11/04/2021Thursday, November 4, 2021
6:00 PM
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Main Library - Council Chambers
City Council
Meeting Agenda
November 4, 2021City Council Meeting Agenda
Welcome. We are glad to have you join us. If you wish to address the Council, please complete a
Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When
recognized, please hand your card to the Clerk, approach the podium and state your name. Persons
speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public
Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for
a group may speak for 3 minutes plus an additional minute for each person in the audience that waives
their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain
the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be
allowed for an agenda item. No person shall speak more than once on the same subject unless
granted permission by the City Council. The City of Clearwater strongly supports and fully complies
with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting
if you require special accommodations at 727-562-4090. Assisted Listening Devices are available.
Kindly refrain from using cell phones and electronic devices during the meeting.
Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through
written comment. The City has established the following two options:
1) eComments via Granicus - eComments is integrated with the published meeting agenda.
Individuals may review the agenda item details and indicate their position on the item. You will be
prompted to set up a user profile to allow you to comment, which will become part of the official public
record. The eComment period is open from the time the agenda is published. Comments received
during the meeting will become part of the official record, if posted prior to the closing of public
comment. The City Clerk will read received comments into the record.
2) Email – Individuals may submit written comments or videos to
ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the
meeting (November 3) will become part of the official record. The City Clerk will read received
comments into the record.
1. Call to Order
2. Invocation
3. Pledge of Allegiance
4. Special recognitions and Presentations (Proclamations, service awards, or other
special recognitions. Presentations by governmental agencies or groups providing
formal updates to Council will be limited to ten minutes.)
4.1 Oath of Office for City Attorney David Margolis
4.2 Suncoast Jazz Festival Weekend Proclamation - Joan Dragon, Festival
Director
4.3 State of the City Presentation - Micah Maxwell, Interim City Manager
5. Approval of Minutes
Page 2 City of Clearwater Printed on 11/4/2021
November 4, 2021City Council Meeting Agenda
5.1 Approve the minutes of the October 21, 2021 City Council Meeting as submitted
in written summation by the City Clerk.
6. Citizens to be heard re items not on the agenda
7. Consent Agenda
The Consent Agenda contains normal, routine business items that are
very likely to be approved by the City Council by a single motion. These
items are not discussed, and may all be approved as recommended on
the staff reports. Council questions on these items were answered prior to
the meeting. The Mayor will provide an opportunity for a Councilmember
or a member of the public to ask that an item be pulled from the Consent
Agenda for discussion. Items pulled will receive separate action. All
items not removed from the Consent Agenda will be approved by a
single motion of the council.
7.1 Approve the budget increase of $115,000 and one full time equivalent position
(FTE) for the addition of a new Assistant Director position in the General Fund
CRA Administration Department. (consent)
7.2 Award a contract (purchase order) to D-Mar General Contracting and
Development, Inc., of Clearwater, Florida, for $306,711.90, which includes a
10% contingency, to perform various air conditioner renovations and
replacements needed throughout BayCare Ballpark, per Bid 16-0023-PR-BA,
and authorize the appropriate officials to execute same. (consent)
7.3 Approve a contract (purchase order) from Garland/DBS, Inc., of Cleveland,
Ohio, for roof restoration and repairs of sections A2 and A3 of BayCare
Ballpark, in an amount not to exceed $129,719.70, which includes a 10%
contingency, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c)
Cooperative Contracts and authorize the appropriate officials to execute same.
(consent)
7.4 Approve a Purchase Order with Michael S. Williams d/b/a Athletic Services of
Clearwater, FL, for athletic field maintenance services, in an amount of
$250,000.00 for the term November 1, 2021 through May 10, 2022 with two,
one-year renewal options in an annual not to exceed amount of $250,000.00
pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback,
and authorize the appropriate officials to execute same. (consent)
7.5 Approve a proposal by Construction Manager at Risk Khors Construction, Inc.
of Pinellas Park, Florida in the amount of $129,399.75 for the demolition and
replacement of the existing deck at the Clearwater Beach Recreation Center
located at 69 Bay Esplanade and authorize the appropriate officials to execute
same. (consent)
Page 3 City of Clearwater Printed on 11/4/2021
November 4, 2021City Council Meeting Agenda
7.6 Approve a Guaranteed Maximum Price (GMP) to Walbridge, of Tampa, FL, for
the Marshall Street WRF Sand Filters Rehabilitation (20-0011-UT) in an amount
of $1,681,538.00 pursuant to RFQ 40-20, Construction Manager at Risk
Services for Continuing Contracts; approve Supplement 1 Work Order to Tetra
Tech, Inc., of Tampa, FL, for construction and engineering inspections services
in the amount of $118,682.00 for a new contract total of $152,572.00, pursuant
to RFQ 26-19, Engineer of Record Consulting Services, and authorize the
appropriate officials to execute same. (consent)
7.7 Approve an Interlocal Agreement with Pinellas Suncoast Transit Authority
(PSTA) for the autonomous vehicle (AV) pilot program and authorize the
appropriate officials to execute same (consent).
7.8 Authorize an increase on Contract 900280 to SHI International Corp. of
Somerset, NJ for the license and services agreements with Microsoft, Inc. for
cloud office management software licensing, software maintenance, cloud
storage, cloud services and professional services in an amount of $300,000.00
for a new not-to-exceed amount of $2,175,000.00 for the remainder of the term
ending June 30, 2023, and authorize the appropriate officials to execute same.
(consent)
7.9 Authorize a purchase order to Sun Print Management of Tampa, FL for copier
and printer services for the period of November 1, 2021 through October 21,
2024 in a not-to-exceed amount of $480,000.00 pursuant to Clearwater Code of
Ordinances Section 2.563 (1)(c), Piggyback contract, and authorize the
appropriate officials to execute same. (consent)
7.10 Approve an agreement (purchase order) to Century Link Communications, LLC
dba Lumen Technologies Group (Lumen), of Bloomfield, CO for
telecommunications and internet services in the amount of $425,000.00 from
October 1, 2021 through March 30, 2024 in accordance with Clearwater Code
of Ordinances Section 2.563 (1)(d), Non-competitive purchase , and authorize
the appropriate officials to execute same. (consent)
7.11 Authorize a purchase order to H and H Liquid Sludge Disposal, Inc of Branford,
FL and Merrell Bros, Inc of Kokomo, IN for the hauling and disposal of biosolids
in a cumulative not-to-exceed amount of $2,778,000.00 for the period of
November 5, 2021 through November 4, 2024 with the option of two, one-year
renewals in a cumulative annual not-to-exceed amount of $926,000.00,
pursuant to Invitation to Bid (ITB) 45-21, Biosolids Management Services, and
authorize the appropriate officials to execute same. (consent)
Page 4 City of Clearwater Printed on 11/4/2021
November 4, 2021City Council Meeting Agenda
7.12 Ratify and confirm authorization to increase contract 900447 to Angelo’s
Aggregate Materials LTD dba Angelo’s Recycled Materials (Angelo’s) of St.
Petersburg, FL for debris disposal (yard trash, Class III, and construction and
demolition debris) by $10,000.00, bringing the new contract amount to
$890,000.00 for term ending September 30, 2021, and authorize the appropriate
officials to execute same. (consent)
7.13 Approve an amendment to the legal services agreement with Manson Bolves
Donaldson Varn for representation in litigation regarding ownership issues of
the Seminole Boat Ramps to increase the not to exceed amount from $75,000
to $100,000, and authorize the appropriate officials to execute same. (consent)
Public Hearings - Not before 6:00 PM
8. Second Readings - Public Hearing
8.1 Adopt Ordinance 9508-21 on second reading, amending Chapter 51 of the
Community Development Code to incorporate updated FEMA flood hazard
maps, authorizing the Floodplain Administrator to rely on best available data
when local data is available in establishing the minimum basis for flood hazard
areas and base flood elevations; clarifying definitions; providing certain
conditions for when accessory structures may be located below the base flood
elevation; updating minimum elevation standards consistent with the Florida
Building Code and FEMA best practices.
8.2 Continue to a date uncertain: Adopt Ordinance 9503-21 on second reading,
annexing certain real property whose post office address is 2322 Anna Avenue,
Clearwater, Florida 33765, into the corporate limits of the city and redefining the
boundary lines of the city to include said addition.
8.3 Continue to a date uncertain: Adopt Ordinance 9504-21 on second reading,
amending the future land use plan element of the Comprehensive Plan to
designate the land use for certain real property whose post office address is
2322 Anna Avenue, Clearwater, Florida 33765, upon annexation into the City of
Clearwater, as Residential Low (RL).
8.4 Continue to a date uncertain: Adopt Ordinance 9505-21 on second reading,
amending the Zoning Atlas of the city by zoning certain real property whose post
office address is 2322 Anna Avenue, Clearwater, Florida 33765, upon
annexation into the City of Clearwater, as Low Medium Density Residential
(LMDR).
9. City Manager Reports
9.1 Approve the 2021 State Legislative Agenda.
Page 5 City of Clearwater Printed on 11/4/2021
November 4, 2021City Council Meeting Agenda
9.2 Clyde Butcher Exhibit Update - Amanda Thompson, CRA Executive Director
10. City Attorney Reports
11. Other Council Action
11.1 PSTA/Forward Pinellas Update - Councilmember Allbritton
12. Closing comments by Councilmembers (limited to 3 minutes)
13. Closing Comments by Mayor
14. Adjourn
Page 6 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9938
Agenda Date: 11/4/2021 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will be
limited to ten minutes.)
In Control: City Council
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Oath of Office for City Attorney David Margolis
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9883
Agenda Date: 11/4/2021 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will be
limited to ten minutes.)
In Control: Council Work Session
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
Suncoast Jazz Festival Weekend Proclamation - Joan Dragon, Festival Director
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9892
Agenda Date: 11/4/2021 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will be
limited to ten minutes.)
In Control: Council Work Session
Agenda Number: 4.3
SUBJECT/RECOMMENDATION:
State of the City Presentation - Micah Maxwell, Interim City Manager
SUMMARY: Annual public comprehensive report on the financial condition and administrative
activities of the city.
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
STATE OF
THE CITY
2021
Micah Maxwell
Interim City Manager
Nov. 4, 2021
This Year’s Successes Are Thanks to Mr. Bill Horne
•Financial Status
•Accomplishments
•Next Steps
Our Financial Status
Our
Financial
Health
All funds are
currently in
compliance
$164.3M General Fund Revenues
Property Tax, 42%
Franchise/Utility, 17%
Intergovernmental,
15%
Charges for Service,
9%
Transfers In, 8%
Other, 5%
Other Taxes, 4%
Our
Workforce
1,628 Permanent
1,563 Full-time
65 Part-time
22 Departments
$154.4M General Fund
Expenditures
Public Safety, 50%
Quality of Life, 26%
Admin/Other, 15%
Engineering, 5%Planning & Development, 4%
STRATEGIC DIRECTION
•Diversify the Economic Base
•Increase Economic
Opportunity
•Develop & Promote Our Brand
•Foster Community
Engagement
•Efficiency
•Quality
•Financial Responsibility
•Safety
SuccessesDuring COVID-19
Express LibraryServices
Financial Support To Struggling Residents
StrongPartnerships
Health Fair Week
Employee Safety & Support
Successes InRegular Business
Greenprint 2.0
FleetImprovements
Flood Insurance Discounts
ImagineClearwater
Crest Lake Park
Cleveland StreetStreetscape Phase III
DowntownHousing
North Greenwood CRA
Lost Graves Research Support
MemvelopeProgram
Art InThe City
Sports Tourism
Mental HealthPolice Unit
Police BodyCameras
Trash & Recycling Vaults
Red Tide 2021
Staffing Successes
Clearwater 2045
Next Steps
Next Steps
Transition to New
Leadership
Strategic Planning
Implementation
Imagine Clearwater
Downtown Clearwater
STATE OF
THE CITY
2021
Micah Maxwell
Interim City Manager
Nov. 4, 2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8643
Agenda Date: 11/4/2021 Status: Agenda ReadyVersion: 1
File Type: MinutesIn Control: City Council
Agenda Number: 5.1
SUBJECT/RECOMMENDATION:
Approve the minutes of the October 21, 2021 City Council Meeting as submitted in written
summation by the City Clerk.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
City Council Meeting Minutes October 21, 2021
Page 1
City of Clearwater
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Meeting Minutes
Thursday, October 21, 2021
6:00 PM
Main Library - Council Chambers
City Council Draft
City Council Meeting Minutes October 21, 2021
Page 2
City of Clearwater
Rollcall
Present: 5 - Mayor Frank Hibbard, Vice Mayor Hoyt Hamilton, Councilmember
David Allbritton, Councilmember Mark Bunker and Councilmember
Kathleen Beckman
Also Present: Micah Maxwell – Interim City Manager, Michael Delk – Assistant City
Manager, Pamela K. Akin - City Attorney, Rosemarie Call – City Clerk,
and Nicole Sprague – Deputy City Clerk.
To provide continuity for research, items are listed in agenda order although not
necessarily discussed in that order.
Unapproved
1. Call to Order – Mayor Hibbard 2. Invocation – Father Bob Swick from St. Francis of Assisi Old catholic Church 3. Pledge of Allegiance
4. Special recognitions and Presentations (Proclamations, service awards, or other
special recognitions. Presentations by governmental agencies or groups providing
formal updates to Council will be limited to ten minutes.) – Given.
4.1 October Service Awards
Two service awards were presented to city employees.
The September 2021 Employee of the Month Award was presented to Jevon
Graham, Fire.
4.2 Keeping The Lights On After School Day Proclamation, October 28, 2021 - Judy Patrick
R'Club, Program Services Director and Sherrie Ried, R’ClubSchool Age Services Director
4.3 Red Ribbon Week Proclamation, October 23-31, 2021 - Michele Edwards, Clearwater
Neighborhood Family Center
Pinellas County Economic Development Update
Economic Development and Housing Director Denise Sanderson said she invited newly appointed
Pinellas County Economic Development Director Dr. Cynthia Johnson to introduce herself to Draft
City Council Meeting Minutes October 21, 2021
Page 3
City of Clearwater
Council.
Dr. Cynthia Johnson said she came by to say hello and stress that Pinellas County is committed
to be a partner with the City of Clearwater. The office will support city economic development
initiatives. She said the office will be more intentional with services as programs are expanded.
5. Approval of Minutes
5.1 Approve the minutes of the October 7, 2021 City Council Meeting as submitted in written
summation by the City Clerk.
Vice Mayor Hamilton moved to approve the minutes of the
October 7, 2021 City Council Meeting as submitted in written
summation by the City Clerk. The motion was duly seconded and
carried unanimously.
5.2 Approve the minutes of the August 24, 2021 Special Council Meeting and the September
30, 2021 Special Council Meeting.
Councilmember Allbritton moved to approve the minutes of the
August 24, 2021 Special Council Meeting as submitted in written
summation by the City Clerk. The motion was duly seconded and
carried unanimously.
Councilmember Beckman moved to approve the minutes of the
September 30, 2021 Special Council Meeting as submitted in written
summation by the City Clerk. The motion was duly seconded and
carried unanimously.
6. Citizens to be heard re items not on the agenda
Bill Jonson thanked City Attorney Pam Akin for her years of service and
shared pictures of the Clearwater Beach Marina featured in a recent
newspaper article and questioned what was being done to beautify the
medians in N. Greenwood.
Michael Phoutrides expressed concerns with comments made at the last
council meeting stressing the importance of diversifying City Council. He
said it was more important to judge councilmembers by their competence
rather than skin color.
Draft
City Council Meeting Minutes October 21, 2021
Page 4
City of Clearwater
Glenn Doten said he lives near Crest Lake Park and troubled by the
constant noise created by drones flown at the high-power setting. He
requested city code be amended to prohibit drones in city parks. 7. Consent Agenda – Approved as submitted, less Item 7.1.
7.1 Approve a proposal by Construction Manager at Risk Khors Construction, Inc. of Pinellas
Park, Florida in the amount of $116,195.46 for the demolition and replacement of the
existing deck at the Clearwater Beach Recreation Center located at 69 Bay Esplanade
and authorize the appropriate officials to execute same. (consent)
See Below
7.2 Approve acceptance of Tampa Bay Regional Planning Council Stormwater Outreach and
Education Grant Award in the amount of $9,100 for Anti-Littering Campaign marketing
materials and vehicle wraps and authorize the appropriate officials to execute same.
(consent)
7.3 Approve a work order to Halff Associates, Inc. of Tampa, FL for the design of utility
relocations associated with Lakeview at Keene Drainage Rd. Improvements, project
20-0038-UT, in the amount of $132,361.00 pursuant to Request for Qualifications (RFQ)
26-19, Engineer of Record Consulting Services (EOR), and authorize the appropriate
officials to execute same. (consent)
7.4 Approve a proposal from Biltmore Construction Co., Inc, of Belleair, FL for the 2021
Bridges Repair Project (20-0027-EN) in an amount of $3,900,259.00 pursuant to
Request for Qualifications (RFQ) 40-20, Construction Manager at Risk for Continuing
Contracts and authorize the appropriate officials to execute same. (consent)
7.5 Approve a renewable 5-year term Interlocal Agreement between Pinellas County
Government and City of Clearwater to provide Ross Norton Recreational Complex as a
Public Disaster Shelter during times of emergency and authorize the Clearwater
Emergency Manager to execute same. (consent)
7.6 Approve a purchase order to Communications International of Vero Beach, FL for the
maintenance and repair of the citywide two-way radio communication system and
equipment in the amount of $165,564.00 for term October 1, 2021 through September
30, 2022 pursuant to Clearwater Code of Ordinances Section 2.563(1) (a), Single
Source, and authorize the appropriate officials to execute same. (consent)
7.7 Approve a Legal Services Agreement with Unice Salzman Jensen for representation for
the Municipal Code Enforcement Board and authorize the appropriate officials to execute
same. (consent)
7.8 Approve a Legal Services Agreement with Trask Daigneault, LLP for representation for
the Civil Service Board and authorize the appropriate officials to execute same. (consent) Draft
City Council Meeting Minutes October 21, 2021
Page 5
City of Clearwater
Councilmember Bunker moved to approve the Consent Agenda
as submitted, less Item 7.1, and authorize the appropriate officials to
execute same. The motion was duly seconded and carried
unanimously.
7.1 Approve a proposal by Construction Manager at Risk Khors Construction, Inc. of Pinellas
Park, Florida in the amount of $116,195.46 for the demolition and replacement of the
existing deck at the Clearwater Beach Recreation Center located at 69 Bay Esplanade
and authorize the appropriate officials to execute same. (consent)
On September 17, 2020, Council approved the award of RFQ 40-20,
Construction Manager at Risk (CMAR) Services for Continuing Contracts to
thirteen firms with Khors Construction, Inc., being one of the thirteen firms
selected.
The Clearwater Beach Recreation Center provides recreational opportunities for
residents and visitors of Clearwater. The outdoor deck attached to the Center
offers waterfront views of the surrounding intercoastal waterway and is a
frequented venue for special events such as receptions and weddings. The
current condition of the deck both structurally and in appearance requires
extensive renovations.
This proposal includes the removal of the existing deck and the design/build of a
new deck. The design will incorporate additional structural components that will
make the deck and railings stronger.
This is a 90-day contract which will begin in June 2022 and will be completed by
September 2022.
APPROPRIATION CODE AND AMOUNT:
Funds are available in CIP 93604 “Boardwalk & Docks Repair & Replacement”
to fund this contract.
Parks and Recreation Director Jim Halios said staff is requesting the
item be continued since the pricing on the cable rail system that was
requested at the work session was not obtained in time.
One individual spoke in support.
Vice Mayor Hamilton moved to continue Item 7.1 to November 4, Draft
City Council Meeting Minutes October 21, 2021
Page 6
City of Clearwater
2021. The motion was duly seconded and carried unanimously.
Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings
8.1 Approve amendments to the Clearwater Community Development Code Chapter 51,
Flood Damage Prevention, to allow for the use of best available data when establishing
flood hazard areas, including Pinellas County’s Vulnerability Assessment (2021), to
address accessory structures used for parking and storage, to modify provisions for
manufactured homes, to modify or delete various definitions, and to make other
administrative amendments and pass Ordinance 9508-21 on first reading.
(TA2021-08003)
The City manages and regulates activities and development in its floodplains
through provisions in Community Development Code Chapter 51. Flood
Damage Prevention, the City’s Floodplain Management Ordinance, which was
repealed and replaced with new regulations in 2018. Planning and
Development, working closely with Engineering, has prepared Ordinance
9508-21, proposing amendments to the Floodplain Management Ordinance to
address changes to the FEMA Flood Insurance Rate Map (FIRM) and
Community Rating System (CRS), in addition to making other administrative
changes.
The new FIRM was automatically adopted on August 24, 2021, and the effective
FIRM includes a significant decrease in base flood elevation (BFE) on
Clearwater Beach, Sand Key, and Island Estates. Engineering Department staff
and the Pinellas County Floodplain Administrator provided information about
Pinellas County’s Sea Level Rise and Storm Surge Vulnerability Assessment
[also known as the RESTORE Act Vulnerability Assessment (2021)], to City
Council at its August 30, 2021 Work Session. The County’s Vulnerability
Assessment utilizes additional and newer data, and projects that flood levels will
not decrease as is suggested by the new FIRM and therefore the BFE should
not be reduced in these areas. The proposed amendments would adopt the
Vulnerability Assessment by reference and allow the City to utilize it to establish
the flood hazard area and applicable BFE where it is more restrictive than the
FIRM (i.e., for properties on Clearwater Beach, Sand Key, and Island Estates).
Also, this year the Community Rating System 2021 Update was released which
implements a Class 8 prerequisite to require manufactured homes to be
elevated the same as other residential properties. All manufactured homes that
are placed, replaced, or substantially improved in the Special Flood Hazard
Area shall be elevated to at least the elevation required in the Florida Building
Code, Residential Section. This means manufactured homes need to be
elevated to the BFE plus 2 feet of freeboard. The proposed ordinance Draft
City Council Meeting Minutes October 21, 2021
Page 7
City of Clearwater
addresses this CRS prerequisite.
Staff is also proposing several amendments identified by FEMA and the Florida
Department of Emergency Management which were suggested for consistency
with model ordinance language as well as other administrative amendments,
including standards for accessory uses below BFE, modifying certain
definitions and updating terminology.
The Planning & Development Department has determined that the proposed
text amendments to the Community Development Code are consistent with and
further the goals, objectives and policies of the Comprehensive Plan and the
Community Development Code as outlined in the staff report. The Community
Development Board (CDB) will consider the proposed amendments at its
regularly scheduled meeting on October 19, 2021, and the Planning and
Development Department will report its recommendation at the October 21,
2021 City Council meeting.
In response to questions, Lead Environmental Specialist Sarah Kessler said
the exceptions depicted on Island Estates are elevations FEMA believed
were high enough and were not included in the special flood hazard area.
The homes that were not included in the special flood hazard area do not
need to be rebuilt to a certain height level if ever razed. Pinellas County used
a consultant and additional staff time to identify items that could lower the
county CRS rating. Ms. Kessler said the City would need to adopt the same
approach and hire additional staff in order to continue efforts needed to lower
the City's CRS rating.
Councilmember Allbritton moved to approve amendments to the
Clearwater Community Development Code Chapter 51, Flood
Damage Prevention, to allow for the use of best available data
when establishing flood hazard areas, including Pinellas County’s
Vulnerability Assessment (2021), to address accessory structures
used for parking and storage, to modify provisions for
manufactured homes, to modify or delete various definitions, and
to make other administrative amendments. The motion was duly
seconded and carried unanimously.
Ordinance 9508-21 was presented and read by title only.
Councilmember Beckman moved to pass Ordinance 9508-21 on
first reading. The motion was duly seconded and upon on roll
call, the vote was:
Ayes: 5 - Mayor Hibbard, Vice Mayor Hamilton, Councilmember Allbritton, Draft
City Council Meeting Minutes October 21, 2021
Page 8
City of Clearwater
Councilmember Bunker and Councilmember Beckman
8.2 Continue to a date uncertain: 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 2322 Anna Avenue, and pass Ordinances
9503-21, 9504-21, and 9505-21 on first reading. (ANX2021-08014)
This voluntary annexation petition involves a 0.180-acre property consisting of
one parcel of land occupied by a single-family dwelling. The property is located
on the north side of Anna Avenue approximately 1,150 feet north of Drew Street.
The applicant is requesting annexation in order to receive sanitary sewer and
solid waste service from the City. The property is located in an enclave and is
contiguous to existing city boundaries to the north and east. 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. The
closest sanitary sewer line is located in the adjacent Sharkey Road
right-of-way to the north of the subject property. The applicant is aware
that the City's sewer impact and assessment 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 McMullen Booth Road. Fire and emergency medical services will
be provided to this property by Station #48 located at 1700 North Belcher
Road. The City has adequate capacity to serve this property with
sanitary sewer, 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.
Draft
City Council Meeting Minutes October 21, 2021
Page 9
City of Clearwater
Policy A.7.2.3 Continue to process voluntary annexations for
single-family residential properties upon request.
• The proposed Residential Low (RL) Future Land Use Map category is
consistent with the current Countywide Plan designation of the property.
This designation primarily permits residential uses at a density of 5 units
per acre. The proposed zoning district to be assigned to the property is
the Low Medium Density Residential (LMDR) District. The use of the
subject property is consistent with the uses allowed in the District and
the property exceeds the District’s minimum dimensional requirements.
The proposed annexation is therefore consistent with the Countywide
Plan and the City’s Comprehensive Plan and Community Development
Code; and
• The property proposed for annexation is contiguous to existing city
boundaries to the north and east; therefore, the annexation is consistent
with Florida Statutes Chapter 171.044.
Councilmember Bunker moved to continue Item 8.2 to a date
uncertain. The motion was duly seconded and carried
unanimously.
9. Second Readings - Public Hearing
9.1 Adopt Ordinance 9507-21 on second reading, vacating public right-of-way described as
that certain portion of Rogers Street lying west of the east boundaries of lots 2 and 17,
Wm. Brown’s Subdivision of Bayview, Florida, per map or plat thereof as recorded in plat
book 1, page 13, of the public records of Hillsborough County, Florida, of which Pinellas
County was formerly a part; and east of that portion of said Rogers Street vacated per
Resolution No.69-18 as recorded in Official Records Book 3095, Page 79, of the public
records of Pinellas County, Florida, and that portion of Rogers Street conveyed to the City
Of Clearwater by deed recorded in Official Records Book 6302, Page 1729 of the public
records of Pinellas County, Florida.
Ordinance 9507-21 was presented and read by title only. Vice
Mayor Hamilton moved to adopt Ordinance 9507-21 on second
and final reading. The motion was duly seconded and upon roll
call, the vote was:
Ayes: 5 - Mayor Hibbard, Vice Mayor Hamilton, Councilmember Allbritton,
Councilmember Bunker and Councilmember Beckman
10. City Manager Reports – None. 11. City Attorney Reports Draft
City Council Meeting Minutes October 21, 2021
Page 10
City of Clearwater
The Mayor and Councilmembers thanked City Attorney Pam Akin for her
dedicated years of service and wished her a happy retirement. 12. Closing comments by Councilmembers (limited to 3 minutes)
Councilmember Bunker thanked the City Attorney for the reminder that
diversity is a good thing.
Councilmember Beckman said the Big Cleanup was successful and there
were so many activities planned. She recognized Recreation Specialist
Samantha Moullet and Sheri Heilman for their work in coordinating the
event.
Councilmember Allbritton said there were tons of trash collected during the
Big Cleanup event with more still to be counted. He thanked the volunteers
that participated and said everyone should do their part to pick up trash and
throw it away.
Vice Mayor Hamilton congratulated all the winners from the Amplify award
event held last night; they were all qualified and deserving. He congratulated
Jazz Holiday who made lemonade out of a bunch of lemons with Coachman
Park not being available and moving the show to Baycare Ballpark; they did
an incredible job considering all the issues they had to deal with.
13. Closing Comments by Mayor
The Mayor said he had the opportunity to go to Pirate Camp at the Sand Key
Sailing Center. Pirate Camp is open to children who were born without limbs
or have lost limbs. He said this year the Camp served 45 families from all
over the country. The Sailing Center has specially equipped sailboats for
children with disabilities. There were 15 counselors who were also
amputees, a majority of them performed in the Paralympics in Japan this
year. It is a hidden gem in the city that is great for residents and visitors. He
congratulated Ruth Eckerd Hall who raised a lot of money for education at
their gala; kids are not turned away from Ruth Eckerd Arts programs
because of the generosity of people. He congratulated the East Gateway
Neighborhood Association for their first meeting. He congratulated
Countryside High School who put on a college fair for the entire north
county. He said Jazz Holiday was good and the Cleanup was dynamite.
The Farmer’s Market is starting back up again and it was fun to have the
Stanley Cup in Clearwater again.
14. Adjourn
The meeting adjourned at 7:09 p.m. Draft
City Council Meeting Minutes October 21, 2021
Page 11
City of Clearwater
Mayor City of Clearwater
Attest City Clerk Draft
INDIVIDUAL SPEAKER
Citizen Comment Card
Name: D N U IS r 1 fLt,
Address: brc-
City: C Zip: X3'1
Telephone Number: 7c21 Lk?
Email Address: ()U I`l Z-pnk Abe±'
Speaking under citizens to be heard re
items not on the agenda?
Agenda item(s) to which you wish to speak. PEC _At,t.46
LJ A-T'E2 C z5,u tT TAS — C osi /J9
What is your position on the item? For Against
Citizen Comment Card
Name:
Address: /L/, er /M/1°
City: C/A2 Zip:
Telephone Number: - rg'
Email Address:
Speaking under citizens to be heard re
items not on the agenda? , ,
C
Agenda item(s) to which you wish to speak: Cr//Zfr, /d
efeeV
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Citizen Comment Card
Name:, €'f/7/ Gt- 17"l?C 0 at
Address: -Ten b.el t V
city:(Lew/ buir ev Zip: 7SY-p
Telephone Number: GI/ -7O - X76
Email Address: J 1"R 7 7/Y2 .( it e(3/1"
1Speakingundercitizenstobeheardre `
J
items not on the agenda?
Agenda item(s) to which you wish to speak. F.
40 rr 1 f s S a h,wai cci criekky-
abilie43an (451,61-16- - GZ//l G e 7 "yid
TVy11/\c5)1cr eali 11 "*".
What is your position on the item? For Against
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9848
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: City Manager's Office
Agenda Number: 7.1
SUBJECT/RECOMMENDATION:
Approve the budget increase of $115,000 and one full time equivalent position (FTE) for the
addition of a new Assistant Director position in the General Fund CRA Administration
Department. (consent)
SUMMARY:
The purpose of this item is to request approval for a new position, Assistant Director
Community Redevelopment Agency, and associated costs. The funding for this position was
approved in September 2021 at the Community Redevelopment Agency meeting as part of the
CRA’s annual budget and Interlocal agreement with the City. The CRA is responsible for
facilitating the revitalization of downtown Clearwater. The current implementation strategy calls
for the development of several new grant programs, partnerships with community
organizations, contracts with multiple media providers and redevelopment of CRA/City owned
property. This is highly complex and highly visible work that requires an experienced
practitioner in the field of communications and community development. Staff anticipates the
creation of a new CRA that would be administered by this department in the next year. To
successfully implement the CRA’s revitalization goals and accommodate a new CRA, a new
position is needed. Finally, considering the ongoing pandemic, providing a back up to the
Director position will ensure that CRA operations can be maintained when the Director is
unable to work. If approved, the CRA anticipate hiring no later than January 2022.
APPROPRIATION CODE AND AMOUNT:
A first quarter budget amendment will increase salaries in the CRA Administration cost code
0109212-510100, full time salaries, by $115,000. Amendments will also include an offsetting
increase to transfer-in revenues from the CRA to fund this expenditure.
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9616
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.2
SUBJECT/RECOMMENDATION:
Award a contract (purchase order) to D-Mar General Contracting and Development, Inc., of
Clearwater, Florida, for $306,711.90, which includes a 10% contingency, to perform various air
conditioner renovations and replacements needed throughout BayCare Ballpark, per Bid
16-0023-PR-BA, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
A 20-year capital improvement (reserve) study was completed in Fiscal Year 2014/15 by
Wannemacher Jenson Architects Inc. (WJA) and Delta Engineering for Baycare Ballpark (aka
Spectrum/Bright House Field).
As a result of the study, CIP budgets for the maintenance and upkeep of Baycare Ballpark were
established. The study identified the need to replace all of the air-conditioning units beginning
with Phase I in Fiscal Year 2016/17 when the cooling tower and main pumps were replaced.
On October 5, 2016, the City Council awarded a contract to Kenyon & Partners Inc. (KPI), of
Tampa, Florida, to complete Phase I. On October 19, 2017, the City Council awarded a
contract to Kenyon & Partners, Inc. (KPI), of Tampa, Florida, to complete Phase II.
The City issued Bid #16-0023-PR-BA for Phase III work to all qualified air conditioning
contractors. Two bids were received, of which D-Mar General Contracting & Development, Inc.
was the lowest most responsive bid.
This contract is for Phase III and will include the removal and replacement of units and systems
(19) at the ballpark. The replacement units will be Energy Star Certified where applicable and
meet the guidelines of Greenprint 2.0.
This contract is for a period of 90 Consecutive Calendar Days, to be complete prior to the
Phillies 2022 Spring Season opening day.
Due to modifications to Clearwater Greenprint 2.0, a change order for $6,050 will be brought
forward for approval from the City Manager for line items #1 and #2, to upgrade the units (7)
from replacement in-kind to Energy Star Certified units, with a minimum efficiency rating of 15
SEER and 12 EER.
Page 1 City of Clearwater Printed on 11/4/2021
File Number: ID#21-9616
APPROPRIATION CODE AND AMOUNT:
Funds are available in CIP 315-93205 “Baycare Ballpark Infrastructure Repairs/Improvements”
to fund this contract.
USE OF RESERVE FUNDS:
N/A
Page 2 City of Clearwater Printed on 11/4/2021
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 ....................................................................................................................... 17
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18
SECTION V – Contract Documents
SECTION V Page 1 of 18 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
D-Mar General Contracting & Development, Inc. 1453 S. MKL Jr. Ave.
Clearwater, FL 33756 (727) 561-4760
[name]
[principal business address]
[phone number]
City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750
PROJECT NAME: BAYCARE BALLPARK HVAC RENOVATIONS – PHASE III
PROJECT NO.: 16-0023-PR-BA
PROJECT DESCRIPTION: removing and replacing 19 packaged rooftop units along with miscellaneous
heating, ventilation & air conditioning (HVAC) work at the BayCare Ballpark, 601 Old Coachman Rd. Clearwater, FL 33765
BY THIS BOND, We, D-Mar General Contracting & Development, Inc., as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $306,711.90, 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 BAYCARE BALLPARK HVAC RENOVATIONS – PHASE III, 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 18 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).
D-Mar General Contracting & Development, 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 18 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 D-Mar General Contracting & Development, Inc., of the City of Clearwater, County of Pinellas, 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: BAYCARE BALLPARK HVAC RENOVATIONS – PHASE III
PROJECT NO.: 16-0023-PR-BA
in the amount of $________________
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 18 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 18 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 18 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 18 Updated: 5/4/2020
CONSENT OF SURETY TO FINAL PAYMENT
TO OWNER: City of Clearwater PROJECT NAME: BAYCARE BALLPARK HVAC RENOVATIONS – PHASE III
Parks and Recreation PROJECT NO.: 16-0023-PR-BA
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: D-Mar General Contracting & Development, Inc.
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
D-Mar General Contracting & Development, Inc. 1453 S. MLK Jr. Ave. Clearwater, FL 33756 ,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
Parks and Recreation 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):
DBE = NO DBE Y/N
BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1
Remove and replace 2 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-205
EA 1 $ 10,323.00 $ 10,323.00 $ 8,705.00 $ 8,705.00
2
Remove and replace 2.5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUA-306, RTUA-307, RTUA-308, RTUA-309, RTUA-310 & RTUA-
311.
EA 6 $ 10,444.00 $ 62,664.00 $ 8,838.00 $ 53,028.00
3
Remove and replace 4 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-201, RTUB-303, RTUB-312, RTUB-313 & RTUB-314.
EA 5 $ 10,921.00 $ 54,605.00 $ 9,368.00 $ 46,840.00
4
Remove and replace 5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-203, RTUB-204 & RTUB-304.
EA 3 $ 11,159.00 $ 33,477.00 $ 10,735.00 $ 32,205.00
5
Remove and replace 6 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-202
EA 1 $ 13,824.00 $ 13,824.00 $ 13,505.00 $ 13,505.00
6
Remove and replace 6 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with duct mounted smoke detector to be interlocked
with existing fire alarm system. Provide new packaged roof top unit with ionization unit
Plasma Air Plasma Pure AutoClean 1500 : RTUB-302
EA 1 $ 13,933.00 $ 13,933.00 $ 14,534.00 $ 14,534.00
7
Remove and replace 7.5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with duct mounted smoke detectors to be
interlocked with existing fire alarm system. Provide new packaged roof top units with
ionization unit Plasma Air Plasma Pure AutoClean 1500 : RTUB-301 & RTUB-305
EA 2 $ 13,396.00 $ 26,792.00 $ 15,452.00 $ 30,904.00
16-0023-PR-BA BayCare Ballpark HVAC Renovations - Phase
IIIBID OPENING - August 12, 2021 AWARD - September 16, 2021
Air Mechanical & Service Corp.
4311 W. Ida Street Tampa, FL 33614
D-Mar General Contracting &
Development, Inc.
1453 S. MLK Jr. Ave.
Clearwater, FL 33756
8 Provide existing mini splits with ionization unit Plasma Air 602: AHU-301 & AHU-302 EA 2 $ 779.00 $ 1,558.00 $ 963.00 $ 1,926.00
9
Provide existing water source heat pumps with ionization units Plasma Air Plasma Pure
AutoClean 1500: HP-201, HP-202, HP-203, HP-204, HP-205, HP-206, HP-207A, HP-
207B, HP-301, HP-302, HP-303, HP304, HP-305 & HP-306.EA 14 $ 883.00 $ 12,362.00 $ 1,078.00 $ 15,092.00
10 Provide existing packaged roof top units with ionization units Plasma Air Plasma Pure
AutoClean 1500: RTU-101, RTU-207 & RTUB-315.EA 3 $ 883.00 $ 2,649.00 $ 1,078.00 $ 3,234.00
11 Provide Testing & Balance of HVAC System, Provide copy of Test & Balance report in
O&M Manual LS 1 $ 12,240.00 $ 12,240.00 $ 12,087.00 $ 12,087.00
12 Extended 5 year warranty of all HVAC Compressors of bid items LS 1 $ 3,097.00 $ 3,097.00 $ - $ -
13 General Conditions/Supervision LS 1 $ 941.00 $ 941.00 $ 23,308.00 $ 23,308.00
14 Profit and Overhead LS 1 $ 42,239.00 $ 42,239.00 $ 15,961.00 $ 15,961.00
15 Performance bond LS 1 $ 3,518.00 $ 3,518.00 $ 7,500.00 $ 7,500.00
16 Sub Total of Items 1 - 15 $ 294,222.00 $ 278,829.00
17
10% Contingency of Line 16 Contingency funds shall only be utilized for items not
included in the scope of work (lines 1-14), additional scope of work shall be provided in
writing by the HVAC Contractor for approval by the Owner. Owner must approve
additional scope of work in writing for utilization of contingency funds. Any contingency
funds remaining shall be returned to the Owner by closing out purchase order short.
LS 1 $ 29,422.20 $ 29,422.20 $ 27,882.90 $ 27,882.90
18 Grand total of lines 16 & 17 includes contingency. $ 323,644.20 $ 306,711.90
DBE DISADVANTAGED BUSINESS ENTERPRISE
1
Remove and replace 2 ton packaged roof top unit and associated thermostat with 15
SEER and 12 EER Energy Star® Certified Unit. Provide new packaged roof top unit with
ionization unit Plasma Air Plasma Pure AutoClean 1500: RTUB-205
EA 1 $ 13,444.00 $ 13,444.00 $ 9,705.00 $ 9,705.00
2
Remove and replace 2.5 ton packaged roof top units and associated thermostats with 15
SEER and 12 EER Energy Star® Certified Unit. Provide new packaged roof top units
with ionization and Plasma Air Plasma Pure AutoClean 1500: RTUA-306, RTUA-307,
RTUA-309, RTUA-310 & RTUA-311
EA 6 $ 13,573.00 $ 81,438.00 $ 9,588.00 $ 57,528.00
Alternate Quoted Items replacing in kind with 15 SEER / 12 EER (lines 1 & 2 above)
Bid Tabulations are not public until 30 days after bid opening or upon award by City Council, whichever occurs first.
DBE = NO DBE Y/N
BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1
Remove and replace 2 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-205
EA 1 $ 10,323.00 $ 10,323.00 $ 8,705.00 $ 8,705.00
2
Remove and replace 2.5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUA-306, RTUA-307, RTUA-308, RTUA-309, RTUA-310 & RTUA-
311.
EA 6 $ 10,444.00 $ 62,664.00 $ 8,838.00 $ 53,028.00
3
Remove and replace 4 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-201, RTUB-303, RTUB-312, RTUB-313 & RTUB-314.
EA 5 $ 10,921.00 $ 54,605.00 $ 9,368.00 $ 46,840.00
4
Remove and replace 5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-203, RTUB-204 & RTUB-304.
EA 3 $ 11,159.00 $ 33,477.00 $ 10,735.00 $ 32,205.00
5
Remove and replace 6 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with ionization unit Plasma Air Plasma Pure
AutoClean 1500 : RTUB-202
EA 1 $ 13,824.00 $ 13,824.00 $ 13,505.00 $ 13,505.00
6
Remove and replace 6 ton packaged roof top unit and associated thermostat in kind.
Provide new packaged roof top unit with duct mounted smoke detector to be interlocked
with existing fire alarm system. Provide new packaged roof top unit with ionization unit
Plasma Air Plasma Pure AutoClean 1500 : RTUB-302
EA 1 $ 13,933.00 $ 13,933.00 $ 14,534.00 $ 14,534.00
7
Remove and replace 7.5 ton packaged roof top units and associated thermostats in kind.
Provide new packaged roof top units with duct mounted smoke detectors to be
interlocked with existing fire alarm system. Provide new packaged roof top units with
ionization unit Plasma Air Plasma Pure AutoClean 1500 : RTUB-301 & RTUB-305
EA 2 $ 13,396.00 $ 26,792.00 $ 15,452.00 $ 30,904.00
8 Provide existing mini splits with ionization unit Plasma Air 602: AHU-301 & AHU-302 EA 2 $ 779.00 $ 1,558.00 $ 963.00 $ 1,926.00
16-0023-PR-BA BayCare Ballpark HVAC Renovations - Phase
IIIBID OPENING - August 12, 2021 AWARD - September 16, 2021
Air Mechanical & Service Corp.
4311 W. Ida Street Tampa, FL 33614
D-Mar General Contracting &
Development, Inc.
1453 S. MLK Jr. Ave.
Clearwater, FL 33756
9
Provide existing water source heat pumps with ionization units Plasma Air Plasma Pure
AutoClean 1500: HP-201, HP-202, HP-203, HP-204, HP-205, HP-206, HP-207A, HP-
207B, HP-301, HP-302, HP-303, HP304, HP-305 & HP-306.EA 14 $ 883.00 $ 12,362.00 $ 1,078.00 $ 15,092.00
10 Provide existing packaged roof top units with ionization units Plasma Air Plasma Pure
AutoClean 1500: RTU-101, RTU-207 & RTUB-315.EA 3 $ 883.00 $ 2,649.00 $ 1,078.00 $ 3,234.00
11 Provide Testing & Balance of HVAC System, Provide copy of Test & Balance report in
O&M Manual LS 1 $ 12,240.00 $ 12,240.00 $ 12,087.00 $ 12,087.00
12 Extended 5 year warranty of all HVAC Compressors of bid items LS 1 $ 3,097.00 $ 3,097.00 $ - $ -
13 General Conditions/Supervision LS 1 $ 941.00 $ 941.00 $ 23,308.00 $ 23,308.00
14 Profit and Overhead LS 1 $ 42,239.00 $ 42,239.00 $ 15,961.00 $ 15,961.00
15 Performance bond LS 1 $ 3,518.00 $ 3,518.00 $ 7,500.00 $ 7,500.00
16 Sub Total of Items 1 - 15 $ 294,222.00 $ 278,829.00
17
10% Contingency of Line 16 Contingency funds shall only be utilized for items not
included in the scope of work (lines 1-14), additional scope of work shall be provided in
writing by the HVAC Contractor for approval by the Owner. Owner must approve
additional scope of work in writing for utilization of contingency funds. Any contingency
funds remaining shall be returned to the Owner by closing out purchase order short.
LS 1 $ 29,422.20 $ 29,422.20 $ 27,882.90 $ 27,882.90
18 Grand total of lines 16 & 17 includes contingency. $ 323,644.20 $ 306,711.90
DBE DISADVANTAGED BUSINESS ENTERPRISE
Bid Tabulations are not public until 30 days after bid opening or upon award by City Council, whichever occurs first.
BayCare Ballpark projects FY 2021/22Item ProjectCost Actual v. Estimated1Structural Repairs – Miscellaneous structural repairs including caulking, painting, repair of concrete Spalding etc. Approved by City Council October 7. $356,407.70Actual2HVAC Replacements – Third phase of HVAC replacements needed in the stadium. Scheduled for City Council meeting of November 4.$312,761.90Actual3 Roof repairs - Miscellaneous roof, repairs water proofing. Scheduled for City Council meeƟng of November 4. $129,719.70Actual 4Refurbish and repair Half Field – regrade and replace grass, clay warning track and base anchors on half field. $110,000Estimated5Seating refurbishment – Refurbish all plastic seats in the seating bowl. $190,000Estimated6Replacement of marquee sign on east side of stadium.$110,000Estimated7Create bunting station – replace bullpen with artificial turf.$98,000EstimatedTotal projected cost of all projects$1,306,889.30
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9839
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.3
SUBJECT/RECOMMENDATION:
Approve a contract (purchase order) from Garland/DBS, Inc., of Cleveland, Ohio, for roof
restoration and repairs of sections A2 and A3 of BayCare Ballpark, in an amount not to exceed
$129,719.70, which includes a 10% contingency, pursuant to Clearwater Code of Ordinances
Section 2.563(1)(c) Cooperative Contracts and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
A 20-year capital improvement (reserve) study was completed in Fiscal Year 2014/15 by
Wannemacher Jenson Architects Inc. (WJA) and Delta Engineering for BayCare Ballpark (aka
Spectrum/Bright House Field).
As a result of the study, CIP budgets for the maintenance and upkeep of BayCare Ballpark
were established. The study identified a phased approach to address restoration and repairs of
select portions of the stadium and clubhouse roofing. This contract will provide for renovations
to the existing roofing in sections A2 and A3 of the stadium. The work will consist of cleaning,
repair and recoating of surfaces, reinforcing of beams, and repairs to coping, flashing, and
waterproofing.
The proposed pricing is established under a Master Intergovernmental Cooperative Purchasing
Agreement (MICPA) with Racine County, WI and OMNIA Partners, Public Sector, and is
available to all members of the U.S. Communities Cooperative, of which the City of Clearwater
is a member. Cooperative Purchasing Agreement #PW1925 expires on October 14, 2024.
This contract is for a period of 60 days, to be completed prior to the Phillies 2022 Spring
Season opening day.
APPROPRIATION CODE AND AMOUNT:
Funds are available in CIP 315-93205 “Baycare Ballpark Infrastructure Repairs/Improvements”
to fund this contract.
USE OF RESERVE FUNDS: N/A
Page 1 City of Clearwater Printed on 11/4/2021
General Notes:
1.
2.
3.
4.
5.
Roof Sections A2 & A3 - Energizer Restoration Scope of Work:
1.
2.Replace damaged modified membrane with new torch-applied modified membrane. Cold
applied field repairs are not permitted.
All wood blocking shall be pressure treated.
MICPA # PW1925
Florida General Contractor License #: CGC1517248
Scope of Work: Sections A2 & A3 Roof Restoration and Repairs
It is the roofing contractor's responsibility to familiarize themselves will al details involved
in the roofing contract and to verify all existing conditions prior to commencement of work.
The roofing contractor shall protect all adjacent surfaces not scheduled for work and to
repair any damaged areas as a result of contractor work at no additional cost to the
Owner.
Purchase orders to be made out to: Garland/DBS, Inc.
Please Note: The following budget/estimate is being provided according to the pricing established
under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Racine
County, WI and OMNIA Partners, Public Sector (U.S. Communities). The line item pricing
breakdown from Attachment C: Bid Form should be viewed as the maximum price an agency will
be charged under the agreement. Garland/DBS, Inc. administered an informal competitive process
for obtaining quotes for the project with the hopes of providing a lower market-adjusted price
whenever possible.
Contractor shall field verify all dimensions, conditions, and quantites.
Using the information gathered from infrared thermal scan, remove all areas of wet
insultion back down to roof deck (square off). Replace insulation with new. Insulation
heights shall match existing.
Date Submitted: 10/06/2021
Proposal #: 25-FL-210963
Garland/DBS, Inc.
3800 East 91st Street
Cleveland, OH 44105
Phone: (800) 762-8225
Fax: (216) 883-2055
ROOFING MATERIAL AND SERVICES PROPOSAL
City of Clearwater
BayCare Field
601 Old Coachman Rd
Clearwater, FL 33765
The roofing contractor shall be responsible to maintain water tightness and provide
protection at any/all openings in the roof left at the end of each construction day.
Page 1 of 5
3.
4.
5.
6.
7.
8.
9.
10.
Metal Coping & Single-Ply Membrane:
1.
2.
a.
b.
c.
d.
ADDENDUM 1
1.
2.
3.
a.
Install polyester reinforcement - run fabric parallel to the low edge using a shingle method
up the slope with minimum 4" fabric laps.
Apply top coat of Energizer at a rate of 3.0 Gal per 100 Sq. Ft. using a notched
squeegee. Back roll top coat to ensure smooth surface and eliminate fabric wrinkles.
Within 5 minutes, immediately broadcast standard 3M roof granules into top coat at a
rate of 6lbs. Per 100 Sq. Ft.
Flashing/curb repairs: Leave existing modified membrane flashing in place. Add
UniBond 4" seam tape to existing flashing seams. Install two coats of polyurethane fluid
applied system.
At all internal drain locations, install new aluminum retrofit drains. Install target over top
prior to restoration coating.
Prime the field of the roof with Garla-Prime at a rate of 0.5 - 0.75 Gal per 100 Sq. Ft.
Allow at least 30 minutes to dry but no more than 48 hours.
Apply base coat of Energizer at a rate of 3.0 Gal per 100 Sq. Ft. using a notched
squeegee.
On parapet wall - single-ply membrane: Roofing contractor will need to power
wash these areas prior to installing seam tape and White-Knight Plus coating.
Install base coat of White-Knight Plus at a rate of 1.5 - 2.0 Gal per 100 Sq. Ft.
Allow base coat to dry 24 hours but no more than 72
Install top coat of White-Knight Plus at a rate of 1.5 - 2.0 Gal per 100 Sq. Ft.
Infrared Thermal Scan cost to be included by Garland/DBS and is not the responsibility of
the roofing contractor. This work will be done prior to the start of the project. Roofing
contractor to include line-item cost for wet roof/insulation replacement. Existing roof is
tapered polyisocyanurate insulation, multi-ply built-up modified membrane roof system
(A3 - concrete deck, A2 - metal deck).
Roofing contractor to include basic preventative maintenance on all other roof sections
(noted/walked during pre-bid). These items include: cleaning debris/granules around
internal roof drains, sealing chem-curbs with mastic and mesh (estimate of 20 drains + 25
chem curbs). No other work is needed outside of the minor items noted.
Scope of work clarification: On roof systems receiving energizer restoration, there is no
need to power wash the existing modified membrane cap sheet. Surface should be power
broomed or blown clean. No dust or dirt remaining. Prime existing roof surface and allow
to dry. Do not allow quick dry asphalt primer to sit longer than 24 hours before coating
installation. Re-prime where required.
Allow system to cure 7-10, roofing contractor to come back and sweep/remove excess
granules.
Existing metal coping: Make repairs where needed and identified by aerial overview and
pre-bid meeting. Existing coping chairs have come loose. Remove sections of coping
and reinstall.
Existing white single-ply membrane on parapet walls:
Power wash existing membrane
Add UniBond 4" seam tape to membrane seams
Page 2 of 5
Item #Unit Price Quantity Unit Extended Price
15.26
1.96$ 7,200 SF 14,112$
23.02 1.54$ 6,000 SF 9,240$
15.11
6.84$ 6,000 SF 41,040$
15.30
8.66$ 850 LF 7,361$
71,753$
RESTORATIONS - RECOATING OF EXISTING
ROOF SYSTEMS : RESTORATION OF SMOOTH-
SURFACED OR MINERAL-SURFACED ASPHALT-
BASED ROOF WITH GLASS FIBERED ASPHALT
EMULSION
Prepare Roof Surface to be Clean & Free of Dust;
Repair All Splits Tears of Blisters with a Three Course
Application of Mastic / Mesh / Mastic (USE
SEPARATE LINE ITEM); Prime the Roof Surface at a
Rate of 1/2 Gallon per Square. Apply Asphalt
Emulsion in a 2 Coat Application at a Rate of 2.5
Gallons per Square per Coat.
Sub Total Prior to Multipliers
Attachment C: Bid Form - Line Item Pricing Breakdown
Item Description
Cleaning & Caulking: Pressure Wash to Clean Vertical
Surfaces
RESTORATIONS - RECOATING OF EXISTING
ROOF SYSTEMS : RESTORATION OF SMOOTH-
SURFACED BURs/MODIFIED BURS ROOF
SYSTEMS WITH SINGLE-COMPONENT URETHANE
& REINFORCED SEAMS
Prepare Roof Surface by Cleaning with TSP or Simple
Green, Use Portable Blowers to Clear the Roof
Surface of Moisture; Reinforce Seams by Applying a
Single-Component, Aliphatic Urethane 2 Gallons per
Square / Reinforcement / 1 Gallon per Square (3
Gallons per Square on Seams) USE SEPARATE LINE
ITEM, Wait 24-48 Hours, Apply Single-Component,
Aliphatic Urethane as a Base Coat at a Rate of 2
Gallons per Square and a Top Coat of 1.5 Gallons per
Square Over the Entire Roof According to
Manufacturer's Specifications.
RESTORATIONS - RECOATING OF EXISTING
ROOF SYSTEMS : REINFORCING SEAMS WITH
SINGLE-COMPONENT URETHANE
Reinforce Seams by Applying a Single-Component,
Aliphatic Urethane 2 Gallons per Square /
Reinforcement / 1 Gallons per Square (3 Gallons per
Square on Seams)
Page 3 of 5
22.01
24 71,753$ %17,221$
22.03
20 71,753$ %14,351$
22.08
18 71,753$ %12,916$
22.20
15 71,753$ %10,763$
127,003$
127,003$
Proposal Price Based Upon Market Experience:117,927$
Garland/DBS Price Based Upon Local Market Competition:
TarHeel Roofing, Inc.
Springer-Peterson Roofing & Sheet Metal
Southern Roofing Co.
MULTIPLIER - ROOF SIZE IS GREATER THAN 5,000
SF, BUT LESS THAN 10,000 SF
Multiplier is applied when Roof Size is greater than
5,000 SF, but less than 10,000 SF. Situation creates
the fixed costs: equipment, mobilization,
demobilization, disposal, & set-up labor to be allocated
across a smaller roof area resulting in fixed costs being
a larger portion of the overall job costs
Total After Multipliers
MULTIPLIER - DIFFICULT ROOF OR BUILDING
ACCESS
Multiplier is applied when labor production is effected
by roof or building access. Situations that can cause
roof access to be more difficult include, but are not
limited to: no access for lifts or cranes, access is
dependent upon road closure, access point requires
the closure of a building entrance, roof level is not
accessible from the ground, roof area is interior to
adjacent roofs or roof materials and materials and
equipment must be loaded to one roof area and carried
to another roof area, roof materials and equipment
must be carried to the roof through an interior building
access point, no or limited staging areas on the
ground, etc.
117,927$
129,612$
257,070$
Base Bid Total Maximum Price of Line Items under the MICPA:
MULTIPLIER - ROOF HEIGHT IS GREATER THAN
20 FT, BUT LESS THAN OR EQUAL TO 50 FT
STORIES
Multiplier is applied when labor production is effected
by the roof height. This multiplier applies to roof
heights that exceed an estimated 2 stories, but are less
than or equal to an estimated 5 stories. Additional roof
height can require increased safety requirements,
larger lift equipment, tie-offs, etc.
MULTIPLIER - MULTIPLE MATERIAL STAGINGS
Multiplier is applied when labor production is effected
by the time it takes to stage a roof multiple times.
Situations include, but are not limited to staging
materials to perform work on multiple roof levels,
planned shutdowns and restarts, portion of the job is
over sensitive work areas requiring staging from more
than one point, etc.
Page 4 of 5
Unforeseen Site Conditions:
Wood Blocking (Nailer) Replacement per Bd. Ft.
Additional Insulation Replacement per Bd. Ft.
Decking Replacement per Sq. Ft.
Clarifications/Exclusions:
1.
2.
3.
4.
5.
6.
Respectfully Submitted,
Matt Egan
Garland/DBS, Inc.
(216) 430-3662
If you have any questions regarding this proposal, please do not hesitate to call me at my number
listed below.
Matt Egan
Please Note – The construction industry is experiencing unprecedented global pricing and
availability pressures for many key building components. Specifically, the roofing industry is
currently experiencing long lead times and significant price increases with roofing insulation and
roofing fasteners. Therefore, this proposal can only be held for 30 days. DBS greatly values your
business, and we are working diligently with our long-term suppliers to minimize price increases
and project delays which could effect your project. Thank you for your understanding and
cooperation.
9.92$
10.49$
31.12$
Any work not exclusively described in the above proposal scope of work is excluded.
Permits are excluded.
Bonds are included.
Plumbing, Mechanical, Electrical work is excluded.
Masonry work is excluded.
Interior Temporary protection is excluded.
Page 5 of 5
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9871
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.4
SUBJECT/RECOMMENDATION:
Approve a Purchase Order with Michael S. Williams d/b/a Athletic Services of Clearwater, FL,
for athletic field maintenance services, in an amount of $250,000.00 for the term November 1,
2021 through May 10, 2022 with two, one-year renewal options in an annual not to exceed
amount of $250,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c),
Piggyback, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The Parks and Recreation Department is responsible for over fifty athletic fields, which include
the playing surfaces at the Carpenter Complex and BayCare Ballpark. These fields are utilized
frequently for citywide special events and programs, co-sponsored activities, and tournaments,
which ultimately can affect the playing condition of the field for athletic usage due to equipment
and foot traffic patterns.
This piggyback contract will assist the department with the overall maintenance and
resurfacing services for various athletic fields located throughout the city on an annual basis.
The athletic field services include aerating, excavation of damaged turf and substrates, debris
removal, regrading and rototilling, and final grading of turf surfaces to proper specifications and
elevations as required by MLB, MLS, and NCAA standards.
The proposed pricing is established under a contract awarded by the Pinellas County School
Board, per Bid #21-968-206, Athletic Field Services, for an initial term expiring May 10, 2022,
with two, one-year renewal options. Staff is requesting approval for an amount of the initial term
equal to subsequent years due to resurfacing projects which are currently planned.
APPROPRIATION CODE AND AMOUNT:
Funds are available in Fiscal Year 21/22 departmental budgets in various operating and capital
codes and will be budgeted accordingly in future fiscal years.
USE OF RESERVE FUNDS: N/A
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9917
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.5
SUBJECT/RECOMMENDATION:
Approve a proposal by Construction Manager at Risk Khors Construction, Inc. of Pinellas Park,
Florida in the amount of $129,399.75 for the demolition and replacement of the existing deck at
the Clearwater Beach Recreation Center located at 69 Bay Esplanade and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
On September 17, 2020, Council approved the award of RFQ 40-20, Construction Manager at
Risk (CMAR) Services for Continuing Contracts to thirteen firms with Khors Construction, Inc.,
being one of the thirteen firms selected.
The Clearwater Beach Recreation Center provides recreational opportunities for residents and
visitors of Clearwater. The outdoor deck attached to the Center offers waterfront views of the
surrounding intercoastal waterway and is a frequented venue for special events such as
receptions and weddings. The current condition of the deck both structurally and in appearance
requires extensive renovations.
This proposal includes the removal of the existing deck and the design/build of a new deck. The
design will incorporate additional structural components that will make the deck and railings
stronger.
At the direction of City Council, staff received additional pricing for the alternative construction
of select components of the deck, including swapping wooden balusters for stainless steel
Atlantis cable, hardware, and additional grab bars at an increased cost of $13,204.29. Staff is
recommending approval of the alternate construction options for enhanced longevity and
appearance of the deck components.
This is a 90-day contract which will begin in June 2022 and will be completed by September
2022.
APPROPRIATION CODE AND AMOUNT:
Funds are available in CIP 93604 “Boardwalk & Docks Repair & Replacement” to fund this
contract.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9759
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.6
SUBJECT/RECOMMENDATION:
Approve a Guaranteed Maximum Price (GMP) to Walbridge, of Tampa, FL, for the Marshall
Street WRF Sand Filters Rehabilitation (20-0011-UT) in an amount of $1,681,538.00 pursuant
to RFQ 40-20, Construction Manager at Risk Services for Continuing Contracts; approve
Supplement 1 Work Order to Tetra Tech, Inc., of Tampa, FL, for construction and engineering
inspections services in the amount of $118,682.00 for a new contract total of $152,572.00,
pursuant to RFQ 26-19, Engineer of Record Consulting Services, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
The City operates twelve sand filters at the Marshall Street Water Reclamation Facility (WRF).
The filters are designed to remove particulates; however, plant operations have reported
several instances of the filters’ cells binding, reducing its capability to handle increased flows
during rain events which can lead to sanitary sewer overflows. The purpose of this project is to
rehabilitate the sand filters and associated equipment at the Marshall Street WRF. Scope
includes removal and replacement of media, inspection and repair of damaged components
and the Chem Clean System. Walbridge was selected under RFQ 40-20 as one of the
approved firms based on construction experience, financial capability, availability of qualified
staff, local knowledge and involvement in the community which was approved by Council on
September 17, 2020.
On May 17, 2021, a work order was initiated with Engineer of Record (EOR) Tetra Tech, Inc.,
to provide design services in the amount of $33,890.00. Supplemental 1 Work Order is for
construction engineering and inspection services during the construction phase in the amount
of $118,682.00 bringing the new contract total to $152,572.00. Tetra Tech, Inc., was selected
under RFQ 26-19 and approved by Council on June 20, 2019.
Construction is anticipated to be completed within 270 calendar days from issuance of Notice
to Proceed.
The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and
maintaining the MS WRF.
APPROPRIATION CODE AND AMOUNT:
3217321-530100-96213 $ 118,682
3217321-546700-96213 $1,681,538
Funds are available in capital improvement project 96213, Marshall Street Upgrade, to fund this
project.
Page 1 City of Clearwater Printed on 11/4/2021
Tetra Tech, Inc. City of Clearwater
Consultant Work Order Page 1 of 8 Revised: 10/07/2021
CONSULTANT WORK ORDER
Supplemental 1
Date: 10/07/2021
1. PROJECT INFORMATION:
Project Title: Marshall Street WRF Sand Filters Rehabilitation
City Project Number: 20-0011-UT
City Plan Set Number: 2021005
Consultant Project Number: 200-41125-21003
2. SCOPE OF SERVICES:
The City of Clearwater (City) has requested assistance from Tetra Tech in rehabilitating
the sand filters at the City’s Marshall Street Water Reclamation Facility (WRF). The filters
are Hydro Clear® pulsed-bed sand filters which were originally placed in service in June
1990 and have 12 poured-in-place concrete filter cells. An upgrade of the filters was
completed in 2012 with the filter routines of Air Mix, Pulse Mix, Backwash and Chemical
Clean. A subcontractor will complete the construction of the project as part of a
Construction-Manager-At-Risk (CMAR) delivery. The rehabilitation of the sand filters will
incorporate the following (as determined necessary):
Removal of the media and debris from all 12 cells.
Disposal of spent media and debris.
Cleaning of the filter cells.
Installation of new media.
Replacement of Level Switches.
Remove abandoned airlines and route temporary exterior ones through existing
(or new) conduit.
Replacement of wire mesh support screens.
Replacement of Hold-Down beams, clips angles and anchors, diffusers, diffusers
pipes, drop pipes and other components and mounting hardware in each cell as
necessary.
Leveling of v-notch weirs in each cell.
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 2 of 8 Revised: 10/07/2021
Replacement of each cell’s inlet valve.
Replacement of each cell’s trough valve.
Evaluation and repair of Chemical Clean System to restore it to automatic
operation.
Concrete repair of walls in each cell.
Tetra Tech’s scope of services during this phase will include the following general tasks:
Construction phase services.
The detailed project tasks are outlined below:
IV. CONSTRUCTION PHASE Services:
For this Work Order, Tetra Tech will provide the following construction
administration, observation and project close-out services for the filter rehabilitation.
These services are based on a construction duration of 259 calendar days (49 days for
submittals and 210 days for construction). This is based on the schedule submitted
by the CMAR.
Task 4.1: Construction Administration
Tetra Tech will perform the following construction administration services:
Prepare for and attend one (1) preconstruction meeting. Tetra Tech will
prepare the meeting agenda and record and distribute the meeting minutes.
Attend, in person, up to seven (7) progress meetings for the contracted
construction period. It is expected that the CMAR will prepare each meeting’s
agenda and Tetra Tech will record and distribute the meeting minutes.
Provide interpretation or clarification of the design documents when requested
including responding to CMAR’s RFIs and claims. Consultant anticipates 6 RFIs
and clarifications of the contract documents.
Review up to 20 shop drawings and other submittals up to two (2) times per
submittal for general conformance with the Contract Documents.
Review applications for payment, quantities and the accompanying data and
schedule, determine the amounts owed to the Contractor and advise the City
of the recommended payments.
CMAR shall create and maintain submittal log including shop drawings,
substitution requests, requests for information, and change order requests.
Consultant shall work with the CMAR to maintain the log.
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 3 of 8 Revised: 10/07/2021
Attend six (6) substantial completion site visits to determine if the project has
been completed in accordance with the Contract Documents. Tetra Tech will
coordinate with Evoqua to develop a punch list of items to be corrected by the
Contractor. Each substantial completion visit is assumed to be prior to media
placement within the rehabilitated filter bed.
Conduct one (1) final completion inspection to determine if the punch list items
have been completed.
Task 4.2: Construction Observation
To better ensure that the Project is constructed in accordance with the Contract
Documents, the Tetra Tech will provide the construction observation services
throughout the duration of construction. Based on the schedule submitted by the
CMAR, the construction duration is 30 weeks. Therefore, total on-site construction
observation hours are estimated to be 24 hours per week for a 30-week period. An
additional 32 hours of buffer is also included in this estimate for a total of 752 hours.
The role, limitations and responsibilities of the Tetra Tech are set forth below:
Provide onsite observation to verify compliance with the Contract Documents
and inform the City of progress and any observed deficiencies.
Prepare field reports for the portion of the day on site, documenting
construction activities and submit them to the City for review on a weekly basis.
Review the Contractor’s red-line as-builts on site on a monthly basis.
Observation inspections as Tetra Tech deems necessary.
Task 4.1: Project Closeout
Tetra Tech will perform the following Project Closeout services:
Prepare record drawings, incorporating changes made to original design during
construction based on record information furnished by the CMAR and provide
one (1) flash drive with an electronic version of the record documents to the
City in PDF-format and ACAD format.
Prepare a project catalog that includes all of the construction documentation,
including files of correspondence, meeting minutes, Contract Documents,
change orders, field orders, RFI’s, work change directives, addenda, additional
drawings issued subsequent to the Contract, progress reports, shop drawing
and progress submittals, regulatory correspondence and other project related
documents. At the conclusion of the project, Tetra Tech will combine the
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 4 of 8 Revised: 10/07/2021
information into a project catalog and submit to the City for review and
comment. The project catalog will be submitted electronically. One round of
City review and comment is budgeted. Upon receipt and inclusion of City
comments, Tetra Tech will provide a final project catalog in electronic format.
V. CONTINGENCY:
A Time and Materials Not-to-Exceed (T&M, NTE) CEI contingency of 10% is
included to support the implementation of this project.
3. PROJECT GOALS:
Tetra Tech will prepare the following deliverables:
Record Drawings
Project Catalog
4. FEES:
See Attachment “A”.
This price includes all labor and expenses anticipated to be incurred by Tetra Tech for
the completion of these tasks in accordance with Professional Services Method “A” –
Hourly Rate (Cost Times Multiplier Basis), for a fee not to exceed one hundred eighteen
thousand six hundred eighty one dollars ($118,681).
5. SCHEDULE:
It is anticipated that the project schedule will be as follows from notice to proceed
(NTP):
Calendar Days
Per Task
Total Calendar
Days from NTP
Shop Drawings Review 49 49
Construction Duration 210 210
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 5 of 8 Revised: 10/07/2021
6. STAFF ASSIGNMENT:
City’s staff assignments include:
Project Manager Kaylynn Price
Utilities Engineering Manager Jeremy Brown, PE
Public Utilities Director Richard Gardner, PE
Public Utilities W.E.T. Manager Jason Jennings
Public Utilities Assistant Manager Mike Flanigan
Public Utilities Chief Operator (MS WRF) Ryan Alexander
Tetra Tech’s staff assignments include:
Senior Project Manager Michael Saxton, PE
Senior Engineer Kevin Friedman, PE
Engineer of Record Tyler Achotegui, PE
7. CORRESPONDENCE/REPORTING PROCEDURES:
Tetra Tech’s project correspondence shall be directed to the Project Manager with
copies to Senior Engineer. All City project correspondence shall be directed to the
Project Manager, with copies to the Utilities Engineering Manager and Public Utilities
Assistant Director.
A health and safety plan will be prepared by Tetra Tech and submitted to the City
Project Manager prior to mobilizing to each site.
Tetra Tech shall provide a minimum of forty-eight (48) hours’ notice prior to conducting
fieldwork/site visits. Tetra Tech shall provide a minimum of seven (7) days notification
for site visits requiring the assistance of City Operations and Maintenance personnel.
Notification will be provided by Tetra Tech for employees of Tetra Tech.
Tetra Tech acknowledges that all City directives shall be provided by the City Project
Manager.
In addition to the original copies delivered as stated in the scope of work, all
deliverables will be submitted in electronic format prior to approval of final invoice.
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 6 of 8 Revised: 10/07/2021
8. INVOICING/FUNDING PROCEDURES:
For work performed, invoices shall be submitted monthly to the:
City of Clearwater, Engineering Department
Att. 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: 3217321-530100-96213
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:
1. Purchase Order, Project and Invoice Numbers and Contract Amount.
2. The time period (begin and end date) covered by the invoice.
3. A short narrative summary of activities completed in the time period.
4. Contract billing method – Lump Sum or Cost Times Multiplier.
5. 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).
6. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed,
amount due, previous amount earned, 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).
7. If the Work Order is funded by multiple funding codes, an itemization of tasks
and invoice amounts by funding code.
10. CONSIDERATIONS:
Consultant acknowledges the following:
1. The Consultant named above is required to comply with Section 119.0701,
Florida Statutes, where applicable.
2. All City directives shall be provided by the City Project Manager.
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 7 of 8 Revised: 10/07/2021
3. “Alternate equals” shall not be approved until City Project Manager agrees.
4. All submittals must be accompanied by evidence each has been internally
checked for QA/QC before providing to City.
5. Consultants/Contractors are not permitted to use City-owned equipment (i.e.
sampling equipment, etc.).
6. Documents posted on City website must ADA accessible.
11. ADDITIONAL CONSIDERATIONS:
All work orders should include considerations for the following:
1. Sea Level Rise and Flood Resilience, as applicable.
2. Submittal of a Critical Path Method (CPM) Schedule(s).
3. 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.
4. 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.
12. SPECIAL CONSIDERATIONS:
The consultant named above is required to comply with Section 119.0701, Florida
Statutes where applicable.
CONSULTANT WORK ORDER
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order Page 8 of 8 Revised: 10/07/2021
13. SIGNATURES:
PREPARED BY: APPROVED BY:
Michael Saxton, P.E. Tara Kivett, P.E.
Senior Project Manager City Engineer
Tetra Tech City of Clearwater
Date Date
10/07/2021
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 10/07/2021
CONSULTANT WORK ORDER
PROJECT FEES TABLE
Task Description Subconsultant
Services
Labor Total
4.0 Construction Phase Services
4.1 Construction Administration - $23,563 $23,563
4.2 Construction Observation - $78,260 $78,260
4.3 Project Closeout - $6,070 $6,070
Construction Phase Services Total: $107,893
SUBTOTAL, LABOR AND SUB-CONTRACTORS: $107,893
5.0 Contingency (10%) $10,789
GRAND TOTAL: $118,682
ATTACHMENT “B”
CONSULTANT WORK ORDER – CITY DELIVERABLES
Marshall Street WRF Sand Filters Rehabilitation
Tetra Tech, Inc. 20-0011-UT City of Clearwater
Consultant Work Order – City Deliverables Page 1 of 1 Revised: 10/07/2021
CONSULTANT WORK ORDER
CITY DELIVERABLES
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.
HARBOR DR RUSSELL ST N MADISON AVE TANGERINE ST
S
T
E
V
E
N
S
O
N'S D
R
D O U G L A S A V E MARSHALL ST
CLAIRE DR HOLT AVE DOUGLAS AVE AERIAL MAP
SAND FILTERS
Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\20-0011-UT_MS_WRF_Aer.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:Page: 1 of 16/11/2021Date:Aerial Flown 2019
Marshall St. WRF Sand Filters RefurbishmentProject Number: 20-0011-UT
WDMap Gen By:KPReviewed By:
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9870
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.7
SUBJECT/RECOMMENDATION:
Approve an Interlocal Agreement with Pinellas Suncoast Transit Authority (PSTA) for the
autonomous vehicle (AV) pilot program and authorize the appropriate officials to execute same
(consent).
SUMMARY:
This Agreement enables PSTA, in conjunction with BEEP Inc., to deploy two AVs in Clearwater
Beach, south of the roundabout. The route is a loop on S. Gulfview Boulevard, from Pier 60 to
Parkway Drive, with five passenger stops using existing bus stop pullout lanes, one parking
space and possibly, in a private commercial parking lot.
City staff will ensure appropriate pavement markings are placed and the roadway surface is
free of potholes. PSTA will coordinate with the City on installing temporary “Autonomous
Vehicle testing” caution signs on existing speed limit signposts.
PSTA procured a suitable AV storage location at the Edge Hotel on S. Gulfview Boulevard.
Beep has installed their global navigation system on the roof of the Edge Hotel and expects to
perform a mapping exercise in late October. PSTA, BEEP and their contractor are in process
of coordinating with the City to obtain the required electrical permit to provide power for AV
charging stations at the Edge Hotel.
This pilot is anticipated to start in mid-November for a three-month period with an agreement
termination no later than March 31, 2022.
APPROPRIATION CODE AND AMOUNT: N/A
USE OF RESERVE FUNDS: N/A
Page 1 City of Clearwater Printed on 11/4/2021
Page 1 of 9
AUTOMONOMOUS VEHICLES INTERLOCAL AGREEMENT
THIS INTERLOCAL AGREEMENT (“Agreement”) is made and entered into as of this
______ day of __________, 2021 by and between the City of Clearwater, Florida (“City”) and Pinellas Suncoast Transit Authority (“PSTA”) (collectively, “the Parties”). RECITALS
WHEREAS, PSTA and the City seek to improve resident and visitor mobility within the City; and WHEREAS, the Tampa Bay Area Regional Transit Authority (TBARTA) is supportive of
autonomous vehicle pilot projects and has executed a Memorandum of Understanding (MOU) with
PSTA in support of autonomous vehicle operations in the City of Clearwater; and WHEREAS, PSTA has entered into an agreement with Beep, Inc. (“BEEP”) to deploy two Olli 1.0 autonomous vehicles (“AV” or “AVs”) on a pre-determined route, (the “Route”) as shown
in Exhibit A, in the City (“the AV Project”); and
WHEREAS, in order to prepare for the deployment of the AV Project, certain roadway improvements and preparations within the City are necessary; and
WHEREAS, the City and PSTA have worked in partnership to develop and analyze what
roadway improvements are needed in preparation for the deployment of the AV Project; and WHEREAS, the City desires to perform and maintain such roadway improvements in order to effectuate the deployment of the AV Project; and
NOW, THEREFORE, for and in consideration of the foregoing recitals (all of which are hereby adopted as an integral part of this Agreement), the mutual promises, covenants, and conditions herein contained and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the City and PSTA hereby agree as follows:
1. PURPOSE
The City and PSTA desire to enter into this Agreement for the performance of certain
roadway improvements and preparations in order to effectuate the deployment of the AV Project.
2. DESCRIPTION OF THE IMPROVEMENTS
The improvements to be performed and maintained by the City in order to effectuate the
deployment of the AV Project consist of certain roadway improvements more particularly
described in Section 3(A) (the “Improvements”).
Page 2 of 9
3. CITY’S RESPONSIBILITIES
A. In order to effectuate the deployment of AV Project, the City shall perform and maintain the following Improvements: a. Route Infrastructure Improvements: i. Repair of any potholes or other major imperfections (as determined by the City) in the
Route roadway that may interfere with the AV Vehicle operations; and ii. Removal or maintenance of vegetation (including tree trimming, hedges, decorative grass, etc.) or other obstructions within the Route that may interfere with the AV Project’s operations; and iii. Access to a secure rooftop, if available, for the installation of a Global Navigation
Satellite System (GNSS) base station (“GNSS Base Station”) in a mutually acceptable location within ¼ mile or less from the centerline of the proposed Route on City property. The City shall not be responsible for the installation or maintenance of the GNSS Base Station or any costs associated therewith. If a secure rooftop on City property is not available, PSTA is responsible for gaining access to a secure rooftop on
other property. (1) If the GNSS Base Station is installed on City property, PSTA shall remove or cause to be removed the GNSS Base Station and any associated equipment and materials after the conclusion of the AV Project on a date and at a time mutually agreeable to the Parties.
b. Stop Infrastructure Improvements: i. the design, construction and/or installation of ADA compliant landing pad and ramp improvements at AV Project stop locations that do not currently have such infrastructure.
B. Ground Support: in the event the City permits an event to take place that obstructs the path of the AV shuttles or changes the operating environment temporarily, the City will use best efforts to provide PSTA with seven days’ notice of such events.
C. Except as otherwise set forth herein, the City shall be solely responsible for the cost, performance, and maintenance of the Improvements. D. The City shall approve temporary Route signage developed, produced, and installed by
PSTA if such signage is deemed acceptable by the City and is compliant with applicable
requirements of the City’s Community Development Code (the “City Code”). The City acknowledges that such signage is considered ‘government signage” under section 3-1803 of the City Code, and as such is exempt from permitting requirements under the existing City Code. Furthermore, the City acknowledges that pursuant to Section 7 of Chapter 00-
424, Laws of Florida, as amended, PSTA is exempt from any permit fees for any permit
required for the signage. To the extent practicable, the City will expedite any permit approvals associated with the signage.
Page 3 of 9
E. The City shall provide PSTA with documentation of the Improvements that are performed and their associated value as these costs will count as an in-kind match to the FDOT grant
PSTA received for the AV Project.
F. The City shall identify a single point of contact representing the City (“City Representative”), who will convey AV Project information to the PSTA Representative (defined herein) and facilitate performance of the Improvements as required by this
Agreement.
G. The City will ensure the participation and engagement of Clearwater Fire and Rescue (CFR) and Clearwater Police Department (CPD) personnel to be trained for emergency response related to the AV Project service vehicles and passenger safety.
4. PSTA’S RESPONSIBILITIES:
A. PSTA shall be responsible for contracting with the necessary persons or entities to accomplish the deployment of the AV Project, including professional services for the
onboarding and commissioning of the AVs, as well as managed services for the complete service, management, maintenance, and operations of the AVs required for a successful deployment. PSTA shall be solely responsible for deploying, maintaining, and operating the AV Project, in PSTA’s sole discretion, including but not limited to selection of a contractor, preparation of the specifications and final plans for the AV Project, and ensuring that all
necessary licenses and permits are obtained for the AV Project. Nothing herein shall be construed as a restriction on PSTA’s ability to select such contractor, to refuse to enter into a contract with a contractor, or take any other action during the deployment process. B. PSTA shall not be liable to the City for any delays in deploying the AV Project, including
but not limited to any delays in connection with PSTA’s contractor(s), supplier(s) or agents thereof. C. PSTA shall designate a single point of contact representing PSTA (“PSTA Representative”),
who shall coordinate with the City Representative for all matters pertaining to the AV
Project as defined in this Agreement. D. PSTA shall develop, produce, and install signage at stops along the demonstration Route. Such signage must comply with the applicable requirements of the City Code. The City
acknowledges that such signage is considered ‘government signage” under section
16.40.120.10 of the City Code, and as such is exempt from permitting requirements under the existing City Code. Furthermore, the City acknowledges that pursuant to Section 7 of Chapter 00-424, Laws of Florida, as amended, PSTA is exempt from any permit fees for any permit required for the signage.
E. PSTA shall work with the selected contractor to provide emergency response training on the AVs for Clearwater Fire and Rescue (CFR) and Clearwater Police Department (CPD) in advance of the deployment.
Page 4 of 9
F. PSTA shall obtain written concurrence from the City if changes to the Route need to be made.
G. Storage Facility & Facility Improvements:
a. PSTA shall obtain access to a storage facility, if available, within a secure area in a mutually acceptable location within ¼ mile or less from the centerline of the proposed Route in a low speed path. If a storage facility on City property is not available, PSTA is responsible for gaining access to a storage facility on other property.
b. If the City provides PSTA access to a storage facility, such facility must be able to accommodate the following AV Project support infrastructure and improvements (“Storage
Facility Improvements”):
i. 200V, 32AMP charging, supporting (National Electrical Manufacturers Association (NEMA) 1450 plugs,
ii. Charger installation for autonomous shuttle charging,
iii. Access to water for the cleaning of the vehicles,
iv. Clearing of non-transit related items in the facility, and
c. PSTA shall obtain any reasonable associated improvements required for the storage of the AV shuttles. The City shall not be responsible for the performance, installation or maintenance of the Storage Facility Improvements or any costs associated therewith.
5. NO LIABILITY
The City and PSTA shall be responsible for their respective employees’ acts of negligence
when such employees are acting within the scope of their employment and shall only be liable for
any damages resulting from said negligence to the extent permitted by Section 768.28, Florida
Statues. Nothing contained in this Agreement is intended to nor shall it be construed as an
additional waiver of any immunity from liability that the City or PSTA may be entitled to under
the doctrine of sovereign immunity beyond the expressed written contractual obligations of the
City and PSTA contained in this Agreement. Nothing herein shall be construed as consent by the
City or PSTA to be sued by third parties in any matter arising out of this Agreement.
6. PSTA CONTRACTORS
PSTA shall require all persons and entities (including, but not limited to, BEEP) who access
City property to perform activities related to the AV Project (“each, a “Third Party”) to defend,
hold harmless and indemnify the City, its officers, employees, agents, elected and appointed
officials and volunteers (collectively, the “Indemnified Parties”) to the same extent that PSTA will
be indemnified in its agreement with the Third Party and for any claims, loss, damage or injury
arising out of or in connection with the Third Party’s use of City property. PSTA shall also require
any Third Party to name the Indemnified Parties and PSTA as additional insureds under all
insurance policies which PSTA requires any Third Party to obtain. At the City’s request, PSTA
shall provide the City with Third Party Certificates of Insurance reflecting all required insurance
coverage. Additionally, PSTA shall require any Third Party to acknowledge and agree in writing
that (i) the City shall not be responsible or liable for damage or destruction of property or any other
Page 5 of 9
interest of the Third Party, regardless of cause and (ii) all Third Party property of every kind and
description which may at any time be on City property shall be at the Third Party’s sole risk.
7. TERMINATION
This agreement may be terminated by either party upon breach of a material term by the
other party. However, prior to terminating this Agreement pursuant to this subsection, the non-
breaching party must provide at least fifteen (15) days’ written notice to the breaching party
providing an opportunity to cure the breach. If the breach is not cured within said cure period, the
non-breaching party may terminate this Agreement upon written notice to the other party.
If access to a storage facility is not obtained as set forth in paragraph 4.G above, no later
than December 1, 2021, either Party may terminate this Agreement upon written notice provided
to the other Party no later than December 16, 2021.
8. EFFECTIVE DATE AND TERM OF AGREEMENT
PSTA shall be responsible for filing this Agreement with the Clerk of the Circuit Court of Pinellas County and this Agreement shall be effective on the date of such filing. The term of this Agreement shall commence on the effective date of this Agreement and
shall terminate upon the termination of the AV Project, as determined in PSTA’s sole discretion,
unless earlier terminated as provided for herein. Provided, however, this Agreement shall terminate no later than March 31, 2022. The full duration of the AV Project shall be four (4) months, which shall include one month for set up, break down, and shuttle testing and three (3) months for service.
9. AMENDMENTS
This Agreement may be modified or amended only by a document in writing executed by the City and PSTA with the same formality of this Agreement.
10. GOVERNING LAW
The laws of the State of Florida shall govern this Agreement.
11. RELATIONSHIP OF PARTIES
Nothing contained herein shall be deemed or construed by the parties, nor by any third party, as creating the relationship of principal and agent or landlord and tenant or of partnership or
of joint venture between the City and PSTA.
Page 6 of 9
12. SEVERABILITY
Should any paragraph or portion of any paragraph of this Agreement be rendered void, invalid or unenforceable by any court of law for any reason, such determination shall not render void, invalid or unenforceable any other section or any part of any other section of this Agreement.
13. NOTICES
Unless and to the extent otherwise provided in this Agreement, all notices, demands, requests for approvals and other communications which are required to be given by one party to another shall be in writing and shall be deemed given and delivered on the date delivered in person,
upon the expiration of five (5) days following the date mailed by registered or certified mail, postage prepaid, return receipt requested to the address provided below, or upon the date delivered by overnight courier (signature required) to the address provided below. If to PSTA: If to the City:
Chief Executive Officer City Manager Pinellas Suncoast Transit Authority City of Clearwater 3201 Scherer Drive P.O. Box 4748 St. Petersburg, Florida 33716 Clearwater, FL 33758 Phone (727) 540-1807 Phone (727) 562-4040
Email Bmiller@psta.net Email micah.maxwell@myclearwater.com With required copy to: Alan S. Zimmet, General Counsel Bryant Miller Olive, P.A.
One Tampa City Center, Suite 2700 Tampa, FL 33602 Phone (813) 273-6677 Email Azimmet@bmolaw.com
14. ENTIRE AGREEMENT
This Agreement reflects the full and complete agreement between the City and PSTA
regarding the subject matter contained herein and supersedes all prior or contemporaneous
agreements (whether oral or written) between them regarding the subject matter contained herein.
15. SURVIVAL
All obligations and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination.
Page 7 of 9
16. NON-APPROPRIATION
The obligations of the City as to any funding required pursuant to this Agreement shall be limited to an obligation in any given year to budget, appropriate and pay from legally available
funds, after monies for essential City services have been budgeted and appropriated, sufficient monies for the funding that is required during that year. Notwithstanding the foregoing, the City shall not be prohibited from pledging any legally available non-ad valorem revenues for any obligations heretofore or hereafter incurred, which pledge shall be prior and superior to any obligations of the City pursuant to this Agreement. In the event PSTA, in its sole discretion,
determines that sufficient budgeted funds are not available to appropriate for its respective costs of the AV shuttle program, PSTA shall notify the City of such occurrence, and this Agreement shall automatically terminate and be of no further force or effect.
17. FORCE MAJEURE
Neither party shall be liable for its non-performance or delayed performance under this Agreement if caused by Force Majeure. Force Majeure shall be defined as a fire, flood, act of God,
war, terrorism, riot, national emergency, sabotage, civil disturbance, strike, labor dispute, governmental act, law, ordinance, rule or regulation, or events which are not the fault or are beyond the control of the party. 18. COMPLIANCE WITH LAWS City and PSTA shall comply with all applicable federal, state, and local laws, ordinances, rules and regulations, the federal and state constitutions, and orders and decrees of any lawful
authorities having jurisdiction over the matter at issue (“Laws”).
19. COUNTERPARTS; ELECTRONIC SIGNATURE
This Agreement may be executed in any number of counterparts, each of which is deemed
to be an original, and such counterparts collectively constitute a single original Agreement. Additionally, each party is authorized to sign this Agreement electronically using any method authorized by applicable law and City and PSTA policies.
Page 8 of 9
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the
day and year first written above.
CITY OF CLEARWATER, FLORIDA ATTEST
By: _________________________ By: _________________________ Frank V. Hibbard Rosemarie Call Mayor City Clerk
(SEAL)
By: _________________________ Micah Maxwell Interim City Manager
Approved as to Form and Content
_____________________________ Matthew J. Mytych, Esq. Assistant City Attorney
PINELLAS SUNCOAST TRANSIT AUTHORITY ATTEST By:___________________________ By:_______________________
Brad Miller, Chief Executive Officer Rachael Cappolla,
Executive Assistant Approved as to form:
_________________________ Alan S. Zimmet, General Counsel
Page 9 of 9
EXHIBIT A – AV DEMONSTRATION ROUTE MAP
The AV demonstration project will be conducted on the proposed route depicted above. The route is primarily located on Gulfview Blvd. in Clearwater, FL starting in the vicinity of Pier 60 and ending on Parkway Dr. The AV shuttle will operate on a continuous loop between the
termini.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9836
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Information Technology
Agenda Number: 7.8
SUBJECT/RECOMMENDATION:
Authorize an increase on Contract 900280 to SHI International Corp. of Somerset, NJ for the
license and services agreements with Microsoft, Inc. for cloud office management software
licensing, software maintenance, cloud storage, cloud services and professional services in an
amount of $300,000.00 for a new not-to-exceed amount of $2,175,000.00 for the remainder of
the term ending June 30, 2023, and authorize the appropriate officials to execute same.
(consent)
SUMMARY:
The City migrated to Microsoft’s Office 365 Cloud Services in 2017. The terms of the Microsoft
services and licensing model requires that the City annually review and update license
subscriptions and adjust subscription fees for each user accessing the MS Office Suite
products via the internet.
The contract modifications include additional cloud-based administration and security features
for the City’s Azure, Office365 and SharePoint environments. This increase will cover all
software licensing and maintenance for the remaining contract term and includes a
contingency of approximately $60,000.00.
SHI International was selected through a piggyback off the State of Florida contract which was
approved by Council on June 14, 2017 for a six-year term in the amount of $1,582,114.90. On
June 7, 2018, Council authorized an increase of $292,885.10 bringing the contract total to
$1,875,000.00 for cloud office management software licensing, software maintenance, cloud
storage, cloud services and professional services. With this increase, the total amount for the
remainder of the contract term will be $2,175,000.00. SHI International is the State’s sole
provider of Microsoft Licensing.
APPROPRIATION CODE AND AMOUNT:
Funds are budgeted and available in the Information Technology Admin Services budget for the
current support year, and out years will also be included and charged back to user departments
in the respective Information Technology Admin Services budgets.
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9837
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Information Technology
Agenda Number: 7.9
SUBJECT/RECOMMENDATION:
Authorize a purchase order to Sun Print Management of Tampa, FL for copier and printer
services for the period of November 1, 2021 through October 21, 2024 in a not-to-exceed
amount of $480,000.00 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c),
Piggyback contract, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Sun Print Management was selected after a price comparison and contracted via piggyback off
of the School Board of Clay County, Bid #18-SCH-89, Laser Printer-Cost Per Print Program.
Sun Print Management provides hardware, printing supplies and support services for the City’s
72 copiers as well as support services for an additional 58 printers.
Sun Print Management has provided copier and printer support services to the City since 2017.
The School Board of Clay County extended their service agreement through October 21, 2024.
APPROPRIATION CODE AND AMOUNT:
Monthly invoices are processed by the IT and charged back to departments based upon
specific print/copy volumes. Chargebacks are processed in departmental operating budgets to
line item 544100 (rental equipment/services).
USE OF RESERVE FUNDS: N/A
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9854
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Information Technology
Agenda Number: 7.10
SUBJECT/RECOMMENDATION:
Approve an agreement (purchase order) to Century Link Communications, LLC dba Lumen
Technologies Group (Lumen), of Bloomfield, CO for telecommunications and internet services
in the amount of $425,000.00 from October 1, 2021 through March 30, 2024 in accordance with
Clearwater Code of Ordinances Section 2.563 (1)(d), Non-competitive purchase, and authorize
the appropriate officials to execute same. (consent)
SUMMARY:
Lumen is the incumbent internet service provider (ISP) and telecommunications provider for
the City’s primary internet gateway and phone switch lines.
Previously the contract was run through Time-Warner, then Level 3 Communications, and now
Lumen. Payments for these services will continue to be made to Level 3 Communications
which became part of Lumen in 2017.
Service agreements for internet and telecommunications services were previously managed
as separate and distinct agreements; changes in purchasing practices require that all services
with a single vendor be combined under a single agreement and purchase order.
Lumen currently provides ISP services at city offices and the Municipal Services Building under
existing service orders. Additional ISP services are being added to accommodate the
Real-Time Crime Center and to enhance Citywide service levels.
For the term defined the charges are as follows:
Internet Services (data): $170,000.00 @ 3 locations
Telecommunications Services (voice): $235,000.00
~5% Contingency: $20,000.00
APPROPRIATION CODE AND AMOUNT:
Funds are budgeted and available in the annual IT Admin Services budget.
Page 1 City of Clearwater Printed on 11/4/2021
Document No. DOC-0000953541
Scenario: SM10029679
Service Order Confidential Page 1 of 3
Customer Information and Contract Specifications
Customer Name: City of Clearwater, FL
Account Number: 2-P9XJ96
Currency: USD
Monthly Recurring Charges (MRC): $696.08
Non Recurring Charges (NRC): 0
Service Order
Service Address Description Order
Type
Term
(Months)
Qty Unit MRC Unit NRC Total MRC Total NRC
645 PIERCE ST
CLEARWATER FLORIDA
33756 5400 UNITED
STATES
Dedicated Internet Access New 36 1
- Standard Delivery - To the
MPoE (Customer Provided)
Access - On Net New 36 1 $155.20 $0.00
- Bandwidth = GigE
- Access Sub Bandwidth=500
Mbps
IP Port 1 $0.00 $0.00 $0.00 $0.00
IP Logical 1 $540.88 $0.00 $540.88 $0.00
- Billing Method=Flat Rate
- Peak Data Rate in Mbps=500
- Committed Data Rate in
Mbps=500
Subtotal $696.08 $0.00
Totals $696.08 $0.00
*If the Service Address column above is blank, no Service Address is required for the Service or the Service Address is identified as a
data center in the Description column.
SLED Terms and Conditions Governing This Order
1. "Lumen" is defined for purposes of this Order as CenturyLink Communications, LLC d/b/a Lumen Technologies Group
and its affiliated entities providing Services under this Order. Notwithstanding any statements to the contrary, this Order is
not confidential and is subject to the applicable state or municipal public records laws governing Customer. This Order is
non-binding until accepted by Lumen, as set forth in section 4. Customer places this Order by signing (including
electronically or digitally) or otherwise acknowledging (in a manner acceptable to Lumen) this document and returning it to
Lumen. Pricing is valid for 90 calendar days from the date indicated unless otherwise specified.
2. Prior to installation, Lumen may notify Customer in writing (including by e-mail) of price increases due to off-net vendors
or increased construction costs. Customer has 5 business days following notice to terminate this Order without liability; or
otherwise, Customer is deemed to accept the increase.
Document No. DOC-0000953541
Scenario: SM10029679
Service Order Confidential Page 2 of 3
3. If a generic demarcation point (such as a street address) is provided, the demarcation point for on-net services will be
Lumen's Minimum Point of Entry (MPOE) at such location (as determined by Lumen). Off-net demarcation points will be
the off-net vendor's MPOE. If this Order identifies aspects of services that are procured by Customer directly from third
parties, Lumen is not liable for such services.
4. The service(s) identified in this Order (the "Service(s)") is/are subject to the current, unexpired services agreement
between Customer and Lumen ("Existing Agreement") provided that, if a service attachment describing the Services is not
included in the Existing Agreement, then the current standard applicable Lumen Service Attachment(s) will apply in
addition to the Existing Agreement. If Customer and Lumen do not have a current Existing Agreement, then the current
applicable Lumen Master Service Agreement(s), State, Local and Education Government Agencies Version, Public Safety
Version for public safety services, or E-Rate Version for E-Rate eligible services (each, a "Lumen MSA"), and applicable
Service Attachment(s) for the Services described in this Order will govern, copies of which are available upon request.
Customer will accept and pay all charges indicated on invoices for the Services.
Notwithstanding anything in any Existing Agreement to the contrary, Lumen will notify Customer of acceptance of
requested Service in this Order by delivering (in writing or electronically) the date by which Lumen will install Service (the
"Customer Commit Date"), by delivering the Service, or by the manner described in a Service Schedule. Lumen will
deliver a written or electronic notice that the Service is installed (a "Connection Notice"), at which time billing will
commence. At the expiration of the Service Term, Service will continue month-to-month at the existing rates, subject to
adjustment by Lumen on 30 days' written notice. If the Existing Agreement governs and does not include early termination
charges and if Customer cancels or terminates Service for any reason other than Lumen's uncured default or if Lumen
terminates due to Customer's uncured default, then Customer will pay Lumen's standard early termination liability charges
as identified in the Ancillary Fee Schedule at: www.lumen.com/ancillary-fees.
5. Neither party will be liable for any damages for lost profits, lost revenues, loss of goodwill, loss of anticipated savings,
loss of data or cost of purchasing replacement service, or any indirect, incidental, special, consequential, exemplary or
punitive damages arising out of the performance or failure to perform under this Order. Customer's sole remedies for any
nonperformance, outages, failures to deliver or defects in Service are contained in the service levels applicable to the
affected Service.
6. All transport services ordered from Lumen will be treated as interstate for regulatory purposes. Customer may certify
transport service as being intrastate (for regulatory purposes only) in a format as required by Lumen, but only where the
transport services are sold on a stand-alone basis, the end points for the service are located in the same state and neither
end point is a Lumen provided IP port ("Intrastate Services"). Where Customer requests that services be designated as
Intrastate Services, Customer certifies to Lumen that not more than 10% of Customer's traffic utilizing the Intrastate
Services will be originated or terminated outside of the state in which the Intrastate Services are provided. Such election
will apply prospectively only and will apply to all Intrastate Services stated in this Order.
7. Charges for certain Services are subject to (a) a monthly property tax surcharge and (b) a monthly cost recovery fee
per month to reimburse Lumen for various governmental taxes and surcharges. Such charges are subject to change by
Lumen and will be applied regardless of whether Customer has delivered a valid tax exemption certificate. For additional
details on taxes and surcharges that are assessed, visit www.lumen.com/taxes.
8. Customer will pay Lumen's standard: (a) expedite charges (added to the NRC) if Customer requests a delivery date
inside Lumen's standard interval duration (available upon request or in Control Center at
https://www.centurylink.com/business/login/) and (b) unless otherwise set forth in a Service Attachment, the ancillary
charges for additional activities, features or options as set forth in the Ancillary Fee Schedule, available at
www.lumen.com/ancillary-fees. If Lumen cannot complete installation due to Customer delay or inaction, Lumen may
begin charging Customer and Customer will pay such charges.
9. For certain services, equipment provided by Lumen to be located in Customer's premises ("CPE") is subject to the
Document No. DOC-0000953541
Scenario: SM10029679
Service Order Confidential Page 3 of 3
terms of the Customer Premise Equipment Addendum. A copy of the CPE Addendum and a list of services to which it
applies is available upon request. For colocation, data center and/or hosting services, pre-arranged escorted access may
be required at certain locations, and cross connect services are subject to whether facilities are available at the particular
location to complete the connection.
10. Compliance with Laws. The parties comply with all laws and regulations applicable to the execution of this Order and
to the provision of Services by Lumen, including, as applicable, procurement laws or regulations regarding cumulative
purchases of Services by Customer.
11. E-Rate and/or RHC/HCF Funding. If Customer applies for or seeks E-Rate and/or RHC/HCF funding for the
Service(s) to be provided under this Order, Customer's Service(s) will be governed by a current eligible Existing
Agreement, or if Customer and Lumen do not have a current eligible Existing Agreement, the Lumen E-Rate MSA or
Lumen SLED MSA with the E-Rate and/or RHC/HCF Program Addendum will apply and must be executed
contemporaneously with this Order.
Additional Order Terms
Invoices
Single prices shown above for bundled Services, or for Services provided at multiple locations, will be allocated among
the individual services for the purpose of applying Taxes and regulatory fees and also may be divided on Customer’s
invoice by location served.
Activation Support
If requested by Customer, and for an additional charge, Lumen will provide assistance with activating and/or configuring
equipment on Customer’s side of the Demarcation Point (“Activation Support”).
Signature Block
Customer: City of Clearwater, FL
Signature:
Name:
Title:
Date:
Customer and the individual signing above represent that such individual has the authority to bind Customer to this
Agreement.
Document Generation Date: 08-06-2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9858
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Public Utilities
Agenda Number: 7.11
SUBJECT/RECOMMENDATION:
Authorize a purchase order to H and H Liquid Sludge Disposal, Inc of Branford, FL and Merrell
Bros, Inc of Kokomo, IN for the hauling and disposal of biosolids in a cumulative not-to-exceed
amount of $2,778,000.00 for the period of November 5, 2021 through November 4, 2024 with
the option of two, one-year renewals in a cumulative annual not-to-exceed amount of
$926,000.00, pursuant to Invitation to Bid (ITB) 45-21, Biosolids Management Services, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
Invitation to Bid 45-21, Biosolids Management Services was issued on August 10, 2021. The
City received four responsive bid submittals pursuant to the requirements set forth in the
solicitation. H&H Liquid Sludge Disposal, Inc and Merrell Bros, Inc. represents the lowest
responsive, most responsible bidders in accordance with the bid specifications.
The City of Clearwater’s three Water Reclamation Facilities (WRFs) produce a residual
product (biosolids) that requires hauling and disposal. The contractors are required to provide
two primary services: (1) Biosolids (Dewatered Cake) to Residuals Management Facility
(RMF); and (2) Liquid Biosolids (Approximately 5% Total Solids) From East WRF to Northeast
WRF and/or the Marshall Street WRF.
In addition to the primary services, alternative services were included as an option in the
solicitation for which unit prices were provided in the contractors’ bid as a secondary means of
hauling and disposal, should specific requirements develop at one or more of our facilities.
The contractor accepts full responsibility and liability for the hauling and disposal of biosolids
from the points of loading at the City’s WRFs, in accordance with Chapter 62-640, F.A.C., and
shall be responsible to comply with existing Florida Department of Environmental Protection
(FDEP), the United States Environmental Protection Agency (USEPA) residuals treatment and
disposal regulations, all other applicable federal, state and local regulations, and any changes
made to these regulations during the contract period.
The initial contract period will be November 5, 2021 through November 4, 2024, with the option
for two, one-year renewal terms available to the City. Renewal Terms allow for cost increases
based on the Consumer Price Index for all Urban Consumers (CPI-U). Renewal prices shall
be firm for the respective annual term.
APPROPRIATION CODE AND AMOUNT:
Budgeted funds for FY22 are available in Public Utilities’ cost centers, cost code 530300 Other
Contractual Services.
Page 1 City of Clearwater Printed on 11/4/2021
File Number: ID#21-9858
Funding for future fiscal years (FY23 through FY24) will be requested within contract calendar
and spending limits.
Page 2 City of Clearwater Printed on 11/4/2021
v. 11.2018 Procurement Division
100 S Myrtle Ave 33756-5520
PO Box 4748 33758-4748
Clearwater FL
727-562-4633
INVITATION TO BID
#45-21
Biosolids Management Services
August 10, 2021
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00
A.M., Local Time, September 9, 2021 to provide Biosolids Management Services.
Brief Description: The City of Clearwater is seeking bids from qualified Vendors to provide
wastewater biosolids management services for the Public Utilities Department’s three (3)
wastewater reclamation facilities (WRF).
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
BIOSOLIDS MANAGEMENT SERVICES 2 ITB #45-21
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
Date/Time: August 19, 2021 at 9:00 a.m.
Location: Marshall Street Water Reclamation Facility (WRF)
1605 Harbor Drive
Clearwater FL 33755
The attending group will then move the Northeast WRF, 3290 State Road 580, Safety Harbor,
FL 34695 and then onto to the East WRF, 3141 Gulf-to-Bay Blvd., Clearwater, FL 33759.
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: September 9, 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 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.
INSTRUCTIONS
BIOSOLIDS MANAGEMENT SERVICES 3 ITB #45-21
PERFORMANCE SECURITY: Yes, equal to annual bid amount No
If required herein, the Contractor, simultaneously with the execution of the Contract, will be required
to furnish a performance security. The security may be submitted in one-year increments and in
any one of the following forms: an executed surety bond issued by a firm licensed and registered
to transact such business with the State of Florida; cash; certified check, cashier's check or money
order payable to the City of Clearwater (personal and company checks are not acceptable);
certificate of deposit or any other form of deposit issued by a financial institution and acceptable to
the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the
contract, the City shall have the right to use all or such part of said security as may be necessary
to reimburse the City for loss sustained by reason of such breach. The balance of said security, if
any, will be returned to Contractor upon the expiration or termination of the contract.
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 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION.
From the time a competitive solicitation is posted until such time as the contract is awarded by the
city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees,
representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city
officers, city employees, and evaluation committee members.
Violation of this section may result in rejection/disqualification from award of the contract arising
out of the competitive solicitation.
All questions regarding the competitive solicitation must be directed to the procurement manager
or designee, who will respond in writing and post such response to ensure that all respondents
receive the same information during the No-Contact Period.
The penalty for violating the No-Contact Period may include suspension or debarment.
i.10 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.
INSTRUCTIONS
BIOSOLIDS MANAGEMENT SERVICES 4 ITB #45-21
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 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.12 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.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the
specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates
will be considered upon demonstrating the other product meets stated specifications and is
equivalent to the brand product in terms of quality, performance and desired characteristics.
Minor differences that do not affect the suitability of the supply or service for the City’s needs may
be accepted. Burden of proof that the product meets the minimum standards or is equal to the
brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems
unacceptable.
i.14 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.15 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.16 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.
INSTRUCTIONS
BIOSOLIDS MANAGEMENT SERVICES 5 ITB #45-21
i.17 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.18 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.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process.
The responsibility for implementing this policy rests with each individual who participates in the
Procurement process, including Respondents and Contractors.
To achieve the purpose of this Article, it is essential that Respondents and Contractors doing
business with the City also observe the ethical standards prescribed herein. It shall be a breach of
ethical standards to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or
Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.20 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.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 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
BIOSOLIDS MANAGEMENT SERVICES 6 ITB #45-21
i.22 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.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon
request.
i.24 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.25 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.26 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.27 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.28 BID TIMELINE. Dates are tentative and subject to change.
Release ITB: 8/10/2021
Advertise Tampa Bay Times: 8/11/2021
Bids due: 9/09/2021
Review bids: 9/09/2021 – 9/15/2021
Award recommendation: 9/15/2021
Council authorization: 10/4/2021
Contract begins: October 2021
STANDARD TERMS AND CONDITIONS
BIOSOLIDS MANAGEMENT SERVICES 7 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 8 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 9 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 10 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 11 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 12 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 13 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 14 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 15 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 16 ITB #45-21
1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the Tampa
Bay region. It is the third largest city in the region with an estimated population of nearly 118,017
residents. The City of Clearwater is also a major tourist destination – Clearwater Beach was rated
#1 U.S. Beach by TripAdvisor’s Traveler’s Choice Awards in 2018 and 2019 and is consistently
ranked as one of the top beaches in the world. The City of Clearwater is home to the Philadelphia
Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well as hosting several
sports tournaments through the year that attract visitors from across the country. Clearwater is home
to Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story made it all the way to
Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater.
2. SCOPE OF WORK. The Vendor will be given as much latitude and assistance as possible in planning
and coordinating the work. All work must be carried out and be consistent with approved domestic
wastewater biosolids removal, treatment, and disposal practices normally observed throughout the
industry and must comply with all Federal, State, County and local regulations in their most recent
form. Domestic wastewater biosolids (biosolids) is intended to include sludge and sludge cake.
The Vendor will furnish all labor, materials, equipment, fuel, and incidentals necessary to remove,
transport, and dispose of wastewater biosolids in the manner prescribed in and pursuant to the
requirements of this Invitation to Bid.
A. Base Bid Items – Refer to Section 3. SPECIFICATIONS, Item B for more information.
i. The removal, transport, and disposal of dewatered biosolids from the Marshall Street Water
Reclamation Facility (WRF) and Northeast WRF to a Residual Management Facility (RMF)
ii. The transportation of liquid biosolids from the East WRF to the Northeast WRF daily and/or
iii. The transportation of liquid biosolids from the East WRF to the Marshall Street WRF daily
B. Alternate Bid Items – Please refer to Section 3. SPECIFICATIONS, Item C for more information.
i. The removal, transport and disposal by “land application” of dewatered biosolids from the
Marshall Street WRF and Northeast WRF
ii. The removal, transport, and disposal of dewatered biosolids from the Marshall Street WRF and
Northeast WRF to a landfill
iii. The transportation of biosolids from the Marshall Street WRF to Northeast WRF
iv. The transportation of biosolids from the Northeast WRF to the Marshall Street WRF
v. The removal, transport and disposal by Incorporation of dewatered Class B Biosolids from the
Marshall Street WRF and Northeast WRF
3. SPECIFICATIONS.
A. Frequency of Removal
It is anticipated that under normal conditions biosolids removal, transport and disposal from all three
(3) WRFs will occur Monday through Saturday each week, between the hours of 12:00 A.M. and
12:00 P.M. The weekly quantities provided herein are understood to mean the quantity of biosolids
to be removed during that six (6) day period each week. A schedule will be provided to the Vendor
weekly for each WRF load count(s). The Vendor must coordinate the scheduling of biosolids removal
during the above days and times with the Wastewater Environmental Technologies (WET) Manager
or WET Assistant Manager.
Conditions may arise that will require biosolids to be picked-up and transported during Sunday and/or
alternate times during a twenty-four (24) hour day. Should these conditions occur, the WET Manager
or WET Assistant Manager will notify the Vendor as soon as possible after the condition is determined
to exist and request Sunday and/or alternate time of pick-up and transport service. The Vendor will
make every effort to accommodate the request.
Should the Vendor need to perform biosolids pick-up and transport at other times, different than what
is outlined in this solicitation, a written request must be submitted to the WET Manager for approval.
The written request must be submitted by the Vendor no less than forty-eight (48) hours prior to the
start of the new schedule. Exceptions for different transport times will not be considered for any period
greater than two (2) months in a twelve (12) month period. Approval must be granted before the
alternate schedule can commence.
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 17 ITB #45-21
Under no circumstance should previously scheduled biosolids removal be delayed more than forty-
eight (48) hours. See Item 11, PAYMENTS AND PENALTIES. The Vendor must notify the WET
Manager or WET Assistant Manager immediately whenever situations develop that would interfere
with the scheduled biosolids removal. The Vendor must be able to provide an alternate pickup time
within a forty-eight (48) hour period that is agreed upon by both parties.
B. Base Bid Items
There are three (3) base bid items which will be the primary basis for award of this contract.
i. Biosolids (Dewatered Cake) to Residuals Management Facility (RMF)
Additional treatment at a Class A RMF with a valid Florida Department of Environmental
Protection (FDEP) Permit by the Vendor as directed by Public Utilities.
The estimated annual amount of dewatered biosolids to be removed, transported and disposed
of from the Northeast WRF is approximately 8,700 wet tons; each load must be weighed by
certified scale at the biosolids building located onsite at the Northeast WRF. The estimated total
solids concentration of the cake is approximately 14% to 25%. The amount of biosolids to be
removed will vary from day to day as required for efficient plant operation; however, an estimate
of 167 wet tons will need to be removed weekly.
The estimated annual amount of dewatered biosolids to be removed and disposed of from the
Marshall Street WRF is approximately 5,000 wet tons; each load must be weighed by certified
scale at the biosolids building located onsite at the Marshall Street WRF. The estimated total
solids concentration of the cake is approximately 14% to 25%. The amount of biosolids to be
removed will vary from day to day as required for efficient plant operation; however, an estimate
of 100 wet tons will need to be removed weekly.
ii. Liquid Biosolids (Approximately 5% Total Solids) From East WRF to Northeast WRF
and/or the Marshall Street WRF
Note: This section represents items ii & iii on the bid pricing form.
The East WRF produces liquid biosolids that requires transport to the Northeast WRF and/or
the Marshall Street WRF to be digested and dewatering. The estimated amount of liquid
biosolids to be transported from the East WRF to the Northeast WRF and/or the Marshall Street
WRF will vary from day to day as required for efficient plant operation; however, an estimate of
approximately 55,000 gallons per week will need to be transported to either the Northeast WRF
or the Marshall St. WRF. This will be coordinated between the Vendor and the WET Manager
or WET Assistant Manager. The liquid biosolids are approximately 5% (+/- 2%) total solids.
C. Alternate Bid Items
At any time, Public Utilities may require biosolid disposal options as represented in the following
section. Bidders are not required to price the alternate bid items, but the ability to provide such
services will be taken into consideration for bid evaluation.
i. Dewatered Class B Biosolids to Land Application
Biosolids that meet the Class B pathogen reduction and vector attraction reduction, per 62-
640.600(1)(b), 62-640.600(2)(a), and parameter concentrations as set forth in 62-
640.700(5)(a) Florida Administrative Code (F.A.C), can be directly surface applied by the
hauler on their permitted land application sites.
The estimated annual amount of dewatered and stabilized Class B Biosolids to be removed,
transported, and disposed of from the Northeast WRF is approximately 8,700 wet tons; each
load to be weighed by certified scale at the biosolids building located onsite at the Northeast
WRF. The estimated total solids concentration of the cake is approximately 14% to 25%. The
amount of biosolids to be removed will vary from day to day as required for efficient plant
operation; however, an estimate of 167 wet tons will need to be removed weekly.
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 18 ITB #45-21
The estimated annual amount of dewatered and stabilized Class B Biosolids to be removed and
disposed of from the Marshall Street WRF is approximately 5,000 wet tons; each load to be
weighed by certified scale at the biosolids building located onsite at the Marshall Street WRF.
The estimated total solids concentration of the cake is approximately 14% to 25%. The amount
of biosolids to be removed will vary from day to day as required for efficient plant operation;
however, an estimate of 100 (one hundred) wet tons will need to be removed weekly.
ii. Biosolids (Dewatered Cake) to Landfill
Alternate biosolids that do not meet Class B requirements must be disposed of at a Class I
Landfill (in accordance with 62-701, F.A.C). In the event that the Vendor cannot dispose of the
biosolids through an RMF or by Land Application, the Vendor must dispose of the biosolids
through an authorized landfill. If this occurs, the WET Manager and/or WET Assistant Manager
must be notified within forty-eight (48) hours and the Vendor must be able to provide an address
and phone number for verification purposes.
If biosolids are disposed of through a landfill, the estimated annual amount of dewatered
biosolids to be removed and disposed of from the Northeast WRF is approximately 8,700 wet
tons; each load to be weighed by certified scale at the biosolids building located onsite at the
Northeast WRF. The estimated total solids concentration of the cake is approximately 14% to
25%. The amount of biosolids to be removed will vary from day to day as required for efficient
plant operation; however, an estimate of 167 wet tons will need to be removed weekly.
If biosolids are disposed of through a landfill, the estimated annual amount of dewatered
biosolids to be removed and disposed of from the Marshall Street WRF is approximately 5,000
wet tons; each load to be weighed by certified scale at the biosolids building located onsite at
the Marshall Street WRF. The estimated total solids concentration of the cake is approximately
14% to 25%. The amount of biosolids to be removed will vary from day to day as required for
efficient plant operation; however, an estimate of 100 wet tons will need to be removed weekly.
iii. Liquid Biosolids (Approximately 5% Total Solids) From Marshall Street WRF to
Northeast WRF
The liquid biosolids produced by the Marshall Street WRF can be either thickened waste
activated sludge or a mixture of primary and waste activated sludge. If the City decides that only
waste activated sludge is to be transported to the Northeast WRF for stabilization and
dewatering, the Vendor will be required to have a minimum 6,000-gallon liquid biosolid (sludge)
tanker to transport to the Northeast WRF. This is necessary because the Marshall Street WRF
does not have storage tanks available to isolate primary and waste activated sludges. The liquid
biosolids are approximately 5% (+/- 2%) total solids.
The estimated amount of liquid biosolids to be transported from the Marshall Street WRF to the
Northeast WRF for stabilization and dewatering would vary from day to day as required for
efficient plant operation; however, an estimate of approximately 275,000 gallons per week would
need to be transported.
iv. Liquid Biosolids (Approximately 5% Total Solids) From Northeast WRF to Marshall
Street WRF
The liquid biosolids produced by the Northeast WRF can be either thickened waste activated
sludge or a mixture of primary and waste activated sludge. If the City decides that only waste
activated sludge is to be transported to the Marshall Street WRF for stabilization and dewatering,
the Vendor will be required to have a minimum 6,000-gallon sludge tanker to transport to the
Marshall Street WRF. This is necessary because the Northeast WRF does not have storage
tanks available to isolate primary and waste activated sludges. The liquid biosolids are
approximately 5% (+/- 2%) total solids.
The estimated amount of liquid biosolids to be transported from the Northeast WRF to the
Marshall Street WRF for stabilization and dewatering would vary from day to day as required for
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 19 ITB #45-21
efficient plant operation; however, an estimate of approximately 275,000 gallons per week would
need to be transported.
v. The Removal and Disposal by Incorporation of Dewatered Class B Biosolids
Biosolids that meet Class B pathogen reduction, but do not meet the Class B vector attraction
reduction requirements, can be incorporated into the soil by the hauler on their permitted land
application sites that allow incorporation to achieve vector attraction reduction.
In the event that routine testing of biosolids generated at the Northeast WRF and/or the Marshall
Street WRF determines that the biosolids meet the Class B requirements for Pathogen
Reduction, but do not meet the Class B requirement for Vector Attraction Reduction, the City
requires the option of transporting these dewatered biosolids to the Vendor’s permitted site for
incorporation into the soil within six (6) hours of application on the land. The amount of biosolids
to be removed and disposed of in this manner will vary depending on the results of the routine
biosolids testing.
4. COMPOSITION OF DEWATERED CAKE.
The Northeast and Marshall Street WRFs will provide biosolids at a concentration ranging from
approximately 14.0% to 25% total solids. The following is the most recent (March 2021) reported
parameters for the residual dewatered cake from each of these facilities. The data is provided for
informational purposes only and is not a guarantee of the characteristics of the biosolids.
Parameter Units Reported Concentrations (3/2021) Northeast Marshall Street
Total Nitrogen % dry wt. 7.31 7.30
Total Phosphorus % dry wt. 3.71 3.1
Potassium % dry wt. 0.250 0.255
Cadmium mg/kg, dry wt. 1.00 1.00
Zinc mg/kg, dry wt. 602 565
Copper mg/kg, dry wt. 408 434
Lead mg/kg, dry wt. 9.55 18.5
Nickel mg/kg, dry wt. 16.2 16.5
Arsenic mg/kg, dry wt. 9.07 4.00
Mercury mg/kg, dry wt. 0.414 0.470
Molybdenum mg/kg, dry wt. 10.9 11.5
Selenium mg/kg, dry wt. 1.00 3.53
pH (field) Units 7.6 8.0
Total Solids % 15.0 21.5
5. VENDOR RESPONSIBILITY.
The Vendor accepts full responsibility and liability for the removal, transport and disposal of biosolids
from the points of loading from the source facility, in accordance with Chapter 62-640 F.A.C. The
Vendor must provide a sufficient number of qualified drivers and trucks to meet the terms of this
contract. The Vendor must provide and maintain a list of drivers which will be shared with Public
Utilities staff. The Vendor must have an alternate means and/or method to ensure that the hauling
and disposal of biosolids is met per this contract. The Vendor must work with the wastewater
treatment plant staff to properly place and/or align the trailer(s) in the loading bay(s) to ensure trucks
are loaded and filled properly. The Vendor must provide guidance and the identification of the fill limit
in trailer(s) to assure the trucks are properly filled. The Vendor, with the assistance of Public Utilities
staff, will make sure and agree on all biosolid trailer weights. The Vendor and Public Utilities staff
will use the onsite weight scale located at the Marshall Street WRF and Northeast WRF in the
biosolids loading bays. The Vendor must follow all FDEP and Environmental Protection Agency
(EPA) regulations regarding biosolids disposal.
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 20 ITB #45-21
6. REGULATORY REQUIREMENTS.
The Vendor must be responsible to comply with existing FDEP and EPA biosolids treatment and
disposal regulations, and any changes made in these regulations during the contract period.
The Vendor must meet the requirements of all regulatory bodies having jurisdiction over the transport,
treatment, and disposal of biosolids. The Vendor assumes all responsibility for biosolids analysis as
required in Chapter 62-640, F.A.C. The City of Clearwater’s biosolids must be disposed of in a
manner which will not cause or contribute to a nuisance odor as outlined in Chapter 62-640.400(6),
F.A.C.
Any spillage, leakage, or release of biosolids in transit or at any other location other than an FDEP
approved disposal site must be reported to the WET Manager and/or WET Assistant Manager and
all regulatory agencies within twenty-four (24) hours of the occurrence. The Vendor must include
details of the quantity and ultimate disposal method. All clean-up costs are the responsibility of the
Vendor.
The Vendor agrees, upon receipt of biosolids from the City, that they will be treated as required by
Chapter 62-640, F.A.C. and STANDARDS FOR THE USE OR DISPOSAL OF SEWAGE SLUDGE
as outlined in 40 Code of Federal Regulation (CFR) Part 503, to accept responsibility for proper
treatment and disposal of the biosolids as required by Chapter 62-640, F.A.C. Vendor must be aware
of and will comply with requirements for proper disposal as described in the existing and any
subsequently issued operating permits for each WRF issued by the FDEP in their most recent form.
The City of Clearwater’s Northeast WRF Permit was issued by FDEP on July 2, 2017 and expires on
July 1, 2022. The East WRF Permit was issued by FDEP on June 22, 2017 and expires on June 21,
2022. The Permit for the Marshall Street WRF was issued on February 2, 2017 and expires on
February 1, 2022. The Northeast, East and Marshall Street WRFs permits will be renewed during the
first year of the contract and conditions may or may not require modification to the biosolids handling,
transporting, and disposal requirements as required as part of any new Part 62-640 Rule provisions
associated with the scope of work.
Should this be the case and new requirements materially change the conditions through which the
Vendor is required to perform the work, the City and/or Vendor will have the opportunity to negotiate
a mutually agreed upon change order for affected line items in the contract. If such a mutually agreed
upon change order cannot be derived the City may opt to re-advertise for services.
BIDDERS ARE HEREBY NOTIFIED THAT THEY MUST BE FULLY AWARE OF AND
KNOWLEGABLE ABOUT THE PROVISIONS OF ALL CURRENT APPLICABLE REGULATORY
RULES AND REGULATIONS AND MUST INCLUDE IN BID PRICES THE COSTS ASSOCIATED
WITH FULL COMPLIANCE WITH SAME. FAILURE OF THE VENDOR TO BE FULLY
KNOWLEGABLE OF AND FULLY AWARE OF ALL CURRENT APPLICABLE REGULATORY
RULES AND REGULATIONS SHALL NOT ENTITLE THE VENDOR TO CLAIM A CHANGE IN
THE SCOPE OF WORK AND/OR CHANGE ORDER CLAIM.
7. COMMUNICATIONS.
The Vendor must have a means by which the WET Manager and/or WET Assistant Manager can
contact the Vendor, twenty-four (24) hours per day, seven (7) days per week. The Vendor must
provide two points of contact. An answering service, electronic paging device or cellular telephone
that causes the Vendor to respond within thirty (30) minutes of the WET Manager or WET Assistant
Manager contact attempt will be satisfactory. Public Utilities, at its sole discretion, reserves the right
to request different drivers if deemed necessary based on the driver’s actions that negatively impact
the Public Utilities operations and compliance. Public Utilities reserves the right to inspect the land
application sites, RMFs, or landfill sites. All communications from Vendor to Public Utilities will be
through the WET Manager and/or WET Assistant Manager. Contact information for the WET
Manager and WET Assistant Manager will be provided to the successful bidder. Public Utilities will
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 21 ITB #45-21
provide a two (2) week look ahead schedule weekly. Public Utilities reserves the right to alter the
schedule as needed for operational emergencies and will notify the Vendor immediately if a situation
occurs.
8. REGULATORY PERMITS, FORMS, PLANS and LICENSES
The Vendor must be responsible for obtaining, maintaining and paying for all permits, licenses and
registration required by regulatory agencies having jurisdiction over the treatment, transportation, and
disposal of wastewater biosolids.
The Vendor must have the required permits for proper reuse and/or disposal of the biosolids. After
the contract is awarded, the awarded Vendor must submit copies of all required FDEP Forms; Plans;
all permit applications; approved permits with site plans; and any and all other documentation as
required by the regulatory agencies, to Public Utilities, at no additional cost.
Note that after an Intent to Award is issued, Public Utilities is requiring awarded Vendor to
submit two (2) copies of the Treatment Facility Biosolids Plan(s), Biosolids Site Permits, and
Nutrient Management Plan for each application site. A bidder must have multiple sludge disposal
sites and submit a list of their sites with their bid submittal. Bidders with a single site will not be
considered.
Records and reports will be submitted to the WET Manager and/or WET Assistant Manager as
required in Item 13, REPORTING.
9. CLEANUP
The Vendor must provide their spill cleanup standard operating procedures at the outset of the
contract. The Vendor must clean up the job site at the WRFs and at the biosolids disposal sites at
the end of each day of operations.
Daily cleanup must include the removal of soil or biosolids dropped on any roads or on public and
private property, as well as the cleanup of the biosolids loading station, cleanup and removal of spilled
biosolids, debris, and sanitizing any spill area. Daily cleanup must also include cleaning of any straw,
hay or other materials that the Vendor uses to line their trailers.
Any spillage of biosolids on the City of Clearwater property must be reported to the WET Manager,
the WET Assistant Manager, or the Facility Chief Operator immediately, but no later than one (1)
hour after the spill occurs. Any spillage of biosolids on the City of Clearwater property will be reported
by the Public Utilities WET Manager and/or WET Assistant Manager with input from the Vendor as
required in Item 5, REGULATORY REQUIREMENTS. Any expenses incurred by the City for cleanup
of spills made by the Vendor will be charged back to the Vendor.
10. EQUIPMENT
The Vendor is required to provide all necessary equipment for biosolids removal and disposal
including hauling vehicles. The Vendor is to own or be sole lessee of the equipment utilized in the
performance of the Contract (i.e., no Owner/Operator tractors). The hauling vehicles must have the
company name and contact information prominently displayed.
All gauges that measure weight or volume, including level, must be in working order and calibrated
at least annually. Trailer numbers and trailer capacities must be provided at the beginning of the
contract or as new trailers are utilized. All hauling vehicles must have a functional site gauge marked
in a fashion to be representative of tank capacity when hauling liquid solids. If a site gauge on a
vehicle reporting to a WRF is not functional, i.e., plugged or stained, it must be unplugged if plugged
and replaced if stained before the vehicle returns to the wastewater treatment plant for another load.
All hauling vehicles must arrive at the WRFs completely empty. Any method or means to maintain
clean and empty truck beds must be preapproved by the WET Manager or WET Assistant Manager.
All hauling vehicles are to be kept clean, presentable, and neat. All hauling vehicles must remove
the remaining solids left in the truck(s) before arriving at the WRFs. The Vendor must maintain tarps
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 22 ITB #45-21
and/or covers in good working condition with no holes. All tarp(s) and/or cover(s) must be used when
storing trucks or transporting biosolids at the WRFs.
The Vendor is required to provide all equipment that may be necessary to provide all services
specified herein. All equipment must be in good working condition so that it can be safely operated
and does not present a threat to people, private or public property. The Vendor is required to properly
maintain all equipment that is needed to execute the services set forth in this contract, as well as to
minimize down time and should be appropriate for the application. The Vendor should minimize any
odors that originate from its trucks as much as possible.
The WET Manager and/or WET Assistant Manager reserves the right to turn away any hauling
vehicles/equipment that arrive in an unsafe condition, have obviously not been maintained, or are
excessively dirty from the WRFs. Equipment used must be designated for such usage and not be
contaminated with any other materials.
The Vendor must use caution when maneuvering around City facilities to prevent damage to City
property. This includes protecting overhead pipes, fire hydrants, etc. Public Utilities reserves the right
to visually inspect all Vendor equipment that will be utilized for the resulting Contract at any time.
11. PAYMENTS AND PENALTIES
The Vendor must provide one (1) original and one (1) copy of the hauling receipt for every truckload
of biosolids hauled from the WRF’s. The hauling receipt must legibly include weight of biosolids and
truck tare weight. Each truckload must have a designated hauling receipt number. These receipts
must be left with the WET Manager and/or WET Assistant Manager on the same day that the
biosolids are removed.
These receipts must include company name, date, time of arrival, time of departure, trailer tag
number, disposal site, ground water depth, and volume in gallons or wet ton weight, driver’s printed
name and signature and Owner’s personnel signature and any other information required by any
applicable regulatory agency. A licensed wastewater operator will review and initial each receipt.
A. The Vendor must submit an invoice to the City of Clearwater Public Utilities Accounting Division
for payment upon their schedule but not more frequently than once every thirty (30) day period.
Included with the invoice, the Vendor must delineate any third-party that will further treat the
biosolids and provide the hauling receipt. Included with the invoice must be Biosolids Application
Site Log (FDEP Form 62-640.210(2)(e) for each WRF which must include and summarize each
load ticket number including which site biosolids were applied, and total summary of wet tons
and dry tons sent to each site and other information requested in the form. Such form must be
signed and dated by an authorized representative of the company. No invoice for payment will
be submitted without the completed biosolids record keeping form.
B. On an annual basis, but no later than January 15th of each year, the Vendor must submit
completed FDEP Standard Domestic Wastewater Forms: Treatment Facility Biosolids Annual
Summary (DEP Form 62-640.210(2)(b)), Biosolids Application Site Annual Summary (DEP Form
62-640.210(2)(d)), along with copies of any revisions made to the site Nutrient Management
Plan (62-640.650(5)(d), F.A.C.), cumulative loadings of metals, and any and all other documents
required by any applicable regulatory agency.
C. The Vendor must provide a numbered ticketing system for the hauling receipts that will effectively
identify the following: the date, the time the load is removed, gallons or wet ton weight, the driver,
trailer number, Public Utilities Staff signature, site name, site ID No., and any other information
necessary to track the removal of biosolids from the Public Utilities’ facilities. This ticketing
system must be multi-copy so each of the parties may receive a copy of each load.
D. An invoice cannot be processed until the hauling receipts are received.
Payments will be based upon the biosolids hauling volume calculated by the WET Manager and/or
WET Assistant Manager and not necessarily that which is invoiced. Differences between invoiced
and calculated volumes must be reconciled between the Vendor and the WET Manager and WET
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 23 ITB #45-21
Assistant Manager before payment on the disputed volume is authorized.
The Vendor may observe WET Manager and/or WET Assistant Manager calculation methods and
may have drivers witness measurements used in calculations.
If the Vendor does not remove the quantity scheduled by the WET Manager or WET Assistant
Manager, the Vendor has up to forty-eight (48) hours to make up the lost quantity while still meeting
the regularly scheduled quantity.
If the Vendor does not make up the lost quantity within forty-eight (48) hours, the Vendor will receive
liquid damages of one hundred ($100) dollars per day delay in material removal, to be deducted from
applicable invoice.
An ongoing failure to haul the quantities set forth herein in the noted timeframes will be deemed a
material breach of this Contract.
12. MANIFESTS AND TRUCK TRACKING
The Marshall Street and Northeast WRFs have scales and are able to provide a net weight ticket for
each load of pressed biosolids removed. Public Utilities’ scales are certified annually by the Florida
Department of Agriculture.
13. REPORTING
Public Utilities will provide the Vendor biosolids analysis data for the biosolids produced at the
Marshall Street and Northeast facilities six (6) times yearly (every other month). In addition, the
Vendor must supply Public Utilities with all reports and forms required by FDEP as stated in Chapter
62-640, F.A.C. and as outlined in this solicitation. Vendor must provide Public Utilities with all
necessary forms, reports and documentation necessary to assist the Public Utilities in the
preparation of its Annual Biosolids Report (503 Report). Vendor must also provide any and all reports
and/or data required by any applicable Federal, State, and/or Local regulatory agency rule and/or
regulation.
A. Land Application – The Vendor must furnish to the WET Manager and/or WET Assistant
Manager quarterly facility and field operations reports. These reports must summarize the past
quarter and be provided no later than the end of the month following the quarter (i.e. Jan-Mar is
due by April 30).
B. Residuals Management Facility (RMF) and/or Landfill – If the Vendor utilizes an offsite third-
party preparer to dispose or to further treat the biosolids the Vendor must provide all
information required by Public Utilities to complete the annual 503 report. These reports must
summarize the past quarter and be provided to the WET Manager and/or WET Assistant
Manager no later than the end of the month following the quarter (i.e., Jan-Mar is due by April
30).
14. MINIMUM QUALIFICATIONS. In addition to requirements specified throughout this solicitation, the
bidder must have the following minimum qualifications:
a. Current FDEP approved disposal sites, site numbers and be currently compliant with
all FDEP and EPA rules and regulations. The Vendor must provide their spill cleanup
standard operating procedures at the outset of the contract.
b. Current biosolids transportation licenses included with bid submittal.
c. Competent operators with appropriate Commercial Drivers Licenses (CDL) for the
operation of all Vendor equipment. All operators that will be working under the terms
of this contract must submit a copy of their CDL license with bid submittal.
d. Bidder shall provide a statement acknowledgement that, if selected, they agree that
they will provide the City on a quarterly basis, or assist the City with completing the
following regulatory documents:
Treatment Facility Biosolids Plan, Form 62-640.210(2)(a)
Treatment Facility Biosolids Annual Summary, Form 62-640.210(2)(b)
Biosolids Application Site Annual Summary, Form 62-640.210(2)(c)
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 24 ITB #45-21
Nutrient Management Plan
All data and information required for the City to complete the annual EPA Part
503 report.
15. REFERENCES. Vendor must provide at least three (3) customer references showing a minimum of
five (5) years’ experience in the biosolids removal, hauling and disposal business have been used
within the State of Florida, with bid submittal. If references do not span a five (5) year period, Vendor
must submit additional documentation or list of customers providing five (5) years of experience.
16. DELIVERY.
SOURCE FACILITIES
City of Clearwater Northeast Water Reclamation Facility
(Northeast WRF) 3290 State Road 580, Safety Harbor, Florida
34695
Contact: Cathy Borden, Chief Operator, (727) 224-7691
City of Clearwater Marshall Street Water Reclamation Facility (Marshall
Street WRF) 1605 Harbor Drive, Clearwater, Florida 33755
Contact: Ryan Alexander, Chief Operator, (727) 224-7042
City of Clearwater East Water Reclamation Facility (East WRF)
3141 Gulf-to-Bay Boulevard, Clearwater, FL 33759 Contact:
Jack Sadowski, Chief Operator, (727) 224-7682
17. 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.
DETAILED SPECIFICATIONS
BIOSOLIDS MANAGEMENT SERVICES 25 ITB #45-21
d. Professional Liability Insurance coverage appropriate for the type of business engaged in
by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a
claim made form of coverage is provided, the retroactive date of coverage shall be no later
than the inception date of claims made coverage, unless prior policy was extended indefinitely
to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental
extended reporting period (ERP) of as great a duration as available, and with no less coverage
and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive
date no later than the inception date of claims made coverage.
e. 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.
The above insurance limits may be achieved by a combination of primary and umbrella/excess
liability policies.
Other Insurance Provisions.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the
insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor
will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate,
SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set
forth above and naming the City as an “Additional Insured” on the Commercial General Liability
Insurance and Auto Liability policies. In addition when requested in writing from the City,
Vendor will provide the City with certified copies of all applicable policies. The address where
such certificates and certified policies shall be sent or delivered is as follows:
City of Clearwater
Attn: Procurement Division, ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 26 ITB #45-21
1. BEGINNING AND END DATE OF INITIAL TERM. October 2021 – October 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 (change as appropriate) renewals possible at the City’s option.
4. PRICES. All pricing shall be firm for the initial term of one (1) year; except where otherwise
provided by the specifications, and include all transportation, insurance and warranty costs. The
City shall not be invoiced at prices higher than those stated in any contract resulting from this bid.
The Contractor certifies that the prices offered are no higher than the lowest price the Contractor
charges other buyers for similar quantities under similar conditions. The Contractor further agrees
that any reductions in the price of the goods or services covered by this bid and occurring after
award will apply to the undelivered balance. The Contractor shall promptly notify the City of such
price reductions.
During the sixty (60) day period prior to each annual anniversary of the contract effective date, the
Contractor may submit a written request that the City increase the prices for an amount for no more
than the twelve month change in the Consumer Price Index for All Urban 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/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
BIOSOLIDS MANAGEMENT SERVICES 27 ITB #45-21
1. BID SUBMISSION. BID SUBMISSION. It is recommended that bids be submitted electronically
through our bids website at https://www.myclearwater.com/business/rfp. For bids mailed and/or
hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a
CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation.
2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not
necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed
Specifications with your bid response. Only submit the requested forms and any other requested
or descriptive literature.
Original and proper number of copies with electronic format (if requested)
Bid container properly labeled
Bid pricing form
Exceptions/Additional Materials/Addenda form
Vendor Information form
Scrutinized Companies form(s) as required
E-Verify Eligibility form as required
Offer Certification form
Minimum of three (3) customer references – must have at least five (5) years’ experience
W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
A list of Vendor’s current FDEP approved disposal sites and site numbers
A copy of Vendor’s current biosolids transportation licenses
A copy of all Operators CDL Licenses that will be working under this contract
Bidder shall provide a statement acknowledgement that, if selected, they agree that they will
provide the City on a quarterly basis, or assist the City with completing the following regulatory
documents:
Treatment Facility Biosolids Plan, Form 62-640.210(2)(a)
Treatment Facility Biosolids Annual Summary, Form 62-640.210(2)(b)
Biosolids Application Site Annual Summary, Form 62-640.210(2)(c)
Nutrient Management Plan
All data and information required for the City to complete the annual EPA Part
503 report.
BID PRICING
BIOSOLIDS MANAGEMENT SERVICES 28 ITB #45-21
Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish
Biosolids Management Services to the City of Clearwater at the price(s) stated below.
BASE BID ITEMS
Item
No.
Description Unit Price
Estimated
Weekly Quantity Total Weekly Price
i.
Biosolids (Dewatered Cake) to
RMF Per Ton 250 $
ii.
Liquid Sludge (Approximately 5%
Total Solids) From East WRF to
Northeast WRF Per Gallon 55,000 $
iii.
Liquid Sludge (Approximately 5%
Total Solids) From East WRF to
Marshall Street WRF Per Gallon $
TOTAL BASE BID: $
ALTERNATE BID ITEMS
Item No. Description Unit Price Estimated
Weekly
Quantity
Total Weekly
Price
i.
Dewatered Class B Biosolids to Land
Application
Per Ton
250
$
ii.
Dewatered Class B Biosolids to
Landfill
Per Ton
250
$
iii.
Liquid Biosolids (Approximately 5%
Total Solids) From Marshall Street
WRF to Northeast WRF
Per Gallon
275,000
$
iv.
Liquid Biosolids (Approximately 5%
Total Solids) From Northeast WRF to
Marshall Street WRF
Per Gallon
275,000
$
v.
The Removal and Disposal by
Incorporation of Dewatered Class B
Biosolids
Per Gallon 1
$
TOTAL ALTERNATE BID:
$
Vendor: _________________________________________ Date: ______________________________
BID PRICING
BIOSOLIDS MANAGEMENT SERVICES 29 ITB #45-21
Note: These estimated monthly quantities should be used for estimating purposes only. These
quantities are not exact, and the City makes no guarantee of the minimum amounts to be
transported or removed for disposal. Seasonal fluctuations may require processing 200% of the
weekly average. Should the City encounter operational problems at the WRFs which impact the
shipment of biosolids, the Vendor must make every effort to accommodate such interruptions.
Service requirements, as stated in Detailed Specifications, can be met Yes No
DELIVERY REQUIREMENTS
FOB: Destination, Freight Prepaid and Allowed
Freight Costs: Unit prices should include all freight and transportation charges
PAYMENT TERMS:
City of Clearwater’s standard payment terms are NET30
Vendor: _________________________________________ Date: ______________________________
EXCEPTIONS/ADDITIONAL MATERIAL/ADDENDA
BIOSOLIDS MANAGEMENT SERVICES 30 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 31 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 32 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 33 ITB #45-21
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
BIOSOLIDS MANAGEMENT SERVICES 35 ITB #45-21
Instructions: Vendor must provide at least three (3) customer references showing a minimum of five (5)
years’ experience in the biosolids removal, hauling and disposal business have been used within the State
of Florida, with bid submittal. If references do not span a five (5) year period, Vendor must submit additional
documentation or list of customers providing five (5) years of experience.
Complete and return with bid submittal.
Reference # 1
Customer Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Phone:
Email:
Services
Provided:
Reference # 2
Customer Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Phone:
Email
Services
Provided:
Reference # 3
Customer Name: Contract Value:
Date Began: Date Completed:
Address
City / State / Zip
Contact Person: Phone:
Email:
Services
Provided:
Vendor Name Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
BIOSOLIDS MANAGEMENT SERVICES 36 ITB #45-21
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED BID
Submitted by:
Company Name:
Address:
City, State, Zip:
ITB #45-21, Biosolids Management Services
Due Date: September 9, 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 #45-21, Biosolids Management Services
Due Date: September 9, 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 # 45-21; Biosolids Management Services
DUE DATE: September 9, 2021; 10:00 AM
BID TABULATION
Item No.Base Bid Items Est. Quantity
(UOM)
Unit Price
(UOM) Total Weekly Price Unit Price
(UOM) Total Weekly Price Unit Price
(UOM) Total Weekly Price Unit Price
(UOM) Total Weekly Price
i.Northeast WRF Biosolids (Dewatered Cake) to RMF 190 $68.00 $ 12,920.00 $57.55 $ 10,934.50 $73.81 $ 14,023.90 $67.50 $ 12,825.00
ii.Marshall Street WRF Biosolids (Dewatered Cake) to RMF 60 $68.00 $ 4,080.00 $57.63 $ 3,457.80 $73.81 $ 4,428.60 $67.50 $ 4,050.00
iii.
Liquid Sludge (Approx. 5% Total Solids) from East WRF to
Northeast WRF $0.040 $ 2,200.00 $0.033 $ 1,815.00 $0.035 $ 1,925.00 $0.280 $ 15,400.00
iv.Liquid Sludge (Approx. 5% total solids) from East WRF to Marshall Street WRF $0.055 $ 3,025.00 $0.033 $ 1,815.00 $0.035 $ 1,925.00 $0.280 $ 15,400.00
$ 22,225.00 $ 18,022.30 $ 22,302.50 $ 47,675.00
Item No.Alternate Bid Items Est. Quantity(UOM)Unit Price(UOM) Total Weekly Price Unit Price(UOM) Total Weekly Price Unit Price(UOM) Total Weekly Price Unit Price(UOM) Total Weekly Price
i.Dewatered Class B Biosolids to Land Application 250 $43.50 $ 10,875.00 NO BID $ - $73.81 $ 18,452.50 NO BID $ -
ii.Dewatered Class B Biosolids to Landfill 250 $68.00 $ 17,000.00 NO BID $ - $90.00 $ 22,500.00 NO BID $ -
iii.Liquid Biosolids (Approx. 5% Total Solids) from Northeast WRF to Marshall Street WRF 275,000 $0.035 $ 9,625.00 $0.040 $ 11,000.00 $0.055 $ 15,125.00 NO BID $ -
iv.
Liquid Biosolids (Approx. 5% Total Solids) from Marshall
Street WRF to Northeast WRF 275,000 $0.035 $ 9,625.00 $0.040 $ 11,000.00 $0.055 $ 15,125.00 NO BID $ -
v.
The Removal and Disposal by Incorporation of Dewatered
Class B Biosolids 1 $46.00 $ 1,058.00 NO BID $ - NO BID $ - NO BID $ -
$ 48,183.00 $ 22,000.00 $ 71,202.50 NO BID
Total Bid: $ 70,408.00 Total Bid: $ 40,022.30 Total Bid: $ 93,505.00 Total Bid: $ 47,675.00
Total Alernate Bid Items:
Synagro South, LLC435 Williams Court, Suite 100Baltimore, MD 21220
H & H Liquid Sludge Disposal, Inc.P.O. Box 390Branford, FL 32008
Merrell Bros, Inc.8811 West 500 NorthKokomo, IN 46901
Revinu, Inc.4050 Dundee RoadWinter Haven, FL 33884
55,000
Total Base Bid Items:
Page 1 of 1
October 7, 2021
NOTICE OF INTENT TO AWARD
The Public Utilities Department and the Procurement Division recommend award of ITB No. 45-
21, Biosolids Management Services, to H&H Liquid Sludge Disposal, Inc. of Branford, FL and
Merrell Bros, Inc. of Kokomo, IN, the lowest most responsible bidders in accordance with the bid
specifications, in the estimated amount of $926,000 annually, for a period of three (3) years, with
two (2), one (1) year extension options.
This Award recommendation will be considered by the City Council at the November 1, 2021
Work Session (9:00 a.m.) and voted on at the November 4, 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 Procurement Analyst 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
1) H & H Liquid Sludge Disposal, Inc.2) Merrell Bros, Inc.
P.O. Box 390 8811 West 500 North
Branford, FL 32008 Kokomo, IN 46901
800.653.0386 574.699.7782
3) Revinu, Inc.4) Synagro South, LLC
4050 Dundee Road 435 Williams Court, Suite 100
Winter Haven, FL 33884 Baltimore, MD 21220
863.656.5405 410.688.4438
ADVERTISED: TAMPA BAY TIMES 8/11/2021
POSTED:myclearwater.com 08/10-09/09/2021
FOR THE CITY OF CLEARWATER
Due/Opening: September 9, 2021; 10:00 a.m.
INVITATION TO BID No. 45-21
BIOSOLIDS MANAGEMENT SERVICES
Solicitation Response Listing
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9856
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Solid Waste/General Services
Agenda Number: 7.12
SUBJECT/RECOMMENDATION:
Ratify and confirm authorization to increase contract 900447 to Angelo’s Aggregate Materials
LTD dba Angelo’s Recycled Materials (Angelo’s) of St. Petersburg, FL for debris disposal (yard
trash, Class III, and construction and demolition debris) by $10,000.00, bringing the new
contract amount to $890,000.00 for term ending September 30, 2021, and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
On September 20, 2018, Council approved a three-year term with Angelo’s in an annual
not-to-exceed amount of $800,000.00 for debris disposal to include yard trash, Class III, and
construction and demolition debris.
In September 2021, the Interim City Manager approved an increase of 10% for the term ending
September 30, 2021, bringing the total value to $880,000.00. The final invoices have now been
forecasted and an additional $10,000.00 is being requested to pay the forecasted invoices,
bringing the new total to $890,000.00.
The original budgeted figures were inaccurate because additional refuse was disposed of at
Angelo’s at a rate of $34.00 per ton instead of using Pinellas County Landfill at a rate of $42.15
per ton. The additional disposal at Angelo’s saved the residents of Clearwater $8.15 per ton.
APPROPRIATION CODE AND AMOUNT:
4242082-543500 and 4242089-543500
Page 1 City of Clearwater Printed on 11/4/2021
Angelo's FY21 Truck Summary
10/14/2021
Truck #Truck Type Sum of Wt. (tons)Number of Dumps
4100 REL 1,848.96 284
4610 REL 1,750.34 270
4611 REL 1,698.78 270
4464 Jaws 1,685.93 408
4099 REL 1,675.57 241
3828 REL 1,625.96 251
3830 JAWS 1,592.97 356
3827 REL 1,450.51 243
3707 ROLLOFF 1,229.78 383
4457 ROLLOFF 1,189.46 383
3973 JAWS 1,156.27 341
3708 ROLLOFF 1,065.35 324
3829 JAWS 1,060.31 291
3968 ROLLOFF 997.42 322
4327 ROLLOFF 928.25 244
4325 ROLLOFF 920.37 305
3969 ROLLOFF 877.41 354
4456 ROLLOFF 839.60 232
4326 ROLLOFF 767.59 222
3603 REL 710.94 112
5066 REL 472.62 70
5065 REL 250.82 40
3755 REL 229.76 43
4781 JAWS 15.21 4
4160 REL 5.43 2
3846 ???5.32 1
(blank)???5.05 1
Totals 26,055.98 5,997
Disposal Fee/ ton:34.00$
Total Disposal Fee:885,903.34$
Revised Contract:880,000.00$
Deficit:(5,903.34)$
City of Clearwater
Estimate of Tons for Disposal - Revised 05/01/2020
FY 2021
103%
Residential Commercial Roll-Off Total
Vendor (item disposed)2082 2083 2089 Tons 2082 2083 2089
PCSW (mostly putrescible) 38,739 40,817 22,941 102,497 37.8% 39.8% 22.4%
WM/Angelo's (non-putrescible) 17,034 8,923 25,957 65.6% 0.0% 34.4% 25968.638
Yard Waste (if not included above) 0 #DIV/0! #DIV/0! #DIV/0!
E-waste recycler 90 90 100.0% 0.0% 0.0%
Estimated Tons Disposed 55,863 40,817 31,864 128,544
Disposal Cost Per Ton (notes)NOTES
PCSW disposal cost per ton (a) $42.15 $42.15 $42.15 (a) PCSW approved $42.15/ton for FY21
Angelo's disposal cost per ton (b) $34.00 $34.00 $34.00 (b) Angelo's price $34/ton
CRR disposal cost per ton ( c) $32.00 $32.00 $32.00 (c) J Grez/BioMass ITB 5/1/19 (CRR $31.95/ton clean yard waste only)
E-waste recycler $450.00 $450.00 $450.00 (d) A1 Assets $340/ton
FY 20/21
Residential Commercial Roll-Off Total FY 20/21 FY 19/20 Budget Budget
Disposal Costs by Vendor 2082 2083 2089 Cost Budget Budget Incr(Decr)Explanation Cushion
PCSW (mostly putrescible) $1,632,849 $1,720,437 $966,963 $4,320,249 2082 $2,275,000 $2,150,000 5.81% $22,000
Angelo's (non-putrescible) $579,156 $0 $303,382 $882,538 2083 $1,750,000 $1,700,000 2.94% $50,000
BioMass (yard waste) $0 $0 $0 $0 2089 $1,300,000 $1,330,000 (2.26%) $29,000
E-waste recycler $40,500 $0 $0 $40,500 Total $5,325,000 $5,180,000 2.80%$101,000
Estimated Disposal Costs $2,254,587 $1,722,520 $1,272,434 $5,243,287
43.0% 32.9% 24.3%
% Incr(decr)vs.
Recommended PO amounts 2082 2083 2089 Total Projected Costs
Pinellas County Solid Waste $4,300,000 $1,633,000 $1,700,000 $967,000 $4,300,000 (0.47%)
Angelo's $800,000 $580,000 $0 $304,000 $884,000 0.17%
CRR (clean yard waste - no bags) $0 $0 $0
BioMass (yard waste) current ITB $0 $0 $0 #DIV/0!
E-waste recycling $40,000 $40,000 $0 $0 $40,000 (1.23%)
$5,140,000 $2,253,000 $1,700,000 $1,271,000 $5,224,000
43.1% 32.5% 24.3%
2082 2083 2089
FY20 YTD Dump Fees thru 4/30/20 1,286,349.82$ 761,356.31$ 633,374.71$ 2,681,080.84$
Full Year Projected 2,205,171.12$ 1,305,182.25$ 1,085,785.22$ 4,596,138.58$
103%2,271,330.00$ 1,344,340.00$ 1,118,360.00$ 4,734,030.00$
CHANGE ORDERCONTRACT
This Contract is subject to the Standard Terms and Conditions posted atwww.myclearwater.com/purchaseorder-TandC
Contract #
VENDOR
Vendor EmailVendor Contact DepartmentVendor Phone No.
Start Date End Date Telephone NumberContact Person
Item#Description/PartNo QTY UOM Unit Price Extended Price
By:Interim Procurement Manager
VENDOR COPY
900447-3
ANGELOS AGGREGATE MATERIALS LTD
ANGELOS RECYCLED MATERIALS
855 28TH ST S
ST PETERSBURG, FL 33712
USA
Page 1 of 1
727-581-1544 727-586-5676 SOLID WASTE & RECYCLING
10/01/2018 09/30/2023 Rogers, Kelly 727-581-1544
Total Available $741,867.48TotalExpended$887,873.70TotalOpen PO $0.00
Total Revised $1,629,741.18
Total Original $800,000.00
From:Maxwell, Micah
To:Vogel, Lori
Cc:Gloster, Earl; Rogers, Kelly; Johnson, Bryant
Subject:RE: Contract #900447 Angelo"s
Date:Friday, September 24, 2021 12:35:11 PM
Approved
From: Vogel, Lori <Lori.Vogel@myClearwater.com>
Sent: Thursday, September 16, 2021 4:43 PM
To: Maxwell, Micah <micah.maxwell@MyClearwater.com>
Cc: Gloster, Earl <Earl.Gloster@myClearwater.com>; Rogers, Kelly
<kelly.rogers@myclearwater.com>
Subject: RE: Contract #900447 Angelo's
Hi Micah,
I just wanted to follow up on this request to increase Contract No. 900447. This is not through a
requisition in MUNIS as the contract has already been established. If you approve, we will add the
money to the contract with your approval authorization email.
I will be out of the office beginning tomorrow so I have copied Kelly Rogers, the Procurement Analyst
for Solid Waste, on this email should you need additional information.
Thanks and have a great evening,
Lori Vogel, CPPB
Procurement Manager
City of Clearwater – Finance
(727) 562-4632
Lori.vogel@myclearwater.com
From: Vogel, Lori
Sent: Monday, September 13, 2021 3:34 PM
To: Maxwell, Micah <micah.maxwell@MyClearwater.com>
Cc: Gloster, Earl <Earl.Gloster@myClearwater.com>
Subject: FW: Contract #900447 Angelo's
Micah,
Solid Waste is requesting an increase of $80,000.00 to Contract No. 900447 to Angelo’s Aggregate
Materials LTD, for yard waste, class III and construction and demolition debris removal, bringing their
contract total to $880,000.00. Note: This is within your 10% of a council approved item – link to
agenda: https://clearwater.legistar.com/LegislationDetail.aspx?ID=3676742&GUID=FDDAFFD5-
3B3A-4241-87B6-0765499515F9. This was a cooperative contract that the City was included in with
the City of Largo which will expire at the end of this month and will not be renewed. A new
cooperative was awarded on 09/02/21, ID#21-9548 which will go into effect October 1, 2021.
I have copied Earl on this email should you have additional questions concerning this increase.
Thank you,
Lori Vogel, CPPB
Procurement Manager
City of Clearwater – Finance
(727) 562-4632
Lori.vogel@myclearwater.com
From: Gloster, Earl <Earl.Gloster@myClearwater.com>
Sent: Monday, September 13, 2021 1:47 PM
To: Vogel, Lori <Lori.Vogel@myClearwater.com>
Cc: Fodor, Mark <Mark.Fodor@MyClearwater.com>; Johnson, Bryant
<Bryant.Johnson@MyClearwater.com>; Rogers, Kelly <kelly.rogers@myclearwater.com>
Subject: Re: Contract #900447 Angelo's
Lori,
I can’t confirm that it’s COVID related, but we are seeing more debris than we previously collected.
We will look at the tonnages from this year and increase our budget going forward. What we
thought was a one off year may be our new normal. In addition, if $80,000 is the max, we ask for
that amount. Thank you.
Get Outlook for iOS
From: Vogel, Lori <Lori.Vogel@myClearwater.com>
Sent: Monday, September 13, 2021 12:28:59 PM
To: Gloster, Earl <Earl.Gloster@myClearwater.com>
Cc: Fodor, Mark <Mark.Fodor@MyClearwater.com>; Johnson, Bryant
<Bryant.Johnson@MyClearwater.com>; Rogers, Kelly <kelly.rogers@myclearwater.com>
Subject: RE: Contract #900447 Angelo's
Earl,
The most Micah can approve is $80K which is 10% of the Council approved authorization. In
addition, can you provide an explanation as to why this increase is needed. Last year, you sent a
request to increase the contract and indicated that the increase was due to additional residential
waste created by Covid-19.
Once I have this information, I can forward your email to ICM for his authorization.
Thank you,
Lori Vogel, CPPB
Procurement Manager
City of Clearwater – Finance
(727) 562-4632
Lori.vogel@myclearwater.com
From: Gloster, Earl <Earl.Gloster@myClearwater.com>
Sent: Monday, September 13, 2021 11:57 AM
To: Vogel, Lori <Lori.Vogel@myClearwater.com>
Cc: Fodor, Mark <Mark.Fodor@MyClearwater.com>; Johnson, Bryant
<Bryant.Johnson@MyClearwater.com>
Subject: FW: Contract #900447 Angelo's
Good morning Lori,
Reference Mark’s email below, I’m requesting an increase to contract #900447 in the amount of
$85,000. This amount will allow us to pay invoices and keep using this vendor until the end of this
month. Let me know if you need additional information. Thanks
Earl Gloster, M.P.A.
Director, Solid Waste/General Services
City of Clearwater
Office Phone: (727)562-4990
“Success is a collection of problems solved.”
I.M. Pei
From: Fodor, Mark <Mark.Fodor@MyClearwater.com>
Sent: Thursday, September 9, 2021 3:39 PM
To: Gloster, Earl <Earl.Gloster@myClearwater.com>
Subject: FW: Contract #900447 Angelo's
Earl,
Please send Lori and quick note requesting contract 900447 to be increased by $85,000 to allow for
Angelo’s bills to be paid through 9/30/21. Thanks!
Thank you,
Mark Fodor, MBA
Controller, Solid Waste and Recycling
City of Clearwater, Solid Waste and Recycling
1701 N Hercules Avenue
Clearwater, FL 33765
727-562-4937
From: Rogers, Kelly <kelly.rogers@myclearwater.com>
Sent: Thursday, September 9, 2021 3:37 PM
To: Fodor, Mark <Mark.Fodor@MyClearwater.com>
Cc: Campagna, Angela <Angela.Campagna@MyClearwater.com>
Subject: RE: Contract #900447 Angelo's
Earl will have to send a request to Lori as to why the funds are needed with the explanation that it’s
to get you through the new contract period starting on 10/1 and that this increase falls within the
10% for CM approval . Lori will them have to forward to interim CM for approval as this was a
Council item.
From: Fodor, Mark <Mark.Fodor@MyClearwater.com>
Sent: Thursday, September 9, 2021 3:34 PM
To: Rogers, Kelly <kelly.rogers@myclearwater.com>
Cc: Campagna, Angela <Angela.Campagna@MyClearwater.com>
Subject: Contract #900447 Angelo's
Kelly,
We are out of money on contract 900447. What needs to be done to add another $85,000 to get us
through 9/30/21?
Thank you,
Mark Fodor, MBA
Controller, Solid Waste and Recycling
City of Clearwater, Solid Waste and Recycling
1701 N Hercules Avenue
Clearwater, FL 33765
727-562-4937
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9910
Agenda Date: 11/4/2021 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Legal Department
Agenda Number: 7.13
SUBJECT/RECOMMENDATION:
Approve an amendment to the legal services agreement with Manson Bolves Donaldson Varn
for representation in litigation regarding ownership issues of the Seminole Boat Ramps to
increase the not to exceed amount from $75,000 to $100,000, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
On March 7, 2019, City Council authorized hiring the law firm of Manson Bolves Donaldson
Varn as outside counsel to provide expertise as it relates to water law/submerged lands and
act as liaison to the FDEP and other parties as may be necessary to assist in clearing any
cloud on title of the lands being developed under the Seminole Street Boat Ramp - North Marina
District Improvements Project and approved a Legal Services Agreement for an amount not to
exceed $50,000.00.
The ownership issues were more complex than originally anticipated and required litigation to
quiet title on the property. On September 3, 2020, Council approved an increase in the amount
of the contract for a not exceed amount of exceed $25,000, for a new contract total of not to
exceed $75,000.
The City went to mediation with the owners of the submerged land in question, which was
unsuccessful. Negotiations are continuing with opposing counsel while the litigation is pending.
This amendment will increase the contract by $25,000, for a new total not to exceed amount of
$100,000.
APPROPRIATION CODE AND AMOUNT:
Funds are available in cost code 0109600-530100, Professional Services, to fund this contract.
Page 1 City of Clearwater Printed on 11/4/2021
SECOND AMENDMENT TO LEGAL SERVICES AGREEMENT
THIS AGREEMENT is made on the ____ day of November, 2021, by and between
the CITY OF CLEARWATER, FLORIDA (the "City") and the law firm of Manson, Bolves,
Donaldson, Varn P.A. (“Counsel").
W I T N E S S E T H:
WHEREAS, the City retained Counsel in connection with matters pertaining to
water law/submerged lands, and act as liaison to the FDEP and other parties as may be
necessary to assist in clearing any cloud on title of the lands being developed under the
Seminole Street Boat Ramp – North Marina District Improvements Project; and
WHEREAS, it became necessary to enter into litigation to clear title on the lands;
and
WHEREAS, the litigation has proven more complex than originally anticipated,
NOW, THEREFORE, in consideration of the promises and mutual covenants
herein contained, the parties hereto do hereby agree as follows:
SECTION 1. THE LEGAL SERVICES AGREEMENT DATED MARCH, 12, 2019
IS HEREBY AMENDED AS FOLLOWS:
SECTION 2. SCOPE OF SERVICES. Counsel hereby agrees to provide its
professional services in connection with the following matter: prepare and file motions for
default, prepare and file motion for summary judgments and attend hearing, negotiate
and file final judgments as needed.
SECTION 3. PROFESSIONAL FEES FOR SERVICES. The City and Counsel
agree to a rate of $300.00 per hour for attorney services for Jacob D. Varn and other
partners and $200.00 per hour for attorney services for associate attorneys. Professional
fees for services, including all expenses incurred thusfar, shall not exceed $100,000.00
for the term of this Agreement.
SECTION 4. All other terms and conditions of the original Legal Services
Agreement remain in full force and effect.
REMAINDER OF PAGE LEFT INTENTIONALLY BLANK
[GM18-1313-111/279296/1]
2
IN WITNESS WHEREOF, the City and Counsel have executed this Agreement as of the
date first written above.
Countersigned: CITY OF CLEARWATER, FLORIDA
___________________________ By: __________________________
Frank Hibbard Micah Maxwell
Mayor Interim City Manager
Approved as to form: Attest:
___________________________ ________________________________
David Margolis Rosemarie Call
City Attorney City Clerk
MANSON, BOLVES, DONALDSON,
VARN P.A.
By: _____________________________
Brian Bolves, Esq.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9508-21 2nd rdg
Agenda Date: 11/4/2021 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 8.1
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9508-21 on second reading, amending Chapter 51 of the Community
Development Code to incorporate updated FEMA flood hazard maps, authorizing the Floodplain
Administrator to rely on best available data when local data is available in establishing the
minimum basis for flood hazard areas and base flood elevations; clarifying definitions; providing
certain conditions for when accessory structures may be located below the base flood
elevation; updating minimum elevation standards consistent with the Florida Building Code and
FEMA best practices.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
1 Ordinance No. 9508-21
ORDINANCE NO. 9508-21
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA
MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE BY
AMENDING CHAPTER 51 FLOOD DAMAGE PREVENTION; PROVIDING FOR
INCORPORATION OF UPDATED FEMA FLOOD HAZARD MAPS;
AUTHORIZING THE FLOODPLAIN ADMINISTRATOR TO RELY ON BEST
AVAILABLE DATA, WHEN LOCALLY DETERMINED DATA IS AVAILABLE, IN
ESTABLISHING THE MINIMUM BASIS FOR FLOOD HAZARD AREAS AND
BASE FLOOD ELEVATIONS; CLARIFYING DEFINITIONS SPECIFIC TO THIS
CHAPTER; PROVIDING CERTAIN CONDITIONS FOR WHEN ACCESSORY
STRUCTURES MAY BE LOCATED BELOW THE BASE FLOOD ELEVATION;
UPDATING MINIMUM ELEVATION STANDARDS CONSISTENT WITH
FLORIDA BUILDING CODE AND FEMA BEST PRACTICES; CERTIFYING
PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the City of Clearwater adopted the Community Development Code on
January 21, 1999 which took effect on March 8, 1999; and
WHEREAS, the Federal Emergency Management Agency has identified special flood
hazard areas within the boundaries of the City of Clearwater and such areas may be subject to
periodic inundation which may result in loss of life and property, health and safety hazards,
disruption of commerce and governmental services, extraordinary public expenditures for flood
protection and relief, and impairment of the tax base, all of which adversely affect the public
health, safety and general welfare; and
WHEREAS, the City of Clearwater wishes to incorporate the new Federal Emergency
Management Agency Flood Insurance Study and Flood Insurance Rate Maps, which were
effective August 24, 2021, into Chapter 51 of the Clearwater Community Development Code; and
WHEREAS, the City of Clearwater also wishes to utilize best available data, including but
not limited to the Pinellas County Vulnerability Assessment, to determine flood hazards; and
WHEREAS, the City of Clearwater also wishes to add language pertaining to accessory
structures per FEMA and State guidance; and
WHEREAS, the City of Clearwater was accepted for participation in the NFIP Community
Rating System (CRS) on October 1, 1991 and the City desires to continue to meet the
requirements of Title 44 Code of Federal Regulations, Sections 59 and 60, necessary for such
participation; and
WHEREAS, the City of Clearwater wishes to retain its Class 6 rating in the NFIP
Community Rating System and satisfy the Community Rating System prerequisite to require
2 Ordinance No. 9508-21
manufactured homes installed or replaced in special flood hazard areas to be elevated above the
base flood elevation and meet local design flood elevation requirements; and
WHEREAS, at a duly noticed public meeting the Clearwater Community Development
Board, pursuant to its responsibilities as the Local Planning Agency, has reviewed this
amendment, conducted a public hearing, considered all public testimony and has determined that
this amendment is consistent with the City of Clearwater’s Comprehensive Plan and
recommended that the City Council adopt this amendment; and
WHEREAS, the City Council has fully considered the recommendation of the Community
Development Board and testimony and evidence submitted at its public hearing; now therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA:
Section 1. That Chapter 51. Flood Damage Prevention, Article I. Administration,
Division 2. Applicability, Section 51.103. Establishing flood hazard areas, Community
Development Code, be amended to read as follows:
Sec. 51.103. Establishing flood hazard areas.
(1) Basis for establishing flood hazard areas. The flood insurance study for Pinellas County,
Florida and incorporated areas, dated August 18, 2009 24, 2021 and all subsequent
amendments and revisions, and the accompanying FIRMs, and all subsequent
amendments and revisions to such maps, are adopted by reference as a part of this
chapter and shall serve as the minimum basis for establishing flood hazard areas. When
locally determined data is available, the City will refer to the best available data to establish
flood hazard areas. Locally determined data shall include but not be limited to the Pinellas
County Sea Level Rise and Storm Surge Vulnerability Assessment (RESTORE Act
Vulnerability Assessment (2021)), and any subsequent amendments thereto, which is
adopted by reference and made a part of this chapter. Where there are differences in the
flood hazard data, the more restrictive shall govern. Studies and maps that establish flood
hazard areas are on file at the City of Clearwater Engineering Department.
(2) Submission of additional data to establish flood hazard areas. To establish flood hazard
areas and base flood elevations, pursuant to article I Division 5 of this chapter Article, the
floodplain administrator may require submission of additional data. Where field surveyed
topography prepared by a Florida licensed professional surveyor or digital topography
accepted by the city indicates that ground elevations:
(a) Are below the closest applicable base flood elevation, even in areas not delineated as
a special flood hazard area on a FIRM, the area shall be considered as flood hazard
area and subject to the requirements of this chapter and, as applicable, the
requirements of the Florida Building Code.
(b) Are above the closest applicable base flood elevation, the area shall be regulated as
special flood hazard area unless the owner or owner’s authorized agent (hereafter
3 Ordinance No. 9508-21
“applicant”) applicant obtains a letter of map change that removes the area from the
special flood hazard area.
Section 2. That Chapter 51. Flood Damage Prevention, Article I. Administration,
Division 4. Permits, Section 51.306. Expiration, Community Development Code, be amended to
read as follows:
Sec. 51.306. Expiration.
A floodplain development permit or approval shall become invalid unless the work
authorized by such permit is commenced within 180 days after its issuance, or if the work
authorized is suspended or abandoned for a period of 180 days after the work commences.
Extensions for periods of not more than 180 days each shall be requested in writing and
justifiable cause shall be demonstrated.
Section 3. That Chapter 51. Flood Damage Prevention, Article I. Administration,
Division 7. Variances and Appeals, Section 51.601. General, Community Development Code,
be amended to read as follows:
Sec. 51.601. General.
The building/flood board of adjustment and appeals shall hear and decide on requests for
appeals and requests for variances from the strict application of the flood resistant construction
requirements of the Florida Building Code this chapter. Pursuant to section 553.73(5) F.S. the
building/flood board of adjustment and appeals shall hear and decide on requests for appeals
and requests for variances. This section does not apply to Section 3109 of the Florida Building
Code, Building.
Section 4. That Chapter 51. Flood Damage Prevention, Article II, Definitions,
Division 2. Definitions, Section 51.851. Definitions, Community Development Code, be
amended to read as follows:
Sec. 51.851. Definitions.
Accessory structure means a structure on the same parcel of property as a principal
structure, the use of which is incidental to the use of the principal structure. For floodplain
management purposes, the term includes accessory structures used only for parking and
storage.
* * * * * * * * * *
Existing manufactured home park or subdivision means a manufactured home park or
subdivision for which the construction of facilities for servicing the lots on which the
manufactured homes are. to be affixed (including, at a minimum, the installation of utilities, the
construction of streets, and either final site grading or the pouring of concrete pads) is
completed before June 4, 1971.
4 Ordinance No. 9508-21
Expansion to an existing manufactured home park or subdivision means the preparation of
additional sites by the construction of facilities for servicing the lots on which the manufactured
homes are to be affixed (including the installation of utilities, the construction of streets, and
either final site grading or the pouring of concrete pads).
* * * * * * * * * *
Market value means the price at which a property will change hands between a willing
buyer and a willing seller, neither party being under compulsion to buy or sell and both having
reasonable knowledge of relevant facts. As used in this chapter, the term refers to the market
value of buildings and structures, excluding the land and other improvements on the parcel. The
market value of a non-residential building does not include the value of the use or occupancy.
Market value is the actual cash value (in-kind replacement cost depreciated for age, wear and
tear, neglect, and quality of construction) determined by a qualified independent appraiser, or
the “Just Value” of the structure, developed by the Pinellas County Property Appraiser’s Office
(the “PAO”) for Ad Valorem taxation purposes, adjusted to approximate market value as
determined by the PAO. may be established by a qualified independent appraiser using a
recognized appraisal method or tax assessment value adjusted to approximate market value by
a factor provided by the property appraiser.
* * * * * * * * * *
New manufactured home park or subdivision means a manufactured home park or
subdivision for which the construction of facilities for servicing the lots on which the
manufactured homes are to be affixed (including at a minimum, the installation of utilities, the
construction of streets, and either final site grading or the pouring of concrete pads) is
completed on or after June 4, 1971
* * * * * * * * * *
Section 5. That Chapter 51. Flood Damage Prevention, Article III. Flood Resistant
Development, Division 2. Buildings and Structures, Community Development Code, be
amended to add a new Section 51.1004. Accessory Structures to read as follows:
Sec. 51.1004. Accessory Structures.
Accessory structures, as defined in this chapter, that are located in coastal high hazard
areas (Zone V/VE), special flood hazard areas (Zone A/AE), or both areas are permitted below
the base flood elevation provided such structures are in compliance with the following
standards:
(1) Those accessory structures located in Zone V/VE shall not be located below elevated
buildings and shall not be larger than 100 sq ft in size;
(2) Those accessory structures located in Zone A/AE shall be one-story in height and no
larger than 600 sq ft. in size, and shall have flood openings in accordance with
Section R322.2 of the Florida Building Code, Residential;
(3) Such structures shall only be used for parking and storage purposes;
5 Ordinance No. 9508-21
(4) Such structures shall be anchored to resist floatation, collapse or lateral movement
resulting from flood loads;
(5) Such structures shall have flood damage-resistant materials used below the base
flood elevation plus two (2) feet; and
(6) Such structures shall have mechanical, plumbing, and electrical systems, including
plumbing fixtures, elevated to or above the base flood elevation plus two (2) feet.
Section 6. That Chapter 51. Flood Damage Prevention, Article III. Flood Resistant
Development, Division 5. Manufactured Homes, Section 51.1303. Foundations, Community
Development Code, be amended to read as follows:
All newly installed manufactured homes and replacement manufactured homes installed in
flood hazard areas shall be installed on permanent, reinforced foundations that:
(1) In flood hazard areas (Zone A) other than coastal high hazard areas and Coastal A
Zones, are designed in accordance with the foundation requirements of the Florida
Building Code, Residential and this chapter.
(2) In coastal high hazard areas (Zone V) and Coastal A Zones, are designed in
accordance with the foundation requirements of the Florida Building Code, Residential
and this chapter. Foundations for manufactured homes subject to Section 51.1305(3)
are permitted to be reinforced piers or other foundation elements of at least equivalent
strength
Section 7. That Chapter 51. Flood Damage Prevention, Article III. Flood Resistant
Development, Division 5. Manufactured Homes, Section 51.1305. Elevation Requirements,
Community Development Code, be amended to read as follows:
Sec. 51.1305. Elevation requirements.
(1) All manufactured Manufactured homes that are placed, replaced, or substantially improved
in flood hazard areas shall be elevated such that the bottom of the frame is at or above the
elevation required as applicable to the flood hazard area, in the Florida Building Code,
Residential Section R322.2 (Zone A) or R322.3 (Zone V and Coastal A Zone). shall comply
with Section 51.1305(2) or 51.1305(3), as applicable
(2) General elevation requirement. Unless subject to the requirements of Section 51.1305(3),
all manufactured homes that are placed, replaced, or substantially improved on sites
located: (a) outside of a manufactured home park or subdivision; (b) in a new
manufactured home park or subdivision; (c) in an expansion to an existing manufactured
home park or subdivision; or (d) in an existing manufactured home park or subdivision
upon which a manufactured home has incurred "substantial damage" as the result of a
flood, shall be elevated such that the bottom of the frame is at or above the elevation
required, as applicable to the flood hazard area, in the Florida Building Code, Residential.
6 Ordinance No. 9508-21
(3) Elevation requirement for certain existing manufactured home parks and subdivisions.
Manufactured homes that are not subject to Section 51.1305(2), including manufactured
homes that are placed, replaced, or substantially improved on sites located in an existing
manufactured home park or subdivision, unless on a site where substantial damage as
result of flooding has occurred, shall be elevated such that either the:
(a) Bottom of the frame of the manufactured home is at or above the elevation required,
as applicable to the flood hazard area, in the Florida Building Code, Residential; or
(b) Bottom of the frame is supported by reinforced piers or other foundation elements of
at least equivalent strength that are not less than 36 inches in height above grade
Section 8. Amendments to the Community Development Code of the City of
Clearwater (as originally adopted by Ordinance No. 6348-99 and subsequently amended) are
hereby adopted to read as set forth in this Ordinance.
Section 9. The City of Clearwater does hereby certify that the amendments contained
herein, as well as the provisions of this Ordinance, are consistent with and in conformance with
the City’s Comprehensive Plan.
Section 10. Should any part or provision of this Ordinance be declared by a court of
competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a
whole, or any part thereof other than the part declared to be invalid.
Section 11. Notice of the proposed enactment of this Ordinance has been properly
advertised in a newspaper of general circulation in accordance with applicable law.
Section 12. This ordinance shall take effect immediately upon adoption.
PASSED ON FIRST READING ____________________________
AS AMENDED
PASSED ON SECOND AND FINAL ____________________________
READING AND ADOPTED
____________________________
Frank V. Hibbard
Mayor
Approved as to form: Attest:
____________________________ ____________________________
Matthew J. Mytych, Esq. Rosemarie Call, MPA, MMC
City Clerk
PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT
MEETING DATE: October 19, 2021
AGENDA ITEM: F.1.
CASE: TA2021-08003
ORDINANCE NO.: 9508-21
REQUEST: To amend the City of Clearwater’s Community Development Code (Floodplain Management Ordinance) to allow for the use of best available data when establishing flood hazard areas, including Pinellas County’s Vulnerability Assessment (2021), to address accessory structures used for parking and storage, to modify
provisions for manufactured homes, to modify or delete various definitions, and to make other administrative amendments.
INITIATED BY: City of Clearwater, Planning and Development Department
BACKGROUND:
The new FEMA Flood Insurance Rate Map (FIRM) was automatically adopted on August 24,
2021. The FIRM was under development since 2014 and implemented very few changes since the
initial draft release. Pinellas County and other municipalities submitted comments and objections
to the preliminary maps. FEMA evaluated the concerns but did not make any changes to the draft
maps. The effective FIRM includes a significant decrease in base flood elevation (BFE) on
Clearwater Beach, Sand Key, and Island Estates. In some places, the BFE is 6 feet lower than the
previous BFE and outside of the Special Flood Hazard Area (SFHA). This means those properties
would not need to elevate or have additional protection from storms. This situation is not unique
to Clearwater; all beach communities have lower BFEs per the new FIRM. To address this
problem, Pinellas County developed the Sea Level Rise and Storm Surge Vulnerability
Assessment (also known as the RESTORE Act Vulnerability Assessment, and hereinafter called
the VA) which was finalized this year. The VA has been peer reviewed by Engineering staff, and
was presented to City Council on August 30, 2021. City Council agreed that the VA should be
used to establish flood hazard areas and applicable BFE for properties in areas where the FIRM
establishes a lower BFE than what the VA projects is more likely in a flood event. By regulating
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 2
to a higher standard than the FIRM, the City could receive additional Community Rating System
(CRS) points.
The Community Rating System Program (CRS 2021) Update implements a Class 8 prerequisite
requiring manufactured homes to be elevated the same as other residential properties. This update
is applicable to new or replaced manufactured homes and potentially impacts four manufactured
home parks within the City located along Tampa Bay. Any CRS community that wants to achieve
or maintain a CRS rating of Class 8 or better (i.e., lower rating/score) must include this language.
Since the City has a Class 6 rating, not addressing this new requirement would mean an automatic
downgrade in CRS score (i.e., at best a Class 9 rating), which would have a significant impact on
residents’ insurance premiums.
Planning and Development, working closely with Engineering, has prepared Ordinance 9508-21
to codify these updates to the Floodplain Management Ordinance, which was previously
amended in 2018 (Ordinance 9189-18).
ANALYSIS:
Proposed Ordinance No. 9508-21 implements the following revisions.
• Pinellas County’s Vulnerability Assessment
The proposed ordinance amends Sec. 51.103 Establishing flood hazard areas to adopt
Pinellas County’s Vulnerability Assessment (VA) by reference so it can be used as local best
available data, and clarifies that where there are differences in the data, the more restrictive shall
govern. The VA includes a more accurate BFE based on more recent storms, a 3D model, and new
light detection and radar (LiDAR) imaging data.
The BFE in the VA is similar to the previous FIRM, so development will not have
significantly different than requirements prior to August 24, 2021, although in limited areas the
BFE in the VA may be one or two feet higher than the older requirements.
The City will regulate using the VA in locations where the FIRM’s BFE is lower than the
VA’s BFE. In summary, the City will regulate to the higher BFE of the two approaches, VA or
new FIRM. The FIRM will continue to regulate which properties need flood insurance if they have
a federally backed-mortgage. The FIRM will also continue to delineate the Limit of Moderate
Wave Action (LiMWA) and Coastal A Zone.
• Manufactured Home Elevations
The proposed amendments to Sec. 51.1305 Elevation requirements identify the height
which manufactured homes will need to be elevated, where previously additional elevation was
not required. All manufactured homes that are placed, replaced, or substantially improved in the
SFHA shall be elevated to at least the elevation required in the Florida Building Code, Residential
Section. This means manufactured homes need to be elevated to the BFE plus 2 feet of freeboard.
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 3
• Additional Updates
Administrative changes were suggested by FEMA and the Florida Department of
Emergency Management (FDEM) to make the City’s Floodplain Management Ordinance
consistent with other municipal floodplain management ordinances throughout the State. These
administrative changes include:
• Adding a definition of accessory structures, which for the purpose of this chapter
includes those used for parking and storage only, and allowing such accessory
structures to be located below the BFE when the newly establish regulations are
followed (proposed Section 51.1004);
• Modifying the definition of market value, and deleting definitions for existing
manufactured home park or subdivision and expansion to an existing manufactured
home park or subdivision;
• Updating the effective Flood Insurance Study (FIS) date; and
• Making other minor administrative revisions.
CRITERIA FOR TEXT AMENDMENTS:
CDC Section 4-601 sets forth the procedures and criteria for reviewing text amendments. All text
amendments must comply with the following:
1. The proposed amendment is consistent with and furthers the goals, policies and
objectives of the Comprehensive Plan.
A review of the Clearwater Comprehensive Plan identified the following goals, objectives and
policies which will be furthered by the proposed Code amendments:
Policy D.3.3.7 Continue active participation and cooperation with the National Flood
Insurance Program and the Florida Emergency Management Agency for the
purpose of recognizing flood prone areas, and establishing abatement
programs that endeavor toward a reduction in damages and losses due to
flooding.
Goal E.2 New Development, redevelopment, and investment in public facilities,
utilities, and infrastructure shall be managed and regulated to reduce flood
risk in the coastal areas resulting from high-tide events, storm surge, flash
floods, stormwater runoff, and the related impacts of sea level rise and to
reduce losses due to flooding and claims made under flood insurance
policies issued in this state.
Objective E.2.1 Development and redevelopment in the City shall be planned and managed
to reduce risk and losses due to flooding resulting from high-tide events,
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 4
storm surge, flash floods, stormwater runoff, and the related impacts of sea
level rise.
Policy E.2.1.1 Development and redevelopment plans and proposals in the coastal storm
area shall be reviewed for compliance with the goals, objectives and policies
of the Comprehensive Plan and other appropriate plans and references,
including Beach by Design: A Preliminary Design for Clearwater Beach
and Design Guidelines, the City’s National Flood Insurance Policy (NFIP),
Community Rating System (CRS) Program, and Floodplain Management
Plan.
Policy E.2.1.5 The City shall grant building permits in compliance with the rules of
FEMA.
Objective E.2.2 Hazard mitigation efforts will be implemented to reduce flood risk resulting
from high-tide events, storm surge, flash flood, stormwater runoff, and the
related impacts of sea level rise.
Policy E.2.2.1 The City shall encourage and support hazard mitigation efforts through
continuation of the following activities:
• Participation in the National Flood Insurance Program’s
Community Rating System;
• Participation in the Pinellas County’s Local Mitigation Strategy;
• Administration of building regulations consistent with City and
FEMA regulations;
• Review and implementation of appropriate policies and strategies
developed by partner agencies or through interagency hazard
assessment and mitigation initiatives;
• Prohibitions of beach sand dune alterations; and
• Restriction of development in floodways.
Policy E.2.2.3 The City will continue to apply building code and land development code
requirements to ensure noncompliant structures are brought into
conformance with FEMA flood elevations standards or will be flood
proofed consistent with FEMA standards.
Objective E.2.4 The practice of adapting the built environment to address impacts of sea
level rise shall be an integral part of the City’s planning process and in its
coordinating with partner agencies.
Policy E.2.6.1 The City shall continue to evaluate opportunities to protect public facilities,
infrastructure, and utilities from the impacts of sea level rise.
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 5
Objective E.4.1 Clearwater shall administer land development regulations to protect public
and private property and human life from the effects of hurricane winds and
flooding.
Policy E.4.1.4 Encourage more efficient and climate resilient construction practices locally
by:
• Evaluating base finish floor elevation standards with respect to
projected sea level rise scenarios and flooding potential; and
• Evaluating extending the City’s cumulative substantial
improvement and substantial damage regulation from one-year to a
multi-year time period; and
• Evaluating extending the City’s substantial improvement and
substantial damage regulatory threshold to less than 50%.
Objective F.1. The City shall continue to protect floodplains, drainage ways, and all other
natural areas having functional hydrological characteristics.
Policy F.1.2.1 Any construction in the one hundred (100) year floodplain shall comply
with all requirements and standards of the Federal Emergency Management
Agency of the Federal Flood Insurance Administration, and the City's
building codes.
The City’s Comprehensive Plan has always incorporated policies related to limiting
development in and the protection of floodplains. As a coastal community, reducing risk and
losses due to flooding is imperative to the safety of the City’s residents, as stated in Goal E.2.
and its related policies. The Comprehensive Plan contains a wide variety of other goals,
objectives and policies that reinforce this, as well as the need to continue to comply with the
requirements of FEMA and building codes, and to continue to participate in the NFIP.
Proposed Ordinance 9508-21 implements these goals, objectives and policies by enabling the
City to use Pinellas County’s Vulnerability Assessment as the best available data to establish
a higher BFE in our coastal areas where FEMA’s BFE may be lower, thereby protecting public
and private property from flood events which are anticipated to increase in frequency and depth
over time due to sea level rise. In addition, the proposed amendments requiring manufactured
homes to be elevated the same as other residential properties will help the City meet the
requirements to maintain its current CRS Class 6 standing, which implements Policy E.2.1.1
(continued participation in in the National Flood Insurance Program’s Community Rating
System) and Policy E.2.2.3 which addresses bringing nonconforming structures into
compliance with FEMA’s flood elevation standards.
The above referenced goals, objectives and policies of the Comprehensive Plan will be
furthered by Ordinance 9508-21.
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 6
2. The proposed amendment furthers the purposes of the Community Development Code
and other City ordinances and actions designed to implement the Plan.
The proposed text amendment will further the purposes of the CDC in that it will be consistent
with the following purposes set forth in CDC Section 1-103:
Sec. 1-103.A. It is the purpose of this Development Code to implement the
Comprehensive Plan of the city; to promote the health, safety, general
welfare and quality of life in the city; to guide the orderly growth and
development of the city; to establish rules of procedure for land
development approvals; to enhance the character of the city and the
preservation of neighborhoods; and to enhance the quality of life of all
residents and property owners of the city.
Sec. 1-103.E.1. Provide for adequate light, air and privacy; secure safety from fire, flood
and other damage; prevent overcrowding of the land and undue congestion
of population; and improve the quality of life for the citizens of the city.
Sec. 1-103.E.2. Protect the character and the social and economic stability of all parts of the
city through the establishment of reasonable standards which encourage the
orderly and beneficial development of land within the city.
Sec. 1-103.E.12. Coordinate the provisions of this Development Code with corollary
provisions relating to parking, fences and walls, signs, and like
supplementary requirements designed to establish an integrated and
complete regulatory framework for the use of land and water within the city.
The amendments proposed by this ordinance will further the above referenced purposes of the
Community Development Code by implementing the aforementioned goals, objectives and
policies of the Comprehensive Plan; by establishing reasonable standards which encourage
orderly development; by protecting from flood damage; and by maintaining the Floodplain
Management Ordinance which serves as a supplementary requirement within this Code. As
stated in Section 51.003, the intent of the Floodplain Management Ordinance “… and the flood
load and flood resistant construction requirements of the Florida Building Code are to establish
minimum requirements to safeguard the public health, safety, and general welfare and to
minimize public and private losses due to flooding through regulation of development in flood
hazard areas …” As such, proposed Ordinance 9508-21 furthers the purposes in the CDC.
Planning & Development Department Development Code Text Amendment Long Range Planning Division
Community Development Board – October 19, 2021 TA2021-08003 – Page 7
SUMMARY AND RECOMMENDATION:
The proposed amendment to the Community Development Code is consistent with and will further
the goals of the Clearwater Comprehensive Plan and the purposes of the Community Development
Code. Based upon the above, the Planning and Development Department recommends
APPROVAL of Ordinance No. 9508-21 that amends the Community Development Code.
Prepared by Planning and Development Department Staff: ___________________________
Lauren Matzke, AICP
Planning and Development Assistant Director
ATTACHMENTS: Ordinance No. 9508-21
Resume
Floodplain Management Ordinance Update
Implications for Manufactured Home Parks (MHPs)
October 2021
Proposed Revision to Flood Ordinance
To help maintain the $1.5 million in annual flood insurance
premium savings that the City’s residents receive via FEMA’s
Community Rating System, the flood ordinance is being updated.
Staff worked with code specialists from Florida Division of
Emergency Management to have language that meets FEMA’s,
FDEM’s, and the City’s recommendations.
Existing requirements (paraphrased)
›Minimum finished floor at 36 inches above grade
Proposed change (paraphrased) to meet the CRS compliance
›Bottom of the frame at or above code requirements within the Florida Building Code for
structures within Zones A and V (the FBC also refers to local design flood elevation which
for Clearwater is +2 feet above the designated FEMA elevation requirements)
2
Proposed Revision to Flood Ordinance
3
Note: Additional
regulatory information
is available within
Chapter 51 –Flood
Damage Prevention
of the Community
Development Code
This is an excerpt of the
code change that pertains
to manufactured home
elevation requirements and
is not the full set of
revisions being considered.
There are 6 MHPs (all on the Bay
side) within/adjacent to high-risk
flood hazard areas; However,
Bayside Gardens and Bay Breeze
Trailer Park have recently been
redeveloped, leaving 4 MHPs with
flood areas on or immediately
adjacent to the parks.
Manufactured Home Parks
within FEMA High-Risk Areas
The 4 MHP Parks In/Adjacent to the SFHA
›Bay Aristocrat Village (362 Lots)
›Flood zones AE (Inland), Coastal AE (Some Wave Action) and VE (Coastal)
›All of the lots are within one of the above high-risk flood zones
›Hillside MHP (70 Lots)
›Flood zones X (low risk), AE, and Coastal AE
›Approximately half of the lots are within AE or Coastal AE zones
›Bayside Waters MHP (F/K/A Japanese Gardens Mobile Estates) (368 Lots)
›Flood zones X (low risk), X500,AE, Coastal AE, and VE
›Approximately 60 lots in AE zones (11 of which are Coastal AE; and 1 of those lots is
immediately adjacent to VE zone)
›Sky Harbor Estates (137 Lots)
›Flood zone X and a small sliver of X500 adjacent to the bay
›All lots are in Zone X (However, 7 lots are immediately adjacent to X500 and VE Zones)
5
Bay Aristocrat Village
Relation to the Special Flood Hazard Areas and Base Flood Elevations (Effective August 24, 2021)
6
7
Bay
Aristocrat
Village
Sample
Elevation
Certificate
8
Bay
Aristocrat
Village
Sample
Elevation
Certificate
9
Bay Aristocrat Village
1
2
3
4
5
6
8-inch step 48-inches (4 feet) above grade6.3 Feet
Lowest Adjacent Grade
10.3 Feet
Top of Bottom Floor
9 Feet
Base Flood Elevation
(at time of construction)
All elevations referenced
are NAVD88
Zone and BFE in Effect for EC:
AE; 9 Feet (FIRM Date 09/03/03)
Zone and BFE based on Current
Effective FIRM:
AE (Coastal); 11 Feet (FIRM Date 08/24/21)
Design Flood Elevation:
13 Feet (Effective BFE + 2 Feet)
10
Bay Aristocrat Village
24 30
23 29
22 28
21 27
20 26
19 25
18 24
17 23
16 22
15 21
14 20
13 19
12 18
11 17
10 16
9 15
8 14
7 13
6 12
5 11
4 10
3 9
2 8
1 7
Above Ground Level NAVD 88
BFE (When Added to Lot)
New BFE (FEMA Maps 08/24/21)
New Design Flood Elevation
Category 1
Hurricane
Depth
Category 2
Hurricane
Depth
Category 3
Hurricane
Depth
Category
4/5
Hurricane
Depth
Change Footer here: Insert > Header and Footer (delete if none)
11
Bay Aristocrat Village
Ground elevations at Bay Aristocrat are generally 6-feet, with some areas closer
to 4-feet at the water’s edge [Elevations referenced are in NAVD88].
Bay Aristocrat Village
Summary of Changes
12
Proposed Code Language (Sec. 51.1305 –
Elevation requirements)
“All manufactured homes that are placed, replaced,
or substantially improved in flood hazard areas
shall be elevated such that the bottom of the frame
is at or above the elevation required as applicable
to the flood hazard area”, so for:
•Red polygon (~20 lots):
•They are within a coastal AE and thus
need to adhere to V-zone standards
•Land elevation is generally 5 to 7 feet
•Base flood elevation is 12 feet
•Design flood elevation is 14 feet
•Yellow polygon (~20 lots):
•They are within a coastal AE or VE zones
and thus need to adhere to V-zone
standards
•Land elevation is generally 6 feet
•Base flood elevation is 13 feet
•Design flood elevation is 15 feet
•Orange polygon (most of the lots in the MHP):
•They are within an AE zone and thus
need to adhere to those standards
•Land elevation is generally 6 to 7 feet
•Base flood elevation is 10 feet
•Design flood elevation is 12 feet
Hillside
Relation to the Special Flood Hazard Areas and Base Flood Elevations (Effective August 24, 2021)
13
14
Hillside
No sample Elevation
Certificates are available
through the County’s
online viewer tool.
Google Street View
imagery for sample areas
located within the FEMA
SFHA.
[2014 time stamp for imagery]
Change Footer here: Insert > Header and Footer (delete if none)
15
Bay Aristocrat Village
Ground elevations on the east side of Hillside MHP (towards S.Bayshore Blvd.)
are generally 4 to 6-feet, while those on the west side (towards McMullen Booth
Rd.) are 16 to 18-feet [Elevations referenced are in NAVD88].
Hillside
Summary of Changes
16
Proposed Code Language (Sec. 51.1305 –
Elevation requirements)
“All manufactured homes that are placed, replaced,
or substantially improved in flood hazard areas
shall be elevated such that the bottom of the frame
is at or above the elevation required as applicable
to the flood hazard area”, so for:
•Red polygon (~2 lots):
•They are within a coastal AE and thus
need to adhere to V-zone standards
•Land elevation is generally 2 to 4 feet
•Base flood elevation is 12 feet
•Design flood elevation is 14 feet
•Yellow polygon (~30 lots):
•They are within an AE zone and thus
need to adhere to those standards
•Land elevation is generally 4 to 8 feet
•Base flood elevation is 11 feet
•Design flood elevation is 13 feet
•Orange polygon (~7 lots):
•They are within an AE zone and thus
need to adhere to those standards
•Land elevation is generally 9 to 10 feet
•Base flood elevation is 10 feet
•Design flood elevation is 12 feet
Bayside Waters (F/K/A Japanese Gardens)
Relation to the Special Flood Hazard Areas and Base Flood Elevations (Effective August 24, 2021)
17
18
Bayside Waters
No sample Elevation
Certificates are available
through the County’s
online viewer tool.
Google Street View
Imagery for sample areas
located within the FEMA
SFHA.
[2011 time stamp for imagery]
Change Footer here: Insert > Header and Footer (delete if none)
19
Bay Aristocrat Village
Ground elevations vary between 6 to 8-feet for most of the areas located within
the special flood hazard areas of the MHP [Elevations referenced are in NAVD88].
Bayside Waters
(F/K/A Japanese Gardens)
Summary of Changes
20
Proposed Code Language (Sec. 51.1305 –
Elevation requirements)
“All manufactured homes that are placed, replaced,
or substantially improved in flood hazard areas
shall be elevated such that the bottom of the frame
is at or above the elevation required as applicable
to the flood hazard area”, so for:
•Red polygon (~10 lots):
•They are within a coastal AE and thus
need to adhere to V-zone standards
•Land elevation is generally 6 to 8 feet
•Base flood elevation is 11 feet
•Design flood elevation is 13 feet
•Yellow polygon (~12 lots):
•They are within an AE zone and thus
need to adhere to those standards
•Land elevation is generally 7 to 8 feet
•Base flood elevation is 11 feet
•Design flood elevation is 13 feet
•Orange polygon (~45 lots):
•They are within an AE zone and thus
need to adhere to those standards
•Land elevation is generally 8 to 9 feet
•Base flood elevation is 10 feet
•Design flood elevation is 12 feet
Sky Harbor
Relation to the Special Flood Hazard Areas and Base Flood Elevations (Effective August 24, 2021)
21
22
Sky
Harbor
Sample
Elevation
Certificate
23
Sky Harbor
Google Street View
Imagery for sample areas
located within the FEMA
SFHA.
[2007 time stamp for imagery]
Change Footer here: Insert > Header and Footer (delete if none)
24
Bay Aristocrat Village
Ground elevations at the shoreline are generally 10-16 feet, but structures
immediately adjacent are located on land approximately 20-feet.
[Elevations referenced are in NAVD88].
Sky Harbor
Summary of Changes
25
No lots appear to be within the special flood hazard areas. The lots
that front the shoreline are adjacent to the velocity zone and should
be reviewed for vulnerability to storm surge but will not be
impacted as it relates to the proposed code changes.
Follow up questions may be
directed to:
Sarah Kessler, CFM
Sarah.Kessler@myclearwater.com
Lauren Matzke, AICP
Lauren.Matzke@MyClearwater.com
26
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 2nd rdg Ordinance 9503-21
Agenda Date: 11/4/2021 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 8.2
SUBJECT/RECOMMENDATION:
Continue to a date uncertain: Adopt Ordinance 9503-21 on second reading, annexing certain
real property whose post office address is 2322 Anna Avenue, Clearwater, Florida 33765, into
the corporate limits of the city and redefining the boundary lines of the city to include said
addition.
SUMMARY:
Page 1 City of Clearwater Printed on 11/4/2021
Ordinance No. 9503-21
ORDINANCE NO. 9503-21
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE NORTH SIDE OF ANNA AVENUE
APPROXIMATELY 1,150 FEET NORTH OF DREW STREET,
WHOSE POST OFFICE ADDRESS IS 2322 ANNA AVENUE,
CLEARWATER, FLORIDA 33765 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 31, ROLLING HEIGHTS, according to the map or plat thereof recorded in Plat Book
43, Page 1, Public Records of Pinellas County, Florida;
(ANX2021-08014)
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. 9503-21
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Frank V. Hibbard
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit "A"
PROPOSED ANNEXATION
Owner(s): Earl L. Davis
Kathy Payne Davis Case:ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN:07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family
Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RDFOREST GLEN RDCOLLEGE HILL DRTERRACE DR ED O R A D R 700
732
616
614
764
646
603
602
615
710 711
765
710
733
709
615
730
648 647
765764
647
602
406
602
616
300
731
616
510
710
700
400
506
500
712
750
410
631
317
648
709
615
647
632
600
310
734
601
305
648
23022330232323352338231123222329234623402310231722852294234623592311233523412365233423462352232923292364231623402341231723522340237023062334235823282310231123222364231023532335232823582347731
701
603
249
310
301
765
313
309
23162
3
7
7
2
3
8
6
23412
3
7
6
2
3
7
022802350236123172353231622952276232322972290228623232275 23672280234722792322-Not to Scale--Not a Survey-Rev. 8/5/2021
LOCATION MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
^
PROJECT
SITE
DREW ST N BELCHER RD SHARKEY RD
N E C OA C H M A N R D ANNA AVE DORA DR LAKE FOREST RD NORMAN DR
GRANGER DR
LORENA LN TERRACE DR N
ELLA PL
VARSITY DR FOREST GLEN RD PALMETTO ST TERRACE DR EH E M E R IC K P L OBERLIN DR BAYWOOD AVE BERKLEY PL EARLHAM DR ACORN CT SHARKEY RD -Not to Scale--Not a Survey-Rev. 8/5/2021
AERIAL PHOTOGRAPH
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
ANNA AVE ANNA AVE
ELLA PL ELLA PL
SHARKEY RD SHARKEY RD
LORENA LN LORENA LN LAKE FOREST RD LAKE FOREST RD FOREST GLEN RD FOREST GLEN RD COLLEGE HILL DR COLLEGE HILL DR TERRACE DR ETERRACE DR ED O R A D R D O R A D R -Not to Scale--Not a Survey-Rev. 8/5/2021
EXISTING SURROUNDING USES MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RD FOREST GLEN RD COLLEGE HILL DR TERRACE DR ED O R A D R 700
732
616
614
764
646
603
602
615
710 711
765
710
733
709
615
730
648 647
765764
647
602
406
602
616
300
731
616
510
710
700
400
506
500
712
750
410
631
317
648
709
615
647
632
600
310
734
601
305
648
23022330232323352338231123222329234623402310231722852294234623592311233523412365233423462352232923292364231623402341231723522340237023062334235823282310231123222364231023532335232823582347731
701
603
249
310
301
765
313
309
23162
3
7
7
2
3
8
6
23412
3
7
6
2
3
7
022802350236123172353231622952276232322972290228623232275 23672280234722792322-Not to Scale--Not a Survey-Rev. 8/5/2021
Single Family Residential
Single Family Residential Single Family Residential Vacant
ANX2021-08014
Earl L. and Kathy Payne Davis
2322 Anna Avenue
View looking north at subject property 2322 Anna Avenue
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Anna Avenue View looking westerly along Anna Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 2nd Rdg Ordinance 9504-21
Agenda Date: 11/4/2021 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 8.3
SUBJECT/RECOMMENDATION:
Continue to a date uncertain: Adopt Ordinance 9504-21 on second reading, amending the
future land use plan element of the Comprehensive Plan to designate the land use for certain
real property whose post office address is 2322 Anna Avenue, Clearwater, Florida 33765, upon
annexation into the City of Clearwater, as Residential Low (RL).
SUMMARY:
Page 1 City of Clearwater Printed on 11/4/2021
Ordinance No. 9504-21
ORDINANCE NO. 9504-21
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 NORTH SIDE OF ANNA
AVENUE APPROXIMATELY 1,150 FEET NORTH OF
DREW STREET, WHOSE POST OFFICE ADDRESS IS
2322 ANNA AVENUE, CLEARWATER, FLORIDA 33765,
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 31, ROLLING HEIGHTS, according to
the map or plat thereof recorded in Plat Book
43, Page 1, Public Records of Pinellas
County, Florida;
Residential Low
(RL)
(ANX2021-08014)
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. 9503-21.
Ordinance No. 9504-21
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Frank V. Hibbard
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit "A"
PROPOSED FUTURE LAND USE MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case:ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN:07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family
Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1I
RL
RL
RL
RU
RU
RLRL RU
RL
RL
RLRL
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RDFOREST GLEN RDCOLLEGE HILL DRTERRACE DR E700
732
616
614
764
646
603
602
615
711
765
710
733
709
615
730
648 647
765764
647
602
406
602
616
300
731
616
510
710
700
400
506
500
750
410
317
648
709
615
647
632
600
310
734
601
305 2302233023352338231123222329234623402310231722852294234623592311233523412365233423462352232923292364231623402341231723522340237023062334235823282310231123222364231023532335232823582347731
710 701
603
249
310
712
301
765
631
313
309
648
2322231623232
3
7
7
2
3
8
6
23412
3
7
6
2
3
7
022802350236123172353231622952276232322972290228623232275 2367228023472279-Not to Scale--Not a Survey-Rev. 8/5/2021
LOCATION MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
^
PROJECT
SITE
DREW ST N BELCHER RD SHARKEY RD
N E C OA C H M A N R D ANNA AVE DORA DR LAKE FOREST RD NORMAN DR
GRANGER DR
LORENA LN TERRACE DR N
ELLA PL
VARSITY DR FOREST GLEN RD PALMETTO ST TERRACE DR EH E M E R IC K P L OBERLIN DR BAYWOOD AVE BERKLEY PL EARLHAM DR ACORN CT SHARKEY RD -Not to Scale--Not a Survey-Rev. 8/5/2021
AERIAL PHOTOGRAPH
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
ANNA AVE ANNA AVE
ELLA PL ELLA PL
SHARKEY RD SHARKEY RD
LORENA LN LORENA LN LAKE FOREST RD LAKE FOREST RD FOREST GLEN RD FOREST GLEN RD COLLEGE HILL DR COLLEGE HILL DR TERRACE DR ETERRACE DR ED O R A D R D O R A D R -Not to Scale--Not a Survey-Rev. 8/5/2021
EXISTING SURROUNDING USES MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RD FOREST GLEN RD COLLEGE HILL DR TERRACE DR ED O R A D R 700
732
616
614
764
646
603
602
615
710 711
765
710
733
709
615
730
648 647
765764
647
602
406
602
616
300
731
616
510
710
700
400
506
500
712
750
410
631
317
648
709
615
647
632
600
310
734
601
305
648
23022330232323352338231123222329234623402310231722852294234623592311233523412365233423462352232923292364231623402341231723522340237023062334235823282310231123222364231023532335232823582347731
701
603
249
310
301
765
313
309
23162
3
7
7
2
3
8
6
23412
3
7
6
2
3
7
022802350236123172353231622952276232322972290228623232275 23672280234722792322-Not to Scale--Not a Survey-Rev. 8/5/2021
Single Family Residential
Single Family Residential Single Family Residential Vacant
ANX2021-08014
Earl L. and Kathy Payne Davis
2322 Anna Avenue
View looking north at subject property 2322 Anna Avenue
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Anna Avenue View looking westerly along Anna Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 2nd Rd Ordinance 9505-21
Agenda Date: 11/4/2021 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 8.4
SUBJECT/RECOMMENDATION:
Continue to a date uncertain: Adopt Ordinance 9505-21 on second reading, amending the
Zoning Atlas of the city by zoning certain real property whose post office address is 2322 Anna
Avenue, Clearwater, Florida 33765, upon annexation into the City of Clearwater, as Low
Medium Density Residential (LMDR).
SUMMARY:
Page 1 City of Clearwater Printed on 11/4/2021
Ordinance No. 9505-21
ORDINANCE NO. 9505-21
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED ON
THE NORTH SIDE OF ANNA AVENUE APPROXIMATELY
1,150 FEET NORTH OF DREW STREET, WHOSE POST
OFFICE ADDRESS IS 2322 ANNA AVENUE,
CLEARWATER, FLORIDA 33765, 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. 9503-21.
Property Zoning District
Lot 31, ROLLING HEIGHTS, according to the
map or plat thereof recorded in Plat Book 43,
Page 1, Public Records of Pinellas County,
Florida;
Low Medium Density Residential
(LMDR)
(ANX2021-08014)
Ordinance No. 9505-21
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Frank V. Hibbard
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit "A"
PROPOSED ZONING MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case:ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN:07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family
Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RDFOREST GLEN RDCOLLEGE HILL DRTERRACE DR ED O R A D R I
LMDR
700
732
616
614
764
646
603
602
710 711
710
733
615
730
648
765764
647
602
406
602
731
510
710
700
400
506
500
712
750
410
631
317
648
709
615
647
632
600
310
734
601
648
2302233023382322234623402310228522942346235923112335236523342346235223292329236423162340234123172352234023702306233423582328231023112322236423102353233523282358LMDR
LMDR
LMDR
LMD
731
615
765
709
701
603
647
616
300
616
249
310
301
765
313
305
309 2322231623232
3
7
723352
3
8
6
2341231123292
3
7
6
2
3
7
022802350
2317236123172353231623412295227623232297229022862323227523672280234722792347-Not to Scale--Not a Survey-Rev. 8/5/2021
LOCATION MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
^
PROJECT
SITE
DREW ST N BELCHER RD SHARKEY RD
N E C OA C H M A N R D ANNA AVE DORA DR LAKE FOREST RD NORMAN DR
GRANGER DR
LORENA LN TERRACE DR N
ELLA PL
VARSITY DR FOREST GLEN RD PALMETTO ST TERRACE DR EH E M E R IC K P L OBERLIN DR BAYWOOD AVE BERKLEY PL EARLHAM DR ACORN CT SHARKEY RD -Not to Scale--Not a Survey-Rev. 8/5/2021
AERIAL PHOTOGRAPH
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR)
ANNA AVE ANNA AVE
ELLA PL ELLA PL
SHARKEY RD SHARKEY RD
LORENA LN LORENA LN LAKE FOREST RD LAKE FOREST RD FOREST GLEN RD FOREST GLEN RD COLLEGE HILL DR COLLEGE HILL DR TERRACE DR ETERRACE DR ED O R A D R D O R A D R -Not to Scale--Not a Survey-Rev. 8/5/2021
EXISTING SURROUNDING USES MAP
Owner(s): Earl L. Davis
Kathy Payne Davis Case: ANX2021-08014
Site: 2322 Anna Avenue
Property
Size(Acres):
ROW (Acres):
0.180
Land Use Zoning PIN: 07-29-16-76446-000-0310
From : Residential Low (RL) R-3 Single Family Residential
Atlas Page: 281A To: Residential Low (RL) Low Medium Density
Residential (LMDR) 31725376446
1
2
3
4
5
13
14
15
16
17
18
9
10
11
12
13 14
15
16
17
18
19 3
4
5
6
7
8
9 10
11
12
13
14
15
16 19
20
21
22
23
24
25
232425262728293031323334
35
36
37
38
39
40
41
42
54
60 61
62 63
64 65 66 67
68
69
70
72
73
7475767778798081
82 83 84 85 86 87 88 89 90 91 9
9949596979899100101102103
16 17 18 19
20
21
22
23
24
25
16 17
1819
33/06
33/03
33/02
33/01
241.13
240.93
140.6913275757575.33133.67133.84141.84
300.68120
7 8 .29 884.05 10 10
166.64 9
93.881
2
132
102
1
1
1
ANNA AVE
ELLA PL
SHARKEY RD
LORENA LN LAKE FOREST RD FOREST GLEN RD COLLEGE HILL DR TERRACE DR ED O R A D R 700
732
616
614
764
646
603
602
615
710 711
765
710
733
709
615
730
648 647
765764
647
602
406
602
616
300
731
616
510
710
700
400
506
500
712
750
410
631
317
648
709
615
647
632
600
310
734
601
305
648
23022330232323352338231123222329234623402310231722852294234623592311233523412365233423462352232923292364231623402341231723522340237023062334235823282310231123222364231023532335232823582347731
701
603
249
310
301
765
313
309
23162
3
7
7
2
3
8
6
23412
3
7
6
2
3
7
022802350236123172353231622952276232322972290228623232275 23672280234722792322-Not to Scale--Not a Survey-Rev. 8/5/2021
Single Family Residential
Single Family Residential Single Family Residential Vacant
ANX2021-08014
Earl L. and Kathy Payne Davis
2322 Anna Avenue
View looking north at subject property 2322 Anna Avenue
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Anna Avenue View looking westerly along Anna Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9928
Agenda Date: 11/4/2021 Status: City Manager ReportVersion: 1
File Type: Action ItemIn Control: Official Records & Legislative Services
Agenda Number: 9.1
SUBJECT/RECOMMENDATION:
Approve the 2021 State Legislative Agenda.
SUMMARY:
Each year, the City submits a list of legislative priorities for consideration by the state
legislature during their annual 60-day session in Tallahassee. The City’s legislative liaison
works closely with city staff and the City’s lobbying team in Tallahassee to draft a package that
is beneficial to Clearwater, and to lobby that package locally and in Tallahassee. Preparation of
the package involves determining areas of need, researching funding availability, identifying
needed legislation, monitoring and evaluating current legislative issues.
Page 1 City of Clearwater Printed on 11/4/2021
2022 State Legislative Priorities
The City will seek funding through grants and other sources to assist in implementing projects to meet
the needs of our citizens and improve their quality of life.
Downtown Waterfront Resiliency
As part of Imagine Clearwater, incorporate measures that will protect the Downtown waterfront park
from rising sea levels and flooding, while featuring renewable energy initiatives.
1. Wave attenuation walls – $1.2 million
Safeguard building infrastructure from catastrophic erosion by receding flood waters after a
major storm event. Wave attenuating walls are being installed to shield the dockmaster’s
building and the new bandshell.
2. Site fill – $1.4 million
Raise the overall elevation of the site. A large amount of site fill is included in the design to lift
most of the site by several feet to protect the site and various built infrastructure pieces.
3. Engineered Stormwater Control System – $1.3 million
Construct a comprehensive stormwater control system that includes mechanisms for the
collection, conveyance, retention, and mitigation of stormwater on the site. The system is being
upgraded through subterranean as well as architectural features, including a significant gutter
system on the bandshell seating canopy to convey stormwater away from the event area.
4. Solar Panels – $250,000
Install solar panels on several buildings within the park as part of the City’s commitment to
Greenprint 2.0, Clearwater’s sustainability plan.
Issues to Support
We support legislation and programs that benefit municipalities and assist in implementing services to
meet the needs of our citizens and improve their quality of life including:
• Repeal the state preemption of vacation rental property laws to allow local governments to regulate
such properties to protect the health and welfare of their residents, visitors and businesses.
• Allow municipalities to establish smoke-free zones within the boundaries of a city park.
• Ensure all Florida State and Local Housing Trust Fund monies are used exclusively to finance affordable
and workforce housing programs and rental assistance programs.
• Preserve the statewide program that assists local governments with maintaining Spring Training
facilities.
• Develop funding opportunities to coordinate state resiliency programs with those of local
governments.
• Increase funding for mental health services.
• Repeal the state preemption on tree removals for residential properties to allow local governments to
regulate tree preservation, removals, and replacements to protect the environment and the health and
welfare of their residents, visitors and businesses.
• Provide an additional exemption that would restrict the licensed carry of concealed weapons or
firearms for ticketed concert events on public property.
• Provide intergovernmental coordination that supports sustainability and resiliency efforts at the
county and municipal levels, such as clean energy, land conservation, smart growth, a planned transition
to 100% renewable energy goals, open space and wetlands preservation, and the impacts of climate
change and sea level rise on natural resources and manmade infrastructure.
• Establish a framework for a state water infrastructure and water quality funding program that includes
sustainable utility practices and intragovernmental coordination.
Issues to Oppose
We oppose legislation that is detrimental to Clearwater and other municipalities including:
• Erosion of local self-government (Home Rule), a constitutional right Floridians supported in a
statewide vote 54 years ago.
• Increased regulation of, or restrictions on, municipal operations and budgeting.
• Preemption of local government’s ability to regulate Airbnb rentals, or similar marketplaces, that allow
individuals to rent out unused spaces in their homes for lodging.
• Weakening existing laws related to offshore oil drilling in the Gulf of Mexico.
• Restriction or elimination of Community Redevelopment Agencies.
• Imposed consolidation of municipal and county services.
• Expansion of M-CORES (Multi-use Corridors of Regional Economic Significance) toll roads into rural
Florida that would create more urban sprawl and ruin unspoiled part of the state.
In addition, the City will support the Florida League of Cities in pursuing its legislative issues. The City will
strive to inform residents of legislative initiatives that will impact the city and their quality of life and
encourage citizen engagement with state legislators.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9939
Agenda Date: 11/4/2021 Status: City Manager ReportVersion: 1
File Type: ReportIn Control: City Council
Agenda Number: 9.2
SUBJECT/RECOMMENDATION:
Clyde Butcher Exhibit Update - Amanda Thompson, CRA Executive Director
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#21-9810
Agenda Date: 11/4/2021 Status: Other CouncilVersion: 1
File Type: Council Discussion
Item
In Control: Council Work Session
Agenda Number: 11.1
SUBJECT/RECOMMENDATION:
PSTA/Forward Pinellas Update - Councilmember Allbritton
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 11/4/2021