENCY MANAGEMENT AND FEMA PROGRAMS AND POLICY, PROPOSAL DEVELOPMENT, CONTRACTS MANAGEMENT; LOGISTICS; SCHEDULING; PRESENTATIONS; CLIENT TRAINING Relevant Qualifications • Twenty-five years of management and quality control experience in disaster recovery • Project Manager CrowderGulf Debris Operations since 2011 • Ten years' experience in quality control and project management • Certified Local Emergency Manager (CLEM -State of Alabama) • Advanced Level Certification in Emergency Management (ALEM) • NIMS 300 and 400 Level Instructor Disaster Debris Management Experience and Responsibilities CrowderGulf, LLC -Theodore, AL ► Senior Project Manager -Debris 2011-Present Duties: Direct oversight/ management of debris recovery operations -Debris estimating, Sectoring/zoning work areas -Identifying and set up of DMS (Debris Management Sites) -Provided command and control of subcontractor resources. Conducted daily briefings and attended weekly client meetings. Provided debris removal schedules for public information and dissemination. Ensured project was performed in accordance of the contract and specifications -Ensure project completion and closeout. Completed Projects in this role: • Georgia -Hurricane Florence -Liberty County • Texas -Hurricane Harvey -League City ► Quality Control Manager -Debris 2016 2017 Duties: Ensured contract/project was being adequately adhered to and inspected all work to ensure compliance thru the implementation of the three phases of quality control (preparatory, initial and follow-up).-Reviewed contract requirements, maps of area and performed personal site inspection of damaged areas to develop damage assessment and debris estimates. Attended Kick off meetings with client to address findings and conducted meetings with subcontractors and field staff to discuss contract goals and objectives. Performed site inspections for Debris Management Sites prior to use and periodically throughout project until completion, conducted safety checks of equipment and work sites and reviewed all safety policies and procedures with workers. -Created list of definable features of work (DFOW) Inspected work activities of subcontractors and field workers to ensure compliance with contract specifications. Checked for defective work and issued rework item logs for tracking and correcting -Preformed QC on debris documentation and worked with Client and Client's monitoring representative for reconciling and invoicing documentation. Worked with Client to ensure production rates per debris removal crew were being attained and provided daily oversite and monitoring of all operations. Provided weekly QC reports to Senior Project Manager -Implemented proactive intervention Completed Projects in this role: • Panama City, Bay County, FL • Parker, Lynn Haven, FL • Jackson , Washington County, FL • Berkeley County, SC. -Ice Storm Pax • 6 Counties in NC. -Hurricane Irene 2018/2019 2018 2018 20 14 2011 Ryals, Leigh Anne -Resume Page 2 Additional Experience and Skills Emergency Management Director Disaster Public Information Officer Special Projects Coordinator Regional Marketing Director and Account Manager for VideoCart, Inc. Training Provided 2000-2010 1994-2000 1992-1993 Provides yearly training for City and County Government employees that have CrowderGulf pre-event debris management contracts in place. A detailed list of sessions can be provided upon request. Certifications and Training ■ USACE Construction Quality Management#784 -SAJ-10-19-00198 ■ National Incident Management System, IS-100, 200, 700, 800 • National Incident Management System 300 & 400 Instructor • Certified/Licensed Emergency Manager (CLEM) • CPR & Blood Pathogens • Advanced Level Certification/Emergency Management (ALEM) Education • Bachelor of Arts and Science Degree -Radford University, Radford, Virginia 1991 Ryals, Leigh Anne -Resume Jeff Zemlik Safety Manager Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS SAFETY; EMERGENCY PLANNING/MANAGEMENT; SAFETY PLANNING AND POLICY IMPLEMENTATION Certifications • FEMA NIMS: ICS 100, ICS 200, ICS 300, ICS 400, ICS 700, ICS 800, ICS 240 • U.S.A.C.E Construction Quality Management • OSHA 510 & 500 • U.S.A.C.E. 385-1-1 40 hour • Asbestos Supervisor and Refresher • 40 Hour Hazwoper Certificate & Instructor • Asbestos Inspector and Refresher • SONS & TWIC • Leadership & Influence • OSHA 10 Hour General Industry • DOT Supervisor • OSHA 30 Construction • Root Cause and Incident Training Disaster Debris Management Experience CrowderGulf May 2010-Present Health & Safety Manager • Reviewed, evaluated, and analyzed work environments, design programs and procedures to control, eliminate, and prevent disease or injury caused by chemical, physical, and biological agents in the arena of environmental safety, marine operations, and general site safety. • Created and implemented safety procedure and policy, as well as created all original safety plans specifically pertaining to the individual job or project; conducted inspections and enforced adherence to laws and regulations. • Held daily safety meetings concerning various topics of personnel safety and training. • Monitored the JSA process, including storage both physically and electronically and all forms of documentation and document preservation. • Followed through with incident investigation to ensure that all required policies were followed. Trained, motivated and managed team of up to 16 safety observers. • Aggressively case managed all cases of injury. Adjunct Hazwoper instructor for over 240 employees'. • Issued permit to work, lift permits, hot-work permits, LO/TO program and ground disturbance permits. 2018 Hurricanes Florence -NC & SC and Michael -FL Safety Manager over activations, monitoring safety for over 800 debris removal crews. 2018 Red Tide I Fish Kill -Florida Project Manager for Sarasota County and Sanibel, FL 2017 Hurricane Harvey and Irma Disaster Debris Removal and Recovery Services in over 100 simultaneous activations from Texas to Florida. 2016 Hurricane Matthew and Hermine Disaster Debris Removal and Recovery Services in over 46 simultaneous activations along the East Coast. 2014. 2015, 2016 Severe Storms (Flooding & Tornados) Disaster Debris Removal and Recovery Services in over 30 activations over 3 years at various municipalities. 2012 Hurricane Sandy Cleanup Debris removal, Waterway Marine Debris Cleanup and Vessel Removal for the State of New Jersey. 2012 Hurricane Isaac Cleanup Debris removal and reduction after Hurricane Isaac for the cities of Pascagoula, Gulf Port, and Biloxi in Mississippi with no first aid or OSHA recordable incidents. 2011 Hurricane Irene Recovery, North Carolina & Virginia Debris removal and reduction after Hurricane Irene for over 20 municipalities in the North Carolina and Virginia area with no first aid or OSHA recordable incidents. 2011 Tornado Recovery, Walker County, AL Debris removal and reduction after several tornados devastated north Alabama with no first aid or OSHA recordable incidents. 2010 BP Deep Horizon Oil Spill Recovery Response, Gulf Waters & Beaches, AL, FL, MS Oil Spill Response & Recovery, providing management, equipment, materials and personnel to recover, maintain and reclaim gulf coast beach areas; BP Oil Exploration & Production/ O'Brien's Response ManagemenU Orange Beach, AU Baldwin County, AU Dauphin Island, AL Additional Related Experience and Skills Sales/Acting Branch Manager -Arrow Equipment/United Rentals • Chicago, IL Safety Manager -_Rite Way Masonry -Chicago, IL Education • A.A. Concentration Organizational Management • B.A. Occupational Health and Safety 2001 to 2002 1995 to 2001 Indian River State College, Ft. Pierce, Florida Columbia Southern, Gulf Shores, Alabama Zemlik,Jeff- Resume Wesley R. Naile Contracts Manager Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; EMERGENCY PLANNING/MANAGEMENT; STRATEGIC PLANNING AND NEGOTIATIONS; CONTRACTS MANAGEMENT Relevant Qualifications ■ Over 10 years of experience in disaster recovery and management. ■ Logistics, strategic planning, procurement and negotiation tactical planning. Disaster Debris Management Experience CrowderGulf 2004-Present Contracts and Logistical Manager for Disaster Operations • Ensure all pre-positioned equipment and supplies are deployed and ready • Research and evaluate logistical systems and processes for incorporation into CrowderGulf's procedures • Maintain CrowderGulf communication systems • Maintain " Quick Kits" for immediate deployment • Prepare and update logistical plans and procedures • Manage and maintain warehousing, equipment and supplies Disaster Experience • Hurricane Irma, Contracts & Logistics Manager (61 Total Activations) 2017 • Hurricane Harvey, Contracts & Logistics Manager (26 Total Activations) 2017 • Hurricane Matthew, Contracts & Logistics Manager (46 Total Activations) 2016 • Hurricane Hermine, Contracts & Logistics Manager (2 Total Activations) 2016 • Severe Storms & Flooding, Contracts & Logistics Manager 2014 • Hurricane Isaac, Contracts & Logistics Manager 2012 • Hurricane Irene, Contracts & Logistics Manager 2011 • Deepwater Horizon Oil Spill, Contracts & Logistics Manager 2010 • Hurricane Gustav & Ike, Contracts & Logistics Manager 2008 • Hurricane Katrina, Wilma & Rita, Logistics Manager 2005 • Hurricane Charley, Field Manager in Volusia County, FL 2004 Additional Experience and Skills Gulf Equipment Corporation Contractor ■ Site preparation and installation of tower, grounding systems and equipment Education/ Mi I ita ry • University of South Carolina • U. S. Army -128 Combat Engineer Placement and removal of explosives and obstacles 1999-2000 2000-2003 1995-1998 Naile, Wesley -Resume Freddie Willis Project Manager Areas of Expertise Disaster Recovery Debris Operations; Contract Management; Logistics Coordination, Client Relations; Strategic Planning Pre-construction Conceptual Estimating Strategic Planning-Great client Relationship, Subcontractors relations/ Negotiation, logistics/operations-safety management, project management-task scheduling workflow and planning. Over 26 years of experience. Construction & oilfield project management executive background in commercial and industrial construction proven leader ship and experience and projects and site management logistics pre-construction and final performance. Dynamic results -driven leader with proven success and maximizing profits, implementing policies and procedures and building and maintain client relationships consistently meet budget schedules and corporate goals. Analytical and detail oriented with excellent interpersonal skills and qualifiable success managing multiple complex projects and ensuring client satisfaction through value engineering new techniques/ products and subcontractors' relationship with open client communication budget and projects status. Quality driven, strategic and well organized leader noted for champion significant process and performance improvements assuring vendor selection and relations, site management, scheduling, project team relationship and project closeout are effectively managed. Disaster Debris Management Experience Crowder Gulf February 2019: Project Manager, Mexico Beach FL • Created 3 Spoil Sites totaling more than 50,000 cubic yards • Dredged canals and placed received material at spoil sites • Removed and screened sand from spoil sites, loaded clean sand into off road dump trucks and replaced on the beach. Hauled dirty sand to an approved final disposal site January 2019: Project Manager, Dauphin Island AL • Removed sand from County Highways on the West End of Dauphin Island using off road dump trucks, Bull Dozers and Track -hoes • Reformed ditches to assist with water control • Rebuilt sand dunes to engineer specs • Placed rip rap and rock at the west end of the island for erosion control September 2018: Project Manager, Hurricane Florence, North Carolina • Managed more than 1200 miles of debris pick up from Hurricane Florence • Over saw crews in Oak Island, Caswell Beach, Brunswick County, Varnamtown, Shallotte, Bolivia, Calabash, Belville and Leland • Removed more than 100,000 cubic yards of debris and C&D • Managed 4 DMS sites September 2017: Site Supervisor, Hurricane Irma, Florida • Supervised debris pick up crews, ROW crews, as well as leaner and hanger pick up crews in multiple counties • Crews removed more than 300,000 cubic yards of hurricane debris and C&D • Oversaw hauling of the debris to DMS sites where it was reduced to mulch and then hauled to an approved final disposal site. • Supervised the final cleaning of the DMS sites to the specifications of the client and closed the job September 2011: • Over saw site remediation of Superfund Closed Refinery • Removed UN1267 Crude Oil, UN1203 gasoline, 1993 Diesel and JP-5 from leaking tanks • Hauled more than 33,331 ,536 gallons to an approved oil recycling facility • Flushed and removed all leaking tanks and pipe • All operations were approved and signed off on by ADM and EPA Education • Mobile County High School Diploma Resume Freddie Willis Andrew "Drew" Sprinkle Project Manager Areas of Expertise Disaster Recovery Debris Operations; Contract Management; Logistics Coordination, Client Relations; Strategic Planning Before joining the CrowderGulf team, Andrew worked as an Account Manager for a third party logistics provider In Chattanooga, TN. In this position, he managed multiple high volume logistics accounts for customers in the construction and steel industries. The cradle-to-grave business model of this company allowed Andrew to oversee all aspects of his accounts, giving him valuable knowledge in the many areas of project management. Andrew has most recently been involved in debris removal operations in the Corpus Christi, TX area in response to Hurricane Harvey. Disaster Debris Management Experience CrowderGulf -Theodore, AL Project Manager, December 2017-Present • Proiects: 2018 Hurricane Michael -City of Parker, FL; over 400,000 Cubic Yards of Debris Removal and Disposal 2018 -Red Tide Projects -Lee County and Fort Myers Beach, FL 2017 -Hurricane Irma -Florida DEP Waterway Projects 2017 -Hurricane HaNey -Corpus Christi, TX 2010 -BP Oil Spill -Alabama Gulf Coast 2008 -Hurricane Ike (Tropical Cyclone) -Bolivar Peninsula, TX • Managed haul out operations of vegetative debris mulch. • Communicated with City and County officials, as well as the monitoring company and sub contracted trucking companies in order to ensure a continuous flow of debris trucks from the CrowderGulf OMS site to the City Landfill. • Successfully completed the haul out of 70,000 cubic yards of vegetative mulch. • Assisted in moving various equipment resources. • Assisted with site maintenance (cut the grass, fixed fencing, etc ... ) Gulf Equipment Corporation; Theodore, AL • Worked on tower crew on various tower build sites and construction in MS, TN, GA and FL. Account Manager, June 2011 Experience Max Trans Logistics; Chattanooga, TN Account Manager, August 2016-November 2017 • Managed logistics operations for multiple high volume customer accounts • Was responsible for over $75,000 in freight spend per month for customers in the construction, steel, textile, and automotive industries. • Successfully bid on numerous logistics projects using various databases to gather accurate rates. • Generated new business through customer development. • Added multiple new customer accounts worth $96,000 per year in profit margin. Max Trans Logistics: Chattanooga, TN Logistics Coordinator, May 2016-August 2016 • Assisted Account Managers and ensured that operations ran smoothly. • Communicated with truck drivers, shipping managers, and other team members effectively. • Tracked shipments and ensured that drivers were on schedule and had all proper equipment. • Generated regular reports using Microsoft Excel and McCloud software. Performed various accounting duties such as tracking unbilled orders. Auburn University; Port of Catania (Sicily, Italy) Project Management Consul/ant, May 2015-July 2015 • Worked as an intern with a team of 6 students to solve various problems that plagued the port. • Developed a solution plan that would allow for an increase in port traffic while maintaining safe and efficient operations. • Performed a supply chain and marketing audit of port operations. • Presented findings to the Port Authority Officials. • Traveled through 4 countries in Europe thereby strengthening interpersonal communication skills and broadening understanding of international business operations. Additional Experience and Skills • OSHA Education • Auburn University -Auburn, Alabama • NIMS (National Incident Management System) IS-100 /IS-700 Bachelor of Science Degree in Business Administration (BSBA) Major: Supply Chain ManagemenVLogistics; Minor Marketing Resume Andrew Sprinkle Joe Hayes Project Manager Areas of Expertise Disaster Recovery Debris Operations; Contract Management; Logistics Coordination, Client Relations and Strategic Planning. Project Manager with 6+ years in facilitating, organizing, and completing projects of varying scale and scope of work. Possesses a B.A. from Florida Atlantic University with expertise in the logistical, practical, and technological application of project management in multiple disciplines. Disaster Debris Management Experience CrowderGulf -Mobile, AL Project Manager Supervisor, September 2017 • Present In the wake of Hurricane Irma (2017). managed numerous disaster recovery projects throughout the southern and central regions of Florida Managed assets and resources in the Town of Jupiter, the Village of Palm Springs, the City of Stuart, and the City of Vero Beach Developed and executed daily logistics for equipment and debris trucks to safely, efficiently and effectively clear effected areas of hazards generated by the storm Communicated with city and town officials in various departments on their immediate needs; ensuring that the work was done thoroughly and to their satisfaction Communicated and collaborated with a number state and local departments to ensure the projects were executed to the highest standards In the wake of Hurricane Michael (2018), managed the recovery effort in Jackson County, Florida Utilized a hands on management approach to develop and execute an effective strategy to successfully complete each phase of the recovery effort related to a category 5 storm Communicated with county officials in varying departments on their immediate needs following the storm; ensuring the highest standard of assistance in the wake of such a large scale disaster Developed, facilitated, and executed daily equipment logistics to assist the recovery effort to the safest, and most efficient standards Managed a number of personnel, resources, and assets in the effort to clear, manage, and ultimately remove storm debris Mitigated and overcame numerous challenges associated with the unique environment of the panhandle and the sheer scale of the event First Construction of the Palm Beaches -West Palm Beach, FL Supervisor/Project Manager, May 2014 • August 2017 Developed, organized, and estimated projected scopes of work ranging from small home repairs to full-scale remodels Planned the logistics, staging, and timelines associated with completing projects on time and within the allotted budget Delegated responsibilities, resources, and assets thoughtfully; using hands on leadership to ensure the work was performed to the highest standards Managed each phase of the project from conception to completion; mitigating challenges while consistently accounting for the satisfaction of the contractor and the client alike Education Florida Atlantic University, Boca Raton, FL Bachelor of Arts, College of Inquiry and Social Design, December 2011 ; Honors: Cum Laude (GPA: 3.5/4.0) Additional Skills • Proficient in Microsoft Office, with emphasis on Excel • Excellent written communication • Superior technological skills; require little to no training Joe Hayes -Resume Clayton B. Young Texas Regional Manager Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; EMERGENCY PLANNING/MANAGEMENT; STRATEGIC PLANNING AND NEGOTIATIONS Relevant Qualifications Experienced in group leadership and task execution. Well traveled and culturally aware, this makes for an effective communicator with people from all walks of life. Knowledgeable in the bidding process and job estimation. Disaster Debris Management Experience CrowderGulf Project Manager I CrowderGu/f Texas Client Representative 2010-Present • • 2018 Hurricane Florence-Project Manager of Duplin County, NC; Over 200,000 CYs Debris Removal and Disposal. 2017 Hurricane Harvey-Served as Project Manager for the following clients: Cities of Dickinson, Friendswood, Lake Jackson, Jones Creek, La Marque, Santa Fe, Clear Lake Shores and Galveston County. • • • • • • 2017 Hurricane Harvey -Served as Project Manager for TX GLO Waterway Projects in the following locations: Colorado River, San Bernard River, Brazos River, Chocolate Bayou, and Oyster Creek. CrowderGulf representative/ Local Project Manager for clients in Texas and Louisiana Project Manager, Flooding in Waller and Montgomery Counties, Texas Project Manager, Hurricane Irene, North Carolina Managed Galveston County Buyout Program after Hurricane Ike Supervised crews in Walker County Alabama for Operation Clean-sweep after the April 27th tornadoes Additional Experience and Skills Self Employed; Denton, Texas Entrepreneur 2001-2010 • During and after college made investments in an array of ventures in an effort to gain experience in the world of business creation. • Home exterior painting service -Responsibilities included, but not limited to ground up business development, hiring, job estimation, advertising and project planning. • Real Estate restoration and sales -Purchased down-trodden homes and restored/refurbished and sold them. • Classic car restoration and sales -Purchased and sold historically significant classic cars. Education University of North Texas • BA with focus on Entrepreneurial Management Denton, Texas • Studied International Business in Italy • Future Entrepreneurs Club • Tasked to develop and implement business plans • NIMS Certified 100,200,240,241 ,242,632 700,701 ,703,800,907 Additional Skills/Certifications • NIMS Certified • FEMA: Knowledgeable of FEMA Public Assistance Policy 321 and Debris Management Planning 325 • Strong communication and organizational skills • Client Relations • Project planning • Estimating and competitive bidding processes Young, Clayton -Resume Howard Turner Project Manager Experience CrowderGulf -Theodore, AL Project Manager 2011-Present ■ Over two decades of experience in disaster recovery and management industry. ■ Grinding at Temporary Disposal Storage & Reductions Sites (TDSRS) and secure additional sites when needed. ■ Manage and direct field level disaster debris removal and reduction operations including site management and the supervision of subcontractors and foremen. Prepare bid proposals and manage post hurricane contracts for extra work not covered by pre-event hurricane contracts. Planning and scheduling of crews and equipment to collect hurricane debris from public rights-of way. Mediate all claims of property damage to satisfaction of property owner and municipality. • Oversee debris reductions sites, schedule hauling and disposal of reduced vegetative material to final beneficial reuse sites. • Oversee and schedule loading, transportation, disposal of wood fiber for beneficial reuse in nursery application, completion of debris and delivery of post reduction wood fiber. Oversee verification and completion of tracking documentation for payment, delivery tickets for invoicing and FEMA auditing. • Assist in loading and expediting of ship to final destination. Site restoration of temporary debris management sites to FEMA and municipality requirements. 2018 Hurricane Florence, North Carolina -Senior Project Manager for hurricane debris pick-up and disposal in Fayetteville of over 160,000cy. 2017 -2018 Hurricane Irma, Florida -Successful completion of hurricane debris pick-up and disposal in assigned areas. Debris management operation for numerous clients in the center portion of Florida. Two counties, Charlotte and DeSoto; two cities, Arcadia and Punta Gorda. 2011 -2012 Hurricane Irene, Virginia -Successful completion of hurricane debris pick-up and disposal in assigned areas. York County, James City County, City of Williamsburg CrowderGu/f Partner/Subcontractor 2003-2011 • Assisted CrowderGulf as primary and first liaison between the company, municipalities and FEMA requirements. Grind-All has three disposal sites available within the Richmond area CVWMA region and thirteen local member jurisdiction and CrowderGulf for use as TDSRS's and/or final disposal sites. Four existing grinders and support equipment available immediately. Grind-All fleet of trucks and additional hauling capacity available for hauling of reduced debris to final disposal site(s). • Richmond based company with ability to provide local resources for personnel and equipment for debris pick-up, reduction, and disposal. 2004 -2008 Consultant to CrowderGulf, Virginia and Florida -Assisted with preparation of bids for both existing pre-event contracts and requested bids and proposals end use of reduced debris not just storage. 2004 -2005 Hurricane Charley, Ft. Myers, Florida Area -Full responsibility for day-to-day management of all disaster recovery activities including collection crews and equipment, debris reduction and disposal, and site restoration. Liaison with municipalities, Corps of Engineers and FEMA. Successful completion of hurricane debris pick-up and disposal in assigned areas. Lee County (including Lehigh Acres, North Ft. Myers, Captiva, Pine Island, and Bonita Springs) and four cities and towns (Ft. Myers, Ft. Myers Beach, Cape Coral, Sanibel) and successful completion of C&D debris removal from Upper Captiva Island by boat. 2003 -2004 Hurricane Isabel, Virginia -Successful completion of hurricane debris pick-up and disposal in assigned areas. Four counties and five cities and towns (Southampton, Suffolk, York, and James City Counties, Virginia Beach, Norfolk, Newport News, Suffolk, and Poquoson. Assisted with all aspects of disaster debris collection, recordation, reduction, damage claims and client contact. Responsible for TDSRS restorations. Successful loading and expediting of shipments to final destination for disposal of reduced debris both domestically and internationally. Previous Experience Grind-All Company -Moseley, VA General Manager 1999-2003 • Day-to-day management overseeing scheduling and operations of four grinders, three screens, mulch coloring plant, and fifteen loaders, excavators, trucks, and miscellaneous equipment. • Responsible for the operation of three dumping and grinding sites for preparation of mulch, topsoil and organic growing media. Turner, Howard -Resume Amber Ramsay Public/Community Relations and Marketing Manager Areas of Expertise DISASTER RESPONSE DEBRIS OPERATIONS; EMERGENCY PLANNING/MANAGEMENT; STRATEGIC PLANNING AND NEGOTIATIONS Relevant Qualifications ■ Almost 20 years of experience in disaster recovery and marketing. Disaster Debris Management Experience CrowderGulf Community Relations/Media Manager 1999-Present • Liaison between CrowderGulf Project Managers in the field and US Army Corp of Engineers, elected officials, public works directors, the incident commander at the EOC (Emergency Operations Center) and clients • Coordinate directly with PIO (Public Information Office) to manage release of information pertaining to debris recovery operations • Assist in preparing media releases regarding debris segregation and scheduling • Facilitate information flow to CrowderGulf Project Managers regarding FEMA eligibility criteria • Establish and manage Community Debris Hotline • Manage CrowderGulf's Damage Claim Program • Conduct annual training for clients with existing contracts • Represent CrowderGulf at national, regional and state professional conferences and seminars • Participate in continuing education conferences pertaining to debris management Hurricane Irma (2017) • 61 Simultaneous Activations in FL Hurricane Harvey (2017) • 26 Simultaneous Activations in TX Hurricane Matthew (2016) • 46 Simultaneous Activations in SC Hurricane Hermine (2016) • City of Tallahassee, FL • Leon County, FL Winter Storms, Flooding & Tornado (2015116)) • Various Disaster Debris Removal Sandy(2012-2013) • NJ Disaster Debris & Waterway Clean-up BP Horizon Oil Spill (2010-2012) • Baldwin County, FL • City of Gulf Shores, AL • City of Orange Beach, AL New York State Ice Storm (2006) Hurricane Rita (2005) • US Army Corp of Engineers Contract o Calcasieu Parish, LA o City of Lake Charles, LA Education • Bachelor of Science Certifications • NIMS Certified • FEMA Certified Hurricane Katrina (2005) • Pascagoula, MS Hurricane Ivan (2004) • Pascagoula, MS Hurricane Charley (2004) • Lee County, FL • Town of Ft. Myers Beach, FL • City of Ft. Myers, FL • Sanibel Island, FL • Captiva Island, FL Hurricane Charley Debris Projects (2004) • Volusia County, FL • City of Palm Coast, FL • City of Edgewater, FL Hurricane Fran Debris Project (1996) • City of Wilson, NC Hurricane Erin Debris Project (1995) • City of Pensacola, FL Hurricane Opal Debris Projects (1995) • Panama City, FL • Bay County, FL Auburn University, Auburn, AL Ramsay, Amber -Resume Gina Walley Accounts Receivable Manager/Documentation Specialist Areas of Expertise DOCUMENTATION SPECIALIST; DATA ANALYSIS SPECIALIST; ACCOUNTS RECEIVABLE MANAGER; DATABASE MANAGER Relevant Qualifications & Experience DOCUMENTATION SPECIALIST o Documentation management -Ensure there is accurate and ample documents that record the work completed 2004 THROUGH PRESENT o Historical data preservation & experience for proposals -Provide tables & charts with accurate figures from historical work completed to display CrowderGulfs accomplished work DATA ANALYSIS SPECIALIST o Data analysis -Review data for accuracy and capturing the information needed as directed by the contract o Audit assistance and investigation -Assist and provide Client's needed documentation and analysis reports to respond to questions in an audit ACCOUNTS RECEIVABLE MANAGER 0 0 Invoicing clients from reconciled data -Create accurate invoices from Client preferences and contract specifics Client and Client representative relations for reconciliation and documentation -Work with Clients and their representatives to reconcile data at the satisfaction of the Client and their timeline STORM RELATED EXPERIENCE (PARTIAL LISTING) 2017 Hurricane Irma 2017 Hurricane Harvey 2016 Hurricane Matthew 2016 Hurricane Hermine 2016 Tornados / Flooding 2015 Ice Storm I Flooding / Severe Weather 2014 Severe Storms 2014 Ice Storm Pax, Ulysses 2012 Hurricane Sandy 2012 Hurricane Isaac 2011 Hurricane Irene 2011 Tornado Recovery 2008 Hurricane Ike 2005 Hurricane Wilma 2005 Hurricane Rita 2005 Hurricane Katrina >1,386 invoices reconciled & generated >4 79 invoices reconciled & generated >590 invoices reconciled & generated >25 invoices reconciled & generated > 115 invoices reconciled & generated >65 invoices reconciled & generated >46 invoices reconciled & generated >24 invoices reconciled & generated >80 invoices reconciled & generated >16 invoices reconciled & generated >153 invoices reconciled & generated >63 invoices reconciled & generated >2,350 invoices reconciled & generated >33 invoices reconciled & generated >18 invoices reconciled & generated > 186 invoices reconciled & generated DATABASE MANAGER 0 0 Database development, creation and management • Assisted in development of innovative database that assist in more accurate accounting of data • Create a database specific to each Client's needs and to the needs the event requires Contract knowledge as it pertains to documentation, pricing line items and invoicing • Review each project contract as to the specific requirements of the scope of work and define on a project basis the best process to capture the required data DATABASE MANAGEMENT (PARTIAL LISTING) 2017 Hurricane Irma 2017 Hurricane Harvey 2016 Hurricane Matthew 2016 Hurricane Hermine 2016 Tornados I Flooding 2015 Ice Storm I Flooding / Severe Weather 201 4 Severe Storms 2014 Ice Storm Pax, Ulysses 2012 Hurricane Sandy 2012 Hurricane Isaac 2011 Hurricane Irene 2011 Tornado Recovery 2008 Hurricane Ike 2005 Hurricane Wilma 2005 Hurricane Rita 2005 Hurricane Katrina 64 databases created & managed 28 databases created & managed 49 databases created & managed 4 databases created & managed 12 databases created & managed 6 databases created & managed 12 databases created & managed 7 databases created & managed 3 databases created & managed 6 databases created & managed 29 databases created & managed 8 databases created & managed 100 databases created & managed 33 databases created & managed 18 databases managed 49 databases managed Education ❖ University of Southern Mississippi, Paralegal Studies ❖ Remington College, Electronics & Computer Engineering Technology ❖ Faulkner State Community College, Undergraduate Studies Walley, Gina -Resume Jenny Todd Weaver Subcontractor SMBE Compliance Manager Areas of Expertise SUBCONTRACTS; MINORITY AND DISADVANTAGED BUSINESS INVOLVEMENT; Rf P PREPARATION Relevant Qualifications ■ Fifteen years of experience in disaster recovery and management. ■ Strong legal background ■ Nine years proposal preparation ■ Managed subcontractor activations over various simultaneous events for CrowderGulf's disaster debris projects. Disaster Debris Management Experience CrowderGulf Subcontractor S/MBE Compliance Manager 2008-Present ■ Subcontract execution during activations. Insurance compliance and subcontractor reconciliation oversight. ■ Manage subcontractor compliance with all state and federal requirements. ■ Develop and implement Company SMBE utilization plan. ■ Continually solicit local subcontractors and MBEs during and after the bidding process to maintain client goals. ■ Assist in Proposal organization and review. Contract Analyst/Administrator 2006-2008 ■ Assist in Pre-Event Request for Proposal preparation and overviews of all existing contracts ■ Accounts receivable/payable oversight. ■ Manage Subcontractor Database Data Management Analyst/Specialist 2005-2006 ■ Managed and maintained debris area databases, while organizing all debris ticketing and field certifications ■ Implemented deductive reasoning and problem solving with field errors ■ Maintained and analyzed all reconciliation records for the various debris locations • Performed investigations into all discrepancies over payroll and hauling of Subcontractors ■ Prepared final reconciliations between Municipalities and Subcontractors invoices for weekending payrolls Activations Worked: Hurricane Imelda (2019) 1 Activation Montgomery Co, TX Hurricane Dorian (2019) 1 Activation South Carolina Hurricane Michael (2018-20) 61 Activations throughout Florida, Georgia Hurricane Florence {2018) 21 Activations throughout North & South Carolina Hurricane Irma (2017) 61 Activations throughout Florida Hurricane Harvey (2017) 26 Activations throughout Texas Hurricane Matthew (2016) 46 Activations throughout the East Coast Hurricane Hermine (2016) 2 Activations in Florida Sever Storms, Flooding & Tornados (2015116) Debris Removal Services for various municipalities Ice Storms Pax and Ulysses (2014) 3 Activations over North and South Carolina Education • Bachelor of Science, Marketing/Minor in Mathematics • Associates Degree, General Studies Hurricane Sandy Debris Projects (2012/13) 2 activations for Kitty Hawk, NC and State of New Jersey Hurricane Isaac Debris Projects (2012) 9 activations over 3 States BP Oil Spill (2010/12) 1,200 People and 700 pieces of equipment Baldwin County, Town of Dauphin Island, Cities of Gulf Shores & Orange Beach, AL Tornadoes April and May Outbreak (2011) Various activations over Alabama, Missouri and Florida Hurricane Irene Debris Projects {2011) 24 activations over North Carolina and Virginia; Six additionally awarded Hurricane Ike Debris Projects {2008) 36 activations over 3 states with over 200 Subcontractors activated Hurricanes Katrina, Rita & Wilma (2005) 56 Activations over 5 states activating over 500 subcontractors for Debris Projects University of Alabama, Tuscaloosa, AL Faulkner State Community College, Bay Minette, AL Todd, Jenny -Resume juULF TAB 3 - Demonstrated Success in Past Contracts and Relevant Knowledge City of Clearwater, FL RFR # 35-20 Disaster Debris Removal and Disposal Services IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Tab 3 • Demonstrated Success in Past Contracts and Relevant Knowledge 1. A description of what qualifies your company, financial and otherwise, to provide the City with these services for the required period, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. Financial Capabilities Financial strength is one of the most important aspects for the City of Clearwater to consider when selecting a debris contractor. Following a major disaster, the City's financial burdens could be substantial. It is important to have a financially strong disaster-experienced contractor, such as CrowderGulf, that will work to get the job completed, regardless of any delays in invoice payments. CrowderGulf s financial stability is solid and reliable and over the years we have established an excellent line of credit with our financial institution. We have always paid our subcontractors and personnel weekly and we have met all financial obligations without interruption. Over the years, CrowderGulf has paid out millions of dollars before receiving any payments. CrowderGulf s long time commitment to pay subcontractors weekly has allowed us to attract the most experienced and well-equipped subcontractors in the nation. John Ramsay, President and Chief Executive Officer, has had extensive experience working disasters and is personally aware that many municipalities are not financially prepared to handle the cost of a major recovery effort. He understands that it takes time to work through the bureaucracy and obtain funding. Consequently, CrowderGulfs position has always been one of patience with our clients as they endeavor to meet our invoices. Some clients have been more financially capable than others, but we have never had a situation in which we were unable to amicably resolve any payment issues. AGGREGATE BONDING CAPACITY$ 500,000,000 SINGLE BONDING CAPACITY $250,000,000 OTHER AVAILABLE FUNDING $ 80,000,000 Bonding Sterling Seacrest Partners Mr. Jim Congelio Insurance Point Clear (Gray Insurance) Robby Farmer 3111 W. Dr. Marting Luther Kind Jr Blvd., Suite 350 Tampa, FL 33637 368 Commercial Park Drive Fairhope, AL 36532 251-990-9050 813-489-1183 See "Bank and Bonding Reference Letters" attached. Audited Financial Statements can be provided upon request. Insurance CrowderGulf maintains all required insurances such as General Liability, Personal Injury, Workers Compensation, Automobile/Equipment Liability, as well as Maritime Insurance. Gray Insurance Company of Metairie, Louisiana provides this insurance coverage. See Insurance Certification attached. Equal Opportunity Employer CrowderGulf is an Equal Opportunity Employer. It is our policy to provide an employment and work process free of any unlawful discrimination. We will promote the value of a diverse work force, which fosters fair treatment of all individuals based on knowledge, skill, ability and performance. 19 REGIONS January 8, 2020 RE: Bank Reference for Crowder Gulf, LLC and Crowder Gulf Joint Venture, Inc. Please consider this letter as verification that Crowder Gulf, LLC and its wholly owned entity, Crowder Gulf Joint Venture, Inc., are one of Regions Bank's valued customers. Regions is privileged to have serviced the operating accounts of the companies since 1987, with all accounts handled in an exemplary manner. The company currently maintains balances in the mid seven figures and a line of credit in the amount of $20,000,000.00. If you have any questions, please contact me at 251-690-1087. Senior Vice President Commercial Banking christopher.esfeller@regions.com 11 N Water Street, Mobile, Alabama 36602 • TRAVELERS J June I 0, 2020 City of Clearwater Attn: Procurement Division I 00 S. Myrtle Ave., 3rd Floor Clearwater, FL 33756-5520 RE: CrowderGulf Joint Venture, Inc. Katie Cronin Account Underwriter Travelers Bond & Specialty Construction Services ( 407)-388-3264 kjcronin@travelers.com 2420 Lakemont Ave. Orlando, FL 32814 City of Clearwater RFP #35-20 Disaster Debris Removal & Disposal To Whom It May Concern: We understand that CrowderGulf Joint Venture, Inc.is submitting a proposal to the City of Clearwater on RFP #35-20 for Disaster Debris Removal & Disposal Services. It is Travelers Casualty and Surety Company of America's pleasure to provide you with this reference letter confirming our bonding relationship. Travelers A.M. Best Rating is A++ with Financial Size XV and listed in the Department of Treasury Federal Registry with an underwriting limitation of $1,499,762,000. Travelers Casualty and Surety Company of America has provided Crowdergulf Joint Venture single bond support in excess of$35,000,000 on previous successful projects. This is not to be construed as maximum capacity but is provided as example of prior support provided to the account. This is to advise that should Crowdergulf Joint Venture receive an award of the project, as described above, Travelers Casualty and Surety Company of America would issue Payment and Performance Bonds at the greater of $1 ,000,000 or I 00% of Contract A ward, on behalf of CrowderGulf for the project, as required. Issuance of the bonds is subject to application of Travelers usual and customary underwriting standards, including satisfactory contract terms and provisions, satisfactory bond forms and evidence of project financing at the time of the final bond request. This letter does not constitute an assumption of liability. The issuance of bonds in connection with any project is a matter solely between the Surety and Contractor. We assume no liability to you or to any third party by the issuance of this letter. Katie Cronin No. 9 REVISED I CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYY) 6/21/2019 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE Point Clear Insurance Services LLC AFFORDED BY THE POLICIES BELOW. 368 COMMERCIAL PARK DRIVE COMPANIES AFFORDING COVERAGE FAIRHOPE, AL 36532-1910 COMPANY A THE GRAY INSURANCE COMPANY INSURED COMPANY B CrowderGulf Joint Venture, Inc. COMPANY 5435 Business Parkway C Theodore, AL 36582-1675 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD/YYl DATE (MM/DDIYY) LIMITS ~NERAL LIABILITY GENERAL AGGREGATE Unlimited X COMMERCIAL GENERAL PRODUCTS -COMP/OP AGG $3,000,000.00 >----LIABILITY A >----XSGL-074306 9/1/2017 7/1/2020 PERSONAL & ADV INJURY $1,000,000.00 '-OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $1,000,000.00 >--FIRE DAMAGE (Any one fire) $50,000.00 MED EXP (Any one oerson) $5,000.00 ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000.00 ~ ANY AUTO BODILY INJURY ~ ALL OWNED AUTOS (Per person) SCHEDULED AUTOS BODILY INJURY A ~ HIRED AUTOS XSAL-075300 9/1/2017 7/1/2020 (Per accident) ~ NON-OWNED AUTOS PROPERTY DAMAGE - - GARAGE LIABILITY AUTO ONLY -EA ACCIDENT >--.,___ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT >-- AGGREGATE EXCESS LIABIL TY EACH OCCURRENCE S4,000.000.00 A Fl UMBRELLA FORM GXS-043486 7/1/2019 7/1/2020 AGGREGATE $4,000,000.00 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND X I ~;R~T~~Yrs I I 0TH ER EMPLOYERS' LIABILITY EL EACH ACCIDENT $1,000,000.00 A THE PROPREITOR/ GWC-071021-FL3 7/1/2019 7/1/2020 EL DISEASE -POLICY LIMIT $1,000,000.00 PARTNERS/EXECUTIVE F8=l INCL EL DISEASE -EA EMPLOYEE $1,000,000.00 OFFICERS ARE: EXCL OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS The certificate holder is an additional insured on all policies except Workers· Compensation and is provided a Waiver of Subrogation, all if required by written contract. primary and noncontributory to any other insurance policies maintained by the certificate holder, if required by written contract. The above insurance policies shall be #15-17 Disaster Debris Removal and Disposal Services CERTIFICATE HOLDER CANCELLATION 2523#9_REVISED In the event of cancellation by The Gray Insurance Company and if required by written contract, 30 davs written notice will be aiven to the Certificate Holder. City of Clearwater AUTHORIZED REPRESENTATIVE Attn: Purchasing Department, RFP#15-17 P. 0. Box 4748 Clearwater, FL 33758 U d//,h~/J GCF 00 50 01 01 12 THE~YINSURANCE~Ol)l'PANY ~ (I Louisiana certificate form: LOI COi 280990 01 12 CERTIFICATE OF INSURANCE Page 2 THE GRAY INSURANCE COMPANY The below coverages apply if the corresponding policy number is indicated on the previous page. A. Commercial General Liability General Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured (CGL Form# CG 20 10 11 85) when required by written contract. Primary Insurance Wording Included when required by written contract. Broad Form Property Damage Liability including Explosion, Collapse and Underground (XCU). Premises/Operations Products/Completed Operations Contractual Liability Sudden and Accidental Pollution Liability Occurrence Form Personal Injury "In Rem" Endorsement Cross Liability Severability of Interests Provision "Action Over" Claims Independent Contractors coverage for work sublet Vessel Liability -Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment. General Aggregate applies per project or equivalent. B. Automobile Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. C. Workers Compensation Policy Includes: Blanket Waiver of Subrogation when required by written contract. U.S. Longshoremen's and Harbor Workers Compensation Act Coverage Outer Continental Shelf Land Act Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act & General Maritime Law. Maritime Employers Liability Limit: $1 ,000,000 Voluntary Compensation Endorsement Other States Insurance Alternate Employer/Borrowed Servant Endorsement "In Rem" Endorsement Gulf of Mexico Territorial Extension D. Excess Liability Policy Includes: Coverage is excess of the Auto Liability, General Liability, Employers Liability, & Maritime Employers Liability policies Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. Louisiana certificate form: LOI COi 280990 01 12 ACORDIIJ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/ODIYYYY) ~ 07/15/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Nina Glover NAME: POINT CLEAR INSURANCE iA~gNJ0 Extl: (251) 990-9050 I r:,t No): (251) 990-8635 368 Commercial Park Drive E-MAIL nina@pointclearins.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Fairhope AL 36532 INSURER A : Westchester Insurance Company INSURED INSURERS: CrowderGulf, LLC / Crowder Gulf Joint Venture, Inc. INSURER C: 5435 Business Parkway INSURER D: INSURER E: Theodore AL 36582 INSURER F: COVERAGES CERTIFICATE NUMBER· CL 1710602492 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVv1THSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SH0\1\/N MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMM/DDNYYYl IMM/ODNYYYl LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s .__ D CLAIMS-MADE OoccuR DAMAc,tc I u ~tcN I tcu PREMISES CEa occurrence) s .__ MED EXP (Any one person) s .__ PERSONAL & ADV INJURY s 9.L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s □PRO-□ POLICY JECT LDC PRODUCTS -COMP/OP AGG s OTHER: Non-owned s AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s /Ea accident) ,__ ANY AUTO BODILY INJURY (Per person) s -OWNED ~ SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) s .__ HIRED -NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY {Per accident) s -.__ s UMBRELLA LIAB H OCCUR EACH OCCURRENCE s ~ EXCESS LIAB CLAIMS-MADE AGGREGATE s DEC I I RETENTION s s WORKERS COMPENSATION I ~ff.ruTE I I OTH-AND EMPLOYERS' LIABILITY ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE □ NIA E.L. EACH ACCIDENT s OFFICER/MEMBER EXCLUDED? (Mandatory in NH) EL. DISEASE· EA EMPLOYEE s tf yes, descnbe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT s Per Occurrence 3,000,000 A Contractors Pollution Liab. Coverage G71538825001 06/22/2019 06/22/2021 General Aggregate Limit 5,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS J VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN "SAMPLE" ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ~~ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CrovvderGulf Disaster Recovery and Debris Management 5435 Business Parkway Theodore, Alabama 36582 EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION PROGRAM Office: (800) 992-6207 Fax: (251 ) 451-7433 This company is an equal employment opportunity employer. It is the policy of this company to assure that applicants are employed, and that applicants are treated during employment, without regard to their race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law. Such action shall include: employment, upgrading, demotion, transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation ; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job-training. 1. Publication and dissemination of this company's written policy of equal employment opportunity. A. Each employee is informed that we are an equal opportunity employer and where our policy is posted. B. Our policy is reviewed annually, or more frequently if required by contract, with all supervisory person nel. 2. Appointment of Equal Employment Officer charged with the responsibility of securing compliance and advising corporate Officials of progress. Equal Employment Officer: Mary G. White Office#: 251-478-6848 Email: hr@crowdergulf.com 3. Notification of all recruitment sources that the company, as an equal opportunity employer, solicits referral of qualified applicants without regard to race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law. 4. The upgrading and promotion of employees shall be made based on qualifications and ability without regard to race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law. 5. We request from all employees, especially minorities and females, that they refer any qualified friends or relatives to us for employment. 6. All company facilities and activities shall be non-segregated. 7. All Advertisements for employment shall contain the statement, "We are an Equal Opportunity Employer". 8. We continuously monitor, control, evaluate, and obtain feedback in regard to the application of our Equal Employment Opportunity policy at all levels. 9. All personnel activities shall be monitored to ensure that this Equal Employment Opportunity policy is being carried out. 10. CrowderGulf complies with all federal and state laws and regulations regarding Equal Employment Opportunity. 11. In succession to the previous EEO Officer, effective Mary G. White was appointed EEO Officer for the company effective 8/15/2011 . Any person who believes he or she has been discriminated against should direct their complaint to Mary G. White. {hk~~ President & CEO Employer Wizard E-Verify, Employment Eligiblllty Verification Home l,!yCeen ~wcase 1/!ewCase• My Ptolllo Edll Prolie cnange P•UWOIII ChlJ\Qt Seo.irlty Ouesllans My CDfflPIIIY Edl1 CO/T4181!1' Pro/lie ArtONewUu r V11w EldJ(lng UH-. Close Co""any Aacounl Ny~ 1/lew fltlj)Ot1S MyRtl DUron 1/!ew Easentill Res,,urces Tl k& Tulor!al View User Manual ConlaclUs Company Information Company Name: Company ID Numbtr: Doing B111lna" As (OBA) Name: DUNS Number: Physical Location: Addreu 1: Address 2: en:,: State: Zip Coda: cou"41: Addltlonal Information: CrcwdetGu~J~mVen~ra. 312220 54~ Business Parkway Theodore AL 35582 MOBILE Employer ld1ntlfli:1tlon Number: 10826019 Total Number of EmployN1: 20 ID 89 Parwnt Org1nizatlon: Admlnls~r: Organization Designation: Employer Category: None or these cal9goriea apply "-'ID KJAM1e88 Page 1 of 1 ~.tl. ... n 12:27 PM -11111/2010 log Oul View/ Edit Malling Address: Addrws111: Addrtn2: Cl~: State: Zip Codt: NAICS Code: 562. WASTE MANAGEMENT ANO REMEOIA"TlON SERVlces( Vlewj Edit J Total Hiring Sia&: Total Points of Contact: 3 US Dep.nnwnt ortioir'Mtard Sccun1, • .,,,.,,,,,,dhS '°" U 6 OttN IU,l\l.p l l'!d tnvrugr,1.1on Ser"tlc.fl · WWW \UCl1 gov https://e-verify.uscis.gov/emp/EmployerWizard.aspx View/ edit nm I View/ Edit -,zt en CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Drug Free Work Place CrowderGulf is a participant in the National Drug Free Work Place Program. Our policy prohibits drug distribution, possession or use while in the employment of CrowderGulf. This policy applies to all subcontractors and/or consultants that support or assist in any work conducted. Employee training, counseling and/or employee assistance programs bolster the drug free policy. Past Experience and Recent Notable Work For all activations, CrowderGulf Management teams have been led by experienced and knowledgeable personnel well- versed in FEMA regulations, including eligible work, funding and reimbursement requirements. Several of CrowderGulf s personnel have held emergency management positions both locally, as well as state and federal positions. These individuals provide updates and training to CrowderGulf staff on a regular basis. Details of personnel qualifications are provided in the Key Personnel Section of this proposal. The best way to demonstrate the qualifications, knowledge, and experience of CrowderGulf is to provide summaries of past performance and references to support our work, which we have provided below. CrowderGu lf s ability to successfully manage multiple contracts, within client timelines and FEMA guidelines, is highlighted in the following excerpts of past experience following major natural disasters. A Summary Chart is included at the end of each year's work that shows the varied scopes of work that were completed. 2018 Hurricanes Michael and Florence CrowderGulf served a total of 35 clients simultaneously for Hurricanes Florence and Michael, invoicing for a total of $265,482,662. Hurricane Michael -Florida: Michael plowed into the Florida Panhandle on October 10 as a major Hurricane. It is the first Category 5 storm on record to hit the Florida Panhandle. Tropical storm-force- winds extended more than 320 miles from the center, devastating the entire region. CrowderGulf holds many pre-event contracts within the area so our Director of Operations and Florida Regional Manager were on the ground doing damage assessment within 2 hours of the storms passing. We immediately mobilized hauling units to begin right-of-way (ROW) debris operations. CrowderGulf has removed, processed, reduced and disposed of approximately 10 Million Cubic Yards of vegetative and construction/demolition debris at 26 Debris Management Sites and 13 Final Disposal Facilities. More than 83,000 hazardous trees have had falling hangers and leaners, to date and those limbs were cut to restore safe passage. Ongoing CrowderGulf operations in within the State of Florida will also include the removal of construction and demolition debris, white goods, e-waste, household hazardous waste (HHW), hazardous stumps, demolition of structures and Private Property Debris Removal (PPDR). 20 IGDLF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Hurricane Florence • North Carolina: A powerful and deadly Category 1 Hurricane took aim at the North Carolina coastline in September, 2018. This deadly hurricane claimed 55 lives as it swept across the state. Hurricane Florence brought devastating rainfall accumulations which caused flooding not only to the large stretch of coastline but also created widespread inland flooding . Many of the state's major rivers and tributaries reached record level height as 30+ inches of rainfall drenched the area and closed major interstates and roadways for weeks. CrowderGulf was activated on 18 pre-event contracts across the state of North Carolina which involved the removal and reduction of over 2.1 million cubic yards of debris, the removal of approximately 50,000 leaners and hangers and the management and maintenance of 16 debris management sites. In addition, CrowderGulf provided sand and beach restoration to North Top Sail Beach, Oak Island and Bald Head Island. While working in North Carolina, CrowderGulf experienced contract requirements which presented their own unique challenges. Damage assessments were hampered by non-reseeding floodwaters causing the closure of many roads and isolating communities. CrowderGulf assisted communities with damage assessment by providing drone flyovers into flooded areas and working with local officials to identify alternate debris management sites not affected by floodwaters. The community of Bald Head Island had its own set of unique challenges. Bald Head Island is an island off the coast of North Carolina separated from the mainland by the Cape Fear River, accessible only by ferry boat. The challenge of this contract involved the access of equipment to the island and the means of disposal of storm generated debris. CrowderGulf worked with Bald Head Island to provide the debris collection and disposal services by setting up a debris reduction site on the island for the vegetative debris. At the vegetative debris site all material was reduced to mulch and then given back to the residents and local landscape businesses for residential use. CrowderGulf secured barges to transport the remaining materials, which included C&D and Household Hazardous Waste (HHW), across the Cape Fear River to final disposal sites. While contracts such as this one can present special challenges, so does the addition of another land falling hurricane. Rising to the Challenge -During the Florence activation, the Florida Panhandle experienced the devastation of Hurricane Michael, a category IV storm. CrowderGulf had eleven additional contracts activated making a total of twenty nine simultaneous activated contracts. During the 2017 Hurricane season, CrowderGulf experienced the same scenario involving multiple contract activations which led our team to revisit and revise our level of response. Following our 2017 -18 activation assessment, CrowderGulf worked diligently to enhance our program. We provided additional training to project managers and team members across seven states, solidified relationships with subcontract resources nationwide and revised plans and procedures for faster response to our clients and improved documentation protocols. During the 2018 activation, our company stood strong and we were ready. We provided each contract activation with an experienced project management team that remained with the assignment from start until finished. We provided each client with the needed assets, both personnel and equipment to successfully meet all contractual obligations within the specified time to include safety, quality assurance and documentation personnel. CrowderGulf responded to Florida with urgency, providing each Florida Client with their own trained Project Management team. CrowderGulf did not downsize equipment and personnel in North Carolina to respond to Florida, we doubled and in some cases tripled our equipment resources in our North Carolina contract activations to re- assure our North Carolina clients that we would finish their projects strong and successfully. We responded to our Florida clients with full resources and had damage assessment personnel on the ground within two hours of the storms passing. CrowderGulf provided personnel, drones and helicopters for damage assessment and brought in our own professional videographer to capture storm damage and the debris removal process. 21 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 2017 Hurricanes Harvey & Irma The 2017 Hurricane Season was extremely challenging as Hurricane Harvey caused extensive damage to the Texas Coast and two weeks later Hurricane Irma impacted the Florida Keys and stretched all the way to South and North Carolina. In Texas, CrowderGulf had 27 contracts activated and debris removal operations were in full swing. Then Hurricane Irma visited Florida, leaving behind great damage and devastation. As a result, CrowderGulfs resources had to be quickly expanded and adjusted to accommodate 64 clients in Florida. While the usual initial chaos and stress for everyone after a disaster was present, CrowderGulf focused on serving all affected clients in both states as quickly and efficiently as possible. As a result, all jobs were finished Hurricane Harvey• Texas On August 25, 2017, Hurricane Harvey, one of the strongest hurricanes to hit the United States since 2005, made landfall as a Category 4 Hurricane in Rockport, Texas. The maximum winds were 130 mph as it churned its way through Aransas County. As the storm continued to make its way along the eastern edge of the Texas coastline, additional impacts of storm surge and inland flooding affected numerous areas. The Houston metropolitan area observed between 30 and 60.5 inches of rain from this historic tropical system. Harvey destroyed 9,000 homes and damaged an additional 185,000 dwellings. CrowderGulf had 27 Texas County and Municipal contracts activated during this event and managed 25 Debris Management Sites (OMS), resulting in approximately 5 MILLION CUBIC YARDS of debris being removed from ROW or ROE. Hurricane Irma• Florida On September 10, 2017, Hurricane Irma made two landfalls in the State of Florida. The first landfall was recorded in Cudjoe Key, Florida, with winds of 130 mph. The second landfall occurred in Naples, Florida, with sustained winds of 115 mph. This large hurricane impacted all of Florida as it moved north, causing 67 counties to be declared for FEMA Public Assistance. In response, CrowderGulf had 65 contract activations and managed 92 OMS in Florida while simultaneously managing 26 contract activations that occurred in August in the State of Texas, following Hurricane Harvey. Clean up included the removal of over 10 MILLION CUBIC YARDS of debris and resulting in costs of over 200 MILLION DOLLARS. 2016 Hurricane Matthew Georgia -On October 7th, 2016, Hurricane Matthew began its devastating impacts on thirteen Counties in Georgia. CrowderGulfs debris contracts were activated the following week in Liberty County (serving the County and the Cities of Hinesville, Midway and Riceboro) as well as two contract activations in Chatham County. The storm left over 182,460 cubic yards of vegetative storm debris, 2,055 leaners and hangers, 727 stumps and 75 tons of C&D to be removed, reduced (by air curtain incineration) and disposed in Liberty County. During our kick-off meeting, CrowderGulf was made aware the County elected to participate in the Public Assistance Pilot Program for expedited debris removal. CrowderGulf immediately began ramping up resources to successfully remove, reduce and dispose all debris within the given timeframe established by the County. Invoicing for the County was submitted in 30 day increments and supported by daily progress reports by both CrowderGulf and the monitoring Company. This close working relationship made participation in the Pilot Program successful for the County. The total project cost for Liberty County was $1,736,692 . In Chatham County, the municipalities of Port Wentworth, Thunderbolt and Garden City activated their pre-event contracts with CrowderGulf. Port Wentworth recovered over 6,282 cubic yards of vegetative debris and removed 952 leaners and hangers while Garden City had 33,580 cubic yards of debris removed. Thunderbolt recovered 9,896 cubic yards of vegetative debris. All three municipalities reduced their debris by mulching/chipping. Three Georgia contracts were monitored by Tetra Tech and one was monitored by Witt O'Briens. All were completed in less than 90 days. The total project cost for Port Wentworth was approximately $84,000, Thunderbolt was approximately $108,700 and Garden City totaled $365,490. 22 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Florida • Following Hurricane Matthew impacting the east coast of Florida, CrowderGulf received 13 Florida contract activations from Counties and cities as far south as Martin County and as far north as Duval County. Utilizing 18 Project Managers, and numerous field supervisors and equipment assets, CrowderGulf removed over 1,695,743 cubic yards of debris and managed 13 debris management site locations. CrowderGulf forces were tasked with the removal of vegetative debris, C&D, leaners, hangers and stumps, and collection and disposal of white goods. Reduction was performed by burning, grinding and mulching debris. Additional contract activations where received by the Florida Department of Environmental Protection (FDEP) in Duval, Clay, St John's, Brevard, Volusia and Nassau Counties for Waterway Debris Removal. Costs for the recovery efforts in Florida were $30,358,208. South Carolina -CrowderGulf was activated by Hilton Head Island (HHI) on October 7, 2016. CrowderGulf supplied over 125 pieces of equipment which included 6 grinders and a Trammel screen plus an additional 300+ personnel to assist with the HHl's 12 communities with recovery operations. Reduction operations consisted of chipping and mulching at both Debris Management Site locations. CrowderGulf removed, reduced and disposed 2,989,342 cubic yards of vegetative debris and removed 42,058 hangers 5,301 leaners and 10,693 Cubic Yards of C&D material and managed 2 debris management site locations on the island for a total project cost of $33,693,545. Having worked in 2015 for the SCOOT to recover Richland and Lexington Counties from severe flooding, CrowderGulf was once again activated to aid Darlington, Florence and Sumter Counties with Hurricane Matthew debris removal. The SCOOT tasked CrowderGulf with removing debris on the right of way and hazardous leaners, hangers and stumps. CrowderGulf was responsibile for debris removal from the follwoing roads throughout the Counties: CrowderGulf's Historical Workload & Experience Across the U.S. 653K CY $4.6 Mill 537K CY $4.7 Mill 1.4K CY $34K 5.7 Mill CY $62.8 Mill _, - 3.4 Mill CY $80.3 Mill 10.7 Mill CY $230 Mill 4 Mill CY $59.2 Mill 23 IGULF Past Performance Chart CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL The chart below contains a partial listing of contracted work accomplished by CrowderGulf as Prime Contractor (unless otherwise stated} for the past 5 years. If CrowderGulf was activated to pre-position for emergency road clearing operations, the word "Push" is listed under the Description of Work. An actual response time can be different for each client depending on their issuance of a NTP and the terms of their contract. Please feel free to contact any of our past clients for references regarding our past performance. A complete past performance list can be made available dating back to Hurricane Frederick in 1979 if requested. OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE APPROX. CY CONTRACTING POINT OF CONTACT TIMELINE 2020 Tornado Removed & disposed: vegetation, C&D, mulch, C&D Chattanooga, TN compaction, Parks debris, hangers (52 trees), leaners (12 trees); $1,712,678+ 232,513+ Maura Sullivan, Chief Operating Officer 101 E. 11th Street Chattanooga, TN 37402 Ph: 4/26/2020-Ongoing Reduced by Grinding {165,566 CY), by C&D compaction (51,759 423-643-7230 purchasinq@chattanooga.gov CY) OMS sites (1); Monitored bv Tetra Tech ADMS Removed & Disposed: vegetation, C&D, mulch, C&D Nashville, TN compacted, Parks debris, stumps (73); Reduced by Grinding $5,650,628 430,629 Phillip Jones, PW Operations Manger 750 South 5th Street Nashville, TN 37206 Ph: 3/6/2020-5/8/2020 (195,208 CY), by C&D compaction (107,750 CY) OMS sites (4); 615-533-2377 phillip.jones@nashville.gov Monitored by Tetra Tech ADMS 2019 Tornado Richardson, TX Removed & Disposed: vegetation; c&d; mulch; Reduced by $670,890 59,443 Travis Switzer, Assitant Director Public Services 1260 Columbia Dr. Richardson, TX 10/25/2019-12/6/2019 Grinding {43,519 CY); Monitored by Rosian 75081 Ole. (972) 744-4402, Cell. (972) 744-5814, travis.switzer@cor.gov 2019 Tropical Storm Imelda Montgomery Co, TX Removed & Disposed: C&D Direct; E-waste (840); White Goods $389,013 24,727 Darren Hess, Director of EM 9472 Airport Rd Conroe, TX 77303, 936-523-3901 10/1/2019-11/8/2019 (178); Monitored by Atkins Global Darren.hess@mctx.org 2019 Hurricane Dorian 2 Activations -2 DMS's $430,366 31,294 Total Event Cost Total Event CY Dorchester Co, SC Removed & Disposed: vegetation; mulch; Reduced by Jason Carrher Public Works Director, 2120 E. Main Street Dorchester, SC 29437 9/16/2019-10/18/2019 Grinding (46,568 CY); Citizen Sites Managed; Monitored by $408,086 31,294 (843) 607-5908 cell (843) 832-0070 work jcarraher@dorchestercountysc.gov Tetra Tech Hilton Head, SC Emergency Push $22,280 Hrly Jennifer Lyle, Asst Town Engineer, One Town Center Ct, Hilton Head Island, SC 9/15/2019 29928, work 843-341-4779 cell 843-384-2629, jenniferl@hiltonheadislandsc.gov 2019 Misc Ft Myers Beach, FL Red Algae Removal $136,817 Hrly Chelsea O'Riley, Public Works Manager, 2525 Estero Blvd, Ft Myers Beach, FL 33931, 4/ 15/2019-5/8/2019 239-765-0202 ext 1700, chelsea@fmt1gov.com Okaloosa Co, FL Debris & Underbrush Removal $18,900 Hrly Jim Reece, CHMM, Recycling Coordinator, 84 Ready Ave, NW, Ft Walton Beach, FL 4/18/2019 32548, Tel: 850-651-7394, Fax: 850-651-7397, jreece@myokaloosa.com 2019 Special Project Dickinson, TX Removed & disposed: Waterway Debris Removal from $1,561,293 51,000 Stephanie Russell, Assistant City Administrator 4000 Liggio, Dickinson, TX 77539 281-01 /2019-02/2019 Dickinson Bayou resulting from Hurricane Harvey 337-8839 srussell@ci.dickinson.tx.us 24 OWNERJLOCATION & DESCRIPTION OF WORK TIMELINE 2018 Hurricane Michael 16 Activations -29 DMS's CATV (FL) Apalachicola, FL Removed & Disposed: vegetation; Leaners (5); Hangers (1,267 10/21/2018-12/18/2018 Trees); White Goods (15); Reduced by Grinding (52,178 CY); Monitored by Tetra Tech Removed & Disposed: (ROW, PPDR, Waterway) vegetation; C&D; Leaners (4,608); Hangers (6,970 Trees); White Goods Bay Co, FL (252); Reduced by Grinding (1,807,531); C&D Compact 10/17 /2018-Ongoing (458,953 CY); Projects: Waterway & Canal clearing; Debris removed from eligible parks, cemeteries & schools Monitored by Landfall Strateqies Bainbridge, GA Removed & Disposed: vegetation; Leaners (659 ); Hangers 4/23/2019-7/29/2019 (40,931 Trees); Stumps (16); Mulch; Reduced by Grinding (53,383 CY); Monitored by True North Carrabelle, FL Removed & Disposed: vegetation; Hangers (404 Trees); 10/30/2018-12/19/2018 Reduced by Grinding (18,456 CY); Monitored by Tetra Tech Dauphin Island, AL Sand Removal 10/10/2018-2/13/2019 Decatur Co, GA Removed & Disposed: (ROW, ROE) Vegetation; C&D; Leaner 3/22/2019-8/3/2019 (1,914); Hangers (18,585 Trees); Stumps (82); Reduced by Grinding (212,988 CY); Monitored bv True North Dog Island, FL Removed & Disposed: Vegetation/ Construction & Demo 9/12/2019-9/20/2019 Florida DEP Removed & Disposed: Vegetation; Reduced Grinding (116,672 2/7/2019-6/6/2019 CY) Removed & Disposed: vegetation; Leaners (67); Hangers (1,414 Franklin Co, FL Trees); HHW (1,120 Lbs); White Goods (233); Freon (215); E-10/16/2018-1/4/2019 Waste (94); Reduced by Grinding (90,244 CY); Monitored by Tetra Tech Emergency Push Jackson Co, FL Removed & Disposed: vegetation; C&D; mulch; Hangers 10/12/2018-9/20/2019 (21,388 Trees); Leaners (13,431); Stumps (7); Reduced by Grindino (2,399,088 CY); Monitored bv Metrics / Thompson Emergency Push Removed & Disposed: vegetation; Leaners (404); Hangers Lynn Haven, FL (1,580 Trees); Stumps (21); Reduced by Grinding (558,533 CY) 10/10/2018-11/12/2019 & C&D Compaction (186,548 CY) [3 sites]; Debris removed from eligible parks, cemeteries & schools; Monitored by Tetra Tech; Provided Sat. Phones Mexico Beach, FL Dredge, Sand Sift and Replacement 2/25/2019-10/10/2019 PROJECT VALUE $243,243,340 + Total Event Cost $1,085,115.43 $36,857,543 $1,407,790 $358,306.94 $271,683 $5,463,141 $864,918 $17,721,523 $2,215,778 $40,141,024 $13,727,778 $12,527,617 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT 16,756,475 + Total Event CY Ronald W. Nalley, City Manager; 1 Avenue E., Apalachicola, FL 32320; 59,069 amklibrar:y2017@gmail.com; Keith Bryant, Director of Public Works; 840 W. 11 st Street, Panama City, FL 32401; 3,178,971 850-248-8302; kbryant@baycountyfl.gov Chris Hobby, City Manager, 101 South Broad Street, Bainbridge, GA 39817 (229) 248-53,576 2005 chrish@bainbridgecity.com 23,628 Courtney Dempsey, CRA Director; 1001 Gray Avenue, Carrabelle, FL 32322; 850-544-5233; citycbel@gtcom.net Hrly Mayor Jett Collier; 1011 Bienville Blvd.; Dauphin Island, AL 36528 251-861-5525; jcollier@townofdau[1hinisland.org Chris Hobby, City Manager, 101 South Broad Street, Bainbridge, GA 39817 (229) 248-268,284 2005 chrish@bainbridgecity.com Lump Sum Pamela Brownell, EM Director; 28 Airport Rd., Apalachicola, FL 32320; 850-653-8977 ext 100; Cell 850-653-67 48; em3frank@fair1mint.net 181,231 Scott Woolam, Sr Program Analyst, Div of State Lands, 3900 Commonwealth Blvd, Mail Station 100, Tallahassee, FL 32399-3000, 850-245-2806, Scott.Woolam@de[1.state.fl.us 145,862 Pamela Brownell, EM Director; 28 Airport Rd., Apalachicola, FL 32320; 850-653-8977 ext 100; Cell 850-653-6748; em3frank@faimoint.net Rodney Andreasen, Director of Emergency Management; 2819 Panhandle Rd., 3,229,193 Operations Complex, Marianna, FL 32446; 850-718-0007; Cell 850-573-1058; randreasen@jacksoncountl11.com 1,064,375 Michael White, City Manager; 825 Ohio Ave., Lynn Haven, FL 32444; 865-265-2121, Cell 850-814-87 40; citymanager@cityoflynnhaven.com 47,828 Tanya Castro, City Administrator, 201 Paradise Path, Mexico Beach, FL 32410 t.castro@mexicobeachgov.com 25 OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE Panama City Beach, FL Reduction by Grinding (54,233 CY), Haul out 1/14/2019-1/2412019 Emergency Push Removed & Disposed: vegetation; C&D; Leaners (20,044), Panama City, FL Hangers (32,472 Trees); Stumps (6,962); Reduced by Grinding 10/11/2018-Ongoing (2,289,446 CY) & Compacted C&D (1,615,450 CY); Debris removed from eligible parks, cemeteries & schools Monitored bv Landfall Strateaies Emergency Push Parker, FL Removed & Disposed: vegetation; C&D; Leaners (344); 10123/2018-513/2019 Hangers (846 Trees); Slumps (21 ); Reduced by Grinding (389,576 CY) C&D Compaction (159,188 CY); Monitored by Tetra Tech Washington Co, FL Removed & Disposed: vegetation; Leaners (10,301); Hangers 10/18/2018-5/3112019 {35,683 Trees) Stumps (108); Reduced by Grinding (1,445,814 CY); Monitored bv Witt O'Briens 2018 Hurricane Florence 18 Activations -16 DMS's -FEMA-DR-4292-NC CAT 1 (NC & SC) Removed & Disposed: vegetation; Leaners (275); Hangers Bald Head Island, NC (3,148 Trees); White Goods (225); HHW (1,440 Lbs); Reduced 10/10/2018-2/20/2019 by Grinding (24,599 CY) C&D Compaction (7,858 CY); Monitored bv Landfall Strateqies Bolivia, NC Removed & Disposed: vegetation; Leaners (10); Hangers (36 10/2/2018-1/1512019 Trees); Reduced by Grinding (749 CY); Monitored by Landfall Strateqies Removed & Disposed: vegetation; Leaners (2,196); Hangers Brunswick Co, NC (19,333 Trees); Reduce by Grinding (323,631 CY); Monitored by 9/26/2018-1/24/2019 Landfall Strategies Caswell Beach, NC Removed & Disposed: vegetation; Leaners (3); Hangers (182 1015/2018-1 /22/2019 Trees); Reduced by Grinding {8,721 CY); Monitored by Landfall StrateQies Duplin Co, NC Removed & Disposed: vegetation; White Goods (1,186); HHW 10/1/2018-12/11/2018 (6,200 Lbs); Reduced by Grinding (92,323 CY) C&D Compaction /97,708 CY); Monitored bv Tetra Tech Fayetteville, NC Removed & Disposed: vegetation; Reduced by Grinding 9/26/2018-11/30/2018 (126,511 CY); Monitored by Tetra Tech Removed & Disposed: vegetation; Leaners (39,190); Hangers Jacksonville, NC (2,823 Trees); Reduced by Grinding (273,804 CY); Monitored by 9/7/2018-2/6/2019 Thompson Leland, NC Removed & Disposed: vegetation; Leaners (143); Hangers (872 9129/2018-12/21/2018 Trees); Reduced by Grinding (113,667 CY); Monitored by Landfall Strateaies PROJECT VALUE $443,085 $78,421,709 $7,865,964 $23,870,365 $29,914,480 Total Event Cost $1,378,786 $15,489 $6,106,287 $154,906 $2,682,013 $1,991,073 $5,245,709 $1,527,901 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONT ACT 18,074 Janine Thomas, PW Senior Administrative Support Specialist, 116 S. Arnold Road Panama City Beach, FL 32413 850-233-5100 jthomas@QcQgov.com 5,754,852 Neil Fravel, Director of Public Works; 819 E. 11th Street, Panama City, FL 32401; 850-872-3015; nfravel@Qcgov.org 783,286 Ashley Rizzo Human Resources, Benefits & Safety Administrator, 850-871-4104, aarizzo@cityofparker.com ; 1001 West Park Street, Parker, FL 32404 850-960-1908, Cell 850-528-9032; narowell@cityofQarker.com 1,948,246 Ms. Lynne Abel, EM Public Safety Director; 2300 Pioneer Road, Chipley, FL 32428; 850-638-6203; label@washingtonfl.com 2,190,278 Total Event CY 38,327 Chris Clemmons, Director of Public Works; 110 Rothschild Street, Holden Beach, NC 28463; 910-842-6488: pworks@hbtownhall.com Chris McCall-Village Manager, 910-457-9700; cmccall@villagebhi.org 1,110 Dustin Graham, Director of Public Works; 700 Sunset Blvd., Sunset Beach, N 28468; 910-579-6297 ext 1048, Cell 910-443-1144; dgraham@sunsetbeachnc.gov Jane Marshton, Maver; 910-471-2024 Wyatt Richardson, Operation Services Director of Parks & Recreation; 385,556 102 Town Hall Drive, Leland, NC 28451; 910-332-4651, Cell 910-470-7347; wrichardson@townofleland.com Micki Bozeman, Solid Waste Coordinator, micki.bozeman(a)brunswickcountvnc.aov Mayor Jane Marston; PO Box 93, Bollivia, NC 28422; 910-471-2024; 11,794 townhall.bolivia@atmc.net; 229,937 Chris Vernon, Emergency Management Director; 209 Seminary St. Kenansville, NC 28349; 910-296-2160 x224, Cell 910-271-2772; chris.vernon@duQlincountync.com Jackie Tuckey, Public Information Officer 910-433-1854 jtuckey@ci.fay.nc.us 153,445 Scott L. Bullard, Emergency Manager of Fire/EM; 433 Hay St., Fayetteville, NC 28301; 910-433-1789, Cell 910-551-4208; sbullard(a)ci.fav.nc.us Wally Hansen, Public Services Director -Engineering & Construction; PO Box 128. 346,145 Jacksonville, NC 28451; 910-938-5260; whansen@ci.jacksonville.nc.us; Dr. Richard L. Woodruff, City Manager; 910-938-5220; cilvmanaaer@ci.iacksonville.nc.us 132,975 Wyatt Richardson, Operations Services Director; 102 Town Hall Drive, Leland, NC 28451 Ofc: 910-332-4651 Cell: 910-470-7347 wrichardson@townofleland.com 26 IGUi:i= OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE Navassa, NC Removed & Disposed: vegetation; C&D; Monitored by Landfall 10/23/2018-11/28/2018 Strategies Northwest, NC Removed & Disposed: vegetation; C&D; Leaners (15); Hangers 10/16/2018-11/17/2018 (81 Trees); Monitored by Landfall Strategies North Topsail Beach, NC Removed & Disposed: C&D; Reduction by C&D Compaction 9/18/2018-12/19/2018 (40,177 CY); Sandscreening {37,170 CY); Monitored by Tetra Tech Oak Island, NC Removed & Disposed: vegetation; Leaners (154); Hangers 10/9/2018-1/23/2019 (2,752 Trees); Reduced by Grinding (55,965 CY); Monitored by Landfall Strateaies Onslow Co, NC Removed & Disposed: vegetation; Leaners (78); Hangers (9,313 Trees); Reduced by Grinding (408,348 CY); Monitored by Tetra 9/30/2018-1/12/2019 Tech Sandy Creek NC Removed & Disposed: vegetation; Reduced by Grinding (1,188 10/15/2018-11/12/2018 CY); Monitored by Landfall StrateQies SCOOT Removed & Disposed: vegetation; Monitored by Thompson 9/4/2018-11 /28/2018 Shallote, NC Removed & Disposed: vegetation; Leaners (46); Hangers (563 10/5/2018-1/16/2019 Trees); Reduced by Grinding (10,169 CY); Monitored by Landfall Strateaies Swansboro, NC Removed & Disposed: vegetation; Leaners (8); Hangers (87 9/7/2018-11/7/2018 Trees); Reduced by Grinding {30,816 CY); Monitored by Thompson Varnamtown, NC Removed & Disposed: vegetation; Leaners {9); Hangers (283 10/11/2018-1/15/2019 Trees); Reduced by Grinding (4,368 CY) ; Monitored by Landfall Stratecies 2018 Project Other Projects 4 Contracts Dauphin Island, Al Tropical Storm Gordon -Sand Removal Eastern Shipbuiding Group Dredging Orange Beach, Al Sand Removal TNC -The Nature Constructed Living Shoreline; Channel Dredging; Spoils Conservancy Removal and Helen Woods Park Oyster Castle Pallets; Debris removed from eliQible parks 2018 Red Tide/ Fish Kill 6 Contracts Activated for Event Cleanup Barrier Islands Park, Boca Grande, Fl 8/8/2018-Remove debris from beach 8/14/2018 PROJECT VALUE $184,995 $29,944 $1,282,198 $1,764,065 $6,349,470 $14,987 $117,975 $151,948 $535,676 $68,261 $793,126 $14,000 $741,332 $2,200 $28,800 $2,341,980 Total Event Cost $7,051 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT 17,724 Mayor Eulis Willis; 334 Main St., Navassa, NC 28451; 910-371-2432; mayor@townofnavassa.org 2,097 Mayor James Knox -910-515-9677 -cityofnorthwest@cityofnorthwest.com 62,474 Thomas Best, Public Works Director; 3315 Gray St., North Topsail Beach, NC 28460; 910-328-9297, Cell 910-376-0453; tbest@ntbnc.org 150,972 David Kelley, Town Manager; dkelly@ci.oak-island.nc.us 567,036 Norman Bryson, Emergency Services Director; 1180 Commons Drive North, Jacksonville, NC 28546; 910-34 7-4270, Cell 910-340-5033; Norman Brvson(a)onslowcountvnc.aov 1,410 Genn Marshall, Mayor; 910-655-6028 or 240-256-0810 4,867 Tom Johnson, SCOOT Manager/ Emergency Operation; 803-354-2288; iohnstonalii)scdot.ora 11,863 Mimi Gaither, Town Administrator; 910-619-7452 37,536 Scott Chase, Town Manager; 601 W. Corbett Avenue, Swansboro, NC 28584; 910-326-4428 x 175, Cell 910-712-4500; schase@ci.swansboronc.us 4,938 Judy Galloway, Mayor; 910-842-6697; jllg@atmc.net Hourly Mayor Jeff Collier; 1011 Bienville Blvd.; Dauphin Island, AL 36528 251-861-5525; jcollier@townofdaul)hinisland.org Hourly Greg Bourdreaux, Project Manager 2200 Nelson Street Panama City, FL 32402 850-763-1900 xi. 3328 Cell: 850-819-9093, gboudreaux@easternshil)building.com Hourly Phillip West, Coastal Resource Manager; 4101 Ogange Beach Blvd., Orange Beach, AL 36561; 251-981-6788, Cell 251-7 47-6166; l)west@orangebeachal.gov Hourly Mary Kate Brown, Coast Projects Manager, 118 N. Royal St. Suite 500 Mobile, AL 36602 251-433-1150 Cell: 251-550-3728, mkbrown@tnc.org Hourly Sharon McKenzie, Exec. Dir., Barrier Islands Parks Society, PO Box 637, Boca Grande, FL 33921, 941-964-0060, smckenziebil)s@gmail.com 27 lGULi= OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE Collier Co, FL Remove debris from Canal & Bay $47,444 8/27 /2018-9/4/2018 Ft Myers Beach, FL Remove debris from Beach / Canal & Bay $262,767 7 /31/2018-8/12/2018 Lee Co, FL Remove debris from Beach / Canal & Bay $374,201 8/20/2018-9/3/2018 Sanibel, FL Remove debris from Beach / Canal & Bay $1,556,961 7 /31/2018-9/6/2018 Sarasota Co, FL Remove debris from Beach $93,556 8/28/2018-8/31/2018 2017 Hurricane Nate 3 Contracts Activated for Event $2,119,616 Total Event Cost Dauphin Island, AL Clearing Sand from the Roads $2,100,704 10/8/2017-4/3/2018 Dauphin Island Water Authority, AL Sand Push $5,702 12/12/2017-12115/2017 Mobile, AL Removed & Disposed: C&D, $18,911 11/16/2017-11 /20/2017 2017 Hurricane Irma 64 Contracts Activated for Event -115 OMS Managed for Event $202,589,827 Total Event Cost Apopka,FL Removed & Disposed: vegetation, hangers (1,194 ea), stumps 9/24/2017-01/26/2018 (15); Tasks: Storm Sewer Cleaning; Monitored by Landfall $2,108,037 Strateqies Removed & Disposed: vegetation, hangers (894 Trees), leaners Arcadia, FL 10/2/2017-12/11/2017 (107 trees), stumps(13); burned (33,868); Reduced: at 1 site by $499,522 burning; Monitored by Landfall Strategies Aventura, FL Removed & Disposed: vegetation, mulch, hangers (708 Trees) $379,842 9/15/2017-11107 /2017 Reduced by Grinding at 1 site; Monitored by Volkert Removed & Disposed: C&D, vegetation, grind (412,401), Bonita Springs, FL mulch, leaners (357) / hangers (10,148 trees) $6,521,630 9/23/2017-12/12/2017 Reduced: at 1 site by grinding Monitored bv Thomoson -AOMS Brevard Co, FL Removed & Disposed: C&D, vegetation, mulch 9/18/2017-11/29/2017 Reduced: at 4 site by grinding $2,370,625 Monitored bv Tetra Tech -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONTACT Hourly Gary McAlpin, Ga[Y.McAIQin@colliercount)'.fl.gov Hourly Chelsea O'Riley, chelsea@fmbgov.com Hourly Mary Tucker, Dir of Procurement, Lee Co Board of County Commissioners, 1500 Monroe St, 4th Floor, Ft Myers, FL 33901, 239-533-8881, mtucker(a)leeaov.com Hourly Laura Zautcke, Ops Manager, City of Sanibel, 800 Dunlop Rd, Sanibel, FL 33957, 239-472-9615, ext 368, Laura Zautcke@mysanibel.com Hourly Lois Rose, Solid Waste Mgr. 4000 Knights Trail Road Nokomis, FL 34275 Ofc: 941-861-1589 Cell: 941-650-0722 Fax: 941-486-2620 lerose(a)scaov.net 165,947 Total Event CY Jeff Collier, Mayor, 1011 Bienville Blvd, Dauphin Island, AL 36528, 251-861-5525, 163,903 jcollier@townofdauQhinisland.org Wanda Sandagger, Administrative Assistant, 1011 Bienville Blvd, Dauphin Island, AL 36528, 251-861-5525, wsandanner(a)townofdaunhinisland.ora Hrly Vaile Feemster, DIWSA@AOL.COM 2,044 Bill Harkins, Public Works Dir, harkinsb@citl£ofmobile.org 10,447,423 Total Event CY 150,295 Josh Robinson, Solid Waste Operations Manager,748 E. Cleveland St. Apopka, FL 32703, 407-703-1731 fax: 407-703-1748 jrobinson@aQoQka.net Beth Carsten, Finance Director 23 North Penny Delaney, City Clerk 23 North Polk Polk Ave. Arcadia, FL 34266, 863-494-Ave. Arcadia, FL 34266 863-494-4114 33,868 4114 fax: 863-494-4712 fax: 863-494-4712 Qdelaney@arcadia-ecarsten@arcadia-fl.aov fl.aov Joseph Kroll, Public Works Director Alan Levin, Public Works Operations 19200 W. County Club Drive Aventura, FL Manager 19200 W. Country Club Drive 8,367 33180 cell: 305-525-1694, ofc: 305-466-8970 fax: 305-466-3277 Aventura, FL 33180 cell: 305-218-6844 ofc: ikroll(a)citvofaventura.com 305-466-8931 alevine@cityofaventuracom Matt Feeney, Public Works Director 9101 Arleen Hunter, Assistant City Manager 440,154 Bonita Beach Road, Bonita Springs, FL 9101 Bonita Beach Road, Bonita Springs, 34135 ofc: 239-949-6246 fax: 239-949-FL 34135 ofc: 239-949-6262 6245 matt.feenev@citvofbonitasorinas.orq Ar1een.hunterlmcitvofbonitasorinas.ora 172,031 "Euri" Euripides Rodriguez, SW Dir, 2725 Judge Fran Jamieson Way, Bldg A, Ste 118, Viera, FL 32940, 321-633-2042, euriQides.rodriguez@brevardcounty.us 28 jc;UL# OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE Removed & Disposed: C&D, vegetation, mulch, leaners (58) / Casselberry, FL hangers (26 trees), stumps (21) $364,046 9/20/2017-01/03/2018 Reduced: at 4 site by grinding Monitored by Tetra Tech -ADMS Charlotte County, FL Removed & Disposed: C&D, vegetation, leaners (238) / $1,032,095 11/11/2017-01/26/2018 hangers (5,070 trees); Monitored by Tetra Tech -ADMS Chatham Co, GA Removed & Disposed: C&D, vegetation, mulch, grind (60,495) 9/20/2017-1/9/2018 Reduced: at 1 site by grinding $440,701 Monitored by Thompson-ADMS Clay Co, FL Removed & Disposed: C&D, vegetation, mulch, leaners I 9/18/2017-1/10/2018 hangers; Reduced: at 6 site by grinding $5,593,903 Monitored bv Landfall Strateaies Cocoa Beach, FL Removed & Disposed: C&D, vegetation, mulch, compacted 9/18/2017-10/25/2017 C&D; Reduced: at 1 site by grinding $207,256 Monitored bv Tetra Tech -ADMS Removed & Disposed: vegetation, mulch, Stumps (6) Coleman, FL 9/25/2017-12/18/2017 Reduced: at 1 site by grinding $28,464 Self Monitored Collier County, FL Removed & Disposed: drainage ditch debris, stumps (1,360}, $13,212,025 5/15/2018-11/30/2018 leaners (714); Monitored by Tetra Tech -ADMS Deltona, FL Removed & Disposed: vegetation, mulch, leaners (99) I 9/19/2017-12/18/2017 hangers (2,734 trees}; Reduced: at 1 site by grinding $3,257,453 Monitored bv Tetra Tech -ADMS Removed & Disposed: vegetation, mulch, leaners (459) I DeSoto Co, FL hangers (1 trees), stumps (228); $1,479,493 10/2/2017-02/15/2018 Reduced: at 1 site by grinding Monitored by Landfall Strategies Edgewater, FL Removed & Disposed: vegetation $409,726 9/19/2017-11/2/2017 Monitored by Witt O'Briens -ADMS Removed & Disposed: vegetation, mulch Edgewood, FL 9/21/2017-11/9/2017 Reduced: at 1 site by grinding $214,703 Monitored by Landfall Strategies Estero, FL Removed & Disposed: vegetation $30,998 09/22/2017-02/04/2018 Monitored by Rostan Flagler Beach, FL Removed & Disposed: vegetation, C&D, mulch $320,364 9/22/2017-10/21/2017 Reduced: at 2 site by grinding; Monitored by Thompson -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT Mr. Charles "Chuck" Smith Public Willie Velez, Procurement Administrator Works Parks and Facilities Supervisor 95 20,817 Triplet Lake Drive Casselberry, FL 32707 95 Triplet Lake Drive Casselberry, FL cell: 321-388-4194 ofc: 407-262-7725 xt. 32707 ofc: 407-262-7700 xt. 1137 fax: 1717 csmithliilcasselberrv .ora 407-262-7746, wvelez@casselbeqy.org 6,193 Tons Richard Allen, SW Operations Manager, 25550 Harbor View Rd, Unit 2, Part Charlotte, FL 33982, 941-764-4393, richard.allen@char1ottecountyfl.gov Robert Drewry, Director of Public Works Robin L. Maurer, Assistant Purchasing 7226 Varnedoe Drive Savannah, GA Director 1117 Eisenhower Drive, Suite C 26,958 31406 ofc 912-652-6842 fax: 912-652-Savannah, GA 31406 ofc: 912-790-1623 6845 rwdrew!}'@chathamcounty.org fax: 912-790-1627 rlmaurer@chathamcountv.orn John Ward, EM Dir, 2519 SR 16 W, Green Cove Springs, FL 32043, 904-541-2767, 516,358 John. Ward@claycountygov.com 16,838 Rob Strong, Project Manager, Public Works, 1600 Minutemen Causeway, Cocoa Beach, FL 32932, 321-868-3316, rstrong@cityofcocoabeach.com Mayor Milton Hill, 3502 E. Warm Springs Ruth Busby, Public Services Director 3502 Avenue Coleman, FL 33521 cell: 352-E. Warm Springs Avenue Coleman, FL 2,557 978-9938 ofc: 352-748-1017 Fax: 352-33521 ofc: 352-748-1017 Fax: 352-748-7 48-2291 miltonhillliilcitvofcolemanfl.com 2291 ruthbusbvliilcitvofcolemanfl.com 41,838 Gino Santabarbara, Tony Barone, Gino.Santabarbara@colliercountyfl.gov Tony.Barone@colliercountyfl.gov Matt Doan, PW Dir, 2345 Providence Blvd, Deltona, FL 32725, 386-878-8950, 288,403 mdoan@deltonafl.gov Tom Moran, Emergency Management Cindy Talamantez, Puchasing Director 201 Director 2200 NE Roan Street Arcadia, FL 91,100 34266 Cell: 863-993-5855, Ole: 863-993-E. Oak Street, Suite 203 Arcadia, FL 34266 4831, Fax: 863-993-4840 Ole: 863-993-4816 Fax: 863-993-4819 t.moranliildesotobocc.com c.talamantez@desotobocc.com 57,937 Brenda DeWees, Dir of Env Services, 409 Mango Tree Drive Edgewater, FL 32132 386-424-2400, bdewees@cityofedgewater.org Bea L. Meeks, City Clerk, 405 Larue Ave. Mayor Ray Bagshaw 405 Larue Ave. Edgewood, FL 32809 Cell: 352-267-8839, Edgewood, FL 32809 Cell: 407-230-0355, 14,939 Ole: 407-851-2920 Fax: 407 -851-7361 Ole: 407-851-2920 bmeeksliilednewood-fl.nov rbaashaw@edaewood-fl.nov 1,596 David Willems, Public Works Director 9401 Corkscrew Palms Circle Estero, FL 33928 239-221-5035 willems@estero-fl.gov 25,535 Larry Newsom, City Manager, 105 South Second St, Flagler Beach, FL 32136, 386-517-2000, lnewsom@cityofflaglerbeach.com 29 OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE PROJECT VALU FL DEP -Waterway Waterway Debris Removal; Remove waterway debris with boats to $43,636,590 09/18/2017-03/31/2018 an offload site, load onto trucks for disposal Flagler Co, FL Removed & Disposed: vegetation 9/26/2017-11 /6/2017 Monitored by Eisman Russo $402,926 Removed & Disposed: vegetation, mulch, leaners (47) / Ft Myers, FL hangers (3,060 trees) 9/27 /2017-12/5/2017 Reduced: at 2 site by grinding $3,757,646 Monitored bv Thomoson -ADMS Ft Myers Beach, FL Removed & Disposed: vegetation, mulch 9/27 /2017-12/7 /2017 Monitored by Thompson -ADMS $257,847 Glades Co, FL Removed & Disposed: vegetation, C&D 10/3/2017-2/26/2018 Reduced: at 6 site by burning $397,295 Monitored by Thompson -ADMS Hardee Co, FL Removed & Disposed: vegetation, C&D, hangers (5,592), 9/19/2017-1/31 /2018 leaners (3) $1,067,905 Monitored by Witt O'Briens -ADMS Hilton Head, SC Push Operations $25,241 Push Operations Jupiter, FL 9/11/2017-10/24/2017 Removed & Disposed: vegetation, C&D $370,420 Monitored by Tetra Tech -ADMS Kissimmee, FL Removed & Disposed: vegetation, C&D, mulch, e-waste (21) 9/18/2017-12/16/2017 Reduced: at 1 site by grinding $494,146 Monitored by Tetra Tech -ADMS Lake Co, FL Removed & Disposed: vegetation, mulch, hangers (3,918 9/16/2017-02/28/2018 trees), leaners (22); Reduced: at 3 site by grinding $6,114,179 Monitored by Tetra Tech -ADMS Lake Mary, FL Removed & Disposed: vegetation, C&D, mulch, leaners (10), 9/19/2017-12/9/2017 hangers (453 trees); Reduced: at 1 site by grinding $563,577 Monitored by Thompson -ADMS Lakeland, FL Removed & Disposed: vegetation, C&D, mulch, leaners (413), 9/19/2017-02/09/2018 hangers (12,189 trees), stumps (6); Reduced: at 3 site by $3,345,920 grinding; Monitored by Thompson -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL E APPROX.CY CONTRACTING POINT OF CONT ACT Scott Woo lam, Sr Program Analyst, Div of State Lands, 3900 Commonwealth Blvd, Mail 267,008 Station 100, Tallahassee, FL 32399-3000, 850-245-2806, Scott.Woolam@de12.state.fl.us 22,491 Richard Gordon, Asst Co Engineer, 1769 E Moody Blvd, Building 2, Bunnell, FL 32110, 386-313-4006, rgordon@flaglercounty.org Mr. Saeed Kazemi, City Manager 2200 Second Street Ft. Myers, FL 33901 Cell: Sandra Ryan, Interim Dep. City Clerk 2200 258,992 239-851-1753 Ofc: 239-321-7024 Second Strei Ft. Myers, FL 33901 Ofc: 239-SKazemi(a)citvfvmvers.com 321-7035 Roger Hernstadt, Town Manager 2523 Scott Baker, Director of Public Works 20,298 Estero Blvd. Fort Myers Beach, FL 33931 2523 Estero Blvd. Fort Myers Beach, FL Ofc: 239-765-0202 Fax: 239-765-0909 33931 Cell: 239-218-7733 Ofc: 239-765-Roaer(a)fmbaov.com 0202 sbaker(a)fortmversbeachfl.aov Angela Snow Colegrove, EM Director Paul Carlisle, County Manager 500 Ave 42,414 500 Ave J. Moore Haven, FL 33471 Cell: J. Moore Haven, FL 33471 Ofc: 863-946-863-673-1837 Ofc: 863-946-6020 Fax: 863-946-1091 asnow/ol mvalades.com 6000 ~arlisle@myglades com Jill Newman, EM Director 404 W. Orange Willie Nabong, PW Director 205 Hanchey 67,343 St. Wauchula, FL 33873 Cell: 863-832-Road Wauchula, FL 33873 Ofc: 863-773-0324 Ofc: 863-773-6373 Fax: 863-773-3272 Fax: 863-773-0107 9390 iill.newman(a)hardeecountv.net willie.nabonn@hardeecountv.net Hrly Jennifer Lyle, Asst Town Engineer, One Town Center Ct, Hilton Head Island, SC 29928 843-341-4779, jenniferl@hiltonheadislandsc.gov ' Mr. Thomas "Tom" Discoll, Director of Mr. Doug Koennicke, Town Engineer 210 Engineering & Public Works 210 Military 43,668 Trail Jupiter, FL 33458 Cell: 561-440-Military Trail Jupiter, FL 33458 Ofc: 561-0213 Ofc 561-741-2215 Fax: 561-741-741-2258 Cell: 561-723-4680, 2515 thomasd(ri)iuciter.fl.us dougk@ju12iter.fl.us Kerrith Fiddler, PW Director, 101 Church George Allen,PW Operations Assistant 29,638 Street, Suite 301 Kissimmee, FL 34741 Director 101 Church Street Kissimmee, FL Cell: 407-252-7823 Ofc: 407-518-2164 34741 Ofc: 407-518-2523 Cell: 407-624-kfiddler(ri)kissimmee.oro 0155 aallen®kissimmee.orn Mary Hamilton Environmental Services David Salinas, Public Works Landfill Supervisor.,13130 County Landfill Rd.,. 355,512 Mgr., 323 N. Sinclair Ave. Tavares, FL Tavares, FL 32778 Cell: 352-636-0851 Ofc: 32778 Ofc: 352-483-9006 mhamilton@lakecountyfl.com 352-343-3776 Fax: 352-253-1690 dsalinas(ii)lakecountvfl.aov Bruce Paster, PW Director 911 Wallace Jill Alvarez, Purchasing Coordinator 100 N. 43,935 Court Lake Mary, FL 32746 Country Club Road Lake Mary, FL 32746 Cell: 407-463-8133 Ofc: 407-585-1452 Ofc: 407-585-1403 Fax: 407 -585-1464 bnaster/ol lakemarvfl .com ialvarez@lakemarvfl.com Heath Frederick, PW Director Greg James, PW Assistant Director 228 S. 228,996 228 S Massachusettes Ave. Lakeland, FL Massachusetts Avenue Lakeland, FL 33801 33801 Cell: 386-747-2370, Ofc: 863-834-Cell: 863-608-1468 Ofc: 863-834-6040 6001 heath.frederick@lakelandaov.net nren.iames@lakelandaov.net 30 /GULF OWNER/LOCATION & TIMELINE DESCRIPTION OF WORK PROJECT VALUE Lauderdale-By-The-Sea, FL Removed & Disposed: vegetation, hangers (131 trees) 9/16/2017 -10/9/2017 Monitored by Witt O'Briens -ADMS $71,211 Lazy Lakes, FL Removed & Disposed: vegetation, hangers (3 trees) 9/17 /2017-10/15/2017 $2,887 Lee Co, FL Removed & Disposed: vegetation, C&D, mulch, leaners (3,733) 9/16/2017-7 /5/2018 hangers (70,730 trees); Reduced: at 13 site by grinding $29,654,974 Monitored by Thompson -ADMS Miami Springs, FL Push Operations; Removed & Disposed: vegetation, C&D, 9/14/2017-02/15/2018 mulch, leaners (314), hangers (3,862 trees), stumps (74) $3,673,278 Reduced at 1 site by grinding; Monitored by Thompson -ADMS Miami, FL Removed & Disposed: vegetation, C&D, mulch, leaners (162), 10/4/2017-12/14/2017 hangers (4,213 trees), stumps (103) Reduced: at 1 site by $1,452,739 grinding; Monitored by Tetra Tech -ADMS Mount Dora, FL Removed & Disposed: vegetation 9/26/2017-10/28/2017 Reduced: at 1 site by grinding $638,401 Monitored by Tetra Tech -ADMS Nags Head, NC Supplied water pumps for standby use 9/8/2017-10/12/2017 $11,486 Nassau Co, FL Removed & Disposed: vegetation, mulch, leaners (81), hangers 9/18/2017-2/9/2018 (7,113 trees); Reduced: at 1 site by grinding $2,978,945 Monitored by Witt O'Briens -ADMS Removed & Disposed: vegetation, mulch, leaners (6), hangers North Port, FL 9/15/2017-12/13/2017 (675 trees); Reduced: at 1 site by grinding $737,413 Monitored by Rostan / Hall Pass -ADMS Ocala, FL Push Operations; Removed & Disposed: vegetation, mulch, 9/18/2017-02/26/2018 leanres (96), hangers (377 trees); Reduced: at 2 site by grinding $1,838,624 Monitored by Tetra Tech -ADMS Removed & Disposed: vegetation, ash, mulch, leaners (5), Okeechobee Co, FL 9/22/2017-12/08/2017 hang_ers (1,742 trees); Reduced: at 1 site by burning & grinding $1,412,646 Monitored by Culpepper & Terpening -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater,~FL APPROX.CY CONTRACTING POINT OF CONT ACT Don Prince, Director of Municipal Ralph "Bud" Bentley, Town Manager Services 4501 N. Ocean Drive 6,748 Lauderdale-By-The-Sea, FL 33308 Cell: 4501 Ocean Drive Town of Lauderdale-By-954-275-0808 Ofc: 954-640-4232 Fax: The-Sea, FL 33308 Ofc: 954-640-4200 Fax: 954-776-0578 DonP(a)lbts-fl.oov 954-776-1857 budb@flts-fl.gov Melissa Augustin, City Attorney, 3099 E Commercial Blvd, Ste 200, Ft Lauderdale, FL 332 33308, 954-771-4500, maugustin@cityatty.com Jason Fournier, Public Utilities Mgr, Jim Bjostad, Public Safety Emergency Public Utilities Manager 10500 Manager 2675 Ortiz Ave. Ft. Myers, FL 1,729,186 Buckingham Rd. Fort Myers, FL 33905 33905 Cell: 239-476-2147 Ofc: 239-533-Cell: 239-229-5733 Ofc: 239-533-8000 0617 Fax: 239-477-3636 Fax: 239-338-3337 ifournier(a)leenov.com jbjostad@l~ov.com Tammy Romero, Procurement Specialist William Alonso, City Manager 201 141,744 201 Westward Drive Miami Springs, FL Westward Drive Miami Springs, FL 33166 33166 Ofc: 305-805-5035 Fax: 305-805-Ofc: 305-805-5014 alonsow@miamisnrinns 5018 romerot(a)miamisorinas-fl.aov fl.nov Mario F. Nunez, Solid Waste Director Robert Williams, Solid Waste 64,163 1290 N.W. 20 Street Miami, FL 33142 Superintendent 1290 N.W. 20 Street Miami, Ofc: 305-960-2804 Fax: 305-960-2850 FL 33142 Ofc: 305-960-2837 Fax: 305-960-mfnunez(a)miamiaov.com 2845 robwilliams@miamiaov.com Mike Sheppard, Dep. Director Finance John McKinney, Finance Director 510 N. 32,907 510 N Baker St. Mount Dora, FL 32757 Baker St. Mount Dora, FL 32757 Ofc: 352-Ofc: 352-735-7179 Cell: 352-408-4692 735-7158 Cell: 321-205-6401 sheooardm(a)citvofmountdora.com mckinnevi(a)ci.mount-dora.fl.us David Ryan, Town Engineer, 2200 Lark Ave. Nags Head, NC 27959 ofc. 252-441-6221, Hrly cell 252-475-0038, fax: 252-441-3350 david.!}'.an@nagsheadnc.gov Scott Herring PW Director 46026 Landfill Shanea Jones, County Manager 96135 209,674 Rd. Callahan, FL 32011 Ofc: 904-491-Nassau Pl. Suite 1 Yulee, FL 32097 Ofc: 7330 Cell: 904-583-5665 Fax: 904-879-904-530-6010 Fax: 904-321-5784 6323 sherrinn@nassaucountvfl.com siones(a)nassaucountvfl.com Monica Bramble, Asst. PW Director 1100 Frank Lama, Solid Waste Manager 1100 N. Chamberlin Blvd. North Port, FL 34286 47,241 Ofc: 941-240-8060 Cell: 941-628-0015 Chamberlain Blvd. North Port, FL 34286 Fax: 941-240-8063 Ofc: 941-240-8074 Fax: 941-429-7079 mbramblelmcitvofnorthoort.com flama@cityofnorthQort.com Darren Park, PW Director 1805 NE 30111 Ken Whitehead, Asst. City Manager 1805 129,645 Ave. Bldg. 300 Ocala, FL 34470 Ofc: 352-NE 30111 Ave Bldg 600 Ocala, FL 34470 Ofc: 351-6733 Cell: 352-414-8622 Fax: 352-352-401-3974 Cell: 352-857-1223 351-6731 doark(a)ocalafl.ora kwhitehead(a)ocalafl.ora Mitchell Smeykal, EM Director 707 NW Russell Rowland, Asst Co Administrator 6111 St. Ave Okeechobee, FL 34972 Ofc: 1700 NW 9111 Ave. Suite D Okeechobee, FL 122,407 863-763-3212 Cell: 863-634-6273 34972 Ofc: 863-763-1811 Fax: 863-763-1569 Cell: 863-697-0121 Fax: 863-763-5529 msmevkal@co.okeechobee.fl.us rrowland(a)co.okeechobee.fl.us 31 IGUli= OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE Removed & Disposed: vegetation, mulch, ash, leaners (152), Orange Co, FL hangers (3,762 ea & 15,556 trees), stumps (4), marine debris $6,869,563 9/15/2017-2/26/2018 Reduced: at 3 site by grinding; Monitored by Tetra Tech -ADMS Orlando, FL Removed & Disposed: vegetation, mulch, hangers (2,974 trees) 9/22/2017-12/1/2017 Reduced: at 2 site by grinding $1,316,790 Monitored by Thompson -ADMS Ormond Beach, FL Removed & Disposed: vegetation, mulch, leaners (20), hangers 9/16/2017-10/26/2017 (3,608 trees); Reduced: at 1 site by grinding $2,022,282 Monitored bv Thomoson -ADMS Palm Coast, FL Removed & Disposed: vegetation, C&D $162,856 10/13/2017-11/6/2017 Monitored by True North -ADMS Palm Springs, FL Removed & Disposed: vegetation $133,345 9/15/2017-11 /2/2017 Monitored by Thompson -ADMS Removed & Disposed: vegetation, mulch, hangers (97 trees) Palmetto, FL Reduced: at 1 site by grinding $202,411 10/5/2017-11/21/2017 Monitored by Witt O'Briens -ADMS Plantation, FL Removed & Disposed: vegetation, hangers (2,104 trees) $1,714,266 9/19/2017-1/8/2018 Monitored by Witt O'Briens -ADMS Polk Co, FL Removed & Disposed: vegetation, mulch, leaners (71 ), hangers 9/15/2017-04/05/2018 (27,456 trees); Reduced: at 11 site by grinding $27,921,453 Monitored by Tetra T ec -ADMS Polk Co School Board, FL Removed & Disposed: vegetation, leaners (27), hangers (2,516 $345,164 11 /4/2017-02/28/2018 trees); Monitored by Tetra Tech -ADMS Punta Gorda, FL Removed & Disposed: vegetation, mulch, leaner (1), stump (1) $131,971 9/20/2017-10/16/2017 Reduced: by grinding Putnam Co, FL Removed & Disposed: vegetation, mulch, 9/21 /2017-2/2/2018 Reduced: at 4 site by grinding $3,935,714 Self Monitored CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONTACT Ralphetta Aker, PW Fiscal & Op Support Jennifer Cummings PW Stormwater Manager 4200 South John Young 364,326 Parkway Orlando, FL 32839 Ofc: 407-Manager 4200 S. John Young Pkwy Orland, 836-8011 Fax: 407-836-7788 FL 32839 Ofc: 407-836-7795 Cell: 321-689-Ralohetta.Aker@ocfl.net 7624 jennifer.cummings@ocfl.net Mike Carroll, Solid Wast Div. Manager Rick Howard, PW Director 1028 S. Woods Ave. Orlando, FL 32805 1028 S. Woods Ave. Orlando, FL 32805, 57,928 Ofc: 407-246-3050 Cell: 407-538-8916 Ofc: 407-246-3222 Fax:407-246-2808 rick.howard@cityoforlando.net michael.carroll1mcitvoforlando.net Kevin Gray, PW Operations Manager 501 N. Orchard St. Ormond Beach, FL 32174 Ofc: 130,212 386-676-3577 Cell: 386-316-7725 kevin.gray@ormondbeach.org Jim Landon, City Manager 160 Lake Nester Abreu, PW Director 1 Welfield 22,007 Avenue Palm Coast, FL 32164 Ofc: 386-Grade Palm Coast, FL32137 Ofc: 386-986-986-3702 Fax: 386-986-3781 2360 Cell: 386-931-5177 ilandonlmnalmcoastnov.com nabreulmnalmcoastnov.com Mr. William "Bill" Golson, Dir. Parks and Kimberly Wynn, Village Clerk 226 Cypress 17,072 Recreation 226 Cypress Lane Palm Lane Palm Springs, FL 33461 Ofc: 561-Springs, FL 33461 Ofc: 561-964-8820 965-4010 Fax: 561-965-0899 Fax: 561-964-2387 bnolson@vnsfl.ora kwvnn(a)vosfl.ora Allen Tusing, PW Director 600 17th Javier Vargas Dep. Director PW 600 17th 17,730 Street W. Palmetto, FL 34221 Ofc: 941-Street W. Palmetto, FL 34221 Ofc: 941-723-4580 Cell: 941-737-0282 Fax: 941-723-4580 Fax: 941-723-4539 723-4539 atusin,,1mnalmettofl.oro ivaraas1mnalmettofl.orn Dawn Mehler, Administrative Analyst Steve Rodgers, PW Asst. Director 750 NW 194,605 750 NW 91st Avenue Plantation, FL 33324 91st Ave Plantation, FL 33324 Ofc: 954-452 Ofc: 954-797-2723 2535 Fax: 954-452-2548 dmehlerlmnlantation.ora srodaers1mn1antation.ora Michael Teate, Roads & Drainage Area Manager 3000 Sheffield Rd. Winter Jay Jarvis, Drainage Director, 2,171,245 Haven, FL 33880 Ole: 863-535-2200 jayjarvis@i;mlk-county.net, 300 Sheffield Cell: 863-581-0541 Rd, Winter Haven 33880, (863)535-2200 michaelteate1mnolk-countv.net 14,322 Scott Reeves, Senior Coordinator of Support Services, 1430 Hwy 60 East Bartow, FL 33830 863-534-5052 Scott.reeves@QQlk-fl.net Marian Pace, Procurement Manager 326 Howard Kunik, City Manager 326 West 17,770 West Marion Ave. Punta Gorda, FL 33950 Marion Ave. Punta Gorda, FL 33950 Ofc: Ofc: 941-575-3348 Cell: 941-628-1592 941-575-3301 Fax: 941-575-3310 Fax: 941-575-3340 moace(a)oaorda.us hkuniklmnnorda.us Larry Gast, Dir. Solid Waste/Sanitation Lynn Wooten Solid Waste Sanitation 140 County Landfill Rd. Palatka, FL Admin 140 County Landfill Rd. Palatka, FL 317,203 32177 Ole: 386-329-1200 Fax: 386-329-32177 Ofc: 386-329-1201 Cell: 386-937-0486 laq:y.gast@Qutnam-ll.com 5231 Fax: 386-329-0486 Lvnn.wasdinlmnutnam-fl.com 32 OWNER/LOCATION & TIMELINE DESCRIPTION OF WORK PROJECT VALU Sanford, FL Removed & Disposed: vegetation, C&D, mulch 9/18/2017-11/12/2017 Reduced: at 1 site by grinding $567,798 Monitored by Witt O'Briens -ADMS Sanibel Island, FL Removed & Disposed: vegetation, mulch, leaners (122), 9/18/2017-12/17/2017 hangers (720 trees), stumps (44); Reduced: at 1 site by grinding $2,217,420 Monitored by Witt O'Briens -ADMS Sarasota Co, FL Removed & Disposed: vegetation, mulch, leaners (2), hangers 9/1312017-1/19/2018 (77 trees); Reduced: at 3 site by grinding $2,819,743 Monitored by Tetra Tech -ADMS St Petersburg, FL Removed & Disposed: vegetation, mulch, stumps (8) 9/16/2017 -1219/2017 Reduced: at 1 site by grinding $1,190,184 Monitored by Tetra Tech -ADMS Stuart, FL Push Operations; Removed & Disposed: vegetation, mulch, 9/14/2017-10/27/17 leaners (2) / hangers (171 trees); Reduced: at 1 site by grinding $181,132 Monitored by Thompson -ADMS Sumter Co, FL Removed & Disposed: vegetation, mulch, leaners (274), 9/22/2017-2/24/2018 hangers (7,806 trees), stumps (78); Reduced: at 1 site by $1,391,971 grinding; Monitored by Thompson -ADMS Sunny Isles Beach, FL 9/26/2017-9/29/2017 Removed & Disposed: mulch $37,866 Sunrise, FL Removed & Disposed: vegetation, C&D, mulch, leaners (263), 9/1712017-11 /30/2017 hangers (3,804 trees); Reduced: at 3 site by grinding $2,557,532 Monitored by Tetra Tech -ADMS Tarpon Springs, FL Removed & Disposed: vegetation, C&D, mulch, leaners (34), 9/18/2017-12/13/2017 hangers (703 trees); Reduced: at 1 site by grinding $675,256 Monitored by Tetra Tech -ADMS Tybee Island, GA Removed & Disposed: C&D, white goods (31) 9/17/2017-11 /21/2017 Monitored by Rostan I Haul Pass -ADMS $75,798 Venice, FL Removed & Disposed: vegetation 9/20/2017-10/17/2017 Monitored by Thompson -ADMS $110,342 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL E APPROX. CY CONTRACTING POINT OF CONTACT John P. Reichardt, PW Operations Mgr, Bilal lftikhar PW Director, 300 N Park Ave. 43,156 300 N Park Ave. Sanford, FL 32771 Ole: 407-688-5087 Cell: 407-416-2998 Sanford, FL 32771 Ole: 407-688-5085 Fax: John.reichardt@sanfordfl.aov 407-688-5081 bilal.iftikhar@sanfordfl.gov Keith Williams II, PW Director 800 Scott Krawczuk, Dep. Director Public 161,910 Dunlop Rd. Sanibel, FL 33957 Ofc: 239-Works 800 Dunlop Rd. Sanibel, FL 33957 472-6397 Cell: 239-691-8787 Ole: 239-472-6397 Cell: 239-770-2554 Fax: keith.williams@mvsanibel.com 239-4 72-6041 Lois Rose, Solid Waste Mgr. 4000 Scott Montgomery, EM Operations Mgr 221,501 Knights Trail Road Nokomis, FL 34275 6050 Porter Way Sarasota, FL 34236 Ole: Ole: 941-861-1589 Cell: 941-650-0722 941-861-5927 Fax: 941-861-5501 Fax: 941-486-2620 lerose@scaov.net smontno@scaov.net Mike Vineyard , Park Operational Mike Jeffries, Dir. Parks and Rec 1400 19th 163,792 Manager 1400 19th Street North. St. Petersburg, FL 33713 Ole: 727-892-5233 Street North St. Petersburg, FL 33713 Ole: michael. vinevard@stoete.oro 727-892-5863 michael.jefferis@st.~te.org Sam Amerson, Dir. Public Works 121 Dave Peters, Asst. Director of PW, 121 SW 11,850 SW Flagler Ave. Stuart, FL 34994 Ole: Flagler Ave. Stuart, FL 34994 Ole: 772-288-772-288-5331 Cell: 772-260-9613 1292 Cell: 772-260-9615 samersonliilci.stuart.fl.us doeters@ci.stuart.fl.us Mark Wilson, Road and Bridge Jackey Jackson, Asst. PW Director 59,826 Superintendent 319 E. Anderson Ave. Operations 319 E. Anderson Ave. Bushnell, Bushnell, FL 33513 Ole: 352-569-6700 FL 33513 Ole: 352-569-6700 Cell: 352-303-Fax: 352-569-6701 8543 Fax: 352-569-6701 iackev.iackson@sumtercountvfl.aov 1,538 Christopher Russo, City Manager 18070 Collins Ave. Sunny Isles Beach, FL 33160 Ofc: 305-947-0606 Fax: 305-949-3113 crusso@sibfl.net Scott Manning, Emergency Mgmt 10440 Richard Salamon, City Manager 10770 136,417 W. Oakland Park Blvd. Sunrise, FL 33351 West Oakland Park Blvd. Sunrise, FL Ole: 954-746-3476 Cell: 954-383-2647 33351 Ofc: 954-746-3430 Fax: 954-746-smanninn1msunrisefl.aov 3439 citvmananer@sunrisefl.aov Tom Funcheon, PW Director 324 East Mr. Richard Butcher, 444 Huey Ave. 45,557 Pine Street Tarpon Springs, FL 34689 Ofc: 727-942-5606 Cell: 727-224-6182 South Tarpon Springs, FL 34689 Ofc: 727-Fax: 727-943-9609 tfuncheon@ctsfl.us 938-3737 Fax: 727-934-0598 Angela Hudson, Finance Director 403 Shawn Gillen, City Manager 403 Butler 9,735 Butler Ave. Tybee Island, GA 31328 Ofc: Ave. Tybee Island, GA 31328 Ofc: 912-472-912-472-5021 Fax: 912-786-9465 5070 Cell: 404-309-1788 ahudsonliilcitvoftvbee.oro saillen@citvoftvbee.ora Judy Gamel, Executive Asst. City John Venezian, Public Works Director 221 12,543 Managers Office 401 West Venice Ave. Venice, FL 34285 Ofc: 941-882-7398 Fax: S. Seaboard Ave. Venice, FL 34285 Ole: 941-480-3031 941-882-7359 jveneziano@venicegov.com 33 OWNER/LOCATION & TIMELINE DESCRIPTION OF WORK PROJECT VALUE Vero Beach, FL Removed & Disposed: vegetation 9/18/2017-10/10/2017 Reduced: at 1 site by grinding $440,532 Monitored by Thompson -ADMS (The) Villages Community, Removed & Disposed: vegetation, mulch, stumps (34) FL Reduced: at 2 site by grinding $406,299 9/15/2017-12/20/2017 Monitored bv Volkert -ADMS Wilton Manors, FL Removed & Disposed: vegetation, C&D, leaners (3), hangers 9/18/2017-10/14/2017 (91 trees) $222,615 Monitored by Tetra Tech -ADMS 2017 Hurricane Harvey 26 Contracts Activated for Event -25 OMS Managed for Event $93,763,092 Total Event Cost Alvin, TX Removed & Disposed: C&D, vegetation, white goods (19), E-9/7/2017-10/16/2017 waste (200), HHW (11,100 Lbs); $252,613 Monitored bv True North -ADMS Removed & Disposed: vegetation, C&D, mulch, compacted Aransas Co, TX C&D, leaners (616), hangers (23,576 trees), white goods (9,729), 9/5/2017-8/27 /2018 HH\/1: (66,560 Lbs), PPDR debris; Reduced: at 3 site by grinding; $38,281,175 Monitored by Thomoson -ADMS Baytown, TX Removed & Disposed: vegetation, C&D, white goods (973), E-9/6/2017 -10/25/2017 waste (131), HHW (34,680 Lbs); $776,463 Monitored bv True North -ADMS Brazoria Co, TX Removed & Disposed: vegetation, C&D, white goods (2,376), 9/13/2017-01/12/2018 HHW (103,720 Lbs), compacted C&D, mulch; Reduced: at 4 site $3,417,026 by C&D comoaction; Monitored by Tetra Tech -ADMS Chambers Co, TX Removed & Disposed: C&D, vegetation, white goods (270), E-9/7/2017-10/13/2017 waste (34), HHW (2,350 Lbs) $205,142 Monitored by True North -ADMS Clear Lake Shores, TX Removed & Disposed: C&D, vegetation, white goods (83), E-9/21/2017-10/14/2017 waste (40), HHW (3,500) $51,977 Monitored by True North -ADMS Corpus Christi, TX Removed & Disposed: vegetation, mulch, hangers (19,232 8/31/2017-1 /17 /2018 trees); Reduced: at 2 site by grinding $7,724,553 Monitored bv Tetra Tech -ADMS Dickinson, TX Removed & Disposed: C&D, vegetation, white goods (5,178), E-9/7/2017-1 /26/2018 waste (7,684), HHW (182,460 Lbs); $5,942,702 Monitored bv Tetra Tech -ADMS Friendswood, TX Removed & Disposed: C&D, white goods (5,804), E-waste 9/6/2017-1 /15/2018 (2,545), HHW (235,920 Lbs) $4,096,828 Monitored by Tetra Tech -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONT ACT Don Dexter, PW Manager 3405 Airport Carol Shoaf, Purchasing Contractor 35,621 West Drive Vero Beach, FL 32960 Ofc: Adminstrator 3455 Airport West Drive Vero 772-978-4861 Cell: 772-473-7372 Fax: Beach, FL 32961 Ole: 772-978-5470 Fax: 772-978-4879 ddexter(a)covb.orn 772-770-6860 ourchcsslmcovb.ora 31,288 Diane Tucker, Admin Ops Manager 940 Lakeshore Drive The Villages, FL 32162 Ole: 352-67 4-1920 Cell: 352-207-8626 Fax: 652-67 4-1921 diane.tucker@districtgov.org David Archacki, Dir. Utilities / Emergency Bob Mays, Director of Finance 2020 Wilton 25,961 Mgmt 2020 Wilton Drive Wilton Manors, Dr. Wilton Manors, FL 33305 Ofc: 954-390-FL 33305 Ole: 954-390-2129 Cell: 943-818-7315 darchacki@wiltonmanors.com 2143 Bmays@wiltonmanors.com 6,015,594 Total Event CY Brian Smith, Director of Public Services, 1100 W Hwy 6, Alvin, TX 77511, 281-388-4315, 12,446 bsmith@Qsf.cityofalvin.com Rick Mclester, EM Coordinator, 301 N Live Oak St, Rockport, TX 78382, 361-790-0100, 2,395,235 rmclester@aransascounty.org Rick Davis, City Manager, 2401 Market St, Baytown, TX 77520, 281-420-6500, 34,828 citymanager@baytown.org Trey Haskens, Asst. County Engineer 451 N. Velasco, Suite 230 Angleton, TX 77515 161,448 Ole. 979-583-7657 treyh@brazoria-counttcom Jimmy Sylvia, County Judge, 404 Washington Ave, Anahuac, TX 77514, 409-267-2440, 10,534 jsylvia@co.chambers.tx.us Mr. George Jones, City Administrator 1006 Chief Kenneth G. Cook, Police Chief 1006 1,813 South Shore Dr. Clear Lake Shores, TX South Shore Drive Clear Lake Shores, TX 77565 Ole: 281-334-2799 Fax: 281-334-77565 Ole: 281-334-1034 Fax: 281-334-2866 aiones@clearlakeshores-tx.aov 2866 kcooklmclearlakeshores-tx.aov Lawrence Mikolajczyk, SW Dir, 2525 Hygeia St, Corpus Christi, TX 78415, 361-857-536,074 1972, lawm@cctexas.com Paul Bass, Asst. Dir. Of Sunnnort Services 361-826-1968 PaulB(a)cctexas.com Capt Steve Krone, Emergency Operations Dir, 4000 Liggio, Dickinson, TX 77539, 281-191,789 337-6308, skrone@ci.dickinson.tx.us 135,952 Terry Byrd, EM Coordinator, 1600 Whitaker Dr, Friendswood, TX 77546 281-996-3332 tbyrd@ci.friendswood.tx.us ' ' 34 IGULi= OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE Galveston Co, TX Removed & Disposed: C&D, white goods (134), e-waste (547) $573,170 9/27/2017-11/22/2017 Monitored by Tetra Tech -ADMS Ingleside, TX Removed & Disposed: C&D, vegetation, compacted C&D, mulch; Reduced: at 3 site by grinding & compacting C&D $4,256,037 9/3/2017-02/08/2018 Monitored by True North -ADMS Jones Creek, TX Removed & Disposed: C&D $62,579 9/15/2017-10/16/2017 Monitored by Witt O'Briens -ADMS LaMarque, TX Removed & Disposed: C&D, vegetation, white goods (12), e-waste (29) $396,256 9/16/2017-10/26/2017 Monitored by TCB • ADMS Lake Jackson Removed & Disposed: vegetation $20,548 9/16/2017-10/7/2017 Monitored by Tetra Tech • ADMS League City, TX Removed & Disposed: C&D, white goods (3,209), E-waste 9/7/2017-12/2/2017 (3,491), HHW (109,220 Lbs) $2,422,457 Monitored bv Tetra Tech -ADMS Removed & Disposed: C&D, C&D compacted Liberty Co, TX Reduced: at 3 sites by compaction $153,637 10/16/2017-2/28/2018 Monitored by Tetra Tech• ADMS Montgomery Co, TX Removed & Disposed: C&D, compacted C&D, white goods 9/5/2017-2/6/2018 (1,013), E-waste (1,699), HHW (974 Lbs); Reduced: at 3 sites by $2,172,773 qrindinq & compaction; Monitored by Tetra Tech -ADMS Removed & Disposed: C&D, vegetation, white goods (95), E-Nassau Bay, TX waste (7), HHW (17,780 Lbs) $205,060 9/14/2017-10/19/2017 Monitored by Witt O'Briens · ADMS Newton Co, TX Removed & Disposed: C&D, vegetation $104,047 10/2/2017 -12/13/2017 Monitored by Thompson -ADMS Nueces Co, TX Removed & Disposed: C&D, vegetation 9/14/2017-11/21/2017 Reduced: at 1 site by grinding $84,568 Monitored by Tetra Tech -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearw~Jer, FL APPROX.CY CONTRACTING POINT OF CONT ACT 33,261 Rufus 'lee' Crowder, Purchasing Agent 722 Moody Street 5th Floor Galveston, TX 77550 Ole: 409-770-5372 rufus.crowder@co.galveston.tx.us Shanna Owens, EM Coordinator Paul Baen, Finance Director 296,483 2425 8th Street Ingleside, TX 78362 Ofc: 3761 San Angelo St. Ingleside, TX 78362; 361-776-7 422 sowens®inolesidetx.aov Ofc: 361-776-2517 Marshal William Tidwell, Marshal/EM Kimberly Morris, Emergency Management 7207 Stephen F. Austin Jones Creek, TX Coordinator 7207 Stephen F. Austin Rd. 3,532 Jones Creek, TX 77541 Ole: 979-233-2700 77541 Ole: 979-292-6393 Fax: 979-233-Fax: 979-233-3712 jc.cityhall@coastal-3712 jc.cityhall@coastal-link.net link.net Charlete Todaro Warren, PW Coordinator Emergency Management 1111 Bayou Road Robin Eldridge, City Clerk 1111 Bayou Rd. 21,994 la Marque, TX 77568 Ofc: 409-938-9225 La Marque TX 77568 Ole: 409-938-9259 Cell: 409-457-7511 Fax: 409-935-0401 r.eldridge@cityoflamargue.org c.todaro(a)citvoflamaraue.ora Keelie Kennedy, Buyer 25 Oaks Drive Sally Villarreal Asst. City Secretary, 25 4,281 Lake Jackson TX 77566 Ole: 979-415-2420 Oaks Drive Lake Jackson TX 77566 Ole: Fax: 979-415-2520 979-415-2401 Fax: 979-415-2501 kkennedv®lakeiacksontx.aov avillarreal®lakeiacksontx.aov Bo Bass , City Manager, 300 W Walker St, League City, TX 77573, 281-554-1414, 116,461 john.baumgartner@leaguecitytx.gov Tom Branch EM Coordinator 2400 Crista Beasley, Dep. EM Coordinator 2400 Beaumont Ave. Jail Admin Bldg. Liberty TX 13,595 77575 Ole: 936-334-3219 Cell: 713-816-Beaumont Ave. Jail Admin Bldg. Liberty, TX 77575 Ole: 936-334-3219 Fax: 936-336-9898 Fax: 936-336-3172 3172 crista.beasley@co.liberty.tx.us tom.brancvlmco.libertv.tx.us Chief Deputy Randy McDaniel, EM Coordinator, 9472 Airport Rd, Conroe, TX 77303, 118,097 936-760-5852, Randy.McDaniel@mctx.org Jamie Galloway, EM Coordinator 1800 Paul Lopez, PW Director 18295 Upper Bay 6,324 Space Park Dr. Suite 200 Nassau Bay, TX Rd. Nassau Bay TX 77258 Ole: 281-333-77058 Ole: 281-336-6298 Fax: 281-335-2944 Fax: 281-333-2301 1555 iamie.aallowav(ri)nassaubav.com oaul.looez®nassaubav.com Rosemary Johnson, Admin Assistant for Olen Bean, Dep. EMC PO Box 1380 Judge PO Box 1380 Newton, TX 75966 Newton, TX 75966 Ofc: 409-994-25431 8,859 Ole: 409-379-5691 Cell: 409-381-0677 Fax: 409-379-2107 Cell: 409-658-9241 newtoncountviudae(ii)co.newton.tx.us olen.bean@co.jasQer.tx.us Christopher Boyce, Em. Mgmt Glen Sullivan, PW Director 901 Leopard Coordinator 901 leopard Street, Room 106 Street, Room 103 Corpus Christi, TX 78401 7,851 Corpus Christi TX 78401 Ole: 361-888-Ole: 361-888-0490 Cell: 361-533-2356 Fax: 0513 Fax: 361-888-0445 361-888-0485 alen.sullivan®nuecesco.com christooher.bovce®nuecesco.com 35 OWNER/LOCATION & TIMELINE DESCRIPTION OF WORK PROJECT VALUE Port Arthur, TX Removed & Disposed: C&D, compacted C&D, white goods 9/8/2017-1/19/2018 (3,551), E-Waste (47,886); Reduced: at 3 sites by compaction $11,140,779 Monitored by Witt O'Briens -ADMS San Patricio Co, TX Removed & Disposed: C&D, vegetative, mulch 9/3/2017-2/9/2018 Reduced: at 3 site by grinding & compacting $4,297,535 Monitored by True North -ADMS Santa Fe, TX Removed & Disposed: C&D, HHW (10,780 lbs) $374,485 9/7/2017-11/2/2017 Monitored by Thompson -ADMS Seabrook, TX Removed & Disposed: C&D, vegetation, white goods (37), HHW $39,905 9/9/2017-10/4/2017 (3,120 Lbs}; Monitored by Tetra Tech -ADMS TXGLO 01 /05/2018-03/15/2018 Removed & Disposed: Waterway debris $6,610,243 Webster, TX Removed & Disposed: C&D, vegetation, white goods (6), E-$46,607 9/8/2017-10/3/2017 waste (89), HHW (2,580 Lbs); Monitored by True North -ADMS West Columbia, TX Removed & Disposed: C&D, white goods (7), E-waste (44), $53,922 9/23/17-10/16/2017 HHW (1,640 Lbs); Monitored by Witt O'Briens -ADMS 2017 TS Cindy Dauphin Island, AL Sand Clearance from Roadways $6,540 6/27/2017-6/29/2017 2017 Tornado Hattiesburg, MS Removed & Disposed: vegetation, C&D, stumps, leaners & $2,237,052 2/11/2017-5/27/2017 hanoers; Monitored by Debris Tech -ADMS 2017 Other Projects Central, LA Removed & Disposed: C&D $38,067 6/28/2017-7/1/2017 Monitored by Debris Tech -ADMS Corpus Christi, TX Removed & Disposed: vegetation (Emergency Brush Collection) $299,977 6/14/2017-7/12/2017 Newport News, VA Removed trees from different locations in the City at various $44,673 5/2017-7/2017 times 2016 Hurricane Matthew 39 Contracts Activated for Event -32 DMS Managed for Event $82,267,725 Total Event Cost Berkeley Co, SC Removed & Disposed: vegetation, C&D, leaners & hangers, 10/13/2016-12/18/2016 mulch; Reduced: at 1 site by grinding $931,731 Monitored bv Rostan Solutions / GP Strateaies -ADMS Brevard Co, FL Removed & Disposed: vegetation, C&D, mulch $3,231,102 10/11/2016-1 /4/2017 Reduced: at 1 site by Qrindinri; Monitored bv Tetra Tech -ADMS CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT Glen White, Solid Waste, 44 4th St, Port Arthur, TX 77640, 409-983-8501 glen.white@12ortarthurtx.gov, 487,974 Alison Walker, Solid Waste Administrative Assistant 409-983-8501, Allison.walker@12ortarthurtx.gov Armondo Gutierrez, PW Dir, , 409-983-8513, armando.outierrez(ii)mrtarthurtx.oov 296,667 Sara Williams, Emergency Management, 313 N Rachal St, Sinton, TX 78387, 361-587,3560, sara.williams@co.san-12atricio.tx.us 22,580 Joe Dickson, City Manager, 12002 State Hwy 6, Santa Fe, TX 77510, 409-925-6412, 1,592 Gayle Cook, City Manager, 1700 1st St, Seabrook, TX 77586, 281-291-5719, gcook@seabrooktx.gov Tony Williams, Planning Senior Director Vania Ramaekers, Contract Specialist, 24,918 512-463-5055 tony.williams@glo.texas.gov 512-463-504 7, Vania.ramaekers/ii)nlo.texas.oov 2,141 Joe Ferro, EM Dir, 101 Pennsylvania Ave, Webster, TX 77598, 281-316-3712, jferro@cityofwebster.com Chief Paul Odin, 310 E. Clay West Debbie Sutherland, City Manager 512 E. 2,351 Columbia, TX 77486 Ofc: 979-345-5121 Brazos Ave. West Columbia TX 77486 Ofc: Cell: 713-459-0732 Fax: 979-345-2730 979-345-3123 Fax: 979-345-3178 chief(a)westcolumbiatx.oro citvmanaoer(a)westcolumbiatx.oro Jeff Collier, Mayor, 1011 Bienville Blvd, Wanda Sandagger, Administrative Hourly Dauphin Island, AL 36528, 251-861-5525, Assistant, 1011 Bienville Blvd, Dauphin Island, AL 36528, 251-861-5525, jcollier@townofdau12hinisland.org wsandanner{ii)townofdauohinisland.oro 150,710 Lamar Rutland, City Engineer, 212 W Front St, Hattiesburg, MS 39401, 601-545-4540, lrutland(a)hattiesburoms.com 3,239 JR Shelton, Mayor, 13421 Hooper Rd, Ste 8, Central, LA 70818, 225-261-5989, ir.shelton{ii)central-la.nov 41,663 Gilbert Montoya, 361-816-8156, gilbertm@cctexas.com Lump Sum Derrick Porter, Stormwater, 513 Oyster Point Rd, Newport News, VA 23602, doorter(a) n naov .com 5,675,560 Total Event CY 75,610 Melissa Wheatley, Deputy Director of Solid Waste, 212 Oakley Plantation Dr, Moncks Corner, SC 29461, 843-719-2343, melissa.wheatley@berkeleycountysc.gov 265,794 "Euri" Euripides Rodriguez, SW Dir, 2725 Judge Fran Jamieson Way, Bldg A, Ste 118, Viera, FL 32940, 321-633-2042, eurioides.rodriauez(ii)brevardcountv.us 36 OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE Bunnell,FL Removed & Disposed: vegetation 10/14/2016-10/25/2016 Monitored by Tetra Tech -ADMS Callawassie Island, SC Emergency Push 10/8/2016-10/10/2016 Chesapeake, VA Removed & Disposed: vegetation 10/28/2016-11 /3/2016 Clay Co, FL Removed & Disposed: vegetation, C&D, leaners & hangers, 10/18/2016-1/12/2017 mulch; Reduced: at 2 sites by grinding; Monitored by Landfall Strateqies Cocoa Beach, FL Removed & Disposed: vegetation, C&D, mulch 10/12/2016-12/3/2016 Reduced: at 2 sites by grinding; Monitored by Tetra Tech -ADMS Currituck Co, NC Removed & Disposed: vegetation, mulch; Reduced: at 1 site 11 /7/2016-2/24/2017 by orindinq; Monitored by Tetra Tech -ADMS Deltona, FL Removed & Disposed: vegetation, C&D, leaners & hangers, ash 10/14/2016-12/1/2016 Reduced: at 1 site by burning; Monitored bv Tetra Tech -ADMS Duplin Co, NC Removed & Disposed: C&D 11/28/2016-12/1/2016 Monitored by Tetra Tech -ADMS Edgecombe Co, NC Removed & Disposed: C&D 11/7/2016-2/24/2017 Edgewater, FL Emergency Push; Removed & Disposed: ROW, Commercial, Private -vegetative, C&D, leaners & hangers, mulch; Reduced: 10/8/2016-12/8/2016 at 1 site bv arinding; Monitored by Witt O'Briens Fayetteville, NC Removed & Disposed: vegetative, C&D, mulch 10/20/2016-2/15/2017 Reduced: at 1 site by qrindinq; Monitored bv Tetra Tech -ADMS Flagler Beach, FL Removed & Disposed: vegetative, C&D, Beach C&D, mulch 10/13/2016-1 /25/2017 Reduced: at 1 site by grinding, management and grinding of City hauls; Monitored by Tetra Tech -ADMS Emergency Push; Removed & Disposed: ROW, Public Use Flagler Co, FL Areas, Private HOA & Non HOA Rds • vegetative, C&D, leaners 10/7/2016-1 /23/2017 & hangers, white goods, mulch; Reduced: at 1 site by grinding, management and grinding of City hauls Monitored by Tetra Tech• ADMS Waterway Debris Removal; Remove waterway debris with FL DEP boats to an offload site, load onto trucks for disposal; Debris 2/16/2017-6/20/2017 removed from eligible parks Monitored by Eisman Russo • Zone 1, CDR McGuire • Zone 2, Tetra Tech • Zone 3 Fripp Island, SC Emergency Push; Removed & Disposed: vegetative, leaners & 10/13/2016-10/28/2016 hanqers; Monitored by Witt O'Brien Garden City, GA Removed & Disposed: vegetative, mulch; Reduced: at 1 site by 10/31/2016-1/17/2017 arindina; Monitored by Rosian Solutions -ADMS PROJECT VALUE $105,155 $14,573 $21,166 $1,142,823 $326,535 $46,664 $1,384,861 $7,107 $516,525 $2,936,463 $958,182 $312,482 $2,752,630 $13,186,226 $111,040 $365,490 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONT ACT 8,480 Perry Mitrano, SW Dir, 201 W Moody Blvd, Bunnell, FL 32110, 386-437-7500, omitranoliilbunnellcitv.us Hrly Chief Waverly Patterson, Ops Dir, 176 Callawassie Dr, Okatie, SC 29909, 843-987-4150, chiefoatterson@harorav.com 483 Eric Martin, PW Dir, 306 Cedar Rd, 3rd Floor, Chesapeake, VA 23322, 757-382-6380, emartin@citvofchesaoeake.net 127,682 John Ward, EM Dir, 2519 SR 16 W, Green Cove Springs, FL 32043, 904-541-2767, John.Ward@claycountygov.com 32,701 Rob Strong, Project Manager, Public Works, 1600 Minutemen Causeway, Cocoa Beach, FL 32932, 321-868-3316, rstrong@cityofcocoabeach.com 2,805 Brenda McQueen, Superintendent of Buildings, PW, 153 Courthouse Rd, Currituck, NC 27929, 252-232-2504, brenda.mcaueen@currituckcountvnc.aov 117,753 Matt Doan, PW Dir, 2345 Providence Blvd, Deltona, FL 32725, 386-878-8950, mdoan@deltonafl.aov 519 Matt Barwick, EM Coordinator, 209 Seminary St, PO Box 909, Kenansville, NC 28349, 910-296-2160 Ext.231,matthew.barwick@duolincountvnc.com 20,257 Dee Waters, Purchasing Agent, 252-641-7888, deewaters@edgecombeco.com 201,602 Brenda Dewees, Dir of Env Services, 386-424-2400, bdewees@cityofedgewater.org 81,449 Jackie Tuckey, Management Analyst, 433 Hay St, Fayetteville, NC 28301-5537, 910-433-1854, ituckevliilci.fav.nc.us 23,926 Larry Newsom, City Manager, 105 South Second St, Flagler Beach, FL 32136, 386-517-2000, lnewsom@cityofflaglerbeach.com 167,148 Richard Gordon, Asst Co Engineer, 1769 E Moody Blvd, Building 2, Bunnell, FL 32110, 386-313-4006, rgordon@flaglercounty.org Scott Woolam, Sr Program Analyst, Div of State Lands, 3900 Commonwealth Blvd, Mail 77,722 Station 100, Tallahassee, FL 32399-3000, 850-245-2806, Scott.Woolam@dep.state.fl.us 3,967 Kate Hines, General Manager, Generalmanager@frippislandliving.com 33,580 Benny Googe, PW Dir, 2 Bud Brown Rd, Garden City, GA 31408, 912-629-2296, baoooeliilnardencitv..na.aov 37 IGUi.°F OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE Emergency Push; Removed & Disposed: ROW, SCOOT Rds, Private Rds, Public Use Areas -vegetative, C&D, white goods, Hilton Head Island, SC leaners & hangers, mulch; Debris removed from eligible parks, 10/5/2016-7/01/2017 cemeteries & schools; Reduced: at 2 sites by grinding Waterway Debris removal from Drainageways Monitored by Tetra Tech -ADMS Hilton Head Plantation, SC Emergency Push; Tasks: Access Tree clearance, ROE tree 10/10/2016-10/31 /2016 removal, Blue roof ooerations Jasper Co, SC Emergency Push 10/8/2016-10/12/2016 Liberty Co, GA Removed & Disposed: vegetative, C&D, leaners & hangers, 10/14/2016-1/6/2017 stumps; Reduced: at 2 sites by burning Monitored by Tetra Tech -ADMS Long Cove Owners Assoc. Removed & Disposed: vegetative, C&D, logs, mulch Hilton Head Island, SC 10/28/2016-11/21/2016 Reduced: at 1 sites by grinding Marsh Side Owners Assoc. Hilton Head Island, SC 10/14/2016-11/3/2016 Tasks: Tree removal, stump grinding, blue tarp operations, Norfolk, VA Removed & Disposed: vegetative, stumps 10/14/2016-11/30/2016 Reduced: at 1 site by orindino; Monitored by Thompson -ADMS Ocean Isle Beach, NC Removed & Disposed: C&D 10/25/2016-11/9/2016 Monitored by Landfall Strate~ies Orange Park, FL Removed & Disposed: mulch; Reduced: at 1 site by grinding of 11 /28/2016-1 /4/2017 debris hauled in by the Town; Monitored by Landfall Strateaies Ormond Beach, FL Removed & Disposed: vegetative, C&D, leaners & hangers, 10/11 /2016-12/31 /2016 mulch; Reduced: at 1 site by grinding; Monitored by Thompson -ADMS Palm Coast, FL Removed & Disposed: vegetative, C&O, treated wood, mulch; 10/9/2016-1 /17/2017 Reduced: at 1 site by burning & grinding; Reduced and hauled out City hauled debris; Monitored by True North Port Wentworth, GA Removed & Disposed: vegetative, C&D, leaners & hangers, 10/17/2016-1/15/2017 stumps, mulch; Reduced: at 1 site by grinding Monitored by Tetra Tech -ADMS Raleigh, NC Removed & Disposed: vegetative 10/17/2016-11 /11 /2016 Monitored by Tetra Tech -ADMS Rose Hill, NC Removed & Disposed: vegetative 10/20/2016-10/25/2016 SCOOT Removed & Disposed: vegetative, leaners & hangers, stumps, 10/17 /2016-1 /13/2017 mulch; Reduced: at 6 sites by grinding; Monitored bv Thomoson -ADMS Southern Shores, NC Removed & Disposed: vegetative, C&D 11/18/2016-12/14/2016 Stuart, FL Emergency Push; Removed & Disposed: vegetative, stumps, 10/7/2016-10/27/2016 mulch; Reduced: at 1 site by grinding Monitored by Witt O'Briens PROJECT VALUE $37,124,940 $195,567 $24,636 $1,736,692 $408,232 $106,450 $314,618 $12,229 $19,604 $3,660,393 $1,172,253 $84,022 $59,612 $16,959 $8,187,338 $83,218 $109,356 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONT ACT 3,012,487 Jennifer Lyle, Asst Town Engineer, One Town Center Ct, Hilton Head Island, SC 29928, 843-341--4 779. jennifer1@hiltonheadislandsc.gov Hrly T. Peter Kristian, General Manager, 7 Surrey Ln, Hilton Head Island, SC 29926, okristianlnlhh""oa.orn Hrly Wilbur Daley, Emergency Services Dir, 1509 Grays Hwy, Ridgeland, SC 29936, 843-726-7607, wilburdlnliasoercountvsc.aov Mike Hodges, EM Dir, 100 Liberty St, Hinesville, GA 31313, 912-368-2201, 183,194 mike.hodges@libertycountyga.com Tom Lee, General Manager, 399 Long Cove Dr, Hilton Head Island, SC 29928, 843-686-40,840 1071, tlee@longcoveclub.com Trish Norris, Property Manager, 5 Gumtree Rd, Hilton Head Island, SC 29926, 843-681-Hrly 7301, 12ro12ertymanager@marshsidehhi.com 25,943 David Ricks, PW Dir, 810 Union St, Suite 700, Norfolk, VA 23510, 757-664--4614, David.Rickslnlnorfolk.aov 1,772 Justin Whiteside, Asst Town Administrator, 910-579-3469, justin@oi!2gov.com 1,976 Jim Hanson, Town Manager, 2042 Park Ave, Orange Park, FL 32073, 904-278-3019, ihansonrliltownoo.com 514,691 Kevin Gray, Operations Manager, PW, 501 N Orchard St, Ormond Beach, FL 32174, 386-676-3577, kevin.gray@ormondbeach.org 68,151 Ms. Renee Shevlin, PW Operations Manager, 1 Wellfield Grade, Palm Coast, FL 32137, 386-986--4 781, rshevlin@i;ialmcoastgov.com Chief Lance Moore, Fire Dept, 317 Cantyre St, Port Wentworth, GA 31407, 912--401-6,282 0475, lmoore@cityofi;iortwentworth.com 8,516 Kelly Lindsey, EM & Special Events, 222 W Hargett St, Suite 304, Raleigh, NC 27601, 919-996-2202, kellv.lindsevlnlraleiohnc.nov 1,980 Ivey Knowles, PW Dir, 103 SE Railroad St, Rose Hill, NC 28458, 910-289-3159, rosehillowlnlembarnmail.com 492,455 Emmett I Kirwan, SCDOT Procurement Manager, 955 Park St, Columbia, SC 29201, 803-737-0676, KirwanEl@scdot.org 8,586 Peter Rascoe, Town Manager, 5375 N Virginia Dare Trail, Southern Shores, NC 27949, 252-261-2394, orascoerlilsouthernshores-nc.oov Sam Amerson, PW Dir, 121 SW Flagler Ave, Stuart, FL 34994, 772-288-5331, 10,085 samerson@ci.stuart.fl.us 38 OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE Sunset Beach, NC Removed & Disposed: vegetative, C&D $95,563 10/26/2016-11/23/2016 Monitored bv Landfall Strateaies Thunderbolt, GA Removed & Disposed: vegetative, mulch; Reduced: at 1 site by $108,789 10/19/2016-1/17 /2017 qrindinq; Monitored bv Witt O'Briens Washington Oaks Gardens Park, FL 12/8/2016-Removed & Disposed: vegetative $56,524 12/13/2016 Windmill Harbour, SC Removed & Disposed: vegetative, leaners & hangers, stumps, 10/14/2016-10/31/2016 mulch; Reduced: at 1 site by grinding $339,975 Monitored bv Atkins Global 2016 Hurricane Hermine 2 Contracts Activated for Event -3 DMS Managed for Event $9,080,715 Total Event Cost Leon County, FL Emergency Push; Removed & Disposed: vegetative, leaners & 9/3/2016-2/3/2017 hangers, mulch; Reduced: at 3 sites by grinding $5,721,729 Monitored by Witt O'Briens Tallahassee, FL Emergency Push; Removed & Disposed: vegetative, leaners & 9/3/2016-1/26/2017 hangers, mulch; Reduced: at 3 sites by grinding $3,358,986 Monitored by Witt O'Briens 2016 Flooding Aug Central, LA Removed & Disposed: C&D, HHW $5,486,871 8/25/2016-1/28/2017 Monitored by Debris Tech -ADMS 2016 Flooding, Tomados Brazoria County, TX Removed & Disposed: C&D $330,118 6/16/2016-8/26/2016 Monitored by Tetra Tech -ADMS Texas General Land Office Removed & Disposed: vegetative debris on the beach area / $397,252 (GLO) 6/27/2016-7/8/2016 Monitored by Tetra Tech -ADMS 2016 Flooding, Tomados Montgomery County, TX 5/3/2016-5/27 /2016 Removed & Disposed: (tornado debris & flooding debris) $288,408 FEMA-4269 vegetation, C&D, white goods (80), ewaste (113) $520,549 6/9/2016-7/20/2016 Monitored by Tetra Tech -ADMS FEMA-4272 Waller County, TX 5/4/2016-5/25/2016 Removed & Disposed: C&D $19,674 FEMA-4269 Monitored by Tetra Tech -ADMS $18,402 6/20/2016-7/19/2016 FEMA-4272 2016 LA Flooding Ouachita Parish, LA -Removed & Disposed: vegetation, C&D, white goods (18), e-FEMA-4263 $397,774 3/30/2016-6/ 16/2016 waste (370), tires (105); Monitored by Volkert CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX.CY CONTRACTING POINT OF CONTACT 13,849 Dustin Graham, PW Dir, 700 Sunset Blvd N, Sunset Beach, NC 28468, 910-579-6297, daraham66(a)atmc.net 9,896 Ray O'Neill, PW Dir, 2821 River Dr, Thunderbolt, GA 31404, 912-644-7999, roneill(a)thunderboltna.nov Renee Paolini, 6400 N Oceanshore Blvd, Palm Coast, FL 32137, 4,096 Renee.Paolini@deQ.state.fl.us Jaime Fenstermaker, IMC Resort Services, 2 Corpus Christi, Ste #302, Hilton Head 29,283 Island, SC 29928, 843-785-4 775 ext 110, Jaime@imcresortservices.com 401,366 Total Event CY Dale Walker, PW Director, 2280 Miccosukee Rd, Tallahassee, FL 32308, 850-606-1415, 237,200 walkerda@leoncount~l.gov Robby Powers, EM Coordinator, 911 Eastwood Dr, Tallahassee, FL 32311, 850-891-164,166 2536, robbtQQwers@talgov.com 324,951 JR Shelton, Mayor, 13421 Hooper Rd, Ste 8, Central, LA 70818, 225-261-5989, jr.shelton@central-la.gov 20,470 Steve Rosa, EM Coordinator, 111 E Locust St, Suite 102, Brazoria, TX 77515, 979-864-1801, steverosa@brazoria-county.com 6,394 Tony Williams, Planning Senior Director Vania Ramaekers, Contract Specialist, 512-512-463-5055 tony.williams@glo.texas.gov 463-5047, Vania.ramaekers@glo.texas.gov 19,089 Randy McDaniel, EM Coordinator, 9472 Airport Rd, Conroe, TX 77303, 936-523-3910, 39,079 Randy.McDaniel@mctx.org 1,186 Brian Cantrell, EMC, 701 Calvi! St, Trey Duhon, County Judge, 836, Austin St, 1,183 Hempstead, TX 77445, 979-826-8282, Ste 203, Hempstead, TX 77445, 979-826-b.cantrell@wallercounty.us 7700, t.duhon@wallercounty.us Scotty Robinson, Parish President, 32,161 301 S Grand St #201, Monroe, LA 71201, Daryl Dunbar, Volkert, PM, 318-355-4260, srobinson@OQQj.org 39 OWNER/LOCATION & DESCRIPTION OF WORK PROJECT VALUE TIMELINE St John the Baptist Parish, Provided Portable Showers / Event Restrooms for volunteer $7,574 LA/ 2/26/2016-3/6/2016 services that helped the citizens and Parish 2016 TX Flooding Newton County, TX Removed & Disposed: C&D, white goods (378) $349,990 4/7/2016-7/15/2016 Monitored by Thompson Consulting 2016 Winter Storm Essex County, VA (VPPSA) Removed & Disposed: vegetation, C&D, stumps (44) $138,739 3/10/2016-4/13/2016 Monitored by Arcadis / Rosian 2016 Tornado Rowlett, TX Removed & Disposed: vegetation, C&D, white goods (140), e-$680,036 2/15/2016-4/20/2016 waste (49); Monitored by True North 2016 Other Projects Corpus Christi, TX Assisting City Maintenance with brush removal and disposal $494,444 4/21 /2016-5/25/2016 Glades County, FL Burn existing pile of debris $23,362 3/14/2016-3/23/2016 Newport News, VA Removed trees from different locations in the City at various $53,756 1/2016-12/2016 times 2015 Tornado Friendswood, TX Removed & Disposed: vegetation, C&D $140,516 11/9/2015-11/16/2015 Monitored by Tetra Tech 2015 Storms & Flooding Removed & Disposed: C&D, white goods (278), e-waste (484 + South Carolina DOT 13,580 Lbs), HHW (28,000 Lbs) $720,217 10/2015-11/2015 Counties: Lexington, Richland Monitored by Thompson 2015 Severe Storms / Floodina Limestone County, AL Removed & Disposed: Waterway debris $60,860 9/2015 2015 Flooding Blanco County, TX Removed & Disposed: vegetation, C&D $48,033 6/2015-7/2015 Republic Services, Corpus Removed & Disposed: C&D $24,392 Christi, TX 7/2015 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT Lump Sum Travis Perrilloux, Asst Director Homeland Security & Emergency Preparedness, 1801 Airline Hwy W, LaPlace, LA 70068, 985-652-2222, travis.(l§rrilloux@sjb12arish com 37,030 Olan Bean, Asst EM Director, 409-658-9241 Reese Peck, County Administrator, 804-445-5528, r12eck@essex-virginia.org Jordan Bryant, Arcadis Operations 16,359 Manager, 813-385-7280, Stephen Geissler, VPPSA Exec Director, jbryant@rostan.com 757-880-3535, s!2geissler@v1212sa.org Jim Proce, Asst. City Manager, 4000 Main Doug Amato, True North Project Manager, 70,738 St, Rowlett, TX 75088, 972-715-6113, i12roce@rowlett.com damato@truenorthem.com 68,672 Gilbert Montoya, 361-816-8156, gilbertm@cctexas.com Angela Snow, EM Director, 1097 Health 11,300 Park Dr, Moore Haven, FL 33471, Bob Jones, BJones@myglades.com asnow@mvalades.com Lump Sum Derrick Porter, Stormwater, 513 Oyster Point Rd, Newport News, VA 23602, doorter®nnnov.com Terry Byrd, Fire Marshall / EM Coordinator, Oliver Yao, Tetra Tech, Deputy Director of 8,782 1600 Whitaker Dr, Friendswood, TX 77546, Post Disaster Programs I BDR Division, 281-996-3335, tbyrd@ci.friendswood.tx.us phone: (321) 441-8507, mobile: (407) 803-2522, Oliver.Yao(a)tetratech.com David Cook, SCOOT Maintenance Deputy Danny Gardner, Thompson Program 33,163 Director, 955 Park St, Room 324, Columbia, Manager, 1135 Townpark Ave, Suite 2101, SC 29201, 803-737-1268, Lake Mary, FL 32746, 407-792-0018, cookdb!@scdot.om doardner@thomosoncs.net Lump Sum Richard Sanders, Co Engineer, 256-233-6681, richard.sanders@limestonecounty-al.gov 2,495 Brett Bray, Blanco County Judge, PO Box 387, Johnson City, TX 78636, 830-868-4266, cojudge@co.blanco.tx.us 3,285 Brian Cornelius, Republic Services, 4414 Agnes St, Corpus Christi, TX 78405, Cell 361-876-6006, bcornelius@re12ublicservices.com 40 OWNER/LOCATION & DESCRIPTION OF WORK TIMELINE 2015 Ice Storm Raleigh, NC Removed & Disposed: vegetation 3/25/2015-4/6/2015 2015 Other Projects Corpus Christi, TX Removed & Disposed: vegetation 5/2015 & 7/2015 Hitchcock, TX Grinding existing debris piles and hauling out mulch to final 2/9/2015-2/17/2015 disposal Newport News, VA Removed trees from different locations in the City at various 4/2015-11 /2015 times New Jersey Dept. of Removed & Disposed: houses from navigation waterway Environmental Protection displaced by nor'easter -non-asbestos C&D 10/2015 Managed an offloading site Orange Beach, AL Demolition of Coastal Arts Center & Asbestos & Abatement of 4/2015 Children Studio Orange Beach, AL Dead fish removal and disposal from coastal waters & beaches 4/2015 Palm Cove HOA, FL Excavation, cleaning and shaping drainage ditches for proper 4/2015-5/2015 water flow; Removal of a tree; Construction of rip rap & rebar diverter controlling flooding Pensacola, FL Emergency Dredging of Bayou Texar in 16 different locations 5/2015-10/2015 RBM Contracting Services, Norman Riley Bridge approach repair at Blackwater River State LLC 3/2015 Forest near Baker, FL The Nature Conservancy (TNC) Arlington Cove Forestry mowing and pallet staging 4/2015-5/2015 PROJECT VALUE $208,740 $501,795 $20,441 $44,929 $219,289 $24,760 $22,538 $34,913 $650,850 $24,003 $25,762 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL APPROX. CY CONTRACTING POINT OF CONT ACT 29,820 Andrew Martin, Asst Dir of SW, 630 Beacon Lake Dr, Raleigh, NC 27610, 919-996-6868, Andrew.Martin@raleiahnc.aov 67,860 Gilbert Montoya, 361-816-8156, gilbertm@cctexas.com 4,867 Denise McDaniel, PW Street Superintendent, 8401 Schiro Rd, Hitchcock, TX 77563, 409-986-5591 Lump Sum Derrick Porter, Stormwater, 513 Oyster Point Rd, Newport News, VA 23602, doorter®nnnov.com Suzanne U. Dietrick, NJ DEP Site Remediation Program, Office of Dredging & 760 Sediment, PO Box 420 Mail Code 401-06C, 401 East State St, Trenton, NJ 08625, p-609-292-8838 c-609-439-6673, Suzanne.Dietrick@deQ.nj.gov Lump Sum Tim Tucker, ttucker@cityoforangebeach.com Hourly Tony Kennon, Mayor, 4099 Orange Beach Blvd, Orange Beach, AL 36561, 251-981-6810, tkennon@citvoforanaebeach.com Lump Sum Jeff Murphy, President of Palm Cove HOA, jkm@tamQabay.rr.com Lump Sum Carl Flowers, 850-435-1817, CFlowers@cityof~nsacola.com Hourly Branch McClendon, RBM, 15249 Business Hwy 331, Freeport, FL 32439, 850-835-0217, branchmcclendonlmnmail.com Judy Haner, Marine & Freshwater Programs Manager, 251-433-1150 ext 103, Lump Sum jhaner@TNC.org 41 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 2. An assessment of the proposer's abilities to meet and satisfy the needs of the City, taking into consideration the requested services, additional services and/or expertise offered that exceed the requirements, including specific and knowledge relevant to FEMA, FDOT, and FHWA requirements. Mobilizing Large Workforces Company-owned/Leased Equipment CrowderGulf maintains a large inventory of company-owned/leased equipment that is debris specific and available for immediate response to a disaster. Company-owned/leased equipment will be pre-positioned for emergency PUSH operations and dispatched to the disaster area immediately upon the receipt of a NTP in order to begin restoring critical services in the City of Clearwater as quickly as possible. The following is a partial list of company-owned equipment available for use in any debris operation: EQUIPMENT • Self Loading Trucks; (30-100 cubic yards) • Dump Trucks (16 yards -50 yards) • Rubber Tire Loaders (equipped with debris handling grapples) • Rubber Tire and Track Equipped Excavators (with buckets and grapples) • Pick-Up Trucks (equipped with portable phones for Foremen) • Service Trucks • Skid-Steer Loaders (equipped with buckets and grapples) • Cherrington Beach Cleaners 4500 & 4500 XL • Stationary Power Screens -(sand screener) • Diamond Z 14' Tub Grinders • Shallow and deep water boats equipped with latest sonar and photo equipment • Barges, tugs and large boats for heavy marine debris removal Equipment Rental Agreements UNITS 65 153 26 18 25 12 10 5 2 6 4 4 CrowderGulf also maintains active accounts with all major national equipment rental companies to supplement equipment needs as may be required (i.e. Beard, Hertz, Caterpillar, John Deere, United Rental, Sunbelt, etc.). All equipment shall meet all federal, state and local regulations. Additional Equipment Information • • • • • All equipment used for this contract will be rubber wheeled or rubber tracked unless otherwise approved by the City. To the maximum extent possible, CrowderGulf and its subcontractors shall use self-loading trucks with grapples or grapple attachments. Hand loading will not be permitted. No subcontractor will be allowed to solicit work from private citizens while assigned to the contract. No equipment assigned to this contract will be used for any other contract work. All trucks will be marked with proper signage. The lettering will be 3 inches in height or greater to allow for readability and clarity. 42 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Anticipated Outside Support/Subcontractor Equipment CrowderGulfs has developed a Nationwide Database of Approved and Trusted Subcontractors & Vendors. It is company policy to utilize qualified local subcontractors to the maximum extent possible in compliance with 44 CFR 206.10. We also endeavor to employ a percentage of qualified Minority Business Enterprise (MBE) subcontractors. In previous disaster activations, CrowderGulf has pre-positioned manpower and equipment to provide immediate response. The table below provides the number of subcontractors and their equipment listed in our database, in relation to the State of Florida. Subcontractor Information Regional FL us. 2020 Number of Registered Subcontractors 168 1027 3401 Subcontractor Equipment Regional FL us. 2020 Dump Trucks (16-65) 1511 5096 18574 Pick up w/ dump trucks 265 1401 4990 Knuckle-boom trucks 164 640 3117 Wheel Loader 50hp -150hp 370 1695 5934 5 ton Pickup truck 237 1572 7278 Hydraulic Excavator 50hp-150hp 219 1357 6836 Trailer Mounted floodlight 41 269 1719 Low-bed Trailer w/ tractor 74 493 2239 Water Truck 49 218 1066 Air Curtain Burner 30 101 411 Backhoe w/ loader 15 50 341 1869 Dozer,2-3 yd blade/root rake blade D7 172 676 3353 Grader, Motor, 12 ft blade 130-140hp 24 162 800 Chipper 43 258 1393 Tub Grinder 300-400 hp & 800-1000 hp 23 191 1027 Self-loading trucks 412 1077 4936 Skid steer 40 hp -80 hp 343 1770 8152 C&D Walking Floor 80-110 CY 175 494 1965 Mulch Trailer 80-110 CY 111 344 1250 Bucket Trucks 474 885 3199 Barges 2 156 1292 Work Boats 20 213 1522 Vacuum Trucks 11 117 1796 Florida Subcontractor Statistics Regional FL Small Business 113 721 M/WBE, HUB, SOB or Veteran Certified 70 448 Push Crews 84 447 Debris Haulers 129 787 Marine Debris 6 54 Haul Outs 8 46 Grinding 12 59 Burning 6 20 Concrete Reduction 1 6 Recycling 10 Hazardous Material 1 8 Tree Work 18 93 43 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Debris Management and Response Principles of Project Management Standards CrowderGulf conducts all debris operations to meet or exceed all regulations and program standards of FEMA (FEMA 325 Debris Management Guide), the Occupational Safety and Health Administration, the Environmental Protection Agency, and all other local, state and federal agencies. Responsiveness CrowderGulf will be in contact with the City's Debris Manager at least 72-96 hours prior to a hurricane making landfall or immediately upon the occurrence of any debris generating event within the City of Clearwater. Within 24-48 hours of receiving a NTP, CrowderGulf will have our Management team report to the City representative for operations planning and mobilization of personnel and equipment. Mobilization for PUSH operations will begin within 24-48 hours of NTP and we will be fully operational and hauling debris within 48 hours of initial NTP. In addition, we will have a OMS fully operational for reduction and disposal of debris within 72 hours of the NTP. CrowderGulf will maintain full debris hauling operational capacity seven days a week during daylight hours until completion of the project to the satisfaction of the City of Clearwater. The OMS may, if required to meet the needs of the City, operate 24 hours per day. Reimbursement Assistance CrowderGulfs debris management staff consists of previous FEMA Regional Directors and Deputy Directors, City and County Emergency Management Directors and emergency operations personnel with over 20± years of experience in working State and Federal Disaster Declarations. CrowderGulf is prepared to share its knowledge and experience concerning reimbursement matters with City personnel in order to obtain maximum reimbursement by utilizing accurate record keeping and exacting quality control measures. Specifically, CrowderGulf will assist with: • Estimating debris volumes for initial damage assessment • Developing Project Worksheets/Damage Survey Reports • Identifying eligible and ineligible reimbursements • Documenting every element of the recovery process and reviewing all records to assure that they meet federal and state reimbursement guidelines • Orientating and training City of Clearwater personnel on requirements for quality and quantity of required documentation • Closeout and final audit • Hazard Mitigation Planning efforts • FEMA Disaster Assistance policy changes Corporate Support On-Site Operations Daily operational decisions and daily communications with the City of Clearwater will be facilitated by the CrowderGulf on-site Management team. If needed , one or more field offices will be set up immediately upon NTP. Local citizens will be employed and trained to work in the field office under experienced CrowderGulf management supervision. Local employees are always an asset to the response and recovery operation. Their knowledge of the area and its people is invaluable to CrowderGulfs overall operations. The Team will be fully reinforced at all levels by logistical support, records managemenUstorage, report development and other operations at CrowderGulfs main office in Theodore, Alabama . On-Site Project Management CrowderGulf employs National Incident Management Systems (NIMS) principles in our command structure, planning, operations, logistics and administration. This will not only facilitate an easy interface with the City's Emergency Operations Center, but also ensures maximum quality control by limiting the span of supervision for individual field managers. 44 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Pre-Planning• Readiness Planning and Training On at least an annual basis, CrowderGulf specialists will provide training and pre-planning sessions. In addition, our Debris Reduction specialists will be available to review and advise on potential Debris Management Sites. Preparedness training will be tailored to the City of Clearwater needs and requests. AudioNisual Presentations CrowderGulf has the capability to generate audio and video presentations to help the City communicate necessary information to the public or to document the overall operation as a whole. One of our first tasks is to video all of the existing conditions. This is typically done during the initial damage assessment. Please visit our website to see some of our previous video documents. Please view our Website @ www.crowdergulf.com for more information and watch our Videos Online. We Know Disaster Recovery & Debris Management Cn:iw11n·Gutl 1-os cecade.s of e,.peflencv pnr.·1:S1ng d sastar reco\11ry d1;b;is reno-.·at and xastal restordtlor, services throug'io-.Jt Ur tei St.it~ 'J'Q',\,:jerQ.i!f has helped comn;r1ties and lccal govwrrme,m1 rec,ver lrcm some c' the l"IOtS! d Soislers tc hit the U ~. rangjn~ :ron, n•tur.il d1~st11rs lib poW9--ful h;m:o1nes •nd :ornadon tc the 8? Deepwater ~nzon Ott S;:>1ll in~ mor& Nood :o speak to a Crowdar'.>ulfreprosont.Jti~ rnmer.hte!y? tm.lil ~ a: tnfo@crowdorguU.com orc.1\I us at aoo.992. 6207 lnternted In becoml,g a SutCO"tr.ictor for CrowoerGu'f1 (Qmpl.ete our Subcontr3ctor RoglstraHon form a>id on..11Itlnf0@crowdorgulf.com cr fa,r; lt to 251-459-7433. What We Do Dol><itl-' Debris Operations Plan ()i,a1tw lospot110 & ltocoftf7 The CrowderGulf Debris Operations Plan establishes an early appraisal of disaster damage, moves trained and well- equipped crews into affected areas in the shortest time possible and follows a disaster-specific work plan. This ensu res that our personnel and equipment will be mobilized and in place to remove and reduce debris in the most efficient and effective manner and with the least possible impact to citizens. The amount of damage that occurs during a natural disaster and the effort required to restore the affected areas varies with each situation. CrowderGulfs comprehensive Debris Operations Plan is a flexible strategy that integrates Critical Operations and Essential Support Functions to insure the most efficient and cost effective debris management for the City of Clearwater. These Operations and Functions are identified below and fully defined in the following sections. Each is integral to a comprehensive debris management effort. 45 IGULF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Critical Operations (action items that are set in motion by an event) ► Mobilization ► Debris Emergency Response ► Debris Recovery Operations ► Documentation and Reimbursement Essential Support Functions (support functions for Critical Operations) ► Readiness Support and Training ► Subcontracting ► Quality Control ► Health and Safety ► Environmental Sensitivity ► Public Relations Pu&Jh•Rr!Jfims Esscnlia/5-,po,t Funcbani, +--ta>l. Qua/tly C odJol Emn,om>U>'1JSmsit-dtf The Debris Operations Plan was developed with only one objective -to assist Clients that have suffered the effects of a disaster return to normal as quickly, as efficiently and as inexpensively as possible. The Plan's components have been the cornerstone of all of CrowderGulf s disaster relief efforts for the past 50 years. When an event is likely to occur, all stakeholders are put on alert and resources are marshaled. Immediately after the event occurs, Mobilization of personnel and equipment resources begins in anticipation of the initial Debris Emergency Response or "PUSH" period. As additional resources flow to the impacted areas, Debris Recovery Operations -the most demanding phase -is initiated. This is the phase in which CrowderGulf delivers what it has promised and makes certain that debris is removed and reduced as quickly and as efficiently as possible. Throughout the operation, the Documentation of all work must be completely and accurately documented in order for Reimbursement to occur. The four Critical Operations described here -Mobilization, Debris Emergency Response, Debris Recovery Operations and Documentation and Reimbursement -form the central core of the CrowderGulf Debris Operations plan. These elements are supported and enabled by six Essential Support Functions. Although not as visible during the debris management process, each support function -Readiness Support and Training, Subcontracting, Quality Control, Health and Safety, Environmental Sensitivity, and Public Relations, -is fundamentally important to CrowderGulf being able to provide a successful debris management effort. All of these elements are discussed briefly in the following sections. CRITICAL OPERATIONS ► Mobilization Alert and Team Notifications If there is advanced notice (i.e., a hurricane), this phase will commence as soon as a disaster appears to be a credible threat to the City of Clearwater. The CrowderGulf call-down list will be checked to verify accuracy. Field Project Managers and Field Supervisors will be advised to check e-mail and voice mail at least twice a day, and additional communication devices and cell phones may be distributed to key personnel. The CrowderGulf Director of Operations will assess the information received from the National Weather Service and in consultation with the City of Clearwater's Debris Manager will determine the necessity for a full notification action. If it is determined that notification is needed, he will direct activation of the CrowderGulf Calling Plan with stand-by instructions for individual contractors/subcontractors to be notified. Specific individuals will be called and, in turn, they will call additional CrowderGulf employees in a rapid cascading manner. This list of calling assignments is kept current with no less than two exercises per year if not exercised for a legitimate activation preparation. 46 IGDLi= Preparation CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Based on the high probability of a known event, the Director of Operations (DO) will direct initial preparation of manpower and equipment. He will inform all responding personnel as to situation status, departure, tasking and assets to mobilize. The Director of Operations will manage the commencement of mobilization, the tasking of the support units, and the dispatch of managers, crews and equipment. Mobilization of Resources CrowderGulf shall contact the City's Debris Manager a minimum of 48 hours prior to a hurricane event or immediately upon the occurrence of a major disaster or debris generating event in which there is no advance warning. Mobilization will take place immediately upon receipt of a NTP and in accordance with requirements as defined by the City's Debris Manager. Within eight hours of receiving the NTP, CrowderGulf management team will be working on site with the City and its Debris Manager to begin planning the required mobilization and operations for debris removal. Debris removal from streets and roads ("PUSH") shall begin within 12 hours of receipt of the NTP and reduction and disposal operations shall be in full operation within 48-72 hours. The severity of the disaster will determine how many employees and/or subcontractors will be assigned to a specific disaster event. Depending on the scope of the disaster, CrowderGulf will use a combination of company crews and subcontractors to perform work . We will begin with CrowderGulf personnel and proceed to add additional manpower and subcontractors until we have a sufficient workforce in place to effectively manage and handle the disaster recovery effort. Specific management personnel that will be assigned to this contract are provided in later sections of this proposal. Staffing the Emergency Operations Center CrowderGulf will commit a senior employee to be stationed in the City's Emergency Operations Center to coordinate plans for debris operations, communications and scheduling with the City's Emergency Management personnel. If requested by the City, this senior management representative will be on site in the Emergency Operations Center prior to storm landfall. Staging of Resources When a disaster is imminent, we will review the need for staging equipment within 100-150 miles from the potential area of impact. Local equipment and resources will be secured in safe locations and readied for mobilization. As soon as the storm passes the area and a Task Order (TO) issued, equipment and manpower will be staged at a convenient location near the truck certification area for the City. Very early in the mobilization process, CrowderGulf will obtain a large hard surfaced parking area which will be used as a stag ing area to begin truck and equipment certification and safety inspections. These important steps must take place in advance of moving debris on a unit price payment basis. The staging area becomes the initial reporting location for all subcontractors. Subcontractors employed under pre-event subcontracts, subcontractors and individuals seeking work, and potential suppliers and vendors, will be directed to this central point. If necessary, we will position a Mobile Emergency Response Command Center Unit at this location to facilitate operations. Additionally, if temporary fueling and shelter facilities are required, they will be positioned at this location, if possible. 47 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Communications/Mobile Command Center Should disaster conditions warrant the need, CrowderGulf may establish a self-sufficient Mobile Command Center, with full communications capability, in the disaster area and dedicate it solely to the recovery effort. If needed or requested, our Command Center will be provided to the City to serve in the field as its command unit. The Command Center, or field office/s, will be set up within 24-48 hours after activation. Local citizens will be employed and trained to work in the field office under experienced CrowderGulf management supervision. Local employees are always an asset to the response and recovery operation. Their knowledge of the area and its people is invaluable to CrowderGulfs overall operations. Each Command Center has two gas powered generators that supply power for the following: • Multiple work stations with LCD computer/TV monitors, with copier/fax/scanner capability • A conference room with a large table and a 42" plasma monitor/TV • Two satellite TV receivers • VSAT for broadband internet and VoIP lines CrowderGulfs management team, all supervisory personnel, and crew foremen will use company radios, digital radio/telephones, and/or cellular phones. All drivers and subcontractor supervisory personnel will be required to have radios and/or telephones in their vehicles. Upon request, we will furnish key City personnel with our system radios. Operational Support CrowderGulfs main office will serve as headquarters for "back-office" operational support and documentation center. Throughout the project, this office will support field operations on all levels and maintain backup files and records for reimbursement. Sample Mobilization Parameters Below are CrowderGulf s anticipated mobilization timelines for debris removal work. CrowderGu lf has never failed to meet the end timelines for completing all projects and remains committed to meeting all timelines. • Contacting the City's Emergency Operations Manager 72 hours prior to a predicted disaster event. • Providing an advance CrowderGulf representative to the City's Emergency Operations Center 24-48 hours prior to a predicted disaster event or upon receiving notification of pending activation, if requested. • Staging personnel and equipment in close proximity to the City to provide rapid deployment after the storm, while protecting those assets from damage/destruction by the event. • Mobilizing resources and being operational for clearing debris and opening critical routes ("PUSH") within 24-48 hours of NTP if requested by the City. • Being fully operational for hauling, sorting, and storing of debris within 48 hours of initial NTP. • Being fully operational for reduction and disposal of debris within 72 hours of initial NTP. • Maintaining full operational capability, 24 hours per day, 7 days per week for an extended period of time. • Being able to clear all debris from all City maintained streets, roads and highway rights-of-way within 90 days from initial NTP. • Rapidly adjusting the flow of resources based on the extent and magnitude of damage/debris. • Providing Rapid Response Crews (RRC) as may be required. • Being able to complete the entire debris management process from initial clearance through final disposal within 180 days from initial NTP. 48 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL SAMPLE Response and Recovery Timeline Debris Removal, Reduction and Disposal Operations CG contacts Client Event Landfall ~ Initial Response Client issues NTP PUSH Mobilization 24Hrs-100% Monitors in Place Field Office l Operations ! Day 1 to 3 Response Specialty Debris Removal stumps, leaners & hangers, HHW, white goods, e-goods, vessels, vehicles, etc ... l OMS Site(s) Closure & Remediation Day4to 180 Recovery t Stage Equip Certify Trucks t Debris Removal J Documentation for FEMA Reimbursement 24 Hrs 48 Hrs 72 Hrs 25% 75% 100% Because each activation / storm presents separate challenges and situations, the above information has been provided as a sample. During our pre-event training sessions with the City, we will work to frame out possible timelines for minor and major activations. ► Debris Emergency Response Debris Response activities occur immediately after an event in order to clear emergency access routes. This initial phase of operations normally consists of clearing debris that may hinder immediate lifesaving actions within the disaster area and/or pose an immediate threat to public health and safety. The Debris Response phase includes immediate actions for the removal of debris in order to facilitate search and rescue efforts, allow access to critical facilities, and prevent fiooding. Actions required during the response phase are usually completed within a matter of days following a disaster event. During Debris Response, CrowderGulf will conduct an emergency "PUSH" of critical streets and roads sufficient to allow for the movement of emergency vehicles. "PUSH" crews can be on-site and working within hours of an event. City staff shall determine priorities for "PUSH" activities with primary emphasis on major thoroughfares. Multiple crews will be conducting emergency "PUSH" activities within 12 hours of receipt of a NTP. Requirements for government services increase dramatically following a major disaster. After emergency access has been provided to hospitals, police and fire stations, the next priority normally is to open access to other critical community facilities, such as schools, municipal buildings, water treatment plants, wastewater treatment plants, power generation units, airports and seaports. 49 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL As soon as critical facility locations are identified, CrowderGulf will dispatch "clearing crews". Depending on the damage, multiple crews will be deployed within 24 hours of receiving a NTP. The "clearing crews" will use all available resou rces with focus on local personnel and firms. These "clearing crews" at a minimum will consist of: • Two pieces of rubber-tired pushing / loading equipment such as backhoe loaders, rubber tired front-end loaders, and skid steer loaders with operators • Two -three chain saw operators, laborers, flaggers with transport vehicles • Five 16 to 20 cubic yard capacity dump trucks with drivers • One Quality Control/Foreman with communications capability and pickup truck • Equipment and resources needed to transport crew from one site to another To maximize efficiency, the clearing crew may, depending on the size of the roadway and severity of damage, split into two work teams clearing at different locations on the same street or road. If a crew divides into two work teams, visual contact and effective radio or cellular communication will be maintained between the teams. When needed, Search and Rescue Support Crews will be provided. At a minimum, each crew will consist of the following: • One trackhoe excavator, minimum 150hp with operator, • Three laborers/riggers • One crew foreman • Slings, riggings, implements • Transport equipment "Perhaps most noteworthy of the CrowderGulf team was the selfless partnership they exhibited. While it was anticipated that a contractor would seek to profit from work opportunities, there were multiple occasions when the CrowderGulfteam chose not to take advantage of the City and instead openly expressed that it would not be in the City's financial best interest to take certain measures that would have actually benefited CrowderGulf. It was this cooperative attitude that convinced us that the City of Newport News had made the right decision to make CrowderGulf our debris recovery management company of choice." Ra/pit Caldwell, Public Works Assistant Director Newport News, VA Safety of the clearing crews in this early stage of work will be a paramount concern. Downed power lines, falling trees, equipment and chain saw injuries, worker fatigue, and a host of unanticipated hazards demand constant attention by all team members. Therefore, toolbox safety discussions will be a daily requirement for the team. Work areas will be surveyed for hazards before work begins and throughout the clearing operation. Special hazard observation responsibility will be assigned to the Quality Control Manager. The following is an example a Debris Response priority list: • Fire, police, and ambulance service routes • Access routes to trauma centers, hospitals, critical care units and jails • Major arterial routes • Roads and streets to the emergency operations center • Supply routes to emergency supply distribution centers • Roads and streets to government facilities • Communication towers and systems access • Utility access routes • Routes to shelters • Routes to the debris management centers All other roads and streets are normally cleared as soon as the emergency and major access routes are opened and the City transitions to the recovery operations. 50 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL ► Debris Recovery Operations Debris Recovery consists of the removal and disposal of FEMA eligible storm-related debris in order to ensure the orderly recovery of the community, and eliminate less immediate threats to public health and safety. The debris removal, reduction and disposal procedures are addressed in specific detail in the following paragraphs. Important Operational Considerations: At this point in the operation, decisions regarding the movement, storage, reduction and disposal of the debris will have a huge impact on the efficiency and effectiveness of the overall project. As in all CrowderGulf debris operations, we apply a set of standard principles to managing debris operations which include but are not limited to the following: • Never load debris on a truck before the dump site has been identified. • Handle only debris that meets FEMA's eligibility criteria. • Sort debris before initial loading, whenever possible, to increase efficiency. • Clean streets/roads thoroughly at each pass, i.e., "Clean As You Go" policy. • If at all possible, load debris only once and deliver directly to the final disposal site. • Use temporary debris management sites (TDMS) only when they increase operational efficiency. • Use the most efficient reduction method approved by the client. • Recycle if costs to benefits are favorable. • Use privately-owned or if available, publicly-owned landfills for final disposal. Collection Methods The fundamental component of a debris management strategy is the collection of debris. Implementation of debris collection immediately after a disaster event will assure the public that recovery efforts are in progress and that the community will return to normal quickly. The debris type, amount, and urgency determines which collection method is used. The two main methods of debris collection are curbside collection and collection centers. Both types of collection methods may be used and will be determined by the City of Clearwater. Curbside collection requires that only storm related debris be placed at the curb or public rights-of-way. Source- segregated debris collection offers the potential of high salvage value and efficient recycling/reduction processing. This method is important when collecting hazardous and environmentally sensitive debris, such as household hazardous waste and white goods. Collecting mixed debris allows for residents to place all debris types in one specified area, usually along the public rights-of-way in front of their residence. While this is the most convenient for the public, it does not facilitate effective recycling and reduction efforts, as the debris will need to be handled multiple times. This method prolongs recycling and reduction efforts and increases operational costs. Collection Centers, the second type of collection method, relies on having residents transport their debris to a common location. Large roll-off bins may be placed on public rights-of-way or public property for the residents to bring their debris for collection . Separate bins can be designated for particular types of debris. If Collection Centers are used, they must be monitored to ensure only of the citizens use the Center and all debris is storm-related eligible debris. Regardless of the collection methods used, educating the residents before a disaster occurs and keeping them informed after a disaster about the how, when and where of the debris removal operations, will alleviate a lot of stress for everyone. CrowderGulf can assist with keeping the public informed with the information needed to get their debris removed safely and in a timely manner. Debris Types The City of Clearwater will determine the scope of the debris to be managed under this contract. However, CrowderGulf is prepared to assist the City in hauling, reducing and disposing of all eligible debris types in accordance with FEMA 325 guidelines. These include: vegetative debris, construction & demolition (C&D) debris, hazardous wastes, white goods, household hazardous waste (HHW), electronic waste (e-goods), abandoned vehicles and vessels, putrescent debris, infectious waste, chemical, biological, radiological, and nuclear-contaminated debris. The following diagram is a breakdown of the general debris stream: 51 IGULi= OMS Vegetative Landfill OMS Landfill OMS Recycling Center White OMS Goods, Small Motors Recycling Center OMS Recycle Truck Certification CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Recycle Ash or Mulch to Landfill Recycle Landfill Recycle Disposal Recycle Disposal Recycle Disposal All debris hauling trucks will be certified by the City or a City representative before any hauling begins. The inside bed dimensions of all trucks will be accurately measured and all safety requirements will be checked and approved. This information along with the description and a picture of the truck, driver's name, license and tag number will be recorded on the FEMA compliant certification forms provided by CrowderGulf. The City will retain the original copy of the form and provide CrowderGulf and the driver with copies. The driver's copy must remain in the truck at all times. A placard displaying the trucks identification and measurement information will be displayed on both sides of the vehicle at all times. Specific truck documentation requirements are discussed in the Documentation and Reimbursement Section of this proposal. Sectioning and Crew Assignments Upon NTP, CrowderGulf will assist the City of Clearwater in assessing damage and developing a specific plan of action. The affected areas will be divided into sections and then crews, subcontractors, and equipment will be assigned. All areas will be served simultaneously. 52 IGUL# CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Loading Debris Prerequisites for Loading Debris: • Truck certification and safety inspections completed on all trucks hauling debris • Identification of disposal site • If needed for efficiency, identification and preparation of debris management sites • Sectioning of City with subcontractor assignments • Quality Control organization operational • Load ticketing and data management process operational • Accident Prevention Plan (APP), Site Safety and Health Plans (SSHP), Activity Hazard Analyses (AHAs) • Initial safety and health briefing for all personnel complete • Specific training on traffic control complete for all debris crews • Preparatory inspections of each worksite by Quality Control staff and debris crew foreman • Work area cleared of safety and health hazards such as downed power lines and hazardous materials • Inspection of work area for water meters, fire hydrants, utility pedestals and other infrastructure components that could be damaged by equipment • FEMA debris eligibility criteria communicated to all Crew Foremen, Superintendents, Quality Control staff, Project Managers, and Equipment Operators • Overhead power lines and other utility lines identified for safe clearance of loading equipment Crew Composition CrowderGulf matches equipment to the requirements of the task. Crew composition varies depending on the type of equipment used in performing the loading operation. For example, crews with self-loading trucks do not need separate loading equipment that is required to support a crew consisting of dump trucks or trailers. However, every crew requires traffic control personnel, a foreman and a designated quality control person. Also, each crew requires a chain saw operator and laborer(s) to assist in the ground support work. Usually each piece of loading equipment (self-loading truck or separate loader) is supported by one saw operator, two laborers and two flaggers. At a minimum, debris separation crews will consist of two laborers, one chain saw operator with saw, one skid steer loader with operator and implements, all equipment necessary to transport personnel and equ ipment from one work site to another. When necessary, ground crews will separate and sort the debris by type, saw fallen trees and vegetative debris at the public rights-of-way, and be constantly alert for water meters, fire hydrants, utility pedestals and other infrastructure components that could be damaged by equipment. Crew Sizes The size of debris loading crews will be dictated by the severity and localization of damage. Each crew foreman will be experienced in organizing and directing debris crews and will be provided with sufficient chain saw operators, flagmen, laborers and knuckle boom operators to assure rapid and efficient debris removal. An example of a Crew is demonstrated in the chart below: Manpower/Equipment Required Task Responsibility No. per Crew Crew Foreman with experience in organizing & running Provide on-site management of crew to ensure 1 crews with previous work in disaster related jobs quality performance, safety & maximum productivity 20 -60 CY dump trucks with skilled operators &/or 80 -Pick up debris from curbside & haul to OMS or final 4-6 disposal (or as area 140 CY self-loader trucks dictates) Chain Saws & Experienced Operators (as needed) Reduce large trees & limbs to manageable size & trim 1-2 debris hanging from loaded trucks Flagmen Direct traffic flow & truck movement 3-6 Laborers Gather small debris that loaders are unable to grasp 2 53 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Truck and Equipment Considerations The number of debris hauling trucks assigned to each crew will be determined by the time required to transport a load of debris to the disposal site, dump the load and return to the loading site. Sufficient trucks or trailer hauling equipment will be assigned to each crew to preclude having idle loading equipment. If hauling equipment is found idle and frequently waiting to be loaded, some of the hauling equipment will be reassigned to other crews. Crews will be adjusted as needed to maximize the use of all trucks and equipment. Often on the first pass of debris removal work, large stumps, tree trunks and other heavy debris must be left for loading by larger more specialized equipment. CrowderGulf will make every attempt to "Clean As You Go". However, there are situations when the need for expedient debris removal precludes achieving this standard completely. As required and directed, specialized equipment will be mobilized on subsequent passes to handle the removal of stumps, other large debris and backfill of stump holes. Truck Drivers will not be issued a load ticket until: • The tailgate is secured to prevent debris from falling out of the truck while in route to disposal site • Trimming of overhanging limbs and debris from around the truck or trailer is complete. This includes debris protruding from the truck bed that may pose a risk of utility line damage. (Actual height depends on local line installation height) • The debris hauling container is loaded as completely (fully) as safely possible Once the load ticket is issued, the truck driver will safely move the vehicle out of the loading zone and into normal traffic flow in route to the disposal site or to a Temporary Debris Management Site (TOMS). Repair and Maintenance Equipment CrowderGulf has the ability to perform maintenance and repair in the field, where the work is happening. Local resources may have experienced damages or have other responsibilities that take priority over their business such as family matters. To insure we have safe functioning equipment, over the years CrowderGulf has built a large support system for our company owned equipment and subcontractor equipment should they need assistance. Service Trucks -CrowderGulf often utilizes our fleet of smaller service vehicles. These are typically one plus ton trucks outfitted with specialized equipment to make field services easier to complete. Features of these trucks include the following: • Air compressors • Welding equipment • Boom cranes • Tommy-gates • Lubricant • Exhaust and other fluids • Small tools • Misc. small parts Box Service Trucks -When a repair or service requires heavier equipment and additional support, CrowderGulf provides our "box trucks" which have several different types of equipment to allow the CrowderGulf employed full-time mechanic more options when conducting repairs. These units typically keep on hand the following supplies: 54 /GULF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL • Several sets of various size tires • Large air compressors • Welders • Lift gates • Hoses • Fittings • Hydraulic lines • Hydraulic hose crimping machines • Lubricant • Exhaust and other fluids • Small tools • Misc. small parts Mobile Repair Shop CrowderGulf also owns a state of the art mobile repair shop. This is a larger unit, towed by a semi-truck. Once set up in an area, this unit performs the same as a shop. Features of this unit are self-contained, diesel powered electrical system, full hydraulic hose manufacturing ability, tool room, tire racks, outside flood lighting, and many other features that allows this unit to function like a full featured automotive repair shop. No matter what the situation is, CrowderGulf, utilizing our in-house assets, can maintain our fleet during any size activation. Hauling Debris The hauling or transport process begins at the time the truck or trailer leaves the "loading zone". Safe transport of the debris material to the disposal site becomes the drivers' primary concern. Drivers remain responsible for their loads until safely dumped at the disposal site. All drivers will follow the most direct and safe pre-planned route to the nearest disposal site. Particular attention to safety is required in the areas near school buses, school zones and other areas of pedestrian foot traffic. Tarps or load covers are applied as required by local or state regulations. On arriving at the disposal site, the driver will maneuver the hauling container for inspection by a City representative in the inspection tower. The load will be "called" by the City representative estimating the percent of the full volume or by estimating the number of cubic yards short of full volume. Drivers working for CrowderGulf are instructed never to disagree or complain about the load "call". Any concerns the driver has are to be directed to his or her crew foreman or supervisor for resolution. When the debris is safely delivered to the disposal site, it will be mandatory to dump the load only when the truck and trailer are level. This prevents the dangerous hazard of trucks and trailers tipping over. CrowderGulf will employ spotters at the dumpsite to assist drivers in dumping safely. When the dumping process is complete, the driver will maneuver the hauling container back to the inspection tower for a quick check to make sure all debris has been removed during the dumping process. Any debris hung in the truck or trailer bed must be removed before the truck or trailer leaves the disposal site. All dumpsites will have a dumpsite manager to supervise and oversee the day to day operations. A safety officer will also be onsite to ensure all safety measures are being executed. Flaggers will be strategically placed at the site to direct traffic flow into and out of the disposal site. 55 jsUL# CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Debris Hauling Prerequisites: • Debris will only be transported in trucks or trailers capable of rapidly and mechanically unloading. • No self-load trailers will be used. Exceptions to this standard may be necessary to efficiently and safely transport HHW, E-Waste, ACM or white goods. • All trucks and trailers hauling debris must have completed the truck certification process establishing approved volume for the debris-hauling container. • All trucks and trailers must have successfully completed the prescribed Safety Inspection. • Drivers will be instructed to use the most direct and safe route to the nearest disposal site. • Drivers will be required to wear safety vests and steel-toed shoes when working. • If loads are required to be covered during transport, the hauling container must be equipped with a functional cover or "tarp" to prevent flying debris during transport. Note: Proper trimming of loads at the loading site is the best prevention for debris falling out during transport. Safety Measures The Safety Manager and Safety Officers will monitor all safety procedures and daily reports of accidents and/or property damage. The Safety Manager or designee will also be responsible for coordinating and conducting safety meetings with crewmembers and subcontractor personnel. Safety is critical throughout all operations and is discussed later within this Debris Operations Plan. Truck and Equipment Maintenance Well maintained trucks and equipment are essential for efficient operations. CrowderGulfs crew foremen, subcontractor foremen, and the Field Project Manager will be responsible for keeping all trucks and equipment in good working condition and prepared for each workday. A CrowderGulf mechanic will be on the job for troubleshooting and maintenance of equipment. Local mechanic shops will also be utilized. Traffic Control CrowderGulf will use its best efforts to mitigate the impact of debris removal operations on local traffic. Sufficient signing, flagging , barricading, safety equipment and communications devices will be used to ensure the safety of vehicular and pedestrian traffic in all work areas. All work shall be done in conformity with applicable federal, state, local laws, regulations and ordinances. Hours of Operation Debris will be collected and loaded during visible daylight hours (dawn to dusk) seven days per week. Debris reduction at the OMS may take place 24 hours per day, seven days per week if required by demand and approved by the City. Number of Passes CrowderGulf will make as many passes as the City may direct in order to successfully complete the debris removal process. Normally, a few days may need to elapse between each pass so that the citizens have time to get their debris to the ROW. Daily Coordinated Issue Management Meetings Daily meetings will be held between the Field Project Manager, Field Supervisors, the Subcontractor Crew Foremen and representatives of the City of Clearwater to discuss progress, needed adjustments and other issues. Decisions to increase/decrease manpower and/or equipment or change work areas will be made with approval of the City. Accurate Record Keeping CrowderGulf utilizes a number of systems to assure accurate truck certification and debris hauling information. Production reports, shift inspection checklists, safety meeting reports, quality controls, daily crew and equipment usage reports are some of the Quality Control measures used to provide accuracy in the documentation process. Using the most appropriate technology provides the necessary information to make decisions during the recovery operation. It also improves our ability to provide all documentation needed for maximum reimbursement from FEMA and other agencies. Details of our documentation procedures are fully described in the Documentation and Reimbursement section of this proposal. 56 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Documenting and Resolving Damages During the debris removal process there will always be some minor damage situations that occur regardless of the care taken during the work. CrowderGulf will respond quickly to all damage claims by the City or its citizens and will work diligently to resolve such claims to the satisfaction of all involved. We are well aware of the trauma and disruption to normal lifestyles that result from a natural disaster. Our personnel are thoroughly indoctrinated regarding our policy to always be caring, courteous, polite, and responsive to the needs of the citizens of the community. Citizens will be provided an avenue to report damages. One option will be a citizens' hot line. The City, the monitoring company or CrowderGulf may provide the hot line. Regardless of the method chosen to provide the information, CrowderGulf is committed to resolving the damage complaint as quickly as possible "From this resident, we thank you and all of your crews for keeping the recovery from being another disaster, as often happens. It has been a pleasure having your team in our backyards." Citizen, High lslantl, TX to the satisfaction of the City and its citizens. We will employ a Claims Resolution Person (CRP) to handle all property damages that may occur during the recovery process. If possible, a local resident with excellent communication and negotiating skills will be employed to fill this position. This person will be tasked with responding to and amicably resolving all incidents that may occur. Debris Management Site Development CrowderGulf has vast experience with selecting, developing, managing and operating Temporary Debris Management Sites. We are committed to efficient and safe OMS operations and require all personnel to be vigilant in using safe practices at all times. In the context of this proposal, the terms "Temporary Debris Separation and Reduction Site" and the term "Debris Management Site" (OMS) are used interchangeably. OMS are established when debris cannot be taken directly from the collection point to the final disposition location. A OMS is a location to temporarily store, reduce, segregate, and/or process debris before it is hauled to its final disposition. Proposed Temporary Debris Management Site (TDMS) Locations If awarded this contract, CrowderGulf recommends a field visit to the City of Clearwater to coordinate with City officials to determine the best locations for a TOMS. Our Regional Manager, Don Madio is very familiar with the site that the City used after Hurricane Irma -Joe DiMaggio Field Parking 2450 Drew Street. Any additional locations previously used by the City can be utilized as long as they are still available. During this field visit, we will also determine additional suitable Citizen Drop Off Sites as well as likely Equipment Staging Areas. Additional/Alternate Temporary Debris Management Site (TDMS) Locations Should there be a need for more TOMS locations than the City can provide, CrowderGulf will work with local land owners to secure additional locations, and work with the City and the appropriate officials to secure permitting for add itional sites. Final Disposal Location CrowderGulf will work with the City to determine the most economical option for final disposal of debris at the time of the event. DMS Site Selection Site selection is probably the most important decision effecting OMS operations. CrowderGulf will work closely with the City of Clearwater to identify and secure suitable locations. Specific Site Plans will be developed fo r each OMS either upon activation or upon request by the City, and will be in compliance with FEMA 325 regulations for site plan development. Once site selection is approved by the appropriate Debris Managers, CrowderGulf will perform baseline environmental testing protocols as required and will obtain any required special permits and environmental permissions. All costs associated with the preparation, operation, and restoration of DMSs is included in CrowderGulfs pricing structure for the contract. 57 IGULF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Site selection should be based on the following criteria: • Ownership • Potential for Land Lease Agreements • Size • Location • Environmental and historic concerns (baseline study findings) • Required Permits OMS Design and Operational Features The information gathered during the baseline data collection becomes important to the design of the site. The efficiency and the overall success of the OMS operations are determined by how the site is designed. A minimum of the following features will be designed into the OMS plan. • Portable toilet facilities will be conveniently located to serve the inspection towers, crews working on the site, and office facilities • Perimeter chain-link fencing , erosion and sediment control fencing , and other necessary drainage control methods • Site traffic flow will provide for orderly movement of vehicles and equipment to avoid crossing traffic lanes with the construction of two entrances/exits with lockable gates • At the request of the City of Clearwater, the DMS(s) may be restricted to City and Contractor vehicles only • Safe and ready access of fire safety and rescue equipment will be provided to all functional sections of the site and to debris stockpiles • A Safety Zone of at least 200' will be established around the grinder • Air Curtain Incinerator (ACI) or Open burning safety zone will be established and will be 1,200' from any structure (other than inspection tower) and no less than 250' from any other pile or type of debris on site • Ash storage pit will be adjacent to ACI units • Compacted crushed rock and/or mulch will be used on ingress/egress road surfaces • Designated personnel parking area for 30 vehicles will be established • Space for two 12'x50' office trailers will be established • Development of a lined Hazardous Materials Containment Area surrounded by a berm • Two vegetative debris piles for grinding operations • Sufficient area for chip piles to minimize pile height to prevent spontaneous combustion • C&D debris area will be separate from other debris areas • Adequate area maintained at each site for truck maneuverability and a level stable surface for equipment to complete the dumping process • Site orientation will provide for ACI operations and grinding operations to be located downwind from offices and inspection towers (i.e., prevailing winds will be considered when setting up site) • If necessary, separate areas/sites for the public to use for dumping vegetative and C&D debris will be provided. Depending on the process prescribed for allowing this, a separate tower may be required to facilitate accounting for the material entering the public section. If off site citizen collection areas are developed in accordance with the City's Debris Management Plan, CrowderGulf will remove debris from those sites on a regular basis as directed by the City's Project Manager. 58 jsULi! CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL OMS Site Plan A OMS Plan will be prepared to a scale of 1" = 50'. The Task Order specific Management and Operations Plan will be updated to include the Site Management Plans for all DMSs and Disposal Sites operated by CrowderGulf. The DMS Plan will display such functions as: • Access to the Site • Site Preparation -clearing, erosion control, and grading • Traffic Control • Site Security, Safety and Segregation of debris storage areas • Location of ash disposal area, hazardous material containment area, contractor work area, and inspection towers • Location of incineration operations and chipping operations • Location of existing structures or sensitive areas requiring protection • Household Hazardous Waste (HHW) or Hazardous, Toxic and Radioactive Waste (HTRW) storage • A detailed list of equipment • Sanitation facilities The general site plan shown below will be modified to fit the needs of each specific OMS and will incorporate all specifications addressed in the FEMA 325 and all local, state and federal regulations and requirements . C&D Public Disposal Tower . . Parking/Portable Restr(l(Ills Tower .. ~ HW ENTIRE SITE ~ 100 ACRES Construction & Demolition (C&D) Debris Adequate Tumarrund Dwnping Area 25' -30' Vegetative Debris j Air Curtain Incinerators I I I ' 300' Exclusion ,1 ' " 15' -20' ', Zone .,,,, ........ __ .,,,, 59 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Inspection Towers At no cost to the City of Clearwater, CrowderGulf will construct a minimum of one inspection tower at each site adjacent to the roadway. A minimum of one exit lane for all trucks to use will be visible from a tower. This allows for checking truck beds before exiting, ensuring that they are completely empty. The Inspection tower site location will provide a .25 mile approach outside the public road system to accommodate any truck back up. • All towers will be OSHA and FEMA compliant. At a minimum, the towers will be constructed with pressure treated wood with the floor elevation of the tower 15' above the existing ground elevation; the floor area shall be 8'x 8', constructed of 2"x8" joists, 16" O.C. with ¾" plywood supported by four 6"x 8" posts. • The perimeter of the floor area will be protected by a 4' high wall constructed of 2"x 4" studs and ½" plywood. The floor area will be covered by a corrugated tin roof. • The roof shall provide a minimum of 6'8" of headroom below the support beams. • Wooden steps will provide access with a handrail. In addition, the construction of towers will comply with all applicable City building codes. • Inspection towers shall be capable of seating a minimum of three inspectors each. • Towers will be removed at the completion of the project or when the site is no longer in need . • Inspection To,Yer S~T-,,ss,ce2 H1ihe-:;i Cre;,~e Slcr;;e .:.11 •::oo;j ~o t:e :>reuu•e ~rea:e;j 1n::) Grou"l..:: iCr:;~1:inal, c::icr111t3!~.r n "'.o~· er i:.~..ial. ' ~ . " ~ "' (tl ... o~-gir _,. i., ~ N ci: ~ - 00 DC ~ --~ 60 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Hazardous Materials Containment Area In accordance with FEMA 325 specifications, CrowderGulf will construct an area designed for the temporary storage and confinement of hazardous material. Material deposited into this facility will be inventoried and stabilized. Any leaking containers will be placed in "over pack drums". A well-marked, defined and enforced NO SMOKING area will be established within 200 feet of this area. Minimum Design Criteria for the Hazardous Materials Containment Area: • 30'x 30' in size, the perimeter lined with hay bales staked in place • Water proof liner or plastic ground protection cove • Rain and snow cover for the entire area FIELD EXPEDIENT HTW CON1' AINMENT CELL WOODEN PALLETS SANDBAGS HEAYV WATERPROOF TARP (1) •HIW Ll\CLl,1>ES: Palm, Solvi!nt;, POL (P:!trol-=:, Oil & Lubriou:is), Bateri~;, -~ ti-Fr~~~, Propar.~ Tar.ks, A~rosols l\OTES: l . Cor.a·ii:m!nt -=~ll mi;st ~ •:ov-::r,!d au ll lim~; 1. Pia ;t.:= i; ;ar~·idt~d ~~-~ lay~r; to pP-V;!r.t plas-tic fro a~ t~~ 3. Coct!mimt~ ;and ;t..all ~ ~rly-::or.t3ir."~ & dlspo:ied ofasl-..a:zardou; w,HH Debris Separation and Reduction Debris Separation The Debris Reduction Manager will supeNise the separation and segregation of all loads deposited at the DMS. If site segregation is required because of mixed loads, the separation will reflect the six categories cited below. Each of the following categories of debris will be dealt with in full compliance with the CrowderGulf Environmental Plan and local, state and federal standards: • Clean, vegetative debris • Vegetative debris containing other foreign matter • Construction and Demolition (C&D) Debris • Salvageable or recyclable debris • White Goods, e-goods • Hazardous or toxic materials / waste Vegetative debris will be placed into two or more piles (no more than 15' high) which will allow for volume reduction without interfering with the ongoing dumping operation or until the dumping and/or reduction operations are complete. As directed by the City's representative, all construction and demolition (C&D) debris will be hauled directly to a certified landfill or prepared for reduction or recycling if feasible. White goods will be degassed , crushed and bailed for sale as scrap metal. 61 jsUL# CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Methods of Debris Reduction There are two primary types of reduction methods -incineration and chipping/grinding. After all major storms, we have used both grinding and burning to reduce debris, however, grinding has become the more common method due to environmental issues with burning. • Chipping and Grinding The chipping and grinding of vegetative debris reduces the volume by 75%. Many times clean chips will be recycled as bio-mass fuel. CrowderGulf is very experienced with chipping/grinding debris and has used this method in the majority of our disaster contracts for the past ten years. When grinding/chipping is utilized as the reduction method, all safety and compliance regulations are enforced throughout the operation. • Incineration There are several incineration methods available for volume reduction. These include uncontrolled open-air incineration, controlled open-air incineration, air curtain pit incineration, and portable air curtain incineration. Portable air curtain incineration is the most efficient incineration system available because the pre-manufactured pit is engineered to precise dimensions to complement the blower system. Any burning method used will only be conducted with concurrence from the City. Burning vegetative debris can produce up to a 95% reduction rate. In those situations where air curtain incineration may be approved by the City, all environmental compliance and safety, concerns will be addressed within the site specific plan. Setbacks and buffer zones will be established within and around the reduction sites not only for the public safety but also for the safety of the debris operations. Overview of an Air Curtain Operation NOZZLE~ ,, \ -;:,;;:.--~- AIR CURTAIN 1 .::" PLENUM ~ /-"":) <-- /. .k" ~-· ./ ;;,,' 4 -PIT WAU, BTHER DlRT OR " PRE-MANUFACTURED ~r1n.; Ki~ -~- lr.f>ERVIOUS f LAYER _J Debris Reduction Time Lines Air Curtain Pit Burner 1' Wheel Stop '\ Blower Nozzel \ \ Air Curtain -------. .... 8' 8' 8' Max'Mdth Exls11ng Grcund A setback of at least 100' will be maintained between the debris piles and the incineration area. There will be a buffer of 1,000' between the incineration area and the nearest building in order to create a zone for emergency vehicles, if needed. The fire will be extinguished two hours before anticipated removal of the ash mound. The ash mound will be removed before it reaches two feet below the lip of the incineration pit. To prevent explosions, hazardous or contaminated flammable material will not be placed in the pit. Finally, fencing and signage are simple and effective means to keep the public away from the incineration area. The CrowderGulf Environmental Protection Plan address and provides detailed guidance on OMS environmental concerns such as dust, smoke, erosion, stonn water plus hazardous and toxic wastes. If the OMS is near an environmentally sensitive area or has historical sites in close proximity, special environmental consideration will be taken to protect and preserve such areas. The following Debris Reduction Plan Time Line provides an overview of tasks and identifies both the management personnel responsible and the time frame within which each task shall be completed. 62 IGUL# CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL DEBRIS REDUCTION PLAN TIME LINE TASK TIME FRAME (from NTP) Conduct requirements assessment of damaged area for OMS Within 24 hrs Develop OMS according to Management Plan, including rd construction, erosion control, Within 48 hrs portable office & toilet facility Construct observation platform per FEMA requirements Within 48 hrs Construct grinding, burn pit, ash storage & hazardous waste storaqe areas Within 48 hrs Determine the number of burners &/or grinders/chippers required per site Within 48 hrs Ensure Hazardous Waste Plan in place Within 48 hrs If burning is permitted, begin construction of burn pits Within 48 hrs Complete installation of burners Within 72 hrs Secure permits & transport grinders/chippers to designated reduction areas Within 72 hrs Set up grinders/chippers Within 72 hrs Maintain records of hours worked for operators, location worked, repairs, etc. Daily Ensure maintenance of burners &/or grinders/chippers Daily Make dumpsite adjustments Daily Provide daily operations reports to Project Manager & Citv Rep Daily Inspect OMS operations for safety & quality control monitoring Daily & periodically Handle storage & disposal of hazardous waste As required Restoration of site upon project completion to City's specifications Upon completion of project Provide for demobilization of equipment Upon completion of all tasks Basic Debris Reduction Crews Personnel / Equipment Task Responsibility Number per Crew OMS Reduction Project Mgr Supervise set up & daily ops of debris reduction site; Ensure all safety regulations 1 / Site enforced Day Foreman Monitor incoming trucks, direct separation of materials; Supervise reduction crews; 1 / Site Monitor for safety regulations being followed and report infractions to Foreman Night Foreman (if burninq) Supervise crews & secure site; Monitor safety regulations & report infractions to Foreman 1 / Site Spotters Monitor incoming debris types; Ensure drivers drop loads in proper locations at stockpiles; Direct clean loads of recyclable material to storage areas; Follow all safety requirements & report any infractions to Foreman 2 -4 / Site Flagmen Direct flow of incoming & outgoing trucks at site; Follow all safety requirements & report 2 -4 / Site any infractions to Foreman Laborers Separate recyclable materials from incoming debris & move it to designated storage 2 -4 / Site areas; Assist other workers with debris separation Tower Monitor Check all ticket copies for legibility & accuracy; Alert monitor writing tickets of errors; 1 / Site Monitor for safety infractions & report to Foreman Water Truck w/spray nozzles Spray nozzles used for dust control; High pressure for hose for fire control 1 / Site & high pressure hose Road Grader w/Operator Maintain rds & site 1 / Site Onsite Fuel & Oil Storage Replenish equipment as needed 2 -4 / Site Tanks Track Hoe w/grapple Build burn pit according to Ops Manual; Clean ash from pits & pile in designated areas; 2 -4 / Site w/Operators Supply debris to burn pit & grinder Bulldozer &/or Rubber Tire Stockpile material; Push debris with Trackhoe 2-4 / Site Loader w/Operator Burner Technician I Mechanic Initial burner set-up; Assist starting fires according to Ops Manual; Daily maintenance & 1 / Site when care of burner & loader equipment burninq 1000-1200hp Tub or Grind vegetative debris 1 / Site when Horizontal Grinder qrindina Grinder Operator Fuel tub grinder & control grinder operation. 1 / Grinder 63 Debris Disposal CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Final disposition of the products of debris reduction will be made in accordance with instructions from the City and in keeping with all federal, state and local laws. Vegetative Debris Based on the City's decision, all vegetative debris will be ground or burned. If ground, the reduced vegetative mulch will be hauled to a properly permitted final disposal site in accordance with all local, state and federal regulations. If vegetative debris is burned, the ash will be hauled to a properly permitted final disposal site. In past disasters we have also recycled the clean ash as fertilizer on farm land. We will properly recycle mulch and ash to the greatest extent possible and within permitted regulations. Construction and Demolition Debris All C&D material shall be disposed of in facilities approved by the City of Clearwater in accordance with all federal, state and local laws. Specialty Debris CrowderGulfs supervisory personnel are experienced in identifying and assessing potential problems imposed by specialty debris including abandoned vehicles and vessels, wet marine debris, white goods and electronic wastes, hazardous materials and waste, bio-hazardous wastes, dead animals, and hazardous trees and stumps. As mentioned above, CrowderGulf works in conjunction with all federal, state and local regulatory agencies and strictly follows all regulatory guidance. If removal and disposal is beyond the area of our expertise, we will use Garner Environmental Services (www.garner-es.com), a highly qualified and licensed Hazmat contractor, to remove and dispose of any such materials. Debris Recycling Plan Based on the debris management goals and objectives of the City of Clearwater, CrowderGulf will implement debris recycling programs as marketing opportunities allow. When recycling is feasible, CrowderGulf will monitor procedures to ensure that the recycling contractors comply with local, tribal, state and federal environmental regulations. Any reimbursement for recycled material will be credited or returned directly to the City. Vegetative Debris The vast amount of vegetative debris produced by a natural disaster creates a real recycling challenge. We will make maximum efforts to recycle all organic material. Experience has taught us that it will still require freight cost and tipping fees, but recycling is still the best option as opposed to using up valuable landfill space. Specifically, our plan involves the following: 1. Debris crews will be encouraged to cut tree trunks into 8' or longer lengths for delivery to dump site. Quality logs will be separated and marketed to pulp mills, saw mills, and veneer mills. Timber in the log form is always marketable, and depending on quality can be transported to market even if the markets are relatively far away. 2. Stumps usually have large quantities of dirt attached, which contributes to the low quality of fuel chips. Stumps will be split and burned if burning is permitted. If burning is not permitted split stumps will be ground and resulting chips will be kept separate. 3. Limbs, twigs, short blocks and inferior logs will be ground or burned. To reduce contamination of chips with dirt, care will be taken to use rubber-tire loaders with rakes and track hoes with grapples. 4. Every effort will be made to move chips to organic fuel users in a wide area. CrowderGulf will begin moving chips as soon as possible to prevent the buildup of massive chip piles that create a potential fire hazard. 5. CrowderGulf has contacts with major paper mills, sugar mills, and other organic fuel users in the Southeast. Once CrowderGulf is awarded a contract, we will work to get tentative agreements with users who are in close proximity. 6. If local laws and regulations permit, CrowderGulf will secure land in a rural area(s) as close as possible to our chipping operations. Chips unfit for fuel or chips surplus will be piled on the property, mixed with ash from burning operations that has been tested and free of contaminates, and turned periodically to produce quality marketable compost suitable for landscaping use or applications to farm land. 64 IGULF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL After Hurricanes Isabel in 2003, and Ivan in 2004, CrowderGulf shipped clean vegetative chips to Italy to be used as bio- mass fuel. After Hurricanes Charley in 2004, and Irene in 2011 , local power plants took chips for use as bio-mass fuel. In 2012, after Hurricane Isaac, Missfssippi paper mills received all of our clean chips to use for bio-mass fuel. C&D Debris Concrete, asphalt and masonry products can be crushed and used as base material for certain road construction products or as a trench backfill. Debris targeted for base materials will need to meet certain size specifications as determined by the end user. The City may choose to recycle these products themselves. As an example, after Hurricane Ike, Galveston County recycled the crushed concrete (from home slabs on Bolivar Peninsula) by using it for road reconstruction and for a new government building foundation. Hurricanes and tornadoes can cause extensive damage to mobile homes, sun porches, and green houses. Most of the nonferrous and ferrous metal debris is suitable for recycling. Trailer frames , trailer parts, appliances and other metal items will be properly separated , crushed, baled and recycled. Any proceeds will be credited to the City of Clearwater. Site Closure and Restoration Upon completion of debris reduction operations, all DMSs will be restored to pre-existing conditions. All equipment, inspection towers, and any other temporary buildings will be removed. Burn pits will be returned to existing grade. Ash will be tested for contaminates before being taken to a disposal site. Any unburned or chipped materials will be hauled to an appropriate facility. Separated metals, plastics, white goods or other materials and types will be recycled as required by contract or regulations. Site reclamation / remediation will be billed back to the client at a pass through cost. In addition, if groundwater and I or soil testing is required, these items will be billed to the client at as pass through cost. A final site inspection will be conducted by City authorities and any discrepancies will be corrected. All work, including site restoration and closeout will be concluded within 30 calendar days of notice from the City that the last load of debris has been delivered. ► Documentation and Reimbursement CrowderGulf has been successful in the past in supporting our Clients with accurate and complete documentation records. This documentation is readily available to the City, FEMA, FHWA and any other agency that provides reimbursement. Superior record keeping using the best available technology from the beginning to the end of the project is critical. Financial accountability is maintained throughout the process by using a system of checks and balances that are tied directly to the quantitative documentation originating in the field. Throughout the project, FEMA 325 requirements are followed and serve as the foundation of our documentation and accounting systems. Documentation for Debris Hauling In an effort to maximize accuracy of accounting, CrowderGulf utilizes the following system of project controls: li:{/[F Truck I Equipment Cenlflc.ttlon~orm --===--------... ·-----=--=------=----- Phase 1 -Truck Certification All debris hauling trucks are certified in accordance with FEMA 325 regulations. Part of the certification procedure includes truck safety checks. Any trucks not meeting the safety requirements will not be certified until infractions are remedied. mi:, u ,0 % 19 93 CUS'C l:Jl)S ~ " _.I \J 65 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Documentation procedures include: • Measuring the interior dimensions of all debris hauling truck beds to determine the measured cubic yard capacity • Safety and insurance requirements check is part of the certification process • The City's representative, CrowderGulf and the driver will each retain a copy of the completed Truck Certification Form • All equipment are affixed with placards displaying the owner's name, equipment number and certified capacity • A Capacity Certification Log is maintained in the field as a quality control tool • All tower inspectors are provided with a current Capacity Certification Log to enforce the integrity of the valid documentation against the truck placard Phase 2 -Debris Load Ticket Completion The term "load ticket" refers to the primary debris-tracking document that records the transport of debris from the original collection point to the OMS or final disposal site. By positioning the debris monitors at each point of the operations (collection, OMS and/or final disposition), the eligible scope of work can be properly documented. This process includes the following procedures: • • • • • • Completion of a multi-part Debris Load Ticket for each truckload of debris City representative(s) at the loading site(s) will inspect each loaded truck, legibly and accurately record the required information on the ticket and provide the debris hauler with a partially completed ticket City representative(s) at the temporary or final disposal site(s) inspection tower take the ticket from the driver and complete the disposal information City representative(s) retain the original completed ticket and a copy is provided to the driver and a CrowderGulf representative CrowderGulf representatives collect ticket copies and perform the first of many quality control checks CrowderGulf field office personnel process the tickets sending electronic copies to the Home Office for additional quality control checks, data entry and storage Accurate completion of these two phases of quantitative and descriptive debris information is imperative for cost reimbursement and contractor invoicing. When electronic ticketing is used, the above procedures are slightly modified according to the firm acquired, while still maintaining the same quality of information and satisfying requirements. Documentation of Special Projects There are usually several additional recovery projects besides ROW debris removal and disposal that are required in order to address geographically unique storm damage. Each project is preceded by a specific task order to serve as a formal request to proceed with the project. The Task Order outlines the parameters of the project and establishes the pay rates associated. Detailed documentation that meets FEMA 325 requirements will be kept for each project. Data Management CrowderGulf utilizes a comprehensive and seasoned data collection and storage process with all projects. Regardless of whether electronic (ADMS) or paper ticketing documentation is used by the City or representative, CrowderGulf easily adapts data capturing procedures to accommodate all requirements. CrowderGulf s database is specifically designed to capture and track quantitative and descriptive debris data for the entire project while storing ticket images for reconciliation support and audit documentation support. 66 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Here is an example of the CrowderGulf database and document capture capability: Dobrls Load Ticket Form "frwtk~JOOIOQ ....CNltMIW: ..... AWtt; OP8Nottlil:k.1l'l1 .. ~--•t:: tt,'IO)III ....... ~ l ... ..,,._~M l<NCI TiMt: 6::01 PM .,. ..... ..,,.:~ B ~•11•: ~tt,te"°"ONJ G Truc•C-.: 11 •Loect: 15 Cele Loe¢ 5U ~n-: 1':'HAM W.lgtll neu t,: NA Tona: 0 TIN!t-1'••1:J00 1..-.,soo IOIJl-11'00 ri:--ttoO z ... uoo <li,.-UOO 1,-.,teoo •Pll·:tOOO "-"' ,..__..__ ..... cw,: 1- 7118/2014 12:58 PM !;"'....,, Cl 1:2 -..J 11" I•-~ Lr,..,_, ... _ _] I~ V ~ • • f°ii'· .Jc-• ~..,.. ,-:j ::J CPS(lal,lng): 34.79..>49-17.B&S\tl Oupot,al Sttt•· Sl\lEN Mill POST [),IS load Coll: M Ou.potol Oatul°tN: 06/.?8/Nl4 01:!6 AM Scot .. Ttck~l Mo • NIA 1'tl{tlt(Torii): NIA Monitor Heme (Id): KllliAH H&.Wt.lNS (bU4.U9) Notes: N.'A Technology has made documentation, reconciling and invoicing a more efficient, transparent process that can help expedite FEMA reimbursement. However, the technology is only as good as the people using it. CrowderGulf has capable, well-trained personnel with the commitment to ensure functionality and accurate information on a continuous basis. CrowderGulf has these qualified, committed personnel full-time throughout the year ready to provide documentation support even years after the project is complete. Monitoring Companies and Electronic Ticketing CrowderGulf has vast experience working with several monitoring companies and are fam iliar and compatible with their programs, processes and procedures. It is important that to the Client that CrowderGulf and Client representative (i.e., monitoring company} establish and maintain a positive and professional rapport throughout the project. This is necessary in order for the communication flow to be open with the central focus of making sure all documentation for eligible work is accurate and complete. Reports and Information Reports display tracking of debris through work completed to aid and support ongoing project planning. CrowderGulf has the capability and know how to conform reports to the unique specifications of any project or even portions of a project. Reports can be developed quickly to capture specific City requested data. These reports serve as a valuable tool to everyone in decision making throughout the recovery process. 67 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL We can provide the City with the following daily and weekly reports (at a minimum): • Total cubic yards hauled • Total cubic yards of vegetative debris hauled • Total cubic yards of C&D debris hauled • Total cubic yards of Stump debris hauled • Total leaners or hangers cut • Total cubic yards of mulch debris hauled • Total cubic yards hauled to each OMS • Other customized reports as requested Reports may be provided in Excel format, Word format or PDF format. Reconciliation and Invoicing An important aspect of the documentation process is the reconciling of all the truck certifications and load tickets prior to invoicing. CrowderGulf has earned a solid reputation with clients and monitoring firms by working closely with them to ensure that data reconciling is completed before invoicing. Whether reconciling ::n H'Z:11 H'Z':11 H~II H~11 H~n H':':11 n-::11 H~1! H0:-:~1 !lli:"t !!,OCa) !IX!I !,~a: &1-l':&1 !1Ct:-&l !1.:L:a6 e1~aE 0.,.CounN NC l,.0,:111?,ll•,or. :, CROWOERGULf OEBRIS '-WIAGMEHT Load and Haul O.bris Daily Debris Removed Report Vt9t:Dt ,•r.ami,t Vt~Xllt VQZ\it Vt;t»t Ve,;,ttJ:Jit Vt;,t»t a, a, D••COUl'lty,UC S11n:fo si.i~, Port s:.,~,$110t'l St.l'l'\1/:iot"i s:.i~,:iori St.l"'1/:IOt1 5:J"l\)/Pot'I St.l'l'l)J :IOn se.iw,~ 5:.l'l'O!?on S:..'1'0[:iot'l 5::J'r'O/Oot't s:..""',~l't $:.i'n)t Pot'1i .s:.i10,Porc FEMA-OR,4019 Hurricant l~M 2011 03)4:U ,9 CO 5.$ :6 t5 03mi ,, Ol 6' :9 ,: e!lll'S ;:,:i 65 '6a0 03!.6 03"'9 C!>UO C3W1 03"1& :.nan 03,_,I 03"'1 03"11 i;JJ.Sn e3WI ClWI ornn '"'" Oll&< Oll"l Cilia< CllS&l ".,, "® "°' ,.,, ''°' $300 "" "°' ,tQl ""' "® ,. " " " ,., " " ,: " ., S,00 ,. S,00 " o,iycuvc, with a monitoring company or with our clients direct, our database has all the information needed to expedite this process. After reconciliation is complete, it is time for invoicing. All invoices are fully supported by load tickets and other required documentation. CrowderGulf is very flexible in generating invoices. Invoices can be provided in different ways such as a dollar amount limit per invoice, designated work period on an invoice (i.e. one week per invoice) or single task invoices. CrowderGulf strives to accommodate by adapting to preferred formats and preferences. Having reconciled the data prior to invoicing makes the invoicing documents easier to read from FEMA's standpoint and speeds up the audit or reimbursement process. Schedules for invoicing are usually outlined in the contract. Many times, due to the severity of the disaster and the available resources by the City the payment schedule may be modified to allow more time to pay the invoices. CrowderGulf is able to accommodate these situations due to our strong financial stability. Documentation Maintenance CrowderGulf maintains all documentation for a period of at least 7-10 years, depending on the requirements. All tickets and truck certifications, task orders, and any other pertinent documentation are kept in both hard copy and electronic format. Having all documents in an organized electronic file allows for easy access if and when FEMA audits the work. FEMA Requirements and Assistance in the Reimbursement Process CrowderGulf works closely with all regulatory agencies to assure minimum issues in our disaster management efforts. Over the past 20 years, 98% of CrowderGulf s work has been with Cities, Counties, States and Agencies that received reimbursement from FEMA under the Public Assistance (PA) Reimbursement Program. As a result of our success in documenting all aspects of the debris management process to support reimbursements, CrowderGulf has established itself as one of the most respected debris contractors in the United States. As an example of our commitment to Clients, in June, 2010, a CrowderGulf Client requested assistance with a FEMA audit for work completed in 2005, after Hurricanes Katrina and Wilma. Consequently, one of our senior managers spent four weeks working onsite with the Client, as well as 1,000 plus hours of work time on the project researching and preparing documentation requests for FEMA. All of our time and assistance was provided to the Client at no cost. This is how every client is treated. CrowderGulf is committed to 'going to the mat' with them to make sure that our documentation is complete, accurate and provided in whatever format FEMA requests. 68 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL CrowderGulf s former FEMA Directors, Emergency Managers and FEMA trained Debris Specialists are available to assist in complying with FEMA guidelines and completing all documentation required by FEMA, FHWA or the Office of Inspector General. Our Staff is well versed in the Code of Federal Regulations (44 CFR), FEMA's Debris Management Guide (FEMA 325), and Public Assistance Debris Monitoring Guide (FEMA 327). CrowderGulf will share its knowledge and experience concerning reimbursement matters. The goal is to obtain maximum reimbursement by utilizing extremely accurate record keeping and exacting quality control measures. Specifically, CrowderGulf will assist the City with the following: • Developing Project Worksheets • Estimating debris volumes for initial damage assessment • Identifying eligible and ineligible reimbursements • Documenting every element of the recovery process • Reviewing all records to assure that they meet federal and state reimbursement guidelines • Providing various levels of training for City employees • Documenting all facets of work to support the claim process • Maintain all documents for 7-10 years Reimbursement CrowderGulf is committed to completing any emergency management and recovery project for the City in the minimum amount of time and at the best price possible. We work in full regulatory compliance with all agencies involved in disaster recovery including but not limited to: • Federal Emergency Management Agency (FEMA) • Federal Highway Administration (FHWA) • Environmental Protection Agency (EPA) • United States Coast Guard (USCG) • United States Army Corps of Engineers (USACE) • Florida Department of Environmental Protection • Florida Department of Transportation • Florida Department of Health ESSENTIAL SUPPORT FUNCTIONS ► Readiness Support and Training "I would like to Thank you all, Ashley and her staff, for all of your help in providing information and documentation needed to close out our 2004/2005 Hurricanes with FEMA. It is comforting to know that we can rely on your company to provide accurate information 4 to 5 years after the fact." Jesse Wright, Village Supervisor Village of Wellington, Fl CrowderGulf s long and successful history of disaster response and recovery success is, in a large part, a result of continuous Readiness Planning and Training. CrowderGulf is dedicated to a year-round cycle of preparation, practice, review and analysis to refine our procedures and processes. We strive for continuous improvement with the goal of exceeding expectations where it matters, in project execution. Joint training and pre-planning with the City will be an important part of Readiness Planning. On at least an annual basis, CrowderGulf specialists will provide training and pre-planning sessions. In addition, our Debris Reduction specialists will be available to review and advise on potential DMSs. Preparedness training will be tailored to the City's needs and requests. Usually, training will consist of all or some of the following topics: • General understanding of the disaster declaration process • Understanding the importance of thorough documentation in all processes • Contract scope of work & scope of work timeframe • FEMA debris removal eligibility & FEMA required documentation • Responsibilities of the City & the contractor for debris management 69 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL • Pre-event actions • Management team roles & responsibilities • Initial response & recovery operations • Debris removal & monitoring functions • Truck certification process • Documentation • Close out & reimbursement Training and pre-planning sessions are designed by the needs of each individual Client. For example, if our Client is preparing their own session and would like CrowderGulf to prepare material for discussion for a particular time slot, material such as handouts and PowerPoint presentations are created to present to the attendees based on the discussion topic provided by the Client. This type of involvement is usually requested by Clients who have knowledgeable staff who are experienced in the debris removal process and only need a quick overview of a particular topic. CrowderGulf also provides a more in depth session for the Clients who need training and plan development specific to their geographical location. CrowderGulf is experienced in assessing the needs of each Client and providing the knowledge and training needed for a successful event. In these situations, CrowderGulf provides in depth training and plan development through PowerPoint presentations, handouts and table top exercises. During the in depth training and planning sessions, CrowderGulf can offer assistance in helping the decision makers make informed decisions regarding such things as OMS needs and locations, City disaster debris team members and their roles, whether it is in the best interest of the Client to acquire a monitoring firm , and identifying any other concerns that may not have been previously identified. ► Subcontracting It is company policy to utilize qualified local subcontractors to the maximum extent possible in compliance with 44 CFR 206.10. Per Client compliance requirements under 44 CFR 13.36(e), CrowderGulf, as Prime Contractor, will take all affirmative steps required to assure that minority firms, women's business enterprises, and labor area surplus firms are used when possible. In addition, we maintain a national subcontractor database of over 3,200 pre- qualified subcontractors, which allows us to identify companies by size, equipment and geographical location. Prospective subcontractors may visit our website, www.crowdergulf.com, to register. Due to CrowderGulfs reputation of always treating our subcontractors fairly and paying them on a weekly basis, we have a surplus of subcontractors throughout the nation ready to work at a moment's notice. "CrowderGulf has developed a seamless process which allows for the rapid deployment of essential workers, maintained vital communication lines with all parties involved in the cleanup efforts and has strategically allocated resources to the areas of greatest need ... They maintain the highest standards in the industry and operate with a level of integrity that is difficult to match." Mark Claypoole Gotus Trucking, LLC 70 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL The graphic below gives a breakdown of the number and general region that we have registered subcontractors. The number changes periodically as new subcontractors register on our website. For several reasons this number grows after a major disaster. Subcontracting Practices It is the practice of CrowderGulf to subcontract debris work and services using the following guidance: 1. Subcontract to the maximum extent possible with local firms and small businesses. In addition, preference will be given to qualified local vendors for equipment rental and supplies sourced in the jurisdictional boundaries. 2. Promote the use of local contracting by tasking a senior manager to assure notification through local media and organizations. 3. Promote subcontracting only with the assured compliance with equal opportunity hiring. 4. Provide all subcontractors a clear chain of command for purposes of official and/or unofficial communications. 5. Accept, process and pay invoices of subcontractors in accordance with the CrowderGulf policy. 6. Provide priority subcontracting considerations to/for subcontractors that have provided quality work to CrowderGulf in past operations -consistent with the subcontracting policy. 7. CrowderGulf does not have a set-a-side percentage of subcontracted work for any particular classification of subcontractor, but will give special attention to small, disadvantaged firms and/or women owned small business firms for contract work or services needed. 8. CrowderGulf is committed to promoting the use of small minority, disadvantaged firms and/or women-owned small business firms for contract work, whenever and wherever possible. 9. We currently maintain an active pre-qualified subcontractor database, tracking current certifications of local and regional D/M/W/SBE qualified subcontractors. Subcontractors can mail, fax, e-mail or log on to www.crowdergulf.com to submit their company information for review. If necessary, we will use additional outlets such as newspapers, publications, websites, etc. 10. As required by each awarded contract, CrowderGulf will meet or exceed goals and expectations on the local minority workforce population and the utilization of minority professional firms, consultants and/or suppliers. CrowderGulf will maintain all requirements set forth by the Client. 71 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Subcontracting Policy It is standard policy that all subcontractors comply with all of the contractual conditions and commitments of CrowderGulf. As such, all subcontractors shall agree to the following : 1. Enroll in the E-Verify program and provide acceptable evidence of enrollment at the time of subcontract execution. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. It shall be the Subcontractor's responsibility to familiarize themselves with all rules and regulations governing this program. 2. Read and formally acknowledge by signature the CrowderGulf Contract for subcontractors and Safety Manual as provided by CrowderGulf. 3. Provide satisfactory evidence of bonding and licensing that complies with contract and jurisdictional requirements. 4. Provide assurances that no current owner, principal or officer of the firm is or has ever been debarred by the state and/or federal government. 5. Obtain and furnish satisfactory evidence of required insurance from a responsible insurer. 6. Give all notices and fully comply with all local, state and federal laws -including, but not limited to, social security, workers compensation and unemployment insurance, DOT, etc. 7. Begin work to be performed within two full workdays after a subcontractor is notified of a subcontract award, unless otherwise stipulated in the subcontract arrangements. The subcontractor will pay for all materials, equipment and labor used in the performance of the subcontract(s). 8. In the event a subcontractor makes an untimely start, or is unable to supply sufficient skilled workmen, equipment or materials to satisfy the subcontract arrangements, CrowderGulf may terminate the employment/contract of the subcontractor for cause. 9. Take all reasonable safety precautions with respect to contracted work, complying with all safety, workplace standards and environmental measures as directed by CrowderGulf. 10. Furnish periodic progress reports on the work as directed by CrowderGulf, plus use the debris reporting system selected by CrowderGulf. 11. Provide CrowderGulf with progress payment billings (as agreed in the respective subcontracts). 12. Final payments to subcontractor(s) may be deferred pending receipt of contractual or statutory lien waivers, releases, closeout documents or other encumbrances. 13. Other stipulations may apply as may be required by unique local conditions. Understanding Requirements CrowderGulf takes several steps during the proposal preparation process to ensure local subcontractor participation as well as M/WBE utilization policies and 44 CFR 13.36(e) compliance are met. Understanding exactly what the Client is requesting during this initial proposal phase is key to implementation upon activation . In order to clearly define the expectations required we take several preliminary steps. The first step is to review M/WBE policies and procedures to determine specific goals set by the Client. Our second step is to determine utilization breakdowns required. Lastly, we identify all required certifications and/or M/WBE directories to be used for soliciting M/WBE firms and any further breakdowns of percentage goals. Once these steps are completed and we have a clear understanding of all requirements we continue with the following process: Steps in the Process: 1. Before any subcontractors are solicited , CrowderGulf compiles a list of local subcontractors from our Database of pre-qualified subs. These companies have either worked for CrowderGulf and are in good standing, have registered with us through our website, www.crowdergulf.com, or have been previously solicited by CrowderGulf. All subcontractors must meet the following requirements to be considered for prequalification: a. Verification through one or more of the following websites: • The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. SAM is used to review all subcontractors' debarred status prior to approval as a prequalified subcontractor(https:llwww.sam.gov/) • SBA HUBZone Search-confirmation, (http://dsbs.sba.gov/dsbslsearchldsp searchhubzone.cfm) • Dun and Bradstreet, (https:llsso.dnbi.com) 72 IGDLF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL b. Enroll in the E-Verify program and provide acceptable evidence of enrollment at the time of subcontract execution. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. For additional infonnation regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Subcontractor's responsibility to familiarize themselves with all rules and regulations governing this program. c. Obtain and furnish satisfactory evidence of required insurance from a responsible insurer. 2. If specific directories are to be used, CrowderGulf will check the Client website for directory access or contact the M/WBE Office for a list of potential M/WBE firms to be utilized then compare this list to our current list of local prequalified subcontractors to find possible matches. 3. Contact is then made with M/WBE firms that offer services similar to our scope of work. Initial contact is made by phone then followed up by fax and/or email, confirming the phone conversation. 4. Emailed and/or faxed correspondence provides MBE firms with specific details regarding the request, i.e., scope of work directly from the RFP documents, registration and requirements infonnation, and specific deadlines for submittal of these documents to the CrowderGulf M/WBE Subcontracts Manager. 5. Should letters of intent from interested firms and further proof of M/WBE certifications be required by the Client, CrowderGulf will compile the received documentation and review for completeness. 6. Only those finns that have met set deadlines and returned all requested documentations will be considered for inclusion in final proposal to the Client as a responsive M/WBE Firm. "CrowderGulf is a company with great integrity, is extremely dedicated to their customers and their work, and is entirely one of the best contractors we have worked for ... there is not a project or request by CrowderGulf we would ever turn down." Steve St. George President St. George Enterprises, Inc 7. All contacted firms are listed in proposal and delegated either responsive or non-responsive and the reason for this status. 8. Should the appropriations assigned to the responsive M/WBE firms not meet the Client's percentage goal, finn percentages will be adjusted and executed by both parties upon mutual agreement. 9. Once the RFP evaluation process is complete and award notices are received, these M/WBE firms are notified of results and any additional documentation is requested to keep in the Client's file. 10. Current CrowderGulf client folders are updated yearly with current local pre-qualified subcontractors as well as M/WBE firm confinnations. 11. Upon Client activation, if any of the proposed local M/WBE firms are no longer able to fulfill assigned goals, CrowderGulf will identify other certified M/WBE firms to replace inactive M/WBE finns to maintain our proposed percentage goals. CrowderGulf will provide a detailed explanation as well as further commitments from other M/WBE certified subcontractors to perform scope of work in lieu of previously committed Subcontractors. Reporting With the nature of "Stand-By" event contracts being on an "as needed" basis, utilization/activation of the identified M/WBE firms will be based on CrowderGulf s activation by Client. Should the Client have yearly or quarterly reports to be submitted, CrowderGulf will file the needed reports upon request. Good Faith Effort As required by each awarded contract, CrowderGulf will meet or exceed goals and expectations on the local minority workforce population and the utilization of minority professional firms, consultants and/or suppliers. CrowderGulf will maintain all requirements set forth by the City to maintain compliance with 44 CFR 13.36 (e) and FEMA SuperCircular 2 C.F.R. Chapter 2, Part 200. 73 Affirmative Steps Include: CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Subcontractor Oversight In the past, CrowderGulf has mobilized over 400 subcontractors with as many as 5,000 people, 2,600 trucks, and 800 pieces of loading equipment. To assure the same quality control and efficient operations for the City, CrowderGulfs management team will rely on NIMS management protocols to identify the proper number of supervisors for each debris management operation. CrowderGulf is fully prepared to marshal as many Field Project Managers and Debris Supervisors as needed to meet the City's debris management requirements. Project Managers and Field Supervisors will have the direct responsibility to ensure all workers have received the proper safety training and education on Federal Rules and Regulations as they pertain to debris removal operations. M/SBE Subcontractors See enclosed a partial list of qualified M/SBE Subcontractors. A current qualified subcontractor list can be provided to the City for pre-approval prior to an event upon request. "' ::, CD E "' 2020 Potential Florida Region 4 Subcontractors Address City ST Zip 2 Chicks and a Backhoe 591 Martin Luther Kinq Jr. Ave Wauchula FL 33873 1 5-T Hauling 1913 Lakeview Dr Brandon FL 33511 1 A Cut Above Lawn and Landscaping PO Box 175 Wauchula FL 33873 1 A& V Services and Haulinq Inc 4315 Trainer Rd Bartow FL 33830 1 A 1 Environmental, Inc. (dba A 1 E Group) 6827 1st Ave. S. Ste. 200 St. Petersburq FL 33707 AAA Service Company 5060 110th Ave N Clearwater FL 33760 1 AAA Services of Central FL, Inc. 1411st St NW Laruo FL 33770 A-Absolute Tree Services 1830 Bayshore Blvd Dunedin FL 34698 Able Body Labor 3040 Gluf to Bay Blvd Clearwater FL 33759 Absolute Tree and Asset Services LLC 3260 Neff Lake Rd Brooksville FL 34602 1 Action Labor of Florida, LLC 4632 28th St. N St. Petersburq FL 33714 1 Adam Boyd Bobcat Service, Inc 11031 Summer Rd Wimauma FL 33598 1 ADS Services, Inc. 5451 N 59th St Tampa FL 33610 1 Aerial Innovations, Inc. 3703 W. Azeele St. Tampa FL 33609 Albritton Tractor Service, Inc. P.O. Box 245 Alturas FL 33820 1 All American Construction & Excavation, Inc. PO Box 260 Lithia FL 33547 All American T.S., Inc. P.O. Box 260 Lithia FL 33547 1 All Catastrophe Construction Team Inc. 6409 Land O' Lakes Blvd Land O' Lakes FL 34638 All Out On A Limb, LLC. 1109 15th Street Ruskin FL 33570 1 All Star Enterprises, In. 9960 NW 116 Way, Ste 9 Miami FL 33178 Allied Trucking of Florida, Inc 5118 N. 56th St., Ste. 123 Tampa FL 33610 Alltioht Construction 6590 68th Ave Pinellas Park FL 33781 1 Amazing National Service Group 9509 E. US Hwy 92 Tampa FL 33610 1 Amos Trucking LLC 3157 CR 774 Webster FL 33597 1 Arbor Bay Tree Service 4716 Vasconia St. W Tampa FL 33629 1 Arbor Pro, LLC. 10316 Goldenbrook Way Tampa FL 33647 1 Arthur L McCloud Trucking & Excavating 4824 Dove Lane Auburndale FL 33823 1 ASI Landscape Manaqement 9702 Hamey Rd Thonotosassa FL 33592 1 Bay Area T rackhoe, Inc. 9107 Lithia Pinecrest Rd. Lithia FL 33547 Bigga Inc. 2112 Barcelona Dr. Clearwater FL 33764 Bio-Mass Tech, Inc. 15212 SR 52 Land O Lakes FL 34638 1 BJD Enterprises 182 Boyd Cowart Rd. Wauchula FL 33873 1 Blue Monkey Disposing & Recycling 1603 N. 43rd St Temple FL 33605 1 74 ai" -~~ w· 0 CD CD 1~ 1 1 2 1 1 1 1 1 1 2020 Potential Florida Region 4 Subcontractors Bluewater Site Contractors, Inc. C & J Transport, Inc. Caladesi Construction Co. Came Farms Carlton Custom Building Inc. Cascais Enterprises, LLC. Castco Construction, Inc Gavalis Tree Service Central Fl orida Transport, LLC Circle C Timber, Inc Clark Hunt Construction, Inc. Clearwater Earth Movinq, Inc. Code 3 Enterprises, LLC Commercial Maintenance Group Construct Corps, LLC Cross Construction Services Cross Group Inc D&J Lawn Services of Lakeland, LLC. Diqital Aerial Solutions LLC Dive-Tech International, Inc. DLR Services Duke Services, LLC. Eliazar Camacho Tree Service & Sodding EmployUs, LLC. Everareen Development & Construction Company Everareen Tree Service, Inc. Ezee LLC FAC PR, LLC. Faulkner Stump Grindina & Tree Trimmina First Bank Property Management, LLC. Fivestar Truckina LLC Florida Excavatinq & Ena ineerinq Four Seasons Property Services, LLC. Georae B. Alred Build. Cont. Site Preo GFH Enterprises, Inc. Gibbons Fence Company Goodfellas Rolloff and Waste Disoosal Gramlinq Transport Inc. Grass Appeal, LLC Ground Level , Inc. Ground Up Services LLC Grubbs Emergency Services, LLC Gurskv's Lawn Care Hancock Environmental Seedinq, Inc. Harris Logistics, LLC HemandoAa Hines Mobile Home His n Hers Enterprises Huffman General Contractors, Inc. Hunarv Gator Shop.Inc I Chavez Trucking Inc CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL "' ::, IX) E "' Address City ST Zip P.O. Box 4034 Lake Wales FL 33859 1 PO Box 1878 Eaton Park FL 33840 1390 Doneqan Rd. LarQ0 FL 33771 1 200 2nd Ave. Sout #270 St. Petersburg FL 33701 1 6895 State Rd 64 E Wauchula FL 33873 1 13362 Lawrence St Sprinq Hill FL 34609 9001126th Ave N LarQo FL 33773 36724 Jefferson Ave Dade City FL 33523 1 511 Mulberry St Coleman FL 33521 2086 Fish Branch Rd Zolfo Springs FL 33890 1 2165 Logan St Clearwater FL 33765 8235 Rhodes Rd Hudson FL 34667 1 37248 Oranqe Blossom Lane Dade City FL 33525 2010 N. Twig Pt Inverness FL 34453 5301 West Cypress St. Ste 105 Tampa FL 33607 25221 Wesley Chapel Blvd. Lutz FL 33559 8713 Park Byrd Rd Lakeland FL 33810 1 575 Old Polk City Rd Lakeland FL 33809 1 8409 Laurel Fair Circle, Ste 100 Tampa FL 33610 1 6200 80th Ave North Pinellas Park FL 33781 3727 Dundee Rd Winter Haven FL 33884 1 240 N Lake Shore Way Lake Alfred FL 33850 1 6039 w Minuteman St Homosassa FL 34448 4410 W. Hillsborough Ave. #K Tampa FL 33614 8659 Palm River Rd Tampa FL 33619 1 1921 Starkey Rd LarQo FL 33771 1 9055 S Bay Dr Haines City FL 33844 1 16811 Whirlev Rd. Lutz FL 33558 1 910 US Hwv 17 N. Fort Meade FL 33841 1 380 Douglas Road East Oldsmar FL 34677 1 1705 W Baker St Plant Citv FL 33563 480 West Haines Blvd Lake Alfred FL 33850 1 3030 Shady Acres Rd Dover FL 33527 1 11738 Murcott Wav Land O Lakes FL 34638 1 6609 Ridqe Rd, Ste 2 Port Richey FL 34668 1 2050 Country Manor St Bartow FL 33830 1 835 CR 529 Lake Panasoffkee FL 33538 P.O. Box 1785 Port Richey FL 34672 709 East Spruce St Tarpon Springs FL 34689 1 2970 Manuel Rd Bowlina Green FL 33834 1 4064 CR 567 Center Hill FL 33517 P. 0. Box 12113 Brooksville FL 34603 1 1100 31st St NW Haven FL 33881 1 18724 Hancock Farm Rd Dade City FL 33523 1 231 CR 482 S Lake Panasoffkee FL 33538 1 13096 Moon Road Brooksville FL 34613 38913 Tucker Rd. Zephyrhills FL 33542 1 3108 Central Dr. Plant City FL 33547 1 4895 47th Ave N St Petersburg FL 33714 7472 Purdue Rd Ft. Meade FL 33847 1 5035 Sheffield Rd Lakeland FL 33813 1 IBMS of West Coast Division, LLC. (fka: Integrated Building 1 Maintenance Services) 9913 SUS Hwv 41 Gibsonton FL 33534 Ideal Estate Service Group 1927 Chesapeak Court Oldsmar FL 34677 1 lmaae Maker LMS , LLC 2721 Buckinqham Ave Lakeland FL 33801 Impeccable Construction PO Box 448 Fort Meade FL 33841 1 In-Line Disaster Recovery, LLC. 3030 N. Rocky Point Dr., Ste. 150A Tampa FL 33607 Jack See Construction, LLC. P.O. Box 275 Wauchula FL 33873 1 James Short Grading 14230 Nottingham Trail Hudson FL 34669 JB Property Maintenance, LLC 3933 17th St. N. St. Petersberg FL 33714 1 JLM Eauipment, Inc. 18110 US HWY 27, STE #3 Lake Wales FL 33859 JMS Group Contracting, Inc. 49011st Ave North St. Petersburg FL 33710 1 JUNK REMOVAL.COM INC 1911 57th St. Tampa FL 33682 1 Kinq Cut Land Manaciement LLC P.O. Box 589 Lecanto FL 34460 Landshark land management L.L.C. 7001 Scenic Hills Blvd Lakeland FL 33810 1 Libertv Haulina, Inc. 71 45 Everareen Blvd. Polk City FL 33868 1 75 ai -~~ u.i 0 mm 1~ 1 1 1 1 2 3 2 1 1 1 1 2 1 3 1 2 1 1 1 1 1 2 1 2020 Potential Florida Re11ion 4 Subcontractors Liahtning Bay Industrial Loretta R. Mazzucco Building Contractor Luminus Mulch M&E Contracting, LLC. Main Gate Enterprises, Inc. Mend-lt-Asohalt and Concrete Miller & Sons, LLC Muncv Environmental Services, LLC Norm's Stumo Removal Inc. Ootimal Recovery, LLC Orr Industries, LLC. Paff Tree Service, LLC. Patriot Power & Telecom Systems, Inc. PAW Materials, Inc. Pavne's Environmental Pete & Ron's Tree Service, Inc. Pinnacle Contracting Group, Inc. Poly Foundation Solutions PRECISE CONTRACTING LLC Primo Enterprises ofTampa, Inc. Prince Land Services PRO TREE SPECIALISTS, INC Prosource Rak Trucking, LLC. Ranwell Construction Inc. Recovery One Disaster Services Inc. Residual Solutions, Inc. RFT, Inc. Richard Budd SIP Rimes & Sons Agriculture Services, Inc. RMC Jobsite Develooment Robinson Wetland Rockline Construction, LLC RP Construction RUEDA'S REMODELING LLC S & M Cable Contractors Inc S&J Haulina Coro S&J Hau lina Coro S&S Contracting Inc Sansom's Tree Service, LLC. Southeast Abatement Services Inc. Southern Environmental Grouo, LLC. Stillwater Holdings Suarez Gradina Enterprises, Inc. Sun Meadow Sunset Bay Construction Inc. Suoer Green Lawn & Maintenance Swiss team Performance Cleaning, Inc. Tagarelli Construction, Inc. Tarraaon Debris Removal Terra Construction Grouo, Inc. The Lynch Construction Thunderhead Enviromental Services TNT Environmental, LLC Too Gun Lawn Care LLC T ree-Mendous Tree Services Treesoade Services & Tree Farm, Inc. Triole A Tractor Service UR House LLC Underwood Disaster Recovery LLC Underwood, LLC. Unlimited Propertv Solutions Value Environmental Services Vari Construction Services Walker Excavation & Drainage, LLC. Waterfront Prooertv Services d.b.a. Gator Dredgina CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL .,, ::, C0 E .,, Address City ST Zip 1235 S. 82nd Street Tampa FL 33619 1 9750 Sunbeam DR New Port Richey FL 34654 7197 Davenport Ln Springhill FL 34606 1 6210 County Rd. 579 Safffner FL 33584 1 240 Stenstrom Rd Wauchula FL 33873 1 4925 15th Ave S Gulfport FL 33707 1 6113 Causeway Blvd. Tampa FL 33619 1 5110 Kirkland Rd Lakeland FL 33811 1 12921123rd Ave N. Largo FL 33774 34618 Mission Bell Ln Dade City FL 33525 1 12222 US Hwy 301 Dade FL 33525 6288 California St. Brooksville FL 34604 1 13173 60TH St N Clearwater FL 33760 1 6640 State Rd 52 W Hudson FL 34667 5617 Causeway Blvd Tampa FL 33619 1 4615 N Hale Ave Tampa FL 33615 1 2711 Desoto Way S St Petersburg FL 33712 1 11960 N. florida Ave. Dunnellon FL 34434 223 E Lake Ave Auburndale FL 33823 1 17 433 New Cross Circle Lithia FL 33547 200 F Street South Haines Citv FL 33844 1 PO Box 130373 Tampa FL 33681 1 17115 Rainbow Terrace Odessa FL 33556 1 1836 Bough Ave., Unit C Clearwater FL 33760 8435 Tocoi Path Lakeland FL 33810 1 201 E Baker St Plant City FL 33563 1 P.O. Box 353 St. Petersburg FL 33731 1 7015 Pelican Island Dr. Tampa FL 33634 44922 Clay Sink Rd Webster FL 33597 1 6044 SR 62 Bowling Green FL 33834 1 7829 CR 248 B Lake Panasofkee FL 33538 1 2704 Rooks Rd Davenport FL 33837 1 3184 E. Porter St Inverness FL 34453 1 3117 Boger Blvd. East Lakeland FL 33803 1 7816 N Cortez St Tampa FL 33614 1 5009 SE Brown Road Arcadia FL 34266 POB 452 Winter Haven FL 33882 PO Box 452 Winter Haven FL 33882 5800 South US Hwv 17 Bartwow FL 33830 1 4025 Johnson Road Mulberry FL 33860 1 230 Commerce Dr. N Largo FL 33770 1 12967 us 92 Dover FL 33527 15317 Spruson St. Odessa FL 33556 1 5404 24th Ave S Tampa FL 33619 1 12200 32nd Court N St. Petersburg FL 33716 3026 Lake Padgett Dr Lando Lakes FL 34639 1 3182 Heather Glynn Or Mulberry FL 33860 1 8015 27th Ave. N. St. Petersburg FL 33710 1 53 West Tarpon Ave Tarpon FL 34689 1 11317 Louisa May Way Riverview FL 33569 855 28TH ST SO St. Petersburg FL 33712 2474 Sanford Ave Sanford FL 32771 1 4888 County Rd 575 Bushnell FL 33513 17852 Pine Knoll Dr.I Dade City FL 33523 1 6310 E. Tremont St. Inverness FL 34452 1 17863 Corpus Christi Dr Spring Hill FL 34610 1 11929 Duck Lake Canal Rd Dade City FL 33525 705 Doc Coil Rd Bowling Green FL 33834 1 P.O. Box 530472 St. Petersburg FL 33747 1 P.O. Box 237 Aripeka FL 34679 4131 Daisy Or. Hernando Beach FL 34607 1 10042 Thompson Nursery Rd Winter Haven FL 33884 1 9608 128th Terr Largo FL 33443 1 23110 St Rd 54 Lutz FL 33549 5061 Hollis Rd Bowling Green FL 33834 1 13630 50th Way North Clearwater FL 3376D 1 76 ai -~~ w"' 0 C0 C0 :!: 0 :::i.(J) 2 1 1 1 3 1 1 1 1 1 1 1 1 1 1 2 1 2 1 1 1 1 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL en :, CD E en a:i-~~ u.i 0 CD CD 2020 Potential Florida Region 4 Subcontractors Address Citv ST Zip ~o :::;; en Wetherinoton Tractor Service, Inc. 1901 Industrial Park Blvd Plant City FL 33566 Wilkerson's Hydroloav Service, Inc 100 SW 4th Street Mulberry FL 33860 1 World Haulers, Inc. 8377 Standish Bend Dr, Ste 107 Tampa FL 33615 1 Zimmer Eouipment, Inc 2811 N 62nd St Tampa FL 33619 1 ABC Hauling Services, Inc. 666 NW 23rd St Miami FL 33127 1 1 ABC Landclearing & Development, Inc 1130 Peachtree St. Cocoa FL 32922 1 2 All Florida Tree 5855 NW 47 Place Coral Sprinas FL 33067 1 Bio-Mass Tech, Inc. 15212 SR 52 Land O Lakes FL 34638 1 1 Blue Ridge Rerovery 5670 Tomeka Ave. P.O. Box 932 Intercession FL 33848 1 1 Bonness, Inc. 1990 Seward Ave Naples FL 34109 C & w Truckina, Inc. 703 Hennis Rd Winter Garden FL 34787 Cason's Tree & Tractor Service, Inc. 215 SW Gazelle Glen Fort White FL 32038 1 Drinkwater & Drinkwater, Inc. 16578 Old Cheney Hwy Ortando FL 32833 1 Florida Excavatino & Enoineerino 480 West Haines Blvd Lake Alfred FL 33850 1 Four R Equipment 3701 Southwest 128 Ave Miramar FL 33027 1 Gaston's Tree Service LLC / Wood Resource Recovery 6424 NW 19th DR Gainesville FL 32653 Holt's Land Clearino 7671 CR 78 LaBelle FL 33935 1 Jerry's Tree Service, Inc. 5035 Panther Ln Mims FL 32754 1 Lawn Rescue Plus 15700 SW 169 Ave Miami FL 33187 Mccombs Tree Service P.O. Box 561004 Rockledae FL 32956 1 NAC.S. 864-B Washburn Rd Melbourne FL 32934 Newcomb Enterprises 6749 Lake Winoaa Rd De Leon Springs FL 32130 1 Phoenix Haves, Inc. 8100 Belvedere Rd, Ste 2 West Palm Beach FL 33411 1 Schuller Contractors, Inc 9125 Parkers Landina Orlando FL 32824 1 Soil Tech Distributors (Intercity Disposal) 3355 NW 41st St Miami FL 33142 1 Statewide Tub Grindina PO Box 2689 Apopka FL 32704 Total Urban Forestry, lie 231 NE 11th St Ocala FL 34470 1 Waterfront Recovery LLC P.O. Box 561004 Rockledge FL 32956 1 WBI Contractina of Palm Bch, Inc 1544 B Rd Loxahatchee FL 33470 1 2 Wood Resource Recovery 1901 NW 67TH PALCE, SUITE G Gainesville FL 32653 1 Summary of Major Subcontractor Activations for the past 10 Years with CrowderGulf, LLC Subcontrncto~ ABC Hauling Services/ RAL Services Corp. (Miami, FL) (HaulOuts) 20 Activations Master Subcontract# 16 915 All Florida Tree & Landscaping (Coral Springs, FL) (PUSH, ROW Hauling, L & H, ROE Hauling, Stumps, Beach/ Sand) 18 Activations Master Subcontract # 12_9 2020 Tornado 2018 Michael 20 I 8 Florence 2017 Harvey 2016 Matthew 2011 Tornado (MO) 2011 Irene 2008 Ike 2()()5 Wilma 2018 Michael 20171rma 2016 Matthew 2012 Sandy 2012 T.S. Isaac 2011 Irene 20-05 Wilma 1 2005 Rita 2005 Katrina Nashville. TN Bay Co, FL Jackson Co, FL Lynn Haven. FL Duplin Co. NC Aransas Co, TX Aransas Co, TX (ITDR) Hilton Head Island. SC Joplin, MO Dare Co. NC Bolivar Peninsula, TX League City, TX Ft. Lauderdale. FL Panama City, FL Aventura. FL Jupiter, FL Hilton Head Island. SC Ft. Lauderdale. FL Key West, FL Newport News, VA Ft. Lauderdale, FL Lazy Lakes, FL Sanibel, FL Ft. Lauderdale, FL Ft. Lauderdale, FL --- Chattanooga. TN Panama City, FL Panama City Beach. FL Corpus Christi. TX San Patricio. TX Thunderbolt. GA Manvel, TX __=J Miami Sprmgs"'" FL ==:j Stuart, FL Stuart. FL ---... Wellington, FL Wi lton Manors, FL Pompano Beach. FL I 77 Ault Enterprises LLC (Bark River, Ml) (ROW Hauling, Waterway Debris Hauling) IO Activations 1--(Master# 16_794) Barnhart Debris Removal (Magnolia, AR) (ROW Hauling, Site Work, HaulOuts, L&H, White Goods) 6 Activations Master Subcontract # 17 _!l!2...__, Buckeye Landscaping and Sod (Groveport, OH) (ROW Haul, L & H) IO Activations Master Subcontract# 12_73 C & W Trucking, Inc (Winter Garden, FL) (HaulOuts) 15 Activations Master Subcontract # 17 _ 1292 Central MN Hardwood Sales, LLC (St Peter, MN) (ROW , Stumps, PUSH) 9 Activations Master Subcontract# I 7_1048 Congo Corporation (Redmond, OR) (White Goods) 3 Activations Master Subcontract# 17_ 1025 Crooked River LLC (Trimble, MO) ROW Hauling 2 Activations Master Subcontract# 17_ 1039 DEH Disaster Recovery LLC (Ft. Valley, GA) (ROW Hauling, L&H, Stumps) 19 Activations Master Subcontract# 14_ 497 Dawn Ti! Dusk Disaster LLC (Bethany, MO) (ROW Hauling, Stumps, L & H, ROE Hauling, Beach/ Sand) 24 Activations CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL ~Q_mgan_Q_ Beach, FL FL Dept. ofF:nviro. Protection Panama City. FL -< 2018 Florence Onslow Co, NC Swansboro. NC -2017 lrma FL Dept. of Enviro. Protection (Clay/Putnam, Duval, Volusia/Brevard) ~ 2017 Harvey Corpus Christi. TX 20 16 Matthew FL D~t. of Enviro. Protection Hilton Head Island. SC 2018 Michael Apalachicola, FL Panama City ,FL Carrabelle, FL Washington Co, FL Franklin Co, FL 2017 Harvey Brazoria Co. TX 2018 Michael Bay Co. FL 2017 Irma Orange Co. FL Orlando. FL 2016 Matthew Chesapeake. VA Fripp Island. NC Edgecombe Co. NC Ocean Isle Beach. NC 2011 Irene Dare Co. NC Nagshead. NC 2008 Ike Montgomery Co. TX 2017 Irma Casselberry, FL Edgewood, FL Lake Mary, FL Lake Co, F~ Orlando1. FL ---Polk Co, FL Sanford1. FL '---2017 Harvey Brazoria Co. TX Montgomery Co, T_X 20 I 2 Tornado Polk Co, FL - 2008 T.S. Fay Brevard Co. FL - 2005 Wilma Aventura, FL West Palm Beach, FL 2004 Charley. Frances. Brevard Co, FL Oran~o, FL Jeanne Jupiter. FL ------< 2017 Irma Lake Co. FL ---2008 Ike Bolivar. TX Montgomery Co, TX Galveston Co. TX Tiki Island. TX 2006 Noreaster Erie Co. NY 2005 Wilma Aventura. FL Pembroke Pines. FL 2005 Katrina Pascagoula, MS 2017 Harvey Friendswood. TX Montgomery Co, TX LaMarquc, TX i 2018 Michael Panama City. FL 2017 Harvey Dickinson. TX 2018 Michael Decatur Co. GA Bainbridge. GA 2018 Florence Bald Head Island, NC Northwest, NC Bolivia, NC Oak Island, NC Brunswick Co, NC Shallotte. NC Caswell Beach, NC Varnamtown, NC Leland. NC 20 17 Harvey Aransas Co, TX Nueces Co, TX Corpus Christi, TX 2016 Matthew Hilton Head Island. SC 2016 Hermine Leon Co. FL Tallahassee. FL 2014 Ice Storm Pax Berkeley Co, SC Dorchester Co, SC 2020 Tornado Nashville. TN 2019 lmeda Montgomery Co. TX 2018 Michael Panama City. FL 2018 Florence Duplin Co, NC Jacksonville, NC Onslow Co. NC 2017 Harvey Aransas Co. TX Corpus Christi. TX 78 Master Subcontract# 12_133 Dotson & Sons (Higbee, MO) (ROW Hauling, L & H, Stumps) 25 Activations Master Subcontract# 16_725 Four Points Recycling (Jacksonville, NC) (ROW Haul) 9 Activations Master Subcontract# 16_833 Four R Equipment (Miramar, FL) (ROW Hauling, HaulOuts) 12 Activations Master Subcontract# 12_173 Gaston / Wood Resource Recovery (Gainesville, FL) (PUSH, ROW Hauling, Stumps, L & H, OMS Grinding, HaulOuts) 17 Activations Master Subcontract# 17_1468 Gotus Trucking (Harrisville, PA) (ROW Hauling, L & H, Stumps) 19 activations Master Subcontract# 16_666 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 20 16 Matthew 2016 LA Flooding 2016 Texas Flooding / Misc 2015 SC Flooding 2014 Ulysses -Ice Storm 2014 AL Tornado 2011 Irene 2008 Ike 2005 Katrina 2018 Michael 2018 Florence 2017 Irma 2017 Harvey 2016 Matthew 20 I 6 LA Flooding 2006 Ice Storm 2005 Rita 2005 Katrina 2004 Ivan 2004 Charley, Frances, Jeanne 2018 Florence 2017 Irma 2016 Matthew 2018 Michael 2017 Irma 2016 Matthew 2016 Hermine 2014 Pax (Ice Storm) 2011 Irene 2008 Ike 2005 Wilma 2018 Michael 2017 Irma 2016 Matthew 2020 Tornado r 2019 Dorian [ 2018 Michael 2018 Florence ----2017 Harvey 20 I 6 Matthew Ouachita Parish. LA Central. LA Montgomery Co, TX Newton Co. TX Waller Co, TX -----; SCOOT Greensboro. NC ACCA -Blount Co. AL ----~ Dare Co, NC Kitty Hawk, NC Kill Devil Hills. NC Nags Head. NC Montgomery Co. TX ~-~ Pascagoula, MS Bainbridge.,_ GA Panama City.,_ FL ---Decatur Co, GA 1---,---Holly Ridge, NC Richlands, NC Onslow Co, NC Bonita ~rings, FL Lee Co .. FL ------< Ar_:_ansas Co, TX _ Montgomery Co, TX ---< Corpus Christi. TX San Patricio Co. TX, ---< Hilton Head Island. SC Central. LA Erie Co. ~y ------, Calcasieu Parish / Lake Charles, LA North Miami, FL Wilton Manors, FL Pascagoula,J,,1S PomQ£tnO Beach, I:!:_ Escambia Co, FL Lee Co, FL Sanibel, FL Orlando, FL Jacksonville, NC North Topsail Beach. NC Chatham Co. GA Currituck Co. NC Duplin Co, NC Raleigh. NC Panama City. FL Miami Springs, FL Onslow Co. NC ~ Rose Hill, NC -- Sunset Beach. NC FL Dept. of Environmental Protection Tallahasse~, FL-- FL DEP Waterway Cleanup Edgewater, FL --- ..... Dorchester Co. SC ____ _ Newport News! VA Bolivar Peninsula Kemah, TX Pembroke Pines. FL Bay Co. FL Panama City, FL Fl. DEP Waterway Cleanup Flagler Beach. FL Flagler County, FL Ormond Beach, FL Clay County. FL Flagler Beach. FL Flagler County. FL Nashvi_!.!!:, TN Dorchester Co, S~ __ Panama City_.,__f'L Fayetteville.?. NC Aransas Co, TX Corpus Christi, TX Chesapeake, VA Currituck Co, NC League City, TX Jackson Co. FL Palm Coast. FL Polk Co, FL St. Petersburg, FL Tarpon ~ings Orange Park, FL Ormond Beach. FL Palm Coast, FL Chattanooga, TN Nueces Co, TX I Fayetteville, NC Norfolk, VA Southern Shores. NC 79 ~ CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Subcontractor Storm E, ent I \\'ork Location Gulf Atlantic Construction & Marine (Grand Bay, AL) (DMS Site Work, HaulOuts, Sand, Dredging, Waterway, ROW Hauling) 8 Activations Master Subcontract# 17_1052 H2 Construction LLC (Waverly, MO) (ROW hauling, L & H, Stumps) 8 Activations Master Subcontract# 14_219 Hauling Away LLC (Mobile, AL) (PUSH, ROW Hauling, L&H, ROE Hauling, Stumps, Grinding, HaulOuts, Sand, Demo, Waterway Debris) 64 Activations Master Subcontract# 12_223 2016 LA Flood mg 2016 Tornado 2005 Wilma 2005 Katrina 20 18 Michael 20171rma 2017 Harvey 2017 Nate 2018 Michael 2017 Harvey 2017 Tornado 2016 Matthew ._lg 16 _1,A Flooding 2014 Ice Storm Ulysses 2020 Tornado 2019 TX Tornado 2019 Dorian 2019 lmeda 2018 Michael 2018 Florence 2018 Florida Red Tide 2017 Irma 2017 Harvey 2017 Maintenance 2017 T.S. Cindy 2016 Matthew 2016 LA Flooding 2016 Texas Flooding I Misc 20 I 6 Maintenance 2016 Tornado 2015 Flooding-Alabama 2015 SC Flooding 20 15 Demol ition 2015 Fish Kill 2015 Texas Flooding / Misc 2015 Severe Storm AL 2014 Tornado 2014 Maintenance 2014 Pax (Ice Storm) 2013 T.S. Andrea 2012-2013 Sandy 2012 Isaac 2012 Miscellaneous Central, LA Essex Co, VA Ft. Lauderdale, FL Wilton Manors, FL Pembroke Pines, FL Bay Co, FL Dauphin Island, AL Lake Co, FL Baytown, TX Dauphin Island. AL Lynn Haven, FL League City. TX Hattiesburg, MS Liberty Co, GA Central, LA Greensboro. NC Nashville. TN Richardson. TX Dorchester Co. SC Montgomery Co. TX Bay Co. FL FL Dept of Environmental Protection Bainbridge. GA Jacksonville. NC No11h Topsail Beach. NC Collier Co, FL Sanibel Island. FL --Lazy Lakes, FL Panama City. FL Mexico Beach, FL Brazoria Co_,_ TX Nassau Bay, TX Port Wentworth, GA Chattanooga, TN Jackson Co. FL Panama City Beach. FL Panama City, FL Decatur Co. GA Onslow Co. NC Fort Myers Beach. FL Collier Co. FL Kissimmee. FL FL DEP Waterway Cleanu[> Okeechobee Co. FL Hilton Head Island, FL Polk Co .. FL Aransas Co. TX Corpus Christi. TX Texas General Land Office (GLQ) Corpus Christi, TX Dau~in Island, AL FL Dept. of Enviro. Protection Hilton Head Island. SC Hilton Head Plantation POA. SC Central. LA Ouachita Parish. LA Waller Co. TX ---+ _ ___, Newton Co. TX Montgomery Co. TX Corpus Christi. TX Rowlett. TX ---------1 AL DCNR. Baldwin Co. AL AL DOT. Baldwin Co. AL SCOOT Orange Beach. AL Orange Beach. AL Blanco Co. TX Corpus Christi. TX Limestone Co, Al Blount Co. AL Corpus Christi, TX Dorchester Co. SC Gulf Shores. AL NJ DEP Biloxi. MS Dauphin Island. AL McComb. MS The Nature Conservancy, AL Republic Services, TX Friendswood, TX Limestone Co. AL Berkeley Co. SC Magnolia. MS Pascagoula, MS 80 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Subcontractor i Storm E\ ent I Work Location HDR Trucking LLC (Bamberg, SC) (PUSH, ROW Hauling, HaulOuts, L & H, Demo) 15 Activations Master Subcontract # 14_219 Jamey Flannery Trucking LLC (Hortonville, WI) 2012 Tornado 2011 Irene 2018 Michael 2017 Irma 20 I 6 Matthew 2016 Hermine 2018 Michael 2018 Florence 2017 lrma Motel 6 Mobile. AL Rocky Mount, NC Bay Co, FL Decatur Co, GA Brevard Co, FL Kissimmee, FL Lake Co, FL Callawassie Island, SC Fripp Island, SC Hilton Head Island, SC Lean Co, FL Washington Co. FL Duplin Co. NC Deltona. FL Lake Co, FL Jackson Co, FL Bainbridge, GA Okeechobee Co, FL Polk Co. FL Sumter Co, FL Hilton Head (POA) SC Windmill Harbour, SC Tallahassee. FL Ormond Beach. FL Polk Co. FL (ROW Hauling, L & H, Hau!Outs, DMS Site Mgt) Lee Co. FL St. Petersburg. FL Friendswood, TX Flagler Co, FL Ormond Beach, FL Palm Coast, FL Leon Co. FL ----l 18 Activations Master Subcontract# 16_734 Jerry's Tree Service (Mims, FL) (ROW Hauling) 12 Activations Master Subcontract # 14_240 Lawn Rescue Plus (Miami, FL) (ROW Hauling, L & H, HaulOuts, Stumps) 25 Activations Master Subcontract # 16_743 LCS Restoration Services LLC (Mobile, AL) (ROW Hauling, L&H) I Activation Master Subcontract#l8_815 Mccombs Tree Service (Rockledge, FL) (ROW Hauling) 8 Activations Master Subcontract# 15_295 ----Michael's Tree Services (Memphis, TN) 2017 Harvey 2016 Matthew 2016 Hermine 2018 Florence 2017 Irma 20 16 Matthew 2016 Hermine 2014 Ulysses -Ice Storm 2012 FL Tornado 2012 T.S. Beryl 2011 Irene 2008 Ike ---2008 Fay 2020 Tornado 20 I 8 Michael 2018 Florence 2017 Irma 2017 Harvey 2016 Matthew 2016 Hermine 20 18 Michael 2 0 18 Florence 2016 Matthew 2016 Hermine 2015 Winter Strom 2012 TS Beryl 2018 Michael 2017 Irma (ROW Hauling, L & H, DMS Site) 8 Activations Master Subcontract # 17 _ 1042 New Gen Environmental Group / 2018 Michael Bil-Jim Construction 2017 Irma (Toms River, NJ) 20 I 7 Harvey Dickinson. TX Brevard Co. FL Edgewater. FL Flagler Beach, FL Tallahassee. FL Onslow Co, NC Orange Co, FL Flag!er Co, FL Leon Co,_FL Greensboro, NC Flagler Beach, FL Republic Services -Polk Co. FL N~sau Co, FL Manteo. NC Montgomery Co, TX Brevard Co, FL Nashville. TN FL Dept. of Enviro. Protection Lynn Haven. FL Holly Ridge, NC Jacksonville. NC North ~sail Beach. NC Aventura. FL Brevard Co. FL Cocoa Beach. FL Collier Co. FL Aransas Co. TX Hilton Head Island, SC Leon County. FL Bay Co, FL Onslow Co, NC Brevard Co. FL Nags Head, NC Chattanooga. TN Panama City. FL Parker. FL Onslow Co, NC Richlands. NC Swansboro. NC FL Dept. of Env. Protection Miami. FL Miami Springs. FL Sunny Isle Beach. FL Windmill Harbour POA. SC Tallahassee. FL Swansboro, NC Cocoa Beach. FL - Leon Co. FL Raleigh. NC Nassau Bay. FL Jackson Co. FL Lauderdale by the Sea, FL Lazy Lakes, FL Plantation, FL I T,11,hM=. FL--==! Bay Co. FL FL Dept. of Enviro. Protection Montgomery Co. TX Polk Co, FL Sunrise, FL Tarpon Springs, FL Wilton Manors, FL Panama City. FL Port Arthur. TX 81 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Subl'ontractor : Storm E, ent I Work Location (ROW Hauling, Dredging, Demo, Waterway) 8 Activations Master Subcontract# I 7_1024 S. St. George Enterprises (Fredonia, NY) (PUSH, ROW Hauling, L&H, Grinding, Stumps, HaulOuts, Site Work) 64 Activations Master Subcontract# 13_376 Southern Disaster Recovery, LLC (Greer, SC) (ROW Hauling, L&H, Stumps, Grinding, HaulOuts) 9 Activations Master Subcontract# 14_587 Statewide Tub Grinding/ WLW (Apopka, FL) (PUSH, ROW Hauling, Stumps, HaulOuts) 16 Activations Master Subcontract# l5_616 Steadfast Services / Slick Machines (Cummings, GA) (ROW Hauling, Site Grinding, HaulOuts, Sand, Concrete) 4 Activations Master Subcontract# l7_!031 Total Urban Forestry, LLC (Ocala, FL) 20 16 Matthew 201-13 Sandy 2020 Tornado 2018 Michael 2018 Florence 2017 Irma 2017 Harvey 2016 Matthew 2014 AL Tornado 2014 Pax -Ice Storm 2011 Irene 2005 Dennis 2005 Wilma 2005 Rita 2005 Katrina 2004 Ivan 2017 Irma 2018 Michael 2017 Irma 2016 Matthew 2008~ 2 005Wiima 2017 Harvey 2011 Deep Water Horizon Oil Spill 2008 Ike 2018 Michael 2017 lrma Dicki_nson, TX Fayetteville. NC State of New Jersey Nashville. TN Raleigh. NC Chattanooga, TN Panama City, FL Panama City Beach, FL Bainbridge. GA Bay Co. FL Jackson Co, FL Lynn Haven, FL Decatur Co, GA Brunswick Co, NC Bolivia, NC Caswell Beach, NC Leland, NC Onslow Co, NC Jacksonville. NC ____ __, Duplin Co, NC Richlands, NC Oak Island, NC Northwest, NC Holly Ridge, NC Sandy Creek, NC Navassa, NC Swansboro, NC Bonita Springs, FL Edgewater, FL Flagler Co, FL Lake Mary, FL Lake Co, FL Shallotte, NC Varnamtown, NC Lee Co, FL Aransas Co, TX San Patricio Co, TX Okeechobee Co, FL Orlando, FL Ormond Beach, FL Sanford, FL Sarasota Co, FL St. Petersburg, FL Sumter Co, FL Corpus Christi, TX --. Hilton Head Island, SC Long Cove POA, SC Windmill Harbor POA_,_ SC -~Norfolk, V_A __ _ ACCA-Blount Co, AL Berkeley Co. SC Dorchester Co, SC James City Co. VA Newport News, VA York Co, VA Rocky Mount, NC Bay Co, FL Destin, FL Ft. Lauderdale, FL West Palm Beach, FL Calcasieu Parish / Lake Charles. LA Aventura, FL Daphne, AL Lazy Lakes, FL Escambia Co-'-FL Arcadia. FL Clay Co .. FL Deltona. FL Desoto. FL Miami. FL Apalachicola FL Franklin Co, FL Fort Myers. FL Lake Co., FL Brevard Co_,_ FL Ormond Beach, FL Galveston Co, TX La Marque. TX Ft. Lauderdale, FL Port Arthur, TX Obrien·s BP Oil Spill AL Bolivar, TX Jackson Co. FL Ocala. FL Pascagoula, MS Pompano Beach, FL Wilton Manors_,_ FL Walton Co. FL Nassau Co .. FL Orange Park. FL Palmetto. FL Putnam Co. FL Carrabelle, FL Parker, FL ~ee Co.,.£h_ Sanibel. FL Cocoa Beach. FL Texas City, TX Tiki Island, TX TXGLO Tarpon Springs, FL _j ----f j ----< 82 (PUSH, ROW Hauling, DMS Site Work, Stumps, L & H) 7 Activations Master Subcontract # 16_780 Waterfront Recovery LLC (Rockledge, FL) Waterway Debris 3 Activations Master Subcontract # 17_966 Zehendner Disaster Relief (Princeton, MO) (PUSH, ROW hauling, L & H, Stumps, HaulOuts, Beach Sand, Demo) 82 Activations Master Subcontract# 12_ 470 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 2016 Matthew 2018 Michael 2017 Irma 2016 Matthew 2020 Tornado 20 18 Michael 2018 Florence 2017 Irma 2016 Matthew 2014 Tornado 2014 Pax (Ice Storm) 2012-2013 Sandy 2012 Isaac 2011 Tornado (AL, 2011 Irene 2011 Tornado (MO) 2010 BP Oil S ill 2008 Ike 2006 Ice Storm 2005 Wilma 2005 Rita 2005 Katrina 2005 Dennis 2004 Ivan 2004 Charley, Frances, Jeanne FL Dept OfEnvim Protection F_!,, Dept Of Enviro, Protection FL Dept Of Enviro, Protection Nashville, TN Parker, FL Bolivia, NC Brunswick Co, NC Caswell Beach, NC Leland, NC Navassa, NC l Bonita Springs. FL Estero Village, FL FL DEP Berkeley Co. SC ---Brevard Co, FL FL Dept of Environmental Protection Garden City, GA Northwest, NC Oak Island. NC Sandy Creek, NC Shallotte, NC Varnamtown, NC Fort Myers, Lee Co, FL Hilton Head Island, SC Long Cove POA, SC Thunderbolt, GA ACCA -Blount Co. AL / DeKalb Co. AL Dorchester Co, SC Berkeley Co, SC NJ DEP-Land and Water McComb, MS Biloxi, MS Magnolia. M~ Walker Co, P & J Edenton, NC Edgecombe Co, NC James City Co. VA I Pascagoula MS --~-- _ _. York Co, V !2___ Joplin, MO Alabama Coast Alvin, TX Robersonville, NC Rocky Mount, NC Williamston, NC NCDOT -Various La Marque, TX Manvel, TX Pearland, TX Sante Fe, TX Texas City, TX Tiki Island, TX TX GLO Sand --1 - Bayou Vista, TX Bolivar Peninsula, TX Brookside Village, TX Clear Lake Shores. TX Galveston Canals, TX Galveston Co, TX Kemah, TX Texas GLO -Henderson Hole Erie Co, NY Ft Lauderdale, FL Lee Co, FL Pembroke Pines, FL West Palm Beach, FL Wilton Manors, FL Ca~asieu Parish. Lake Charles, LA Baldwin Co, AL Orange Beach, AL Pascagoula, Biloxi, MS MS Gulf Shores, AL Gulfport. MS Atmore, AL Flomaton, AL Baldwin Co, AL Baldwin Co. AL Lee Co, FL Destin, FL Walton Co, FL 83 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL ► Quality Control The purpose of a quality control plan is to provide guidance and consistent attention to workplace policies and procedures in order to facilitate efficient, effective and safe debris removal and reduction. CrowderGulfs success in managing quality is achieved by our commitment and attention to the people, processes, and procedures involved in our projects. This starts with identifying and communicating the following Fundamental Values to Quality Control Success: • Assurance of open and honest communication with clients at all levels in order to foster a clear and mutual understanding of expectations and promote mutual respect. • Commitment to high quality standards -"Lead by Example". • Dedication to staff training and education at all levels to ensure correct and safe performance of their tasks. • Implementing "Clean As You Go" policy for every task Our complete QC plan will be provided upon request. ► Health and Safety CrowderGulf's Philosophy of Safety All company operations are managed with an aggressive and proactive commitment to the safety and well being of employees, subcontractors and the public at large. We believe that this commitment to safety must go hand-in-hand with our commitment to quality production and cost efficiency. CrowderGulf believes that ALL injuries and accidents are preventable through the establishment of and compliance with safe work procedures. Therefore, the prevention of bodily injury and the safeguarding of health are the first considerations in all workplace actions and are the responsibility of every employee and subcontractor at all levels. This philosophy is reinforced and fulfilled as defined below: • • The CrowderGulf Safety Plan for the City shall be in place at all times to provide mandated directives, required actions, procedures and guidance for all levels of employees from initial response to final closure. The Safety Plan is intended to ensure that all employees work safely and remain safe. At all times, CrowderGulf will comply with appropriate safety/ security laws and regulations such as those established by: The Occupational Safety and Health Act (OSHA), The EPA (Environmental Protection Agency), The DOT (Department of Transportation), All other applicable federal, state and local safety and health regulations, and any additional safety standards required by the City 84 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Corporate Commitment to Safety CrowderGulf is committed to providing an accident free experience for our employees, subcontractors, visitors to our work sites and to the public we encounter during the execution of our projects. Our leadership team is firmly committed to the belief that "All Accidents Are Preventable". To emphasize our commitment to achieving an accident free experience in every CrowderGulf project, the company's senior executive, Mr. John Ramsay, serves as the senior Safety Official. Mr. Ramsay's personal attention to CrowderGulfs safety, health and accident prevention performance establishes an absolute standard of top priority for all personnel throughout the organization. Many companies have written safety plans for individual safety topics, but few have a comprehensive plans designed to drive all company operations. CrowderGulfs corporate commitment to safety starts with its written Health and Safety Plan and includes all facets of company planning and operations. Our complete 368 page CrowderGulf Health and Safety Plan is available upon request. Safety Performance Summary "I would like to take this opportunity to thank you and your crews for the industrious work performed for our City as a result of Hurricane Ike. Your crews should be commended for accomplishing such a monumental task in a short period of time." Toni Randall, Mayor League City, TX CrowderGulf takes tremendous pride in our safety record. Since 2012, CrowderGulf has received no citations, notifications or violations, pertaining to OSHA, or state OSHA. In that time period, CrowderGulf has worked approximately 959,341 and experienced a total of 3 recordables, which is well below industry standards and the last recordable incident took place in 2011. CrowderGulf believes that providing the safest possible work environment is most beneficial for the company, and our clients. CrowderGulf employs a full time safety manager and maintains an up to date, all-inclusive safety manual pertaining to all of CrowderGulfs vast job scope. We also believe that training, communication and monitoring are the best ways to obtain a safe work environment. CrowderGulf policy is that daily tool box meeting are mandatory, and the JSA process is to be used as a communication tool for our workers. Every person involved in a CrowderGulf project has not only the right, but the responsibility to stop the job if an unsafe act or situation is discovered, or if there is a need for more understanding of the work process. These factors have allowed us to perform above average in regards to our safety record. Year Hours OSHA Days Away R.I.F Rate D.a.r.t. Rate Worked Recordable From Work (Recordable (Days Away, Cases Incident Restrictions, or FreQuency) Transfers) 2019 189,433 0 0 0 0 2018 173,960 0 0 0 0 2017 148,975 0 0 0 0 2016 111 ,243 0 0 0 0 2015 94,222 0 0 0 0 2014 89,478 0 0 0 0 2013 92,630 0 0 0 0 As of June 1, 2020 CrowderGulf has completed the last 3,376 days of work recordable free. 85 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL We have included our most current OSHA Form 300A -Summary of Work-Related Injuries and Illnesses as additional documentation of our exemplary safety record. Previous year's forms can be provided upon request OSHA.·a Fo,m 300A Summary ofWortc•R.aated lnjuriea and Ulneuoa Y-ar. 201t , __ ,.__ ,.-,.o,7--.--_.,.t,._..,.,. __ ~-~..,.. ._,,,._ __ ....,,._., ____ _, __ ~"'"--I. .... ,_, .... _....,... __ ~ ___ ...__......,.. _ _.,.--~-~---...... ---~,------~-~ .... --------.., ..... --~-" _,,_.._._ -V ......... ..,_-...,_ _... ____ ,...h_l•O'"..t\,\l_.)00.,.,_«111•--W ;:::.::..-........ .,.__.,._o,,....,,_>o,w•...-..,. 5-l'tClllfl'.-,,,o,..ntw!ll'-r.:::-::u,,..,;::-;:-:_=-=-=:-:::-, _"' ______ _ ·----~ ·---,.,,.~..,--~---~---.. _,.,,..._, - •I~ • ~, ... .,._ f1 .....,,.,. .. ,..._... .... ..,.....,, .. e::.~:.-=...-·....::::~::::.--:::::::::J--, ... .._....,,_.,... __ .,.. ___ _ ,., __ , ________ ~~ ... -...... ,a~•p-, .. CV_ --/ :• .L;..,-,-"5( ,..,,;..,..~, ,i '"11''$,...._ ") .s. ,:--.,.,. ~/!:l,~.:!.~ ;._ -~-~--•--•---,.WI---~-------~ __ .,_0---___ ---____ OOI..__ ,....,__.,..,._.., .,.~ .. --...... -........ ·~·~-•O..,""-·-----<-___ "" ______ .. ___ c..--_ "'""-<'" lh~<t'L-tl!.t\AO...e,_.,.__ ..,_._.>04' 7'IOC:.--•--w__...,,.. ocr-»--o ar,,,a--~-~,,_-- CrowderGulf's Site Specific Safety Plan The Accident Prevention Plan (APP) and Site Safety and Health Plans (SSHP) for the City shall include the following commitments: • • • • • • • • • • Maintaining a safety and health program that meets the requirements of OHSA and all applicable laws . Equipping employees and subcontractors with the required safety equipment, hard hats, clothing, and other safety materials necessary to perform specific work tasks. Preparing an Accident Prevention Plan (APP) and Site Safety and Health Plans (SSHP) to inventory and address specific work hazards. Providing employees and subcontractors with continuing safety and health training necessary to enable them to perform their work in a safe manner. Assuring that at no time, while on duty, may employees or subcontractors be under the influence of alcohol, narcotics, intoxicants or mind-altering substances. Violations of this policy may result in immediate dismissal. Assuring that employees and subcontractors be required to immediately report all accidents, injuries, and "near misses" to their supervisor. Conducting safety meetings to review past activities, plan for new or changed operations, review hazard analyses and establish safe working procedures. Communication of Health, Safety, Security and Environment (HSSE) standards will take place in orientation trainings, safety meetings specific to individual situations, daily tool box meetings, memo's and other ways CrowderGulf deems appropriate. Assuring that all associates, regardless of position know that they have the right to "Stop the Job" in the event of a HSSE deficiency. Conducting Job Hazard Analyses (JHA) to define the activities being performed, the sequences of work, the specific hazards anticipated, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level. A list of local Hospitals, Police Stations, and Fire/Emergency Response Stations will be provided as part of the Safety Plan after project activation. SAFETY WILL BE THE PARAMOUNT CONCERN AT ALL TIMES 86 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL ► Environmental Sensitivity CrowderGulf is committed to unequivocal protection of the environment at all - work sites and surrounding areas. This is accomplished by attention to organizational, operational and performance details. CrowderGulf personnel or subcontractors assigned to specific contractual duties that substantially impact environmental quality (i.e., incinerator operators) will have the quality of their work continually evaluated by a senior supervisor. Employees with duties partially or indirectly applicable to environmental protection will have those duties evaluated daily, whether relating to noise, smoke, dust, traffic, drainage or general containment actions or containment actions specifically related to hazardous materials. Regulatory Permits and Compliance CrowderGulf will ensure all applicable permits are obtained before work is started, including but not limited to the following: • Air Quality • Forestry • Storm Water • Reclamation of Surface Mining Sites • Ground and Surface Water • Local Health Department Permits We work in full regulatory compliance with all agencies involved in disaster recovery including, but not limited to: • Federal Emergency Management Agency (FEMA) • Federal Highway Administration (FHWA) • Environmental Protection Agency (EPA) • United States Coast Guard (USCG) • United States Army Corps of Engineers (USACE) • Florida Department of Environmental Protection • Florida Department of Transportation • Florida Department of Health Environmental and Historic Considerations State and local regulations, laws and ordinances will be addressed and followed for all environmental and historic preservation issues. The following list provides a brief review of the primary Federal laws which must be considered during debris management practices. • National Environmental Policy Act • Clean Water Act • Clean Air Act • Coastal Barrier Resources Act • Resou rce Conservation and Recovery Act • Endangered Species Act • Coastal Zone Management Act • Fish and Wildlife Coordination Act • Wild and Scenic Rivers Act • Executive Orders • National Historic Preservation Act 87 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Specific Environmental Concerns Spills or Leaks Should a spill or leak occur during perfonnance of this contract, CrowderGulf will report the spill or leak to the City. CrowderGulf shall be responsible for cleaning up all spills in compliance with federal, state, and local laws and regulations and at no cost to the City or other government entities. Asbestos Containing Materials CrowderGulf is experienced and capable of managing the removal of asbestos containing material. If asbestos is encountered during a recovery effort for the City, CrowderGulf will utilize its resources to ensure all asbestos related activities are in accordance with Environmental Protection Agency (EPA) requirements, specifically the National Emission Standards for Hazardous Air Pollutants (NESHAP) 40 CFR Part 61 , Subpart M. CrowderGulf staff will always comply with all environmental laws and regulations. CrowderGulf will conduct all debris operations outlined in this proposal to meet the program standards provided for in the FEMA 325 Debris Management Guide. In addition, CrowderGulf will conduct all debris related operations in accordance with all applicable federal, state, and local laws, rules and/or regulations. ► Public Relations After a disaster, residents want answers regarding recovery operations. CrowderGulf will work closely with the City to ensure that the residents are given accurate and timely information for their use and own individual planning purposes. Developing a Public Information Campaign Experienced CrowderGulf personnel will be available to assist the City in the development of a public information campaign. The information could include the parameters, rules and guidelines of debris operations so residents can begin their personal recovery activities. The language used will be simple and easy for all residents to understand. Materials and information may be distributed in more than one language for it to be understood by non-English-speaking populations and neighborhoods. Distribution Strategy The following are suggested vehicles for distributing the information: • Media -Local television, radio, newspapers, or community newsletters • Internet Site -City of Clearwater website • Public Forums -Interactive meetings at town hall or shopping area kiosks • Direct Mail Products -Door hangers, direct mail, fact sheets, flyers within billings, and billboards Sample Flyer that can be distributed to local media outlets to assist citizens in properly segregating their debris curbside: FEMA Debris remonl 9uidefmes In efforts to expedite the delm removal OIOCess, please lo f/11 &>ese ru,es Debris separation Pfac,ng debns near or on trtts, poles or other structures mates removal d1tt(ult. This includes fire hydrants and Jl~--t'l>oaso separa10 meters de~, s nto tile s,x cat,9ories, shown below Electronics TeltvlSIOn. comooter. stereo. phone. OVO player Large Appliances ,..-----, Refngerator. Do not leave 11asher/dryer. air doors cond~10ner. stove. unsoltd or water heate<. unse<ured d1sh~as/\er ••---Hazardous waste O.t, battery. pesticide, paint c,ean,ng suPj)' es, compresse<l gas ----Vegetatlw ct.brts Debris Tree branches, leaves, logs. plants a;;,;;;.-----Construction debris should be placed ..<,._ Bu• d,ng mate<,als drywall. lumber, wpet. curbside •~ tum,t,re. plumbing 'y-4 ~-------Household garbage Debris !.IIOUld not bl0<k roadway, Bagged garbage. d1scarde<l food paper, pa<<ag,ng. 88 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Updates and Redistribution The public information strategy will be able to address changes and revisions as debris removal operations progress. During the early stages of the operations, distribution may rely on the immediate transmission of the information through radio and television, to update the general public regarding the debris removal operations. Once operations become more routine and predictable, the information can be distributed through the print media, such as newspapers, mailings, and flyers. Debris Information Center CrowderGulf can assist the City in establishing a temporary debris information center to address concerns and complaints, and answer questions that are not included in the public information campaign at-large. The debris information center may also be utilized to report fraud. Regardless of the venue, it will be important to address the residents' concerns, complaints, and questions in a timely and efficient manner. Feedback from the information center will give the Management Team an indication of how effective and efficient the operations are progressing. The City and the On-Site Management Team may use this information to adjust operations appropriately. 3. References-A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of the entity, contact persons. Client: Address: Contact: Project Title: Client: Address: Contact: Project Title: City of Panama City, FL POP: 36,9861 Bay County 9 Harrison Ave, Panama City, FL 32402 Shane Daugherty Solid Waste Superintendent, 850-872-3172 Ofc. 850-814-5396 cell, sdaugherty@pcgov.org 2018 Hurricane Michael (10/2018-Ongoing) • PUSH Operations • Removed & Disposed: vegetation, C&D, C&D Compaction, L&H, Stumps • Special Projects -Waterway, Drainage Ditches, Cemeteries, Parks • Reduction by Grinding 2004 Hurricane Ivan (9!2004-1012004) • Removed & Disposed: vegetation, C&D, Stumps (12) • Reduced by burning • Provided generators 1995 Hurricane Opal • Removed & Disposed: vegetation, C&D • Reduced by grinding Contract Value: Michael Ivan Opal $75,571 ,773 $264,161 $2,000,000 City of Parker, FL 1001 West Park Street Parker, FL 32404 CY Recovered & Reduced: 9,397,811+ 22,165 300,000 Ashley Rizzo, Human Resources, Benefits & Safety Administrator, 850-871-4104, aarizzo@cityofparker.com (Retired • Nancy Rockwell, City Clerk, 850-960-1908, Cell: 850-528-9032, narockwell@cityofparker.com) 2018 Hurricane Michael (10!23118-05/10/19) • Removed & Disposed: vegetation, C&D compaction. • Reduction by grinding • Leaners / Hangers • Stumps Contract Value: Michael $7,866,065 CY Recovered & Reduced: 1,332,052 89 IGULF Client: Address: Contact: Project Title: Client: Address: Contact: Project Title: Client: Address : Contact: Project Title: CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Polk County, FL POP: 686,483 1890 Jim Keene Blvd, Winter Haven, FL 33880 and 3000 Sheffield Road, Winter Haven, FL 33880 Jay Jarvis, Drainage Director, jayjarvis@polk-county.net, 300 Sheffield Rd, Winter Haven 33880, (863)535- 2200 Michael Teate, Roads & Drainage Area Manager, 863-535-2200 ofc, 863-581-0541 cell, michaelteate@polk- county.net 2017 Hurricane Irma (9!15!2017-04105/2018) • Removed & disposed of vegetation, mulch, leaners/hangers (16,344 trees), reduction by grinding (11 sites) 2012Tornado (6/2012-7/2012) • Removed & Disposed: vegetation 2004 Hurricane Charley (8/2004-312005) • Removed & Disposed: vegetation, C&D, stumps (1,797), reduced by grinding (8 Sites) Contract Value: CY Recovered & Reduced: Irma $24,917,254 2,604,083 Tornado $18,062 244 Tons Charley $23,420,373 2,087,584 CY St. Petersburg, FL POP: 263,255 / Pinellas Co 400 Dr MLK Street, St. Petersburg, FL and 1400 19th Street, St. Petersburg, FL 33713 Michael Vineyard, Park Operational Manager 1400 19 St. North St. Petersburg, FL 33713 727-892-5233 michael.vineyard@stpete.org Michael Jeffries, Director of Parks and Rec, 727-892-5863, michael.jeffries@st.pete.org 2017 Hurricane Irma (9/16/2017-12109!2017) • Removed & disposed of vegetation and mulch, reduction by grinding (1 site) Contract Value: CY Recovered & Reduced: Irma $2,183,503 242,518 Ormond Beach, FL POP: 42,816 / Volusia Co 501 N. Orchard Street Ormond Beach, FL 32174 Kevin Gray, Public Works Environmental Systems Operations Manager, 386-676-3577 ofc, 386-316-7725 cell, Kevin. Gray@ormondbeach .orq 2017 Hurricane Irma (9!16!2017-10/26/2017) • Removed & disposed of vegetation, mulch, and leaners/hangers (3,679 trees) • Reduction by grinding ( 1 site) 2016 Hurricane Matthew (10/11/2016-12/31/2016) • Removed & Disposed: vegetation, C&D, Leaners & hanger, Mulch, Grinding Operations -1 site • Monitored by Thompson -ADMS Contract Value: CY Recovered & Reduced: Irma Matthew $1,820,053 $3,660,393 130,212 514,691 90 TAB 4- Additional Information I Fee Schedule/ Availability City of Clearwater, FL RFR # 35-20 Disaster Debris Removal and Disposal Services CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Tab 4 -Additional Information/Fee Schedule/Availability 1. Additional Information for consideration in the review of proposal. Removal of Hazardous & Special Debris CrowderGulfs supervisory personnel are experienced in identifying and assessing potential problems imposed by specialty debris, including hazardous materials and waste, bio-hazardous wastes, dead animals, and hazardous stumps. If removal and disposal is beyond the area of our expertise, CrowderGulf has a teaming agreement in place with Garner Environmental Services, a highly qualified and licensed Hazrnat contractor, to remove and dispose of any such materials, www.garner-es.com . 2018 Red Tide Event Location: Sanibel Island, FL Ft. Myers Beach, FL Lee County, FL Collier County, FL Sarasota County, FL Boca Grande/Gasparilla State Park, FL Reference: Scott Krawczak: Sanibel Island Public Works -239-770-2554 Chelsea Reed: Fort Myers Beach Public Works -239-322-6421 Jessie Lavender: Lee County Parks Director -239-533-7275 Kyle Carson: Sarasota County Public Works -941-404-6539 In August 2018, southern Florida experienced a major outbreak of Karenia brevis (K. brevis), common ly known as Red Tide. CrowderGulf was activated on August 1Qlh in Sanibel Island, Fort Myers Beach, and Lee County to provide labor and equipment to clean up the large volume of marine life that was being deposited on the local beaches. In 72 hours' time, CrowderGulf mobilized nearly 200 laborers, 6 large pieces of equipment, 40 all-terrain vehicles, all other support material and equipment as well as 14 vessels to complete the task. Coach busses transported work crews to impacted location daily, and meals were catered as work teams conducted operations from sun up to sun down, 7 days a week. Red Tide impacts shifted and Lee County, Collier County and Sarasota County also experienced heavy volume of material. 91 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Goliath Grouper Sanibel Island, FL \.. Red Tide near Shore Fort Myers Beach, FL Means and Methods Red Tide occurred during turtle and shorebird nesting seasons. Due to this, hand labor was predominantly used to minimize impact on the environment. Work crews would gather material into small piles using hand tools. These piles were transported to a dumpster, and taken to final disposal. Larger fish were moved using a small wheel loader with attached grapple. Any mamalia that was encountered was reported into the Florida Fish and Wildlife Hotline for recording, and once samples were taken, those were removed by the above mentioned means. Marine opperations consisted of hand labor using nets from boats and bagging all matierial for offload and disposal. Location Days Worked Area Worked Approx. lbs. Invoiced Amount Sanibel Island 32 Beach and canal 8,746,000 $1,556,961.00 Cleanup Fort Myers Beach 16 Beach and Cana l 1,762,400 $262,767.00 Cleanup Sarasota County 26 Beach Cleanup 876,744 $93,556.00 Collier County 9 Canal Cleanup 18,864 $47,444.00 Lee County 6 Beach Cleanup 227,000 $374,201 Boca Grande 2 Beach Cleanup 2100 $7,051.00 92 IGULF CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services Cit~ of Clearwater, FL Experience with Specialty Debris -Solid Waste and Hazardous Waste CrowderGulfs supervisory personnel are experienced in identifying and assessing potential problems imposed by specialty debris including abandoned vehicles and vessels, wet marine debris, white goods and electronic wastes, hazardous materials and waste, bio-hazardous wastes, dead animals, and hazardous trees and stumps. As mentioned above, CrowderGulf works in conjunction with all federal, state and local regulatory agencies and strictly follows all regulatory guidance. If removal and disposal is beyond the area of our expertise, we will use Garner Environmental Services (www.garner-es.co m), a highly qualified and licensed Hazmat contractor, to remove and dispose of any such materials. Year Event Client I Location "' ~ "' "' o-.; ~ -"' - > ~ "' C: "' Gi ~ "'·-"'0 -'t:J 0 "' "' 3: "' ~ .. .§ E ·-0 ~ 3: "' .c ~ J::l~ .c 0 ~ ~ ::c "' "' C: ~ 3: (.!) u::: w > > ::c j:: <( ::!:: <( ~ 2018 Hurricane Michael Bay Co, FL X X 2018 Hurricane Bald Head Island, NC X X Florence Duplin Co, NC X X X SCOOT X 2017 Hurricane Irma Kissimmee, FL X Tybee Island, GA X X 2017 Hurricane Harvey Alvin, TX X X X X Aransas Co, TX X X X Baytown, TX X X X X Brazoria Co, TX X X X Chambers Co, TX X X X X Clear Lake Shores, TX X X X X Dickinson, TX X X X X Friendswood, TX X X X X Galveston Co, TX X X X LaMarque, TX X X X League City, TX X X X X Montgomery Co, TX X X X X Nassau Bay, TX X X X X Port Arthur, TX X X X Sante Fe, TX X Seabrook, TX X X X Webster, TX X X X X West Columbia, TX X X X X 2016 Hurricane Flagler Co, FL X X Matthew Hilton Head Island, SC X X 2016 Flooding I Brazoria Co, TX X X Tornados Central, LA X X X Montgomery Co, TX X X X Ouachita Parish, LA X X X X Newton Co, TX X X Rowlett, TX X X X 2016 Hurricane Leon Co, FL X X Hermine Tallahassee, FL X X 2015 Storms/ Flooding SCOOT X X X X 2012 Hurricane Sandy New Jersey X X X X 2012 Hurricane Isaac Biloxi, MS X 2011 Hurricane Irene Dare Co, NC X X X 2010 BP Oil Spill Baldwin Co, AL X Response BP Exploration (AL Coast) X Dauphin Island, AL X Orange Beach, AL X 93 Year 2008 2008 2005 2005 2005 2004 CrowderGulf /GULF RFP#35-20 Disaster Debris Removal and Disposal Services Citl of Clearwater, FL Event Client/ Location (/) a, (/) (/) o-a, (/) 0 -a; a, -res C u (/) ·--" "' (/) s: (/) a, ... ·-0 0 s: (/) :c ~ J::l~ .c 0 ~ a, ~ :c (/) "' s: (!) u. w > :c i= <( :!: Hurricane Ike Bayou Vista, TX X X Beaumont, TX X X X Clear Lake Shores, TX X X Dickinson, TX X X Galveston Co, TX X X X X X Jefferson Co, TX X X Kemah, TX X X LaMarque, TX X X League City, TX X X TXGLO X X X Tiki Island, TX X X Non-Disaster Walton Co, FL X Related Hurricane Dennis Wakulla Co, FL X X Hurricane Katrina Biloxi, MS X X X X Pascagoula, MS X X Hancock Co, MS X X Hurricane Rita Calcasieu Parish, LA X X X X X Hurricanes Escambia Co, FL X X Charley, Frances, Fort Myers Beach, FL X X Ivan and Jeanne Walton Co, FL X X Accomplishments Receiving an award is nice, but helping our clients achieve their goals and return communities to normal is truly our greatest accomplishment. CrowderGulf takes great pride in the fact we have never defaulted on a contract and we have always finished our contractual obligations within the requested time frame identified by our client's contract. Many times we have completed our work ahead of schedule' Our ability to bring quality assets in the form of management personnel and equipment resources allows all of our clients to receive reimbursement funds from FEMA, thus saving their community thousands of dollars in recovery costs. American Public Works Association (APWA) 2016 Project of the Year and 2018 Contractor of the Year CrowderGulf Memberships CrowderGulf participates and supports the following organizations through yearly sponsorships: -American Public Works Association -APWA -National Emergency Management Association -NEMA -American Shore and Beach Preservation Association -ASBPA -Solid Waste Association of North America -SWANA -Project KID (Kids in Disaster) 94 -;; - > "'0 .§ E Ca, <( a::: CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Unique Services -Drone Surveys CrowderGulf utilizes the latest in Drone Technology to access and document projects. As of 2015, CrowderGulf has utilized 3D Robotics Solo Smart Drones and DJI Phantom Series Drones on some of our projects. At client's request and supplemental cost, implementation of aerial technology has provided beneficial intelligence of existing conditions to help better prepare the response for areas that are still unreachable by truck or boat. Coupled with state of the art software, real time aerial maps and models can be constructed on site to deliver information never before available to the client in a timely manner. These capabilities have increased the effectiveness of training with ou r Clients, by providing recent project data and experiences to reference. Pricing for the CG Drone Operations can be provided upon request. l Aerial Image of Debris Management Site on Hilton Head Island, SC during the Hurricane Matthew Debris Removal Operation (right) aided in site documentation and updates to client. J Aerial footage of the Hurricane Matthew Debris Removal Operation on Hilton Head Island, SC -Feb. 201 l(left) 95 IGULi= CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL Benefits of Utilizing Drone Technology: -High Resolution Aerial Maps of OMS or Affected Area -Debris Estimation -Damage Assessments -3D Computer Models -High Definition Video -Live Stream Video for EOC or other meetings -Site/Project Documentation -Historical Documentation -Allows for effective decimation of information to the public showing the scope of the project -Training -Much more cost effective than traditional aerial platforms -Can be deployed quickly in the most austere environments with little support Advanced Topographical Maps can be generated and are useful in planning, recovery, and pickup operations. 2. Exhibit A-Fee Schedule -See Attached Custom Aerial Maps produced on site allow for the real time flow and decimation of critical information. These maps can be overlaid with annotations and area/volume calculations. 96 REVISED RFP #35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services REVISED RFP #35-20 -Exhibit A Disaster Debris Removal and Disposal Services NOTE: the Estimate Quantities are provided to facilitate an "event estimate" to evaluate proposals; extended line costs are not required Fee Schedule Part A: Services Unit Prices Description Estimate Unit Unit Price Total Item Quantity Loading and hauling debris from public property and rights-of-way to a Al debris management site {OMS) 60 Cubic Yard $ 10.65 $ 639.00 Loading and hauling debris from public property, rights-of-way, or the A2 OMS, to a final disposal site 120 Cubic Yard $ 19.00 $ 2,280.00 A3 Debris reduction by chipping/grinding 40 Cubic Yard $ 6.60 $ 264.00 A4 Rights-of-way white goods removal so Per Unit $ 35.00 $ 1,750.00 AS Freon management and recycling 50 Per Unit $ 35.00 $ 1,750.00 A6 Animal carcass collection, hauling, and final disposal s Per Pound $ 2.50 $ 12.50 A7 Loading and hauling debris reduction by-products to a final disposal site 50,000 Cubic Yard $ 1.25 $ 62,500.00 A8 Loading and hauling household hazardous waste to a final disposal site 500 Per Pound $ 6.95 $ 3,475.00 A9 Hazardous stump removal 24" to 36.99" diameter 40 Each $ 200.00 $ 8,000.00 AlO Hazardous stump removal 37" to 48.99" diameter 20 Each $ 300.00 $ 6,000.00 All Hazardous stump removal 49" and larger 5 Each $ 450.00 $ 2,250.00 A12 Hazardous tree removal 6" to 12.99" diameter 320 Each $ 50.00 $ 16,000.00 A13 Hazardous tree removal 13" to 24.99" diameter 150 Each $ 140.00 $ 21,000.00 A14 Hazardous tree removal 25" to 36.99" diameter 40 Each $ 290.00 $ 11,600.00 AlS Hazardous tree removal 37" to 48.99" diameter 10 Each $ 350.00 $ 3,500.00 A16 Hazardoues tree removal 49" and larger 5 Each $ 400.00 $ 2,000.00 A17 Hazardous limbs larger than 2" diameter 6,000 Each $ 58.00 $ 348,000.00 A18 Clean, fill dirt -supply and delivery 100,000 Cubic Yard $ 5.50 $ 550,000.00 A19 Sand screening 100,000 Cubic Yard $ 11.00 $ 1,100,000.00 A20 Removal of electronic waste 100 Per Unit $ 40.00 $ 4,000.00 A21 Marine vessel removal 40 Linear Foot $ 150.00 $ 6,000.00 A22 Vehicle removal 30 Per Unit $ 150.00 $ 4,500.00 A23 Land vessel removal 40 Linear Foot $ 80.00 $ 3,200.00 A24a Waterway debris removal-land based 1 Cubic Yard $ 38.00 $ 38.00 A24b Waterway debris removal-marine based 1 Cubic Yard $ 125.00 $ 125.00 Vendor: _CrowderGulf Joint Venture, Inc. ____ _ Item A29 A3 A7 A12-A17 Alt Rate Alt Rate Alt Rate Tipp Fees REVISED RFP #35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services Fee Schedule Part A: Services Unit Prices -Continued ... Description Estimate Unit Quantity Office trailer, temporary 1 Per Day OTHER SERVICES Rate is also valid for C&D Compaction. Priced as reduced debris from Contractor operated OMS. Rate is for cut & drop only. Remaining debris to be hauled under ROW rate. Beach debris removal hauled to access points (debris too large to screen). 1 Cubic Yard Hauling tailings from sand screen operation to OMS or Final Disposal. 1 Cubic Yard Hauling debris from City Property, other than ROW to OMS (Parks, Trails, Facilities, etc.) 1 Cubic Yard Tipping/ Disposal Fees for all line items will be a pass through to Client at no markup. Vendor: _CrowderGulf Joint Venture, Inc. ____ _ Unit Price Total $ 300.00 $ 300.00 $38.00 $38.00 $18.00 $18.00 $24.00 $24.00 REVISED RFP #35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services REVISED RFP #35-20 -Exhibit A Fee Schedule Disaster Debris Removal and Disposal Services NOTE: the Estimate Quantities are provided to facilitate an "event estimate" to evaluate proposals; extended line costs are not required Fee Schedule Part B: Hourly Labor, Equipment, and Material Rates Description Estimate Unit Unit Price Total Item Quantity Bl Wheel loader with utility grapple, 1.5 CY, 95 HP 140 Per Hour $ 120.00 $ 16,800.00 B2 Wheel loader with utility grapple, 3 CY, 152 HP 140 Per Hour $ 135.00 $ 18,900.00 B3 Wheel loader with utility grapple, 4 CY, 200 HP 140 Per Hour $ 150.00 $ 21,000.00 BS Compact trackloader with utility grapple, 1,500 lb. 140 Per Hour $ 120.00 $ 16,800.00 B6 Compact trackloader with utility grapple, 2,500 lb. 140 Per Hour $ 130.00 $ 18,200.00 B7 Steer loader with street sweeper 300 Per Hour $ 90.00 $ 27,000.00 B8 Tractor/grader with box blade or rake, minimum 30,000 lb. 200 Per Hour $ 65.00 $ 13,000.00 B9 Log skidder 200 Per Hour $ 100.00 $ 20,000.00 B10 D4 dozer or equivalent 140 Per Hour $ 100.00 $ 14,000.00 B11 DS dozer or equivalent 140 Per Hour $ 120.00 $ 16,800.00 B12 D6 dozer or equivalent 140 Per Hour $ 140.00 $ 19,600.00 B13 D7 dozer or equivalent 140 Per Hour $ 160.00 $ 22,400.00 B14 D8 dozer or equivalent 140 Per Hour $ 175.00 $ 24,500.00 B15 Hydraulic excavator, 1.5 CY with thumb 140 Per Hour $ 110.00 $ 15,400.00 B16 Hydraulic excavator, 2.5 CY with thumb 140 Per Hour $ 125.00 $ 17,500.00 B17 Knuckleboom loader 200 Per Hour $ 110.00 $ 22,000.00 B18 Hand-fed debris chipper 280 Per Hour $ 50.00 $ 14,000.00 B19 800 -1,000 HP tub grinder 280 Per Hour $ 450.00 $ 126,000.00 B20 30 ton crane 100 Per Hour $ 125.00 $ 12,500.00 B21 50 ton crane 140 Per Hour $ 225.00 $ 31,500.00 B22 100 ton crane 140 Per Hour $ 275.00 $ 38,500.00 B23 40 -60' bucket truck 280 Per Hour $ 120.00 $ 33,600.00 B24 Greater than 60' bucket truck 100 Per Hour $ 150.00 $ 15,000.00 B25 Fuel/service truck 280 Per Hour $ 60.00 $ 16,800.00 Vendor: _CrowderGulf Joint Venture, Inc. ____ _ 826 Water truck, 2,500 gallon, non-potable 827 Lowboy trailer with tractor 828 Flatbed truck 829 Pick-up truck, 1 ton 830 Self-loading dump truck with debris grapple REVISED RFP #35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services 280 Per Hour 140 Per Hour 140 Per Hour 140 Per Hour 280 Per Hour $ 60.00 $ 130.00 $ 20.00 $ 15.00 $ 130.00 Fee Schedule Part B: Hourly Labor, Equipment, and Material Rates -Continued ... Estimate Unit Unit Price Item Description Quantity 831 Single axle dump truck 5-12 cubic yard 280 Per Hour $ 60.00 832 Tandem axle dump truck 16+/-cubic yard 140 Per Hour $ 70.00 833 Tandem axle dump truck 20+/-cubic yard 140 Per Hour $ 80.00 834 Tandem axle dump truck 38+/-cubic yard 140 Per Hour $ 90.00 835 Power screen 200 Per Hour $ 175.00 836 Stacking conveyor 200 Per Hour $ 75.00 837 Chainsaw 200 Per Hour $ 15.00 838 Generator, 5.5 kW capacity 140 Per Hour $ 50.00 839 Generator, 200 kW capacity 140 Per Hour $ 90.00 840 Generator, 2,500 kW capacity 140 Per Hour $ 170.00 841 Light plant including fuel and support 280 Per Hour $ 75.00 Pump, 95 HP, minimum 25' intake and 200' discharge including fuel and 842 support 140 Per Hour $ 150.00 Pump, 200 HP, minimum 25' intake and 200' discharge including fuel and 843 support 140 Per Hour $ 200.00 pump, 650 HP, minimum 25' intake and 200' discharge including fuel and 844 suport 140 Per Hour $ 275.00 845 Air curtain incinerator, self-contained 140 Per Hour $ 50.00 846 Mobile command and communications trailer 240 Per Hour $ 50.00 847 Laborer, small hand tools, traffic control flagger 200 Per Hour $ 32.00 848 Skilled sawman 200 Per Hour $ 38.00 849 Crew Foreman with cell phone, truck and miscellaneous tools 240 Per Hour $ 60.00 850 Operations Manager with cell phone, truck and misc. tools 240 Per Hour $ 75.00 851 Tree climber 200 Per Hour $ 125.00 852 Security personnel, bonded and certified 240 Per Hour $ 60.00 OTHER HOURLY LABOR, EQUIPMENT, AND MATERIAL Vendor: _CrowderGulf Joint Venture, Inc. ____ _ $ 16,800.00 $ 18,200.00 $ 2,800.00 $ 2,100.00 $ 36,400.00 Total $ 16,800.00 $ 9,800.00 $ 11,200.00 $ 12,600.00 $ 35,000.00 $ 15,000.00 $ 3,000.00 $ 7,000.00 $ 12,600.00 $ 23,800.00 $ 21,000.00 $ 21,000.00 $ 28,000.00 $ 38,500.00 $ 7,000.00 $ 12,000.00 $ 6,400.00 $ 7,600.00 $ 14,400.00 $ 18,000.00 $ 25,000.00 $ 14,400.00 Vendor: _CrowderGulf Joint Venture, Inc. ____ _ REVISED RFP #35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL 3. Overview of contractor's availability, including established commitments and the priority of Clearwater, FL in the event of a disaster. Availability and Assurances Due to the uncertainty of disaster related events, it is difficult to predict when a contract activation will occur. Regardless of the number of contracts CrowderGulf has activated after a disaster, in 50 years, we have never failed to meet a client's contract requirements for equipment resources and personnel. Having an experienced management team, a large pool of company owned equipment and operators, a nationwide data base of trusted and experienced subcontractors and agreements with national rental companies, allows CrowderGulf the ability to insure the City that we can and will meet your disaster response needs. We are committed to providing the City with priority service, quality performance and onsite management. We will work as a team with you and your representatives to successfully restore the City to normal, following all FEMA regulations and within the designated timeline established by the City's contract. The amount of damage that occurs during a natural disaster varies, as do the needs to restore the affected areas. CrowderGulfs basic Debris Management Plan is flexible and set up so that it may be adapted to the specific requirements of the contract and the scope of the disaster. Our Plan establishes an early appraisal of disaster damage, moves trained, well-equipped crews into affected areas in the shortest time possible and follows a disaster specific plan to ensure that personnel and equipment are mobilized and utilized in the most efficient and effective manner. The severity of the disaster will determine how many employees will be assigned to a specific client. Depending on the scope of the disaster, CrowderGulf will use a combination of company crews and subcontractors to perform work. We will begin with CrowderGulf personnel and local resources and proceed to add additional manpower and subcontractors until we have a sufficient workforce in place to ensure the City that we can effectively manage and handle the disaster effort. CrowderGulf will adjust assets as required to optimize operations. During the historic 2017 Hurricane Season (involving Hurricanes Harvey and Irma), CrowderGulf had 91 simultaneous contract activations. Due to the wide spread and devastating effects of Hurricane Harvey, many crews and subcontractors were deployed when Hurricane Irma affected Florida. While it was more challenging to pre-position equipment and subcontractors and ramp up resources, CrowderGulf never tried to re-negotiate a contract price with our clients and we never defaulted on a contract. We completed all of our contractual obligations on-time and per contract bid prices and guidelines. Contract Management -Ability to Handle Multiple Contracts CrowderGulf has a proven track record of simultaneously managing multiple contracts and many specialty debris projects such as waterway debris removal and demolition. CrowderGulf has at its disposal an extensive inventory of company- owned equipment coupled with a large pool of dedicated subcontractors to complete any project, large or small. The Summary Table below provides a snapshot of CrowderGulfs disaster-related work experience. It reflects the Company's ability to successfully complete multiple simultaneous disaster projects by providing the personnel and equipment resources needed, regardless of size, location, number of active projects, or the nature and severity of the disaster. Over 98% of the 403 disaster projects listed in the table below were the result of pre-event contracts that were activated after a disaster. CrowderGulf successfully provided every Client all documentation FEMA required for Client to receive reimbursement. Following Hurricane Irma's landfall in the State of Florida, some debris removal contractors were ill prepared for two massive hurricane's to strike within 2 weeks of each other. CrowderGulf management immediately responded and met with our client's to determine the best path forward. Rather than renegotiate our contract or seek a price increase, CrowderGu/f reinforced our commitment to our Clients and never misrepresented the services we were able to provide. 97 CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL SUMMARY TABLE OF SIMULTANEOUS DISASTER DEBRIS PROJECTS #of OMS Simultaneous Year Hurricane Managed Contract Approx. CY Invoice Amt Activations 2019 Hurricane Dorian, TS Imelda, Tornado, Misc Projects 3 2 167,415 $4,586,1 45 2018 Hurricane Michael 24 16 16,756,475+ $243,243,340+ 2018 Hurricane Florence 10 18 2,190,278 $29,914,480 2017 Hurricane Nate 1 3 165,948 CY $2,119,616 2017 Hurricane Irma 91 64 10,447,423 CY $202,589,828 2017 Hurricane Harvey 15 27 6,015,594 CY $93,763,082 2016 Hurricane Matthew 32 39 5,675,560 CY $82,267,725 2016 Hurricane Hermine (2 Activations) 3 2 401,366 CY $9,080,715 2016 Severe Storms, {Ice, Flood & Tornados) 1 12 648,612 CY $9,153,193 2015 Severe Storms, (Ice, Flood & Tornados) 0 15 109,578 CY $2,311 ,844 2014 Ice Storms Pax & Ulysses, Severe Storms {Flood & 5 14 669,314 CY $9,866,559 Tornados) 2012 Sandy 1 4 727,194 CY $57,805,734 2012 Isaac 3 9 245,799 CY $2,821 ,936 2011 Irene 13 31 1,673,821 CY $14,754,641 2008 Ike 27 36 16,933,904 CY $178,318,425 2005 Dennis, Katrina, Rita, and Wilma 41 67 19,441,656 CY $279,764,959 2004 Charley, Frances, Ivan, Jeanne 61 36 16,800,678 CY $292,426,233 2003 Isabel 19 16 5,447,815 CY $66,344,733 Current Pre Event Contracts in the State of Florida FLORIDA Arcadia (City) 2017-2027 Apalachicola (City) 2018-2021 Aventura (City) 2006-2021 Bav County 2016-2021 Bonita Sorinas /City) 2017-2023 Bradenton Beach (City) 2016-2026 Brevard County 2018-2024 Bunnell (Citv) 2016-2022 Carrabelle (Citv\ 2018-2021 Casselberry (City) 2017-2023 Charlotte Co. Public Schools 2017-2023 Clay Co 2015-2022 Cocoa Beach (City) 2016-2021 Crestview (City) 2018-2020 Destin (City) 2013-2019 Edaewater /City) 2016-2021 Estero /Villaael 2017-2019 Flaqler Beach (City) 2015-2022 Flaqler Co 2015-2022 Fort Myers Beach (Town) 2018-2023 Fort Mvers (Citv) 2017-2023 Franklin Co 2018-2021 Gainesville /Citvl Grand Haven Comm. Devi. 2018-2022 Glades Co. 2015-2020 District 2016-2022 Jackson Co. 2015-2020 Jupiter (Town) 2017-2023 Kissimmee (City) 2014-2019 Lakeland (City) 2015-2022 Lauderdale-By-The-Sea (Town) 2018-2026 Lee Co 2017-2023 Levv Co 2017-2024 Lvnn Haven (City) 2013-2019 Mexico Beach (City) 2019-2024 Miami Gardens (City) 2018-2020 Mount Dora (Citvl 2017-2021 Ocoee /Citvl 2018-2023 Okaloosa Co 2017-2022 Okeechobee Co 2015-2020 Oranqe Park (Town) 2018-2022 Palm Coast (City) 2017-2022 Panama Citv (City) 2017-2022 Panama Citv Beach (City) 2019-2024 Parker /Citvl 2018-2023 Plant City 2015-2020 Plantation (City) 2017-2027 Polk Co 2015-2020 Punta Gorda (City) 2017-2023 Putnam Co 2018-2020 Sanford /Citvl 2015-2019 Sanibel (City) 2018-2023 Shalimar (Town) 2017-2022 St. Petersburo (City) 2014-2019 Stuart (City) 2017-2022 Sunrise /Citvl 2017-2027 Taroon SPrinqs (City) 2017-2022 Taylor County 2017-2022 Valparaiso (City) 2017-2022 Vero Beach (City) 2017-2022 Washinaton Co 2016-2019 Wilton Manors /Citvl 2017-2026 98 /GULF TAB 5- Other Forms / Required Documents City of Clearwater, FL RFR # 35-20 Disaster Debris Removal and Disposal Services EXCEPTIONS/ ADDITIONAL MATERIAL/ ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note -Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. __ X __ No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal __ X __ Additional Materials attached (describe--attach additional pages if needed) Additional information has been provided in Tab. 4 -Additional Information / Fee Schedule & Availability. Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number 2 Vendor Name CrowderGulf Joint Venture, Inc. Date: 06/08/2020 Disaster Debris Removal and Disposal Services 30 RFP #35-20 BRIGHT AND BE,\lr nmL. 8,\Y TO BEACH Addendum #2 RFP #35-20, Disaster Debris Removal and Disposal Services June 3, 2020 NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received on RFP #35-20, Disaster Debris Removal and Disposal Services. Please note that Corrections/Additions have been made to the Fee Schedule. Remove: RFP35-20 Exhibit A Fee Schedule Replace with: REVISED RFP35-20 Exhibit A Fee Schedule Question 1: Line Item A? in the pricing schedule seems to be duplicative to items A25, A26, A27 & A28. Would the City please clarify if this is the case? Answer to Question 1: Line items A25 through A28 have been removed from the Fee Schedule as these items were found to be duplicates. REVISED RFP35-20 Exhibit A Fee Schedule reflects this change and should be used with your submittal. Our intent is to know how much per mile will be charged for transporting waste from our DMS to a final disposal site. Question 2: Line Item A24 in the pricing schedule has the unit for waterway debris removal by the ton. Typically this item is hauled by the cubic yard. Would the City please consider changing this to cubic yard as the unit of measure? Answer to Question 2: Yes, this was an error and the unit of measure has been updated to reflect "Cubic Yard" in the revised Fee Schedule. Question 3: Please provide the names and titles of the evaluation committee members. Answer to Question 3: Currently, the evaluation committee for this RFP is composed of Earl Gloster, Solid Waste/General Services Director; Bryant Johnson, Solid Waste/General Services Assistant Director; Jevon Graham, Fire Division Chief; David Powers, Division Controller; Kattrina Miller, Solid Waste Manager. Question 4: Can you please confirm if the debris resulting from cutting Hazardous Trees and Dangerous hanging Limbs are to be placed in the ROW for collection under line item A 1/A2 as vegetative debris? If the Scope of work dictates that the debris resulting from the removal of hazardous trees and hanging limbs is to include hauling the resulting debris to OMS or final disposal site then the contractor would need dedicated collection trucks to follow the tree removal crews and ONLY pick up debris from their work, thereby skipping piles of debris on the street to be picked up by another collection truck. This also means that all resulting hazardous tree debris will have to be staged separately at the DMS to insure no comingling of debris. There will be a need for additional equipment to manage the site segregated for hazardous tree work or there will be lost time in moving equipment between the two areas. Limited Debris Management Sites, their size and locations often make this scenario extremely difficult The Page 1 of 3 RRIC'J-lT AND IIEAUTJFlll • BAY TO BEACH typical method is to price hazardous trees and hanging limbs as a "cut only" rate and to place the resulting debris in the ROW for collection as vegetative debris. This method frees up collection trucks and expedites the collection process. Will the City consider clarifying the scope will allow for the debris from removing hazardous leaning trees and hanging limbs is to be placed in the ROW to be collected and paid for as regular vegetative debris? Answer to Question 4: Yes, the intent is for hanging tree limbs to be cut and placed at the curb for collection as vegetative debris. Question 5: Fee Schedule, Part A -Line Item A-2 -Will the City consider modifying this line item to remove loading and hauling debris from the OMS to a final disposal site since this work is covered in line items A25 through A28? If the City will not remove the OMS language, will you provide a scope description for this line item detailing the City's intent for how this line item will be utilized for debris hauled to the OMS? Answer to Question 5: Refer to Answer to Question 1 above. Question 6: Fee Schedule, Part A -Line Item A-7 -Please clarify the difference in scope between Line Item A? and A25 through A28 Answer to Question 6: Refer to Answer to Question 1 above. Question 7: Fee Schedule, Part A -Line Item A-25 -Waterway Debris Removal -Please clarify if the waterway debris removal operations will be land-based or marine-based. If the answer is both will the City consider adding a line item and pricing waterway debris removal as a marine-based operation and a land-based operation. Answer to Question 7: The intent is for waterway debris removal to be marine and/or land-based depending on the circumstance. REVISED RFP35-20 Exhibit A Fee Schedule now provides lines for pricing both methods. Question 8: Will Fee Schedule B Hourly Rates for Labor Equipment and Materials be used in the Pricing evaluation? Answer to Question 8: Yes, Fee Schedule Part B: Hourly Labor, Equipment, and Material Rates (Schedule B) will be used in the pricing evaluation. Question 9: Does Schedule B hold the same weight as Schedule A Unit Prices? Answer to Question 9: No, unit prices in Schedule B do not hold the same weight as Fee Schedule Part A: Services Unit Prices. Question 10: If Schedule B is to be used in the evaluation, will the City add all items up and compare the grand total sum based on your estimated quantities? Answer to Question 10: No, only the unit price will be taken into consideration from Schedule B hourly rates. Those will be used to make sure that all bid submittals are similar and to identify possible outliers. Question 11 : What OMS locations were used during Irma? Answer to Question 11: The City used Joe DiMaggio Field parking lot located at 2450 Drew Street in Clearwater as their Debris Management Site (DMS) during Hurricane Irma. Page 2 of 3 BRIGHT AND BEAU"flflJL • BAY TO B£ACH Question 12: P.29 Tab 5 Other Forms; The following required forms are not included in the RFP: • i. Safe Working Environment Policy • ii. Safety Plan Policy • iii. Clean as you go policy • iv. Subcontractor Olan. Please confirm that these are not missing forms, but information the bidder is to supply. Answer to Question 12: Templates are not provided for the policies and plans required under RESPONSE FORMAT, TAB 5 -Other Forms, page. 29. Bidders are responsible for providing this information with submittal. Please Note: The ten (10) day deadline for submitting questions is now closed and no further questions will be responded to. End of Questions and Answers End of Addenda Page 3 of 3 BRIGHT M'D BEAUTIFllL • BAY TO B£ACH Addendum #1 RFP #35-20, Disaster Debris Removal and Disposal Services May 21, 2020 NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received on RFP #35-20, Disaster Debris Removal and Disposal Services. Question 1: Can I get the past bid tabulation / current contract pricing for disaster debris removal and disposal services? Answer to Question 1: The fee schedule has been provided at the end of this addendum. Note that item "Debris Management and Reduction -Grinding" listed on page 3 of Ashbritt's pricing was listed incorrectly as $2.40/CY but was corrected to $4.25/CY. Question 2: Do we need to bid on every line item or could we only provide a number on the items we know we'll be able to provide a competitive number? Answer to Question 2: In the event of a major disaster the City may need all of the items listed on Exhibit A-Fee Schedule. Not providing pricing for all of the required items may disqualify the submittal. Question 3: Could you let us know who the current provider is and their pricing structure? Answer to Question 3: Our current provider for disaster debris removal and disposal services is Ashbritt, Inc. The City made a secondary award to CrowderGu/f Joint Venture. Bid pricing has been provided at the end of this addendum. Question 4: My company is Certified with the City of Tampa and Hillsborough County. Are we allow to submit a bid for this project? Answer to Question 4: There is no prequalification requirement for this bid. Refer to Detailed Specifications, page 26, Item 8-Required Qualifications. Question 5: What was last year's winning bid amount? Answer to Question 5: Refer to Answer to Question 1. Question 6: On Page 25 section 8, under required qualifications, the RFP states "Respondent must be properly licensed in Pinellas County as a general, demolition, environmental, and/or other applicable contractor category". Does proof of this requirement need to be included with the proposal response or may we supply proof of the contractors license upon award? Answer to Question 6: It is recommended that respondents include proof of licensure with their proposal response. If not included with proposal, documentation will be required prior to Intent to Award. Page 1 of 1 VENDOR INFORMATION Company Legal/Corporate Name: _C_ro_w_d_e_rG_u_lf_Jo_in_t_V_e_nt_ur_e,'-I_Nc_. ______________ _ Doing Business As (if different than above): _____________________ _ Address: 5629 Commerce Blvd. East State: AL --------Zip: __ 3_66_1_9 ___ _ City: Mobile 800-992-6207 Phone: _______________ _ 251-459-7 433 Fax: _______________ _ E-Mail Address:jramsay@crowdergulf.com I knoll@crowdergutf.com Website: www.crowdergutf.com -------------- DUNS# 195686477 Remit to Address {if different than above): Order from Address {if different from above): Address: ____________ _ Address: _____________ _ City: ______ State: __ Zip: __ _ City: _______ State: __ Zip: __ _ Contact for Questions about this proposal: Name: Ashley Ramsay-Naile Fax: __ 2_51_-4_5_9-_74_3_3 __________ _ Phone: 800-992~207 / 646-872-1548 E-Mail Address: jramsay@crowdergutf.com I knoll@crowdergutf.com Day-to-Day Project Contact (if awarded): Name: Ashley Ramsay-Naile Fax: __ 25_1_-4_59_-7_4_33 __________ _ Phone: 800-992~207 / 646-872-1548 E-Mail Address: jramsay@crowdergulf.com NA Certified Small Business Certifying Agency: _____________________________ _ ~ Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: _____________________________ _ Disaster Debris Removal and Disposal Services 31 RFP #35-20 VENDOR CERTIFICATION OF PROPOSAL By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, tenns and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors ("Subcontractors") will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Ad ministration 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. I) 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: Printed Na John Ramsay Title: President & CEO Date: 06/08/2020 Disaster Debris Removal and Disposal Services 32 RFP #35-20 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287 .135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the ~".'.,"~~;'=~dc;~~•n;es w;th AcUvmes ;n the Iran Petr~or ~s operat;ons j¢iorizedlgna\ure John Ramsay ST A TE OF Alabama --------- COUNTY OF _M_ob_il_e _____ _ Printed Name President & CEO Title CrowderGulf Joint Venture, Inc. Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of D physical presence or D online notarization on, this ~ day of JUNE , 20~. by _Jo_h_n _Ra_m_s_ay ________ _ (name of person whose signature is being notarized) as the President & CEO (title) of CrowderGulf Joint Venture, Inc. (name of corporation/entity), personall known X , or produced ___________ (type of identification) as identification, nd who d1 id not take an oath. KERR I E A. NOLL Notary Publ ic, Sta te of A labama Alabam a State At Large My Com mission Expires September 14 , 2022 My Commission Expires: _0_9/_14_/2_0_22 ____ _ NOT ARY SEAL ABOVE Disaster Debris Removal and Disposal Services Notary Public Kerrie A. Noll Printed Name 33 RFP #35-20 SCRUTINIZED COMPANIES FORMS 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 NON RESPONSIVE. 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. STATE OF _A;;..;;la"'"ba""'m-"a ______ _ COUNTY OF Mobile John Ramsay Printed Name President & CEO Title CrowderGulf Joint Venture, Inc. Name of Entity/Corporation The foregoing instrument was acknowledged before me by means of D physical presence or D online notarization on, this ~ day of JUNE , 20..lQ_, ~ Jo~a~ (name of person whose signature is being notarized) as the tJ'{,...,e11-S,...,lif..-+....,,{/AJC...--+,------(t-itl_e_) -o-f CrowderGulf Joint Venture, Inc. (name of corporation/entity), personally known X , or ~~oi~;h~d ___________ (type of ~~~o d~d not take k lfflffi1WE It,. t1MD;u ~ ~ N'6t'Uy' ~l>'iblllii1t. S:b~1:f€ ef, .~,Ji~Q~r.l;l.B, Notary Public M,oama State Jq L.~(~~ Kerrie Noll -------------------My Commission E>tpifH Printed Name September 14, 20-22 My Commission Expires: _0_9!_'14_12_0_22 _____ _ NOT ARY SEAL ABOVE Disaster Debris Removal and Disposal Services 34 RFP #35-20 Exhibit B Certification Regarding Lobbying for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No State or Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence legislation or appropriation actions pending before local, State and Federal executive and/or legislative bodies in connection with the awarding of any contract, the making of any grant, the making of any loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any contract, grant, loan, or cooperative agreement. 2. If any funds other than State of Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence legislation or appropriation actions pending before local, State and Federal executive and/or legislative bodies in connection with this contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31 , U.S. Code. Failure to file the required certification shall be subject to civil penalty by the Federal government of not less than $10,000 and not more than $100,000 for each such failure. Vendor: CrowderGulf JOint Venture, Inc. RFP Numb~~:399 Sign: 1/~~ Name:~say Title: ___ P_re_s_i_d_e_nt_&_C_E_O __________ _ oate: ___ os_1_os_1_20_2_0 ____________ _ Page 1 of 1 ._,\. uu .• ,. ~ .,. ., "' . . ~ ;.. -1.,,,..,;~~,._<'\,o· Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211 ). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) ( 1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1 )(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this proposal. Business Name CrowderGulf Joint Venture, Inc. Date 06/08/2020 By John Ramsay Name and Ti~e of Authorized Representative SBA Form 1623 (10-88) "00"'"'"_,.. • .....,., o ,,_.-._...,._ This form was electronically produced by Elite Federal Forms, Inc. STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: Exhibit B -Bid Bond That we, __ c_ro_w_d_e_r_G_u_lf_J_o_in_t_V_e_n_tu_r_e_, l_n_c_.,_5_6_2_9_C_o_m_m_e_r_ce_B_lv_d_. _E_as_t_, _M_o_b_ile_,_A_L_36_6_1_9 ____ _ (Name and Address of Company) (hereinafter called "Principal") and Travelers Casualty and Surety Company of America (hereinafter Call "Surety") are held and firmly bound until the City of Clearwater, Florida (hereinafter called "City") in the sum of: Five Percent Amount Bin------------------Dollars ($.__:S:....c0/c-=-o ____ _, Lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents: WHEREAS, the "Principal" contemplates submitting or has submitted a Proposal to the City of Clearwater, Florida, for Request for Proposals #35-20, Disaster Debris Removal and Disposal Services WHEREAS, it was a condition precedent to the submission of said Proposal that a certified check, cashier's check, or Bond in the amount of $5,000.00 (five thousand dollars) be submitted with said Proposal as a guarantee that the Respondent would, if awarded the agreement, enter into a written agreement with the City of Clearwater, Florida, and furnish a Performance and Payment Bond in an amount equal to one hundred percent (100%) of the proposal or $1,000,000 (one million dollars), whichever is greater, for the performance of said agreement, within five (S) consecutive calendar days after written Notice to Proceed in anticipation of a major event. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the proposal and "Principal" herein be accepted and said "Principal" enters into a written agreement with the City of Clearwater, Florida, to perform the proposal services, and furnish a Performance and Payment Bond in an amount equal to one hundred percent (100%) of the proposal or $1,000,000 (one million dollars), whichever is greater, satisfactory to the City of Clearwater, Florida, upon written Notice to Proceed, then this obligation shall be void; otherwise, the sum herein stated shall be due and payable to the City of Clearwater, Florida, and the "Surety" herein agrees to pay said sum immediately upon demand of said City of Clearwater, Florida, in good and lawful money of the United States of America, as liquidated damages for failure thereof said "Principal". Page 1 of2 IN WITNESS THEREOF, the said CrowderGulf Joint Venture, Inc .. (Name of Company) as "Principal" herein, has caused these presents to be signed in its name by its under its corporate seal, and the said s.,... v.P + coo Travelers Casualty and Surety Company of America as "Surety" herein, has caused these presents to be signed in its name by its Attorney-In-Fact under its corporate seal, the 10th day of __ J_u_n_e _______ _, 20 20 . NAME OF COMPANY: CrowderGulf Joint Venture, Inc. By l¼! .. ~l~tl:rlk ,Sr. VP +-Coo (Title) SEAL ATTEST, cfdRLLy (S1 nature) Travelers Casualty and Surety Company of America (Surety Name) James C. Congelio, Attorney-In-Fact (Attorney-in-Fact) Page 2 of 2 ..... TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint JAMES C CONGELIO of TAMPA Florida , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut City of Hartford ss. On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 10th day of June , 2020 . t Kevin E. Hughes.Assitantsecretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached. • TRAVELERS J June 10, 2020 City of Clearwater Attn: Procurement Division I 00 S. Myrtle Ave., 3rd Floor Clearwater, FL 33756-5520 RE: CrowderGulf Joint Venture, Inc. Katie Cronin Account Unde,writer Travelers Bond & Specialty Construction Services ( 407)-388-3264 kjcronin@travelers.com 2420 Lakeman! Ave. Orlando, FL 32814 City of Clearwater RFP #35-20 Disaster Debris Removal & Disposal To Whom It May Concern: We understand that CrowderGulf Joint Venture, Inc.is submitting a proposal to the City of Clearwater on RFP #35-20 for Disaster Debris Removal & Disposal Services. It is Travelers Casualty and Surety Company of America's pleasure to provide you with this reference letter confirming our bonding relationship. Travelers A.M. Best Rating is A++ with Financial Size XV and listed in the Department of Treasury Federal Registry with an underwriting limitation of $1 ,499,762,000. Travelers Casualty and Surety Company of America has provided Crowdergulf Joint Venture single bond support in excess of$35,000,000 on previous successful projects. This is not to be construed as maximum capacity but is provided as example of prior support provided to the account. This is to advise that should Crowdergulf Joint Venture receive an award of the project, as described above, Travelers Casualty and Surety Company of America would issue Payment and Performance Bonds at the greater of $1,000,000 or I 00% of Contract A ward, on behalf of CrowderGulffor the project, as required. Issuance of the bonds is subject to application of Travelers usual and customary underwriting standards, including satisfactory contract terms and provisions, satisfactory bond forms and evidence of project financing at the time of the final bond request. This letter does not constitute an assumption of liability. The issuance of bonds in connection with any project is a matter solely between the Surety and Contractor. We assume no liability to you or to any third party by the issuance of this letter. Katie Cronin No. 9 REVISED I CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DO/YY) 6/21/2019 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE Point Clear Insurance Services LLC AFFORDED BY THE POLICIES BELOW. ~8COMMERC~LPARK DRN E COMPANIES AFFORDING COVERAGE FAIRHOPE, AL 36532-1910 COMPANY A THE GRAY INSURANCE COMPANY INSURED COMPANY B CrowderGu lf Joint Venture, Inc. COMPANY 5435 Business Parkway C Theodore, AL 36582-1675 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE IMM/0D/YYI DATE (MM/DD/YY) LIMITS ..._Q§NERAL LIABILITY GENERAL AGGREGATE Unlimited X COMMERCIAL GENERAL PRODUCTS -COMP/OP AGG $3,000,000.00 -LIABILITY A -XSGL-074306 9/1/2017 7/1/2020 PERSONAL & ADV INJURY $1,000,000.00 -OWNERS & CONTRACTOR'S PROT EACH OCCURRENCE $1,000,000.00 -FIRE DAMAGE (Any one fire) $50,000.00 MED EXP (Any one person) $5,000.00 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1 ,000,000.00 X ANYAUTO BODILY INJURY ~ ALL OWNED AUTOS (Per person) SCHEDULED AUTOS BODILY INJURY A x HIRED AUTOS XSAL-075300 9/1/2017 7/1/2020 (Per accident) x NON-OWNED AUTOS PROPERTY DAMAGE --- GARAGE LIABILITY AUTO ONLY -EA ACCIDENT --ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT -AGGREGATE EXCESS LIABIL TY EACH OCCURRENCE $4,000,000.00 A Fl UMBRELLA FORM GXS-043486 7/1/2019 7/1/2020 AGGREGATE $4,000,000.00 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND X I ::VocR~Tt~Yrs I I 0TH ER EMPLOYERS' LIABILITY EL EACH ACCIDENT $1,000,000.00 A THE PROPREITOR/ GWC-071021-FL3 7/1/2019 7/1/2020 EL DISEASE -POLICY LIMIT $1,000,000.00 PARTNERS/EXECUTIVE fI1 INCL EL DISEASE -EA EMPLOYEE s1.000.000.00 OFFICERS ARE: EXCL OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS The certificate holder is an additional insured on all policies except Workers' Compensation and is provided a Waiver of Subrogation, all if required by written contract. pnmary and noncontributory to any other insurance policies maintained by the certificate holder, if required by wntten contract. The above insurance policies shall be #15-17 Disaster Debris Removal and Disposal Services CERTIFICATE HOLDER CANCELLATION 2523#9_REVISED In the event of cancellation by The Gray Insurance Company and if required by written contract, 30 days written notice will be given to the Certificate Holder. City of Clearwater AUTHORIZED REPRESENTATIVE Attn: Purchasing Department, RFP #15-17 P. 0. Box 4748 Clearwater, FL 33758 U~A~/J GCF 00 50 01 01 12 THEl.;f<l'YINSURANCECOl)l'F'ANY --(7 Louisiana certificate form: LOI COi 280990 01 12 CERTIFICATE OF INSURANCE Page 2 THE GRAY INSURANCE COMPANY The below coverages apply if the corresponding policy number is indicated on the previous page. A. Commercial General Liability General Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured (CGL Form# CG 20 10 11 85) when required by written contract. Primary Insurance Wording Included when required by written contract. Broad Form Property Damage Liability including Explosion, Collapse and Underground (XCU). Premises/Operations Products/Completed Operations Contractual Liability Sudden and Accidental Pollution Liability Occurrence Form Personal Injury "In Rem" Endorsement Cross Liability Severability of Interests Provision "Action Over" Claims Independent Contractors coverage for work sublet Vessel Liability -Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment. General Aggregate applies per project or equivalent. B. Automobile Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. C. Workers Compensation Policy Includes: Blanket Waiver of Subrogation when required by written contract. U.S. Longshoremen's and Harbor Workers Compensation Act Coverage Outer Continental Shelf Land Act Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act & General Maritime Law. Maritime Employers Liability Limit: $1,000,000 Voluntary Compensation Endorsement Other States Insurance Alternate Employer/Borrowed Servant Endorsement "In Rem" Endorsement Gulf of Mexico Territorial Extension D. Excess Liability Policy Includes: Coverage is excess of the Auto Liability, General Liability, Employers Liability, & Maritime Employers Liability policies Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. Louisiana certificate form: LOI COi 280990 01 12 ACORD~ CERTIFICATE OF LIABILITY INSURANCE r DATE (MM/DDIYYYY) '--"' 07/15/2019 ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Nina Glover NAME: POINT CLEAR INSURANCE rA~gNJo Extl: (251) 990-9050 Ir:,~. No): (251) 990-8635 368 Commercial Park Drive E-MAIL nina@pointclearins.com ADDRESS: INSURER($) AFFORDING COVERAGE NAIC # Fairhope AL 36532 INSURER A: Westchester Insurance Company INSURED INSURER B: CrowderGulf, LLC / Crowder Gulf Joint Venture, Inc. INSURER C : 5435 Business Parkway INSURER D : INSURER E: Theodore AL 36582 INSURER F: COVERAGES CERTIFICATE NUMBER: CL 1710602492 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER IM M/DD/YYYYI IMM/DDIYYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s .__ D CLAIMS.MADE □ OCCUR LIAMA<.,~ ro REN I ~LI PREMISES (Ea occurrence! s 1---MEO EXP (Any one person) $ ~ PERSONAL &ADV INJURY $ ~fl AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ □PRO· □ POLICY JECT LOC PRODUCTS· COMPIOPAGG $ OTHER: Non-owned s AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s ~ (Ea accident) ANY AUTO BODILY INJURY (Per person) $ .__ OWNED -SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) s 1---HIRED .__ NON-OWNED PROPERTY DAMAGE s 1---AUTOS ONLY ~ AUTOS ONLY r Per accidenn s UMBRELLA LIAB H OCCUR EACH OCCURRENCE s ~ EXCESS LIAS CLAIMS.MADE AGGREGATE s OED I I RETENTION s s WORKERS COMPENSATION I ~ffTuTE I I OTH-AND EMPLOYERS' LIABILITY ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE □ N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? {Mandatory in NH) E.L. DISEASE . EA EMPLOYEE s If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE· POLICY LIMIT s Contractors Pollution liab. Coverage Per Occurrence 3,000,000 A G? 1538825001 06/22/2019 06/22/2021 General Aggregate Limit 5,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE '"DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN "SAMPLE" ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ft'~ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD RICK SCOTT, GOVERNOR ZACHEM. SECRETARY d ESI rid~r JONATHAN Ill.}. • ~ I r-' STATE 0F,FLORIDA DEPARTMENT·bFBU~S-A~!);P.llQFESSIONAL'REGULATION ' • ; I ~~-.~ • ... -•: • .• -CONSTRtJCJilONiU~DUSlR¥~lilGENSINGBOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE ,J PROVISIONS OF CHAPTER 489, FLORIDA STATUTES SM~LL'!'. ,__,""'.,, ' tROWDER--GULF JOINT""VENTU~RE, 0INC. \~ 5435 BUSINESS PKWY TH EODORH ...... ~ AL 36582 * ' ·--~ . ~,"=· --~ "'"' LICENSE NUMBER: 'tGC1522633 EXPIRATION DATE: AtJGUST 31, 2020 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. State of Florida Department of State I certify from the records of this office that CROWDER-GULF JOINT VENTURE, INC. is a corporation organized under the laws of the State of Florida, filed on September 3, 2002. The document number of this corporation is P02000095020. I further certify that said corporation has paid all fees due this office through December 31 , 2020, that its most recent annual report/uniform business report was filed on January 21, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand anti the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-first day of January, 2020 ~1/tk-- Secretary of State Tracking Number: 1457111598CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Florida Department of Transportation RON DESANTIS GOVERNOR CROWDER-GULF JOINT VENTURE, INC . 5435 BUSINESS PARKWAY THEODORE, ALABAMA 36582 605 Suwannee Street Tallahassee, FL 32399-0450 June 1, 2020 RE : CERTIFICATE OF QUALIFICATION Dear Sir/Madam: KEVIN J. THIBAULT, P.E. SECRETARY The Department of Transportation has qualif ied your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualif ication will expire 6/30/2021 . However, the new application is due 4/30/2021. In accordance with S .337 .14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY) You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22 .0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work i s desi red, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additi onal cl ass of work requested. All prequalified contractors are required by Section 14-22.006(3), F .A.C., to certify their work underway monthly in order to adjust maximum biddi ng capacity to avail able bidding capacity. You can find the link to this report at the website shown above . Sincerely, A ta:: ~-~~1j- Contracts Administration Office AA :cg www.fdot.gov Rick Setltt Governor FLORIDA DEPARTMENT Of Environmental Protection Carl~s Lopez-Cantera Lt Governor February 26, 2019 Kerrie A. Noll CrowderGulf 5435 Business Parkway Theodore, AL 36582 Email: knoll@crowdergulf.com RE: Pre-Qualification Package Hello: Marjory Stoneman Douglas Building 3900 Commonwealth Boolevard Tallahassee. Aorida 32399-3000 Noah Valenstein Seen!tary The pre-qualification as of February 26, 2019 for CrowderGulf is hereby acknowledged. This pre-qualification approves your firm to bid on the Florida Department of Environmental Protection's Bureau of Design and Construction projects requiring your State licenses until August 31, 2020. Please feel free to contact Alyssa Skehan at (850) 245-2781 with any questions or concerns you may have. Sincerely, Digitally signed by Jack Jack Brady ~'..':~y20190225 08:27:46 -05'00' Jack Brady, FCCM Government Operations Consultant II Bureau of Design and Construction Florida Department of Environmental Protection Phone: 850-245-2535 -Office www. dep. state. fl. us Melinda Edwards MMli1\- ~1' S\~I Sl·.\Rt'II Rlt'\llWS D.\T\.\l'Cl•:ss l'IIJ:('KST\Tl'S \(1(1[,r Ill.I.I' - MYSAM • My User Roles • Entity Users • Entity Registrations • My Account Settings • My Data Access • General Entity Registrations Existing Entity Registrations Registration Details for Complete Record Entity Name: CROWDERGULF, LLC DUNS Number: 195686477 CAGE: 45ZE0 Address: 5435 BUSINESS PKWY THEODORE, AL 36582-1 675 UN ITED ST A TES Purpose of Registration: Registration Status: Expiration Date: Address Update Required: All Awards Active 10/01/2020 No Form W-9 Request for Taxpayer Give Form to the (Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. send to the I RS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. CrowderGulf Joint Venture, Inc. 2 Business name/disregarded entity name, if different from above (') Q) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 . Check only one of the 4 Exemptions (codes apply only to Cl following seven boxes. certain entities, not individuals; see "' a. instructions on page 3): C □ Individual/sole proprietor or 0 C Corporation D S Corporation D Partnership D Trust/estate 0 • 1/) single-member LLC Exempt payee code (if any) Cl) C: a. 0 □ z,.: Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► 0 ... ::s Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting 0 ... :s ~ LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) .,__ another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that a. 0 is disregarded from the owner should check the appropriate box for the tax classification of its owner. ;;: ·5 □ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) a, Q. 5 Address (number, street. and apt. or suite no.) See instructions. Requester's name and address (optional) (/) Q) 5629 Commerce Blvd E Q) en 6 City, state, and ZIP code Mobile AL 36619 7 List account number(s) here (optional) ma Taxpayer Identification Number {TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number I . . . . . . . . backup w1thhold1ng. For 1nd1v1duals, this 1s generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. [II] -DJ -I I I I I or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. I Employer identification number 01-0626019 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No. 10231 X Date ► 05/1 3/2020 • Form 1099-DIV {dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1 099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 {home mortgage interest), 1098-E {student loan interest), 1098-T (tuition) • Form 1 099-C {canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018) Environmental Plan CrowderGulf is committed to unequivocal protection of the environment at the work site and surrounding areas by attention to organizational, operational and performance details that are the hallmarks of quality control. CrowderGulf personnel or subcontractors assigned to specific contractual duties that substantially impact environmental quality (i.e. incinerator operators) will have the quality of their work continually evaluated by a senior supervisor. Employees with duties partially or indirectly applicable to environmental protection will have those duties evaluated daily, whether relating to noise, smoke, dust, traffic, drainage or general containment actions or containment actions specifically related to hazardous materials. Our plan for debris reduction and disposal and the factors that may affect the environment and our Quality Control Plan are discussed in detail in our Technical Plan found in Tab 1 of this proposal. The National Environmental Policy Act (NEPA) provides a specific planning process that Federal agencies must follow before funding a project. The process ensures that the agency decision makers and local governments have considered, and the general public is informed of the environmental consequences of the Federal action. Normally the removal of storm-generated debris from the public rights-of-way poses no negative environmental effects. Emergency work (debris removal and emergency protective measures) and any permanent work project that restores a damaged facility essential to pre-disaster design are excluded from NEPA review through a statutory exclusion identified in Section 316 of the Stafford Act. All other projects require NEPA review. Examples of these types of projects that may occur within a debris project are: • Any project that involves breaking or disturbing new or undeveloped ground • Work taking place in floodplains or wetlands • Improved projects that increase the size or footprint of a facility • Alternate or relocated projects • Hazard mitigation projects affecting floodplains or wetlands, such as culvert enlargements • Any project that changes the function of a facility The requirements of other environmental laws, such as the Endangered Species Act (ESA) and the National Historic Preservation Act (NHPA), are independent of NEPA; they are usually addressed in the NEPA process. Most debris projects will require preparation of an Environmental Assessment and a Finding of No Significant Impact to address the issues of the debris project. Examples of activities requiring National Historic Preservation Act (NHPA) review that may occur in a debris project include the risk of demolition or removal of historic structures and disposal site work affecting historic or archaeological sites and other cultural resources. The Endangered Species Act (ESA) ensures that Federal agencies consider the effects that their actions may have on threatened and endangered species. The law also requires that Federal agencies coordinate with the U.S. Fish and W ildlife Service (USFWS) and the National Marine Fisheries Service to prevent or modify those projects that will jeopardize the continued existence of any threatened or endangered species or that will result in the destruction or adverse modification of a designated critical habitat. Examples of activities requiring ESA review that may occur in a debris project include work in wetland areas, work in coastal shoreline areas, disposal site work, disposal of potentially hazardous materials and work in critical habitat areas such as gopher tortoise habitat. One of the most important prerequisites to performing debris removal and disposal work is to obtain all applicable permits. The permitting process with various agencies helps to pre-screen work for potential environmental concerns. CrowderGulf will ensure all applicable permits are obtained before work is started. Permit requirements may include but are not limited to the following: • Air Quality • Forestry • Storm Water • Reclamation of Surface Mining Sites • Ground and Surface Water • Local Health Department Permits ■ Section 10 and 404 Regulatory Permits After Hurricane Ike, CrowderGulf personnel worked closely with the Texas Department of Environmental Quality (DEQ) throughout the operation. We provided all required permits and documents for over 40 projects we completed in Texas after Hurricane Ike. CrowderGulf remained in compliance with TCEQ regulations during work after Hurricane Ike. We are committed to being knowledgeable of all regulations and permitting requirements and staying in compliance during any future work. Below is a table from the Texas Commission of Environmental Quality (TCEQ) website that provides information on management of segregated storm debris that we pledge to stay in compliance on all future work completed in Texas, just as we did after Hurricane Ike. 0 f t M t f S t d St D b . 'P 100S or ana2emen 0 e2re2a e orm e ns Waste Type Examples of Waste Type Disposal/Burn Option Vegetation Trees, Brush Preferred: Recycle Option: Outdoor burn using an ACI, if possible Option: Type IV MSW Landfill Option: Type I MSW Landfill Clean Lumber Lumber, siding, plywood and similar wood Preferred: Recycle materials that have not been painted, stained Option: Outdoor burn using an ACI, if possible or chemically treated Option: Type IV MSW Landfill Option: Type I MSW Landfill Animal Carcasses Non-diseased poultry, cattle, domestic animals Preferred: On-site burial/ mounding Preferred: MSW Type I Landfill Option: Outdoor burn, using an ACI if possible Option: Off-site disposal using a renderer or a commercial waste incinerator Diseased poultry, cattle Preferred: Outdoor burn usinq an ACI, if possible Household/ Commercial Waste Putrescible waste MSW Type I Landfill Garbage, refuse, rubbish MSW Type I Landfill Construction or Demolition Asbestos containing debris -shingles, siding, MSW Type I Landfill w/ Special Waste Authorization Waste insulation, tiles Painted/stained/treated wood Preferred: MSW Type IV Landfill Option: MSW Type I Landfill Non-asbestos roof shingles Preferred: Fuel source for cement kilns with appropriate air authorization Option: MSW Type IV Landfill Preferred: MSW Type I Landfill Sheetrock Preferred: MSW Type IV Landfill Option: MSW Type I Landfill White Goods Refrigerators Preferred: Recycle Option: MSW Type I Landfill Stoves Preferred: Recycle Option: MSW Type I landfill Washer/Dryers Preferred: Recycle Option: MSW Type I landfill Batteries Preferred: Recycle (Lead acid batteries are not allowed in MSW landfills). Option: Utilize an HHW Collection Event Household Hazardous Waste Cleaning products Option: HHW Collection Event Option: MSW Type I Landfill Option: Permitted HW facility Paints, Solvents Option: HHW Collection Event Option: MSW Type I Landfill Option: Permitted HW facilitv Pesticides HHWor Pesticide Collection Event Automotive products Option: HHW Collection Event Option: MSW Type I Landfill Option: Permitted HW facility Electronics: VCRs, Computers, TVs, etc. Option: Recycle HHW Collection Event Option: MSW Type I Landfill Permitted HW facility Compressed Gas Containers Recvcle Tires Pick-up by authorized Scrap Tire Tran sporter or delivery to authorized processing or end-use facilities. From: '"Managing Storm Debrisji-om Declared Disasters". TECQ Website http://www.tceq.texas.govlassetslpubliclresponselstorm/hermine/debris_management.pdf Environmental Plan CrowderGulf is committed to unequivocal protection of the environment at the work site and surrounding areas by attention to organizational, operational and performance details that are the hallmarks of quality control. CrowderGulf personnel or subcontractors assigned to specific contractual duties that substantially impact environmental quality (i.e. incinerator operators) will have the quality of their work continually evaluated by a senior supervisor. Employees with duties partially or indirectly applicable to environmental protection will have those duties evaluated daily, whether relating to noise, smoke, dust, traffic, drainage or general containment actions or containment actions specifically related to hazardous materials. The National Environmental Policy Act (NEPA) provides a specific planning process that Federal agencies must follow before funding a project. The process ensures that the agency decision makers and local governments have considered, and the general public is informed of the environmental consequences of the Federal action. Normally the removal of storm-generated debris from the public rights-of-way poses no negative environmental effects. Emergency work (debris removal and emergency protective measures) and any permanent work project that restores a damaged facility essential to pre-disaster design are excluded from NEPA review through a statutory exclusion identified in Section 316 of the Stafford Act. All other projects require NEPA review. Examples of these types of projects that may occur within a debris project are: • Any project that involves breaking or disturbing new or undeveloped ground • Work taking place in floodplains or wetlands • Improved projects that increase the size or footprint of a facility • Alternate or relocated projects • Hazard mitigation projects affecting floodplains or wetlands, such as culvert enlargements • Any project that changes the function of a facility The requirements of other environmental laws, such as the Endangered Species Act (ESA) and the National Historic Preservation Act (NHPA), are independent of NEPA; they are usually addressed in the NEPA process. Most debris projects will require preparation of an Environmental Assessment and a Finding of No Significant Impact to address the issues of the debris project. Examples of activities requiring National Historic Preservation Act (NHPA) review that may occur in a debris project include the risk of demolition or removal of historic structures and disposal site work affecting historic or archaeological sites and other cultural resources. The Endangered Species Act (ESA) ensures that Federal agencies consider the effects that their actions may have on threatened and endangered species. The law also requires that Federal agencies coordinate with the U.S. Fish and Wildlife Service (USFWS) and the National Marine Fisheries Service to prevent or modify those projects that will jeopardize the continued existence of any threatened or endangered species or that will result in the destruction or adverse modification of a designated critical habitat. Examples of activities requiring ESA review that may occur in a debris project include work in wetland areas, work in coastal shoreline areas, disposal site work, disposal of potentially hazardous materials and work in critical habitat areas such as gopher tortoise habitat. One of the most important prerequisites to performing debris removal and disposal work is to obtain all applicable permits. The permitting process with various agencies helps to pre-screen work for potential environmental concerns. CrowderGulf will ensure all applicable permits are obtained before work is started. Permit requirements may include but are not limited to the following: • Air Quality • Forestry • Storm Water • Reclamation of Surface Mining Sites • Ground and Surface Water • Local Health Department Permits • Section 1 O and 404 Regulatory Permits Hazardous Waste Hazardous waste materials will be processed and disposed of in accordance with all applicable laws and regulations. If local or state laws permit the application of clean ash to farmland, this avenue will be pursued. If not, all ash residue will be hauled to a properly permitted landfill. CrowderGulf shall conduct all debris operations outlined in this proposal to meet the program standards provided for in the FEMA 325 Debris Management Guide. In addition, CrowderGulf will conduct all debris related operations in accordance with all applicable federal, state, and local laws, rules and/or regulations. SAFETY WILL BE THE PARAMOUNT CONCERN AT ALL TIMES. CrowderGulf's record in developing innovative methods for final disposal of reduced debris that both reduced operating costs and provided a beneficial use of the product, underscores our commitment to the environment. For example, CrowderGulf shipped approximately 600,000 metric tons of biomass (i.e., clean ground vegetative material) from ports at Chesapeake, VA, Cape Canaveral, FL, and Mobile, AL , to Italy for use in electric generating plants. CrowderGulf is committed to unequivocal protection of the environment at the work site and surrounding areas by attention to organizational, operational, and performance details that are the hallmarks of quality control. CrowderGulf personnel and subcontractors assigned to specific contractual duties that substantially impact environmental quality (i.e. incinerator operators) will have the quality of their work continually evaluated by a senior supervisor. Employees, with duties partially or ind irectly applicable to environmental protection, will have those duties evaluated daily, whether relating to noise, smoke, dust, traffic, drainage or general containment actions, or containment actions specifically related to hazardous materials. Please see our Health and Safety Plan presented in the later sections of this proposal. Environmental Health and Safety Plan -Short Version CrowderGulf's Health, Safety and Environmental Plan• Total plan 329 pages, can be provided if needed. Below you will find information taken from the Debris Specific; Safe Practices/Accident Prevention Manual for the purposes of this RFP. This excerpt provides information with regard to Company safety policy and practice. The all- inclusive Health, Safety and Environmental Plan -(329 pages), and the Debris specific Health and Safety Plan-(109 pages) can be provided upon your request. CrowderGulfs Health, Safety and Environmental Plan provides mandated directives, required actions, procedures and guidance for all levels of employees. The plan is intended to ensure that all employees work safely and remain safe, by strict adherence to the components of this plan. SAFETY POLICY CrowderGulf is committed to providing all employees with a safe work environment. Employees must report unsafe conditions and must not perform work tasks if the work is considered unsafe. Employees must report all accidents, injuries and unsafe conditions to their supervisors. No safety report will result in penalty and/or negative consequences. Management will give top priority to and provide the financial resources for the correction of unsafe conditions. Similarly, CrowderGulf will take disciplinary action against any employee(s) who willfully or repeatedly violate workplace safety rules. This action will include verbal or written reprimands and may result in termination. Senior Management will be actively involved with employees in establishing an effective safety program. Our Health and Safety Manager or designated Safety Officer will participate with the Client or representative in safety program activities. This participation will include CrowderGulf sponsored: ■ Safety Education and Training. ■ Reviewing workplace safety rules. ■ CrowderGulf and the Client employee(s) promotion of safety participation. ■ Tool Box sessions on Health and Safety. ■ Accident critiques with refresher reviews This safety philosophy statement embodies the CrowderGulf commitment to and involvement in providing a safe work environment. The Safety Plan will set the standards that implement the philosophy. Compliance with the safety rules will be required of all employees as a condition of continued employment. It is the policy of CrowderGulf that all safety measures and rules are carried out to the fullest. Where necessary, we will conform to additional safety standards required by the Town. To implement this policy, the following assignments are made with the full support of the management. Sample Safety Plan CrowderGulf Safe Practices/Accident Prevention Manual • Debris Specific Safety Manual SAFETY AND HEALTH REQUIREMENTS During emergency push and disaster debris recovery operations, it is extremely important that safety and health requirements are implemented. Personnel often perform unusual, difficult, hazardous tasks while in a challenging environment, and these conditions increase the risk of accident. Additionally, resources are in short supply. The loss of any resource to an accident indicates poor management. The safety and health of all employees, subcontractors, and members of the public exposed to recovery activities will be a primary concern during all emergency operations and recovery assistance. INITIAL RESPONSE CrowderGulfs safety and health professional shall be immediately alerted of the disaster and shall be included in the planning and execution of response and recovery efforts. This individual shall assess safety and health issues and shall assure precautions are taken prior to deployment of personnel. Issues to consider include: sanitation, drinking water, power supply, living quarters, driving conditions, environmental conditions, and health issues. MOBILIZATION OF PERSONNEL SAFE PRACTICES Prior to departing their duty station for emergency operations and recovery assistance activities, appropriate personnel will be provided: • Personal Protective Equipment (PPE) (e.g., head, eye, hearing, foot protection, and PFDs) appropriate for the hazards of the field activities that they will perform SAFETY ORIENTATION Safety and health briefings and orientation shall be conducted as personnel arrive at the emergency area and prior to beginning work activities. COMMUNICATIONS • Paging equipment, two-way radios, cellular phones, computers, and facsimile machines shall be used as needed to establish and enhance communications. • Safety and health programs, documents, signs, tags, instructions, etc., shall be communicated to employees and the public in a language that they understand. • The Safety Coordinator shall compile a list of telephone numbers for all personnel and emergency numbers for fire, police, hospitals, etc. and shall distributed to the DMS supervisor, Project Manager, City/Town/County debris coordinator and post at each tower site. The Safety Coordinator shall retain a copy for the official record and send a copy to the DAO office. MACHINERY AND MECHANIZED EQUIPMENT Inspection of equipment is critical. Maintenance logs on all equipment should be reviewed immediately upon notice of possible deployment to assure each vehicle has had its proper service prior to deployment. Inspections and tests shall be in accordance with manufacturers' recommendations and shall be documented. Equipment not meeting safety standards or the requirements of this manual will not be used. Records of tests and inspections shall be maintained at the site by the Project Manager, and shall be made available upon request of the designated authority, and shall become part of the project file documentation. Sample Safety Plan All machinery and equipment shall be inspected before use to ensure safe operating conditions: competent persons will perform the daily inspections and tests. Tests shall be made at the beginning of each shift. If deficiencies are noted in the equipment, which compromises the overall safety of individuals, the operator or the overall operation, the vehicle will be deemed unsafe and immediately taken out of service. A log identifying the equipments' problems shall be completed by the operator and signed off on by the Project Manager. A mirror or wheel tag shall be placed on the steering wheel and shall remain until the service issues have been resolved. When the corrections have been made, the equipment shall be retested prior to being returned to service. • • • • • • • • Machinery and equipment shall be operated only by designated, qualified personnel. Machinery shall not be operated in a manner that will endanger the operator, other persons or property. Leaving the equipment unattended while powered is strictly forbidden . All equipment shall be operated for its intended usage and in accordance with manufacturer's instructions. Seat belts and other safety devices shall be worn at all times . Trucks hauling debris on public highways shall have physical barriers (tail gates or chain link fencing and covers) to prevent debris from falling from the truck. Vehicle in Reverse alarms shall be provided; the need for rollover warning devices shall be considered for long-bed end-dump trucks. Single or double sideboards added to trailers designed for normal operation with the additional boards are permitted. Prior to operation, contractors shall refer to written safe operating procedures for each brush chipper, shredder, and/or grinder. In the event that plans are not written, the Contractor shall develop a safe operating plan for each piece of equipment. Standard Operating Procedures (SOPs) shall incorporate the manufacturer's recommendations for safe operation of the chipper as well as the use of emergency zones and fire prevention efforts. Operations and maintenance manuals for chippers, grinders, and shredders shall be kept on-site. A minimum 200 ft (61 .0 m) pedestrian emergency zone is required during operation of chippers, shredders, and grinders unless documentation or actual practice indicates otherwise. The public shall be kept a minimum of 300 ft (91.4 m) from all chipper operations. Signs shall be placed at 200 ft (61.0 m) indicating flying debris hazards and that pedestrians are prohibited. ► Unprotected personnel shall not enter the emergency zone while the chipper is in operation. Front- end loaders and other debris loading equipment in the debris reduction areas or feeding grinders, shredders, chippers, or burn pits shall have completely enclosed cabs. Protection shall include heavy metal grating of sufficient strength to protect the operators from loose limbs, and woods or other debris thrown from grinders. ► Whenever chipper operations are shut down for any sign ificant length of time (e.g., overnight or when the chipper will be left unattended), equipment walls, crevice drums, cutter heads and hammers, and drive mechanisms shall be cleared of all combustible materials by blowing, washing, and wetting down. Any material contaminated by leakage of hydraulic fluids, oils, or fuel shall be immediately removed. Leakage shall be minimized through preventive maintenance. Because piles of chipped wood are susceptible to spontaneous combustion, fire controls such as seg regation, separation, and adequate water supply shall be used. The number of workers in proximity to loaders, trucks, and other equipment shall be the minimum necessary to accomplish the job. In restricted areas or areas with reduced access or visibility, special precautions will be taken to ensure the safety of workers on the ground. Sequencing of work shall minimize equipment movement when personnel are in the work area. Moving equipment and workers in the same immediate area is to be avoided. Whenever workers are in the area of operating machinery or vehicular traffic, they shall be provided reflectorized vests. Loaders, track-hoes, and other construction equipment in debris reduction areas shall have lights in the front and back in order to work at night. Access ladders to knuckle boom self-loaders shall be a minimum of 12 in (30.5 cm) width with 16 in (40.6 cm) recommended. The ladder shall be in good operating condition No modifications or additions which affect the capacity or safe operation of the machinery or equipment shall be made without the manufactures' express written consent. Sample Safety Plan MOTOR VEHICLES • All persons operating a motor vehicle shall possess a valid drivers' license, a permit valid for the equipment being operated. • Inspections on motor vehicles should be performed prior to mobilization and weekly thereafter. The following systems checks should be administered: • Seat Belts for all occupants • Operating Controls ► Turn Signals ► Brake lights ► Horns ► Steering ► Parking Brake • Check for fluids ► Wiper ► Brake ► Oil ► Gas ► Coolant All vehicles shall be equipped with the following: ■ Fire Extinguishers • Working Speedometer • Working Fuel Gauge • Working Hom • Windshield and wiper blades TRAFFIC CONTROL ■ Traffic control is extremely important on highways, in residential areas, and at construction sites. When traffic may pose a hazard to operations, public roads will be closed. Road closings shall be coordinated in writing with appropriate local agencies. Traffic controls and signage should comply with the DOT Federal Highway Administration's "Manual of Uniform Traffic Control Devices." ■ When a road cannot be closed, the following precautions may be taken: ► "MEN WORKING AHEAD" or similar signs shall be placed along the roadway, 1,000 ft and 500 ft before the work zone, on both sides of the work zone; ► Sufficient number of flag persons shall be used to control traffic within the work area; ► Flag persons shall be used and shall receive instruction in flagging operations before being placed in traffic (training and certification by the National Safety Council (NSC) is recommended); ► All flag persons shall wear steel-toed shoes, international-orange reflective vests, and hard hats; ► "STOP" and "GO" signs, not flags, will be used for traffic control; ► Flag persons shall be able to communicate with each other and with the foreman; and ► Two-way radios shall be used whenever visual contact between flappers is not achieved. • All construction vehicles and all vehicles exceeding 11/2 tons should have a signal person to assist in backing in residential areas. DEFENSIVE DRIVING Personnel involved in emergency operations are at increased risk of motor vehicle accidents due to damaged roadways, debris/hazards in roadways, road closings, malfunctioning or missing traffic control devices, and driving under challenging environmental conditions. Safe driving programs shall be instituted and driving safety monitored. Personnel operating off-road vehicles shall be trained, prior to operation, in the use of such equipment. Sample Safety Plan Principals of defensive driving shall be practiced and seat belts worn at all times. The operator shall maintain proper control of the vehicle at all times. Vehicles will not be driven at speeds greater than the posted limit. With regard to weather hazards, traffic, road hazards and other existing conditions operators will use caution PUBLIC SAFETY Public safety is important since the majority of work will be performed in the community. Emergency operations present potential hazards to children ; problems in defining and keeping the public from work areas; traffic and road debris hazards; utility and structure hazards; and fire and other hazards. Requirements for work area delineation, traffic control devices, and the use of flag persons shall be considered. Public service announcements shall be used as needed to promote safety of the public exposed to C-G activities. Barriers and fencing shall be considered in restricting the public from operation sites. HEAL TH HAZARD RECOGNITION Health hazards such as asbestos, lead paint, radiation, and hazardous chemicals shall be identified and controlled through the recommendations of a qualified industrial hygienist(s) or certified Hazmat Contractor. Instrumentation, as required, shall be provided for the detection/measurement of health hazards. TREE MAINTENANCE AND REMOVAL Each location where tree maintenance or removal is done shall be under the direction of a qualified tree worker. Working near electrical equipment and systems: • ■ ■ Employees working in the proximity of electrical equipment or conductors shall consider all such equipment or conductors energized with potentially fatal voltage, never to be touched (directly or indirectly). An inspection shall be made by a qualified tree worker to determine whether an electrical hazard exists before climbing, entering, or performing any work in, or on a tree. Only a qualified line clearance tree trimmer or qualified line clearance tree trimmer trainee (under the direct supervision of qualified personnel) shall be assigned to the work if it is found that an electrical hazard exists. ► There shall be a second qualified line clearance tree trimmer or line clearance tree trimmer trainee within normal voice communication during the clearing operations aloft under the following conditions: ► When the line clearance tree trimmer or line clearance tree trimmer trainee must approach any closer than 10 ft. (3 m) to any conductor or electrical apparatus energized in excess of 750 volts; ► When branches or limbs being removed cannot first be cut (with a pole pruner/pole saw) sufficiently clear of the equipment or conductors so as to avoid contact; or ► When roping is required to remove branches or limbs from such equipment or conductors. Line clearance tree trimmers and line clearance tree trimmer trainees shall maintain the distances from energized conductors. All other tree workers shall maintain a minimum distance of 10 ft (3 m) from energized conductors rated 50 kV phase-to-phase or less. For conductors rated over 50 kV phase-to-phase, the minimum distance shall be 10 ft plus 4'10 in. (3 m +/- 1 cm) for each kV over 50 kV. During all tree working operations above a height of 12 ft. (3.6 m) that are not subject to the requirements of this section, there shall be a second worker in the vicinity. EQUIPMENT Equipment shall be inspected, maintained, repaired, and used in accordance with the manufacturer's instructions. ■ ■ ■ ■ ■ Employees shall be instructed in the safe and proper use of all equipment provided to them. Climbing ropes shall not be used to lower limbs or other parts of trees or to raise or lower equipment. A handle shall be used for raising and lowering tools. Tools used for cabling, bark tracing, cavity work, etc., shall be carried in a bag or belt designed to hold tools and not put in the pockets or stuck in the top of a boot. When placing an employee in a tree with an aerial device, prior to leaving the basket for entry onto the tree, and before removing the safety line attached to the basket, the employee shall be safely secured to the tree. The procedure shall be reversed when entering the basket from the tree. Sample Safety Plan TREE CLIMBING EQUIPMENT • Climber spurs shall be of the tree-climbing type and shall have gaffs of the type and length suitable for the tree being climbed. • Climbing ropes shall have a minimum diameter of 1/2 in (1.2 cm) and be constructed of a synthetic fiber, with a minimum nominal breaking strength of 5400 lb (2439.4 kg) when new. Maximum working elongation (elasticity) shall not exceed 7% at a load of 540 lb (244.9 kg) (10% maximum breaking strength). • Polypropylene or other synthetic ropes having similar low melting points shall not be used as climbing ropes. A tree worker shall be tied in with an approved type of climbing rope and safety saddle when working above the ground: this does not necessarily apply to a worker ascending into a tree; work may be performed while standing on a self- supporting ladder but only when the worker is tied in as required. During climbing operations, tree limbs should be inspected before weight is applied to them. A 5/8 in (1.5 cm) metal shackle shall be secured to the end of a support line that meets minimum standards for a climbing line. The support line shall be tied to the pin of the shackle with the climbing line placed through the shackle. The support line shall be tied off at the base of the tree or any other acceptable anchor. The climbing line shall be crotched as soon as practicable after the employee is aloft, and a taut-line hitch tied and checked . The worker shall be completely secured with the climbing line before starting the operation. The worker shall remain tied in until the work is completed and he/she has returned to the ground. If it is necessary to re-crotch the rope in the tree, the worker shall retie in or use the safety strap before releasing the previous tie. Tree workers shall not carry tools in their hands while climbing. Tools shall be raised and lowered one at a time by means of a line, except when working from an aerial-lift device or during topping or removing operations. FELLING Prior to felling operations, the employee shall consider: • The tree and the surrounding area for anything that may cause trouble when the tree falls. ■ The shape of the tree, the lean of the tree, and decayed or weak spots. • Wind force and direction. • The location of other people. • Electrical hazards. Prior to felling operations, the work area shall be cleared to permit safe working conditions and an escape route shall be planned. Each worker shall be instructed as to exactly what he/she will do. All workers not directly involved in the operation shall be kept clear of the work area. Before starting to cut, the operator shall be sure of his/her footing and must clear away brush, fallen trees, and other materials that might interfere with cutting operations. A notch and back cut shall be used in felling trees over 5 in (12.7 cm) in diameter (measured at breast height). No tree shall be felled by "slicing" or "ripping" cuts. ■ The depth or penetration of the notch shall be about one third the diameter of the tree. • The opening or height of the notch shall be about 2.5 in (6.3 cm) for each 1 ft (0.3 m) of the tree's diameter. • The back cut shall be made higher (approximately 2 in (5 cm)) than the base of the notch to prevent kickback. The employee shall work from the uphill side whenever possible. Just before the tree or limb is ready to fall, an audible warning shall be given to all those in the area. All persons shall be safely out of range when the tree falls. If there is danger that the trees being felled may fall in the wrong direction or damage property, wedges, block and tackle, rope, or wire cable (except when an electrical hazard exists) shall be used. All limbs shall be removed from trees to a height and width sufficient to allow the tree to fall clear of any wires and other objects in the vicinity. Special precautions shall be taken when roping rotten or split trees due to the potential for falling in an unexpected direction even though the cut is made on the proper side. Persons shall be kept back from the butt of a tree that is starting to fall. Sample Safety Plan jaULF BRUSH REMOVAL AND GRINDING, CHIPPING Brush and logs shall not be allowed to create a hazard at the work site. Employees working with a brush chipper shall be trained in its safe operation. The chipper shall be operated in accordance with the manufacturer's recommendations. Brush Grinding -Chippers ■ Rotary drum and disk-type tree or brush chippers not equipped with a mechanical in-feed system shall be equipped with an in-feed hopper not less than 85 in (215.9 cm) (the sum of the horizontal distance from the chipper blade out along the center of the chute to the end of the chute and the vertical distance from the chute down to the ground) and shall have sufficient height on its side members to prevent personnel from contacting the blades or knives of the machine during normal operations. ■ Rotary drum and disk-type tree or brush chippers not equipped with a mechanical in-feed system shall have a flexible anti-kickback device installed in the in-feed hopper for the purpose of protecting the operator and other persons in the machine area from the hazards of flying chips and debris. ■ Disk-type tree or brush chippers equipped with a mechanical in-feed system shall have a quick stop and reversing device on the in-feed. The activating mechanism for the quick stop and reversing device shall be located across from the top, along each side of, and as close as possible to the feed end of the in- feed hopper and within easy reach of the operator. ■ The feed chute or feed table of a chipper shall have sufficient height on its side members to prevent operator contact with the blades or knives during normal operation. • A swinging baffle shall be mounted in front of the knives to prevent throwback of material. ■ Brush chippers shall be equipped with an exhaust chute of sufficient length or design to prevent contact with the blade. ■ Brush chippers shall be equipped with a locking device on the ignition system to prevent unauthorized starting of the equipment. ■ Brush chipper cutting bars and blades shall be kept sharp, properly adjusted, and otherwise maintained in accordance with the manufacturer's recommendations. Trailer brush chippers detached from trucks shall be chocked or otherwise secured. All workers feeding brush into chippers shall wear eye protectors. Loose clothing, gauntlet-type gloves, rings, and watches shall not be worn by workers feeding the chipper. Employees shall never place hands, arms, feet, legs, or any other part of the body on the feed table when the chipper is in operation or the rotor is turning. Push sticks (of material that can be consumed by brush chipper) shall be used. Brush chippers shall be fed from the side of the centerline, and the operator shall immediately turn away from the feed table when the brush is taken into the rotor. Chippers shall be fed from the curbside whenever possible. Material such as stones, nails, sweepings, etc. shall not be fed into brush chippers. The brush chipper chute shall not be raised while the rotor is turning. OTHER OPERATIONS AND EQUIPMENT Pruning and trimming ■ Pole pruners, pole saws, and similar tools shall be equipped with wood or nonmetallic poles. Actuating cords shall be of a non-conducting material. ■ Pole pruners and pole saws shall be hung securely in a vertical position with the sharp edges away from employees. They shall not be hung on utility wires or cables or left overnight in trees. ■ When necessary, warning shall be given by the worker in the tree before a limb is dropped. Sample Safety Plan Limbing and bucking Trucks ■ ■ ■ ■ ■ Whenever it is possible to do so, the tree worker shall work on the side on which the limb is being cut. Branches bent under tension shall be considered hazardous. When topping or lowering limbs, consideration shall be given to the use of taglines to control the limbs. A separate line shall be attached to limbs that cannot be dropped or are too heavy to be controlled by hand. The use of the same crotch for both safety rope and work rope shall be avoided. In bucking, tree workers shall stand on the uphill side of the work whenever possible. The tree worker shall block the log to prevent rolling when necessary. When bucking, wedges shall be used as necessary to prevent binding of the guide bar or chain. Stump cutters shall be equipped with enclosures or guards that effectively protect the operator. ■ A steel bulkhead or equivalent protection shall be provided to protect the occupants of vehicles from load shifts. ■ Logs or brush shall be securely loaded onto trucks in such a manner as not to obscure taillights or brake lights and vision, or to overhang the side. ■ In order to avoid the hazard of spontaneous combustion or the production of undesirable products, wood chips shall not be left in trucks for extended periods. Power Saws ■ ■ ■ ■ Power saws weighing more than 15 lb (6.8 kg) that are used in trees shall be supported by a separate line, except when used from an aerial lift device. Where there are no lateral branches on which to crotch a separate support line for power saws weighing more than 15 lb (6.8 kg), a false crotch shall be used. The engine shall be started and operated only when all coworkers are clear of the saw. The operator will shut off the saw when carrying it over slippery surfaces, through heavy brush, and when adjacent to personnel. The saw may be carried running (idle speed) for a short distances (less than 50 ft (15.2 m)) as long as it is carried to prevent contact with the chain or muffler. Chopping tools ■ Chopping tools that have loose or cracked heads or splintered handles shall not be used. ■ Chopping tools shall never be used while working aloft. ■ Chopping tools shall be swung away from the feet, legs, and body, using the minimum power practical for control. ■ Chopping tools shall not be driven as wedges or used to drive metal wedges. Cant hooks, cant dogs, tongs, and carrying bars ■ Hooks shall be firmly set before applying pressure. ■ Workers shall be warned and shall be in the clear before logs are moved. ■ The points of hooks shall be at least 2 in (5 cm) long and shall be kept sharp. ■ Workers shall stand to the rear and uphill when rolling logs. Wedges and chisels ■ Wedges and chisels shall be properly pointed and tempered. ■ Only wood, plastic, or soft metal wedges shall be used with power saws ■ Wood-handled chisels should be protected with a ferrule on the striking end. Chipping and Grinding Debris Management Sites Locating Debris Management Sites for chipping / grinding of vegetative and land clearing debris will require a detailed evaluation of potential sites and possible revisits at future dates to see if site conditions have changed or if the surrounding areas have changed significantly to alter the use of the site Sample Safety Plan OMS DESIGN AND OPERATIONAL FEATURES The information gathered during the baseline data collection becomes important to the design of the site. The efficiency and the overall success of the OMS operations are determined by how the site is designed. A minimum of the following features will be designed into the OMS plan. • • • • • • ■ • • • • • • • • • • • Portable toilet facilities will be conveniently located to serve the inspection towers, crews working on the site, and office facilities Perimeter chain-link fencing, erosion and sediment control fencing, and other necessary drainage control methods when needed Site traffic flow will provide for orderly movement of vehicles and equipment to avoid crossing traffic lanes with the construction of two entrances/exits with lockable gates At the request of the Town, the DMS(s) may be restricted to the Town and Contractor vehicles only . Safe and ready access of fire safety and rescue equipment will be provided to all functional sections of the site and to debris stockpiles A Safety Zone of at least 200 feet will be established around the grinder Air Curtain Incinerator (ACI) or Open burning safety zone will be established and will be 1,200 feet from any structure (other than inspection tower) and no less than 250 feet from any other pile or type of debris on site Ash storage pit will be adjacent to ACI units Compacted crushed rock and/or mulch will be used on ingress/egress road surfaces Designated personnel parking area for 30 vehicles will be established Space for two 12'x50' office trailers will be established Development of a lined Hazardous Materials Containment Area surrounded by a berm Two vegetative debris piles for grinding operations Sufficient area for chip piles to minimize pile height to prevent spontaneous combustion C&D debris area will be separate from other debris areas Adequate area maintained at each site for truck maneuverability and a level stable surface for equipment to complete the dumping process Site orientation will provide for ACI operations and grinding operations to be located downwind from offices and inspection towers (i.e., prevailing winds will be considered when setting up site) If necessary, separate areas/sites for the public to use for dumping vegetative and C&D debris will be provided. Depending on the process prescribed for allowing this, a separate tower may be required to facilitate accounting for the material entering the public section. If off site citizen collection areas are developed in accordance with the Town's Debris Management Plan, CrowderGulf will remove debris from those sites on a regular basis as directed by the Town's Project Manager. OMS SITE PLAN A OMS Plan will be prepared to a scale of 1" = 50'. The Task Order specific Management and Operations Plan will be updated to include the Site Management Plans for all DMSs and Disposal Sites operated by CrowderGulf. The OMS Plan will display such functions as: • Access to the Site • Site Preparation -clearing, erosion control, and grading • Traffic Control • Site Security, Safety and Segregation of debris storage areas • Location of ash disposal area, hazardous material containment area, contractor work area, and inspection towers • Location of incineration operations and chipping operations • Location of existing structures or sensitive areas requiring protection • Household Hazardous Waste (HHW) or Hazardous, Toxic and Radioactive Waste (HTRW) storage • A detailed list of equipment • Sanitation facilities Sample Safety Plan /c;LJLF The general site plan as shown below, will be modified to fit the needs of each specific DMS and will incorporate all specifications addressed in the FEMA 325 and all local, state and federal regulations and requirements. C&D Public Dkpmal Tower ENTIRE SITE • 100 ACRES Partdns,JPortabllt Rn-tromn1 Constructlon & DemollUon (C&D) Dd>rh l Towe-r Ade qua tr Tum■rOlald Dumping An-a .. ~ -==========--- 25' -30" V"3et:•U~ Debris Ash Pit AJr Curtain lndneraton 15' -20' INSPECTION TOWERS ---, ~ ',~ ' \ I I ' ,' ', 300' Exduslon.,., ', Zone-.,.., .... ___ _ At no cost to the Town, CrowderGulf will construct a minimum of one inspection tower at each site adjacent to the roadway. A minimum of one exit lane for all trucks to use will be visible from a tower. This allows for checking truck beds before exiting, ensuring that they are completely empty. The Inspection tower site location will provide a .25 mile approach outside the public road system to accommodate any truck back up. ■ All towers will be OSHA and FEMA compliant. At a minimum, the towers will be constructed with pressure treated wood with the floor elevation of the tower 15 foot above the existing ground elevation; the floor area shall be 8'x8', constructed of 2"x8" joists, 16" O.C. with¾" plywood supported by four 6"x8" posts. ■ The perimeter of the floor area will be protected by a four foot high wall constructed of 2"x4" studs and ½" plywood. The floor area will be covered by a corrugated tin roof. ■ The roof shall provide a minimum of 6'8" of headroom below the support beams. ■ Wooden steps will provide access with a handrail. In addition, the construction of towers will comply with all applicable Town building codes. ■ Inspection towers shall be capable of seating a minimum of three inspectors each. ■ Towers will be removed at the completion of the project or when the site is no longer in need. ■ Scissor lift may be substituted used for a debris tower, when applicable. Inspection Tower Sample Safety Plan HAZARDOUS MATERIALS CONTAINMENT CENTER In accord with FEMA 325 specifications, CrowderGulf will construct an area designed for the temporary storage and confinement of hazardous material. Material deposited into this facility will be inventoried and stabilized. Any leaking containers will be placed in "over pack drums". A well-marked, defined and enforced NO SMOKING area will be established within 200 feet of this area. Minimum Design Criteria for the Hazardous Materials Containment Area: 1) 30'x30' in size, the perimeter lined with hay bales staked in place 2) Water proof liner or plastic ground protection cove 3) Rain and snow cover for the entire area FIELD EXPEDIENT HTW CONTAINMENT CELL WOODEN PALLETS 'HIW l~CLLllES: Piit~ Sol,-,,;u, POL(P!irol=, Oill: li:!ricitG), Blrari~, At.a-Fram , l'n,p,tAT.-.h, Aim;oh !,;OTES: l. Cor.atar!t.tc~la:tStb!.:m·~.1u11 ia::-i , Pi;.ti: ii~i-:1:.!d~tw~ Ll}~nto JP.V:!r.tplutk foa. t~~ 3. Co!:o<r.i!IP.d wAs!'.atlb!P'O?-rl)'•:oe<1ir.!d&.:i,pomd<tut.l:.ar.imnm DEBRIS SEPARATION AND REDUCTION /GULF The Debris Reduction Manager will supervise the separation and segregation of all loads deposited at the OMS. If site segregation is required because of mixed loads, the separation will reflect the six categories cited below. Each of the following categories of debris will be dealt with in full compliance with the CrowderGulf Environmental Plan and local, state and federal standards: Clean, vegetative debris • Vegetative debris containing other foreign matter • Construction and Demolition (C&D) Debris • Salvageable or recyclable debris • White Goods, e-goods • Hazardous or toxic materials / waste Vegetative debris will be placed into two or more piles (no more than 15 feet high) which will allow for volume reduction without interfering with the ongoing dumping operation or until the dumping and/or reduction operations are complete. As directed by the Town's representative, all construction and demolition (C&D) debris will be hauled directly to a certified landfill or prepared for reduction or recycling if feasible. White goods will be degassed, crushed and bailed for sale as scrap metal. Sample Safety Plan FIELD SAFETY MATRIX Task Specific Hazard Potential Special Training PPE Required Fire Hazard Comments Required Flagger Machine and Truck Conflicts, personnel Flagging Training, Hard Hats Flaggers must Flaggers must be very attentive and and personal clearance from General Jobsite safety Boots know how to make sure they are in sight of the machinery. Could get run over and hit. manual requirements Refiective -operate a fire truck drivers and equipment Dangerous weather PPE training. Vest extinguisher (FE) operators. All fiaggers must Pants and the FE maintain these distances: 4' from Rain Gear locations pavement edge, 100' from site entrance, 50' from trucks while dumping, 25' from self loaders. Flaggers must pay attention in their area and work together. Maintain contact with foreman and site manager. Listen for backup alarms. Report dangerous weather. Stay out of orinder safetv area. Equipment Traffic conflicts with other equipment General Jobsite safety Hard Hats Operators must Pay attention to your spotters and fiaggers. Operators and trucks. Risk of damaging property manual requirements. Boots know how to Drive stow and pay attention to signage. Drivers or personnel if not attentive. Could get Operation Certification. Refiective -operate a fire Operators must inspect equipment before hit or hit somebody or Driver's License. Vest extinguisher (FE) use to ensure all safety measures are equipmenVtrucks. Equipment failure or Equipment manufacturer Pants and the FE functioning properly. Clear your boots and malfunctioning. Mount and dismount to operations manual locations. NO hands or gloves prior to entering or exiting equipment fall hazard. requirements. smoking during equipment. fuelino. Laborer Personal clearance from equipment General Jobsite Safety Hard Hats Laborers must Laborers must be very attentive and make and vehicles. Could get run over and manual requirements. Boots know how to sure they are in sight of the truck drivers hit. Having contact with HHW. PPE training Refiective-operate a fire and equipment operators. Beware of HHW. Dangerous weather. Vest extinguisher (FE) Stay Clear of grinder safety area. Pants and the FE Gloves locations. NO Rain Gear Foreman/ Personal clearance from equipment General Jobsite Safety Hard Hats Foreman/Supervise Management employees must watch out for Supervisors and vehicles. Could get run over and manual requirements. Boots rs must know how all operations and also continuously inspect hit. PPE training. Refiective -to operate a fire the site to safety issues and update the plan Vest extinguisher (FE) as necessary. Stay clear of grinder safety Pants and the FE area. locations. They should make sure all employees know the FE locations and proper use of a FE Spotters Machine and truck conflicts, personnel General Jobsite safety Hard Hats Spotters must Spotters must be very attentive and make and personal clearance from manual requirements. Boots know how to sure they are in sight of the truck drivers machinery. Could get hit or run over or PPE Training Refiective-operate a FE and and equipment operators. hit by debris being dumped. Vest the FE locations Pants Rain Gear HHW Personnel and personal clearance from General Jobsite safety Hard Hats Know how to Foreman must train in potential HHW Personnel machinery. Could get hit or run over or manual requirements. Boots operate a FE and Hazards. Must be very attentive and make hit b debris being dumped. Handling of PPE Training. HHW Refiective-the FE locations. sure they are in sight of the truck drivers HHW, e goods and white goods. Training Vest Beware of HHW and equipment operators and also beware Pants fire hazards. ofHHW. Gloves Eye Protection Possible Respirator/Ma sk Sample Safety Plan RECOMMENDED SAFE PRACTICES FOR TREE MAINTENANCE AND REMOVAL OPERATIONS TREE CLIMBING ■ The climber should not trust the capability of a dead branch to support his/her weight. If possible, dead branches should be broken off on the way up and hands and feet should be placed on separate limbs. ■ A worker should never shin a tree for a distance greater than 15 ft (4.6 m) or shin for any distance beyond his/her demonstrated physical abilities. When the climbing distance is greater than 25 ft (7.6 m) or is beyond the worker's physical capability, the worker should not climb or footlock the rope but should use a safety saddle or sling. ■ The climbing rope should be passed around the trunk of the tree as high above the ground as possible using branches with a wide crotch to prevent any binding of the safety rope. Exception: Palms and other trees with similar growth characteristics that will not allow a climbing rope to move freely. The crotch selected for tying should be directly above the work area, or as close to such a position as possible, but located in such a way that a slip or fall would swing the worker away from any electrical conductor. The rope should be passed around the main leader or an upright branch, using the limb as a stop. Feet, hands, and ropes should be kept out of tight V-shaped crotches. ■ While climbing, the location of all electrical conductors should be noted and the worker should climb on the side of the tree that is away from electrical conductors, if possible. ■ A figure-eight knot should be tied in the end of the rope, particularly when climbing high trees, to prevent pulling the rope accidentally through the taut-line hitch and possibly falling. PRUNING AND TRIMMING ■ A scabbard should be hooked to the belt or safety saddle to carry a handsaw when not in use. ■ A separate line should be attached to limbs that cannot be dropped safely or are too heavy to be controlled by hand. The line should be held by workers on the ground end of the rope. Use of the same crotch for both the safety rope and the work rope should be avoided. ■ Cut branches should not be left in trees overnight. ■ A service line should be put up for operations lasting overnight or longer and should be used to bring the climbing rope back into position at the start of the next day's work. CABLING ■ Branches that are to be cabled should be brought together to the proper distance by means of a block and tackle, a hand winch, a rope, or a rope with a come-along. • Not more than two persons should be in a tree working at opposite ends during cabling installation. ■ When the block and tackle are released, workers in trees should be positioned off to one side in order to avoid injury in case the lag hooks pull out under the strain. ■ Ground men should not stand under the tree when cable is being installed. TOPPING/LOWERING LIMBS ■ Workers performing topping operations should make sure the trees can stand the strain of a topping procedure; if not, some other means of lowering the branches should be used. If large limbs are lowered in sections, the worker in the tree should be above the limb being lowered. MIMIMUM CLEARANCE FROM ENERGIZED OVERHEAD ELECTRIC LINES Nominal svstem voltaae Minimum rated clearance 0 -50 kV 9.8 ft(3 m) 51 -200kV 14.7 ft (4.5 ml 201 -300 kV 19.7 ft (6 m) 301 to 500 kV 24.6 ft (7.5 m) 501 -750 kV 34.4 ft (10.5 ml 751-1000kV 44.3 ft (13.5 m) Sample Safety Plan SAFETY TRAINING Disaster debris related project work is an environment which presents many unique situations specific to this industry. For this reason, CrowderGulf believes in a three phase approach to safety training, which is Pre-Activation Training, Activation Specific Orientation, and Monitoring and Reinforcement for Duration of Project. No matter what the level of involvement in a specific project, some amount of training is required. Train ing can be provided in many different ways. Typically, the different phases of a project provide ideal time for the different trainings to be conducted. During the Pre-activation Training Phase, typical training may include OSHA 10 hour or 30 hour trainings, HAZWOPER training, CPR/First Aid training, asbestos training, or any other training focused on generalized regulations and topics that we may face upon activation. Training is typically conducted by a qualified training instructor. Activation Specific Orientation training is very important and is established when there is a better understanding of the work to be performed. This includes some type of new personnel orientation that all employees must attend before work is started. Aside from the new employee training, the types of training during this phase may include: flagging, severe weather, site control, and other possible trainings specific to the situation. Training is typically conducted by supervisors, foreman and/or the safety department. The Project Training: Monitoring and Reinforcement phase focuses on the topics that have been previously discussed, as well as addressing any new phases of work that may arise throughout the project. In a typical project, additional tasks may be added to the original scope of work, such as demolition, limb and tree removal, etc. It is vital to the safety of our employees that we instruct them on any changes that may not have been addressed during the orientation phase. During this phase, we also acknowledge exemplary safety performance and those who are following the requirements of CrowderGulfs safety program. Training in this phase can be provided by any competent or qualified person. Additional Components of Safety Training Company Safety Rules -Employees are required to read the rules and understand them. The issuance of these rules are logged and signed receipts are kept on file. Each new employee, as he arrives on the job, is approached and trained in the same manner. Periodic Safety Talks -the company will hold a safety talk with their employees on a weekly or at least monthly basis. The talk may consist merely of restating the company safety rules or warning of dangerous conditions which exist. A particular subject may be covered, such as lockout /tagout, confined space, or fire prevention. Changed Conditions -When the job operation changes or when new hazardous materials are brought into the workplace, employees are made aware of new or added potential dangerous situations that might occur and the proper action employees should take to maintain a safe workplace. Safety Equipment -Employees will not simply be issued protective equipment. They will be instructed as to its proper and safe use. Sample Safety Plan Consistency/Redundancy -The Company will consistently and routinely entertain the concept of safety training. Once is not enough. Employees are constantly remind of safety protocol from the orientation meeting of new employees through the follow-up weekly/monthly safety talks. The central theme is always that employees cannot commit unsafe acts. Management Follow-Up -Management must not be content with advising employees on unsafe practices. A follow- up of employee actions must be made. The Supervisor(s) are instructed to watch for employees committing unsafe acts. Employees are reprimanded when found doing unsafe acts. Documentation -All actions taken by Management as it relates to Safety Training/Education is documented. Documentation of good faith efforts in meeting the training requirements can be invaluable in defending a lawsuit that results from an injury due to an unsafe act by an employee. Also, documentation substantiates the Company's commitment to and compliance with the OSHA Training Requirements. Individual/Group Instruction -Safety Education can be aimed at a group such as a weekly/monthly safety talk or at an individual. (Ex.) In a case where the employee is being given instruction on use of a new tool, etc., by the Supervisor. Whichever the case may be, it should be documented. Safety training must be ongoing. It must be given to all employees and members of management. Documentation of instruction and other forms of safety awareness techniques must be ongoing. The Company never assumes an employee knows the safest way of performing his or her task. Sample Safety Plan /GULF "Clean As You Go" CrowderGulf RFP#35-20 Disaster Debris Removal and Disposal Services City of Clearwater, FL This concept is the centerpiece of our Quality Control Plan. "Clean As You Go" is a simple concept that is defined as doing the best job possible the first time to reduce the necessity for redoing any work. This policy does not preclude contracted multiple passes. It simply implies that all the debris will be removed on every pass, regardless of the number of passes required by the City. This philosophy is especially important for debris work during emergencies or major disasters where restoration of critical public functions is the highest priority. CrowderGulf was the debris contractor that first coined the term "CLEAN AS YOU GO", over 14 years ago. Recently, the term has been used by other contractors and by municipalities in their RFPs. All CrowderGulf employees, subcontractors and consultants are expected to abide by this policy. Inspections To assure the quality and timeliness of work, CrowderGulf will use a hierarchy of assigned inspection responsibilities based on the nationally recognized Incident Command System (ICS). This arrangement limits the respective spans of control to appropriate levels and has proven to facilitate optimum performance. Security CrowderGulf will restrict general access to its OMS operations to essential company and City personnel for both security and safety. Managers and supervisors will be granted access to a site(s) based upon their duties, responsibilities and spans of control. Operating personnel will be granted access to sites relevant to their respective tasks. Maintenance CrowderGulf follows manufacturer's maintenance recommendations on all of its equipment. CrowderGulf systematically performs "routine maintenance" appropriate to each item of equipment. This maintenance is reported on an equipment log that is retained for the life or ownership of the equipment. CrowderGulfs maintenance system uses its employee or contracted full-time mechanics and/or oilers for daily and routine maintenance. Heavy maintenance and/or major repairs of company-owned equipment are perfonmed by heavy equipment maintenance firms under contract with CrowderGulf. Knowledge and Training CrowderGulf s Quality Control Manager will conduct briefings and de-briefings no less than once a day for the team managers and weekly for supervisors. Organizational and functional relationships will be thoroughly reviewed with supervisory personnel on an on-going basis. CrowderGulf employs debris-experienced equipment operators, foreman, supervisors, and subcontractors. In accordance with these established practices, CrowderGulf supervisors will evaluate the knowledge and debris experience of each operator and subordinate employees, regarding the specifics of his or her assigned tasks, to determine if the employee requires additional training. 1 CROWDER liULF MASTER SUBCONTRACT STATE OF ________ _ COUNTY of CITY OF ________ _ This MASTER SUBCONTRACT (hereinafter referred to as "Subcontract") is entered into this ___ day of _____ ~ 202_, between CROWDERGULF, LLC. (hereinafter referred to as "Contractor"), an equal opportunity employer, and ___________________ _ (hereinafter referred to as "Subcontractor") for the provision of services, equipment and/or materials, in accordance with the terms and conditions set forth herein. WHEREAS, Contractor anticipates entering into, or has already entered into an agreement or agreements with local, state, or federal entities (each such entity hereinafter referred to as the "Client'') for the provision of clean up and related services required in response to a natural or man-made disaster (any such agreements between Client and Contractor hereinafter referred to as the "Prime Contract"); and WHEREAS, Contractor cannot foresee what services and materials will be required to allow it to fulfill its obligations under any particular Prime Contract, or when they will be needed, but it anticipates that certain services and materials will be needed in a time frame that will not allow for extensive contract negotiations; and WHEREAS, Contractor and Subcontractor intend to set up a mechanism for Contractor to issue one or more Work Orders to Subcontractor that will incorporate the terms and conditions herein and thus expedite commencement of the work of Subcontractor. NOW THEREFORE, the Contractor and Subcontractor, for themselves, and their respective heirs, successors, and assigns agree as follows: I. WORK ORDER. A. Subcontractor agrees to provide services, equipment and/or materials (hereinafter referred to as the "Work"), on an as needed basis, pursuant to the terms of any written Work Order executed by Contractor and Subcontractor prior to the termination of this Subcontract. In order to be valid, each Work Order must identify the general location or jurisdiction where Subcontractor's Work is to be performed, identify the Client and the applicable Prime Contract, set forth the services, equipment, and/or materials to be supplied by Subcontractor, establish a schedule for progress of the Work, specify the compensation to be paid for the Work, and be signed by a duly authorized representative of Contractor and of Subcontractor. The terms of this Subcontract shall be and are hereby deemed to be incorporated into any Work Order issued by Contractor to Subcontractor, and any Work Order may include terms and requirements that are in addition to what is contained in this Subcontract. B. This Subcontract does not guarantee Subcontractor any work. Contractor may employ other subcontractors to perform services and/or supply equipment and materials in addition to or instead of Subcontractor. CrowderGulf, LLC Master SC. Ed April 2020 Subcontractor Initials 2. CONTRACT DOCUMENTS. A. The Contract Documents shall include this Subcontract and any attachments or exhibits thereto, any Subcontract Amendments issued to Subcontractor during the course of its performance hereunder, any Work Order(s) issued to Subcontractor, the Prime Contract for the projects covered by any Work Order, the Contractor's Safety Manual, and any attachments, exhibits, or amendments to those documents. Subcontractor has the affirmative duty to obtain copies of and review the Contract Documents. Should any inconsistencies appear in the Contract Documents, Subcontractor has the affirmative duty to notify Contractor in writing within two (2) days of Subcontractor's discovery thereof. Upon receipt of said notice, Contractor shall instruct Subcontractor in writing as to the measures to be taken, and Subcontractor shall comply with Contractor's instructions. B. In the event of any conflicts between the provisions contained in the Contract Documents, and unless and until Contractor instructs Subcontractor otherwise, the Subcontractor shall comply with them, all as may be amended from time to time, in order of precedence, which is as follows (the first document being the controlling document): I. Prime Contract and any attachments or exhibits thereto; 2. Work Order issued pursuant to this Subcontract; 3. This Subcontract and any attachments or exhibits thereto; and 4. Contractor's Safety Manual. Requirements differing in degree are not conflicts, and Subcontractor shall comply with the more onerous requirement. C. Notwithstanding the foregoing, to the extent any law or regulation conflicts with any provision in the Contract Documents, the law or regulation will take precedence over the conflicting contract provision if the contract provision cannot be interpreted to prevent such a conflict. 3. PERFORMANCE OF WORK. A. Subcontractor agrees to perform all Work in accordance with the Contract Documents. B. Subcontractor agrees to perform all Work in accordance with the requirements and instructions listed on Exhibit "A" attached hereto. C. Subcontractor agrees to do the required Work in a timely, efficient and workmanlike manner. D. Subcontractor's management personnel shall be present on the job site and attentive to their assigned work areas at all times. E. Subcontractor acknowledges and agrees that it may perform Work under the badge and colors of Contractor and that its personnel may wear uniforms and use safety and other equipment sporting Contractor's name and logo; Subcontractor acknowledges and agrees that, if it performs work for private property owners or other entities while also performing Work for Contractor in the same vicinity, confusion might arise as to responsibility for certain work and liability for any wrongdoing or payment for the work; Subcontractor further acknowledges that, while it is working for Contractor, its actions may have any effect on Contractor's reputation, image, and goodwill; Subcontractor acknowledges and agrees that, if it negligently or unprofessionally performs work for private property owners, other contractors or subcontractors, or other entities, while also performing Work for Contractor, its actions may tarnish, CrowderGulf, LLC Master SC. Ed April 2020 2 Subcontractor Initials endanger, or harm the reputation, image, or goodwill of Contractor even though Contractor may have no control over, influence on, or responsibility for those actions. For these reasons, Subcontractor agrees as follows: i. During the performance of the Work, Subcontractor, and its employees, subcontractors, and agents, shall not perform work for any entity other than Contractor, including but not limited to any other contractor or subcontractor, the Client, any governmental entity, or any private property owner, within the Prime Contract jurisdiction of the site of the Work performed under this Subcontract without the prior written consent of Contractor; ii. Subcontractor shall not, under any circumstance, use or allow its employees, subcontractors, or agents to use vehicles, equipment, tools, uniforms, or any other materials belonging to Contractor, bearing Contractor's name or logo, or being used to perform Work for Contractor while performing work for any person or entity other than Contractor; and 111. Notwithstanding any other provision of this Subcontract, in the event Subcontractor violates the provisions of this Subsection E, this Subcontract shall be deemed immediately terminated without further notice, Subcontractor shall forfeit any retainage remaining to be paid to it by Contractor or the Client, and Contractor shall be entitled to issuance of an injunction restraining Subcontractor from committing or continuing any such violation. 4. TIME IS OF THE ESSENCE. A. Subcontractor understands that the Work is or will be critically time sensitive and of an emergency nature. Time shall be and hereby is made the essence of Subcontractor's obligations hereunder and under any Work Order. Subcontractor shall diligently and continuously prosecute any and all of Subcontractor's Work and obligations hereunder and under any Work Order, and any failure by Subcontractor to sustain progress to timely complete all Work as required shall constitute a material default of Subcontractor's obligations. Subcontractor shall be liable to Contractor for any damages resulting from a delay by Subcontractor in performing any Work. 8. If Subcontractor's performance of the Work is delayed, altered, rescheduled, interfered with, or for any reason extended, Contractor shall not be liable for any costs or damages attributable to delay unless and only if Contractor is compensated by the Client for any such cost or damage to Subcontractor. Subcontractor shall be entitled to an extension of the time to perform the Work only on such grounds as are granted to Contractor under the Prime Contract, and the extension of Contractor's time to perform by the Client shall be a condition precedent to Subcontractor's right to any extension of time to perform. Subcontractor's sole remedy for any delay shall be an extension of the time to perform. 5. INDEPENDENT CONTRACTOR RELATIONSHIP. Nothing herein shall create, or be construed to create, an employer/employee or principal/agent relationship between Contractor and Subcontractor; rather, the relationship of Subcontractor to Contractor shall be that of an independent contractor. Subcontractor shall have no right to obligate Contractor for payment of materials or labor or for other costs and expenses. Subcontractor shall pay all taxes and contributions imposed or required by any law relating to the employees of Subcontractor. Contractor shall have the right (but not the obligation) to decide the time, order and priority in which the various portions of the Work shall be performed and all other matters relative to the timely and orderly conduct of Subcontractor's Work. However, it is further understood and agreed that the performance of Subcontractor under the Subcontract is subject to the control of Contractor only as to the result to be accomplished and not as to the means, methods and manner for accomplishing that result. 6. COMPLIANCE WITH LAWS AND REGULATIONS. CrowderGulf, LLC Master SC. Ed April 2020 3 Subcontractor Initials A. Subcontractor acknowledges that its Work may be provided in various locations and may be subject to the specific requirements of federal, state and/or local government agencies. Subcontractor shall comply with all laws, ordinances, codes and regulations, whether federal, state or local, applicable to any Work it provides, including the maintenance of any necessary license or registration for the performance of its Work. The statutes that may apply to the Work include, but are not limited to, the Truth in Negotiations Act (10 U.S.C. §§ 2306 et seq.; 41 U.S.C. §§ 254b et seq.); Cost or Pricing Data Requirements (10 U.S.C. § 2306a and 41 U.S.C. § 254b); the Contract Work Hour and Safety Standards Act (40 U.S.C. §§ 327-333); Davis Bacon Act (40 U.S.C. §§ 276a-276a-7); Copeland Act (18 U.S.C. § 874 and 40 U.S.C. 276c); Service Contract Act (41 U.S.C. § 351 et seq.); Walsh-Healey Public Contracts Act ( 41 U.S.C. § § 35-45); Regulations of the Department of Labor at Volume 29 of the Code of Federal Regulations; Vietnam Era Veterans Readjustment Assistance Act of 1972 as amended (38 U.S.C. § 4211 and 4212); Rehabilitations Act of 1973 (29 U.S.C. § 793); Equal Employment Opportunity Executive Orders and Regulations (E.O. I 1246, September 24, 1965); Fair Labor Standards Act; Americans with Disabilities Act; Contract Disputes Act (41 U.S.C. § 605) (certification requirements for claims to include subcontractor claims which must be certified); Small Business Subcontracting Plan Requirements (15 U.S.C. § 637(d)); compliance with 44 CFR 206.10 and 2 C.F.R. 200.321 for Small business participation regulations; any applicable statutory cost limitations, cost or price ceilings, not to exceed prices or guaranteed maximum price; Cost Accounting Standards (41 U.S.C. § 422 (including 48 C.F.R. Chapter 99)); Pollution Prevention and Right-to-Know Information (Executive Order 12856; 42 U.S.C. § 11001- 11050; 42 U.S.C. § 13101-13109); Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6901 et seq.); Drug-Free Work Place Act (41 U.S.C. § 701 et seq.); Buy American Act (41 U.S.C. § 10); Examination of Records (10 U.S.C. § 2313 and 41 U.S.C. § 254d) and any implementing regulation or associated Executive Orders. Specifically, Subcontractor is bound by and must comply with the Federal Acquisition Regulations and all applicable agency supplements to the same extent that the Contractor must so comply or is bound. Subcontractor shall pay all taxes, fees, licenses, permits and expenses required by such compliance. Compliance with this Article shall be at no additional cost to Contractor. B. Subcontractor acknowledges that it is required to conform to the requirements of the governing wage determinations, including minimum wage rates, established fringe benefits, vacations, and observed ho! idays. C. Subcontractor represents and warrants that it has complied with all federal and all applicable state and local, immigration and employee eligibility laws. statutes, rules, codes, orders and regulations (collectively "Immigration Laws"), including, without limitation, the Immigration Reform and Control Act of 1986, as amended (including but not limited to the provisions of the Act prohibiting hiring and continued employment of unauthorized aliens, requiring verification and record keeping with respect to identity and eligibility for employment, and prohibiting discrimination on the basis of national origin, United States citizenship, or citizenship status), and the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, as amended, and any successor statutes thereto. Subcontractor represents and warrants that it has properly maintained all records required by the United States Immigration and Customs Enforcement ("ICE") or any other federal, state, or local authority that may have jurisdiction over the Work ("Immigration Authorities"), including, without limitation, completion and maintenance of the Form 1-9 for each of Subcontractor's employees, and that it has responded in a timely fashion to any inspection requests related to such 1-9 Forms. Subcontractor agrees to comply with all Immigration Laws during the term of the project, to properly maintain all records required by ICE or other Immigration Authorities, and to timely respond to any inspection requests. Subcontractor further agrees to fully cooperate, and to cause its directors, officers, managers, agents and employees to fully cooperate, with any audit, inquiry, inspection or investigation of Subcontractor, or any of its employees, that may be conducted by ICE or other Immigration Authorities. Subcontractor shall immediately, and in no event later than two (2) hours, notify Contractor's representative in writing and by in-person voice communication (not voice mail) of any unscheduled inspections, raids, investigations, inquiries, visits or audits conducted by ICE or any other Immigration Authority of Subcontractor, or its subcontractors, CrowderGulf, LLC Master SC. Ed April 2020 4 Subcontractor Initials material men, or employees. Subcontractor shall ensure that its subcontractors and material men are in compliance with the provisions of this Article. D. Subcontractor agrees that any violation or breach of any of the foregoing provisions, or a determination by ICE or any other Immigration Authority that Subcontractor, or any of its subcontractors and material men, has not complied with any Immigration Law, shall amount to a default under this Subcontract, and be cause for Contractor to exercise its rights of termination. To the fullest extent permitted by law, Subcontractor shall defend, indemnify and hold harmless Contractor, Client, and their consultants, agents, and employees of each of them, from and against any and all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the Subcontractor's breach of this Article. E. Subcontractor shall enroll in the E-Verify program and provide to Contractor acceptable evidence of enrollment at the time of the execution of this Subcontract. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Additional information regarding the Employment Eligibility Verification System (E-Verify) program may be obtained at following website: http://www.dhs.gov/E-Verify. Subcontractor shall familiarize itself with all rules and regulations governing this program. F. In the event the Work to be performed by Subcontractor is subject to union agreements, Subcontractor is not entitled to any Work price increase for compliance with union agreement requirements except to the extent the Client additionally compensates Contractor for compliance with said labor requirements. G. Subcontractor shall comply with all applicable labor requirements, including any union agreements or labor laws or regulations. Subcontractor shall indemnify and save, and hold Contractor harmless from any and all penalties, forfeitures, sanctions, liabilities, loss, cost, and attorneys' fees and expenses imposed upon or incurred by Contractor because of or arising out of any failure of Subcontractor to comply with such provisions. H. Subcontractor shall employ only such persons as are acceptable to Contractor and Client, and Subcontractor shall remove from any work site covered by this Subcontract any employee as required by Contractor or Client. 7. INSURANCE. A. Subcontractor specifically agrees and understands that prior to the start of any Work, Subcontractor, and all sub-subcontractors, drivers, operators, etc. working for Subcontractor, must obtain and shall maintain in force for the duration of any activities by Subcontractor with regard to any Work Order, all insurance policies listed on Exhibit "B" in the amounts reflected therein. B. Subcontractor, and all sub-subcontractors, drivers, operators, etc. working for Subcontractor, must name the following entities as certificate holders on all required insurance policies: i. The Client identified in the Prime Contract which relates to any Work Order issued to Subcontractor for the relevant project; and 11. CrowderGulf, LLC. Must be listed as additional insured on certificate. C. Prior to start of any Work, Subcontractor must fax a copy of all insurance policies required hereunder to Contractor to the attention of Jenny Todd at (25 1) 459-7433 and must mail the original policies to Contractor at 5629 Commerce Blvd E, Mobile, AL 36619. CrowderGulf, LLC Master SC. Ed April 2020 5 Subcontractor Initials D. If Subcontractor has any questions about the required insurance policies, Subcontractor should contact Jenny Todd at (251) 459-7430. E. Failure by Subcontractor to obtain or maintain any insurance coverage(s) as required by this Subcontractor shall constitute a material default of Subcontractor's obligations and shall, notwithstanding any contract provisions to the contrary, entitle Contractor at its option to immediately (i) stop all Work by Subcontractor pending submission of adequate proof of the existence of proper coverage (no such stop work order shall entitle Subcontractor to additional time or money), (ii) terminate any or all Work Orders and/or this Subcontract for default, (iii) purchase proper coverage(s) and charge all costs thereof to Subcontractor, and/or (iv) withhold any further payments to Subcontractor until arrangements for the required coverage(s) are made. F. All insurance policies shall contain a prov1s1on stating that the coverages afforded thereunder shall not be canceled or not renewed, or restrictive modifications added, until at least thirty (30) days prior written notice has been given to Contractor. Certificates of insurance acceptable to Contractor shall be faxed or mailed to Contractor to the attention of Jenny Todd at the address or facsimile number above prior to the start of any Work. The following statement shall be submitted on each certificate: "The insurance coverage afforded on this certificate will not be materially changed or cancelled without thirty (30) days written notice to the certificate holder." Contractor's receipt of any insurance certificate that fails to comply with any terms herein shall not constitute a waiver of any of Subcontractor's obligations or of any of Contractor's rights hereunder. G. A waiver of subrogation in favor of Contractor and Client shall be provided from all insurance carriers including the Workers' Compensation carrier. H. Subcontractor's Commercial General Liability, Automobile Liability, and Workers' Compensation Coverages shall be primary, and any applicable insurance carried by either the Client or Contractor shall be excess over Subcontractor's insurance. 8. REPRESENTATIONS AND WARRANTIES OF SUBCONTRACTOR. A. Subcontractor represents and warrants that it is experienced in the type of services to be provided under any Work Order and that it has the necessary equipment, manpower, materials, and funding to perform this Subcontract and any Work Order issued pursuant to this Subcontract in accordance with the requirements and instructions listed on Exhibit "A." B. Subcontractor warrants to Contractor that all Work will be of good and workmanlike quality and fit for the purpose intended. Subcontractor agrees to correct all Work performed or material supplied by it under this Subcontract which proves defective or deficient within the period of time specified in the Contract Documents. Subcontractor agrees to satisfy such warranty obligations without cost to Contractor or Client. If no warranty is required of Contractor in the Prime Contract, then Subcontractor shall warrant its Work for one year from the date of last performance of work or delivery of materials. This warranty shall be in addition to all other warranties and remedies, express or implied, under Alabama state or federal law. Subcontractor further agrees to execute any special warranties or releases that may be required for Subcontractor's Work prior to final payment for any particular Work Order. C. Subcontractor hereby represents and warrants that it is not a debarred contractor and understands and agrees that any infraction on its part of local, state or federal law or of this Subcontract, any Work Order, the Prime Contract, or other Contract Documents shall lead to immediate termination of this Subcontract and any Work Order issued pursuant to this Subcontract. CrowderGulf, LLC Master SC. Ed April 2020 6 Subcontractor Initials D. Subcontractor warrants and represents that all of its employees and subcontractors are treated equally during employment without regards to race, color, religion, sex, age, disability, veteran status, military obligations, genetic information, national origin, or any other characteristic protected by applicable state or federal law. 9. SAFETY. A. Subcontractor agrees to perform all Work required by the Contract Documents so as to avoid injury or damages to persons or property. Subcontractor shall have the affirmative duty to obtain and keep a copy of Contractor's Safety Manual, current as of the date of any applicable Work Order, and to obtain updated copies during the performance of the Subcontract. B. Subcontractor shall supply all services, equipment and materials under this Agreement in accordance with such Safety Manual and shall comply with any applicable provisions of the Occupational Safety and Health Act and all other applicable federal, state and local government safety codes and regulations. C. Subcontractor shall be solely responsible for insuring the safety of its employees. Subcontractor shall take all necessary precautions for the safety of its employees and others at the project site and shall at all times maintain discipline and good order among its employees. D. Subcontractor shall also comply with all safety programs, rules, requirements imposed under the Prime Contract. 10. INDEMNITY. A. To the fullest extent permitted by law, Subcontractor agrees to save, hold harmless, indemnify and defend the Client, Contractor, and their respective agents, partners, affiliates, directors, officers and employees from any and all claims, demands, losses, damages, fines, penalties, judgments, and costs of suit (including attorneys fees and litigation expenses of any kind) incurred by any party to be indemnified herein arising, directly or indirectly, on account of or in connection with any act or omission of Subcontractor relating in any way to the Subcontract or its performance under any Work Order, regardless of whether such loss, penalty or expense is caused in part by any party to be indemnified herein and regardless of whether such loss, penalty or expense arises out of Subcontractor's use of any materials, tools, machinery or other property of Contractor. Subcontractor's duty of indemnification shall not extend, however, to any loss, penalty or expense caused by the sole negligence of the party seeking to be indemnified herein. B. Subcontractor's obligations under this article entitled "Indemnity" extend to any loss, penalty or expense attributable to or arising out of any act or omission of any person, firm, or corporation providing services, equipment or materials at the request of Subcontractor or by anyone for whose acts and omissions Subcontractor is otherwise legally liable. For example, Subcontractor shall indemnify and hold harmless Contractor from any liability to Client arising out of an alleged violation of certification requirements of the Contract Disputes Act (41 U.S.C. § 605), the Prompt Payment Act (31 U.S.C. § 3903), or other federal or state statutes relating to the validity of Subcontractor claims, proposals, applications or requests for payment. C. In any and all claims against the Client, Contractor, or others being indemnified herein by any employee of Subcontractor, anyone directly or indirectly employed by the Subcontractor, or anyone for whose acts the Subcontractor may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Subcontractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. CrowderGulf, LLC Master SC. Ed April 2020 7 Subcontractor Initials D. Subcontractor shall be liable to, and shall save, defend, indemnify, and hold harmless, Contractor for any loss or expense, including reasonable attorneys fees, resulting from Subcontractor's failure to provide or require any insurance coverage described herein. 11. PAYMENT. A. Subject to the terms of this Subcontract, Contractor agrees to pay Subcontractor as set forth in the Work Order. Unless expressly provided otherwise, all requirements of the Contract Documents are compensated solely and exclusively by the pricing set forth in a duly issued Work Order. No amounts in excess of the amounts specified in the Work Order shall be paid without the prior written agreement of Contractor, which agreement shall be a condition precedent to any right of Subcontractor to such payments. B. Notwithstanding anything in the Contract Documents to the contrary, it shall be an absolute condition precedent to any liability of Contractor to pay Subcontractor for progress or final payments for any Work performed by Subcontractor that Contractor be in receipt of payment by Client for such Work. If Client has not paid Contractor, for whatever reason (including, but not limited to, Client 's inability to pay, insolvency, bankruptcy or other financial problems), Subcontractor agrees that Contractor shall not be liable to, or indebted to, Subcontractor on account of such Work. Subcontractor accepts the risk that it will not be paid for Work performed by or for Subcontractor in the event that Contractor, for whatever reason, is not paid by Client for such Work, and Subcontractor relies entirely for payment for Work performed on the credit of Client, and not of Contractor. In the event Contractor pays Subcontractor for any Work performed pursuant to any Work Order issued hereunder prior to receiving full payment for such Work from Client, Contractor shall not be deemed to have waived of this provision as to any other payment due to Subcontractor. C. Subject to the foregoing Subsections A and B, payment shall be made as follows: i. Payments will be based on valid documentation, as provided or required by Contractor or Client at the time of Work performance, showing proof of Work done. Any discrepancy between the documentation showing proof of Work done kept in the records Contractor, Subcontractor, the Client, or any governmental authority will be reconciled, and payment will be adjusted accordingly. Should Subcontractor notice any such discrepancy, it should report the discrepancy to Contractor immediately. ii. Unless applicable law requires otherwise, Subcontractor shall be paid ninety percent (90%) on a weekly basis, following the second week. Payment will be made two weeks in arrears on the Thursday following the week ending the previous Sunday. 111. Subject to reconciliation of Contractor's, Client's, and Subcontractor's records, the retainage withheld on a weekly basis will be paid upon satisfaction of all of the following requirements: (I) the final release of the Prime Contract between Contractor and its Client; (2) the completion by Subcontractor and the acceptance by Contractor and its Client of all Work required under any Work Order issued hereunder, including final clean up and damage repairs; and (3) Subcontractor's provision of proof to Contractor of satisfactory payment and settlement with all of Subcontractor's employees and subcontractors. 12. DUTY TO PAY FOR SERVICES AND SUPPLIES. A. Subcontractor shall make timely payment for all labor, services, supplies, equipment, and/or sub-subcontracts relating in any way to Subcontractor's Work. If Contractor receives a claim that CrowderGulf, LLC Master SC. Ed April 2020 8 Subcontractor Initials Subcontractor has not paid for work or materials supplied, then after providing Subcontractor ten ( 10) days' notice of these claims, Contractor may, but is not obligated to, resolve the claims itself and pay the claims from any monies due or to become due Subcontractor. The liability of Subcontractor hereunder shall extend to and include the full amount of any and all sums paid and obligations assumed by Contractor in good faith under the belief that such amounts were properly payable by Subcontractor. As Contractor's administrative fee for handling the claims, Contractor shall be entitled to 20% of the amount of the claims from Subcontractor and may satisfy this administration fee from any amounts due or to become due to Subcontractor. In the event the unpaid balance payable to Subcontractor is not sufficient to satisfy Subcontractor's liability under this Article, Subcontractor shall pay to Contractor all the balance of any obligation defined herein. B. If Subcontractor objects within the ten ( 10) day notice period to Contractor resolving any claim, or Contractor is unable to resolve any claim, and litigation, mediation, or arbitration is initiated, Contractor shall have the right to retain out of any payment due or to become due under the Subcontract an amount sufficient to indemnify Contractor against such lien or claim, including reasonable attorneys' fees and litigation, mediation, or arbitration expenses. 13. FORFEITURE OF RETAINAGE. Subcontractor's failure to complete final cleanup in its assigned work areas to the satisfaction of Contractor and the Client, will result in forfeiture of the Subcontractor's retainage. Contractor may, in exercise of its sole and absolute discretion, hire other subcontractors and pay them out of the retainage withheld from Subcontractor to complete the final cleanup. 14. TAXES. Subcontractor agrees to pay all local, state, and federal taxes incurred during the performance of the Subcontract and any Work Orders issued pursuant to it; and Subcontractor specifically agrees to make all necessary withholding tax deductions from employees' salaries for state and federal taxes and shall provide all persons employed with the necessary and appropriate I 099, and/or W-2 statements as required by law. 15. ASSIGNMENT. A. Subcontractor may not assign or sub-subcontract any portion of its Work under any Work Order without the prior written consent of Contractor, which consent may be granted, granted upon satisfaction of certain conditions, including but not limited to Subcontractor's mandatory use of a sub- subcontract substantially in the form of one which may be provided to Subcontractor by Contractor, or withheld in its sole discretion. In the event Subcontractor does, with Contractor's prior written consent, assign or sub-subcontract any portion of its Work, Contractor shall and is hereby deemed to be a third- party beneficiary of said assignment or sub-subcontract and shall have the right, but not the obligation, to directly enforce the terms thereof, including the right to terminate any sub-subcontractor or materials supplier and to require Subcontractor to perform the Work sub-subcontracted or assigned itself. B. Contractor may assign this Subcontract to any party and shall, in the event of such an assignment, provide prior or contemporaneous notice thereof to Subcontractor. 16. NOTICES. All notices and communications required or permitted to be given to any Party hereunder shall be in writing and shall be deemed duly given on the earlier of (i) the date when delivered by hand; (ii) upon receipt when delivered by electronic mail, proof of which may be satisfied by delivery confirmation produced by the sender's electronic mail software; (iii) the next business day after delivery by a reputable overnight delivery service; or (iv) three (3) business days after being placed in the United States Mail. All notices shall be directed to the appropriate party at the addresses set forth below: If to the Contractor: CrowderGulf, LLC Master SC. Ed April 2020 9 Subcontractor Initials CrowderGulf, LLC 5629 Commerce Blvd E Mobile, AL 36619 Attention: Ashley Ramsay -Naile Email: aramsay@crowdergulf.com If to the Subcontractor: Attention: -----------Em ail: A party may change its respective contacts, addresses and facsimile numbers set forth above upon written notice to the other party or parties. 17. DEFAULT. A. Subcontractor's (or Subcontractor's approved sub-subcontractor's or assignee's) fai lure to perform or comply with any one or more of the terms of any Work Order, Subcontractor's inability to provide Contractor with satisfactory evidence of Subcontractor's financial ability to perform any obligations thereunder, or Subcontractor's failure to comply with any provision of this Subcontract shall constitute a default. In the event of default by Subcontractor, Contractor may, at Contractor's sole option, after 24 hours notice to Subcontractor, either (a) provide the labor, materials, equipment and supplies and other items necessary to perform the Work and discharge the obligations of Subcontractor or (b) terminate the Work Order for default and arrange for the performance of all of Subcontractor's obligations by Contractor or others. In either event, Contractor shall be entitled to recover from Subcontractor any costs or damages incurred and may deduct such costs or damages from any money then due or thereafter to become due under any or all Work Orders issued hereunder or other written agreements between the parties. Such costs and damages shall include, but not be limited to, costs and expense of labor, materials, rental equipment, subcontractors, reasonable allowance to Contractor for use of Contractor's equipment (based on A. E. D. rental rates, latest edition), and reasonable allowance for overhead expenses and normal profit. Any amount owed by Subcontractor to Contractor in excess of any balances otherwise payable by Contractor to Subcontractor shall be paid by Subcontractor on demand. B. In case of any default hereunder, Contractor may take exclusive possession of any materials and equipment on the project belonging to Subcontractor and use the same in the completion of the Work, free of all claims for the value of said materials and for the rental of said equipment, and free of all claims for depreciation and ordinary wear and tear. C. Determination of default made by Contractor in good faith under the belief that a default exists under the terms hereof shall be conclusive of the fact of such default and on the Contractor's right to proceed as herein provided. 18. APPLICABLE LAW. A ll rights and liabilities of the parties under the Subcontract shall be interpreted and enforced under the laws of the State of Alabama. 19. DISPUTE RESOLUTION. A. The parties expressly agree to attempt in good faith to negotiate any controversy or claim arising out of or relating to this Subcontract or any Work Order, or the breach thereof. Further, the parties CrowderGulf, LLC Master SC. Ed April 2020 10 Subcontractor Initials agree to mediate in Mobile County, Alabama, any dispute that cannot be settled by negotiation. Either party may institute non-binding mediation which shall proceed under the American Arbitration Association Construction Industry Mediation Rules. Any dispute remaining after completion of mediation between Contractor and Subcontractor (or after the mediator has declared an impasse) shall be resolved through litigation in a court of law. However, the exhaustion of the dispute resolution remedies set forth herein is a condition precedent to any such litigation. B. The Subcontractor agrees not to communicate directly with the Client regarding any claim, dispute or other matter in question between the Subcontractor and Contractor arising under the Subcontract or any Work Order, unless the Subcontractor is required to do so under federal, state or local law. C. The claims and disputes of Contractor, Subcontractor and other subcontractors, sub- subcontractor and/or suppliers involving a common question of fact or law shall be heard by the same mediator in a single proceeding. D. Alabama state law shall apply to the resolution of all issues, and venue shall exclusively lie in a state or federal court of competent jurisdiction located in Mobile, Alabama. Any litigation shall be conducted solely as a bench trial, and THE PARTIES HERETO SPECIFICALLY WAIVE ANY RIGHT TO A TRIAL BY JURY ON ANY CLAIM THEY MAY HAVE. 20. WORK CONTINUATION AND PAYMENT. Unless otherwise agreed in writing, or unless Contactor has terminated the applicable Work Order, Subcontractor shall carry on the Work and maintain the schedule of Work under any Work Order pending any and all dispute resolution procedures. If Subcontractor is continuing to perform, Contractor shall continue to make payments in accordance with the Subcontract. 21. INSPECTION OF BOOKS AND RECORDS. A. Subcontractor shall make all of its books and records regarding any Work hereunder available for inspection and copying by Contractor and/or Client for either a period of five years or the period of time Contractor must make its records available to Client under the Prime Contract, whichever is longer, following the completion of the Work. In the event Contractor or Client suspects that Subcontractor has submitted incorrect or fraudulent billings or invoices, Contractor may withhold any future payments to Subcontractor until a full review and audit of Subcontractor's records has been completed. B. Subcontractor agrees to make al l project records available at the jobsite to Contractor for the purpose of inspection and/or substantiating the bil lings submitted by Subcontractor within 24 hours after Contractor makes a request for such records. 22. BOND. A. At the option of Contractor, Subcontractor shall furnish Contractor with separate performance and payment bonds covering any Work Order issued hereunder. Such bonds will be upon terms acceptable to Contractor and will have a satisfactory corporate surety. Each bond shall be in an amount equal to I 00% of the total amount of the Work Order. The requirement for a bond and the manner of payment therefore shall be set forth in the applicable Work Order. B. If Contractor has supplied a bond to Client for the Work being performed by Subcontractor, then the following provision shall apply: CrowderGulf, LLC Master SC. Ed April 2020 11 Subcontractor Initials Notice to Contractor of Bond Claims. If after making payment to Subcontractor, Contractor receives written notice from a supplier or a second-tier subcontractor of a deficiency (including a failure to pay) in Subcontractor's performance, Contractor may, after providing notice to Subcontractor and without incurring an obligation for late payment interest penalty, withhold from Subcontractor's next available payment or deduct from the next payment application an amount sufficient to compel prompt remedial performance. Contractor shall withhold this amount until it receives satisfactory written notification from the supplier or second-tier subcontractor that the subcontract performance deficiency has been corrected. After receiving satisfactory written notice, Contractor shall pay the withheld amount due Subcontractor as follows: I) Amounts held in Contractor's possession shall be paid as soon as practicable but no later than seven (7) days after receipt of such satisfactory notification. 2) Amounts held by Client shall be paid within seven (7) days of receipt from Client by Contractor. 23. LIQUIDATED DAMAGES. If the Prime Contract provides for liquidated or other damages for delay beyond the completion date set forth in the Contract Documents, and such damages are assessed, then Contractor may assess the same against Subcontractor in proportion to Subcontractor's share of the responsibility for such delay. However, the amount of such assessment shall not exceed the amount assessed against Contractor. Nothing set forth herein shall limit Subcontractor's liability to Contractor for Contractor's actual delay damages caused by Subcontractor's delay. Subcontractor shall remain liable to Contractor for Contractor's actual damages caused by Subcontractor's delay, except that in all instances subcontractor's liability shall not exceed the amount it has been paid by contractor. 24. WA IVER. The failure of either party to invoke any provision hereof or assert any right given herein on any one occasion or on any series of occasions shall not amount to or be interpreted as a waiver or release of any such provision or right. 25. NO PRIOR AGREEMENTS. This Subcontract, along with any Work Order issued to Subcontractor hereunder, constitutes the complete agreement between the parties and supersedes any and all prior understandings, conversations, and proposals. 26. MODIFICATIONS. No modification of this Subcontract shall be enforceable unless it is set forth in a writing signed by the party against whom the modification is asserted. 27. SEVERABILITY. The partial or complete invalidity of any one or more provisions of this Subcontract shall not affect the validity or continuing force and effect of any other provision. If any provision of the Subcontract is found unenforceable by any court or tribunal, Contractor and Subcontractor agree that such provision shall be modified to the minimum extent necessary to render it enforceable and that the remainder of the Subcontract shall not be otherwise affected. 28. TITLES. The titles given to the individual provisions of this Subcontract are for ease of reference only and shall not be relied upon or cited for any other purpose. 29. TERM AND TERMINATION. A. This Subcontract shall continue in full force and effect until terminated as provided herein. Either party may terminate this Subcontract, with or without cause, upon seven (7) days written notice to the other party. Subject to Article 30, in the event of the termination of this Subcontract, Subcontractor shall continue in the performance of all Work required by any Work Order issued to Subcontractor prior to the effective date of termination. CrowderGulf, LLC Master SC. Ed April 2020 12 Subcontractor Initials B. If, after giving notice of termination of this Subcontract, it is determined for any reason that Subcontractor was wrongfully terminated or that Contractor was not entitled to the remedies against Subcontractor provided herein, then Subcontractor's remedies against Contractor shall be limited to recovery of any portion of Subcontractor's fee earned through the date of termination, but Subcontractor shall not be entitled to any other or further recovery against Contractor, including, but not limited to, anticipated fees or profits on Work not required to be performed, lost business opportunity, special damages, punitive damages, consequential damages or unabsorbed overhead. C. If Subcontractor files a petition under the Bankruptcy Code, this Subcontract shall immediately terminate if Subcontractor or Subcontractor's trustee rejects the Subcontract or, if there has been a default, Subcontractor is unable to give adequate assurance that Subcontractor will perform as required by the Subcontract or otherwise is unable to comply with the requirements for assuming this Subcontract under the applicable provisions of the Bankruptcy Code. If Subcontractor is not performing in accordance with the schedule of Work at the time a petition in bankruptcy is tiled, or at any subsequent time, Contractor, while awaiting the decision of Subcontractor or its trustee to reject or to assume this Subcontract and provide adequate assurance of its ability to perform hereunder, may avail itself of such remedies as are reasonably necessary to maintain the schedule of Work. D. Upon termination of this Subcontract by either party, the provisions of Articles I 0, 12, I 8, I 9, 2 I, 23, and 3 I shall survive and continue in full force and effect. 30. TERMINATION BY CLIENT. Should the Client terminate the Prime Contract with Contractor or any part thereof which includes Subcontractor's Work, Contractor shall notify Subcontractor in writing. This Subcontract shall be terminated, and Subcontractor shall immediately stop Work, follow all of Contractor's instructions, and mitigate all costs. No other prior notice is required. In the event of such termination by the Client, Contractor's liability to Subcontractor is limited to the extent of Contractor's recovery on Subcontractor's behalf under the Prime Contract. However, this provision shall not obligate Contractor to pursue recovery of any amounts owed from Client for Subcontractor's Work. 31. RELEASE OF INFORMATION AND CONFIDENTIALITY. A. Subcontractor shall treat as confidential and not disclose to third persons, except approved sub-subcontractors, suppliers, and the Client, as is necessary for the performance of the Work, or use for its own benefit, any of Contractor's developments, confidential information, including but not limited to the identity of Contractor's Clients and potential clients, pricing, and bidding procedures and information, know-how, discoveries, methods and the like that may be disclosed to Subcontractor or which Subcontractor may acquire in connection with the Work. Subcontractor shall take all reasonable action(s) to meet its obligations of confidentiality under this Article. B. Subcontractor acknowledges that the Contractor may be required from time to time to enter into agreements with Clients regarding confidentiality, protection of proprietary rights, non- disclosure, intellectual property, trade secrets and the like and agrees to abide and be bound by these agreements upon notice of such agreement(s) from the Contractor. C. Subcontractor acknowledges that such a breach any provision of this Article 31 may result in continuing and irreparable damage to the Contractor for which there may be no adequate remedy at law and that the Contractor, in addition to all other relief available to the Contractor, shall be entitled to the issuance of an injunction restraining the Subcontractor from committing or continuing any breach of this Article without being required to first undertake the dispute resolution procedures of Article 19. CrowderGulf, LLC Master SC. Ed April 2020 13 Subcontractor Initials D. Further, no news releases (including photographs, films, public announcements or denial or confirmation of same) on any portion of the subject matter of this Subcontract or any phase of any project shall be made by Subcontractor without prior written approval by Contractor. E. The confidentiality obligations set forth in this Article 31 shall survive the completion of all Work or the termination of this Subcontract. IN WITNESS WHEREOF, the parties have executed this Subcontract on the date first above written. CROWDERGULF, LLC Contractor By: ______________ (Sign) Print Name: --------------- Its: _________________ _ Witness:. ______________ _ Print Name: _____________ _ Subcontractor By: _______________ (Sign) Print Name: --------------- Its: ------------------- Witness: ______________ _ Print Name: _____________ _ CrowderGulf, LLC Master SC. Ed April 2020 14 Subcontractor Initials REQUIRED INFORMATION Company Name:--------------------------------- Contact Name:---------------------------------- Address: ________________ City: ______ State: __ Zip Code: ___ _ Phone #: _______________ _ Cell Phone #: _____________ _ Fax #: _________________ Emai 1: ________________ _ Social Security/Federal I.D. #: ________________________ _ Please check all that apply: D Disabled Veteran Owned D D D D D Hub Small Small Veteran Woman Zone Business Disadvantaged Owned Owned Business Insurance Certificate must be sent to CrowderGulf office in order to verify the following coverage: Liability Insurance: 1,000,000 Auto Insurance: 1,000,000 Worker's Comp 1,000,000 For additional information regarding the Employment E ligibil ity Verification System (E-Yerify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Subcontractor's responsibility to familiarize themselves with all rules and regulations governing this program. E-Verify # _______ _ CrowderGulf Disaster Administration Office 5629 Commerce Blvd E, Mobile, AL 36619 251-459-7430 (phone) 251-459-7433 (fax) * ALL DOCUMENTATION MUST BE PROVIDED TO THE DAO OFFICE NO LATER THAN TEN DAYS FOLLOWING THE EXECUTION OF THIS SUBCONTRACT. CrowderGulf, LLC Master SC. Ed April 2020 15 Subcontractor Initials EXHIBIT A SUBCONTRACTOR REQUIR EMENTS AND INSTRUCTIONS As the Subcontractor, I have read and understand that the following list is part of the Subcontractor's responsibilities and by signing this subcontract, I agree to abide by the said requirements. Subcontractor Requirements: Personne l I. A list of all personnel and subcontractors per job site, with names and phone numbers, will be made available to CrowderGulf. 2. Federal contractors and subcontractors are required to use E-Verify as of September 8, 2009. Executive Order 12989 mandates the electronic verification of all employees working on any federal contract. The amended Executive Order reinforces the policy that the federal government supports a legal workforce. E-Verify is an Internet-based system that allows an employer. using information reported on an employee's Form 1-9, Employment Eligibility Verification, to determine the eligibility of that em lo ee to work in the United States. 3. A Subcontractor foreman or supervisor must be present with crews to provide oversight. 4. Subcontracting by Subcontractor should be limited to one tier. Failure to comply will result in possible termination of said subcontract. Equipment / Debris Hauling Trucks 4. All vehicles, equipment, fuel, materials, parts, tires, and clean-up in work areas will be provided by Subcontractor at no cost to CrowderGulf. 5. All equipment and trucks are serviced and maintained on a regular basis and have been checked for the following safety requirements: a. Tires appear in acceptable condition b. Brake lights work c. Turn signals work d. Reverse lights work e. Backup alarm working f. Horn working g. Any removable components (sideboards, tailgates, etc.) are secured h. Tailgate is properly secured and is a FEMA approved tailgate that opens from the side. 1. No false bottoms, hidden tanks, or other load altering devices are in place. 6. All trucks used to haul debris, at a minimum, are capable of rapidly dumping its load without the assistance of other equipment; and/or if equipment is needed to unload trucks, it will be provided by the Subcontractor. 7. All trucks hauling debris will have a tailgate that will effectively contain the debris during the transpo11 and permit the truck to be filled to capacity. Tailgates should meet FEMA requirements and should not be made from plastic mesh. Metal fence gate, turkey wire or cattle wire can be used if approved by FEMA/City/County. 8. Sideboards or other extensions to the truck bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are to be constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not to extend more than two feet above the metal bed sides. Use of any other types of sideboards must be approved by CrowderGulf and City/County prior to certification. CrowderGulf, LLC Master SC. Ed April 2020 16 Subcontractor Initials 9. All truck drivers will have a valid driver's license and/or a CDL certification (if applicable). I 0. Trucks will have current registration (bill of sale for new trucks, if within 30 days, will be accepted until registration is issued) in the truck at all times. 11. Hand loading of debris hauling trucks will not be permitted under any circumstance. 12. All trucks will have current proof of insurance in the truck at all times. 13. Subcontractor assures that all loads are transported without threat of harm to the general public, private property, and public infrastructure. Any debris above the top rail poses a threat to utility lines and possibly the public. 14. All trucks will be certified by City/County representative before hauling any loads. Safetv 15. 16. a. All trucks will have a placard with certified number and measured cubic yardage written on it and placed on the driver's side of the truck bed and in clear view for tower personnel. b. IF for anv reason the cubic yards change, the truck MUST be recertified immediately and a new certified number will be issued. c. All trucks will have a copy of the truck certification with the truck at all times. Subcontractor agrees to adhere to CrowderGulf's written Safety / Health Policy, a copy of which can be obtained at the Disaster Administration Office located in Theodore, Alabama or your local field office. The Subcontractor shall provide sufficient signing, flagging and barricading to ensure the safety of vehicular and pedestrian traffic at all debris removal, reduction and/or disposal site(s). All traffi c safety s igns and equipment will be furnished by Subcontractor at no cost to CrowderGulf and be in accordance with the latest Manual of Uniform Traffic Control Device, to include but not limited to: a. Traffic signs (ROAD WORK AHEAD, ONE LANE ROAD AHEAD, FLAGMAN SYMBOL, etc.) must be in acceptable condition and not homemade b. One flagger must be provided for every truck unless otherwise stated in the Master Agreement or stopping traffic then two or more may be required. c. One orange vest and one hard hat for each ground crew member d. Adequate cones to place one per 20 linear feet of work zone e. Two stop/slow paddles for flagmen f. First Aid Kit g. A fully functional fire extinguisher for all vehicles 17. If crew has chainsaw operator, the following will be in place: a. Hand, foot, leg (chaps), eye, face, hearing and ear protection for chainsaw operator b. Orange highway hard hat, vest, cap and shirt for chainsaw operator c. No-loose fitting clothing can be worn. 18. Subcontractor agrees to adhere to CrowderGulf's written Drug I Alcohol Policy, a copy of which can be obtained at the Disaster Administration Office located in Theodore, Alabama or your local field office. CrowderGulf is an Equal Opportunity Employer. It is our policy to provide an employment and work process free of any unlawful discrimination. We will promote the value of a diverse workforce, which fosters fair treatment of all individuals based on knowledge, skill, ability and pe1formance. CrowderGulf, LLC Master SC. Ed Apri I 2020 17 Subcontractor Initials EXHIBIT B REQUIRED INSURANCE POLICIES Policy General Liability Commercial Auto Liability Workman's Comp Limit ($1,000,000/per occurrence) ($1,000,000/per occurrence) ($1,000,000/per occurrence) I. The following must be named as certificate holders on your auto, general liability and workman's comp policies: i. CrowderGulf, LLC 5629 Commerce Blvd E, Mobile, AL 36619; 11. The City or County where you are working as stated in the Work Order. 2. Have your insurance agent fax a certificate verifying your policy information for general liability, auto liability, and worker's compensation to (251) 459-7433 ATTN: Jenny Todd, original should be mailed to CrowderGulf. If you have any questions, contact Jenny Todd at (251) 459-7430. Email: jtodd@crowdergulf.com * The following statement shall be submitted on each certificate: "The insurance coverage afforded on this certificate will not be materially changed or cancelled without thirty (30) days written notice to the certificate holder." NOTE: All subcontractors must furnish insurance certificates for general liability, automobile and workman's comp, before the first check is issued. If for any reason CrowderGulf does not receive this documentation, it will result in termination and/or deduction of insurance from the weeklv paycheck. CrowderGulf must be listed as additional insured on certificate CrowderGulf, LLC Master SC. Ed April 2020 18 Subcontractor Initials -----------,I""· RDWDER CrowderGulf Equipment List • 2020 DEBRIS REMOVAL TRUCKS Year Make Model VIN 1998 Mack Debris/Combo 1 M2AD62C9WW006285 1995 Western Star Debris/Combo 2WLPCCH25K937391 2002 Kenworth Debris/Combo 1 NKDLB0X72J884158 2013 Perterbilt 367 Debris/Combo 1NPTX4EX7DD178887 2014 Perterbilt 367 Debris/Combo 1 NPTX4EX4ED237394 2013 Perterbilt 389 Debris/Combo 1XPXD49X4DD192224 2016 Perterbilt 367 Debris/Combo 1 NPTX4EX7GD292571 2017 Perterbilt 389 Debris/Combo 1 XPXP4 TX4H 0408644 2017 Perterbilt 367 Debris/Combo 1 NPTX4EX9HD412906 2017 Perterbilt 367 Debris/Combo 1 NPTX4EX5HD449323 2018 Peterbilt 389 Debris/Combo 1XPXD40X1JD452166 2015 Kenworth T800 Debris/Combo 1 XKDD49X5F J436315 2018 Peterbilt 389 Debris/Combo 1 XPXDP0X8JD480600 2018 Peterbilt 367 Debris/Combo 1 NPTXX4EX8JD488588 2018 Peterbilt 367 Debris/Combo 1 N PTX4 EX3J D49277 4 2018 Peterbilt 367 Debris/Combo 1NPTX4EX5JD492775 2018 Peterbilt 389 Debris/Combo 1XPXD40X3JD498730 SEMI TRUCKS Year Make Model VIN 2017 Mack CHU613 1 M1AN07Y0HM026412 2017 Mack CHU613 1 M1AN07Y8HM025816 2017 Mack CHU613 1 M1AN07Y6HM026415 2017 Mack CHU613 1 M1AN07Y0HM026409 2017 Mack CHU613 1M1AN07Y4HM025814 2013 Mack CHU613 1 M1AN07Y7DM013439 2014 Mack CHU613 1 M1AN07Y2EM015665 2013 Mack CHU613 1 M1AN07Y6DM013416 2006 Kenworth T800 1 XKDPBTX96J 145904 2014 Mack CHU613 1M1AN07YOEM015664 2012 Kenworth T800 1 XKDD49X3CJ309350 TRAILERS Year Make Model VIN 2018 Clement Monstar End Dump 5C2BR45BXJM010613 2018 Clement Scrapstar End Dump 5C2BF37B0JM010653 2018 Clement Scrapstar End Dump 5C2BF37B2JM010654 2017 Clement End Dump 5MADN4024FC033420 2005 Benson End Dump 5DMDSAGC45M000757 2005 Mac End Dump 5MADS35385C008667 2018 Stealth End Dump 52LBE1627JE06410 1997 Vantage End Dump 4EPAA029VATA1459 1997 Vantage End Dump 4EPAA4024VATA1515 1997 Vantage End Dump 4EPAA021VATA 1536 1997 Vantage End Dump 4EPAA4022VATA1545 2018 Brazos Scrapper/End Dump 4B9BKDL29JH054106 2018 Brazos Scrapper/End Dump 4B9BKDLL24JH054126 2002 MAC End Dump 5MADS363130005105 1995 USTS End Dump 1U9DS3637S105151 1 2005 MAC End Dump 5MADS353050009294 2001 MAC End Dump 5MADS356321 C00439 1994 Benson End Dump 1 NUDT38P8RMAS0247 1995 Vantage End Dump 4EPAA3922SATA0615 1987 ACCURATE IND. End Dump 1A9754025H4037546 1990 Trilstar End Dump 1T9DS36C8L1066822 1998 USTS End Dump 1U9DS3229W1051699 2001 Benson End Dump 5DMDSAHC41 P000376 1993 JBEN End Dump 9DT3626PPJBB021 2007 Palmar Dump Trailer 4R7BD1624HT163081 2018 Mac Walking Floor 5MAMN4821 JW044659 2016 Titan Walking Floor 2TVWF4826GD000602 2018 Mac Walking Floor 5MAMN4823JW045280 2011 Rolls Rite TiltTop 1 R9PT2229BM356115 2017 Rolls Rite Tilt Top 1 R9BT222XHM356286 2018 Rolls Rite TiltTop 1 R9PT2227 JM356001 2016 Talbert Roll-Back 40FG05336G1035421 1999 Dynawell Lowboy HU181 DGX7X1X38407 2017 Talbert Lowboy 40FSK5132H1035957 2017 Talbert Lowboy 40FSK5239H1035971 2018 Transcraft Step Deck 1TTE532C8J3070477 2018 Transcraft Step Deck 1 TTE532C1 J3083796 PICK UP TRUCKS TYPE #OF TRUCKS ½ Ton 1500 or Equivalent Pick Up 14 ¾ Ton 2500 or Equivalent Pick Up 9 1 Ton 3500 or Equivalent Pick Up 11 Greater than 1 Ton or Equivalent Pick Up 7 WHEEL LOADERS Year Make Model VIN 2003 CAT 924G 09SW01095 2003 Komatsu WA180 2MCA88062 2005 CAT 928G 6XR02028 1998 CAT 962G 5AS00263 2004 CAT IT28G DBT01424 2001 CAT 924G 9SW02009 2004 John Deere 644H DW644HX586668 2004 John Deere 724H DW24JX590345 2005 CAT IT38 CSX00926 2005 CAT 924G DDA2478 2006 CAT 924G DDA02934 2007 CAT 950G 2JS00604 2009 CAT 930H DHC01497 2014 CAT 924G 9SW01859 2011 CAT 930H DHC02274 2014 CAT 908H CAT0908HJJRD01594 2016 CAT 908M CAT0908MJH8801071 2017 John Deere 624K 1DW624KZCGF6744 73 2017 John Deere 624K 1 DW624KZLGF676803 2017 CAT 908M CAT0908MCH8801198 2017 CAT 908M H8800928 2015 CAT 914K CD2000596 2017 John Deere 644K 1DW644KZJHF680047 2018 CAT 908M CA T0908MCH8802397 EXCAVATORS Year Make Model VIN 2016 John Deere 210G 1 FF21 0GXHGF523928 2014 John Deere 300G 1 FF300GXH DF710007 2017 John Deere 60G Mini 1 FF060GXKGJ288041 2017 CAT 308 308E2CRSB-FJX08636 2017 John Deere 245G 1 FF245GXCHF800280 1990 John Deere 700 CK0070DD009556 2001 John Deere 330LC FF0330X0870719 2001 John Deere 200LC FF0200X500888 2000 John Deere 160LC POO160X041413 2001 Komatsu PC60 58212 2002 Hitachi EX120 1 E8P057533 2002 Hitachi EX120 1E8P057534 1999 Bobcat 331X 512918815 2001 Bobcat 331X 512918429 2003 Komatsu PC35 4207 1999 Kobelco SK220LC LLU2438 2004 Kobelco SK70SR YT01-03382 2004 Komatsu 200 KMTPCO49K87C5037 2004 Hyundai R55W3 10014 2002 JD 200C-LC FF200CX505406 2004 CAT 330CL DKY 02901 2001 Case 9007B DAC0072321 2005 CAT 325CL CAT0325CVCRB0 1486 2001 CAT 320CL PAB04298 2005 CAT M318C CA TM318CKBC201044 2005 CAT 325CL CAT0325CEBFE01812 2004 CAT 320 PAB01355 2003 CAT 325CL CRB00550 2005 Komatsu PC35 MR-2 KMTPC096T05006313 2006 John Deere 120-C FF 120CX035517 2006 Kubota U35SS 30398 2006 Kubota U35SS 30251 2006 Cat 320CL PAB4383 2007 Cat 3280 LCR GTN139 2008 Kubota KX913R1S 31194 2006 Kobelco SK70SR-1E YT0408468 2007 Cat 302.5 CAT3025CJGBB01604 2008 Cat 321 CL CR MCF00918 2005 John Deere 450C-LC FF450CX091778 2009 Cat 322CL HEK00647 2008 Cat 330D HAS292 2006 Volvo EC140BLC EC140V12265 2010 John Deere 120-C FF120CX036343 2009 Cat 314CL CR PCA01891 2010 Cat 328D CLR CAT0328DTGTN00403 2011 John Deere 35D 1 FF035DXJBG266218 DOZERS Year Make Model VIN 1992 John Deere 450G TO450GF87820 1999 John Deere 750H T0750CX877301 2004 CAT D3JXL CAT00D3GCJMH00732 2005 John Deere 450-J T0450JX104665 2005 John Deere 650J T0650JX111587 2004 CAT D6N CAT00D6NVALY00800 1999 John Deere 450H T0450HX922582 2004 John Deere 550H T0550HX937 488 2005 CAT D6R AAX01404 2005 CAT D5N AKD1461 2006 John Deere 450-JLT T0450JX122072 2001 John Deere 450J T0450JX103785 2008 Komatsu D39PX-22 3059 2006 CAT D3GLGP BYR01437 2010 CAT D5K LGPARO CAT00D5KJYYY00703 2008 CAT D3K LGP LLL00568 2011 CAT D3K LGP LLL00382 2011 CAT D3K LGP LLL00388 2011 John Deere 450-J LGP T0450JX181468 2011 John Deere 650-J T0650JX173003 FORK LIFTS Year Make Model VIN 2000 CAT V80F 9NF00658 1997 Hyster H50XL A177831212K 2000 JCS 506 578972 1995 Nissan 50 PF02-9H3269 2001 CAT GC25 4FM04520 2004 CAT 480F 9NF00558 2007 Yale 543372 GLP1 1 MCNSB098 2001 CAT 2EC20 A2F0260387 2002 CAT V60B 52J00932 1999 CAT CG25 4EM91233 2007 CAT TH63 5WM03130 2001 CAT GC25 4EM04516 1997 Terex TH1048C TH1006A-8401 2005 JCB 930 SLP930025E0824674 Generators Year Make Model VIN Onan Genset 50O6CA 6920476659 1999 Nissha NES25SIA XJ010300 1999 Nissha NES60SIA KF010300 2004 Dewalt 4300 GC044627903DGC4300 2003 Coleman 9110619 DM0545005 2006 Miller Bobcat 250NT LC492887 2006 Miller Bobcat 250NT LE2090 10 2006 Miller Bobcat 250NT LF205099 2011 Generac 97A06245-S 2038141 2007 Miller Bobcat 250NT LC574759 2013 Honda 6500Watt EAPC-1010707 2011 Magnum MMG55FH 45kW 800390 2011 Magnum MMG35FH 25kW 73344 2011 Magnum MMG35FH 25kW 73345 2011 Magnum MMG35FH 25kW 73318 LOADER-BACKHOE Year Make Model VIN 1999 CAT 426 1ZR00479 2001 Kubota L35 L3560624 2003 John Deere 310SG T031 0SG909356 2005 JS 310E T031 0EX853300 2001 CAT 416C 4ZN20996 2004 CAT 4160 4ZN24364 2004 John Deere 310E T031 0EX884694 2004 CAT 416C 5YN06630 2006 CAT 416CIT 1WR10173 2006 CAT 420D FDP26873 2006 John Deere 310G T0310GX937710 2001 CAT 416C 4ZN24603 SKID STEER LOADERS Year Make Model VIN 1997 Bobcat 763 512222048 2001 Bobcat 763 512217575 1996 Bobcat 873 514120441 2002 CAT 236 CA T00236J4 YZ04 709 2005 Bobcat T300 521912526 2007 Caterpillar 2628 PDT01685 Caterpillar 277C CA T0277CT JWF00578 2006 Daewoo 155XL AG00211 2006 Bobcat T190 531614194 2006 Caterpillar 2468 CAT0246BLPAT03480 2006 Bobcat T300 530012266 2010 Caterpillar 2688 CAT0268BJLBA01424 2010 Caterpillar 299C HF MBT01588 2011 Bobcat T300 525415845 2008 JD 650-J T0650JX173003 2016 Cat 279D CAT0279DEGTL03016 2018 Cat 2990 CAT0299DLFD203290 MARINE DIVISION Year Make Vessel# Capacity 2003 27' Scout Boat 010 I Bayou Bandit 12,000 Lbs 1990 24' Debris Boat 015 / Betsie 16,000 Lbs 1995 18' Vessel 018 / Trisha Personnel Only 1990 Debris Boat 002 I Bertram 12,000 Lbs 2001 24' Flat Boat w/Boom 001 / Pamela 18,000 Lbs 2003 18' Deck Boat w/Boom 002 I Decker 16,000 Lbs 2004 27" Deck Boat w/Boom 009 I BT Express 20,000 Lbs 2011 32' Deck Boat w/Boom 020 I CG Girl 24,000 Lbs 1999 30' Picker Barge 022 I Johnzey 18,000 Lbs BARGES Size Type • Material Capacity Notes 24'x8' Debris Barge -Fiberglass 8,000 lbs Shallow Draft Barge 28'x8.5' Debris Barge -Aluminum 12,000 lbs Shallow Draft Barge 30'x10' Debris Picker Barge w/ 14,000 lbs Shallow Draft Barge Grapple -Steel 30'x10' Debris Picker Barge w/ 14,000 lbs Shallow Draft Barge Grapple -FiberQlass 30'x10' Debris Picker Barge w/ 14,000 lbs Shallow Draft Barge Graj>_ple -Aluminum 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x8' Pin-Together Barge -Steel 10,000 lbs Deck Barge 40'x11 ' Debris Picker Barge w/ 20,000 lbs Shallow Draft Barge Gra_J)_Qle -Steel 48'x12' 12" Hyd Dredge -Steel N/A 15' Dredging Depth -36" Pump 50'x20' Spud Barge -Steel 40,000 lbs Shallow Draft Spud Barge 55'x11' Debris Picker Barge w/ 24,000 lbs Shallow Draft Barge Grapple -Steel 120'x30' Deck Barge -Steel 150 Tons Deep Draft Barge 120'x30' Deck Barge -Steel 150 Tons Deep Draft Barge 120'x30' Spud Barge w/ Crane -150Tons Deep Draft Barge Steel Name: Bayou Bandit Vessel# 010 Year Built: 2003 Capacity: 12,000 lbs. Name: Pamela Vessel# 001 CrowderGulf 2020 Company-Owned Vessels SHALLOW DRAFT VESSELS {SDV's) Name: Betsie Vessel# 015 Year Built: 1990 Capacity: 16,000 lbs. Name: Bertram Vessel# 018 Year Built: 1995 Personnel Only DEBRIS REMOVAL BARGES (DRB's) Name: Decker Vessel# 002 Year Built: 2001 Capacity: 18,000 lbs. Year Built: 2003 Capacity: 16,000 lbs. 32' Deck Boat w/ Boom Name: CG Girl 1 Vessel# 020 Name: Johnzey Vessel# 022 Name: Trisha Vessel# 002 Year Built: 1990 Capacity: 12,000 lbs. Name: BT Express Vessel# 009 Year Built: 2004 Capacity: 20,000 lbs. Year Built: 2011 Capacity: 24,000 lbs. Year Built: 1999 Capacity: 18,000 lbs. REVISED RFP 1135-20 • EXHIBIT A Disaster Debris Removal and Disposal Services REVISED RFP #35-20 · Exhibit A Disaster Debris Removal and Disposal Services NOTE: the Estimate Quantities are provided to facilitate an "event estimate" to evaluate proposals; extended line costs are not required Fee Schedule Part A: Services Unit Prices Item Description Estimate Quantity Unit Unit Price Total Loading and hauling debris from public property and rights-of-way to a Al debris management site (OMS) 60 Cubic Yard s 10.65 $ 639.00 Loading and hauling debris from public property, rights-of-way, or the A2 OMS, to a final disposal site 120 Cubic Yard $ 19.00 s 2,280.00 A3 Debris reduction by chipping/grinding 40 Cubic Yard s 6.60 $ 264.00 A4 Rights-of-way white goods removal so Per Unit $ 35.00 s 1,750.00 AS Freon management and recycling so Per Unit $ 35.00 s 1,750.00 AG Animal carcass collection, hauling, and final disposal s Per Pound s 2.50 $ 12.50 A7 Loading and hauling debris reduction by-products to a final disposal site 50,000 Cubic Yard $ 1.25 $ 62,500.00 AB Loading and hauling household hazardous waste to a final disposal site 500 Per Pound $ 6.95 s 3,475.00 A9 Hazardous stump removal 24" to 36.99" diameter 40 Each $ 200.00 $ 8,000.00 A10 Hazardous stump removal 37" to 48.99" diameter 20 Each s 300.00 s 5,000.00 All Hazardous stump removal 49" and larger 5 Each s 450.00 s 2,250.00 A12 Hazardous tree removal 6" to 12.99" diameter 320 Each s 50.00 $ 16,000.00 A13 Hazardous tree removal 13" to 24.99" diameter 150 Each s 140.00 s 21,000.00 A14 Hazardous tree removal 25'' to 36.99" diameter 40 Each $ 290.00 s 11,600.00 AlS Hazardous tree removal 37" to 48.99" diameter 10 Each s 350.00 s 3,500.00 A16 Hazardoues tree removal 49" and larger s Each s 400.00 s 2,000.00 Al7 Hazardous limbs larger than 2" diameter 6,000 Each s 58.00 s 348,000.00 Al 8 Clean, fill dirt • supply and delivery 100,000 Cubic Yard s 5.50 s 550,000.00 A1 9 Sand screening 100,000 Cubic Yard $ 11.00 $ 1,100,000.00 A20 Removal of electronic waste 100 Per Unit $ 40.00 s 4,000.00 A21 Marine vessel removal 40 Linear Foot $ 150.00 $ 6,000.00 A22 Vehicle removal 30 Per Unit s 150.00 $ 4,500.00 A23 Land vessel removal 40 Linear Foot s 80.00 s 3,200.00 A24a Waterway debris removal-land based 1 Cubic Yard $ 38.00 $ 38.00 A24b Waterway debris removal-marine based 1 Cubic Yard $ 125.00 $ 125.00 Vendor: _CrowderGulf Joint Venture, Inc.----- Item A29 A3 A7 A12- A17 Alt Rate Alt Rate Alt Rate Tipp Fees REVISED RFP #35·20 -EXHIBIT A Disaster Debris Removal and Disposal Services Fee Schedule Part A: Services Unit Prices -Continued ... Description Estimate Quantity Unit Office trailer, temporary 1 Per Day 0TH ER SERVICES Rate is also valid for C&D Compaction. Priced as reduced debris from Contractor operated DMS. Rate is for cut & drop only. Remaining debris to be hauled under ROW rate. Beach debris removal hauled to access points (debris too large to screen). 1 Cubic Yard Hauling tailings from sand screen operation to DMS or Final Disposal. 1 Cubic Yard Hauling debris from City Property, other than ROW to DMS (Parks, Trails, Facilities, etc.) 1 Cubic Yard Tipping/ Disposal Fees for all line items will be a pass through to Client at no markup. Vendor: _crowderGulf Joint Venture, Inc.----- Unit Price Total $ 300.00 $ 300.00 $38.00 $38.00 $18.00 $18.00 $24.00 $24.00 REVISED RFP t:35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services REVISED RFP #35-20 -Exhibit A Fee Schedule Disaster Debris Removal and Disposal Services NOTE: the Estimate Quantities are provided to facilitate an "event estimate" to evaluate proposals; e~tended line costs are not required Fee Schedule Part B: Hourly Labor, Equipment, and Material Rates Item Description Estimate Unit Unit Price Total Quantity Bl Wheel loader with utility grapple, 1.5 CY, 95 HP 140 Per Hour s 120.00 s 16,800.00 82 Wheel loader with utility grapple, 3 CY, 152 HP 140 Per Hour $ 135.00 s 18,900.00 B3 Wheel loader with utility grapple, 4 CY, 200 HP 140 Per Hour s 150.00 s 21,000.00 BS Compact track loader with utility grapple, 1,500 lb. 140 Per Hour $ 120.00 s 16,800.00 BG Compact track loader with utility grapple, 2,500 lb. 140 Per Hour $ 130.00 $ 18,200.00 B7 Steer loader with street sweeper 300 Per Hour $ 90.00 s 27,000.00 BB Tractor/grader with box blade or rake, minimum 30,000 lb. 200 Per Hour $ 65.00 s 13,000.00 B9 Log skidder 200 Per Hour $ 100.00 s 20,000.00 810 04 dozer or equivalent 140 Per Hour s 100.00 s 14,000.00 Bll OS dozer or equivalent 140 Per Hour s 120.00 s 16,800.00 B12 06 dozer or equivalent 140 Per Hour $ 140.00 s 19,600.00 B13 07 dozer or equivalent 140 Per Hour $ 160.00 s 22,400.00 B14 D8 dozer or equivalent 140 Per Hour $ 175.00 s 24,500.00 B15 Hydraulic exCi!vator, 1.5 CY with thumb 140 Per Hou r $ 110.00 $ 15,400.00 816 Hydraulic excavator, 2.5 CY with thumb 140 Per Hour $ 125.00 s 17,500.00 Bl? Knuckleboom loader 200 Per Hour s 110.00 s 22,000.00 B18 Hand-fed debris chipper 280 Per Hour $ 50.00 s 14,000.00 819 800. 1,000 HP tub grinder 280 Per Hour s 450.00 s 126,000.00 B20 30 ton crane 100 Per Hour s 125.00 s 12,500.00 B21 50 ton crane 140 Per Hour $ 225.00 s 31,500.00 822 100 ton crane 140 Per Hour s 275.00 s 38,500.00 B23 40 -60' bucket truck 280 Per Hour s 120.00 $ 33,600.00 824 Greater than 60' bucket truck 100 Per Hour s 150.00 $ 15,000.00 B25 Fuel/service truck 280 Per Hour $ 60.00 s 16,800.00 Vendor: _CrowderGulf Joint Venture, In~.----- 026 Water truck, 2,500 gallon, non-potable 027 lowboy trailer with tractor 828 Flatbed truck 029 Pick-up truck, 1 ton 830 Self-loading dump truck with debris grapple REVISED RFP U35-20 -EXHIBIT A Disaster Debris Removal and Disposal Services 280 Per Hour 140 Per Hour 140 Per Hour 140 Per Hour 280 Per Hour $ 60.00 $ 130.00 $ 20.00 s 15.00 $ 130.00 Fee Schedule Part B: Hourly labor, Equipment, and Material Rates -Continued ... Item Description Estimate Qu antity Unit Unit Price 831 Single axle dump truck 5-12 cubic yard 280 Per Hour $ 60.00 032 Tandem axle dump truck 16+/-cubic yard 140 Per Hour s 70.00 033 Tandem axle dump truck 20+/-cubic yard 140 Per Hour s 80.00 B34 Tandem axle dump truck 38+/-cubic yard 140 Per Hour $ 90.00 835 Power screen 200 Per Hour s 175.00 836 Stacking conveyor 200 Per Hour s 75.00 837 Chainsaw 200 Per Hour $ 15.00 838 Generator, 5.5 kW capacity 140 Per Hour $ 50.00 039 Generator, 200 kW capacity 140 Per Hour s 90.00 840 Generator, 2,500 kW capacity 140 Per Hour $ 170.00 841 Light plant including fuel and support 280 Per Hour s 75.00 Pump, 95 HP, minimum 25' intake and 200' discharge including fuel and 842 support 140 Per Hour s 150.00 Pump, 200 HP, minimum 25' intake and 200' discharge including fuel and B43 support 140 Per Hour $ 200.00 pump, 650 HP, minimum 25' intake and 200' discharge including fuel and 044 suport 140 Per Hour $ 275.00 845 Air curtain incinerator, self-contained 140 Per Hour s 50.00 846 Mobile command and communications trailer 240 Per Hour s 50.00 647 Laborer, small hand tools, traffic control flagger 200 Per Hour s 32.00 048 Skilled sawman 200 Per Hour s 38.00 049 Crew Foreman with cell phone, truck and miscellaneous tools 240 Per Hour $ 60.00 050 Operations Manager with cell phone, truck and misc. tools 240 Per Hour $ 75.00 051 Tree climber 200 Per Hour s 125.00 652 Security personnel, bonded and certified 240 Per Hour s 60.00 OTHER HOURLY LABOR, EQUIPMENT, AND MATERIAL Vendor: _CrowderGulf Joint Venture, inc.----- s 16,800.00 $ 18,200.00 $ 2,800.00 s 2,100.00 $ 36,400.00 Total $ 16,800.00 s 9,800.00 $ 11,200.00 $ 12,600.00 $ 35,000.00 $ 15,000.00 $ 3,000.00 $ 7,000.00 $ 12,600.00 s 23,800.00 $ 21,000.00 $ 21,000.00 $ 28,000.00 $ 38,500.00 $ 7,000.00 $ 12,000.00 $ 6,400.00 s 7,600.00 $ 14,400.00 $ 18,000.00 $ 25,000.00 $ 14,400.00 I I Vendor: _CrowderGulf Joint Venture, Inc.----- REVISED RFP 113S-20 -EXHIBIT A Disaster Debris Removal and Disposal Services I I July 17, 2020 NOTICE OF INTENT TO AWARD The Evaluation Committee consisting of Clearwater Fire & Rescue and Solid Waste Services recommends award of RFP No. 35-20, Disaster Debris Removal & Disposal Services to CrowderGulf Joint Venture, Inc and a secondary award to Ceres Environmental Services for a one (1) year term with two (2), one (1) year renewal options at the City’s discretion. Contract negotiations will begin shortly with a recommendation to be taken to Council in the near future. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 562-4632, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel, CPPB Lori Vogel, CPPB Procurement Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 21-19 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Legal Department Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Authorize the City of Clearwater to join the State of Florida and other local governmental units as a participant in the Florida Memorandum of Understanding and Formal Agreements implementing a Unified Plan and adopt Resolution 21-19. SUMMARY: On February 13, 2018, the City Council authorized hiring Motley Rice, LLC. to investigate, litigate, or negotiate for settlement, actionable claims that may be pursued by the City against individuals and entities related to the marketing, prescribing, distribution, or sale of opioids. On November 15, 2018, Motley Rice filed a complaint in the Sixth Circuit court on behalf of the City, naming multiple pharmaceutical companies and distributors as defendants. Since then, Motley Rice has been negotiating with distributors and through bankruptcies filed by several pharmaceutical companies for a settlement to the matter. The State of Florida has filed an action pending in Pasco County, Florida, and a number of Florida Cities and Counties have also filed an action In re: National Prescription Opiate Litigation, MDL No. 2804 (N.D. Ohio) (the Opioid Litigation) and the City of Clearwater is a litigating participant in that action. The State of Florida and lawyers representing certain various local governments involved in the Opioid Litigation have proposed a unified plan for the allocation and use of prospective settlement dollars from opioid related litigation. Based on the status of this litigation, the likely structure of any resolution, and the potential litigation risks in the absence of a statewide agreement, our counsel believes this proposal reflects a reasonable compromise between the State and its political subdivisions. The Florida Memorandum of Understanding (the Florida Plan) sets forth a framework of a unified plan for the proposed allocation and use of opioid settlement proceeds. It is anticipated that formal agreements implementing the Florida Plan will be entered into at a future date. Participation in the Florida Plan by a large majority of Florida cities and counties will materially increase the amount of funds to Florida and should improve Florida’s relative bargaining position during additional settlement negotiations. Under the likely settlement structure for the cases, states and their political subdivisions are strongly incentivized to reach a joint resolution of all State and political subdivision claims. Joining with the State and other local government units means that the state and the political subdivisions will receive a substantially larger settlement amount if they are all parties to the settlement. Under this agreement, all settlement funds received by the State of Florida and its political Page 1 City of Clearwater Printed on 5/13/2021 File Number: 21-19 subdivisions must be utilized for strategies, programming and services used to expand the availability of treatment for individuals impacted by substance use disorders (Approved Purposes). A non-exclusive list of potential abatement programs and uses are included in Exhibits A and B to the agreement. These uses are intended to best serve the overall purpose and intention of this litigation, which is to abate the continuing public health crisis of opioid addiction within our communities. This Proposal divides all settlement funds between three funds: (1) the City/County Fund; (2) the Regional Fund; and (3) the State Fund. The City/County Fund consists of 15% of the total settlement amounts allocable to the State of Florida. These funds are distributed to all counties and qualifying municipalities in the State of Florida. The allocation of the City/County Fund between counties and municipalities is based on a model referred to as the “Negotiation Class Metrics.” This model was developed in the National Prescription Opiate MDL, and considers: (1) the amount of opioids shipped to the county; (2) the number of opioid deaths that occurred in that county; and (3) the number of people who suffer opioid use disorder in that county. The Regional Fund consists of a sliding scale between 30% and 40% of the total settlement amounts allocable to the State of Florida, with the largest percentages occurring in the immediate years after settlement and decreasing over time. In the case of counties with a population of over 300,000, and which satisfy other criteria regarding abatement infrastructure, (termed “Qualified Counties”) these funds are provided directly to the county. the definition of Qualified County requires that the county reach an agreement with at least some municipalities within the county as to how these funds are spent. Specifically, they must reach an agreement with a sufficient number of municipalities such that the aggregate population of municipalities which consent to the county’s use of these funds is more than half the aggregate population of individuals residing within municipalities in your County. The State Fund consists of the remaining 45% to 55% of the total settlement amounts allocable to the State of Florida, depending on the amount of the Regional Fund above. As with the City/County Fund and Regional Fund, these funds must be spent on Approved Purposes. The State and each local government must report its expenditures to the Department of Children and Families each year. This agreement also establishes an Opioid Abatement Taskforce or Council. The Taskforce or Council includes appointments from municipalities, qualified counties, and non-qualified counties. The purpose of the Opioid Abatement Taskforce or Council is to advise the Governor, Legislature, Florida’s Department of Children & Families and Local Governments on priorities that should be addressed as part of the opioid epidemic and to review how monies have been spent. Through the course of negotiating these settlements and this allocation agreement, outside counsel has sought to create a separate fund for the payment of attorneys’ fees. In this manner, the costs of attorneys’ fees are shared by both litigating and non-litigating entities, rather than paid directly from the recovery of litigating entities, as provided in the agreement or retainer. The proposal creates a fee fund of between 0-10% of the City/County fund, depending on the degree to which litigating local governments choose to participate in this settlement. Under this proposal, counsel must first attempt to obtain a legal fee from any national fee fund established as part of any settlement. If counsel is unable to obtain their full contracted fee from that fund, Page 2 City of Clearwater Printed on 5/13/2021 File Number: 21-19 counsel may then obtain additional funds from this separate fund. In most cases, this will result in a substantial reduction in the attorney’s fees to counsel from what is set forth in the agreement or retainer, and will avoid the necessity of counties and cities paying the higher contingency fee directly from their recovery. If we are not able to reach an agreement with the Attorney General's office, this may threaten the overall allocation of settlement proceeds to the State of Florida and its local governments. This is because the settlement agreement currently under negotiation incentivize states and local governments to reach allocation agreements and penalizes those that do not. Alternatively, there is a potential litigation risk that in the absence of an agreed upon allocation plan, the State may seek a declaration that only the State of Florida, and not its local governments, have standing to bring litigation on behalf of its citizens, threatening the ability of local governments to pursue their own lawsuits in this matter. Page 3 City of Clearwater Printed on 5/13/2021 Resolution 21-19 RESOLUTION NO. 21-19 A Resolution authorizing the City of Clearwater to join with the State of Florida and other local governmental units as a participant in the Florida Memorandum of Understanding and Formal Agreements implementing a Unified Plan. WHEREAS, the City of Clearwater has suffered harm from the opioid epidemic; WHEREAS, the City of Clearwater recognizes that the entire State of Florida has suffered harm as a result from the opioid epidemic; WHEREAS, the State of Florida has filed an action pending in Pasco County, Florida, and a number of Florida Cities and Counties have also filed an action In re: National Prescription Opiate Litigation, MDL No. 2804 (N.D. Ohio) (the “Opioid Litigation”) and City of Clearwater is a litigating participant in that action; WHEREAS, the State of Florida and lawyers representing certain various local governments involved in the Opioid Litigation have proposed a unified plan for the allocation and use of prospective settlement dollars from opioid related litigation; WHEREAS, the Florida Memorandum of Understanding (the “Florida Plan”) sets forth a framework of a unified plan for the proposed allocation and use of opioid settlement proceeds and it is anticipated that formal agreements implementing the Florida Plan will be entered into at a future date; and, WHEREAS, participation in the Florida Plan by a large majority of Florida cities and counties will materially increase the amount of funds to Florida and should improve Florida’s relative bargaining position during additional settlement negotiations; WHEREAS, failure to participate in the Florida Plan will reduce funds available to the State, City of Clearwater, and every other Florida city and county; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1. That the City of Clearwater finds that participation in the Florida Plan would be in the best interest of the City of Clearwater and its citizens in that such a plan ensures that almost all of the settlement funds go to abate and resolve the opioid epidemic and each and every city and county receives funds for the harm that it has suffered. SECTION 2. That the City of Clearwater hereby expresses its support of a unified plan for the allocation and use of opioid settlement proceeds as generally described in the Florida Plan, attached hereto as Exhibit “A.” SECTION 3. That Mayor Frank Hibbard is hereby expressly authorized to [LT18-9601-531/268702/1] 2 Resolution 21-19 execute the Florida Plan in substantially the form contained in Exhibit “A.” SECTION 4. That Mayor Frank Hibbard is hereby authorized to execute the any formal agreements implementing a unified plan for the allocation and use of opioid settlement proceeds that is not substantially inconsistent with the Florida Plan and this Resolution. SECTION 5. That the Clerk be and hereby is instructed to record this Resolution in the appropriate record book upon its adoption. SECTION 6. The clerk of City of Clearwater is hereby directed to furnish a certified copy of this Resolution to the Florida League of Cities and to: Attorney General Ashley Moody c\o John M. Guard The Capitol, PL-01 Tallahassee, FL 32399-1050 SECTION 7. This Resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED this 6th day of May, 2021 CITY OF CLEARWATER, FLORIDA By: __________________________ Frank Hibbard Mayor Approved as to form: Attest: ___________________________ ___________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9461-21 2nd rdg Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9461-21 on second reading, vacating a platted 10 foot utility easement located along the North 10 feet of Lot 18, Cedar Heights, according to the plat thereof as recorded in Plat Book 81, Page 85, of the public records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 5/13/2021 1 Ord. No. 9461-21 ORDINANCE NO. 9461-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PLATTED 10 FOOT UTILITY EASEMENT, LOCATED ALONG THE NORTH 10 FEET OF LOT 18, CEDAR HEIGHTS, ACCORDING TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 81, PAGE 85, 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 utility easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said utility 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 utility 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 2 Ord. No. 9461-21 Approved as to form: Attest: ________________________________ ________________________________ Laura Mahony Rosemarie Call Senor Assistant City Attorney City Clerk PROPOSED 10' UTILITY EASEMENT VACATION That 10.00 foot utility easement located along the North 10.00 feet of Lot 18, CEDAR HEIGHTS, according to the plat thereof as recorded in Plat Book 81, Page 85, of the Public Records of Pinellas County, Florida. CERTIFIED TO: (AS FURNISHED) DEBBY EVANS A/KIA DEBORAH FALLAHEE TERRANCE FALLAHEE COURTLAND GROUP HOLDINGS, LLC BASIS OF BEARING BEARINGS ARE BASED ON THE NORTH RIGHT-OF-WAY OF BUFORD BOULEVARD WHICH HASA BEARING OF N89°34'15"W PER PLAT. NOTES 1. Additions or deletions to this sketch by other than the signing party or parties isprohibited without the woitten consent of the signing party or parties. 2. The property shown hereon is subject to all easements, restrictions and reservations which may be shown or noted on the record plat and within the public records of the county the subject property is located. This sketch only depicts survey related information such as easements and setbacks that are shown on a record plat or have been furnished to the Surveyor. 3. This sketch is prepared for the exclusive use and benefit of the parties listed hereon. Liability to third parties may not be transferred or assigned. l\ L ,.... 0 -I -.J z 0 0 ...l -..J <fi OI • =;; 0 CHARTER OAKS SUBDIVISION PB 79, PG 30 S 89"48'11" E 79.28' SUBJECT PARCEL 793± sqft LOT 18 N 89"34'15" W 79.28' RIGHT OF WAY VARIES z 0 0 ...l -..J OI • =;; 0 LOT 19 N 89"34'15" W 133.96' JOB#: VLSR20-44637 SURVEYOR'S CERTIFICATE CLIENT#: DRAFTER: BT APPROVED: JEW LB 7788 I HEREBY CERTIFY THAT THIS SKETCH IS A TRUE AND ACCURATE REPRESENTATION OF A SURVEY PREPARED UNDER MY DIRECTION. ,,,,1111,,,,, ,,,����1·'t-£!lt'?.:::,,., 'S."c,� &'•�,:,. /::J' NO. 6573 ('-j>\ \ !�=•. STATE OF a•::: -::.�•. FLORIDA / $ "i-.,�·-.... . ... •� ,� Joseph E. Williamson, PLS ,,,,,,1111,,,,, DATED: 12-23-20 PROFESSIONAL LAND SURVEYOR FLORIDA REGISTRATION #6573 VISION LAND NOT VALID WITHOUT THE ELECTRONIC SIGNATURE AND/OR ORIGINAL RAISED SEAL OF THE LISTED FLORIDA LICENSED SURVEYOR AND MAPPER �€R'll l f DATE REVISION DATE REVISION 941 5 Pennsylvania Ave, Winter Park, FL 32789 I (888) 399-8474 EXHIBIT A BUFORD BLVD CHARTER OAKS DR RED CEDAR LN TODD RD DEL BETMAR RD 2024 2020 2023 2019 2018204920432061202520492066204220372055202220672055206020732067205420612048205520212043AERIAL MAP N.T.S.Scale: Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\Buford_Blvd-Vacation.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 Vacation2055 Buford Blvd Page 1 of 1Aerial Flown 2019 Date:2/9/2021KNMap Gen By: PROPOSED 10'x80'EASEMENT VACATION RBReviewed By:253BGrid #:1-29s-15eS-T-R: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9462-21 2nd rdg Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 11.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9462-21 on second reading, vacating a platted 5 foot utility easement, described as the West 5 feet of Lot 7, Block 69, 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 5/13/2021 [RE15-1313-080/265287/1] 1 Ord. No. 9462-21 ORDINANCE NO. 9462-21 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PLATTED 5 FOOT UTILITY EASEMENT, DESCRIBED AS THE WEST 5 FEET OF LOT 7, BLOCK 69, 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 utility easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said utility 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 utility 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. 9462-21 Approved as to form: Attest: ________________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Senior Assistant City Attorney City Clerk ELDORADO AVE ISLAND DR 984 1001 1011 1000 1010 1013 1006 1002 10151020 AERIAL MAP N.T.S.Scale: Document Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\1002_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 Vacation1002 Eldorado Avenue Page 1 of 1Aerial Flown 2019 Date:3/11/2021KNMap Gen By: PROPOSED 5'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: ID#21-9129 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 14.1 SUBJECT/RECOMMENDATION: Code Enforcement - Mayor Hibbard SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 5/13/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9169 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 14.2 SUBJECT/RECOMMENDATION: Councilmember Advisory Board Attendance - Mayor Hibbard SUMMARY: Page 1 City of Clearwater Printed on 5/13/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9103 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.1 SUBJECT/RECOMMENDATION: May Service Awards SUMMARY: 5 Years of Service Lloyd Briscoe Solid Waste Anelise Wilhelm Information Technology Seth Stiers Police 10 Years of Service Matthew Jackson Parks & Recreation Robert Main Police Feth Benbelgacem Solid Waste Monica Mitchell Finance Justin Howard Police Andrew Anderson Police Geoffrey Newton Police Lauren Burg Library Joshua Burdon Solid Waste 15 Years of Service Daniel Crider Parks & Recreation Jamaar Jackson Solid Waste Brody Burke Public Utilities 20 Years of Service Gregory Newland Fire Anthony Tedesco Fire Jennifer Pauley Fire Arnold Retzer Solid Waste Brandon Kinnecom General Services Rodney Byrd Solid Waste 25 Years of Service Page 1 City of Clearwater Printed on 5/13/2021 File Number: ID#21-9103 Stephen Miller Gas Mark Plyler Gas Larry Williams Fire Marvin Pettingill Fire 30 Years of Service Wanda Johnson Police Page 2 City of Clearwater Printed on 5/13/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#21-9145 Agenda Date: 5/17/2021 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.2 SUBJECT/RECOMMENDATION: EMS Week Proclamation 2021 - Chief Ehlers and Chief Tedesco SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 5/13/2021 les'. 1.s EXCELLENCE REIMAGINED 11 TREND REPORT KEY TAKEAWAYS 5.17.21 1. Trend Report Context A Trend Report gathers Occupancies, Average Daily Rates (ADR) and Revenue Per Available Room (RevPar) based on 3 hotels that have reported since 2013, paired with 2 hotels that opened in 2018 and 2019. The hotels selected will demonstrate performances for a blend of different brands and inventories inside of a particular market over multiple years. 2. New Supply Impacts on Demand Historically Since 2013 the trend set showed healthy growth year over year to RevPar while driving nearly 7% annual ADR growth. The hotel set steadily produced around 80% occupancy each year even in the final months of 2018 with 83 new rooms entering the market. Most importantly, 2019 saw a 32% increase to Supply in total, but still produced a 2.3% increase to RevPar in the trend set. The new inventory was quickly digested by the trend set's Demand. RevPAR ($) 2013 2014 2015 2016 2017 2018 2019 Total Year 94.75 107.05 107.82 IIn October 2018, The Autograph Collection Fenway Hotel opened its 83 rooms after being abandoned for many years. The new inventory barely impacted the market demand. By June 2019, the Hampton Inn Dunedin entered the scene with 88 additional rooms and was quickly eclipsed by increased Supply. With both new inventories added to the market, 2019 still acheived a RevPar of $115.78 per room setting a new high for the comp set and trend report. Autograph Collection Fenway Hotel Dunedin, FL Upper Upscale Class Oct 2018 Dec 1925 +83 (Oct'18) Hampton Inn Dunedin Dunedin, FL Upper Midscale Class Jun 2019 Jun 2019 +88 (Jun'19) 3. New Supply Impacts on Demand Historically Adding a new hotel sized around 100 rooms to the set will increase supply an additional 36,500 room nights annually. Based on an average increase from January 2013 through February 2020 prior to Covid and removing any massive swings positive or negative from trends) the set produced a 7.7% annual increase to demand each year. Should the market continue to trend as it did over those 7 years it would suggest by mid to late 2024 the market would completely absorb a 100 -room hotel. A hotel any larger could be devastating to the current economic balance. A typical larger -sized Full -Service Hilton/Marriott of 300+ rooms could shift set occupancies south of 60% annual occupancy, creating rate wars and damaging profitabilities dramatically. 1628 John F Kennedy Boulevard, 8 Penn Center, #2300, Philadelphia, PA Tel: 215.972.2222 1 Emails: info@gfhotels.com GFHOTELS.COM EXCELLENCE REIMAGINED 11 TREND REPORT KEY TAKEAWAYS 5.17.21 1. Trend Report Context A Trend Report gathers Occupancies, Average Daily Rates (ADR) and Revenue Per Available Room (RevPar) based on 3 hotels that have reported since 2013, paired with 2 hotels that opened in 2018 and 2019. The hotels selected will demonstrate performances for a blend of different brands and inventories inside of a particular market over multiple years. 2. New Supply Impacts on Demand Historically Since 2013 the trend set showed healthy growth year over year to RevPar while driving nearly 7% annual ADR growth. The hotel set steadily produced around 80% occupancy each year even in the final months of 2018 with 83 new rooms entering the market. Most importantly, 2019 saw a 32% increase to Supply in total, but still produced a 2.3% increase to RevPar in the trend set. The new inventory was quickly digested by the trend set's Demand. RevPAR ($) 2043 2014 2015 2016 2017 2018 2019 Total Year 94.75 In October 2018, The Autograph Collection Fenway Hotel opened its 83 rooms after being abandoned for many years. The new inventory barely impacted the market demand. By June 2019, the Hampton Inn Dunedin entered the scene with 88 additional rooms and was quickly eclipsed by increased Supply. With both new inventories added 107.05 to the market, 2019 still acheived a RevPar of $115.78 per room setting a new high for the comp set and trend 107.82 report. Autograph Collection Fenway Hotel Dunedin, FL Upper Upscale Class Oct 2018 Dec 1925 +83 (Oct'18) Hampton Inn Dunedin Dunedin, FL Upper Midscaie Class Jun 2019 Jun 2019 +88 (Jun'19) 3. New Supply Impacts on Demand Historically Adding a new hotel sized around 100 rooms to the set will increase supply an additional 36,500 room nights annually. Based on an average increase from January 2013 through February 2020 prior to Covid and removing any massive swings positive or negative from trends) the set produced a 7.7% annual increase to demand each year. Should the market continue to trend as it did over those 7 years it would suggest by mid to late 2024 the market would completely absorb a 100 -room hotel. A hotel any larger could be devastating to the current economic balance. A typical larger -sized Full -Service Hilton/Marriott of 300+ rooms could shift set occupancies south of 60% annual occupancy, creating rate wars and damaging profitabilities dramatically. 1628 John F Kennedy Boulevard, 8 Penn Center, #2300, Philadelphia, PA Tel: 215.972.2222 1 Emails: info0gfhotels.com GFHOTELS.COM Du! ' uo! lewJo; u! Apeaa JelSOO OO '„ 813,, se 6u! peJl ' ply '! ego! O d1S / 011 ` tilS 120Z : aaJnoS A! aie! pawal! sn loeluoo asea! d' podaa a1S slyl of Jaquosgns a ION ale pue laodaj s! qi pan! aoaJ aney noA uogoe Oa! of loafgns pue pal! q! yoJd s! uo! ss! WJad uau! M lnoyl! M' laed Jo a! oyM u! ' Podaa ELLS s! yl to uo! inquls! p Jo uo! lonpoadaa . ao! npe ! e681 Jo 6u! lun0ooe ' xel' luawlseAu! se panalsuoo aq lou mous pue siseq „ a! ge!! ene se„ pue „ s! se„ ue uo pap! noad sl laodad a19 ayl ul u011ewao; u! eqI saagiJosgns pied Aq asn Jo; /! a! os papualu! s! pue ' saluedwoo dnoi9 JelSo0 " m ` lego! 9 aIS pue DT! ` a1S to uo! leo!! gnd a s! podaa diS s! yl W00' JIS' MMM woo. Jls v spuaJ1! aloy 0£ 61 336 LOZ ( 0) 44+ : 1 sJalJenbpeeH ! euNewalu! 3111OL68L994Z WO0' JIS' MMM W00 JIS@puaJl 49981738 ( 919) 1+ : l saa1enbpeaH ueouawy LUoN aleJodJo0dlaH suo! l! puOQ pue SWJal podaa esuodsaa0! SSEIO Elea MeH s! s/! euy i! aaM10 / e( 71 a6ueg0 luaoaad yl! m a6eJany 6u! A0 J gluon an! OMI a6eJ8ny 6U! n0n gluon an! anI JeaA ( q a6ueya luaoJad aanseen Aq a6ueya wowed aansean Aq Elea slualuoa ; 0 ape.” Jelloa Sfl - asn : AouaJJnO LZOZ gaJen 01 £ 103 atienuer sapadoad papaias EON - Id ' Jew/wean - liodaa puaal LZOZ ` ZL /' eW 00120. 10 / W! OVS 6911921 # PuaJJ 0 i O m O- b m m m DmPmmGDmn ammao (c m P s22mP.nml Yl 3 nNmn Cnl N(G YCE (m(io mN m A omN(onnf 10 ON YNCI YNM1 1 M1 CI im pp YNRImPmAmCTSGeO N N r P(O .- 0F.3: O N 0 O rl Q ONPfYmYNNNo n nv.. ai (fi m `dim V mNROP. mbB$ m 2RRP3:53 007N N „Igg2 8 O O m O n r R o O N N R N N Z Pgos,TRg= Eq'°x4'$2o2EAOt7NNO^ gp 7:tN(V NO 32N2Rg9' N e i m P 2 0 N mNfofnxm O N91 2 4oNRO128:92 2 f YIAORCOI, IDS 4RR3.gxPa N N N 3299. l N$nmm'Nr9 L 7.NYY(P"IN2R2 4 RpRRRRr,-.R , Y N b h m P 4- P 000g.,”$$ Ro 1 ao( pp0, eam2,PG A O O n 1;"1.$2P+ e r m O m T OVi 0 (00 m E$2X.m22(8.2 ($ Z m w $$ m mnm g0,13r2FAS.0: E g I22°8+mn (No n Qno(%( al2on• 22 r° n gmoo rl„ m l mN (m.I4FA,T, y C ImOIA00^Oi0 AOON (pRAvml 2 GhNNn t+1 Ng m N N R R O i'^ b m 0= R O x m I'2 -mM1 P nmmomCII n O N N nCICINY2OP( 7 d.gOSNmOm. MRRr€3rR, 00000000 7egg (oncoico'" N N N N N W 322222222 CI EYE{e onn800099922 (V a 80000 poo O O C lV N NO a0. 0 M1 rnn n Porl No3.001,06 yo6o0o666 8 0 0 0 0 0 0EE 000000vvi A e333'.33 M1 n n n M1 n P P 333333F 000000vi vi 0 0 0 0 0 0 N N O dO dO0 Yi Yi 13333330 000000gN o c.i4OOOCOOCI Yf nnrnnn-PPS 00000 00,1"1", i O O O O O O N N 2 f Y N Oi O. Oi OiN Oi^ { Y O X I M1 M1 M1 M1 n n P P33333on ACOdCCONNN RRRRRRRIix mOCIN ONOOYE 1 N NNN N N(^.IOC)N haErnmn,mo7 f r f a G O 7 O i m OEc-f n. m yy n cC ipn P6 N m O do r: mmnm^ m Z Y N ON, NOO N V3 m (cmmmmnPm n 4 O13 n,7,§E mFr (cr n aimd6 9immfM Epm 0 oJPmN m P gix8 m-mnmam m 3&vaY N hTd30 O nmm ad daoo m imn io g($2S m fjinE R m O I M1 N2N fV m n(g j FZ.VEEQ;NYNN n m m n n m m 4:4;:::;;;;°A: m R:4:4;:::;;;;°A:4:4;:::;;;;°A: Y m m m Y m nranmaovai-OW4 1 N of m E O n nicv v N arc 0 0 0 Ho- N N Y f V m E a oE°CIIRa$(ENm, °I 0.EN3Y j m m A R g Y V Z P NE DN O(POY R,„ MRRUI o N M1 r q (7 Nrn(O NIS Y nC) Nm P1 O O.- 1p P WY ( l N m b 0 m m motif o v d WHIPppmm yONn lumumm 532n Pon(n3, m O P N oSa b N N m N N A N liEHEEFEEs 0 COoOCDC r PO YOmi W YmP RRRRRRR' a) a, Ca) G a) cja) N C) 0 j a) a_ 0 E O 3 fi O • 9 y al a U y8 CD m N, q 0)p w CI- a N co c t r 0 O m m r- O m 9 0 CTi CI f CV mOIn CV 10)- m m r- m • 9 9 I fO m i e NVYiCDNONNyNhm S)O- 0mN m Nm0e0 C') h' iD-IC^No or99m9 O' O - N A G O O OO O O O O m m O N s '000ONRovi m0 0 0 0 N O N- 0000 9gi N 0 ECDOiOCD CN 7 E DNN 79 V f AmN 9OmN - pc;','; GNNG y my y g d a - d- d novfmaromS cNv E o NO-on rci Dm - E.000COo m Q ofo = - O Z Z 8 m N G f NCV CV E^ 9 CNNNeNOE ooyyO O G O N N O Nff' 8 8 In00.mm0 f E9taN9 -90 N EW. 77 f RioON<m a 8 8 Tememmmmm 1., :t CV CM t!l 0) CV O A N mmrmmfm 9 N --CM Cdim . T0) N m e— 0)— g CDONV;;i CG 1'^ui vimO9 0 0 m 9ov' i vio) L- m f m O m N m Vr N m O r 9 m 9 f 2 n v N N o u N LL mona0NO mN9 - - rN N 9 N m m n7OOC) CM N N N g N m f m m m m N 790)1"-N N 9 f27,'n•-Nm-mNom09mmro9 Z'0) O m• m N 9 e m 4i--COG^YI HN LL NNmNm9: ,e'9C.OmnNOm9 C - C 5 tin 9 N m m o- a RRRRRRR4 9 Cis Nm m O- m AMM9R' 2 ii-m99n 0)9 0 Nr O'Pivi . 0!<2< 9 9 mC'CM O0C9) N t O m m m m f mavis. CV Y N. O t 9N m CO .))m0) iV NCDO.W to-• N r N N m m2Ca-4NN06i+- to90 0)99 C m m CCNOt OCCOO 7 E0 0 0 0 0 00000aio C 50000000 m 99999.9 L.0000000 m 490009,6 N 19.99999 n200000.0 O O o 0 0 m m 000OONN CD O O O O O m m m4-000o97R 9 V O O O O O m m O N 100000NO0vi E'o0000mm ON 200000;Wn ISL T 0 0 0 0 O m m O NiOo9OONHon n9Nmmo l O "i COCNC0C CO RRRRRRRRa N RRRRRRRRa OE N i CM e N N m N m 7 Em N 9 r N m m N ouiloaioo+ 2 m--Nmmto m 8 n O O 0) m O m mMo Lnfmmmm(myQ)0 .tN N N N TN m 9 m N m- 9 m r m 9 f m N--NCCOg 9 N m e- 9 92mONimN; t• -.<1.:99999c1 4NC7 m 266.9 CiN • NNm 9 9 N m m 0- m RRRRRRRRa 3 O 0F 0)N O)9 mON 09Yr ^ CA.--C'1CON , o N 9 9 o m = o"iCR f SN N 9 m m N m So^ N m m a rRRN E' m m m• 9 9 9 N C) M a 8 19..9999EvaoomNo+ri i N ' 14".999",-.9 2'o*Nmmm9 9 4 m C 0 m 9 0 f CO -90'-C"'- [') NCD o e 4 Iri 9 TO m m m m N 9 m IA ITN V C 9--e•-ar t9Nm99rmlo- ti N 9Ntrimr r0)-• N O m N m N Vmi*00DC N IL to 9 o m 9 N 9 9 C^ 0).000000CD 4 9 9 N m m 0- m RRRRRRRRa 9,-,66(140 f• O) O 0000) 0 0 0 M O 900000mM O n m N r N n N 0 N M u) n n N M M n O N N M N O M Y N O O n N+ N Y M 606060 664-66 M r W O O) - rtoNM Nru)Om0 0'9742,4 0M010*.., m N Y m O pN rO) N N N M M 0)m0OY 9-'-NNM N M m m n m O NN ONS) No n n rn n 0 N^ m N N M M Nna0rn 0a6,964 m M m r a 0 90 Cao n N N N 0 C) O N M Maaocmia m Q a o M a 6-0060 0-100(00 n N N O r N M Q 00 O M 0 00 N- O O r 600009 N a M O N M N O") N M 66-6 a N N C a N m-4. m Q 66706 - n g 0 N m N Na NY 4. O 00 C) N o 10NOO- O N m m a m N 00 m 66 66406 666646 I N C) M 969096 r O M O N M N ' 0,00000 r N n O N n N-.-* n a N a q O a 0ip.m Neo NNNaN O) O 8 m z m 0 co a I) co 0 Q W O) 0LL Created. May12. 20 416-041-. 466000 a O 0 0 0z 0 0 0 rya a 0) Q 0 0 a Tto 0 Q r L 10L n Nnrorn f0 m M 0 CO M 01.970W^. c"..,090‘1.9 M M 7 O M- M M o M r N N O O N 0 N NO a O tV a M m r o M- T ^ N O NN N r O O n ONOO) O N 0i mrm 000* CCI^ a O N a tO m o o m o NNaOcoa 6,6606DN ' O NNN M o M a n m ar aMfm %` M 0 660-o 6 C1 M O P O 2 9 0am 0 o0 C0 0 O z a 0 6 N a COQ r 1' a 1' to Q I0 i to LL m u) r 0 m r 0 0* 0 a a 100r0NMON M m O) N O m N M N N O M N N u) C) O N C) 0(0 N O 0 7 O m O 7 Or- N N O r O 015090) Y O m O f N1Mf' O'^ N N Y O m Q M 0^ O m m C,m7 O Ci- 0 0 0 -- N N 0 e) O N C) O N n 0 o n o r M o o MNN:MoNM M O N O M NM0'OMN r o a.o n- M^ N c M N n 0 0) 0 n u) r 0( M O N M tO O 0 D z O 0 m Nn to Q O co m Q co n IL m 7 O) O N 0 n3ONOMN M u)noc)r N N- 0 0 NO 0 a aNnoa", 446.7647 0 O - O O - N o r o N r N M 0 a M 466646 9,1,499.! 0? 00090 M N O O M O 1.7.^9°'79 151500150 M M O O M O A a N O n NadNoaN M m M O M M N O m O N m 90909 9 a M O Y M 03009C0 M M f O M f 600060 r 0 0 0 n 0 N O N- O N r V¢ 0 T 0 0 O 6 n m c C. 0 N. z N. O C. co0. n N- 0 7 N. N. 0 ILL r N NO On u) dN-oa-- M N 0 0 O N a O O N t0 m O m 0 m m 0000000, O N O n N Oc-Nr 000 Nr N M M O N M N Co N O N N 1..1q960 6-0066 6,4,q1=16,? N a 0 ^ 0 W N M O m M N M o o a m q.10996WaOOC)O Y 7 M 0 a M N(1101 fV 0:17'090,0. 4100040 m n O O m 0t!1NNOmot O Q N O O N oN NOM N M m 0) 0 00 M 1",“°9°^9 Q 0 -. A JCma N O CO 8 CO 00 z co 0 m 0. N CO Q m m 77 m m m Q m a L 010.-00a1Nm0MOO0N 0,0604141a 0 0 7 O N Q b tO 7 N fO N f-C,N00 m N O C) fONNNarM m N m O W 00 a000150 N m n O N N O? M O N 990919 m O n o m as o- ooaco 70.107W 0MMaOM a O 0 7 0 0 rNQ00) 0 0 666666 MNO m r M f O r YNONONN ON -COO 090004 a p Q a $ m c i c 0101 0 m na0(Ma00( N N V ¢ 0 T 0 O) 8 C G a e cmm (C o ycm 0 N z r O N N 01Q N 7 O c U, r co0 0 Q 0 Mon m r n 01 u f N mM q. 000000raNONO 0002^'?. a s n E d cc 0 N 8 N z N 0 N N D LL N 3 3„000o.0no0oro 7 N u) P) in U 0 Q> C 0 a cai C Nc al Tab 5 - TwelveMonthMovingAverage ter, FLAreaSelectedProperties A% E Co m m N m nn nn3) pY cOmn Y m0 E m m n n r Z 1N N Om) MtmO gN Gn OCNA.TNnN mpp Y m o noRE Y00 n Y m m N N d)OY Nm pm BpNGg as EmNi ^ Magvo)imn 2 80o Y N N nCQ (ONN E m N m e m N mmoo^ n 2 L mmmN apYN 84n Y tsnr, n)O tmmo, pmm 0.Ni, Om. -Of mTN 75m N V Q.W,A O OmO NmOnmnnr p0101 I()N mmm E n m s m m re um) a p N O Q EMN WW(6. O.. N M O O N Y m8 mN nm N O Q hm rll nmn t7 p? t a ttg C N') N O^ r / m' f4 O N N m1. m g m m ea m N CN) O Y Q m g S^ m TN N C) N ^ m ^ ngmmm m i -r sONO N mtG, N M Y Y m r 4 n g m m m t0 aOaNt7YON Q m 2ngmngn C NNNN^mN 3 gmngms V m m O m m Y N N I r N m n n N n N E.Y m N m IN m m pOi0 'tommmnr LL Z'^mt0 ^NYNm n h m n n n N Y N m N m O) RRRRRR .R 11 1mn m NM<M S mo J QYmFAY` 4 t8 N NM d j n o N O R N not Nmotomf: p p0N00l S m QOm N m oo mo - , m pOgC)..2O m 0 01 0i to m O O O Nm Lm-^ O SoQaoY ggoo1q O)o Y"'{O NS tirrTeN') YRm mm pop mnm tcpm NNPjNMYY1n4N1BO) O O n N m t.N m m Q N O 0 opMNYY^ N Y N m O e IA Na ^ LL rr. ty mNNO^mNp .. ^ mpp m N CYN P) tm) Y00 N p m i0 N m o O^ R9RNR?CCRIN iNN: Ni, sssi 3C^ DO)o0 ^Y)m IL r m N o m m m m mmhNYN m5°' m 0 0 0 RNNRRR Y m D N m m N R E o g g gpe n g N N N N m N m E 1§8§4§44 W N N N N N tm0 2 i p O O O O N O U) o N N N N N 0 m E g o g s g sp nn6NNNNNmN it ppm 3.88888Qn Q N N N N N N m TNm NNm, n 7 g g 8 g g m m NNNNNMg N N N N N m g888v NNNNNe2 yN m N M)NmN N N N N N O ONp 7 pmp N GmG ulpNp ^ npgOgOr0 NNNNNS2 4 N o N o N ^ N m m g O g N N88 N g m 1§§§§§MfioNNNNNN4 LL 2 NNNNNNN 3 8$$$NNm NNNNMnm f N N A m m RR RRRRRRRg C0 E O il*G.t27, rOm)OOeONsmis ER m m Y mN 0felYNhm E Q in to mro tem o O Y N m Y'1 m m t0^) Om) N pN NmD OO)gO y M'm0` tOp m IA N ^ E m Oq m m N N0ON) g W TOp N G e m Q mmm m f o GGm m p N o Y N N 0 m g 0) O) m ^ ^ TYa N ^ m m ^ qOq pOp pp hmOmiO)Om0)min ppO mpp t O) Om) 00) O N m 1 Vp 8O ppmN yNy mtN+l. EQNWWQWN ON) Gmig AO)FN O R g m Q N Y N N g Y I)m81)mogrn LL NNO Cop mS m o$ gNmmIY Y m m N m m N RRRRRR R C 0 E mcNio' of prim Ygs N m O m N N AOVNMIONw oY V C I N npZ--cnv mY m m N m^ Q m 1c`ia vO1Rg YM ii n n N fppfpp N QONmYOC) NN ^ Y O O) N E N N O 01 0 7 N88,V22 0.001 Y)=C N V m M e m N 00101 Co N IA mw tG mGmC)N V 1111nus m Y m N 1Nf10 OtOm ntO O N O^ m MYNNMN R tV PlmYmm strbutonofthis S m' N 8 N 5 a o ym o 0 1. - RYYON NPl m^ n ^ gyO S3 H Rg Lc y p OO y a p W nN O m N 3 3 VmN< mp ana LL pltmthn bGO^ m m Y N N^ e g None N m) A. M YIN NVfelhd WN N O, ONOrivviori v m m A m m RR RRRRRRRR h valueisboxed. 6 i Tab 6 - Twelve Month Moving Average with Percent Change Clearwater, FL Area Selected Properties Job Number: 1261169_ SADIM Staff: SS Created: May 12, 2021 Date ADR RevPar Su. • I Demand This Year Jan 14 76. 1 Feb 14 76. 4 Mar 14 76. 6 Apr 14 77. 7 May 14 78. 1 Jun 14 78. 3 Jul 14 78. 5 Aug 14 77. 9 Sep 14 77. 8 Oct 14 78. 6 Nov 14 78. 4 Chg This Year 114. 12 114. 75 115. 12 115. 96 116. 57 117. 56 118. 15 118. 83 119. 31 119. 48 119. 73 Chg This Year % Chg 86. 88 87. 64 88. 20 90. 09 91. 07 92. 06 92. 73 92. 61 92. 81 93. 88 93. 87 This Year 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 Chg This Year 93, 643 93, 942 94, 239 95, 566 96, 091 96, 317 96, 544 95, 856 95, 683 96, 650 96, 435 Chg Revenue This Year 10, 686, 950 10, 779, 932 10, 849, 174 11, 081, 379 11, 201, 599 11, 323, 388 11, 406, 526 11, 390, 940 11, 416, 241 11, 547, 269 11, 546, 305 Chg Dec 14 78. 8 ; 4. 3 ' 120. 22 5. 6 : 94. 75 >,. 10. 1 123, 005 ;`" 0. 0 96, 946 Jan 15 Feb 15 Mar 15 Apr 15 May 15 Jun 15 Jul 15 Aug 15 Sep 15 Oct 15 Nov 15 79. 3 79. 6 79. 8 80. 2 80. 2 80. 2 80. 5 81. 3 81. 9 81. 9 82. 6 4. 2 4. 2 4. 2 3. 2 2. 6 2. 5 2. 6 4. 3 5. 2 4. 3 5. 3 121. 19 122. 59 124. 15 125. 11 125. 86 125. 93 126. 79 126. 86 127. 22 127. 71 128. 15 6. 2 6. 8 7. 8 7. 9 8. 0 7. 1 7. 3 6. 8 6. 6 6. 9 7. 0 96. 12 97. 53 99. 10 100. 31 100. 90 101. 05 102. 09 103. 15 104. 15 104. 65 105. 79 10. 6 11. 3 12. 4 11. 3 10. 8 9. 8 10. 1 11. 4 12. 2 11. 5 12. 7 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 51= 129. 29 7. 5 107. 05 13. 0 Jan 16 Feb 16 Mar 16 Apr 16 May 16 Jun 16 Jul 16 Aug 16 Sep 16 Oct 16 Nov 16 Jan 17 Feb 17 Mar 17 Apr 17 May 17 Jun 17 Jul 17 Aug 17 Sep 17 Oct 17 82. 6 82. 2 82. 0 81. 5 81. 7 81. 6 81. 3 80. 9 80. 5 79. 6 78. 6 4. 2 3. 4 2. 7 1. 7 1. 9 1. 7 1. 0 0. 5 1. 6 2. 9 4. 8 130. 32 131. 49 133. 06 133. 06 133. 78 134. 60 135. 03 135. 74 136. 30 137. 42 138. 51 7. 5 7. 3 7. 2 6. 4 6. 3 6. 9 6. 5 7. 0 7. 1 7. 6 8. 1 107. 66 108. 14 109. 05 108. 51 109. 30 109. 82 109. 83 109. 79 109. 78 109. 36 108. 81 12. 0 10. 9 10. 0 8. 2 8. 3 8. 7 7. 6 6. 4 5. 4 4. 5 2. 9 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 77. 6 77. 1 76. 9 76. 6 76. 3 76. 0 75. 8 76. 2 76. 9 77. 2 78. 2 6. 7 6. 5 6. 6 6. 4 7. 0 7. 1 6. 3 5. 0 4. 1 1. 7 139. 75 140. 44 141. 51 143. 40 143. 69 144. 21 144. 50 144. 52 145. 40 145. 64 7. 2 6. 8 6. 4 7. 8 7. 4 7. 1 7. 0 6. 5 6. 7 6. 0 107. 73 107. 98 108. 37 109. 40 109. 18 109. 26 110. 07 111. 09 112. 27 113. 92 0. 1 0. 1 0. 6 0. 8 0. 1 0. 5 0. 2 1. 2 2. 3 4. 2 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 97, 554 97, 861 98, 190 98, 622 98, 604 98, 709 99, 045 100, 014 100, 703 100, 794 101, 546 101, 85 101, 619 101, 158 100, 809 100, 308 100, 500 100, 360 100, 051 99, 489 99, 069 97, 892 96, 628 94, 819 94, 573 94, 195 93, 846 93, 467 93, 194 93, 703 94, 553 94, 981 96, 216 4. 2 4. 2 4. 2 3. 2 2. 6 2. 5 2. 6 4. 3 5. 2 4. 3 5. 3 4. 2 3. 4 2. 7 1. 7 1. 9 1. 7 1. 0 0. 5 1. 6 2. 9 4. 8 6. 7 6. 5 6. 6 6. 4 7. 0 7. 1 6. 3 5. 0 4. 1 1. 7 11, 822, 890 11, 997, 223 12, 189, 804 12, 338, 695 12, 410, 611 12, 430, 121 12, 558, 100 12, 688, 148 12, 81 1, 248 12, 872, 488 13, 012, 946 10. 6 11. 3 12. 4 11. 3 10. 8 9. 8 10. 1 11. 4 12. 2 11. 5 12. 7 13, 243, 315 13, 301 , 674 13, 413, 329 13, 347, 192 13, 445, 038 13, 507, 995 13, 510, 091 13, 504, 698 13, 503, 019 13, 451, 995 13, 384, 170 13, 251, 406 13, 281, 790 13, 329, 965 13, 457, 298 13, 430, 245 13, 439, 127 13, 539, 683 13, 664, 350 13, 809, 898 14, 012, 593 12. 0 10. 9 10. 0 8. 2 8. 3 8. 7 7. 6 6. 4 5. 4 4. 5 2. 9 0. 1 0. 1 0. 6 0. 8 0. 1 0. 5 0. 2 1. 2 2. 3 4. 2 Tab 6 - Twelve Month Moving Average with Percent Change Clearwater, FL Area Selected Properties Job Number: 1261169_ SADiM Staff: SS Created: May 12, 2021 Occu. n ADR RevPar Su. . I Demand Revenue This Year Nov 17 78. 7 79: 3 Jan 18 79. 5 Feb 18 79. 7 Mar 18 79. 8 Apr 18 80. 1 May 18 80. 7 Jun 18 81. 2 Jul 18 81. 1 Aug 18 81. 2 Sep 18 81. 6 Oct 18 79. 8 Nov 18 79. 4 Chg This Year % Chg This Year 0. 2 145. 39 5. 0 114. 44 2. 3 144. 89 4. 2 ' 114. 96 3. 1 144. 10 3. 1 114. 53 3. 6 144. 12 2. 6 114. 80 4. 2 144. 99 2. 5 115. 66 5. 0 144. 36 0. 7 115. 65 6. 2 143. 92 0. 2 116. 09 7. 2 144. 03 - 0. 1 116. 99 6. 4 144. 27 - 0. 2 116. 96 5. 7 144. 32 - 0. 1 117. 26 5. 7 143. 47 - 1. 3 117. 05 2. 1 143. 25 - 1. 6 114. 35 0. 9 143. 17 - 1. 5 113. 67 Chg 5. 2 6. 3 6. 3 6. 7 5. 7 6. 3 7. 1 6. 3 5. 6 4. 3 0. 4 0. 7 This Year 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 123, 005 125, 578 128, 068 Chg 3. 21 Jan 19 Feb 19 Mar 19 Apr 19 May 19 Jun 19 Jul 19 Aug 19 Sep 19 Oct 19 Nov 19 78. 4 78. 3 78. 4 78. 6 78. 4 78. 3 77. 8 76. 7 75. 6 76. 4 76. 8 1. 4 1. 7 1. 7 1. 9 2. 8 3. 6 4. 0 5. 6 7. 3 4. 3 3. 2 144. 71 147. 20 150. 38 152. 26 153. 08 152. 55 152. 36 152. 00 151. 44 150. 57 150. 03 0. 4 2. 1 3. 7 5. 5 6. 4 5. 9 5. 6 5. 3 5. 6 5. 1 4. 8 Dec 19' 77. 2 2. 1 Jan 20 Feb 20 Mar 20 Apr 20 May 20 Jun 20 Jul 20 Aug 20 Sep 20 Oct 20 Nov 20 Jan 21 Feb 21 Mar 21 78. 2 78. 9 75. 5 69. 5 65. 8 63. 4 61. 1 59. 9 59. 3 58. 2 57. 0 0. 2 0. 8 3. 8 11. 6 16. 0 19. 0 21. 4 21. 9 21. 5 23. 8 25. 8 149. 93 151. 95 148. 79 146. 08 144. 38 143. 63 142. 67 141. 75 141. 14 140. 05 139. 02 4. 9 - 28. 8,; 137. 50 52. 3 50. 3 53. 5 33. 2 36. 2 29. 1 134. 22 125. 98 126. 35 3. 6 3. 2 1. 1 4. 1 5. 7 5. 8 6. 4 6. 7 6. 8 7. 0 7. 3 113. 43 115. 30 117. 95 119. 61 120. 04 119. 43 118. 57 116. 53 114. 49 115. 08 115. 25 1. 0 0. 4 2. 0 3. 4 3. 4 2. 1 1. 4 0. 6 2. 2 0. 6 1. 4 133, 245 135, 597 138, 201 140, 721 143, 325 148, 485 153, 817 159, 149 164, 309 167, 068 169, 738 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 2. 1 4. 1 8. 3 10. 2 12. 4 14. 4 16. 5 20. 7 25. 0 29. 4 33. 6 33. 0 32. 5 117. 26 119. 92 112. 28 101. 46 95. 07 91. 09 87. 24 84. 84 83. 73 81. 52 79. 25 8. 3 75. 51 10. 5 17. 1 15. 1 70. 13 63. 38 67. 64 3. 4 4. 0 4. 8 15. 2 20. 8 23. 7 26. 4 27. 2 26. 9 29. 2 31. 2 34. 8 40. 2 47. 1 39. 8 175, 225 177, 689 180, 417 183, 057 185, 785 185, 785 185, 785 185, 785 185, 785 185, 785 185, 785 31. 5 31. 0 30. 5 30. 1 29. 6 25. 1 20. 8 16. 7 13. 1 11. 2 9. 5 185, 785 `:' 7. 7 185, 785 185, 785 185, 785 6. 0 4. 6 3. 0 This Year 96, 814 97, 763 97, 979 98, 122 98, 540 99, 216 99, 915 99, 716 99, 940 100, 351 100, 245 101, 678 r 1 104, 444 106, 213 108, 403 110, 546 112, 392 116, 249 119, 711 122, 006 124, 222 127, 696 130, 388 137, 041 140, 230 136, 146 127, 147 122, 328 117, 826 113, 601 111, 199 110, 211 108, 138 105, 910 102, 034 97, 077 93, 475 99, 457 Chg 0. 2 3. 1 3. 6 4. 2 5. 0 6. 2 7. 2 6. 4 5. 7 5. 7 4. 2 5. 0 6. 8 8. 4 10. 5 12. 2 13. 3 16. 3 20. 1 22. 1 23. 8 27. 4 28. 2 31. 2 32. 0 25. 6 15. 0 8. 8 1. 4 5. 1 8. 9 11. 3 15. 3 18. 8 29. 2 33. 3 26. 9 This Year 14, 076, 239 14, 087, 573 14, 121, 035 14, 227, 066 14, 225, 158 14, 279, 490 14, 390, 366 14, 386, 522 14, 423, 073 14, 397, 577 14, 360, 301 14, 556, 957 15, 114, 247 15, 634, 354 16, 301, 183 16, 831, 329 17, 204, 590 17, 733, 949 18, 238, 747 18, 545, 358 18, 812, 131 19, 226, 954 19, 562, 325 20, 546, 045 21, 308, 551 20, 257, 292 18, 573, 659 17, 661, 798 16, 923, 343 16, 207, 646 15, 762, 369 15, 555, 252 15, 144, 393 14, 723, 798 13, 029, 598 11, 775, 781 12, 566, 390 Chg 5. 2 6. 3 6. 3 6. 7 5. 7 6. 3 7. 1 6. 3 5. 6 4. 3 2. 5 3. 4 7. 3 10. 7 14. 6 18. 3 20. 5 23. 2 26. 8 28. 6 30. 7 33. 9 34. 4 35. 9 36. 3 24. 3 10. 4 2. 7 4. 6 11. 1 15. 0 17. 3 21. 2 24. 7 36. 6 44. 7 38. 0 This STR Report is a publication of STR, LLC and STR Global, Ltd., CoStar Group companies, and is intended solely for use by paid subscribers. The information in the STIR Report is provided on an " as is" and " as available" basis and should not be construed as investment, tax, accounting or legal advice. Reproduction or distribution of this STR Report, in whole or part, without written permission is prohibited and subject to legal action. If you have received this report and are NOT a subscriber to this STR Report, please contact us immediately. Source: 2021 STR, LLC ! STR Global, Ltd. trading as " STR". © CoStar Realty Information, Inc. Tab 7 - Day of Week Analysis Clearwater, FL Area Seiected Properties Job Number: 1261169 _ SADIM Staff: SS Created: May 12, 2021 Occu• nc (%) Sun Mon Tue Wed Thu Fri Sat Total Month Apr - 20 10. 5 12. 7 12. 8 14. 2 13. 3 9. 8 11. 6 12. 2 May - 20 37. 4 28. 4 33. 4 34. 2 33. 8 40. 0 55. 3 38. 2 Jun - 20 42. 6 42. 2 47. 3 50. 0 50. 2 64. 9 75. 3 52. 7 Jul - 20 38. 3 40. 2 43. 4 46. 8 50. 8 63. 9 77. 0 51. 7 Aug - 20 38. 3 40. 3 46. 3 48. 1 47. 5 64. 1 75. 5 51. 4: Sep - 20 54. 4 46. 0 50. 3 51. 8 51. 7 64. 3 78. 61 56. 3' Oct - 20 50. 0 54. 1 58. 5 58. 2 58. 7 68. 8 77. 1' 61. 5 Nov - 20 49. 2 54. 3 58. 3 59. 4 65. 4 71. 6 75. 0 61. 2 Dec - 20 44. 0 48. 7 51. 6 52. 3 55. 2 51. 5 58. 0 51. 7 Jan - 21 42. 8 44. 2 48. 5 51. 4 53. 0 60. 2 61. 8, 52. 0 Feb - 21 67. 4 59. 5 58. 3 57. 9 61. 8 73. 9 88. 7' 66. 81 Mar - 21 82. 3 81. 5 82. 4 88. 5 87. 5 92. 9 95. 11 86. 91 Total Year 46. 1 46. 7 49. 9 51. 0 51. 8 60. 3 69. 0 53. 5 ADR Apr - 20 May - 20 Jun - 20 Jul - 20 Aug - 20 Sep - 20 Oct - 20 Nov - 20 Dec - 20 Jan - 21 Feb - 21 Mar - 21 Total Year Sun 103. 37 109. 87 106. 65 112. 84 104. 57 111. 80 102. 98 107. 02 109. 44 115. 39 158. 43 169. 52 122. 72 Mon 104. 15 100. 42 113. 27 108. 96 103. 93 102. 23 102. 17 105. 95 110. 69 114. 40 141. 94 167. 38 120. 54 Tue 106. 49 98. 13 111. 62 111. 94 104. 37 102. 00 104. 78 107. 63 108. 81 116. 21 137. 22 170. 54 120. 13 Wed 104. 95 97. 90 112. 19 112. 82 104. 58 106. 16 104. 84 109. 84 114. 22 113. 07 138. 65 168. 54 121. 12 Thu 98. 71 99. 77 108. 87 112. 64 105. 05 103. 25 107. 73 113. 46 125. 65 114. 02 143. 46 167. 33 121. 03 Fri 103. 41 105. 95 123. 07 125. 31 111. 92 119. 50 122. 16 119. 80 120. 48 131. 30 171. 13 200. 86 134. 71 Sat 101. 38 117. 941, 129. 50 132. 96 115. 66, 124. 25 121. 11 125. 26 121. 41 128. 84 180. 32 205. 05 137. 83' Total Month 103. 12 106. 32 116. 32' 118. 67 108. 33 110. 88 111. 19 113. 20 116. 21 120. 45 155. 42 178. 25 126. 35 RevPAR Apr - 20 May - 20 Jun - 20 Jul - 20 Aug - 20 Sep - 20 Oct - 20 Nov - 20 Dec - 20 Jan - 21 Feb - 21 Mar - 21 Total Year Sun 10. 84 41. 05 45. 47 43. 23 40. 03 60. 83 51. 54 52. 61 48. 10 49. 40 106. 84 139. 46 56. 55 Mon 13. 20 28. 55 47. 80 43. 83 41. 90 46. 99 55. 30 57. 49 53. 87 50. 52 84. 50 136. 34 56. 24 Tue 13. 60 32. 77 52. 76 48. 60 48. 36 51. 33 61. 29 62. 75 56. 19 56. 36 80. 00 140. 52 59. 98 Wed 14. 92 33. 46 56. 15 52. 75 50. 30 54. 96 60. 97 65. 28 59. 73 58. 09 80. 29 149. 18 61. 81 Thu 13. 15 33. 76 54. 70 57. 27 49. 91 53. 34 63. 24 74. 17 69. 39 60. 47 88. 64 146. 35 62. 70 Fri 10. 14 42. 41 79. 91 80. 11 71. 78 76. 87 84. 05 85. 79 62. 02 79. 00 126. 41 186. 50 81. 26 Sat Total Month 11. 76 12. 62 65. 19 40. 56 97. 51 61. 26 102. 391 61. 38, 87. 33' 55. 73 97. 68' 62. 48 93. 37 68. 38 94. 011 69. 28'. 70. 41. 60. 13 79. 58i 62. 63 159. 95' 103. 80 195. 01i 154. 82 95. 04. 67. 64 Three Year Occu • : ncy (%) Apr 18 - Mar 19 Apr 19 - Mar 20 Apr 20 - Mar 21 Total 3 Yr Sun 66. 1 61. 8 46. 1 57. 3 Mon 74. 9 72. 9 46. 7 63. 8 Tue 79. 9 78. 1 49. 9 68. 3 Wed 81. 6 78. 7 51. 0 69. 1 Thu 78. 2 74. 5 51. 8 67. 2 Fri 81. 5 78. 6 60. 3 72. 7 Sat 87. 0 83. 6 69. 0 79. 2 Total Year 78. 4 75. 5 53. 5 68. 2 Three Year ADR Apr 18- Mar 19 Apr 19 - Mar 20 Apr 20- Mar21 Total 3 Yr Sun 141. 14 138. 53 122. 72 134. 70 Mon 147. 12 144. 33 120. 54 138. 86 Tue 151. 28 149. 57 120. 13 142. 23 Wed 151. 82 149. 00 121. 12 142. 23 Thu 148. 94 145. 04 121. 03 139. 46 Fri 153. 07 154. 58 134. 71 148. 03 Sat 156. 90 157. 31 137. 83 150. 93 Total Year 150. 38 148. 79 126. 35 142. 80 Three Year RevPAR Apr 18- Mar 19 Apr 19 - Mar 20 Apr 20 - Mar 21 Total 3 Yr Sun 93. 35 85. 67 56. 55 77. 13 Mon 110. 24 105. 19 56. 24 88. 64 Tue 120. 80 116. 81 59. 98 97. 09 Wed 123. 87 117. 19 61. 81 98. 34 Thu 116. 49 108. 07 62. 70 93. 65 Fri 124. 79 121. 56 81. 26 107. 58 Sat 136. 55 131. 55 95. 04 119. 47 Total Year 117. 95 112. 28 67. 64 This STR Report is a publication of STR, LLC and STR Global, Ltd., CoStar Group companies, and is intended solely for use by paid subscribers. The information in the STR Report is provided on an ' as is- and ' as available' basis and should not be construed as investment, tax, accounting or legal advice. Reproduction or distribution of this STR Report, in whole or part, without written permission is prohibited and subject to legal action. If you have received this report and are NOT a subscriber to this STR Report, please contact us immediately. Source: 2021 STR, LLC / STR Global. Ltd. trading as' STW. © Costar Realty Information, Inc. 97. 39 Tab 8 - Raw Data Clearwater, FL Area Selected Properties c Number: 1261169_ SADIM Staff: SS Created: May 12, 2021 Date .: n y ,.- : r pply .., i.,. 1e% Jan 13 Feb 13 Mar 13 Apr 13 May 13 Jun 13 Jul 13 Aug 13 Sep 13 Oct 13 Nov 13 Dec 13 Jan 14 Feb 14 Mar 14 Apr 14 May 14 Jun 14 Jul 14 Aug 14 Sep 14 Oct 14 Nov 14 Dec 14 Jan 15 Feb 15 Mar 15 Apr 15 May 15 Jun 15 Jul 15 Aug 15 Sep 15 Oct 15 Nov 15 Dec 15 Jan 16 Feb 16 Mar 16 Apr 16 May 16 Jun 16 Jul 16 Aug 16 Sep 16 Oct 16 Nov 16 Dec 16 This Year % Chg 68. 9 85. 3 91. 7 73. 2 76. 5 79. 8 80. 0 71. 1 63. 7 69. 8 75. 0 72. 7 75. 2 88. 5 94. 5 86. 3 81. 6 82. 1 82. 2 64. 6 62. 0 79. 1 72. 8 77. 6 81. 0 91. 7 97. 6 90. 6 81. 4 83. 1 85. 4 73. 8 68. 8 79. 9 80. 3 80. 6 78. 8 86. 8 94. 3 85. 6 83. 2 81. 7 82. 5 68. 5 64. 7 68. 7 67. 8 69. 0 This This % Rooms STAR Year % Chg Year % Chg This Year % Chg This Year % Chg This Year % Chg Census Props Census Rooms Participants 111. 88 77. 10 10, 447 7, 199 805, 445 4 337 100. 0 131. 85 112. 45 9, 436 8, 048 1, 061, 098 4 337 100. 0 157. 61 144. 45 10, 447 9, 575 1, 509, 080 4 337 100. 0 122. 45 89. 59 10, 110 7, 397 905, 740 4 337 100. 0 107. 71 82. 45 10, 447 7, 997 861, 363 4 337 100. 0 101. 67 81. 16 10, 110 8, 070 820, 496 4 337 100. 0 104. 00 83. 23 10, 447 8, 361 869, 546 4 337 100. 0 100. 62 71. 58 10, 447 7, 432 747, 797 4 337 100. 0 97. 43 62. 07 10, 110 6, 441 627, 567 4 337 100. 0 105. 36 73. 54 10, 447 7, 292 768, 290 4 337 100. 0 107. 05 80. 24 10, 110 7, 578 811, 199 4 337 100. 0 104. 53 76. 04 10, 447 7, 600 794, 442 4 337 100. 0 9. 1 115. 94 3. 6 87. 14 13. 0 10, 447 0. 0 7, 852 9. 1 910, 332 13. 0 4 337 100. 0 3. 7 138. 26 4. 9 122. 31 8. 8 9, 436 0. 0 8, 347 3. 7 1, 154, 080 8. 8 4 337 100. 0 3. 1 159. 88 1. 4 151. 08 4. 6 10, 447 0. 0 9, 872 3. 1 1, 578, 322 4. 6 4 337 100. 0 17. 9 130. 44 6. 5 112. 56 25. 6 10, 110 0. 0 8, 724 17. 9 1, 137, 945 25. 6 4 337 100. 0 6. 6 115. 18 6. 9 93. 96 14. 0 10, 447 0. 0 8, 522 6. 6 981, 583 14. 0 4 337 100. 0 2. 8 113. 58 11. 7 93. 20 14. 8 10, 110 0. 0 8, 296 2. 8 942, 285 14. 8 4 337 100. 0 2. 7 110. 93 6. 7 91. 19 9. 6 10, 447 0. 0 8, 588 2. 7 952, 684 9. 6 4 337 100. 0 9. 3 108. 57 7. 9 70. 09 - 2. 1 10, 447 0. 0 6, 744 - 9. 3 732, 211 - 2. 1 4 337 100. 0 2. 7 104. 16 6. 9 64. 58 4. 0 10, 110 0. 0 6, 268 - 2. 7 652, 868 4. 0 4 337 100. 0 13. 3 108. 89 3. 3 86. 08 17. 1 10, 447 0. 0 8, 259 13. 3 899, 318 17. 1 4 337 100. 0 2. 8 110. 04 2. 8 80. 14 - 0. 1 10, 110 0. 0 7, 363 - 2. 8 810, 235 - 0. 1 4 337 100. 0 6. 7 111. 33 6. 5 86. 44 13. 7 10, 447 0. 0 8, 111 6. 7 903, 020 13. 7 4 337 100. 0 7. 7 127. 46 9. 9 103. 22 18. 5 10, 447 0. 0 8, 460 7. 7 1, 078, 339 18. 5 4 337 100. 0 3. 7 153. 50 11. 0 140. 78 15. 1 9, 436 0. 0 8, 654 3. 7 1, 328, 413 15. 1 4 337 100. 0 3. 3 173. 60 8. 6 169. 51 12. 2 10, 447 0. 0 10, 201 3. 3 1, 770, 903 12. 2 4 337 100. 0 5. 0 140. 55 7. 7 127. 28 13. 1 10, 110 0. 0 9, 156 5. 0 1, 286, 836 13. 1 4 337 100. 0 0. 2 123. 88 7. 6 100. 84 7. 3 10, 447 0. 0 8, 504 - 0. 2 1, 053, 499 7. 3 4 337 100. 0 1. 3 114. 49 0. 8 95. 13 2. 1 10, 110 0. 0 8, 401 1. 3 961, 795 2. 1 4 337 100. 0 3. 9 121. 10 9. 2 103. 44 13. 4 10, 447 0. 0 8, 924 3. 9 1, 080, 663 13. 4 4 337 100. 0 14. 4 111. 79 3. 0 82. 54 17. 8 10, 447 0. 0 7, 713 14. 4 862, 259 17. 8 4 337 100. 0 11. 0 111. 54 7. 1 76. 75 18. 9 10, 110 0. 0 6, 957 11. 0 775, 968 18. 9 4 337 100. 0 1. 1 115. 04 5. 6 91. 95 6. 8 10, 447 0. 0 8, 350 1. 1 960, 558 6. 8 4 337 100. 0 10. 2 117. 15 6. 5 94. 03 17. 3 10, 110 0. 0 8, 115 10. 2 950, 693 17. 3 4 337 100. 0 3. 8 125. 74 12. 9 101. 30 17. 2 10, 447 0. 0 8, 416 3. 8 1, 058, 232 17. 2 4 337 100. 0 2. 7 140. 19 10. 0 110. 41 7. 0 10, 447 0. 0 8, 228 - 2. 7 1, 153, 496 7. 0 4 337 100. 0 5. 3 169. 26 10. 3 146. 97 4. 4 9, 436 0. 0 8, 193 - 5. 3 1, 386, 772 4. 4 4 337 100. 0 3. 4 191. 08 10. 1 180. 20 6. 3 10, 447 0. 0 9, 852 - 3. 4 1, 882, 558 6. 3 4 337 100. 0 5. 5 141. 04 0. 4 120. 74 - 5. 1 10, 110 0. 0 8, 655 - 5. 5 1, 220, 699 - 5. 1 4 337 100. 0 2. 3 132. 40 6. 9 110. 21 9. 3 10, 447 0. 0 8, 696 2. 3 1, 151, 345 9. 3 4 337 100. 0 1. 7 124. 05 8. 4 101. 36 6. 5 10, 110 0. 0 8, 261 - 1. 7 1, 024, 752 6. 5 4 337 100. 0 3. 5 125. 68 3. 8 103. 64 0. 2 10, 447 0. 0 8, 615 - 3. 5 1, 082, 759 0. 2 4 337 100. 0 7. 3 119. 82 7. 2 82. 02 - 0. 6 10, 447 0. 0 7, 151 - 7. 3 856, 866 - 0. 6 4 337 100. 0 6. 0 118. 45 6. 2 76. 59 - 0. 2 10, 110 0. 0 6, 537 - 6. 0 774, 289 - 0. 2 4 337 100. 0 14. 1 126. 80 10. 2 87. 06 - 5. 3 10, 447 0. 0 7, 173 - 14. 1 909, 534 - 5. 3 4 337 100. 0 15. 6 128. 87 10. 0 87. 33 - 7. 1 10, 110 0. 0 6, 851 - 15. 6 882, 868 - 7. 1 4 337 100. 0 14. 4 129. 96 3. 4 89. 63 - 11. 5 10, 447 0. 0 7, 205 - 14. 4 936, 332 - 11. 5 4 337 100. 0 Tab 8 - Raw Data Clearwater, FL Area Selected Properties Job Number: 1261169_ SADIM Staff: SS Created: May 12, 2021 Date Jan 17 Feb 17 Mar 17 Apr 17 May 17 Jun 17 Jul 17 Aug 17 Sep 17 Oct 17 Nov 17 Dec 17 Jan 18 Feb 18 Mar 18 Apr 18 May 18 Jun 18 Jul 18 Aug 18 Sep 18 Oct 18 Nov 18 Dec 18 Jan 19 Feb 19 Mar 19 Apr 19 May 19 Jun 19 Jul 19 Aug 19 Sep 19 Oct 19 Nov 19 Dec 19 Jan 20 Feb 20 Mar 20 Apr 20 May 20 Jun 20 Jul 20 Aug 20 Sep 20 Oct 20 Nov 20 Dec 20 Occupancy ADR RevPar Supply Demand This Year 73. 0 84. 2 90. 7 82. 2 79. 6 79. 0 87. 3 76. 6 68. 9 80. 5 73. 7 76. 4 74. 7 86. 5 92. 1 86. 3 86. 1 85. 9 85. 4 78. 7 73. 0 63. 8 70. 5 71. 3 71. 0 84. 3 90. 5 86. 0 83. 1 82. 1 78. 5 66. 7 62. 8 74. 6 75. 8 76. 3 83. 4 92. 1 48. 9 12. 2 38. 2 52. 7 51. 7 51. 4 56. 3 61. 5 61. 2 51. 7 This Chg Year 7. 3 149. 76 3. 0 178. 33 3. 8 203. 79 4. 0 162. 30 4. 4 135. 18 3. 3 129. 40 5. 9 129. 69 11. 9 122. 68 6. 5 132. 07 17. 2 132. 28 8. 7 127. 07 10. 8 125. 29 2. 2 139. 74 2. 7 177. 71 1. 5 211. 79 5. 0 154. 30 8. 1 131. 06 8. 8 131. 75 2. 2 132. 15 2. 8 123. 78 5. 9 121. 25 20. 8 129. 48 4. 3 128. 71 6. 7 132. 92 4. 9 152. 54 2. 6 198. 42 1. 7 228. 98 0. 3 172. 66 3. 5 143. 18 4. 4 133. 44 8. 1 135. 97 15. 3 125. 92 13. 9 121. 05 17. 0 126. 51 7. 5 127. 75 7. 0 136. 48 17. 5 151. 03 9. 3 208. 31 45. 9 213. 95 85. 8 103. 12 54. 1 106. 32 35. 9 116. 32 34. 1 118. 67 22. 8 108. 33 10. 3 110. 88 17. 6 111. 19 19. 3 113. 20 32. 2 116. 21 This Chg Year % Chg 6. 8 109. 37 - 0. 9 5. 4 150. 19 2. 2 6. 7 184. 81 2. 6 15. 1 133. 34 10. 4 2. 1 107. 62 - 2. 3 4. 3 102. 24 0. 9 3. 2 113. 27 9. 3 2. 4 93. 95 14. 5 11. 5 90. 98 18. 8 4. 3 106. 46 22. 3 1. 4 93. 62 7. 2 3. 6 95. 75 6. 8 6. 7 104. 34 - 4. 6 0. 3 153. 73 2. 4 3. 9 194. 96 5. 5 4. 9 133. 15 - 0. 1 3. 0 112. 82 4. 8 1. 8 113. 21 10. 7 1. 9 112. 90 - 0. 3 0. 9 97. 45 3. 7 8. 2 88. 46 - 2. 8 2. 1 82. 56 - 22. 5 1. 3 90. 73 - 3. 1 6. 1 94. 76 - 1. 0 9. 2 108. 33 3. 8 11. 7 167. 18 8. 7 8. 1 207. 16 6. 3 11. 9 148. 56 11. 6 9. 2 118. 91 5. 4 1. 3 109. 62 - 3. 2 2. 9 106. 74 - 5. 5 1. 7 83. 95 - 13. 9 0. 2 76. 04 - 14. 0 2. 3 94. 42 14. 4 0. 7 96. 83 6. 7 2. 7 104. 15 9. 9 1. 0 125. 99 16. 3 5. 0 191. 78 14. 7 6. 6 104. 72 - 49. 5 40. 3 12. 62 - 91. 5 25. 7 40. 56 - 65. 9 12. 8 61. 26 - 44. 1 12. 7 61. 38 - 42. 5 14. 0 55. 73 - 33. 6 8. 4 62. 48 - 17. 8 12. 1 68. 38 - 27. 6 11. 4 69. 28 - 28. 4 14. 9 60. 13 - 42. 3 Rooms STAR This Year % Chg This Year % Chg This Year % Chg Census Props Census Rooms Participants 10, 447 0. 0 7, 630 - 7. 3 1, 142, 632 - 0. 9 4 337 100. 0 9, 436 0. 0 7, 947 - 3. 0 1, 417, 156 2. 2 4 337 100. 0 10, 447 0. 0 9, 474 - 3. 8 1, 930, 733 2. 6 4 337 100. 0 10, 110 0. 0 8, 306 - 4. 0 1, 348, 032 10. 4 4 337 100. 0 10, 447 0. 0 8, 317 - 4. 4 1, 124, 292 - 2. 3 4 337 100. 0 10, 110 0. 0 7, 988 - 3. 3 1, 033, 634 0. 9 4 337 100. 0 10, 447 0. 0 9, 124 5. 9 1, 183, 315 9. 3 4 337 100. 0 10, 447 0. 0 8, 001 11. 9 981, 533 14. 5 4 337 100. 0 10, 110 0. 0 6, 965 6. 5 919, 837 18. 8 4 337 100. 0 10, 447 0. 0 8, 408 17. 2 1, 112, 229 22. 3 4 337 100. 0 10, 110 0. 0 7, 449 8. 7 946, 514 7. 2 4 337 100. 0 10, 447 0. 0 7, 984 10. 8 1, 000, 303 6. 8 4 337 100. 0 10, 447 0. 0 7, 800 2. 2 1, 089, 995 - 4. 6 4 337 100. 0 9, 436 0. 0 8, 163 2. 7 1, 450, 618 2. 4 4 337 100. 0 10, 447 0. 0 9, 617 1. 5 2, 036, 764 5. 5 4 337 100. 0 10, 110 0. 0 8, 724 5. 0 1, 346, 124 - 0. 1 4 337 100. 0 10, 447 0. 0 8, 993 8. 1 1, 178, 624 4. 8 4 337 100. 0 10, 110 0. 0 8, 687 8. 8 1, 144, 510 10. 7 4 337 100. 0 10, 447 0. 0 8, 925 - 2. 2 1, 179, 471 - 0. 3 4 337 100. 0 10, 447 0. 0 8, 225 2. 8 1, 018, 084 3. 7 4 337 100. 0 10, 110 0. 0 7, 376 5. 9 894, 341 - 2. 8 4 337 100. 0 13, 020 24. 6 8, 302 - 1. 3 1, 074, 953 - 3. 4 5 420 100. 0 12, 600 24. 6 8, 882 19. 2 1, 143, 170 20. 8 5 420 100. 0 13, 020 24. 6 9, 282 16. 3 1, 233, 808 23. 3 5 420 100. 0 13, 051 24. 9 9, 268 18. 8 1, 413, 780 29. 7 5 421 100. 0 11, 788 24. 9 9, 932 21. 7 1, 970, 725 35. 9 5 421 100. 0 13, 051 24. 9 11, 807 22. 8 2, 703, 593 32. 7 5 421 100. 0 12, 630 24. 9 10, 867 24. 6 1, 876, 270 39. 4 5 421 100. 0 13, 051 24. 9 10, 839 20. 5 1, 551, 885 31. 7 5 421 100. 0 15, 270 51. 0 12, 544 44. 4 1, 673, 869 46. 3 6 509 82. 7 15, 779 51. 0 12, 387 38. 8 1, 684, 269 42. 8 6 509 100. 0 15, 779 51. 0 10, 520 27. 9 1, 324, 695 30. 1 6 509 100. 0 15, 270 51. 0 9, 592 30. 0 1, 161, 114 29. 8 6 509 100. 0 15, 779 21. 2 11, 776 41. 8 1, 489, 776 38. 6 6 509 100. 0 15, 270 21. 2 11, 574 30. 3 1, 478, 541 29. 3 6 509 100. 0 15, 779 21. 2 12, 041 29. 7 1, 643, 389 33. 2 6 509 100. 0 15, 779 20. 9 13, 162 42. 0 1, 987, 919 40. 6 6 509 100. 0 14, 252 20. 9 13, 121 32. 1 2, 733, 231 38. 7 6 509 100. 0 15, 779 20. 9 7, 723 - 34. 6 1, 652, 334 - 38. 9 6 509 100. 0 15, 270 20. 9 1, 868 - 82. 8 192, 637 - 89. 7 6 509 100. 0 15, 779 20. 9 6, 020 - 44. 5 640, 024 - 58. 8 6 509 100. 0 15, 270 0. 0 8, 042 - 35. 9 935, 414 - 44. 1 6 509 100. 0 15, 779 0. 0 8, 162 - 34. 1 968, 572 - 42. 5 6 509 100. 0 15, 779 0. 0 8, 118 - 22. 8 879, 418 - 33. 6 6 509 100. 0 15, 270 0. 0 8, 604 - 10. 3 953, 997 - 17. 8 6 509 100. 0 15, 779 0. 0 9, 703 - 17. 6 1, 078, 917 - 27. 6 6 509 100. 0 15, 270 0. 0 9, 346 - 19. 3 1, 057, 946 - 28. 4 6 509 100. 0 15, 779 0. 0 8, 165 - 32. 2 948, 829 - 42. 3 6 509 100. 0 Tab 8 - Raw Data Clearwater, FL Area Selected Properties Job Number: 1261169 SADIM Staff: SS Date Jan 21 Feb 21 Mar 21 Created: May 12, 2021 Occupancy ADR RevPar Supply This This This Year '/ o Chg Year % Chg Year % Chg 52. 0 - 37. 7 120. 45 - 20. 3 62. 63 - 50. 3 66. 8 - 27. 5 155. 42 - 25. 4 103. 80 - 45. 9 86. 9 77. 5 178. 25 - 16. 7 154. 82 47. 8 Demand This Year % Chg This Year % Chg This Year 15, 779 0. 0 8, 205 - 37. 7 988, 279 14, 252 0. 0 9, 519 - 27. 5 1, 479, 414 15, 779 0. 0 13, 705 77. 5 2, 442, 943 Chg Census Props Census 50. 3 6 45. 9 6 47. 8 6 Rooms STAR Rooms Participants 509 100. 0 509 100. 0 509 100. 0 This STR Report is a publication of STR, LLC and STR Global, Ltd., CoStar Group companies, and is intended solely for use by paid subscribers. The information in the STR Report is provided on an " as is" and " as available" basis and should not be construed as investment, tax, accounting or legal advice. Reproduction or distribution of this STR Report, in whole or part, without written permission is prohibited and subject to legal action. If you have received this report and are NOT a subscriber to this STR Report, please contact us immediately. Source: 2021 STR, LLC / STR Global, Ltd. trading as " STR". © CoStar Realty Information, Inc. Tab 9 - Classic Clearwater, FL Area Selected Properties Job Number: 1261169_ SADIM Staff: SS Created: May 12, 2021 Date Occu. anc ` ADR RevPar Sup. Iy Demand Revenue Census & Sam • le % This Year Jan 13 Feb 13 Mar 13 Apr 13 May 13 Jun 13 Jul 13 Aug 13 Sep 13 Oct 13 Nov 13 Dec 13 68. 9 85. 3 91. 7 73. 2 76. 5 79. 8 80. 0 71. 1 63. 7 69. 8 75. 0 72. 7 Chg This Year % Chg This Year % Chg 111. 88 77. 10 131. 85 112. 45 157. 61 144. 45 122. 45 89. 59 107. 71 82. 45 101. 67 81. 16 104. 00 83. 23 100. 62 71. 58 97. 43 62. 07 105. 36 73. 54 107. 05 80. 24 104. 53 76. 04 This Year 10, 447 9, 436 10, 447 10, 110 10, 447 10, 110 10, 447 10, 447 10, 110 10, 447 10, 110 10, 447 Chg Rooms STAR This Year % Chg This Year % Chg Census Props Census Rooms Participants 7, 199 805, 445 4 337 100. 0 8, 048 1, 061, 098 4 337 100. 0 9, 575 1, 509, 080 4 337 100. 0 7, 397 905, 740 4 337 100. 0 7, 997 861, 363 4 337 100. 0 8, 070 820, 496 4 337 100. 0 8, 361 869, 546 4 337 100. 0 7, 432 747, 797 4 337 100. 0 6, 441 627, 567 4 337 100. 0 7, 292 768, 290 4 337 100. 0 7, 578 811, 199 4 337 100. 0 7, 600 794, 442 4 337 100. 0 Jan 14 Feb 14 Mar 14 Apr 14 May 14 Jun 14 Jul 14 Aug 14 Sep 14 Oct 14 Nov 14 Dec 14 75. 2 88. 5 94. 5 86. 3 81. 6 82. 1 82. 2 64. 6 62. 0 79. 1 72. 8 77. 6 9. 1 3. 7 3. 1 17. 9 6. 6 2. 8 2. 7 9. 3 2. 7 13. 3 2. 8 6. 7 115. 94 138. 26 159. 88 130. 44 115. 18 113. 58 110. 93 108. 57 104. 16 108. 89 110. 04 111. 33 3. 6 4. 9 1. 4 6. 5 6. 9 11. 7 6. 7 7. 9 6. 9 3. 3 2. 8 6. 5 87. 14 122. 31 151. 08 112. 56 93. 96 93. 20 91. 19 70. 09 64. 58 86. 08 80. 14 86. 44 13. 0 8. 8 4. 6 25. 6 14. 0 14. 8 9. 6 2. 1 4. 0 17. 1 0. 1 13. 7 10, 447 9, 436 10, 447 10, 110 10, 447 10, 110 10, 447 10, 447 10, 110 10, 447 10, 110 10, 447 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 7, 852 8, 347 9, 872 8, 724 8, 522 8, 296 8, 588 6, 744 6, 268 8, 259 7, 363 8, 111 9. 1 3. 7 3. 1 17. 9 6. 6 2. 8 2. 7 9. 3 2. 7 13. 3 2. 8 6. 7 910, 332 1, 154, 080 1, 578, 322 1, 137, 945 981, 583 942, 285 952, 684 732, 211 652, 868 899, 318 810, 235 903, 020 Mar YTD 20144 86. 0 5. 0 139. 72 2. 7 120. 10 7. 9 30, 330 0. 0 26, 071 5. 0 ! 3,. 2, 734 Ti a12014•,,- 78. 8 4. 3 , 120. 22 5. 6 . 94. 75 10. 1 , 123, 005 0. 0 I_ 96, 946 4. 3 ' 1Jf; ,- .; r Jan 15 81. 0 7. 7 127. 46 9. 9 103. 22 18. 5 Feb 15 91. 7 3. 7 153. 50 11. 0 140. 78 15. 1 Mar 15 97. 6 3. 3 173. 60 8. 6 169. 51 12. 2 Apr 15 90. 6 5. 0 140. 55 7. 7 127. 28 13. 1 May 15 81. 4 - 0. 2 123. 88 7. 6 100. 84 7. 3 Jun 15 83. 1 1. 3 114. 49 0. 8 95. 13 2. 1 Jul 15 85. 4 3. 9 121. 10 9. 2 103. 44 13. 4 Aug 15 73. 8 14. 4 111. 79 3. 0 82. 54 17. 8 Sep 15 68. 8 11. 0 111. 54 7. 1 76. 75 18. 9 Oct 15 79. 9 1. 1 115. 04 5. 6 91. 95 6. 8 Nov 15 80. 3 10. 2 117. 15 6. 5 94. 03 17. 3 Dec 15 80. 6 3. 8 125. 74 12. 9 101. 30 17. 2 13. 0 8. 8 4. 6 25. 6 14. 0 14. 8 9. 6 2. 1 4. 0 17. 1 0. 1 13. 7 10, 447 9, 436 10, 447 10, 110 10, 447 10, 110 10, 447 10, 447 10, 110 10, 447 10, 110 10, 447 Mar YTD 2015:; 901 ; ` 4. 8 ' 152. 94 9. 5 137. 74 14. 7 30, 330 To ' 15; ^ 5. 1 129. 29 7. 5 107. 05 ; .., 13. 0 123, 005 Jan 16 Feb 16 Mar 16 Apr 16 May 16 Jun 16 Jul 16 Aug 16 Sep 16 Oct 16 Nov 16 78. 8 86. 8 94. 3 85. 6 83. 2 81. 7 82. 5 68. 5 64. 7 68. 7 67. 8 2. 7 5. 3 3. 4 5. 5 2. 3 1. 7 3. 5 7. 3 6. 0 14. 1 15. 6 140. 19 169. 26 191. 08 141. 04 132. 40 124. 05 125. 68 119. 82 118. 45 126. 80 128. 87 10. 0 10. 3 10. 1 0. 4 6. 9 8. 4 3. 8 7. 2 6. 2 10. 2 10. 0 110. 41 146. 97 180. 20 120. 74 110. 21 101. 36 103. 64 82. 02 76. 59 87. 06 87. 33 7. 0 4. 4 6. 3 5. 1 9. 3 6. 5 0. 2 0. 6 0. 2 5. 3 7. 1 10, 447 9, 436 10, 447 10, 110 10, 447 10, 110 10, 447 10, 447 10, 110 10, 447 10, 110 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 0. 0 8, 460 8, 654 10, 201 9, 156 8, 504 8, 401 8, 924 7, 713 6, 957 8, 350 8, 115 8, 416 0. 0 8, 228 0. 0 8, 193 0. 0 9, 852 0. 0 8, 655 0. 0 8, 696 0. 0 8, 261 0. 0 8, 615 0. 0 7, 151 0. 0 6, 537 0. 0 7, 173 0. 0 6, 851 7. 7 3. 7 3. 3 5. 0 0. 2 1. 3 3. 9 14. 4 11. 0 1. 1 10. 2 3. 8 2. 7 5. 3 3. 4 5. 5 2. 3 1. 7 3. 5 7. 3 6. 0 14. 1 15. 6 1, 078, 339 1, 328, 413 1, 770, 903 1, 286, 836 1, 053, 499 961, 795 1, 080, 663 862, 259 775, 968 960, 558 950, 693 1, 058, 232 1, 153, 496 1, 386, 772 1, 882, 558 1, 220, 699 1, 151, 345 1, 024, 752 1, 082, 759 856, 866 774, 289 909, 534 882, 868 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 18. 5 15. 1 12. 2 13. 1 7. 3 2. 1 13. 4 17. 8 18. 9 6. 8 17. 3 17. 2 7. 0 4. 4 6. 3 5. 1 9. 3 6. 5 0. 2 0. 6 0. 2 5. 3 7. 1 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 337 100. 0 4 4 4 4 4 4 4 4 4 4 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 Tab 9 - Classic Clearwater, FL Area Selected Properties Job Number: 1261169__ SADIM Staff: SS Created: May 12, 2021 Date I Occupanc ADR RevPar Su• • Iy Demand Revenue Census & Sam • le % Dec Rooms STAR This Year % Chg This Year % Chg This Year % Chg This Year % Chg This Year % Chg This Year % Chg Census Props Census Rooms Participants 100. 0 6 69. 0 - 14. 4 129. 96 3. 4 89. 63 - 11. 5 ar YTD 201. To., r Jan 17 Feb 17 Mar 17 Apr 17 May 17 Jun 17 Jul 17 Aug 17 Sep 17 Oct 17 Nov 17 Dec 17 Jan 18 Feb 18 Mar 18 Apr 18 May 18 Jun 18 Jul 18 Aug 18 Sep 18 Oct 18 Nov 18 Dec 18 10, 447 0. 0 7, 205 - 14. 4 86. 6 - 3. 8 168. 34 , 0. 1 145. 82 5. 9 30, 330 0. 0 7 . 6 - 6. 3-' 13$. 89 « r.. 7. 5 107. 82 Jan 19 Feb 19 Mar 19 Apr 19 May 19 Jun 19 Jul 19 Aug 19 Sep 19 Oct 19 Nov 19 Dec 19 73. 0 84. 2 90. 7 82. 2 79. 6 79. 0 87. 3 76. 6 68. 9 80. 5 73. 7 76. 4 74. 7 86. 5 92. 1 86. 3 86. 1 85. 9 85. 4 78. 7 73. 0 63. 8 70. 5 71. 3 7. 3 3. 0 3. 8 4. 0 4. 4 3. 3 5. 9 11. 9 6. 5 17. 2 8. 7 10. 8 149. 76 178. 33 203. 79 162. 30 135. 18 129. 40 129. 69 122. 68 132. 07 132. 28 127. 07 125. 29 4. 7 179. 26 2. 3 .. 144. 89 936, 332 - 11. 5 26, 273 - 3. 8 ' 4, 422, 826 5. 9 0. 7 123, 005 0. 0 i 95, 417 - 6. 3 13, 262. 0 0. 7 4 337 6. 8 109. 37 - 0. 9 10, 447 0. 0 7, 630 - 7. 3 1, 142, 632 - 0. 9 4 337 5. 4 150. 19 2. 2 9, 436 0. 0 7, 947 - 3. 0 1, 417, 156 2. 2 4 337 6. 7 184. 81 2. 6 10, 447 0. 0 9, 474 - 3. 8 1, 930, 733 2. 6 4 337 15. 1 133. 34 10. 4 10, 110 0. 0 8, 306 - 4. 0 1, 348, 032 10. 4 4 337 2. 1 107. 62 - 2. 3 10, 447 0. 0 8, 317 - 4. 4 1, 124, 292 - 2. 3 4 337 4. 3 102. 24 0. 9 10, 110 0. 0 7, 988 - 3. 3 1, 033, 634 0. 9 4 337 3. 2 113. 27 9. 3 10, 447 0. 0 9, 124 5. 9 1, 183, 315 9. 3 4 337 2. 4 93. 95 14. 5 10, 447 0. 0 8, 001 11. 9 981, 533 14. 5 4 337 11. 5 90. 98 18. 8 10, 110 0. 0 6, 965 6. 5 919, 837 18. 8 4 337 4. 3 106. 46 22. 3 10, 447 0. 0 8, 408 17. 2 1, 112, 229 22. 3 4 337 1. 4 93. 62 7. 2 10, 110 0. 0 7, 449 8. 7 946, 514 7. 2 4 337 3. 6 95. 75 6. 8 10, 447 0. 0 7, 984 10. 8 1, 000, 303 6. 8 4 337 6. 5 148. 06 4. 2 114. 96 25, 051 - 4. 7 97, 593 , 2. 3 14, 1 2. 2 139. 74 - 6. 7 104. 34 - 4. 6 10, 447 0. 0 7, 800 2. 2 1, 089, 995 2. 7 177. 71 - 0. 3 153. 73 2. 4 9, 436 0. 0 8, 163 2. 7 1, 450, 618 1. 5 211. 79 3. 9 194. 96 5. 5 10, 447 0. 0 9, 617 1. 5 2, 036, 764 5. 0 154. 30 - 4. 9 133. 15 - 0. 1 10, 110 0. 0 8, 724 5. 0 1, 346, 124 8. 1 131. 06 - 3. 0 112. 82 4. 8 10, 447 0. 0 8, 993 8. 1 1, 178, 624 8. 8 131. 75 1. 8 113. 21 10. 7 10, 110 0. 0 8, 687 8. 8 1, 144, 510 2. 2 132. 15 1. 9 112. 90 - 0. 3 10, 447 0. 0 8, 925 - 2. 2 1, 179, 471 2. 8 123. 78 0. 9 97. 45 3. 7 10, 447 0. 0 8, 225 2. 8 1, 018, 084 5. 9 121. 25 - 8. 2 88. 46 - 2. 8 10, 110 0. 0 7, 376 5. 9 894, 341 20. 8 129. 48 - 2. 1 82. 56 - 22. 5 13, 020 24. 6 8, 302 - 1. 3 1, 074, 953 4. 3 128. 71 1. 3 90. 73 - 3. 1 12, 600 24. 6 8, 882 19. 2 1, 143, 170 6. 7 132. 92 6. 1 94. 76 - 1. 0 13, 020 24. 6 9, 282 16. 3 1, 233, 808 84. 3 2. 1 178. 94 - 0. 2 150. 92 1. 9 30, 330 0. 0 78. 8 - 0. 7 . 143. 63 - 0. 9 113. 21 - 1. 5 130, 641 6. 2 25, 580 2. 1 i 102, 976 5. 5 71. 0 - 4. 9 152. 54 9. 2 108. 33 3. 8 13, 051 24. 9 9, 268 18. 8 1, 413, 780 84. 3 - 2. 6 198. 42 11. 7 167. 18 8. 7 11, 788 24. 9 9, 932 21. 7 1, 970, 725 90. 5 - 1. 7 228. 98 8. 1 207. 16 6. 3 13, 051 24. 9 11, 807 22. 8 2, 703, 593 86. 0 - 0. 3 172. 66 11. 9 148. 56 11. 6 12, 630 24. 9 10, 867 24. 6 1, 876, 270 83. 1 - 3. 5 143. 18 9. 2 118. 91 5. 4 13, 051 24. 9 10, 839 20. 5 1, 551, 885 82. 1 - 4. 4 133. 44 1. 3 109. 62 - 3. 2 15, 270 51. 0 12, 544 44. 4 1, 673, 869 78. 5 - 8. 1 135. 97 2. 9 106. 74 - 5. 5 15, 779 51. 0 12, 387 38. 8 1, 684, 269 66. 7 - 15. 3 125. 92 1. 7 83. 95 - 13. 9 15, 779 51. 0 10, 520 27. 9 1, 324, 695 62. 8 - 13. 9 121. 05 - 0. 2 76. 04 - 14. 0 15, 270 51. 0 9, 592 30. 0 1, 161, 114 74. 6 17. 0 126. 51 - 2. 3 94. 42 14. 4 15, 779 21. 2 11, 776 41. 8 1, 489, 776 75. 8 7. 5 127. 75 - 0. 7 96. 83 6. 7 15, 270 21. 2 11, 574 30. 3 1, 478, 541 76. 3 7. 0 136. 48 2. 7 104. 15 9. 9 15, 779 21. 2 12, 041 29. 7 1, 643, 389 Mar YTD 2019 81: 8 - 3. 0 196. 35 97 160. 88 6. 5 ` 37, 890 Total 2019. 77. 2 - 2. 1 150. 00 4. 4 115. 78 2. 3 172A97 k M,:. v Jan 20 83. 4 17. 5 151. 03 - 1. 0 125. 99 16. 3 Feb 20 92. 1 9. 3 208. 31 5. 0 191. 78 14. 7 Mar 20 48. 9 - 45. 9 213. 95 - 6. 6 104. 72 - 49. 5 Apr 20 12. 2 - 85. 8 103. 12 - 40. 3 12. 62 - 91. 5 May 20 38. 2 - 54. 1 106. 32 - 25. 7 40. 56 - 65. 9 Jun 20 52. 7 - 35. 9 116. 32 - 12. 8 61. 26 - 44. 1 Ju120 51. 7 - 34. 1 118. 67 - 12. 7 61. 38 - 42. 5 Aug 20 51. 4 - 22. 8 108. 33 - 14. 0 55. 73 - 33. 6 15, 779 14, 252 15, 779 15, 270 15, 779 15, 270 15, 779 15, 779 20. 9 20. 9 20. 9 20. 9 20. 9 0. 0 0. 0 0. 0 13, 162 13, 121 7, 723 1, 868 6, 020 8, 042 8, 162 8, 118 42. 0 32. 1 34. 6 82. 8 44. 5 35. 9 34. 1 22. 8 1, 987, 919 2, 733, 231 1, 652, 334 192, 637 640, 024 935, 414 968, 572 879, 418 4. 6 2. 4 5. 5 0. 1 4. 8 10. 7 0. 3 3. 7 2. 8 3. 4 20. 8 23. 3 29. 7 35. 9 32. 7 39. 4 31. 7 46. 3 42. 8 30. 1 29. 8 38. 6 29. 3 33. 2 40. 6 38. 7 38. 9 89. 7 58. 8 44. 1 42. 5 33. 6 4 4 4 4 4 4 4 4 5 5 5 5 5 5 5 6 6 6 6 6 6 6 6 6 6 6 6 6 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 337 100. 0 420 100. 0 420 100. 0 420 100. 0 421 100. 0 421 100. 0 421 100. 0 421 100. 0 421 100. 0 509 82. 7 509 100. 0 509 100. 0 509 100. 0 509 100. 0 509 100. 0 509 100. 0 509 509 509 509 509 509 509 509 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 Tab 9 - Classic Clearwater, FL Area Selected Properties Job Number: 1261169_ SADIM Staff: SS Created: May 12, 2021 Date Occupancy ADR RevPar Supply Demand Revenue Census & Sam • le % This Year % Chg This Year % Chg This Year % Chg Sep 20 56. 3 - 10. 3 110. 88 - 8. 4 Oct 20 61. 5 - 17. 6 111. 19 - 12. 1 Nov 20 61. 2 - 19. 3 113. 20 - 11. 4 Dec 20 51. 7 - 32. 2 116. 21 - 14. 9 62. 48 68. 38 69. 28 60. 13 17. 8 27. 6 28. 4 42. 3 This Year 15, 270 15, 779 15, 270 15, 779 Chg 0. 0 0. 0 0. 0 0. 0 This Year 8, 604 9, 703 9, 346 8, 165 Chg 10. 3 17. 6 19. 3 32. 2 This Year 953, 997 1, 078, 917 1, 057, 946 948, 829 Chg 17. 8 27. 6 28. 4 42. 3 74. 2 - 9. 3 187. 42 - 4. 5 139. 13 - 13. 4 45, 810 20. 9 ` 34, 006 9. 7 ; 6, 373, 484 4. 7 54. 9 - 28. 8 , 137. 50 - 8. 3 ; 75. 51 - 34. 8 , 185, 785 7. 7 102, 034 - 23. 4 . 14428 238 - 29. 8 Jan 21 52. 0 - 37. 7 120. 45 - 20. 3 62. 63 Feb 21 66. 8 - 27. 5 155. 42 - 25. 4 103. 80 Mar 21 86. 9 77. 5 178. 25 - 16. 7 154. 82 50. 3 45. 9 47. 8 15, 779 14, 252 15, 779 0. 0 0. 0 0. 0 8, 205 9, 519 13, 705 37. 7 27. 5 77. 5 988, 279 1, 479, 414 2, 442, 943 0 ., 0. 0 50. 3 45. 9 47. 8 Census Props Census Rooms 6 509 6 509 6 509 509 6 509 509 509 Rooms STAR Participants 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 100. 0 23. 0 This STR Report is a publication of STR, LLC and STR Global, Ltd., CoStar Group companies, and is intended solely for use by paid subscribers. The information in the STR Report is provided on an " as is" and ' as available" basis and should not be construed as investment, tax, accounting or legal advice. Reproduction or distribution of this STR Report, in whole or part, without written permission is prohibited and subject to legal action. If you have received this report and are NOT a subscriber to this STR Report, please contact us immediately. Source: 2021 STR, LLC / STR Global, Ltd. trading as " STR". © CoStar Realty Information, Inc. Tab 10 - Response Report Clearwater, FL Area Selected Properties Job Number: 1261169 SADA, Stall, SS Created: May 12, 2021 Chg In Chg M Rms Chg In Chg In STR Coda Name of EMablbNn. N Clty & Slate Zip Code Claes Alt Datil Open Oats Rooms Rom 1 Rms 2 Rms 3 J F MAPAJJ ASONDJFISAMJJ 6 S 0 0 0 9 F M A M J J * S 0 0 0 57937 Residence M Clearwater Dom6Own Clearwater, Fl 33756 Upscale Class Sep 2008 Sp 2008 115 • • • • • • • • • • • • • • • • • • • • • • • • • 54053 Hampton by HAon Ir•, 6 Saxes Largo Largo, FL 33770 Upper rAdecele Class Dec 2005 Dec 2005 92 10614 Beet Wealem Plus Yale Harbor M Dunedin, FL 34698 Upper Midecale Class Sp 2010 Jin 1969 55 Y 1 ( Jan 19) 43728 Holiday len & press 9 S tee Clearwater North Dunedin Dunedin, FL 34698 Upper MVNcale Class Nov 2001 Nov 2001 76 80629 Autograph Collection Ferarey Hotel Ouudn, FL 34698 Upper Upscale Clan 0812018 Dec 1925 83 Y . 63 ( OCI' 10) 68064 Hampton Inn Dunedin Dunedin, FL 34698 Upper SWscale Class Jun 2019 Jun 2019 88 5 . 88 Won' 191 Total Properties: 6 509 .. - Monthly data meowed by STR Monthly and da0y data received by STR Stank . No data received by STR Y - ( Clip n Rens) Properly has experienced a room addition or drop dump dm sine period 01 the report. Only the most recent three room charges aro dis490yod. A property may have more than three charges during the lime period of the report. hs STN Ago. a• 2 000rASTA, LLCMSTNtl0Mr. l/ 4., CASAr Goo. 00mpmr. MNrnlad• 0sal• N M use by padauascnpr• TM1n01m000. n the STR Rspalapooe• dm an Asxv' oa o* Ale Saws an. AAA. rid Secons... arinwspnw4. 1••• ccpr• urnpwlope00. 62 Reprrduceanw Ysnpu• mda• s STN Napnl. 0xn0• a pen. xnnowAmen pprmrumnmpicAbled 0010auq• pl to Npsanon 1pu2sw rxom0 tmacapon anu A. NOT • IWcnew to Ms STN N• ywt, pw• corvaa. mm• 4a011 Som. 0024 STA. LLC / STA Gro.. D0 using a.' STA'. a C0Slar RWIn IMwmauar. Fc Tab 11 - Terms and Conditions Before purchasing this product you agreed to the following terms and conditions. In consideration of the mutual promises contained herein and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, STR, Inc. (" STR"), STR Global, Ltd. (" STRG"), and the licensee identified elsewhere in this Agreement (" Licensee") agree as follows: 1. LICENSE 1. 1 Definitions. a) " Agreement" means these Standard Terms and Conditions and any additional terms specifically set out in writing in the document( s) ( if any) to which these Standard Terms and Conditions are attached or in which they are incorporated by reference, and, if applicable, any additional terms specifically set out in writing in any Schedule attached hereto. b) " Licensed Materials" means the newsletters, reports, databases or other information resources, and all lodging industry data contained therein, provided to Licensee hereunder. 1. 2 Grant of License. Subject to the terms and conditions of this Agreement, and except as may be expressly permitted elsewhere in this Agreement, STR hereby grants to Licensee a non- exclusive, non - transferable, indivisible, non- sublicensable license to use, copy, manipulate and extract data from the Licensed Materials for its own INTERNAL business purposes only. 1. 3 Copies. Except as expressly permitted elsewhere in this Agreement, Licensee may make and maintain no more than two ( 2) copies of any Licensed Materials. 1. 4 No Service Bureau Use. Licensee is prohibited from using the Licensed Materials in any way in connection with any service bureau or similar services. " Service bureau" means the processing of input data that is supplied by one or more third parties and the generation of output data ( in the form of reports, charts, graphs or other pictorial representations, or the like) that is sold or licensed to any third parties. the data and any manipulations of the data) available in any form whatsoever to any third party, other than Licensee' s accountants, attorneys, marketing professionals or other professional advisors who are bound by a duty of confidentiality not to disclose such information. 1. 6 Security. Licensee shall use commercially reasonable efforts to protect against unauthorized access to the Licensed Materials. STR. 2. DISCLAIMERS AND LIMITATIONS OF LIABILITY materials, the services provided or the results of use thereof. Without limiting the foregoing, STR does not warrant that the licensed materials, the services provided or the use thereof are or will be accurate, error - free or uninterrupted. STR makes no implied warranties, including without limitation, any implied warranty of merchantability, noninfringement or fitness for any particular purpose or arising by usage of trade, course of dealing, course of performance or otherwise. 2. 2 Disclaimers. STR shall have no liability with respect to its obligations under this agreement or otherwise for consequential, exemplary, special, incidental, or punitive damages even if STR has been advised of the possibility of such damages. Furthermore, STR shall have no liability whatsoever for any claim relating in any way to any decision made or action taken by licensee in reliance upon the licensed materials. 2. 3 Limitation of Liability. STR' s total liability to licensee for any reason and upon any cause of action including without limitation, infringement, breach of contract, negligence, strict liability, misrepresentations, and other torts, shall be limited to all fees paid to STR by the licensee during the twelve month period preceding the date on which such cause of action first arose. 3. MISCELLANEOUS 3. 1 Liquidated Damages. In the event of a violation of Section 1. 5 of these Standard Terms and Conditions, Licensee shall be required to pay STR an amount equal to the sum of ( i) the highest aggregate price that STR, in accordance with its then - current published prices, could have charged the unauthorized recipients for the Licensed Materials that are the subject of the violation, and ( ii) the full price of the lowest level of republishing rights that Licensee would have been required to purchase from STR in order to have the right to make the unauthorized distribution, regardless of whether Licensee has previously paid for any lower level of republishing rights, and ( iii) fifteen percent ( 15%) of the total of the previous two items. This provision shall survive indefinitely the expiration or termination of this Agreement for any reason. 3. 2 Obligations on Termination. Within thirty ( 30) days of the termination or expiration of this Agreement for any reason, Licensee shall cease all use of the Licensed Materials and shall return or destroy, at STR' s option, all copies of the Licensed Materials and all other information relating thereto in Licensee' s possession or control as of the such date. This provision shall survive indefinitely the expiration or termination of this Agreement for any reason. regarding or arising out of this Agreement shall be brought exclusively in a court of competent jurisdiction located in Nashville, Tennessee, and the parties expressly consent to personal jurisdiction thereof. The parties also expressly waive any objections to venue. 3. 4 Assignment. Licensee is prohibited from assigning this Agreement or delegating any of its duties under this Agreement without the prior written consent of STR. relationship. time of transmission ( provided, however, that notice delivered by facsimile transmission shall only be effective if such notice is also delivered by hand or deposited in the United States mail, postage prepaid, registered, certified or express mail or by courier service within two ( 2) business days after its delivery by facsimile transmission); iii) when delivered by a courier service or by express mail, at the time of receipt; or iv) five ( 5) business days after being deposited in the United States mail, postage prepaid, registered or certified mail, addressed ( In any such case) to the addresses listed on the first page of this Agreement or to such other address as either party may notify the other in writing. 3. 7 Waiver. No waiver of any breach of this Agreement will be deemed to constitute a waiver of any subsequent breach of the same or any other provision. 3. 8 Entire Agreement. This Agreement constitutes the entire agreement of the parties with respect to the matters described herein, superseding in all respects any and all prior proposals, negotiations, understandings and other agreements, oral or written, between the parties. 3. 9 Amendment. This Agreement may be amended only by the written agreement of both parties. provisions of this Agreement, the successful or prevailing party or parties shall be entitled to recover reasonable attorneys' fees and other costs incurred in that action or proceeding, in addition to any other relief to which it or they may be entitled. 3. 11 injunctive Relief. The parties agree that, in addition to any other rights or remedies which the other or STR may have, any party alleging breach or threatened breach of this Agreement will be entitled to such equitable and injunctive relief as may be available from any court of competent jurisdiction to restrain the other from breaching or threatening to breach any of the provisions of this Section, without posting bond or other surety. 3. 12 Notice of Unauthorized Access. Licensee shall notify STR immediately upon Licensee' s becoming aware of any facts indicating that a third party may have obtained or may be about to obtain unauthorized access to the Licensed Materials, and shall fully cooperate with STR in its efforts to mitigate the damages caused by any such breach or potential breach. 3. 13 Conflicting Provisions. In the event that any provision of these Standard Terms and Conditions directly conflicts with any other provision of the Agreement, the conflicting terms of such other provision shall control. 3. 14 Remedies. In addition to any other rights or remedies that STR may have, in the event of any termination by STR on account of a breach by Licensee, STR may, without refund, immediately terminate and discontinue any right of Licensee to receive additional Licensed Materials from STR. Glossary: For all STR definitions, please visit www. str. com/ data- insights/ resources/ glossary Frequently Asked Questions ( FAQ): For all STR FAQs, please click here or visit www. str. com/ data- insights/ resources/ FAQ For additional support, please contact your regional office. For the latest in industry news, visit HotelNewsNow. com. To learn more about the Hotel Data Conference, visit HotelDataConference. com. Craig Govan Ryan Von Weller Kim McCann City Center Development Group, LLC WENDOVER HOUSING PARTNERS 2 Jeremy Roberts Anthony White John Strzalka Ryan Griffin r1 Clearwatert RE Culture, LLC HEORY fi ! Ho. & 4 ! Resorts tClJ Capital JOHNSON POPE Coil NSIIoris Al Inw THE SCIENCEOF BEES