Loading...
05/31/2022Tuesday, May 31, 2022 9:00 AM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda May 31, 2022Council Work Session Work Session Agenda 1. Call to Order 2. Economic Development and Housing Approve the Substantial Amendment to the City of Clearwater’s Fiscal Year 2021/22 Annual Action Plan and authorize the City to modify existing agreements and enter into new agreements with organizations approved for funding. 2.1 3. Engineering Approve the request from the owner of property addressed 67 Kipling Plaza, Clearwater to vacate the 5-foot-wide platted Utility Easement, located on lots 1, 2, and 3, Block 44, Mandalay Sub, according to the map or plat thereof as recorded in Plat Book 14, Page 32-35, Public Records of Pinellas County, Florida, and pass Ordinance 9579-22 on first reading 3.1 Approve a Work Order to McKim and Creed, of Clearwater, Florida, for design of Drainage Channel Stabilization South of Cleveland - Hercules/Arcturas (22-0013-EN) in the amount of $249,019 pursuant to Request for Qualifications (RFQ) 26-19, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) 3.2 4. Customer Service Approve a purchase order to Devtech Sales Inc., of Avon Park, FL, for the purchase of Itron equipment and accessories for water and gas meter reading activities in an amount of $135,805.00, pursuant to Clearwater Code of Ordinances Section 2.53 (1)(d), Non-competitive purchases (Impractical), and authorize the appropriate officials to execute same. (consent) 4.1 5. Public Utilities Approve a Purchase Order with Polydyne Inc., of Riceboro, GA, for polymer to be used at the City’s three Wastewater Reclamation Facilities in the annual not-to-exceed amount of $500,000.00 with the option for two, one-year renewal options in accordance with Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchases (Impractical), and authorize the appropriate officials to execute same. (consent) 5.1 Page 2 City of Clearwater Printed on 5/26/2022 May 31, 2022Council Work Session Work Session Agenda Authorize purchase orders to Tampa Armature Works, Inc. (TAW) of Orlando, FL, and CEC Motor and Utility Services, LLC of Palmetto, FL for electric motor repair, replace and rewinding services, in a cumulative annual not-to-exceed amount of $200,000.00 for the initial term of July 28, 2022 through July 27, 2023, with the option for three, one-year renewal options, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative purchasing, and authorize the appropriate officials to execute same. (consent) 5.2 Approve a purchase order to Ring Power Corporation of St. Augustine, FL for automatic transfer switches maintenance and related services in an annual not-to-exceed amount of $200,000.00 for an initial period of one year, with the option for two, one-year renewals, pursuant to Invitation to Bid (ITB) 09-22 and authorize the appropriate officials to execute same. (consent) 5.3 6. Solid Waste Authorize a purchase order to Trane of Davidson, NC for the purchase of Heating, Ventilation and Air Conditioning (HVAC) replacement and repair parts and services in a not-to-exceed amount of $325,000.00 through March 31, 2023, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchases - Impractical, and authorize the appropriate officials to execute same. (consent) 6.1 7. Legal Adopt Ordinance 9554-22 on second reading, amending the future land use plan element of the Comprehensive Plan to change the land use designation for a portion of certain real property whose post office address is 1640 Gulf to Bay Boulevard, Clearwater, Florida 33755, from Residential/Office General (R/OG) to Commercial General (CG). 7.1 Adopt Ordinance 9555-22 on second reading, amending the Zoning Atlas of the city by rezoning a portion of certain real property whose post office address is 1640 Gulf to Bay Boulevard, Clearwater, Florida 33755, from Office (O) to Commercial (C). 7.2 Continue to June 16, 2022: Adopt Ordinance 9568-22 on second reading, amending the future land use plan element of the Comprehensive Plan to designate the land use for certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). 7.3 Page 3 City of Clearwater Printed on 5/26/2022 May 31, 2022Council Work Session Work Session Agenda Continue to June 16, 2022: Adopt Ordinance 9569-22 on second reading, amending the Zoning Atlas of the city by zoning certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 7.4 Continue to June 16, 2022: Adopt Ordinance 9540-22 on second reading, annexing certain real property whose post office address is 1827 Audubon Street, Clearwater, Florida 33764 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 7.5 Continue to June 16, 2022: Adopt Ordinance 9541-22 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 1827 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Residential Low (RL). 7.6 Continue to June 16, 2022: Adopt Ordinance 9542-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1827 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 7.7 Continue to June 16, 2022: Adopt Ordinance 9567-22 on second reading, annexing certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 7.8 Continue to a date uncertain: Adopt Ordinance 9564-22 on second reading, annexing certain real property whose post office address is 1272 Sedeeva Circle North, Clearwater, Florida 33755 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 7.9 Continue to a date uncertain: Adopt Ordinance 9565-22 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 1272 Sedeeva Circle North, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Urban (RU). 7.10 Continue to a date uncertain: Adopt Ordinance 9566-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1272 Sedeeva Circle North, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 7.11 8. City Manager Verbal Reports Page 4 City of Clearwater Printed on 5/26/2022 May 31, 2022Council Work Session Work Session Agenda Clearwater Gas8.1 Provide staff direction regarding the management agreement for the amphitheater at Coachman Park. 8.2 9. City Attorney Verbal Reports 10. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 11. Closing Comments by Mayor 12. Adjourn 13. Presentation(s) for Council Meeting May Service Awards13.1 Page 5 City of Clearwater Printed on 5/26/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0519 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Approve the Substantial Amendment to the City of Clearwater’s Fiscal Year 2021/22 Annual Action Plan and authorize the City to modify existing agreements and enter into new agreements with organizations approved for funding. SUMMARY: The U.S. Department of Housing and Urban Development (HUD) allocated $1,637,567 in HOME-ARP (America Rescue Plan) funding to the City of Clearwater. HUD requires HOME-ARP funding to be used to assist the Qualifying Population defined as populations experiencing homelessness and others requiring supportive services for homelessness prevention. A Substantial Amendment (Amendment) is required to incorporate these funds into the city’s Annual Action Plan (AAP). Before developing the Amendment, staff consulted with the Continuum of Care serving the Clearwater area, homeless and domestic violence service providers, veterans’ groups, public housing agencies, and organizations that address the needs of the qualifying populations such as fair housing and civil rights issues, and the needs of persons with disabilities. Staff made the Amendment available for public viewing and comment beginning on May 4, 2022. The 30-day public comment period ends on June 2 when staff will recommend City Council approval of the Amendment. Staff presented the Amendment at a public hearing at a meeting of the Neighborhood and Affordable Housing Advisory Board (NAHAB) on May 10, 2022. The Amendment sets forth a plan for the expenditure of HOME-ARP funding with the following recommended distributions: Blue Sky Communities Amount Recommended: $875,000 Purpose of Funding: Allocation to support Blue Sky’s proposed affordable housing project at 610 Franklin Street under partnership with the City’s Community Redevelopment Agency. Five units will be reserved for households meeting the Qualifying Population under the HOME-ARP Program. HOPE Villages of America (HVA) Amount Recommended: $134,750 Purpose of Funding: HVA’s Grace House, a family shelter facility, will provide Tenant Based Rental Assistance (TBRA) to families exiting the Grace House after the successful completion of programming, individuals served at The Haven which provides domestic violence shelter and individuals served through outreach services at both programs. Pinellas Opportunity Council (POC) Amount Recommended: $100,000 Page 1 City of Clearwater Printed on 5/26/2022 File Number: ID#22-0519 Purpose of Funding: POC's Emergency Assistance Program provides financial assistance to eligible clients in need of emergency assistance with utilities, fuel oil, and rent/mortgage emergencies. Homeless Emergency Project a/k/a Homeless Empowerment Program (HEP) Amount Recommended: $292,500 Purpose of Funding: Through the Family Transition Program (FTP), homeless families with minor children receive temporary shelter (up to 90 days) and comprehensive supportive services. HEP is requesting HOME-ARP funds from the City of Clearwater to provide these families with one-time move-in assistance (application fee, security deposit, first months’ rent, etc.) as they exit FTP and obtain independent affordable rental housing in the community. Homeless Leadership Alliance (HLA) Amount Requested: $46,180 Purpose of Funding: Clients are identified and referred to the Prevention/Diversion component of the Front Door by various sources. HLA staff will determine what program is most suitable for a person’s needs to prevent or divert the individual or household from entering the homeless system of care. Society of St. Vincent DePaul Community Kitchen and Resource Center (SVDP) Amount Recommended: $50,000 Purpose of Funding: SVDP’s proposed project is to expand supportive services to its homeless clients who are seeking opportunities to become self-sufficient. Grant funds will be used to expand housing assistance that positions clients for long-term success. The SVDP Housing Support program includes needs assessments, housing support (rent, utility, deposit fees), and service referrals which may include addiction recovery, mental health services, mentorship, employment readiness, and life skills training. The remaining $139,137 will be budgeted for administrative expenses The Amendment also reprograms planned expenditures under the city’s Community Development Block Grant (CDBG) program. One public facilities project was cancelled and adjustments to other projects funded with CDBG were made to reflect anticipated costs under shifting economic conditions. New projects planned for use of CDBG funds include construction of a new recreational pier in Lake Belleview behind the Ross Norton Recreation Center and cost overruns for the planned demolition of the former Elks Lodge located at 1011 Engman Street. On May 10, 2022, the NAHAB unanimously approved a motion recommending City Council approval of the Amendment. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 5/26/2022 2021/2022 ANNUAL ACTION PLAN PROPOSED SUBSTANTIAL AMENDMENTS CITY OF CLEARWATER, FLORIDA MAY 2022 PART ONE: CDBG PROPOSED AMENDMENTS PART TWO: HOME-ARP ALLOCATION PLAN SUBSTANTIAL AMENDMENT TO THE 2021 ANNUAL ACTION PLAN – CDBG FUNDING FOR THE CITY OF CLEARWATER, FLORIDA DRAFT May 4, 2022 DRAFT 04/29/2022 1 of 2 AMENDMENT SUMMARY Background The City of Clearwater’s federal Annual Action Plan details the funding strategy for the Community Development Block Grant (CDBG) and HOME Investment Partnerships (HOME) programs each year. The Annual Action Plan implements a jurisdiction’s multi-year Consolidated Plan and is developed through significant citizen participation, analysis, and planning. Proposed Substantial Amendment The city is proposing to amend the 2021 Annual Action Plan to account for the following amendments: • Reallocation of CDBG ($255,939) funds resulting from projects that did not/will not materialize; • Addition of new projects not previously included in the 2021 Annual Action Plan The total amount of CDBG funds to be reallocated/reprogrammed is $255,939. The proposed amendment will allocate/reallocate/reprogram this funding to the following activities: Project Name Previous Amount Amended Amount Change (+) (-) Change Summary Hope Villages of America (Grace House Expansion) CDBG - $98,000 CDBG - $0 CDBG – (-$98,000) Reprograms $98,000 to new and existing projects. City of Clearwater (Lake Belleview Recreation Pier) CDBG - $0 CDBG - $90,000 CDBG - $90,000 New project funded with reallocation funding. City of Clearwater (Demolition 1011 Engman St. – Slum & Blight) CDBG - $0 CDBG - $83,887 HOME - $83,887 New project funded with reallocation funding. Property Acquisition – Slum & Blight CDBG - $180,884 CDBG - $96,997 CDBG – (-$141,974) Reduces allocation and reprograms $141,974 to new and existing projects. Pinellas Ex-Offender Re-Entry Program (Salary Support - Public Service) CDBG - $20,352 CDBG - $15,600 CDBG – (-$4,752) Reduces allocation and reprograms $4,752 to new and existing projects. St. Vincent DePaul CKRC (Salary Support – Public Service) CDBG - $19,213 CDBG - $8,000 CDBG – (-$11,213) Reduces allocation and reprograms $11,213 to new and existing projects. Gulfcoast Legal Services (Legal Services – Public Service) CDBG - $24,969 CDBG - $34,969 CDBG - $10,000 Adds $10,000 in CDBG funding from reprogrammed/reallocated funds. CDBG TBD Public Services CDBG - $0 CDBG - $5,965 CDBG - $5,965 New project funded with reallocation funding. Clearwater Neighborhood Housing Services (Business Center Roof Improvements) CDBG - $55,500 CDBG - $85,500 CDBG - $30,000 Adds $30,000 in CDBG funding from reprogrammed/reallocated funds. R’Club Gateway (Facilities Improvement) CDBG - $23,321 CDBG - $39,408 CDBG - $16,087 Adds $16,087 in CDBG funding from reprogrammed/reallocated funds. Public Facility Projects Cost Overruns CDBG - $0 CDBG - $20,000 CDBG - $20,000 New project funded with reallocation funding. SUBSTANTIAL AMENDMENT TO THE 2021 ANNUAL ACTION PLAN – CDBG FUNDING FOR THE CITY OF CLEARWATER, FLORIDA DRAFT May 4, 2022 DRAFT 04/29/2022 2 of 2 All other activities and funding not listed above will be unaffected by the proposed amendment. Analysis This proposal qualifies as a substantial amendment because it meets one (1) of the four (4) criteria within the Citizen Participation Plan: • A decision is made to carry out an activity not previously described in the Consolidated Plan and/or Annual Action Plan(s), including program income. Public Process The City of Clearwater will provide a public notice in the newspaper advertising a 30-day public comment period, from May 4, 2022 through June 2, 2022. Additionally, two (2) public hearings will be held to provide opportunities for public comment: • Neighborhood and Affordable Housing Advisory Board. City Hall Council Chambers: 100 North Osceola Ave, 1st Floor, Clearwater, Florida 33755. Tuesday, May 10, 2022 @ 9:00am. • City of Clearwater City Council. City Hall Council Chambers: 100 North Osceola Ave, 1st Floor Clearwater, Florida 33755. Thursday, June 2, 2022 @ 6:00pm Comments may also be provided to Charles (Chuck) Lane, Assistant Director of Economic Development and Housing, by email at Charles.Lane@myclearwater.com or phone (727) 562-4023, or in writing addressed to the City of Clearwater Economic Development and Housing Department, P.O. Box 4748, Clearwater, Florida, 33758. Hard copies will be made available at public buildings for review during the Public Comment Period. Hard copies may be available upon request. The city will provide technical assistance to citizens and groups representative of persons of low and moderate income that request such assistance in the review of program activities and program amendments. In addition, the City will make adequate and reasonable provisions to assist non-English speaking residents in interpreting program opportunities and provisions on a case-by-case basis, as well as provide auxiliary aides and services for individuals with disabilities. Requests for special accommodations must contact Charles (Chuck) Lane, Assistant Director of Economic Development and Housing at the contact information above. 1 HOME-ARP Allocation Plan Template Guidance • To receive its HOME-ARP allocation, a PJ must: o Engage in consultation with at least the required organizations; o Provide for public participation including a 15-day public comment period and one public hearing, at a minimum; and, o Develop a plan that meets the requirements in the HOME-ARP Notice. • To submit: a PJ must upload a Microsoft Word or PDF version of the plan in IDIS as an attachment next to the “HOME-ARP allocation plan” option on either the AD-26 screen (for PJs whose FY 2021 annual action plan is a Year 2-5 annual action plan) or the AD-25 screen (for PJs whose FY 2021 annual action plan is a Year 1 annual action plan that is part of the 2021 consolidated plan). • PJs must also submit an SF-424, SF-424B, and SF-424D, and the following certifications as an attachment on either the AD-26 or AD-25 screen, as applicable: o Affirmatively Further Fair Housing; o Uniform Relocation Assistance and Real Property Acquisition Policies Act and Anti-displacement and Relocation Assistance Plan; o Anti-Lobbying; o Authority of Jurisdiction; o Section 3; and, o HOME-ARP specific certification. Participating Jurisdiction: Clearwater, Florida Date: 4/29/2022 Consultation Before developing its plan, a PJ must consult with the CoC(s) serving the jurisdiction’s geographic area, homeless and domestic violence service providers, veterans’ groups, public housing agencies (PHAs), public agencies that address the needs of the qualifying populations, and public or private organizations that address fair housing, civil rights, and the needs of persons with disabilities, at a minimum. State PJs are not required to consult with every PHA or CoC within the state’s boundaries; however, local PJs must consult with all PHAs (including statewide or regional PHAs) and CoCs serving the jurisdiction. Summarize the consultation process: The City of Clearwater developed a robust consultation process to meet HUD’s requirements and to ensure that the City is considering all priorities and needs within the community. On January 20, 2022, the City of Clearwater held a HOME-ARP Funding workshop to consult with local service providers, housing providers, and other groups that work to address the needs of qualifying populations. There were representatives from approximately a dozen organizations in 2 attendance; further information about all consultation is detailed in the table below. In addition to a workshop, the City formed a selection committee, the Technical Review Committee (TRC), to score and select the projects for HOME-ARP Funding. The TRC met on February 18, 2022, and is comprised of several city staff, representatives from the Salvation Army, Pinellas Community Foundation, and the Homeless Leadership Alliance of Pinellas. These are the agencies that uniquely serve the qualifying populations under HOME-ARP. List the organizations consulted, and summarize the feedback received from these entities. Agency/Org Consulted Type of Agency/Org Method of Consultation Feedback City of Clearwater, City Council Civic Leaders Public Hearing Approval of proposed project funding. City of Clearwater, Neighborhood and Affordable Housing Board (NAHAB) Other (Advisory Board) Public Hearing Recommendation to City Council to approve proposed funding. City of Clearwater, Economic Development and Housing Department Other (City Departments); Grantee Department Funding Workshop, Technical review Committee, Public Hearing, Internal Communication Work as part of TRC to evaluate projects and make recommendations about proposed funding. Work closely with local service providers to understand needs and make funding determinations. Pinellas County Homeless Leadership Alliance Continuum of Care; Services-Homeless Funding Workshop, Techincal Review Committee Work as part of TRC to evaluate projects and make recommendations about proposed funding. R’Club Childcare, Inc. Services-Children Funding Workshop Make project funding requests and suggestions. Help to identify community needs and funding priorities. The Salvation Army Services- Homeless Funding Workshop, Technical Review Committee Work as part of TRC to evaluate projects and make recommendations about proposed funding. Homeless Empowerment Program (HEP), Inc. Services- Homeless Funding Workshop Make project funding requests and suggestions. Help to identify community needs and funding priorities. Directions for Living Services-Mental Health Funding Workshop Make project funding requests and suggestions. Help to identify 3 community needs and funding priorities. If additional space is needed, insert image of table here: Public Participation PJs must provide for and encourage citizen participation in the development of the HOME-ARP allocation plan. Before submission of the plan, PJs must provide residents with reasonable notice and an opportunity to comment on the proposed HOME-ARP allocation plan of no less than 15 calendar days. The PJ must follow its adopted requirements for “reasonable notice and 4 an opportunity to comment” for plan amendments in its current citizen participation plan. In addition, PJs must hold at least one public hearing during the development of the HOME-ARP allocation plan and prior to submission. For the purposes of HOME-ARP, PJs are required to make the following information available to the public: • The amount of HOME-ARP the PJ will receive, • The range of activities the PJ may undertake. Describe the public participation process, including information about and the dates of the public comment period and public hearing(s) held during the development of the plan: • Public comment period: start date - 5/4/2022 end date - 6/2/2022 • Public hearing: 6/2/2022 In accordance with HUD guidelines, the City of Clearwater held a public comment period that was at least 15 days to obtain comments from Clearwater residents, agencies, and anyone else who wished to review and comment on the plan. Following the public comment period, the city held a public hearing with the Neighborhood and Affordable Housing Advisory Board (NAHAB) and with the City Council. The NAHAB is tasked with making recommendations to the City Council about the use of federal funds. The proposed funding activities are first heard by the NAHAB and then heard by the City Council, upon NAHAB’s recommendation. The NAHAB public hearing took place on May 10, 2022, and the City Council public hearing for adoption of the substantial amendment to approve the HOME-ARP Funding Allocation Plan was held on June 2, 2022. Describe any efforts to broaden public participation: The City of Clearwater published public notices for the NAHAB and City Council public hearings in an effort to broaden public awareness and participation in the development of the allocation plan. A 15-day public comment period is required; however, city is holding a 30-day public comment period to allow more time for citizens to review the plan and provide comment. Additionally, the city followed its citizen participation plan, which guides all public participation efforts in a manner that promotes transparency and encourages active participation from residents, especially those qualifying populations. A PJ must consider any comments or views of residents received in writing, or orally at a public hearing, when preparing the HOME-ARP allocation plan. Summarize the comments and recommendations received through the public participation process: [To be inserted upon completion of public outreach efforts] Summarize any comments or recommendations not accepted and state the reasons why: All comments and recommendations were accepted and considered in the development of this allocation plan. 5 Needs Assessment and Gaps Analysis PJs must evaluate the size and demographic composition of qualifying populations within its boundaries and assess the unmet needs of those populations. In addition, a PJ must identify any gaps within its current shelter and housing inventory as well as the service delivery system. A PJ should use current data, including point in time count, housing inventory count, or other data available through CoCs, and consultations with service providers to quantify the individuals and families in the qualifying populations and their need for additional housing, shelter, or services. The PJ may use the optional tables provided below and/or attach additional data tables to this template. 6 OPTIONAL Homeless Needs Inventory and Gap Analysis Table Homeless Current Inventory Homeless Population Gap Analysis Family Adults Only Vets Family HH (at least 1 child) Adult HH (w/o child) Vets Victims of DV Family Adults Only # of Beds # of Units # of Beds # of Units # of Beds # of Beds # of Units # of Beds # of Units Emergency Shelter 380 94 764 N/A 11 Transitional Housing 87 35 199 N/A 55 Permanent Supportive Housing 336 88 1,266 N/A 934 Other Permanent Housing N/A N/A N/A N/A Sheltered Homeless 114 1,058 215 99 Unsheltered Homeless 4 786 50 85 Current Gap N/A N/A N/A N/A Suggested Data Sources: 1. Point in Time Count (PIT); 2. Continuum of Care Housing Inventory Count (HIC); 3. Consultation OPTIONAL Housing Needs Inventory and Gap Analysis Table Non-Homeless Current Inventory Level of Need Gap Analysis # of Units # of Households # of Households Total Rental Units 20,029 Rental Units Affordable to HH at 30% AMI (At-Risk of Homelessness) 600 Rental Units Affordable to HH at 50% AMI (Other Populations) 1,815 0%-30% AMI Renter HH w/ 1 or more severe housing problems (At-Risk of Homelessness) 2,855 (standard housing problems, not severe) 30%-50% AMI Renter HH w/ 1 or more severe housing problems (Other Populations) 2,150 (standard housing problems, not severe) Current Gaps N/A Suggested Data Sources: 1. American Community Survey (ACS); 2. Comprehensive Housing Affordability Strategy (CHAS) 7 Describe the size and demographic composition of qualifying populations within the PJ’s boundaries: Populations At-Risk of Homelessness & Other Populations Requiring Supportive Services for Homelessness Prevention According to the FY 2021 Low- and Moderate-Income Summary Data, there are approximately 60,520 low- and moderate-income individuals within the City of Clearwater. This represents over 52% of the total population, based on the 2016-2020 American Community Survey. Of the city’s 115 Block Groups, 42 Block Groups are characterized as having more than 51.00% of its population designated as low- and moderate-income. This suggests that a significant percentage of Clearwater’s population has an income of less than 80% AMI and may be at increased risk of homelessness or in need of additional supportive services and assistance to prevent homelessness and housing instability. According to 2011-2015 CHAS, There are 460 low- and moderate-income households (<80% AMI) that experience crowding of more than 1 person per room. Additionally, there are 3,115 households in the 0-30% AMI income group that are experiencing cost burden greater than 30%, and 2,755 households in the 0-30% AMI group that are experiencing cost burden greater than 50%. Due to crowding, income levels, and cost burdens, the households within these groups are at risk of homelessness. Homeless Populations Homelessness affects all races and ethnicities; however, in Clearwater, white and black individuals are most impacted by homelessness. Of the 2,226 homeless individuals counted in the 2020 Point-In-Time counts for the continuum of care, 1,380 (nearly 62%) individuals were white, and 719 (over 32%) of individuals were black. The remaining 6% of homeless individuals identified as other minority races. Only about 7.6% of the total counted homeless population identified as Hispanic or Latino. More than 83% of all homeless individuals counted were adults in households without children. There were 350 (nearly 16%) homeless individuals counted in households with children, and 22 homeless individuals counted in households that contained only children (under the age of 18). Victims of Domestic Violence, Dating Violence, Sexual Assault, Stalking, or Human Trafficking In total, 184 (about 8%) homeless individuals counted identied themselves as victims of domestic violence. According to the Florida Department of Law Enforcement, there were 6,111 domestic violence offenses in Pinellas County alone in 2020. There were also 450 reports of rape in Pinellas County for the same year. Considering that Clearwater makes up approximately 12% of the total population in Pinellas County, it can be assumed that there are at least 733 domestic violence offenses and at least 54 reports of rape that can occurred within Clearwater. Vicitms of these crimes are susceptible to homelessness and housing insecurity. 8 Veteran Populations The 2020 homeless Point-In-Time count identifies 265 homeless veterans, representing about 12% of the homeless population. According to the 2019 Homeless leadership Alliance HMIS report for the 1-year period between January 1, 2019, and December 31, 2019, it is estimated that there are 969 veterans experiencing homelessness each year and 518 veterans becoming homeless each year within the St. Petersburg, Clearwater, Largo/Pinellas County Continuum of Care. It can be assumed that there are nearly 1,500 veterans who experience or become homeless each year in Pinellas County, suggesting that about 180 veterans in Clearwater alone experience or become homeless each year. Describe the unmet housing and service needs of qualifying populations, including but not limited to: • Sheltered and unsheltered homeless populations; • Those currently housed populations at risk of homelessness; • Other families requiring services or housing assistance or to prevent homelessness; and, • Those at greatest risk of housing instability or in unstable housing situations: The 5-year consolidated plan identifies priorities related to persons experiencing homelessness. Among these needs are substance abuse and behavioral/metal health services, services for homeless youth and youth aging out of foster care, homeless facilities and shelters, and case management. While there are existing shelters and supportive services for those experiencing homelessness, there may be a need for additional supportive services to prevent homelessness, including transitional housing, emergency assistance and other moving assistance (rental deposit assistance, security deposit), and other rental assistance and utility assistance efforts. These efforts also contribute to the maintenance and availability of affordable housing for all income groups, especially those qualifying populations. For those non-homeless populations, additional affordable rental housing units and supportive counseling is also needed to reduce existing homelessness and prevent future homelessness. Identify and consider the current resources available to assist qualifying populations, including congregate and non-congregate shelter units, supportive services, TBRA, and affordable and permanent supportive rental housing: There is a wide array of existing homelessness prevention services available in Clearwater, including counseling, legal assistance, mortgage assistance, rental assistance, utilities assistance, law enforcement, mobile clinics, street outreach services, drug and alcohol abuse services, child care, education services, employment and employment training services, healthcare services, life skills training, mental health couneling, transportation services, and food banks. In the Clearwater area, homeless services such as emergency shelter and transitional housing are provided by churches and non-profit organizations. Some of these organizations include the Homeless Emergency Project, Inc. (Homeless Empowerment Program), Kimberly Home, Boley Centers, Hope Villages of America, Salvation Army, and Family Resources, Inc., among others. 9 To better address the needs of the area’s homeless population, the Homeless Leadership Alliance maintains an online map-based directory of emergency shelter and transitional housing services, as well as food and clothing assistance targeted to homeless persons. The database connects to the Pinellas Suncoast Transit Authority route maps. Information regarding homeless resources is also disseminated through the 2-1-1 Tampa Bay Cares, Inc. hotline. Identify any gaps within the current shelter and housing inventory as well as the service delivery system: Clearwater has a robust shelter, housing, and service delivery system for those individuals experiencing homelessness and who are at risk of becoming homeless. Some identified gaps may exist, including sufficient funding to support the volume and reach of homeless supportive services (including non-profit service providers that offer substance abuse and mental health services, services for homeless youth, and case management). The city will continue to financially support these programs, when possible, and aid in the identification of additional funding sources, and provide technical assistance to aid in the completion of grant applications. The city maintains a strong relationship with service providers, and included many of them in the consultation and production of this plan. The input received from these service providers during the consuldation process was critical to the identification of needs. Their involvement ensures successful programming ang lessens the existing gaps in providing homeless needs and other supportive services for qualifying populations. The city is very engaged with the Pinellas County Homeless Leadership Alliance, supporting the organization in the implementation of the 10-Year Plan to End Homelessness; additional, improved, and maintained coordination between these service providers, and the city would benefit those populations at risk of homelessness and those experiencing homelessness by promoting a transparent and accessible communication strategy. Improved coordination would increase the dissemination of information about critical resources and supportive services, as well as improve the quality of those services. An identified gap is the need for additional transitional or permanent supportive housing; one way to reduce this need is for the city to coordinate with the continuum of care, non-profit service providers, and other organizations to encourage the development os threse programs and these types of housing. Identify the characteristics of housing associated with instability and an increased risk of homelessness if the PJ will include such conditions in its definition of “other populations” as established in the HOME-ARP Notice: Housing with 1 or more housing problems is associated with instability. As shown in the table above, there are 5,005 households earning less than 50% AMI with at least one housing problem. Additionally, households experiencing cost burden and crowding may experiencing housing instability and be at a greater risk of homelessness. According to the 2011-2015 CHAS data, there are 460 low- and moderate-income households (<80% AMI) that experience crowding of 10 more than 1 person per room. Additionally, there are 3,115 households in the 0-30% AMI income group that are experiencing cost burden greater than 30%, and 2,755 households in the 0- 30% AMI group that are experiencing cost burden greater than 50%. Identify priority needs for qualifying populations: While there are a number of important priority needs, as listed in the city’s five-year consolidated plan, this allocation plan will focus on the priority needs listed below: 1. Affordable housing development (production of new rental units) 2. Facilities/Services for Victims of Domestic Violence (TBRA) 3. Rental Assistance 4. Homeless prevention (through diversion services, utility assistance, move-in assistance) Explain how the level of need and gaps in its shelter and housing inventory and service delivery systems based on the data presented in the plan were determined: The most recent Housing Inventory Counts (January 2021) and Point-In-Time county (January 2020) were used to develop the data presented in the tables and narrative above. The 2011-2015 CHAS and 2016-2020 American Community Survey 5-Year Estimates were used to supplement the housing inventory and point-in-time county. Based on reported numbers, there are currently sufficient shelter beds for those populations experiencing homelessness; however, it should be assumed that the reported counts for homeless populations is an undercount. There is likely a gap in affordable housing for low- and moderate-income populations earning less than 50% AMI. There are only 600 units considered affordable to extremely low income populations earning less than 30% AMI and only 1,815 rental units affordable to populations earning less than 50% AMI. This leaves 17,614 rental units that are unaffordable to over 12,000 households that earn less than 50% AMI, according to the 2011-2015 CHAS data. Additionally, over 5,000 renter households with an income less than 50% AMI live in a house with one or more housing problems. This represents over 40% of the total low-income population earning less than 50% AMI, suggesting there is a need for additional decent, affordable rental units. Gaps related to coordination and supportive services were identified using previous performance of similar programs and previously idenfitied community needs, as identified in the 2020/2021- 2024/2025 Consolidated Plan. Additionally, through the consultation process the city gauged needs and gaps based on outreach to service providers. HOME-ARP Activities Describe the method for soliciting applications for funding and/or selecting developers, service providers, subrecipients and/or contractors and whether the PJ will administer eligible activities directly: The city accepted applications for proposed projects by local developers, service providers, and nonprofit organizations on the city’s website. All proposed project applications submitted a 11 description of the organization, a project description, and requested funding amount. The City of Clearwater developed a Technical Review Committee which was comprised of city staff and local service providers. This committee reviewed all applications for their compliance with the HOME-ARP program and benefits to qualifying populations to determine which projects to allocate funding to. If any portion of the PJ’s HOME-ARP administrative funds were provided to a subrecipient or contractor prior to HUD’s acceptance of the HOME-ARP allocation plan because the subrecipient or contractor is responsible for the administration of the PJ’s entire HOME-ARP grant, identify the subrecipient or contractor and describe its role and responsibilities in administering all of the PJ’s HOME-ARP program: Not applicable. PJs must indicate the amount of HOME-ARP funding that is planned for each eligible HOME- ARP activity type and demonstrate that any planned funding for nonprofit organization operating assistance, nonprofit capacity building, and administrative costs is within HOME-ARP limits. The following table may be used to meet this requirement. Use of HOME-ARP Funding Funding Amount Percent of the Grant Statutory Limit Supportive Services $ 0.00 Acquisition and Development of Non-Congregate Shelters $ 0.00 Tenant Based Rental Assistance (TBRA) $ 623,430.00 Development of Affordable Rental Housing $ 875,000.00 Non-Profit Operating $ 0.00 0 % 5% Non-Profit Capacity Building $ 0.00 0 % 5% Administration and Planning $ 139,137.00 8.49 % 15% Total HOME ARP Allocation $ 1,637,567.00 Additional narrative, if applicable: Some projects under the Pinellas Opportunity Council, the Homeless Emergency Project, and the Society of St. Vincent DePaul may include both supportive services and tenant-based rental assistance. Per HUD guidance and communication with city staff, the city will keep record of funding that is spent as supportive services and how many households benefit from this funding. These data will be monitored for future reporting. Describe how the characteristics of the shelter and housing inventory, service delivery system, and the needs identified in the gap analysis provided a rationale for the plan to fund eligible activities: As previously identified in the above sections, the qualitative and quantitative data presented indicates a need for projects that support the identified priority needs (additional affordable housing, homeless prevention, rental assistance and related supportive services), and those that 12 close the gaps in service delivery (increased capacity for coordination, increased capacity to support homeless populations and those at risk of becoming homeless, and those in transitional housing). The following list includes descriptions of the proposed activities and their desired impact to address the gaps and priority needs: Blue Sky Communities Amount Requested: $875,000 Purpose of Funding: Allocation to support Blue Sky’s proposed project at 610 Franklin Street under partnership with the CRA. Five units will be reserved for households meeting the Qualifying Population under the HOME-ARP Program. HOPE Villages of America Amount Requested: $134,750 Purpose of Funding: Hope Villages of America's (HVA) Grace House, a family shelter facility, will provide Tenant Based Rental Assistance (TBRA) to families exiting the Grace House after the successful completion of programming, individuals served at The Haven which provides domestic violence shelter and individuals served through outreach services at both programs. Pinellas Opportunity Council Amount Requested: $100,000 Purpose of Funding: POC's Emergency Assistance Program provides financial assistance to eligible clients in need of emergency assistance with utilities, fuel oil, and rent/mortgage emergencies. POC just received a local grant through Pinellas Community Foundation for $25,000 in January 2022 to assist all age demographics in Pinellas County with rent deposits. This grant does not cover utility deposits. POC is requesting a total of $100,000 to provide these much-needed services to the Clearwater community. POC proposes to spend $70,000 in rental deposits with a max of $2,000 per household and $30,000 in utility deposits with a max of $400 per household. Homeless Emergency Project (Homeless Empowerment Program) Amount Requested: $292,500 Purpose of Funding: Through the Family Transition Program (FTP), homeless families with minor children receive temporary shelter (up to 90 days) and comprehensive supportive services. HEP is requesting HOME-ARP funds from the City of Clearwater to provide these families with one-time move-in assistance (application fee, security deposit, first months’ rent, etc.) as they exit FTP and obtain independent affordable rental housing in the community. Homeless Leadership Alliance Amount Requested: $46,180 Purpose of Funding: Clients are identified and referred to the Prevention/Diversion component of the Front Door by over 25 cross sector provider agencies, 211 Tampa Bay Cares, law 13 enforcement officers, municipalities, funders, governmental entities, faith-based groups, elected officials, self-referrals, and “word of mouth” from previous participants. Referrals are made via phone, email, HMIS, or text message. If staff determine that financial assistance is needed to prevent or divert the individual or household from entering the homeless system of care, staff has access to a flexible financial assistance account, provided that it will directly result in a housing solution. Society of St. Vincent DePaul Community Kitchen and Resource Center Amount Requested: $50,000 Purpose of Funding: SVDP’s proposed project is to expand supportive services to our homeless clients who are seeking opportunities to become self-sufficient. Grant funds will be used to expand housing assistance that positions clients for long-term success. The SVDP Housing Support program includes needs assessments, housing support (rent, utility, deposit fees), and service referrals which may include addiction recovery, mental health services, mentorship, employment readiness, and life skills training. HOME-ARP Production Housing Goals Estimate the number of affordable rental housing units for qualifying populations that the PJ will produce or support with its HOME-ARP allocation: The HOME-ARP will allocate funds to the Blue Sky Communities proposed affordable housing development. The funds will aid in the development of 5 affordable rental housing units reserved for qualifying populations, and 482 households will be assisted through rental assistance and TBRA. Describe the specific affordable rental housing production goal that the PJ hopes to achieve and describe how it will address the PJ’s priority needs: The City of Clearwater’s 2020/2021-2024/2025 Consolidated Plan identifies the goal of affordable housing, and estimates that 95 rental units will be constructed during the 5-year consolidated planning period. Together, this identified goal and the Blue Sky Communities project work towards addressing the city’s identified high priority need of new housing construction for both renters and owners. Preferences Identify whether the PJ intends to give preference to one or more qualifying populations or a subpopulation within one or more qualifying populations for any eligible activity or project: • Preferences cannot violate any applicable fair housing, civil rights, and nondiscrimination requirements, including but not limited to those requirements listed in 24 CFR 5.105(a). • PJs are not required to describe specific projects to which the preferences will apply. The City of Clearwater does not intend to give preference to one or more qualifying populations. 14 If a preference was identified, explain how the use of a preference or method of prioritization will address the unmet need or gap in benefits and services received by individuals and families in the qualifying population or category of qualifying population, consistent with the PJ’s needs assessment and gap analysis: Not applicable. If a preference was identified, describe how the PJ will use HOME-ARP funds to address the unmet needs or gaps in benefits and services of the other qualifying populations that are not included in the preference: Not applicable. HOME-ARP Refinancing Guidelines If the PJ intends to use HOME-ARP funds to refinance existing debt secured by multifamily rental housing that is being rehabilitated with HOME-ARP funds, the PJ must state its HOME- ARP refinancing guidelines in accordance with 24 CFR 92.206(b). The guidelines must describe the conditions under with the PJ will refinance existing debt for a HOME-ARP rental project, including: • Establish a minimum level of rehabilitation per unit or a required ratio between rehabilitation and refinancing to demonstrate that rehabilitation of HOME-ARP rental housing is the primary eligible activity Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. • Require a review of management practices to demonstrate that disinvestment in the property has not occurred; that the long-term needs of the project can be met; and that the feasibility of serving qualified populations for the minimum compliance period can be demonstrated. Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. • State whether the new investment is being made to maintain current affordable units, create additional affordable units, or both. Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. • Specify the required compliance period, whether it is the minimum 15 years or longer. Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. 15 • State that HOME-ARP funds cannot be used to refinance multifamily loans made or insured by any federal program, including CDBG. Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. • Other requirements in the PJ’s guidelines, if applicable: Not applicable. The City does not plan to use HOME-ARP funds to refinance existing debt secured by multi-family rental housing. One Tampa City Center 201 N. Franklin Street Suite 1350 Tampa, FL 33602 813.882.4373 888.499.9624 www.wadetrim.com Florida • Georgia • Michigan • Missouri • Nebraska New York • North Carolina • Ohio • Pennsylvania • Texas Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD 9579-22 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed 67 Kipling Plaza, Clearwater to vacate the 5-foot-wide platted Utility Easement, located on lots 1, 2, and 3, Block 44, Mandalay Sub, according to the map or plat thereof as recorded in Plat Book 14, Page 32-35, Public Records of Pinellas County, Florida, and pass Ordinance 9579-22 on first reading SUMMARY: The property owner at 67 Kipling Plaza, Clearwater, has requested that the City vacate the 5-foot-wide platted Utility Easement near the South property line. The abutting 7.5-foot alley was previously vacated. The purpose of this vacation is to provide space for pavers and a pool pump. There are no city utilities present within this easement. All private utility companies have no objection to the vacation. Staff has reviewed this vacation and have no objection. Page 1 City of Clearwater Printed on 5/26/2022 1 Ord. No. 9579-22 ORDINANCE NO. 9579-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE 5-FOOT-WIDE PLATTED UTILITY EASEMENT, LOCATED ON LOTS 1, 2, AND 3, BLOCK 44, MANDALAY SUB, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 14, PAGE 32-35, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said utility easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said utility easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A utility easement described as follows: See Exhibit “A” is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. 2 Ord. No. 9579-22 PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Mahony Rosemarie Call Senor Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0502 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Approve a Work Order to McKim and Creed, of Clearwater, Florida, for design of Drainage Channel Stabilization South of Cleveland - Hercules/Arcturas (22-0013-EN) in the amount of $249,019 pursuant to Request for Qualifications (RFQ) 26-19, Engineer of Record Consulting Services (EOR), and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater owns a series of drainage channels south of Cleveland Street (extending from Hercules to Arcturas) which are exhibiting signs of structural failure and requires the condition of these channels to be investigated to determine the need, extent and type of the stabilization measures recommended to restore the useful life of these stormwater conveyance structures. EOR McKim & Creed will provide all geotechnical and environmental assessments, sub-surface utility investigations and coordination, design and permitting as well as assist the city during the requisite community interactions. The City of Clearwater’s Stormwater Division is responsible for owning and maintaining the above referenced drainage channel. APPROPRIATION CODE AND AMOUNT: ENST180002-DSGN-PROVC $249,019 Funds are available in capital improvement project ENST180002, Allen’s Creek, to fund the work order. Page 1 City of Clearwater Printed on 5/26/2022 City of Clearwater Consultant Work Order Page 1 of 11 Revised: 10/27/2021 CONSULTANT WORK ORDER Date: 05/13/2022 1. PROJECT INFORMATION: Project Title: Channel Stabilization from Hercules Avenue to Arcturas Avenue City Project Number: 22-0013-EN City Plan Set Number: [City Plan Set Number] if applicable Consultant Project Number: [Consultant Project Number] 2. SCOPE OF SERVICES: The City of Clearwater (CITY) requires engineering services from McKim & Creed or its subconsultants (PROFESSIONAL) to evaluate and design channel stabilization for an existing channel from Hercules Avenue to Arcturas Avenue (PROJECT), north of Rainbow Drive and south of Cleveland Street in Clearwater, Florida. The PROJECT AREA is approximately 1,400 feet by 100 feet centered over the existing ditch and excludes the road rights-of-way and cross drainage features for Arcturas, Meteor, Comet, Aurora, and Hercules Avenues. The PROJECT AREA is composed of four major segments between the following avenues: 1. Hercules to Aurora 2. Aurora to Comet 3. Comet to Meteor 4. Meteor to Arcturas INFORMATION PROVIDED BY THE CITY The CITY will provide the following data: • GIS Data (Utilities, Drainage, Buildings) • CAD Standards (Templates) • Standard Details (available online) • Standard Construction Documents and Specifications (available online) CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 2 of 11 Revised: 10/27/2021 I. PRE-DESIGN PHASE: TASK 1. PROJECT MANAGEMENT AND QUALITY CONTROL A. Project Management The PROFESSIONAL will manage the Project and provide regular updates to the CITY via email of the PROJECT’s progress. Deliverables: Emails and Progress Invoices B. Meetings The PROFESSIONAL will meet with the CITY as follows: • Kickoff Meeting • Basis of Design Report Submittal • Channel Stabilization Alternative Selection • 60% Plans Submittal• 90% Plans Submittal • 100% Final Plans Submittal Deliverables: Meeting Minutes C. Quality Assurance Review The PROFESSIONAL will review deliverables prior to submittals and provide documentation of revisions and outstanding issues which may remain in the submittal. Deliverables: Submittal Memorandum, Scanned Markups D. Public Involvement The PROFESSIONAL will prepare exhibits, a PowerPoint presentation, and attend up to two (2) public involvement meetings scheduled by the CITY. The CITY will provide venue and advertise public meeting. Deliverables: Up to 36” x 24” Exhibits, PowerPoint Presentation CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 3 of 11 Revised: 10/27/2021 TASK 2. PROJECT RESEARCH A. Project Research The PROFESSIONAL will review information publicly available and provided by the CITY. The PROFESSIONAL will review publicly available Watershed Model for Allen Creek (SWFWMD, 2015). Deliverable: Memorandum of Research B. Environmental Services The PROFESSIONAL will delineate wetlands in accordance with 62-340 FAC. The PROFESSIONAL will prepare permitting application and documentation for the support of an ERP and 404 applications, respond to up to two (2) requests for additional information (RAIs). The PROFESSIONAL will meet with SWFWMD/FDEP staff to review wetland delineation. Deliverable: Wetland Delineation Coordinates (electronic only), Conceptual and Construction ERP Permit Application C. Geotechnical Investigations The PROFESSIONAL will perform the following tests at accessible and relevant locations inside the Project Area: • Up to eight (8) Standard Penetration Tests (SPTs) • Up to sixteen (16) Hand Augers • Test Pits for undisturbed samples • Laboratory Tests (varies) Deliverable(s): Geotechnical Report (PDF, Signed/Sealed) D. Survey The PROFESSIONAL will prepare a topographic, boundary (including drainage and utility easements), and tree (diameter at breast height, location, and approximate species) survey from the center line of Hercules Avenue to the western right-of-way line of Arcturas Avenue, approximately 1,400-feet long, 100-feet wide (50-feet north and south of the apparent center of the channel). The PROFESSIONAL will locate all above grade features, trees, grade breaks, ground elevations, structures, pavement, curbs, storm sewers, sanitary sewers, water main valves, fire hydrants, and so on. The PROFESSIONAL will survey the channel section, that is the top-of-banks, toes-of-slope, flowline (if apparent), CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 4 of 11 Revised: 10/27/2021 every 50-feet along the channel, at significant changes in geometry, and immediately upstream and downstream of culverts associated with roadway crossings. The PROFESSIONAL will set control (horizontal and vertical) in adjacent road rights-of-way. Deliverable(s): Topographic and Boundary Survey (PDF, Signed/Sealed), AutoCAD File (DWG, 2018), Title Search Documentation E. Subsurface Utility Exploration The PROFESSIONAL will determine test hole locations based on Design Ticket (Sunshine One-Call) or CITY provided information. The PROFESSIONAL will perform up to ten (10) test holes. The PROFESSIONAL will not provide Maintenance of Traffic for any test hole as all potential test locations will be outside of road rights-of-way. All test holes will be in grass or similar easily excavated soft material. F. Tree Assessment The PROFESSIONAL will review and assess the condition of trees in or adjacent to or likely impacted by the proposed channel stabilization. Species, assessment rankings (per the CITY’s standards), and size will be prepared. Deliverable(s): Tree Assessment Report II. DESIGN PHASE (if applicable): TASK 3. PROJECT PROFESSIONAL SERVICES A. Basis of Design Report The PROFESSIONAL will prepare a Basis of Design Report for potential channel stabilization approaches (up to three per segment). The PROFESSIONAL will rank the alternatives per segment based on cost, performance, maintenance, and impact. Deliverable(s): Basis of Design Report (PDF, Signed/Sealed) B. Utility Coordination CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 5 of 11 Revised: 10/27/2021 The PROFESSIONAL will contact Sunshine One-Call for a design ticket to identify utilities within the PROJECT AREA. The PROFESSIONAL will submit Construction Plans to Utility Owners for coordination. The PROFESSIONAL will review information provided by Utility Owners and revise plans or coordinate utility adjustments as appropriate. Deliverable(s): Sunshine One-Call Design Ticket, Utility Coordination Submittals (60%, 90%, and 100%/Final), Responses from Utility Owners C. Channel Stabilization Design Channel Stabilization Designs will be prepared by the PROFESSIONAL for alternative(s) selected by the CITY. Deliverable(s): Construction Plans (as defined on Task 4). D. Permitting The PROJECT is located within the regulatory jurisdiction of City of Clearwater (CITY), the Southwest Florida Water Management District (SWFWMD), and Florida Department of Environmental Protection (FDEP). The PROFESSIONAL will prepare for and attend one Pre-Application meeting with the SWFWMD Environmental Resource Permit (ERP) and FDEP (404). The PROFESSIONAL will prepare conceptual ERP and 404 applications of the proposed improvements from east to west in order Segment 1 then Segment 2 then Segment 3 and lastly Segment 4. The PROFESSIONAL will prepare draft applications for the CITY to sign. The CITY will pay all permit review fees directly. The PROFESSIONAL will submit permit materials and manage communication to and from the regulatory agencies. The PROFESSIONAL will prepare revised Allen Creek Watershed Model or submodel for each phase (Segment 1, Segments 1+2, Segments 1+2+3, and Segments 1+2+3+4). Drainage Report prepared by the PROFESSIONAL will include: • summary of revisions, CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 6 of 11 Revised: 10/27/2021 • existing conditions, • proposed conditions, • results comparison, Deliverable(s): Pre-Application Meeting Materials, Pre-Application Meeting Minutes, Drainage Report, Conceptual ERP Application, Major Modification ERP Application Sections (A, C, E), Conceptual 404 Application Materials, Major Modification 404 Application, Responses for Request for Additional Information, Responses for Request for Clarification of Information Received III. FINAL DESIGN PHASE (if applicable): TASK 4. PLANS PRODUCTION The PROFESSIONAL will prepare construction plans for the selected channel stabilization alternatives. The PROFESSIONAL will prepare phased plans for allowing the construction of individual segments, starting with Segment 1. This is not separate construction plans for each segment. A. 60% Plans Preparation The PROFESSIONAL will prepare Construction Plans with the following sheets: • Cover Sheet • General Notes • Drainage Map • Typical Sections • Key Sheet (with Project Layout & Control) • Plan & Profile for Segment 1 • Plan & Profile for Segment 2 • Plan & Profile for Segment 3 • Plan & Profile for Segment 4 • Cross Sections (5) • Details (4) CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 7 of 11 Revised: 10/27/2021 Construction Plans set is approximately 18 sheets. Deliverable(s): Responses to CITY’s Comments, 60% Construction Plans (PDF), Engineer’s Opinion of Probable Construction Cost (EOPCC), QA/QC Documents B. 90% Plans Preparation The PROFESSIONAL will prepare revised Construction Plans, incorporating the CITY’s comments. The PROFESSIONAL will prepare draft Special Technical Specifications in Master Format style, referencing or replacing the CITY’s Standard Technical Specifications as appropriate. Deliverable(s): Responses to CITY’s Comments, 90% Construction Plans (PDF), EOPCC, QA/QC Documents, Draft Special Technical Specifications (if necessary) C. 100%/Final Plans Preparation The PROFESSIONAL will prepare revised Construction Plans, incorporating the CITY’s comments. The PROFESSIONAL will prepare Special Technical Specifications in Master Format style, referencing or replacing the CITY’s Standard Technical Specifications as appropriate. Deliverable(s): Responses to CITY’s Comments, 100%/Final Construction Plans (PDF, Signed/Sealed), EOPPC, QA/QC Documents, Final Special Technical Specifications (if necessary) IV. BIDDING PHASE (if applicable): There are no proposed services for Bidding Phase. V. CONSTRUCTION PHASE (if applicable): There are no proposed services for Construction Phase. 3. PROJECT GOALS: The City of Clearwater (CITY) requires engineering services to evaluate and design channel stabilization for an existing channel (PROJECT) from Hercules Avenue to Arcturas Avenue north of Rainbow Drive and south of Cleveland Street in Clearwater, Florida. The deliverables for associated tasks are listed above. CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 8 of 11 Revised: 10/27/2021 4. FEES: See Attachment “A” This price includes all labor and expenses anticipated to be incurred by McKim & Creed for the completion of these tasks in accordance with Professional Services Method “A” Cost Times Multiplier, for a fee not to exceed Two Hundred Forty-Nine Thousand and Nineteen Dollars ($ 249,019). Permit fees will paid by the City. 5. SCHEDULE: Insert a discussion of the schedule, including milestones, and critical events The project is to be completed in approximately 7 months from issuance of notice-to- proceed. The project deliverables are to be phased as follows: Basis of Design Report: 42 calendar days Permit Applications: 106 calendar days 60% Construction Plans: 167 calendar days 90% Construction Plans: 197 calendar days Final Construction Documents: 222 calendar days 6. STAFF ASSIGNMENT: The PROFESSIONAL’s staff assignments are: Colin Miller, PE, PMP = Engineer-of-Record and Project Manager Regina Viviano, EI = Project Engineer, Designer Earth Resources = Environmental Services Driggers Engineering Services = Geotechnical Northwest Surveying Inc. = Survey McKim & Creed SUE = Subsurface Utility Exploration Applied Sciences = Permitting and Drainage Modeling Expert Tree Consultant = Tree Assessment The CITY’s staff assignments are: Roger Johnson, Stormwater Engineering Manager David Ojeda – City’s Project Manager. Bradley Hamilton, Senior Stormwater Engineering Specialist. CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 9 of 11 Revised: 10/27/2021 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: The Project Manager for McKim & Creed will be: Colin Miller, PE, PMP All City project correspondence shall be directed to: David Ojeda – City’s Project Manager. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: _____________________________ For work performed, invoices shall be submitted monthly to: ATTENTION: LELAND SIVANISH, SENIOR ACCOUNTANT CITY OF CLEARWATER, ENGINEERING DEPARTMENT 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. 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 Hourly Rate. 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 Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 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: CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 10 of 11 Revised: 10/27/2021 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. 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 following services, unless described above in the Scope of Services, are not included and, if required, will be provided by the CITY, other design professionals or PROFESSIONAL under separate contract. ● Permit Fees (any kind) ● Title Search (other than for Drainage and Utility Easements) ● Internal Inspection of Sewers (including televised inspection) CONSULTANT WORK ORDER Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order Page 11 of 11 Revised: 10/27/2021 ● Internal Inspection of Roof Drainage Systems (including televised inspection) ● Wildlife Investigation ● Historic Preservation Research ● Contamination Investigation ● Landscape Architecture Services (any kind) ● Hardscape Design ● Irrigation Design ● Site Photometric Lighting Plan ● Structural Engineering (other than included above for channel stabilization) ● Planning Services (any kind) ● Fire Design ● National Pollution Discharge Elimination System (NPDES) Permitting ● Army Corps of Engineers (ACOE) Permitting ● Federal Emergency Management Agency (FEMA) Letter(s) of Map Amendment ● Expert Testimony ● Post-Design or Bidding Services ● Services During Construction ● Post-Construction Services, Engineering Certification ● Maintenance of Traffic ● Public Meeting Advertisement ● Public Meeting Venue Cost 13. SIGNATURES: PREPARED BY: APPROVED BY: [Printed Name] Tara Kivett, P.E. [Title] City Engineer [Firm] City of Clearwater Date Date ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 2 Revised: 10/27/2021 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1 Pre-Design 1A Project Management 4,500 4,500 1B Meetings (up to 5) 11,900 11,900 1C QA/QC 6,200 6,200 1D Public Involvement 8,920 8,920 Pre-Design Total: 31,520 2 Design 2A PROJECT RESEARCH 2,020 2,020 2B ENVIRONMENTAL SERVICES 16,903 16,903 2C GEOTECHNICAL INVESTIGATION 14,748 14,748 2D SURVEY 20,090 20,090 2E SUE 14,496 14,496 2F TREE ASSESSMENT (REVIEW OF DATA PROVIDED BY OTHERS) 4,585 4,585 3A BASIS OF DESIGN 16,200 16,200 3B UTILITY COORDINATION 1,385 1,385 3C CHANNEL STABILIZATION 11,100 11,100 3D PERMITTING 40,433 40,433 Design Total: 141,960 4 Final Design 4A 60% Construction Documents 25,200 25,200 4B 90% Construction Documents 13,725 13,725 4C 100%/Final Construction Documents 8,200 8,200 Final Design Plans and Specifications Total: 47,125 5 Bidding Phase Services N/A – Services Not Provided N/A 0 0 Permitting Services Total: 0 6 Construction Phase Services N/A – Services Not Provided N/A 0 0 Construction Phase Services Total: 0 SUBTOTAL, LABOR AND SUB-CONTRACTORS: 220,605 7 Permit Fees Estimates 3,276 8 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) 2,500 9 Contingency 10% 22,638 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order – Project Fees Table Page 2 of 2 Revised: 10/27/2021 GRAND TOTAL: 249,019 Contingency (10%) ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES Channel Stabilization from Hercules Avenue to Arcturas Avenue McKim & Creed 22-0013-EN City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 10/27/2021 CONSULTANT WORK ORDER CITY DELIVERABLES 14. 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. 15. 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. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0513 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Customer Service Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Devtech Sales Inc., of Avon Park, FL, for the purchase of Itron equipment and accessories for water and gas meter reading activities in an amount of $135,805.00, pursuant to Clearwater Code of Ordinances Section 2.53 (1)(d), Non-competitive purchases (Impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Utility Customer Service (UCS) and Clearwater Gas Systems (CGS) utilizes computer devices (handhelds) during the monthly readings of the City’s nearly 60,000 water and gas meters. These devices record and organize usage data that is gathered in the field to be downloaded in the City’s billing software which subsequently generates monthly bills. The current FC300 devices used by both UCS and CGS have reached end of life, December 2021 and the maintenance agreements for these devises will terminate. There is no offer for extended repairs to the current hardware. Devtech is the sole source provider for Itron gas ERTs, handhelds and other equipment already installed on the City’s meters. For that reason, it is impractical to bid. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project 94829, CIS Upgrades to fund this purchase USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/26/2022 Quote #JPH-22322-01D Quotation Rev. 8 Date 2/24/22 Devtech Sales, Inc.local 863.453.5959 118 South Lake Avenue 800.366.9041 Terms NET 30 Avon Park, FL 33825-3902 fax 863.453.0492 www.devtechsales.com info@devtechsales.com Prices FOB Origin To:Mrs. Cynthia Boyd Delivery 6-8 weeksClearwater Gas 711 Maple Street Phone #(727) 224-7435 Clearwater, FL 33765 jade.weppler@myclearwater.com Fax # We are pleased to quote the following:Reference # Item Quantity Description Unit Price Total Customer Service Handhelds A 11 Itron CN80 handheld, 4GB RAM & 32GB memory, numeric $3,050.00 $33,550.00 keypad, barcode scanner, 13 megapixel camera, WLAN & WWAN, Bluetooth v5.0 & BLE, Android7+ Google mobile service, no client pack, non-incendive, FCC PN# CN80-L1N-5EC111F B 2 Itron MC4Core mobile collection system without laptop $21,060.00 $42,120.00 25,000-100,000 endpoints PN# MC4Core with No Computer C 4 Itron CN80 four bay charging base, capable of supporting $810.00 $3,240.00 Ethernet comms, includes power supply and USA power cord PN# CN80-NB-CNV-1 Gas Department Handhelds D 3 Itron CN80 handheld, 4GB RAM & 32GB memory, numeric $3,050.00 $9,150.00 keypad, barcode scanner, 13 megapixel camera, WLAN & WWAN, Bluetooth v5.0 & BLE, Android7+ Google mobile service, no client pack, non-incendive, FCC PN# CN80-L1N-5EC111F E 1 Itron Mobile Drive-by subscription for 25,001-50,000 Endpoints $3,470.00 $3,470.00 PN# IMA D-DD-SUB-ED F 7 Itron Mobile Radio 2 W/USB cable and charger $2,525.00 $17,675.00 PN# IMR-0902-003 G 14 CN80, Complete Service, 2 Day Turn, 5 Year $1,900.00 $26,600.00 P/N: SVCCN80-MAINTS (John Paul Heston) / Accepted By: Prices quoted above are current prices in effect and are subject to acceptance within 30 days from the above date, and are firm on an order resulting from this quote scheduled to ship within 60 days from date of order entry. All items quoted will be produced in strict accordance to any Government Regulation in effect including Fair Labor-Standards Act, OSHA, and Equal Employment Opportunity Executive orders. Delivery schedules are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Quoted By: Electric / Gas / Water Information collection, analysis and application 2111 N. Molter Rd., Liberty Lake, WA 99019 509.924.9900 Tel 509.891.3355 Fax www.itron.com May 3, 2022 Ms. Cynthia Boyd Director, Utility Customer Service City of Clearwater 400 N. Myrtle Ave. Clearwater, FL 33755 Dear Cynthia, The purpose of this letter is to inform the City of Clearwater Gas Department that DevTech Sales, Inc. is the sole source provider for Itron gas ERT’s, Itron Mobile Reading Equipment, Handhelds, and accessories for Itron natural gas AMR/AMI systems. Itron and DevTech would like to thank Clearwater Gas for your business and if you require additional information, please do not hesitate to reach to me. Regards, Tracy Wright Channel Sales Manager Itron, Inc. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0452 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve a Purchase Order with Polydyne Inc., of Riceboro, GA, for polymer to be used at the City’s three Wastewater Reclamation Facilities in the annual not-to-exceed amount of $500,000.00 with the option for two, one-year renewal options in accordance with Clearwater Code of Ordinances Section 2.563(1)(d), Non-competitive purchases (Impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Polydyne, Inc. is the sole manufacturer and supplier of Clarifloc SE-792 and Clarifloc SE-1504 which are specific polymers used at the City's three Water Reclamation Facilities (WRFs) to thicken biosolids and reduce the amount of water in the final dewatered cake, thereby reducing hauling and disposal costs. Biosolids must be processed daily at all three WRFs to meet Florida Department of Environmental Protection (FDEP) permit requirements. In 2011, the City entered into a Performance Based Contract (PBC) with Siemens Industry, Inc. that included the installation of centrifuge dewatering devices replacing existing, outdated, and inefficient belt filter presses. The centrifuges are now operational. The Siemens-managed Polymer testing was performed as part of that project. Testing allowed the City to find the most efficient polymer. Over time our machinery has been configured and fine -tuned to dose a certain amount of these specific polymers. Concurrent to Council’s approval of this proposed contract, Public Utilities intends to start re-testing and re-evaluating alternative polymers. It is the recommendation of Public Utilities staff to continue using the tested and proven polymer from Polydyne, Inc., as impractical to bid pursuant with City Code 2.563 (1)(d) non-competitive purchases (Impractical). The current contract with Polydyne, Inc. expires on June 30, 2022. Polydyne, Inc. has increased their prices from the current contract price of $1.21 per pound to $1.55 per pound for the initial term of July 1, 2022 - June 30, 2023. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available in Public Utilities operating cost centers 551700 Bulk Chemicals to cover the cost of the contract for FY22. Future fiscal year budgets will include funding for these expenses. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 5/26/2022 polydyne.snf.com SNF Polydyne • 1 Chemical Plant Road • Riceboro, GA 31323 USA • Tel 800.848.7659 March 2, 2022 Ms. Christina Goodrich City of Clearwater 1605 Harbor Drive Clearwater, FL 33755 RE: CLARIFLOC SE-792 and CLARIFLOC SE-1504; Polymer Quotation and Sole Source Dear Ms. Goodrich: Please allow this letter to serve your needs in defining Polydyne Inc. as the sole source manufacturer and supplier of CLARIFLOC™ SE-792 and CLARIFLOC™ SE-1504. These are proprietary products and CLARIFLOC™ is Polydyne’s trademark. No other vendor is authorized to supply these products. Polydyne Inc. is pleased to offer the following price quotation: PRODUCT UNIT PRICE PACKAGE CLARIFLOC™ SE-792 $1.55/LB. DELIVERED 2300 LB. TOTES CLARIFLOC™ SE-1504 $1.55/LB. DELIVERED 2300 LB. TOTES Quotation Period: Prices shall remain firm for the period July 1, 2022 through June 30, 2023. Payment Terms: Net 30 days – No Discounts Thank you for your business. If you have any questions or need any additional information, please feel free to contact Chris Cherp, Technical Sales Representative, at (941) 961-3998. Orders may be placed online at: www.polydyneinc.com/polydyne-online-order-form/ or through our Customer Service Department. Your Customer Service Representative is Heather James. You can reach Heather by calling (800) 848-7659, Ext. 8735, or by email to hjames@snf.com. Best regards, Boyd Stanley Sr. Vice-President CERTIFICATE OF LIABILITY INSURANCE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y IEPICB5ZFB002 12/31/2021 12/31/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $500,000 MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT LOC OTHER: PRODUCTS - COMP/OP AGG $2,000,000 $ B AUTOMOBILE LIABILITY Y 10ABR30602 12/31/2021 12/31/2022 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON-OWNED AUTOS BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ $ A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE IEELCASB5ZFD002 12/31/2021 12/31/2022 EACH OCCURRENCE $5,000,000 X AGGREGATE $5,000,000 DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 10WNR30600 12/31/2021 12/31/2022 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 A POLLUTION LIABILITY Y IEPICB5ZFB002 12/31/2021 12/31/2022 LIMIT: $1,000,000 DEDUCTIBLE; $250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Clearwater is included as Additional Insured as required by contract and subject to the policy terms conditions and exclusions. EXCESS POLICY PROVIDES EXCESS COVERAGE AFTER $1M POLLUTION LIABILITY 30 DAY CANCELLATION CLAUSE INCLUDED CERTIFICATE HOLDER CANCELLATION ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Clearwater 1605 Harbor Drive Clearwater, FL 33755 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 14 DATE (MM/DD/YYYY) 12/21/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone No.: (212) 488-0200 Fax No.: (212) 488-0220 EPIC Insurance Brokers & Consultants 350 Hudson Street – 4th Floor New York, NY 10014 CONTACT NAME: Laura Alvarez PHONE (A/C, No, Ext): 212.488.0427 FAX A/C, No): 212.488.0220 E-MAIL laura.alvarez@epicbrokers.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: IRONSHORE SPECIALTY INSURANCE COMPANY 25445 INSURED Polydyne Inc. One Chemical Plant Road PO Box 250 Riceboro GA 31323 INSURER B: HARTFORD FIRE INSURANCE COMPANY 19682 INSURER C: HARTFORD ACCIDENT AND INDEMNITY COMPANY 22357 INSURER D: INSURER E: INSURER F: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0472 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Authorize purchase orders to Tampa Armature Works, Inc. (TAW) of Orlando, FL, and CEC Motor and Utility Services, LLC of Palmetto, FL for electric motor repair, replace and rewinding services, in a cumulative annual not-to-exceed amount of $200,000.00 for the initial term of July 28, 2022 through July 27, 2023, with the option for three, one-year renewal options, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative purchasing, and authorize the appropriate officials to execute same. (consent) SUMMARY: Public Utilities is requesting purchase orders for the repair and maintenance of electric motors and pumps at the Wastewater Treatment Facilities (WRFs), associated lift stations and Reverse Osmosis (RO) Water Plants. The water and wastewater utilities utilize a variety of electric motors and pumps throughout the treatment facilities and systems. These motors and pumps are critical to the operation of the water and wastewater systems and serve many functions. As motors and pumps age, they require periodic service and repair. Additionally, in many instances motors and pumps can be rebuilt as they age to extend the service life of the asset and defer the need for procurement of new equipment. The purpose of these contracts will be to have service available to ensure the proper and expedient repair of electric motors and pumps in the water and wastewater facilities and lift stations. There was considerable variation in the bid prices for many of the line items, with each of the bidders having relatively better prices in various areas. The City of Tarpon Springs contracted with the three lowest bidders. Public Utilities is already contracted with Mader Electric Motors, but to ensure availability of service for critical infrastructure, seek to add TAW and CEC to the list of vendors for these services. This is to ensure that the City will be able to procure the best prices for individual services and that service will be available in the event of an emergency. Public Utilities is requesting authorization to piggyback off of the City of Tarpon Springs, contract #210162-B-JL, electric motor replace, repair and rewinding services which expires on July 27, 2023, with the option of three, one-year renewal options. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY22 are available in Public Utilities’ cost centers, cost code 550400 Operating Supplies and Materials and 546200 Equipment Repairs & Maintenance. Funding for future years will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 5/26/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0518 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 5.3 SUBJECT/RECOMMENDATION: Approve a purchase order to Ring Power Corporation of St. Augustine, FL for automatic transfer switches maintenance and related services in an annual not-to-exceed amount of $200,000.00 for an initial period of one year, with the option for two, one-year renewals, pursuant to Invitation to Bid (ITB) 09-22 and authorize the appropriate officials to execute same. (consent) SUMMARY:  Automatic Transfer Switches (ATS) maintenance and service are required to maintain the efficient operation of the Public Utilities’ ATS systems. Invitation to Bid #09-22, Automatic Transfer Switches Maintenance and Related Services, was released on March 25, 2022, to fulfill the requirements for an annual ATS maintenance and service contract for the City of Clearwater’s Public Utilities Department. The City’s ATSs service various water, wastewater, and reclaimed water treatment and pumping facilities on a continual 24-hour basis.  One submission was received on April 26, 2022. Public Utilities completed an evaluation and determined that Ring Power Corporation is a responsible bidder and is responsive to the requirements of the City. For these reasons the Public Utilities Department is recommending award to Ring Power Corporation.     Public Utilities estimates the annual expense of this contract at $200,000.00 and will ensure that all requirements, including insurance, are met and an approved purchase order is in place prior to initiating services with the vendor.    APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY22 are available in Public Utilities cost centers, cost code 550400 Operating Supplies and Materials, and 546200 Equipment Repairs & Maintenance. Funding for future years will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 5/26/2022 1) Ring Power Corporation, dba Ring Power Lift Truck; Ring Power Crane; Power Systems 500 World Commerce Parkway St. Augustine, FL 32092 813-671-3700 ADVERTISED: TAMPA BAY TIMES 3/30/2022 POSTED:myclearwater.com 3/25/2022 FOR THE CITY OF CLEARWATER Due/Opening: APRIL 26, 2022; 10:00 a.m. INVITATION TO BID No. 09-22 AUTOMATIC TRANSFER SWITCHES MAINTENANCE AND RELATED SERVICES Solicitation Response Listing v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #09-22 Automatic Transfer Switches Maintenance and Related Services March 25, 2022 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, April 26, 2022, to provide Automatic Transfer Switches Maintenance and Related Services. Brief Description: The City of Clearwater is soliciting sealed bids for the annual inspections, service and repair, and emergency services of Automatic Transfer Switches for the Public Utilities Department on an as-needed basis. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Scott Burrows Procurement Analyst Eryn.Berg@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS ATS Maintenance & Related Services 2 ITB #09-22 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: April 26, 2022 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary INSTRUCTIONS ATS Maintenance & Related Services 3 ITB #09-22 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. 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. INSTRUCTIONS ATS Maintenance & Related Services 4 ITB #09-22 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. 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, INSTRUCTIONS ATS Maintenance & Related Services 5 ITB #09-22 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 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. 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 ATS Maintenance & Related Services 6 ITB #09-22 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 Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: 3/25/22 Advertise Tampa Bay Times: 3/30/22 Bids due: 4/26/22 Review bids: 4/27/22 – 5/4/22 Award recommendation: 5/5/22 Council authorization: 6/2/22 Contract begins: June 2022 STANDARD TERMS AND CONDITIONS ATS Maintenance & Related Services 7 ITB #09-22 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 ATS Maintenance & Related Services 8 ITB #09-22 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 ATS Maintenance & Related Services 9 ITB #09-22 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 ATS Maintenance & Related Services 10 ITB #09-22 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. 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 STANDARD TERMS AND CONDITIONS ATS Maintenance & Related Services 11 ITB #09-22 including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with the City’s Purchasing Policy and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 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. STANDARD TERMS AND CONDITIONS ATS Maintenance & Related Services 12 ITB #09-22 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. 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 STANDARD TERMS AND CONDITIONS ATS Maintenance & Related Services 13 ITB #09-22 cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). STANDARD TERMS AND CONDITIONS ATS Maintenance & Related Services 14 ITB #09-22 S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS ATS Maintenance & Related Services 15 ITB #09-22 1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of Florida and the third largest city in the Tampa Bay region with an estimated 117,800 residents. Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas County annually and was selected as the “Number One Beach in America” in the 2018 and 2019 TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both domestic and international publications. An ideal year-round destination for travelers of all ages and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent draw for visitors and is nationally recognized for its groundbreaking work in marine rescue, rehabilitation, and release. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community. 2. PURPOSE. The purpose of this solicitation is to fulfill the requirements for an annual Automatic Transfer Switches (ATS) maintenance and service contract for the City of Clearwater’s Public Utilities Department. These services are required to maintain the efficient operation of the Public Utilities’ ATS systems. The City’s ATSs service various water, wastewater, and reclaimed water treatment and pumping facilities on a continual twenty-four (24) hour basis. The City’s ATSs range from 225 Amperes up to 3000 Amperes and are of various makes/models. Refer to Exhibit A_Items_Assets Reference Material for a complete list of the ATSs covered under this contract. 3. SCOPE OF WORK. Upon award, the Contractor shall visit all the ATS sites listed in Exhibit A_Items_Assets Reference Material to perform an annual inspection, preventive maintenance, and testing of all ATSs. All work is to be performed in a safe and professional manner and the work area must be left in the original condition. The Contractor shall provide a schedule for Public Utilities’ review and approval twenty (20) business days prior to scheduling any services at City facilities. Additional site visits shall be coordinated with authorized Public Utilities staff. All work completed under this contract shall be based upon the BID PRICING form submitted by the Contractor on page 23. A. Annual Inspections ATS annual inspections shall be completed within a two (2) month period, same cycle, each year of this contract. During the annual inspection, the Contractor will perform preventive maintenance work and identify any necessary repairs outside of regular preventative maintenance. All repairs and recommended improvements identified as a result of an annual inspection shall be documented and shall include a cost estimate to complete. These repairs shall be performed as either a scheduled service repair or an emergency repair, depending on the severity, as mutually agreed upon by Contractor and authorized Public Utilities staff. Minimum requirements shall include but are not limited to: i. Check Automatic Transfer Switch. • Power cannot be transferred without proper authorization from authorized Public Utilities staff • Check general condition, inspecting all insulating parts for cracks or discoloration • Scan temperatures throughout the ATS connections/components to identify hot spots and sudden temperature fluctuations. In addition, repeat temperature scanning after a few minutes to identify any sudden changes in temperature • Turn off upstream power at main disconnect and check resistance of each contact • Record time-delay online • Verify and adjust all trip-sensing and time delay settings (where used/required). Any adjustment to the trip-sensing and/or time delay functions must be per City Arc Flash Study (City to supply if applicable) and documented • Check and inspect controller and its relays DETAILED SPECIFICATIONS ATS Maintenance & Related Services 16 ITB #09-22 • Verify interlocking mechanism is in working order • Check transfer operations • Record time-delay transfer • Record time-delay cool down • Visual inspections - no load • Check exercise clock, reset if necessary (check with authorized Public Utilities staff to confirm exercise time) ii. Check Transfer Switchgear and Load Break Switch (where used) • Place the equipment in an electrically safe working condition prior to any work including the removal of any voltage source including residual voltage • Place safety grounds prior to any work • Check general condition • Remove arc chutes and pole covers (where used) and visually inspect the main and arcing contacts for excessive erosion, pitting, or discoloration • Inspect all control relay contacts for excessive erosion or discoloration • Lubricate lock, latch, and switch mechanisms on enclosure and look for binding • Thoroughly clean dust build-up and any carbon tracking from components • Clean grime with original equipment manufacturer (OEM) approved/recommended solvent • Vacuum out (no use of compressed air allowed) enclosure to remove any debris, insects, nests, cobwebs, etc. • Lubricate all points with OEM approved/recommended lubricant • Check that all connecting fasteners and mounting hardware are tight per OEM or American National Standards Institute (ANSI) Standards • Check strain relief components and cables for signs of damage or torque distortion • Track and remove safety grounds at the conclusion of the service • Manually operate the main transfer movement to confirm proper contact alignment, gap, and deflection • Check cable and control wire connections and tighten where necessary iii. Check Neutral Grounding Resistor (where used) • Place the equipment in an electrically safe working condition prior to any work including the removal of any voltage source including residual voltage • Check general condition • Check for missing or damaged panels, fasteners, or components • Thoroughly clean dust build-up and any carbon tracking from components • Vacuum out (no use of compressed air allowed) enclosure to remove any debris, insects, nests, cobwebs, etc. B. Scheduled Service Repairs Repairs identified by the City and/or the Contractor will require the Contractor to prepare a cost estimate to complete the identified work. Repairs shall be performed only with written approval from authorized Public Utilities staff. Should any repair work be performed without prior authorization, payment may not be approved. Hourly rates are based on the following times/days: i. Standard repair hourly rate: Scheduled work completed between 7:00 A.M. to 5:00 P.M. Monday through Friday ii. Overtime repair hourly rate: Any work performed after hours which cannot be extended into the following day during standard repair hours. Contractor shall coordinate with authorized Public Utilities staff for approval prior to performing overtime work. C. Emergency Repairs DETAILED SPECIFICATIONS ATS Maintenance & Related Services 17 ITB #09-22 Emergency repairs shall be completed on a time and materials basis. The Contractor shall have twenty-four/seven (24/7) availability. The Contractor must callback within a 30-minute period. The Contractor must have the capability of arriving onsite for repairs within two (2) hours of contact from authorized Public Utilities staff. When emergency repairs commence on an ATS, repairs must continue until completion, or unless authorized Public Utilities staff determines another suitable course of action. The City reserves the right to contact another service contractor if the successful Contractor cannot respond within the specified time. 4. GENERAL REQUIREMENTS. A. All City owned ATSs may or may not be covered under this contract. The City reserves the right to add and/or delete ATSs during the duration of this contract. B. Authorized Public Utilities staff will be made available and provide access for all field visits required by this contract. Additionally, City staff will be responsible for coordinating power feed with the appropriate generator vendor and power utility providers. A primary and secondary City contact will be provided to the Contractor at time of award. C. There will be no subcontracting allowed in the performance of the preventative maintenance or repairs covered under this contract without the express written permission of authorized Public Utilities staff. Contractor’s firm must be fully capable of executing all of the requirements of this contract with “in-house” staff and without the use of subcontractors. The unauthorized use of subcontractors, without approval by authorized Public Utilities staff, may result in grounds for termination of this contract. D. If Contractor is unable to complete service and repairs due to restrictions set forth by a sole source vendor, the Contractor must contact authorized Public Utilities staff. At that time, authorized staff will decide to either 1) Authorize the Contractor to subcontract to an authorized dealer with an estimate prior to actual start of work OR 2) The City will pay the Contractor for services rendered and subcontract the work at the City’s discretion 5. REQUIRED DOCUMENTS. A. Reports. Contractor shall create a report for each ATS inspected for annual maintenance, scheduled repair, and/or emergency work within twenty-four (24) hours of completion. i. Contractor must maintain detailed written reports of all inspections, tests, results, adjustments, as-found/as-left settings, dates of service, quantities of supplies and materials used along with annotations of each requested maintenance procedure provided. The technician completing the reports shall initial each one and submit with invoice. ii. Each report must contain a detailed list of recommended repairs and/or improvements including itemized cost estimates. iii. Reports must be in both, electronic and hard copy form, as required by the authorized Public Utilities staff for data entry into the Computerized Maintenance Management System (CMMS). iv. CMMS forms shall be supplied to the Contractor at time of award and Contractor shall populate and maintain these forms for the term of the contract. B. Invoices. Invoice shall include but are not limited to the following information: Date of service, total hours worked, purchase order number, parts/supplies used for each job, actual cost for all items used for the job and the markup percentage, and corresponding work orders with signatures from authorized Public Utilities staff. i. Invoices shall be submitted promptly but no more than fourteen (14) days after completion of work. ii. Invoices shall be itemized and breakdown hourly labor from overtime labor charges. Labor and parts shall be listed separately. iii. Special delivery or overnight emergency shipping will be paid upon submission of proof of charges. DETAILED SPECIFICATIONS ATS Maintenance & Related Services 18 ITB #09-22 iv. During the term of this contract, the City may request a copy of the Contractor’s invoices from their supplier to confirm that pricing and markup percentage match the pricing submitted for this contract. 6. PARTS AND LABOR RATES. A. Parts Availability. If parts are not available within the specified twenty-four (24) hour period and the facility is left without a back-up power source, the Contractor must notify the authorized Public Utilities staff immediately. B. Labor Rates. The hourly labor rates on the BID PRICING form, page 23, shall cover actual time on site. The Contractor shall make every effort to complete work during normal business hours. Overtime shall not be used to install parts unless it is an emergency repair that has been approved by an authorized Public Utilities staff. Office hourly rates shall be used for time spent acquiring repair parts, preparing cost estimates, required reports, and coordination with authorized Public Utilities staff and/or OEM representatives. No additional charges will be paid on this contract to include trip charges, travel time, mileage, disposal fees, or miscellaneous shop charges. 7. MINIMUM QUALIFICATIONS. A. The Contractor shall provide all materials, equipment, tools, labor, technical knowledge, and skills necessary to perform all required tasks as outlined in this solicitation. B. Contractors responding to this solicitation shall have a minimum of three (3) years’ experience performing similar ATS maintenance and related services. Proof of experience is required with bid submittal. C. Contractor shall wear Personal Protective Equipment (PPE) and Arc Flash protective gear as required by National Fire Protection Association (NFPA) 70E: Electrical Safety in the Workplace. D. Contractor shall conduct work in accordance with Occupational Safety and Health Administration (OSHA) standards and shall take all necessary precautions to protect themselves, other personnel, and equipment from harm. E. The Contractor shall submit a list of current employees to include resumes, with the bid submittal, that will provide services under this contract. The following information shall be included: Name of the employee, level of certification, copies of certification(s), and number of years servicing each of the following ATS manufacturers: • Asco • Kohler • Square D / Schneider Electric • Cummins • Zenith Controls • Thompson Technology • Caterpillar F. Contractor shall have a minimum of two (2) service technicians available at all times. In the event of an employee turnover, the Contractor shall provide authorized Public Utilities staff with a replacement service technician within thirty (30) calendar days. Before the new employee can start work, the Contractor shall supply all documentation indicated above for the new employee. G. Contractors shall include a minimum of three (3) references within the past five (5) years where ATSs of similar size and scope have been serviced with bid submittal. Each reference provided shall include customer information, date of service, make/model/amperage sizes and quantities of ATSs serviced. DETAILED SPECIFICATIONS ATS Maintenance & Related Services 19 ITB #09-22 8. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claim made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability 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: DETAILED SPECIFICATIONS ATS Maintenance & Related Services 20 ITB #09-22 City of Clearwater Attn: Procurement Division, ITB #09-22 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 ATS Maintenance & Related Services 21 ITB #09-22 1. BEGINNING AND END DATE OF INITIAL TERM. June 2022 – May 2023 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Two (2), one (1) year renewals possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year; except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), 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 ATS Maintenance & Related Services 22 ITB #09-22 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled 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 A list of current employees, resumes, experience in ATSs as per 7. MINIMUM QUALIFICATIONS; E, page 18 Minimum of three (3) customer references within the last five (5) years, per 8. REFERECES page 19 A copy of current employee’s electrical certification per NFPA-70E Warranty information, if applicable W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING ATS Maintenance & Related Services 23 ITB #09-22 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Automatic Transfer Switches Maintenance and Related Services to the City of Clearwater at the price(s) stated below. Item Description Estimated Quantity Unit Unit Cost Total Cost 1 Annual Inspection and Preventative Maintenance – Asco ATS 10 EA $ $ 2 Annual Inspection and Preventative Maintenance – Zenith Controls ATS 3 EA $ $ 3 Annual Inspection and Preventative Maintenance – Caterpillar ATS 1 EA $ $ 4 Annual Inspection and Preventative Maintenance – Thompson Technology ATS 1 EA $ $ 5 Annual Inspection and Preventative Maintenance – Kohler ATS 1 EA $ $ 6 Annual Inspection and Preventative Maintenance – Cummins ATS 7 EA $ $ 7 Annual Inspection and Preventative Maintenance – Asco Switchboard ATS 1 EA $ $ 8 Annual Inspection and Preventative Maintenance – Square D Switchboard ATS 2 EA $ $ Subtotal $ 9 Standard Repair Hourly Rate 208 Hour $ /HR $ 10 Overtime Repair Hourly Rate 75 Hour $ /HR $ 11 Emergency Repair Hourly Rate 40 Hour $ /HR $ 12 Office Hourly Rate 80 Hour $ /HR $ 13 Parts Fixed Fee Mark-up Percentage (up to 10%) % Subtotal $ Total $ Vendor: _________________________________________ Date: ______________________________ BID PRICING ATS Maintenance & Related Services 24 ITB #09-22 DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA ATS Maintenance & Related Services 25 ITB #09-22 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 ATS Maintenance & Related Services 26 ITB #09-22 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 ATS Maintenance & Related Services 27 ITB #09-22 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 SCRUTINIZED COMPANIES FORM ATS Maintenance & Related Services 28 ITB #09-22 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ _ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM ATS Maintenance & Related Services 29 ITB #09-22 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 ATS Maintenance & Related Services 31 ITB #09-22 Instructions: Contractors shall include a minimum of three (3) references within the past five (5) years with bid submittal. Each reference provided shall include customer information, date of service, make/model/amperage sizes and quantities of ATSs serviced. Additional pages may be added if necessary. Complete and return with bid submittal. Reference # 1 Name: Contract Value: Date of Service: Address City / State / Zip Contact Person: Phone: Email: Make/Model/ Amperage Sizes and Quantities Reference # 2 Name: Contract Value: Date of Service: Address City / State / Zip Contact Person: Phone: Email: Make/Model/ Amperage Sizes and Quantities Reference # 3 Name: Contract Value: Date of Service: Address City / State / Zip Contact Person: Phone: Email: Make/Model/ Amperage Sizes and Quantities Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER ATS Maintenance & Related Services 32 ITB #09-22 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #09-22, ATS Maintenance & Related Services Due Date: April 26, 2022, 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 #09-22, ATS Maintenance & Related Services Due Date: April 26, 2022, 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 May 10, 2022 NOTICE OF INTENT TO AWARD Clearwater’s Public Utilities Department and the Procurement Division recommend award of ITB No. 09-22, Automatic Transfer Switches Maintenance and Related Services, to Ring Power Corporation of St. Augustine, FL, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $200,000.00 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the May 31, 2022, Work Session (9:00 a.m.) and voted on at the June 2, 2022, 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 Scott Burrows, Procurement Analyst, at (727) 562-4634, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Scott Burrows Scott Burrows Procurement Analyst CITY OF CLEARWATER ITB # 09-22, Automtic Transfer Switches Maintenance and Related Services NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: April 26, 2022; 10:00 AM BID TABULATION Item No.Description Est. Quantity (UOM) Unit Price (UOM) Total Price 1 Annual Inspection and Preventative Maint. - Asco ATS 10 $1,438.20 $ 14,382.00 2 Annual Inspection and Preventative Maint. - Zenith Controls ATS 3 $1,379.00 $ 4,137.00 3 Annual Inspection and Preventative Maint. - Caterpillar ATS 1 $1,675.00 $ 1,675.00 4 Annual Inspection and Preventative Maint. - Thompso Tech ATS 1 $1,379.00 $ 1,379.00 5 Annual Inspection and Preventative Maint. - Kohler ATS 1 $1,379.00 $ 1,379.00 6 Annual Inspection and Preventative Maint. - Cummins ATS 7 $1,463.57 $ 10,244.99 7 Annual Inspection and Preventative Maint. - Asco Switchboard ATS 1 $3,350.00 $ 3,350.00 8 Annual Inspection and Preventative Maint. - Square D Switchboard ATS 2 $3,350.00 $ 6,700.00 9 Subtotal $ 43,246.99 10 Standard Repair Hourly Rate 208 $158.00 $ 32,864.00 11 Overtime Repair Hourly Rate 75 $237.00 $ 17,775.00 12 Emergency Repair Hourly Rate 40 $237.00 $ 9,480.00 13 Office Hourly Rate 80 $60.00 $ 4,800.00 14 Parts Fixed Fee Mark-uo Percentage (up to 10%)10% $ - 15 Subtotal $ 64,919.00 Total Bid: $ 108,165.99 Ring Power Corporation Page 1 of 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0514 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Trane of Davidson, NC for the purchase of Heating, Ventilation and Air Conditioning (HVAC) replacement and repair parts and services in a not-to-exceed amount of $325,000.00 through March 31, 2023, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchases - Impractical, and authorize the appropriate officials to execute same. (consent) SUMMARY: Building & Maintenance Division’s (B&M) is responsible for maintaining all HVAC repairs citywide. B&M is requesting authorization to piggyback off OMNIA PARTNERS, Contract 15-JLP-023, HVAC Products, Installation, Services and Related Products and Services through the term of the contract expiring on March 31, 2023, for parts and services necessary to complete a given scope of work. In addition, B&M is requesting authorization for Trane to perform all maintenance on their Trane equipment as they are the sole and exclusive agent for Trane heavy commercial air conditioning products for Pinellas County and the exclusive parts outlet for Trane Mechanical Systems and Tracer Building Automation Systems. Using any other vendor to perform these services on the City’s current Trane equipment may void any warranties which makes this impractical to bid. APPROPRIATION CODE AND AMOUNT: 5656531-546200 GSBM180001-R&M-MATLS These funds are available in the operating budget for fiscal years 21/22-22/23 as well as funding available in the project. Page 1 City of Clearwater Printed on 5/26/2022 September 8, 2021   Purchasing Department Jeffrey LaPorta, Supervisor of Purchasing 410-638-4083, jeff.laporta@hcps.org           January 5, 2016      To:  All Participating Agencies    Subject: Clarification Regarding Contract Pricing For RFP#15‐JLP‐023    Trane/U.S. Communities       Contract pricing for HVAC and related supplies, labor and materials were established with the solicitation  referenced above. As a clarification to the pricing structure, the following is offered.    Typically, Trane pricing is made up of three categories; equipment, labor and materials.  Each of these areas  are briefly explained as follows:    1. Equipment – Each piece of equipment identified by a product code.  Each product code has an  established list price discount associated with it.  A complete list of equipment discounts can be found  on the US Communities website, once the agency logs in with username and password.  There are  approx. 630 specific pieces of equipment on the contract, with associated discounts.    2. Labor – All labor based solutions (installation and services) are classified by the labor “type” with a  fixed hourly rate.  Installation, maintenance and retrofit labor hours are indexed to RS Means  estimating guide.  Each project is priced per the specific geographic zone in which the job is located.   Labor rates avail upon request.    3. Parts & Material in quoted work – All parts and miscellaneous materials included in quoted projects  are subject to the maximum contract margin guidelines of 27.5%.  This would include materials such as  piping, wiring, sheet metal and parts necessary to complete a given scope of work. All Trane over the  counter parts for service are discounted at a rate of 38%.     Jeffrey LaPorta  Supervisor of Purchasing  Harford County Public Schools        Harford County Public Schools 102 South Hickory Avenue Bel Air Maryland 21014 Purchasing Department410-638-4082 RFP # 15-JLP-023 REQUEST FOR PROPOSALS FOR HVAC PRODUCTS, INSTALLATION, SERVICES AND RELATED PRODUCTS AND SERVICES Proposals Due August 13, 2015 before 2:30 pm THIS SOLICITATION IS MADE ON BEHALF OF HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND AND OTHER GOVERNMENTAL AGENCIES AND MADE AVAILABLE THROUGH THE U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE. 2 Bid Notification Notice is hereby given that Harford County Public Schools (HCPS) (District) on behalf of itself and other government agencies and made available through the U.S. Communities Government Purchasing Alliance, will receive proposals for RFP #15-JLP-023 HVAC PRODUCTS, INSTALLATION, SERVICES AND RELATED PRODUCTS AND SERVICES Proposals must be received prior to 2:30 PM on August 13, 2015 in the District’s Purchasing Department. Proposals must be sealed, prominently marked with the RFP number, title, due date, time, and name of vendor on outside of envelope. Proposals should be delivered/mailed to: Harford County Public Schools Attention: Purchasing102 South Hickory Ave.Bel Air, MD 21014 RFP documents are available from the Harford County Public Schools website http://www.hcps.org/departments/BusinessServices/purchasing.aspx and from eMaryland Market Place, https://emaryland.buyspeed.com/bso/ A Pre-Proposal meeting will be held June 29, 2015 at 1:00 PM at the North Harford Middle School in Room A-4. The address for North Harford Middle School is, 112 Pylesville Rd, Pylesville, MD 21132. Refer any questions to the availability of documents to Sherry Ramsey Downen at (410) 809-6046 or email at sherry.ramseydownen@hcps.org HCPS does not discriminate in the choice of suppliers and the award of bids/contracts based on race, sex, age, national origin, religion or disability. Table of Contents 3 Notice to Vendors................................................................................................................2 Section 1 – General Information..........................................................................................5 Introduction..............................................................................................................5 Calendar of Events...................................................................................................7 Contract Term..........................................................................................................8 Pre-Proposal Conference………………………………………………………...12 Section 2 - Scope of Work.................................................................................................13 Proposal Submission..............................................................................................13 Checklist of Required Information........................................................................18 Section 3 - Evaluation and Selection Process....................................................................19 Section 4 - Proposal Format...............................................................................................21 Section 5 - Harford County Public Schools Contract Agreement ...............................23 Section 6 - U.S. Communities Overview...........................................................................27 Supplier Qualifications ..........................................................................................31 Supplier Worksheet .............................................................................................38 New Supplier Implementation Timeline................................................................39 Supplier Information Required..............................................................................41 Attachment 1 – Signature Sheet .....................................................................................49 Attachment 2 – Anti-Bribery and Debarment Affidavit ..............................................50 Attachment 3 - Master Intergovernmental Cooperative Purchasing Agreement...............51 Attachment 4 - U.S. Communities Administration Agreement ...................................53 Attachment 5 - State Notice Addendum............................................................................67 Attachment 6 - FEMA Standard Terms and Conditions Addendum.................................86 Attachment 7 - Community Development Block Grant Addendum .................................88 Attachment 8 - Price Project and Scenario Descriptions...................................................89 Project 1: North Harford Middle School Chiller Replacement ............................90 MBE Instructions and Goals……………………………………………..95 MBE Attachments A – H (A and B MUST be returned with your proposal)…………………………………………………………...97-106 Project 2: Packaged Rooftop Air Conditioner....................................................107 Project 3: Indoor Air Handling Unit...................................................................114 Project 4: Air Cooled Scroll Chiller....................................................................118 Table of Contents Cont’d 4 Project 5: Centrifugal Water Chiller...................................................................122 Project 6: Unit Ventilator....................................................................................127 Attachment 9 - Cost Proposal Forms/Bid Forms........................................................131 Cost Proposal Form/Bid Form Price Project 1, NHMS…………………………….138 Signature Page…………………………………………………………………………144 Note: Items in bold must be returned with your proposal. 5 HARFORD COUNTY PUBLIC SCHOOLSPurchasing Department102 South Hickory AvenueBel Air, Maryland 21014Telephone: 410.638.4082 Request for ProposalHVAC Products, Installation, Services and Related Products and Services Section 1- General Information A. Introduction It is the intent of this RFP to solicit sealed proposals from qualified business entities to provide and install a Chiller at the Harford County Public Schools North Harford Middle School, and also provide comprehensive HVAC Products, Installation, Services and Related Products and Services on a national level. This contract will allow government agencies to purchase the products and services defined herein, in indefinite quantities on an as-needed basis. The method of procurement will be a competitive negotiation via a Request for Proposal (RFP) which may include the submission of best and final offers. Price will not be the sole determinant for the award. As defined by the American Bar Association Model Procurement Code, Competitive Sealed Proposals (RFP) will be evaluated based upon criteria formulated around best value which may include among other criteria: price, quality, performance, references, financial information and the ability to successfully market to states, local governments, school districts, higher education institutions and other government agencies and nonprofit organizations. 6 B. Background This solicitation is being administered by Harford County Public Schools for those public entities that elect to access the Master Agreement through the U.S. Communities Government Purchasing Alliance. The Harford County Public Schools System (HCPS) is the seventh largest of the 24 Maryland School Systems. HCPS has 54 schools and a total enrollment of approximately 39,000 students. C. Procurement Administrator Jeff LaPorta, CPPB, Supervisor of Purchasing, will administer the solicitation process and will be the point of contact for purposes of this Request for Proposal. All questions and inquiries should be emailed to Jeff.LaPorta@hcps.org. All questions should be received no later than July 3, 2015 at 2:30 pm eastern time. Responses to questions will be addressed in the form of a formal Addendum.Responses will not be made to telephone, faxed or mailed inquires. D. Proposal Submission Three (3) original hard copies and eight (8) flash drive copies of the technical proposal, and two (2) original hard copies and two (2) flash drives of the cost proposal shall be submitted to, or hand delivered to Harford County Public Schools, 102 S. Hickory Ave. Bel Air Maryland 21014 to the attention of the Purchasing Department no later than August 13, 2015, 2:30PM. Proposals must be submitted in envelopes or other mailing containers showing the RFP number, firm’s name and address, and the proposal due date on the outside. Late proposals will not be accepted and will be returned unopened. A Register of Proposals will be prepared at the closing time. Additionally, if you label any information in your technical proposal as proprietary or confidential, you must submit one redacted copy, in electronic version, of the technical. See Section I, page 6 for details. E. Proposal Acceptance Proposals including prices must remain valid for a period of not less than one hundred, twenty (120) days to allow for evaluation, School Board approval and Contract execution. Harford County Public Schools reserves the right to accept or reject any or all proposals, waive informalities and select the most favorable proposal that will serve its best interest as well as the best interest of those participating governmental entities. 7 F. Calendar of Events (Subject to Change) Event Date Issue RFP June 11, 2015 Pre-Proposal Conference (not mandatory) June 29, 2015 – 1:00 pmQuestions due July 3, 2015 – 3:30pmAddendum Issued July 15, 2015RFP due date August 13, 2015 – 2:30pmEvaluations/Negotiations/Interview September 1-3, 2015 Awardee Notified September 10, 2015Board Approval September 21, 2015 Tentative Contract Start Date October 1, 2015 G. Incurring RFP Preparation Cost Harford County Public Schools accepts no responsibility for any expense incurred in the proposal preparation, on-site presentation, mailings etc. H. Insurance Requirements Insurance requirements are contained in General Requirements, attached herewith. The Contractor must have in force and will maintain insurance, not less than the amounts specified. These insurance requirement are only specific to purchases made to HCPS and do not apply to other entities who use this agreement. Individual public entities may have their own specific insurance requirements. I. Confidential Information Redacted versions of technical trade secrets or proprietary information submitted in response to this solicitation must be clearly labeled as “Confidential” and may not be disclosed unless required under the appropriate freedom of information statute. Proposers must clearly identify the data or other materials to be protected and state the reasons why protection is necessary. If awarded, the RFP and all related documents and proposal submissions will become part of the contract award. PUBLIC INFORMATION ACT - A redacted copy of your bid submission in electronic PDF format (or similar) shall be submitted with your Offering. A redacted copy is considered to be edited, modified, or otherwise revised from which confidential, sensitive and proprietary information has been removed. The redacted copy shall be for your Technical Proposal only. 8 This redacted copy will be used to respond to Freedom of Information Act request(s) in accordance with the law, the Maryland Public Information Act, Section 10-611 et seq. of the State Government Article of the Annotated Code of Maryland. HCPS reserves the right to modify the redacted copy within its authority under the law. If a redacted copy is not provided, HCPS will assume that all information provided is public information that will be used to respond to any request under this Act. J. Contract Term The term of the contract will be for three years following the contract award date with the option to renew for two additional two year periods. K. Pricing Labor rates should be based on regional and national rates. The Awarded Supplier may submit requests for labor rate increases on an annual basis, sixty (60) days prior to the anniversary contract date. Price increase requests are not automatic and must be approved by the Supervisor of Purchasing for the Lead Agency (Harford County Public Schools). The pricing structure, or percent discount for product pricing will remain fixed for the term of the contract. Supplier agrees to offer all future product and service introductions at similar pricing as that offered through this solicitation and contract. L. Permits and Licenses The Contractor is responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and municipal laws, codes, and regulations, in connection with the prosecution of the work without additional expense. The Contractor is similarly responsible for all damages to persons or property that occurs as a result of their fault or negligence. The Contractor shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others. The Contractor is also responsible for all materials delivered and work performed until completion and acceptance of the entire construction work, except for any completed unit of construction previously accepted. M. Drug, Tobacco and Alcohol All HCPS properties are “drug, tobacco and alcohol free zones” as designated by Local and State laws. Neither the Contractor or their employees (or subcontractors) are permitted to have any drugs, tobacco or alcohol products on 9 HCPS property. Use of such items on HCPS property may result in termination of the contract. N. Illegal Immigrant and Child Labor The use of illegal immigrant labor and/or illegal child labor to fulfill contracts solicited by HCPS is in violation of the law and is strictly prohibited. Contractors and subcontractors must verify employment eligibility of workers in order to assure that they are not violating any Federal, State or Local laws regarding illegal or child labor laws. O. Employment of Child Sex Offenders Maryland Law requires certain child sex offenders to register with the State and with the local law enforcement agency in the county in which they will reside, work and/or attend school. Section 11-722(c) & (D) of the Criminal Procedure Article of the Annotated code of Maryland states, “A person who enters into a contract with a County Board of Education or a non-public school may not knowingly employ an individual to work at a school if the individual is a registrant. A person who violates this section is guilty of a misdemeanor and on conviction is subject to imprisonment not exceeding five years or a fine not exceeding $5,000 or both.”If a child sex offender, as determined by the definitions contained in the Criminal Law Article of the Annotated Code of Maryland, is employed by the Contractor, the Contractor is prohibited from assigning that employee to perform management, delivery, installation, repair, construction or any other type of services on any Harford County Public School property, including the project property. Violation of this provision may result in Termination for Cause as defined in the Amendments to the General Conditions, Article 14.2.1.2. P. Criminal Background Check/Photo Identification Badge/Fingerprinting It is the responsibility of the Offeror to make certain that its employees, agents, volunteers, and Contractors who may have contact with students are in compliance with Title 5, Subtitle 5, Part VI, of the Family Law Article of the Maryland Code. The Offeror shall comply with the Criminal Procedure Article of Annotated Code of Maryland Section 11-722. The Offeror shall utilize the same screening services for criminal backgrounds as used by the Board in order that the Board can have consistency with all those individuals permitted to work inschools and with children. Therefore, the Offeror shall require that all employees providing services to students be screened via the Criminal Justice Information Service (CJIS) and NCIC. All related costs shall be borne by the Contractor. Each Contractor shall screen their work-forces to ensure that a registered sex offender does not perform work at HCPS and also ensure that a subcontractor and 10 independent contractor conducts screening of its personnel who may work at a school. The term “work force” is intended to refer to all of the Contractor’s direct employees and subcontractors and/or independent contractors it uses to perform the work. Violation of this provision may cause HCPS to take action against the Contractor up to and including termination of the Contract. HCPS reserves the right, in its sole discretion, to reject or require the removal of any person proposed for placement based on the person’s criminal background check. Q. Labor and Rates of Pay The Awarded Offeror agrees that it shall abide by all applicable provisions of Federal and State law and regulation pertaining to workplace conditions, child labor and that all employees will be treated with dignity and respect. The Awarded Offeror agrees to comply with all applicable Federal and State law and regulation relating to payment of wages. R. Termination for Cause If the Contractor fails to fulfill its obligations under this contract properly and on time, or otherwise violates any provision of the contract, Harford County Public Schools may terminate the contract by written notice to the Contractor. HCPS can affirmatively collect damages which may result from the Contractor’s breach. S. Disputes Except as otherwise provided in these contractual documents, any claim, dispute, or other matter in question shall be referred the Harford County Public Schools Director of Purchasing, who shall decide the issue and provide a written response to the Contractor. The decision of the Supervisor of Purchasing shall be final and conclusive. The contract shall be governed by the laws of the State of Maryland and nothing in this contract shall be interpreted to preclude the parties seeking any and all remedies provided by law. All protests must be in writing and submitted to the Supervisor of Purchasing. Prior to dispute resolution through the appropriate legal means, i.e. adjudicated by the appropriate Courts, the parties will participate in Alternative Dispute Resolution (ADR), in an attempt to resolve the dispute in accordance with the commercial Rules of the American Arbitration Association in effect at the time. All disputes shall be decided by a single arbitrator. All costs associated with ADR will be borne by the awarded contractor. T. Billing and Payment 11 Unless otherwise instructed, the preferred method of (order) and payment is by credit card. Please advise in your Technical Proposal if payment via credit card is not acceptable. Any unacceptable payment options must be clearly articulated in the technical submission. U. Multi-Agency Procurement Harford County Public Schools assumes no authority, liability, or obligation, on behalf of any other public or non-public entity that may use any contract resulting from this Request for Proposal. All purchases and payment transactions will be made directly between the Contractor and the requesting entity. Any exceptions to this requirement must be specifically noted in the proposal response. V. About This Document This document is a Request for Proposal (RFP). It differs from a Request for Bid/Quotation in that Harford County Public Schools is seeking a solution, as described in the cover page and in the following sections, not a bid/quotation meeting firm specifications for the lowest price. As such, the lowest prices proposed may not guarantee an award recommendation. As defined in the American Bar Association Model Procurement Code, Competitive Sealed Proposals will be evaluated based upon criteria formulated around the most important features and best value of a product or service, of which quality, testing, references, and availability or capability, may be overriding factors, and price may not be determinative in the issuance of a contract or award. The proposal evaluation criteria should be viewed as standards that measure how well a contractors’ approach meets the desired requirements and needs of Harford County Public Schools and U.S. Communities. Those criteria that will be used and considered in evaluation for award are set forth in this document. No negotiations, decisions, or actions shall be initiated by any proposers as a result of any verbal discussion with any Harford County Public Schools member or U.S. Communities staff prior to the opening of proposals in responses to this document. RFP Offerors shall make no contacts – either written or verbal – with any individual other than the individual identified herein during the period beginning with the issuance of this RFP through approval of award. Any attempt by a supplier/proposer to influence a member or members of the aforementioned may be grounds to disqualify the proposal from the proposer from further consideration. If awarded, this RFP document in its entirety including attachments, appendices and addenda will become part of the Contract. Harford County Public Schools reserves the right to reject any or all proposals at any time and make necessary 12 arrangements to contract for the services or work described and proposed in the manner most feasible and applicable when in its best interest to do so. W. Award This may result in award to one, or more than one vendor.Harford County Public Schools reserves the right to award to one vendor for the specific North Harford Middle School chiller and installation, and award to another vendor for the award of supplier for national supply and services. X. Anti-discrimination It is the policy of the Harford County Public Schools that in connection with all work performed under Purchasing Contracts there shall be no discrimination against any prospective or active employee engaged in the work because of sexual orientation, physical and mental disability, medical conditions, marital status, age, pregnancy, veteran status, gender, race, color, ancestry, national origin, sex, or religious creed. Therefore, the Vendor agrees to comply with applicable Federal and State laws. Y. Multiple Proposals Multiple proposals from a firm, partnership, corporation or association under the same or different names are subject to rejection unless specifically permitted in the solicitation. Reasonable grounds for believing that an Offeror is interested in more than one proposal for the work contemplated may result in rejection of all proposals in which the Offeror is interested. Z. Pre-Proposal Conference A pre-proposal conference will be held on June 29, 2015, beginning at 1:00 PM EST. The location will be at the North Harford Middle School, 112 Pylesville Road, Pylesville, MD 21132, Room A-4. 13 Section 2- Scope of Work Outcome The expected outcome of this proposal is to enter into a contractual relationship with a business partner(s) who will provide a comprehensive selection of HVAC products and solutions, including complete turn-key services. Suppliers are to propose the broadest possible selection of HVAC EQUIPMENT, INSTALLATION, SERVICES AND RELATED PRODUCTS AND SERVICES. This solicitation is to provide Participating Public Agencies with products, services and turn-key solutions to meet their various needs. Therefore, the Suppliers should have demonstrated experience in providing the Products and Services as defined in this RFP, including but not limited to: 1.HVAC Products:This includes, but is not limited to, Chillers: air-cooled chillers, water-cooled chillers, compressor chillers, ancillary chiller water plant equipment and absorption liquid chillers; unitary systems that combine heating, cooling and fan sections: rooftop systems, split systems, self-contained systems and water source heat pumps; air handling systems: performance air handlers, blower coil air handlers, make-up air gas heating systems, air handler options and air cleaning options; terminal devices: unit heaters, unit ventilators, fan coil units, ventilation fans and variable air volume; ductless variable refrigerant volume units; dedicated outdoor air systems; replacement coils; parts and aftermarket products and any other HVAC products offered by Supplier. 2.Installation and Services:This includes, but is not limited to, any installation of new equipment, maintenance of existing systems, upgrading of existing infrastructure, turn-key services and any other installation and services offered by Supplier. 3.Related Products and Services:This includes, but is not limited to, HVAC equipment controls, thermostats, sensors, design and analysis tools, commissioning, building management, enterprise management, rental and lease services, financial services and any other related products and services offered by Supplier. Proposal Submission This RFP requires a two-part submission process. Separate technical and price proposals are to be submitted in sealed envelopes on the date and time stipulated. Three (3) original and eight (8) flash drive copies of the technical copies shall be submitted or hand delivered. Two (2) original and two (2) flash drive copies of the cost proposal shall be submitted. 14 The proposal due date is August 13, 2015 at 2:30PM. Late proposals will not be accepted and will be returned unopened. A Register of Proposals will be prepared at the closing time and will be available for inspection. Definitions Definitions as used herein: A. The term “solicitation” used in this document means this Request for Proposal (RFP). B. The term “offer” and “proposal” are used synonymously and mean a response to this solicitation. C. The terms “offeror”, “proposer”, “supplier” and “contractor” are synonymous and refer to the entity/business/individual that submits a response to this solicitation. D. Harford County Public Schools, Maryland may be referred to as “HCPS”. E. U.S. Communities is a non-profit that assists Participating Public Agencies in reducing the cost of purchased goods through strategic sourcing that combines the volumes and the purchasing power of public agencies nationwide. F. Participating Public Agency (PPA) is any state, county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization that elects to use one or more U.S. Communities contracts. Labor Wage Classification Definitions Definitions as used herein for establishing labor rates. LABOR WAGE CLASSIFICATION DEFINITIONS Architect Professional licensed designer providing Architectural drawings. Asbestos Worker Worker who removes and disposes of asbestos materials. Boilermaker Worker who assembles boilers, tanks, vats and pressure vessels. The duties of the boilermaker include welding, acetylene burning, riveting, caulking, rigging, fitting up, grounding, reaming and impact machine operating. 15 Carpenter Worker who builds wood structures or structures of any material which has replaced wood. Includes rough and finish carpentry, hardware and trim. Carpet/Floor Installer Worker who installs carpet and/or floor coverings and vinyl tile. Commissioning Agent Agent who ensures proper installation and operation of technical building systems. Concrete Finisher Worker who floats, trowels and finishes concrete. Data Communications / Telecommunications Installer Worker who installs data/telephone and television cable and associated equipment and accessories. Delivery Personnel Worker who can deliver materials to other HVAC personnel as well as work as a second man on jobs if necessary. Drafting Worker who provides detail engineering drawings utilizing CADD type documents. Drywall/Ceiling Installer Worker who installs metal framed walls and ceilings, drywall coverings, ceiling grids and ceilings. Duct Cleaner Worker who cleans air conveyance systems using compressed air tools and mechanical agitation devices to dislodge dirt and other contaminants from the ductwork and other HVAC components. Electrician Skilled craftsman who installs or repairs electrical wiring and devices. Includes fire alarm systems and HVAC electrical controls. Elevator Mechanic Craftsman skilled in the installation and maintenance of elevators. Engineering Designer Professional licensed engineer who lays out HVAC, plumbing, electrical, structural or civil systems. Fire Proofing Installer Worker who sprays or applies fire proofing materials. Geothermal Well Field Labor Worker who lays coiled pipe and tests and connects to HVAC equipment in earthen trench. Glazier Worker who installs glass, glazing and glass framing. Heavy Equipment Operator Equipment operator that operates the following, including but not limited to, all Cat tractors, all derrick-powered, all power operated cranes, back-hoe, back filler, power operated shovel, winch truck, all trenching machines. HVAC Building Automation Technician Worker who is capable of working on low temperature refrigeration equipment as well as small commercial equipmentunder 60 tons. HVAC Commercial A/C Technician Worker who is capable of working on large commercial up to 3000 tons. HVAC Light Commercial Worker who is capable of working on small commercial up to 25 tons. HVAC Duct Installer Worker who installs ductwork. Assists with some equipment installation. 16 HVAC Field Supervisor Worker who monitors quality as well as provide technical support to all other HVAC technician skill levels. HVAC Filter Technician Worker who changes filters in all types of HVAC equipment as well as minor maintenance on light commercial equipment such as changing worn belts. HVAC Helper Worker who can assist a commercial or refrigeration technician as well as perform minor analysis and repairs on equipment under 30 tons. HVAC Refrigeration Technician Worker who is capable of working on low temperature refrigeration equipment as well as small commercial equipment under 60 tons. Insulator Worker who applies, sprays or installs insulation. Iron Worker Skilled craftsman who erects structural steel framing and installs structural concrete rebar. Laborer/Helper Worker qualified for only unskilled or semi-skilled work, including but not limited to, lifting, carrying materials and tools, hauling, digging, clean-up. Lather/Plasterer Worker who installs metal framing and lath. Worker who applies plaster to lathing & installs associated accessories Light Equipment Operator Includes, but is not limited to, operation of air compressors, truck crane driver, flex plane, building elevator, form grader, concrete mixer (less than 14cf), conveyer. Mason, Bricklayer Craftsman who works with masonry products, stone, brick, block or any material substituting for those materials and accessories. Metal Building Assembler Worker who assembles pre-made metal buildings. Millwright Mechanic specializing in the installation of heavy machinery, conveyance, wrenches, dock levelers, hydraulic lifts and align pumps. Painer/Wall Covering Installer Worker who prepares wall surfaces & applies paint and/or wall covering, tape and bedding. Pipefitter Trained worker who installs piping systems, chilled water piping and hot water (boiler) piping, pneumatic tubing controls, chillers, boilers and associated mechanical equipment. Plumber Skilled craftsman who installs domestic hot & cold water piping, waste piping, storm system piping, water closets, sinks, urinals, and related work. Project Engineer Worker who monitors the engineering documents as well as provide technical support regarding the engineering plans and specifications as desgined by the Professional Engineer. Worker is responsible for maintaining project status and reports. 17 Project Manager Worker who monitors quality as well as provide technical support to all other HVAC technician skill levels and is responsible for maintaining project status and reports. Project Administrator Worker who provides administrative support to all technician skill levels and is responsible for all administrative functions of the project such as billings, contracts, work orders, legal requirements, purchase orders, sales tax certificates as well as proper record keeping. Roofer Worker who installs roofing materials, Bitumen (asphalt and coal tar) felts, flashings, all types roofing membranes & associated products. Sheet Metal Worker Worker who installs sheet metal products. Roof metal, flashings and curbs, ductwork, mechanical equipment and associated metals. Sprinkler Fitter Worker who installs fire sprinkler systems and fire protection equipment. Terrazzo Worker Craftsman who places and finishes Terrazzo. Tile Setter Worker who prepares wall and/or floor surfaces & applies ceramic tiles to these surfaces. Waterproofer/Caulker Worker who applies water proofing material to buildings. Products include sealant, caulk, sheet membrane, liquid membranes, sprayed, rolled or brushed. Test and Balance Technician Certified technician per AABC or NEBB standards trained to perform water and air balance. Also provides sound and vibration testing and preparing of certified reports. Infrared Technician Worker who utilizes infared photography to determine location of thermal heat losses. Water Treatment Technician Certified technician who is trained to evaluate analytical test results on boiler system water, condenser water, and chill water samples and to make appropriate recommendations regarding residual levels, cycles, and feed rates. Specific Information Requested From All Proposal Submitters Harford County Public Schools may make such investigations deemed necessary to determine the ability of the Offeror to furnish the necessary requirements described herein. The Offeror shall furnish, to Harford County Public Schools, all data and information requested in order to determine the Offerors ability to perform under this RFP. Harford County Public Schools reserves the right to reject any offer if the evidence submitted by, or investigation of, such Offeror 18 fails to satisfy Harford County Public Schools that such Offeror is qualified to carry out the obligations of the contract. The following is a checklist of required information: #Item Complete 1 3 Original Technical Proposals, 8 flash drives (pg 6 )2 2 Original Price Proposals, 2 flash drives (pg 6) 3 HCPS Contract Agreement (pg 23) 4 Supplier Qualification Worksheet (pg 38) 5 Supplier Information (pg 41-48 )6 Submission Signature Sheet (pg 49) 7 HCPS Anti-Bribery – Debarment Attestation (pg 50) 8 U.S. Communities Administration Agreement - Signed Unaltered (pg 53-65)9 MBE Attachment A (pg97-98) 10 MBE Attachment B (pg 99) 11 Cost Proposal Forms (pg 131) 12 Cost Proposal Form for North Harford Middle School (pg 138) 13 Signature Page (pg 144) 19 Section 3- Evaluation and Selection Process The evaluation criteria are set forth below and are intended to be the basis by which each proposal shall be evaluated. This is a two-step evaluation process. Technical Proposals and Price Proposals shall be submitted separately and labeled accordingly. Each proposal will be assigned an adjectival rating score as described below. The Supervisor of Purchasing of Harford County Public Schools along with U.S. Communities has selected a committee of qualified personnel to review and evaluate proposals submitted (evaluation committee). The Supervisor of Purchasing will recommend the award of the contract as determined by the evaluation committee after taking into consideration all of the evaluation criteria. The Supervisor of Purchasing will award a contract only to the Offeror/s determined responsive and responsible, and representing the best value to Harford County Public Schools and Participating Agencies based on a final evaluation of both the technical and price proposals. HCPS reserves the right to reject any and all proposals and/or to waive any minor informalities. Harford County Public Schools reserves the right to terminate negotiation when, in its judgment, negotiations have reached an impasse. The successful Offeror will be required to execute a contract with Harford County Public Schools and the contract will include all of the provisions of this RFP, including conditions, attachments and addenda issued. Unsuccessful Offerors may request a debriefing meeting concerning the selection process. The debriefing will occur after contract award. Evaluation Criteria Definitions: A. Discussion: Oral or written communications including negotiations between the Harford County Public Schools and an Offeror that involves information essential for determining the acceptability of the proposal or to cure identified defects in the proposal. B. Clarification: Communication with an Offeror for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal. Unlike discussion, clarification does not give the Offeror an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in revision. C. Deficiencies: Any defects in the proposal which preclude acceptance. Involves any part of the Offeror’s proposal which would not satisfy the minimum requirements established in this solicitation. It may also include failure to provide information and questionable technical or management approaches. 20 D. Weakness: Aspect of or omission from an Offeror’s proposal that includes ambiguities and conflicts within the proposal, lack of complete descriptions, errors in interpretation, omissions of essential information, inadequate information that prevent the evaluators from knowing the intent of the proposal. E. Strengths: Elements of the proposal that meet or exceed the outcomes identified and may provide additional benefits beyond what is specified. Adjectival Ratings: A. Outstanding (9-10): Exceeds evaluation standards in a beneficial way and meets the outcomes identified and contains strengths and no weaknesses or deficiencies. The proposal submitted is innovative, comprehensive and complete in all detailsand meets or exceeds performance standards. B. Excellent (7-8): Exceeds evaluation standards in a beneficial way and meets the outcomes identified. Comprehensive and complete and has no significant weaknesses. May be lacking some of the strengths but generally meets performance standards. C. Acceptable (4-5-6): Meets outcomes and performance standards and may contain weaknesses which are not significant and may be correctable. D. Marginal (1-2-3): Fails to meet evaluation standards. Lacks essential information to support the proposal. Does not contain the outcomes and contains significant weaknesses. E. Unacceptable (0): Fails to meet minimum evaluation standards and the deficiencies and weaknesses are uncorrectable. Demonstrated a lack of understanding of requirements or omissions of major areas. 21 Section 4 – Proposal Format Technical Proposal Format Your Technical Proposal should be organized with tabs delineating the separation of sections. Your Technical Proposal should include all of the required items listed in the checklist on page 15. Cost Proposal Criteria The Offeror must submit the cost proposal, in the form of the Bid Form, in a separate sealed envelope, clearly marked, fully supported by cost and pricing data adequate to establish the reasonableness of the proposed fees. All pricing submitted in the Bid Form must be inclusive of all fees and service/shipping charges. When award is made, the successful Supplier shall furnish current catalogs and/or price lists which shall become a part of the contract. The Supplier’s name and address shall appear on all catalogs and price lists. Where the price list shows more than one column of prices, Supplier shall clearly mark the column which represents the discounted pricing to Participating Public Agencies. For evaluation purposes, Offeror must submit specific pricing for the Sample Price Scenarios outlined in Attachment 8. Pricing must be reflective of, and based on the pricing structure submitted on the Bid Form. All prices are FOB destination. Alternative Costing Method: If a project requires products and services that are not covered on the Bid Form or if a product or service is required that is more appropriate to be custom designed and manufactured to meet an individual project site’s conditions and/or provided for a unique application or project, the Contractor may use the alternative costing method as follows: The Contractor will be required to: Obtain three (3) written cost proposals from local providers: x Use the most advantageous cost proposal; x Apply the U.S. Communities discount as submitted on the Bid Form; and x All products and services falling under this category must be submitted in advance and approved by the Participating Public Agency prior to being included in any quote or proposal from the Supplier 22 Offeror shall be responsible for compliance with any federal, state or local prevailing wage laws. Price/Discounts must remain firm and will include all charges that may be incurred in fulfilling requirements. Invoices will be audited on a random basis along with the necessary supporting documentation. Billing errors will be promptly adjusted. 23 Section 5 – Harford County Schools Purchase Agreement MASTER PURCHASE AGREEMENT:By and Between:HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND102 S. Hickory Ave.Bel Air, MD 21014and________________________________________________________________________ THIS MASTER PURCHASE AGREEMENT made and entered into this, ____ day of _________, 2015, by and between Harford County Public Schools, Maryland (hereinafter referred to as “School District”, “HCPS” or “District”), and ___________________________________ , a corporation authorized to conduct business in the State of Maryland (hereinafter referred to as “Supplier”) This agreement is made on behalf of Harford County Public Schools, Maryland and other participating governmental agencies, through the U.S. Communities Government Purchasing Alliance. WITNESSETH: WHEREAS, pursuant to the District, Supplier has submitted a proposal to provide a master agreement for a National Award covering the following: HVAC products, installation, services and related products and services in accordance with the scope, terms and conditions of Request for Proposal, RFP 15-JLP-023, addenda, amendments, appendices, and related correspondence. The Request for Proposal is incorporated in its entirety and included as part of this agreement. WHEREAS, HCPS desires to engage Supplier to perform said services; and WHEREAS, HCPS and Supplier desire to state terms and conditions under which Supplier will provide said services to Harford County Public Schools (Lead Agency) and participating public agencies who have registered with U.S. Communities. NOW, THEREFORE, in consideration of the mutual covenants, condition and promises contained herein, the parties have to agree to as follows: A. Services. Supplier will provide HVAC products, installation, services and related products and services as detailed in the referenced RFP to HCPS, which is attached hereto and incorporated herein as a part of this Master Purchase Agreement. 24 B. Purchase Order.Purchase order shall mean any authorized written, electronic, telephone or fax order sent or made by HCPS pursuant hereto, including but not limited to, written purchase orders, faxed purchase orders, and orders in such other form and/ or mode of transmission as HCPS and Supplier may from time to time agree including purchases made via procurement credit card. C. Term.The initial term of this Master Purchase agreement shall be three (3) years from October 1, 2015 (or the date of HCPS Board approval) through September 30, 2018. This Master Purchasing Agreement may then be renewed by mutual written agreement of the parties for two (2) additional, two (2) year periods. D. Compensation.HCPS agrees to pay, and Supplier agrees to accept as compensation for the products provided pursuant to this Master Purchasing Agreement , the following: a. The price proposal set forth in the final RFP response and all related Amendments E. Invoicing.Supplier agrees to invoice HCPS as deliveries are completed or charge purchases to an authorized HCPS Visa credit card. Invoices shall be delivered to HCPS accounts payable. Each invoice shall include- as applicable- the following data: Item Number, Purchase Order Number, Item Description, Quantity Purchased, Unit Price, Extended price and Delivery location. All purchase orders will be invoiced separately. Each invoice submitted by Supplier shall be paid by HCPS within thirty (30) days after approval. The Supplier has agreed to accept payment via a procurement credit card (i.e. Visa, MasterCard, etc.) which is the preferred method of payment. F. Insurance.Supplier shall maintain at its own cost and expense (and shall cause any Subcontractor to maintain) insurance policies in form and substance acceptable to HCPS as detailed in the Request for Proposal. G. Termination of Contract.This contract may be terminated for cause as per the General Requirements of the RFP, Section 1, L, page 7. H. Notification.Notices under this Master Purchase Agreement shall be addressed as follows: Jeff LaPorta, Supervisor of PurchasingHarford County Public Schools 102 S. Hickory Avenue Bel Air, MD 21014 25 The effective date of any notice under this Master Purchasing Agreement shall be the date of the recipient by the addressee. The failure of either party to give notice of default, or to strictly enforce or insist upon compliance with any of the terms or conditions of this Master Purchase Agreement, or the granting of an extension of time for performance shall not constitute the permanent waiver of any term or condition of this Master Purchasing Agreement. This Master Purchasing Agreement and each of its provisions shall remain at all times in full force effect until modified by the parties in writing. I. Governing Law. This contract shall be interpreted under and governed by the laws of the State of Maryland. Disputes will be settled as per the stipulations contained within the Request for Proposal. J. Incorporation of Appendices. All provisions of Appendices and Amendments are hereby incorporated herein and made a part of this Master Purchase Agreement. In the event of any apparent conflict between any provisions set forth in the main body of the Master Purchasing Agreement and in any provision set forth in the Appendices and Amendments the provisions shall be interpreted, to the extent possible, as if they do not conflict. In the event that such an interpretation is not possible, the provisions set forth in the main body of this Master Purchase Agreement shall control. K. Entire Master Purchase Agreement. This Master Purchase Agreement including the entire RFP solicitation and the Appendices attached hereto contain all the terms and conditions agreed upon by both parties. No other understandings, oral or otherwise, regarding the subject matter of this Master Purchasing Agreement shall be deemed to exist or to bind any of the parties hereto. Not contained herein shall not be binding on either party, nor of any force or effect. Any Best and Final Offer and applicable Amendments are also included and become part of the Master Agreement. L. Participating Public Agencies.Supplier agrees to extend the same terms, covenants and conditions available to HCPS under this Master Purchasing Agreement to other government agencies (“Participating Public Agencies”) that, in their discretion, desire to access this Master Purchasing Agreement in accordance with all terms and conditions contained herein or attached hereto. Each participating Public Agency will be exclusively responsible and deal directly with Supplier on matters relating to ordering, delivery, inspection, acceptance, invoicing and payment for products and services in accordance with the terms and conditions of this Master Purchasing Agreement. Any disputes between a Participating Public Agency and Supplier will be resolved directly between them in accordance with and governed by the laws of the State in which the Participating Public agency exists. 26 IN WITNESS WHEREOF, THE PARTIES HAVE EXCUTED THIS AGREEMENT IN THE YEAR AND DAY AS NOTED:HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND by ____________________________________________________________Superintendent of Schools Date by ____________________________________________________________Board of Education President Date by ____________________________________________________________Supervisor of Purchasing Date SUPPLIER: by _____________________________________________________________ General Manager Date 27 Section 6 – U.S. Communities Information Master Agreement Harford County Public Schools (herein “Lead Public Agency”) on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein “Participating Public Agencies”) is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of HVAC Equipment, Installation, Services and Related Products and Services (herein “Products and Services”). ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, LATEST DESIGN AND TECHNOLOGY UNLESS OTHERWISE SPECIFIED. Objectives A. Provide and install a Chiller at the Harford County Public Schools, North B. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; C. Establish the Master Agreement as a Supplier’s primary offering to Participating Public Agencies; D. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple bids or proposals; E. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; F. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state of the art ordering and delivery systems; G. Provide Participating Public Agencies with environmentally responsible products and services. U.S. Communities U.S. Communities Government Purchasing Alliance (herein “U.S. Communities”) assists Participating Public Agencies to reduce the cost of purchased goods through strategic sourcing that combines the volumes and the purchasing power of public agencies nationwide. This is accomplished through an award of competitively solicited contractsfor high quality products and services by large and well recognized public agencies (herein “Lead Public Agencies”). The contracts provide for use by not only the respective Lead Public Agency, but also by other Participating Public Agencies. 28 National Sponsors U.S. Communities is jointly sponsored by the National Association of Counties (NACo), the National League of Cities (NLC), the Association of School Business Officials International (ASBO), and the United States Conference of Mayors (USCM) (herein “National Sponsors”). Advisory Board The U.S. Communities Advisory Board is made up of key government purchasing officials from across the United States. Each Advisory Board Member is expected to actively participate in product bids and selection, participate in policy direction, and share expertise and purchasing innovations. Current U.S. Communities Advisory Board Members Auburn University, AL Hennepin County, MNCity and County of Denver, CO Los Angeles County, CA City of Chicago, IL Maricopa County, AZ City of Houston, TX Miami-Dade County, FLCity of Kansas City, MO Nassau BOCES, NY City of Los Angeles, CA North Carolina State University, NC City of San Antonio, TX Ocean City, NJ City of Seattle, WA Onondaga County, NYCobb County, GA Port of Portland, OR Denver Public Schools, CO Prince William County Schools, VA Emory University, GA Salem-Keizer School District, OR Fairfax County, VA San Diego Unified School District, CA Fresno Unified School District, CA State of Iowa Great Valley School District, PA The School District of Collier County, FL Harford County Public Schools, MD Participating Public Agencies Today more than 55,000 public agencies utilize U.S. Communities contracts and suppliers to procure over $1.8 Billion Dollars in products and services annually. Each month more than 500 new public agencies register to participate. The continuing rapid growth of public agency participation is fueled by the program's proven track record of providing public agencies unparalleled value. 29 The Supplier(s) must communicate directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, and payment. Harford County Public Schools is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages, expenses, fees, liabilities, etc. incurred by any other Participating Public Agency. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies’ Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. A copy of the MICPA is attached as Attachment 3. Estimated Volume The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $150 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency, the U.S. Communities Advisory Board members, and current sales within the U.S. Communities program. While there is no minimum quantity of products required to be purchased under the proposed Master Agreement, Harford County Public Schools and the U.S. Communities Advisory Board Members are committed to utilizing the Master Agreement. The Advisory Board members shall determine if the Master Agreement is of value to their agency,and will promote the Master Agreement among other public agencies nationwide and internationally. The Advisory Board in 2014 purchased more than $168 Million Dollars of products and services from existing U.S. Communities contracts. Marketing Support U. S. Communities provides marketing support for each Supplier’s products through the following: x National Sponsors as referenced above. x State Associations of Counties, Schools and Municipal Leagues. x Administrative and marketing personnel that directly promote the U.S. Communities Suppliers to Participating Public Agencies through public agency meetings, direct mail, email, online and print advertising, social media, articles, and exhibiting and presenting at national and local trade shows. x U.S. Communities provides Suppliers government sales training, and a host of online marketing and sales management tools to effectively increase sales through U.S. Communities. 30 Marketplace U.S. Communities has developed an online Marketplace, which gives Participating Public Agencies the ability to purchase from many U.S. Communities contracts directly from our website. The Marketplace makes it easier for Participating Public Agencies to access many contracts through a single login and place orders using a procurement card, credit card or purchase order. Suppliers have the ability to add their products to the Marketplace at no cost. Multiple Awards Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing Master Agreements fulfill current and future requirements of the diverse and large number of Participating Public Agencies as well as Harford County Public Schools. Harford County Public Schools reserves the right to award to one supplier for the specific North Harford Middle School chiller replacement, and another (or the same) supplier as the U.S. Communities national on-call supplier. Evaluation of Proposals Proposals will be evaluated by the Lead Public Agency in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. U.S. Communities Advisory Board members and other Participating Public Agencieswill assist the Lead Public Agency in evaluating proposals. The Supplier(s) that respond(s) affirmatively meets the requirements of this Request for Proposal and provides the best overall value will be eligible for a contract award. U.S. Communities reserves the right to make available or not make available Master Agreements awarded by a Lead Public Agency to Participating Public Agencies. 31 SUPPLIER QUALIFICATIONS SUPPLIERS Commitments U.S. Communities views the relationship with an awarded Supplier as an opportunity to provide maximum benefit to both the Participating Public Agencies and to the Supplier. The successful foundation of the partnership requires commitments from both U.S. Communities and the Supplier. U.S. Communities requires the Supplier to make the four commitments set forth below (Corporate,Pricing, Economy, Sales) to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies: (a)Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreementshall, at all times, be Supplier’s primary contractual offering of Products and Services to Public Agencies. All of Supplier’s direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier’s primary offering and not just one of Supplier’s contract options. (ii) Supplier’s sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier’s senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier’s Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring 32 timely follow-up by Supplier’s staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier’s U.S. Communities program and linked to U.S. Communities’ website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state’s request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b)Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier’s pricing shall be evaluated on either an overall project basis or the Public Agency’s actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency’s unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency’s purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier’s obligation to match the pricing under Supplier’s contracts offering lower prices. (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier 33 would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier’s pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier’s Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. 34 (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c)Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d)Sales Commitment. Supplier shall market the Master Agreement through Supplier’s sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier’s primary offering to Public Agencies. Supplier’s sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive direct sales of Supplier’s Products and Services to Public Agencies and the timely follow- up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged. All of Supplier’s sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non-transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier’s name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii) Branding and Logo Compliance.Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. 35 (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district managers and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage containing: (1) U.S. Communities standard logo with Founding Co-Sponsors logos;(2) Copy of original procurement solicitation;(3) Copy of Master Agreement including any amendments;(4) Summary of Products and Services pricing;(5) Electronic link to U.S. Communities’ online registration page; and(6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities’ online registration process prior to processing the Public Agency’s first sales order. (vi) Supplier’s Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier’s performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and 36 publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party. 37 U.S. Communities Administration Agreement Information The Agreement outlines the Supplier’s general duties and responsibilities in implementing the U.S. Communities contract. The Supplier is required to execute the U.S. Communities Administration Agreement unaltered (attached hereto as Attachment 4) and submit with the supplier’s proposal without exception or alteration. Failure to do so will result in disqualification. 38 SUPPLIER WORKSHEET FOR NATIONAL PROGRAM CONSIDERATIONSuppliers are required to meet specific qualifications. Please respond in the spaces provided after each qualification statement below: A. State if pricing for all Products/Services offered will be the most competitive pricing offered by your organization to Participating Public Agencies nationally. YES____ NO____ B. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states, and the ability to deliver service in Alaska and Hawaii?YES____ NO____ C. Does your company have a national sales force, dealer network or distributor with the ability to call on Participating Public Agencies in at least 35 U.S. states?YES____ NO____ D. Did your company have sales greater than $100 million last year in the United States?YES____ NO____ E. Does your company have existing capacity to provide electronic and ecommerce ordering and billing?YES____ NO____ F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S. Communities program contract?YES____ NO____ G. Does your company agree to respond to all agency referrals from U.S. Communities within 2 business days?YES____ NO____ H. Does your company maintain records of your overall Participating Public Agencies’ sales that you can and will share with U.S. Communities to monitor program implementation progress?YES____ NO____ I. Will your company commit to the following program implementation schedule?YES____ NO____ J. Will the U.S. Communities program contract be your lead public offering to Participating Public Agencies?YES____ NO____ _____________________________________________________________________________Submitted by:________________________________ ___________________________________ (Printed Name)(Signature)________________________________ ___________________________________ (Title)(Date) 39 New Supplier Implementation Checklist Target Completion After Award 1. First Conference Call One Week Initial Kick Off Call to discuss expectations Establish initial contact people & roles/responsibilities Supplier Log-In Credentials established 2. Executed Legal Documents One Week U.S. Communities Admin Agreement Lead Public Agency Agreement signed 3. Program Contact Requirements One Week Supplier contacts communicated to U.S. Communities Staff Dedicated email Dedicated toll free number Dedicated fax number 4. Second Conference Call Two Weeks Set Contract Launch Date & Outline Kick Off Plan Establish WebEx Training Dates Review Contract Commitments Complete Supplier Set Up Form Complete User Account and User ID Form Identify Dates for Senior Management Meeting 5. Marketing Kick Off Call Two Weeks Overview of Marketing Requirements Establish Timeline for Marketing Deliverables Set Weekly Marketing Call 6. Initial NAM & Staff Training Meetings Three Weeks Discuss expectations, roles & responsibilities Introduce and review web-based tools Review process & expectations of Lead Referral contact with NAM & identified LRC 7. Senior Management Meeting Four Weeks Implementation Process Progress Report U.S. Communities & Vendor Organizational Overview Supplier Manager to review & further discuss commitments 8. Review Top Joint Target Opportunities Five Weeks Top 10 Local Contracts 40 Review top U.S. Communities PPA's 9. Web Development Initiate IT contact Two Weeks Initiate E-Commerce Conversation Two Weeks Product Upload to U.S. Communities site Five Weeks 10. Sales Training & Roll Out Program Manager briefing - Coordinate with NAM Five Weeks Initial remote WebEx training for all sales - Coordinate with NAM Four Weeks Initiate contact with Advisory Board (AB) members Six Weeks Determine PM & Local Metro teams strategy sessions Six Weeks 41 SUPPLIER INFORMATION Please respond to the following requests for information about your company: Background 1. Provide a transmittal letter including the name of Offeror’s company, address, telephone number, website address, primary contact person with email address. 2. Provide a detailed narrative that describes the strengths of the company and its understanding of the scope of work statement. Include a brief history and description of your company and a description of relevant past performance and experience with regards to contracts of similar scale, scope and complexity. National Commitments Offer shall provide a written narrative of its understanding and acceptance of the requirements in Supplier Qualifications on pages 28-33. Company 1. Provide the total number and location of sales persons employed by your company in the United States. Example: NUMBER OF SALES REPRESENTATIVES CITY STATE 13 Phoenix AZ 6Tucson AZ 10 Los Angeles CA 12 San Francisco CA 6 San Diego CA 5SacramentoCA 3Fresno CA Etc. Etc. Total: 366 2. Describe how the above sales persons would be utilized in selling this contract, including the time commitment each sales person will devote to selling this contract. 3. Provide the total number and location of service/installation technicians and engineering positions employed by your company in the United States. 42 4. Provide the company annual sales for 2012, 2013 and 2014 in the United States;Sales reporting should be segmented into the following categories: Segment 2012 Sales 2013 Sales 2014 Sales Cities Counties K-12 (Pubic/Private) Higher Education (Public/Private) States Other Public Sector and Nonprofits Federal Private Sector Total Supplier Sales SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2012, 2013, AND 2014 5. Provide annual sales for 2012, 2013 and 2014 in the United States for the proposed Products and/or Services; Sales reporting should be segmented into the following categories: Segment 2012 Sales 2013 Sales 2014 Sales Cities Counties K-12 (Pubic/Private) Higher Education (Public/Private) States Other Public Sector and Nonprofits Federal Private Sector Total Supplier Sales SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2012, 2013, AND 2014 6. Provide a description of your company’s relevant market and your position within it. 7. Submit your current Federal Identification Number and latest Dun & Bradstreet report. 8. Provide a list with contact information of your company’s ten largest public agency customers. 43 Distribution 1. Describe how your company proposes to distribute the Products and Servicesnationwide. 2. Identify all other companies that will be involved in processing, handling or shipping the Product to the end user. 3. State the effectiveness of the proposed distribution in providing the lowest cost to the end user. 4. Provide the number, size and location of your company’s distribution facilities, warehouses and retail network as applicable. 5. Provide the number and location of support centers (if applicable). 6. Describe your company’s customer service department staffing levels, hours of operation and other relevant details. 7. If applicable, describe your company’s ability to do business with manufacturer/dealer/distribution organizations that are either small or MWBE businesses as defined by the Small Business Administration. a. If applicable, describe other ways your company can be sensitive to a Participating Public Agency’s desire to utilize local and/or MWBE companies, such as number of local employees and offices in a particular geographic area, companies your firm is using that may be local (i.e. local delivery truck company), your company’s diversity of owner employees, etc. b. If applicable, provide details on any products or services being offered by your company where the manufacturer or service provider is either a small or MWBE business as defined by the Small Business Administration. Provide product/service name, company name and small/MWBE designation. Marketing 1. Outline your company’s plan for marketing the Products and Services to state and local government agencies nationwide. 2. Explain how your company will educate its national sales force about the Master Agreement. 3. Explain how your company will market and transition the Master Agreement into the primary offering to Participating Public Agencies. 44 4. Explain how your company plans to market the Master Agreement to existing government customers and transition these customers to the Master Agreement. Please provide the amount of purchases of existing public agency clients that your company will transition to the U.S. Communities contract for the initial three years of the contract in the following format within your proposal. a. $________.00 will be transitioned in year one.b. $________.00 will be transitioned in year two.c. $________.00 will be transitioned in year three. National Staffing Plan 1. A staffing plan is required which describes the Offeror’s proposed staff distribution to implement and manage this contract throughout the term of the contract. At a minimum, this plan should include the following: a. Identify the key personnel who will lead and support the implementation period of the contract outlined in Section 6, New Supplier Implementation Checklist, along with the amount of time to be devoted to implementation; b. Identify the key personnel who are to be engaged in this contract throughout the term of the contract and their relationship to the contracting organization; c. Provide a chart that shows 1) the time commitment of each professional staff member that will be devoted to the contract, 2) each member’s role in maintaining and growing the contract; and 3) a timeline of each member’s involvement throughout the contract. 2. Submit the resumes of the below personnel: a. The person your company proposes to serve as the National Accounts Manager, b. Each person that will be dedicated full time to U.S. Communities account management, and c. Key executive personnel that will be supporting the program. Products, Services and Solutions The primary objective is for each Supplier to provide its complete product and service offerings so that Participating Public Agencies may order a range of products and services as appropriate for their needs. 1.Describe in detail the depth of product your company provides. 45 a. Provide a description of the Products, including all related components and parts to be provided by the major product category set forth in the General Definition of Products and/or Services in Section 2 of the RFP. b. Provide catalog or brochure type information as applicable. c. Provide a matrix breaking out product information on all products, options, accessories such as product type, capacity range, standard warranty information, extended warranty information, estimated lead time/delivery time, etc. d. Provide all necessary technical information relating to operation of equipment and systems, along with list of spare parts recommended by manufacturers with part numbers needed to maintain and efficiently run the systems and equipment. 2. Describe in detail the depth of services your company provides. a. Provide a detailed description of the Services, including training, start-upand commissioning services, installation, maintenance, turn-key services,repair services, rentals, leases, equipment upgrades and any other services provided by your company as set forth in the General Definition of Products and/or Services in Section 2 of the RFP. b. Identify the manufacturer products/brands your company can service and support. c. Stipulate the minimum work crew that will be made available at all times ensuring timely and effective project completion. A project foreman, fluent in English, must be onsite during all construction activities and have authority to act on behalf of the Contractor. East site work crew must have at least one journeyman assigned. d. Describe how your company selects sub-contractors for service and/or installation and how you ensure customer satisfaction related to the sub-contractors. e. Describe your company’s process for submitting a test and balance report for each piece of equipment installed, including items that will be covered in the test and balance report. f. Describe your company’s process for delivering a comprehensive commission plan at least two weeks prior to start-up, including details of what will be covered in the plan. 46 g. Describe your company’s scope of work for preventative maintenance work. h. Describe and define all scenarios in which additional charges would apply outside of routine preventive maintenance. i. Describe your methodologies for assisting Participating Public Agencies with recommendations on repairs and upgrades from defining the repair/upgrade through the completion of work. j. Describe your company’s process for notifying a Participating Public Agency when personnel are going to be in a facility, your arrival anddeparture time and the work performed. How do you handle requirements for sign-off of work prior to leaving facility? 3. Describe your company’s ability to provide temporary cooling/chiller units. 4. Describe any related products or services your company offers as outlined in Section 2 Scope of Work, General Definition of Products and Services. 5. Describe your company’s record keeping system for work performed. 6. Describe your ability to provide online access to records. 7. State any options for expediting delivery of product. 8. State backorder policy. Do you fill or kill order and require Participating Public Agency to reorder if item is backordered? 9. State restocking fees and procedures for returning products, if applicable. 10. Describe any special programs that your company offers that will improve customers’ ability to access Products and Services, on-time delivery or other innovative strategies. 11. Describe the capacity of your company to broaden the scope of the contract and keep the product and service offerings current and ensure that latest products, standards and technology for HVAC Products, Installation, Services and Related Products and Services. Quality 1. Describe your company’s safety policy and/or program, including how the policy is communicated to employees, whether the employees are evaluated on safety, and if any employees are dedicated to safety. 47 2. Describe your company’s quality control processes. 3. Describe your problem escalation process. 4. How are customer complaints measured and categorized? What processes are in place to know that a problem has been resolved? 5. Describe your company’s post-installation support and warranty specifics. Include both product and installation warranty information. 6. Describe the process for replacement or repair of defective products and warranty related issues. 7. Describe how your company evaluates and determines unit repair versus unit replacement. Administration 1. Describe your company’s capacity to employ telephone, ecommerce, etc., with a specific proposal for processing orders under the Master Agreement. 2. State which forms of ordering allow the use of a procurement card and the accepted banking (credit card) affiliation. 3. Describe the process for ordering when supply of a unit and installation is involved, specifically addressing whether one purchase order is required for the entire project, or if separate purchase orders are required for ordering the product and securing installation services. 4. Describe your company’s internal management system for processing orders from point of customer contact through delivery and billing. Please state if you use a single system or platform for all phases of ordering, processing, delivery and billing. 5. Describe any existing multi-state cooperative purchasing programs, including the entity’s name(s), contact person(s), contact information and annual volume. 6. Describe the capacity of your company to report monthly sales under the Master Agreement by Participating Public Agency within each U.S. state. 7. Describe the capacity of your company to provide management reports, i.e. commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. 48 8. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating Public Agencies. Environmental 1. Provide a brief description of any company environmental initiatives, including your company’s environmental strategy, your investment in being an environmentally preferable product leader, and any resources dedicated to your environmental strategy. 2. Describe your company’s process for defining green products or sustainable processes. 3. Describe your product’s recyclability. Describe any buy back or take back options offered. Describe your company’s efforts to reduce or reuse packaging and minimize environmental footprint in the shipping process. Financial Statements The Supplier shall include an audited income statement and balance sheet from the two (2) most recent reporting periods in its proposal. Additional Information Please use this opportunity to describe any/all other features, advantages and benefits of your organization that you feel will provide additional value and benefit to a Participating Public Agency. 49 Attachment 1 - Signature Sheet, which must be completed and included in the Technical Proposal submission. SUBMISSION SIGNATURE SHEETI/We agree to provide the services in accordance with the accompanying specifications and all conditions, provisions, attachments and any addenda to this RFP. Company Authorized Representative (please print) Address Signature Address, continued Title Telephone Number Federal Tax I.D. Number E-Mail Address of Firm’s Representative Acknowledgement of Addenda I/We acknowledge receipt of the following Addenda: No. __________, Dated __________ No. __________, Dated __________ No. __________, Dated __________ 50 ATTACHMENT –2 RFP NUMBER 15-JLP-023 _____________________________________HARFORD COUNTY PUBLIC SCHOOLS________________________________________Barbara Canavan, Superintendent 102 South Hickory Avenue, Bel Air, MD 21014 CERTIFICATION REGARDING U.S. GOVERNMENTDEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR, part 85, Section 85.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160-19211). (1) The prospective participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ____________________________________________________________________________________________________ Name and Title of Authorized Agency/Organization Representative ________________________________ __________________________________________________ Signature Date ____________________________________________________________________________________________________ Agency/Organization Above certification instituted by the U. S. Department of Education for all grantees and subgrantees as of fiscal year 1990. ANTI-BRIBERY AFFIDAVIT I HEREBY CERTIFY that: 1. I am the and the duly authorized representative of the firm of whose address is , and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. 2. Except as described in paragraph 3 below, neither I, nor to the best of my knowledge, the above firm, nor any of its officers, directors or partners, or any of its employees directly involved in obtaining contracts with the state or any county, bi-county, or multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendre to a charge of, or have during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions committed after July 1, 1977, which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of Article 27 of the Annotated Code of Maryland or under the laws of any state or federal government. 3. (State "none"or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above, with the date; court, official, or administrative body; and the sentence ordisposition, if any._________________________________________________________________________________ _______________________________________________________________________________________________I acknowledge that this affidavit is to be furnished to the requesting agency, to the Secretary of Budget and Fiscal Planning of Maryland, and where appropriate, to the Board of Public Works and the Attorney General under '16-202, S.F. of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in this affidavit are not true and correct, the State may terminate any contract awarded and take any other appropriate action. I further acknowledge that I am executing this affidavit in compliance with '16-203, S.F. of the Annotated Code of Maryland, which provides that certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or any of its agencies or subdivisions. I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct. ___________________________________________ Signature Witness ______________________________________________ Date 410.638.4080 Purchasing Agent: Jeffrey LaPorta_____ 51 Attachment 3 – Master Intergovernmental Cooperative Purchasing Agreement (MICPA) This agreement is made between certain government agencies that execute a Lead Public Agency Certificate (‘Lead Public Agencies”) to be appended and made a part hereof and other government agencies (“Participating Public Agencies”) that agree to the terms and conditions hereof through the U.S. Communities registration and made a part hereof. RECITALS WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, a number of Suppliers have entered into Master Agreements to provide a variety of goods, products and services based on national and international volumes (herein “Products and Services”); WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of the Intergovernmental Cooperation Act as may be applicable to the laws of the State of purchase; WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS, the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW, THEREFORE, in consideration of the mutual promises contained in this agreement, and of the mutual benefits to result, the parties agree as follows: 1. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party’s procurement practices. 3. That the cooperative use of solicitations obtained by a party to this agreement shall be in accordance with the terms and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, 52 efficiency and economy of Participating Public Agencies procurement of Products and Services 5. That a procuring party will make timely payments to the Supplier for Products and Services received in accordance with the terms and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the procuring party shall be the exclusive obligation of such procuring party. Disputes between procuring party and Supplier are to be resolved in accord with the law and venue rules of the State of purchase. 6. The procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The procuring party shall be responsible for the ordering of Products and Services under this agreement. A non-procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non-procuring party harmless from any liability that may arise from action or inaction of the procuring party. 8. The exercise of any rights or remedies by the procuring party shall be the exclusive obligation of such procuring party. 9. This agreement shall remain in effect until termination by a party giving 30 days written notice to U.S. Communities at 2999 Oak Road, Suite 710, Walnut Creek, CA 94597. 10.This agreement shall take effect after execution of the Lead Public Agency Certificate or Participating Public Agency Registration, as applicable. 53 Attachment 4 – Administration Agreement This ADMINISTRATION AGREEMENT (“Agreement”) is made as of ________________, by and between U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE (“U.S. Communities”) and _______________________ (“Supplier”). RECITALS WHEREAS, (“Lead Public Agency”) has entered into a certain Master Agreement dated as of even date herewith, referenced as Agreement No. _______, by and between Lead Public Agency and Supplier (as amended from time to time in accordance with the terms thereof, the “Master Agreement”) for the purchase of ___________________ (the “Products and Services”); WHEREAS, the Master Agreement provides that any state, county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization (each a “Public Agency” and collectively, “Public Agencies”) may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with U.S. Communities, in which case the Public Agency becomes a “Participating Public Agency”; WHEREAS, U.S. Communities has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS, U.S. Communities serves as the administrative agent for Lead Public Agency and other lead public agencies in connection with other master agreements offered by U.S. Communities; WHEREAS, Lead Public Agency desires U.S. Communities to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS, “U.S. Communities Government Purchasing Alliance” is a trade name licensed by U.S. Communities Purchasing & Finance Agency; and WHEREAS, U.S. Communities and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, U.S. Communities and Supplier hereby agree as follows: ARTICLE I GENERAL TERMS AND CONDITIONS 54 1.1 The Master Agreement, attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. 1.2 U.S. Communities shall be afforded all of the rights, privileges and indemnifications afforded to Lead Public Agency under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to U.S. Communities under this Agreement including, without limitation, Supplier’s obligation to provide insurance and certain indemnifications to Lead Public Agency. 1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. 1.4 U.S. Communities shall perform all of its duties, responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein, and Supplier acknowledges that U.S. Communities shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement, U.S. Communities (a) shall not be construed as a dealer, re-marketer, representative, partner, or agent of any type of Supplier, Lead Public Agency or such Participating Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency, any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by a Participating Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public Agency or a Participating Public Agency under this Agreement or the Master Agreement. ARTICLE II TERM OF AGREEMENT 2.1 This Agreement is effective as of ____________________ and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided, however, that the obligation to pay all amounts owed by Supplier to U.S. Communities through the termination of this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this Agreement. ARTICLE III REPRESENTATIONS AND COVENANTS 55 3.1 U.S. Communities views the relationship with Supplier as an opportunity to provide benefits to both Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both U.S. Communities and Supplier. 3.2 U.S. Communities’ Representations and Covenants. (a) Marketing. U.S. Communities shall proactively market the Master Agreement to Public Agencies using resources such as a network of major sponsors including the National League of Cities (NLC), National Association of Counties (NACo), United States Conference of Mayors (USCM), and the Association of School Business Officials (ASBO) (collectively, the “Founding Co-Sponsors”) and individual state-level sponsors. In addition, the U.S. Communities staff shall enhance Supplier’s marketing efforts through meetings with Public Agencies, participation in key events and tradeshows and by providing online tools to Supplier’s sales force. (b) Training and Knowledge Management Support. U.S. Communities shall provide support for the education, training and engagement of Supplier’s sales force as provided herein. Through its staff (each, a “Program Manager” and collectively, the “Program Managers”), U.S. Communities shall conduct training sessions with Supplier and shall conduct calls jointly with Supplier to Public Agencies. U.S. Communities shall also provide Supplier with access to U.S. Communities’ private intranet website which provides presentations, documents and information to assist Supplier’s sales force in effectively promoting the Master Agreement. 3.3 Supplier’s Representations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies (such representations and covenants are sometimes referred to as “Supplier’s Commitments” and are comprised of the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment): (a)Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier’s primary contractual offering of Products and Services to Public Agencies. All of Supplier’s direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier’s primary offering and not just one of Supplier’s contract options. (ii) Supplier’s sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. 56 (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier’s senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier’s Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow-up by Supplier’s staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier’s U.S. Communities program and linked to U.S. Communities’ website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state’s request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b)Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier’s pricing shall be evaluated on either an overall project basis or the Public Agency’s actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency’s unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency’s purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier’s obligation to match the pricing under Supplier’s contracts offering lower prices. 57 (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier’s pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier’s Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. 58 (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c)Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d)Sales Commitment. Supplier shall market the Master Agreement through Supplier’s sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier’s primary offering to Public Agencies. Supplier’s sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive direct sales of Supplier’s Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged. All of Supplier’s sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non-transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier’s name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii) Branding and Logo Compliance.Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use 59 by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district managers and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage containing: (1) U.S. Communities standard logo with Founding Co-Sponsors logos;(2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments;(4) Summary of Products and Services pricing;(5) Electronic link to U.S. Communities’ online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities’ online registration process prior to processing the Public Agency’s first sales order. (vi) Supplier’s Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier’s performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and 60 every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party 3.4 Breach of Supplier’s Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is found to be in violation of, or non-compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non-compliance and, if Supplier fails to cure such violation or non-compliance within such notice period, it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at U.S. Communities’ sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend U.S. Communities, and its parent companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses (including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall, at Supplier’s sole expense, maintain an accounting of all purchases made by Lead Public Agency and Participating Public Agencies under the Master Agreement. U.S. Communities and Lead Public Agency each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. U.S. Communities shall have the authority to conduct random audits of Supplier’s pricing that is offered to Participating Public Agencies at U.S. Communities’ sole cost and expense. Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to three (3) or more Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S. Communities shall have the ability to conduct a reasonable audit of Supplier’s pricing at Supplier’s sole cost and expense during regular business hours upon reasonable notice. U.S. Communities may conduct the audit internally or may engage a third-party auditing firm on a non-contingent basis. Supplier shall solely be responsible for the cost of the audit up to the first $50,000 and U.S. Communities and Supplier shall each be responsible for fifty percent (50%) of the audit costs that exceed $50,000. In the event of an audit, the requested materials shall be provided in the format and at the location where kept in the ordinary course of business by Supplier. ARTICLE V 61 FEES & REPORTING 5.1 Administrative Fees. Supplier shall pay to U.S. Communities a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in the amount of two percent (2%) of aggregate purchases made during each calendar month (individually and collectively, “Administrative Fees”). Supplier’s annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities, or its designee or trustee as may be directed in writing by U.S. Communities. Administrative Fees shall be due and payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such calendar month. U.S. Communities agrees to pay to Lead Public Agency five percent (5%) of all Administrative Fees received from Supplier to help offset Lead Public Agency’s costs incurred in connection with managing the Master Agreement nationally. 5.2 Sales Reports. Within thirty (30) days of the end of each calendar month, Supplier shall deliver to U.S. Communities an electronic accounting report, in the format prescribed by Exhibit B, attached hereto, summarizing all purchases made under the Master Agreement during such calendar month (“Sales Report”). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. U.S. Communities reserves the right upon reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors and state associations. (a) Monthly Sales Reports shall include all sales reporting under the Master Agreement, and a breakout of Environmental Preferable (Green) sales reporting. Supplier must make reasonable attempts at filling in all required information and contact U.S. Communities with a plan to correct any deficiencies of data field population. (b) Submitted reports shall be verified by U.S. Communities against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. 5.3 Exception Reporting/Sales Reports Audits. U.S. Communities or its designee may, at its sole discretion, compare Supplier’s Sales Reports with Participating Public Agency records or other sales analysis performed by Participating Public Agencies, sponsors, advisory board members or U.S. Communities staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S. Communities, U.S. Communities shall notify Supplier in writing and Supplier shall have thirty (30) days from the date of such notice to resolve the discrepancy to U.S. Communities’ reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to U.S. Communities’ trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to U.S. Communities in writing to reporting@uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities’ reasonable satisfaction within thirty (30) days, U.S. Communities shall have the right to engage outside services to conduct an independent 62 audit of Supplier’s reports. Supplier shall solely be responsible for the cost of the audit up to the first $50,000 and U.S. Communities and Supplier shall each be responsible for fifty percent (50%) of the audit costs that exceed $50,000. 5.4 Online Reporting. Within sixty (60) days of the end of each calendar quarter, U.S. Communities shall provide online reporting to Supplier containing Supplier’s sales reporting for such calendar quarter. Supplier shall contact U.S. Communities within fifteen (15) days of receiving notification of the online reporting and report to U.S. Communities any concerns or disputes regarding the reports, including but not limited to concerns regarding the following: Report Name Follow up with U.S. Communities5 Qtr Drop Sales Analysis Financial & Reporting Manager Zero States Sales Report Program Manager Registered Agency Without Sales Report Program Manager Supplier shall have access to the above reports through the U.S. Communities intranet website. The following additional reports are also available to Supplier and are useful in resolving reporting issues and enabling Supplier to better manage its Master Agreement: (i) Agency Sales by Population/Enrollment Report(ii) Hot Prospect Sales Report(iii) New Lead Sales Report (iv) State Comparison Sales Report (v) Advisory Board Usage Report(vi) Various Agency Type Comparison Reports(vii) Sales Report Builder 5.5 Supplier’s Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at U.S. Communities’ sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the previous calendar month shall bear interest at the rate of one and one-half percent (1.5%) per month until paid in full. ARTICLE VI MISCELLANEOUS 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement whichis not contained herein shall be valid or binding. 63 6.2 Attorney’s Fees. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. 6.3 Assignment. (a) Supplier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of U.S. Communities, and any assignment without such consent shall be void. (b) U.S. Communities. This Agreement and any rights or obligations hereunder may be assigned by U.S. Communities in U.S. Communities’ sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform U.S. Communities’ obligations hereunder. 6.4 Notices. All reports, notices or other communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below. U.S. Communities may, by written notice delivered to Supplier, designate any different address to which subsequent reports, notices or other communications shall be sent. U.S. Communities: U.S. Communities2999 Oak Road, Suite 710Walnut Creek, California 94597Attn: Program Manager Administration Supplier: ________________________________________________________________________________________________________________________________Attn: U.S. Communities Program Manager 6.5 Severability. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever. 6.6 Waiver. Any failure of a party to enforce, for any period of time, any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. 6.7 Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 6.8 Modifications. This Agreement may not be effectively amended, changed, modified, altered or terminated without the prior written consent of the parties hereto. 64 6.9 Governing Law; Arbitration. This Agreement will be governed by and interpreted in accordance with the laws of the State of California without regard to any conflict of laws principles. Any dispute, claim, or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including the determination of the scope or applicability of this dispute resolution clause, shall be determined by arbitration in Walnut Creek, California, before one (1) arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to recover its reasonable attorneys' fees and arbitration costs from the other party. The arbitration award shall be final and binding. Each party commits that prior to commencement of arbitration proceedings, the parties shall submit the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a mediator from JAMS panel of neutrals, and in promptly scheduling the mediation proceedings. The parties covenant that they will participate in the mediation in good faith, and that they will share equally in its costs. The mediation will be conducted by each party designating a duly authorized officer or other representative to represent the party with the authority to bind the party, and that the parties agree to exchange informally such information as is reasonably necessary and relevant to the issues being mediated. All offers, promises, conduct, and statements, whether oral or written, made in the course of the mediation by any of the parties, their agents, employees, experts, and attorneys, and by the mediator or any JAMS employees, are confidential, privileged, and inadmissible for any purpose, including impeachment, in any arbitration or other proceeding involving the parties, provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non-discoverable as a result of its use in the mediation. If the dispute is not resolved within thirty (30) days from the date of the submission of the dispute to mediation (or such later date as the parties may mutually agree in writing), the administration of the arbitration shall proceed. The mediation may continue, if the parties so agree, after the appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against any application for provisional relief on the ground that a mediation is pending. 6.10 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon U.S. Communities, Supplier and any successor and assign thereto; subject, however, to the limitations contained herein. [Remainder of Page Intentionally Left Blank – Signatures Follow] 65 IN WITNESS WHEREOF, U.S. Communities has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name, all as of the date first written above. U.S. Communities: U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE By _______________________________ Name: _______________________________ Title: _______________________________ Supplier: _____________________________________ By _______________________________ Name: _______________________________ Title: _______________________________ 66 SALES REPORT FORMAT Appendix B - US (Data Format) TIN Supplier ID Account No.Agency Name Dept Name Address City State Zip Agency Type Year Qtr Month Amount956000735 160 89518997 CITY OF LA/MGMT EMPL SVCS Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 1525.50956000222 160 34868035 LOS ANGELES COUNTY Facilities 350 S FIGUEROA ST STE 700 LOS ANGELES CA 90071 30 2012 2 5 1603.64956000735 160 89496461 CITY OF LA/ENVIRON AFFAIR Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 1625.05956000735 160 89374835 CITY OF LA/COMMUNITY DEV Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 45090.79066002010 160 328NA0001053 GROTON TOWN OF PUBLIC WORKS Water 123 A St.GROTON CT 06340 20 2012 2 5 318.00066001854 160 328NA0001051 GROTON CITY OF Administration 123 A St.GROTON CT 06340 20 2012 2 5 212.00 Column Name Required Data Type Length Example CommentTINOptional Text 9 956000735 No Dash, Do not omit leading zero.Supplier ID Yes Number 3 111 See Supplier ID Table BelowAccount No. Optional Text 25 maxAgency Name Yes Text 255 maxDept Name Optional Text 255 maxAddress Yes Text 255 maxCityYes Text 255 max Los Angeles Must be a valid City nameStateYes Text 2 CAZipYesText590071 No Dash, Do not omit leading zero, Valid zip codeAgency Type Yes Number 2 30 See Agency Type Table BelowYearYes Number 4 2010QtrYesNumber14MonthYesNumber2Amount Yes Number variable 45090.79 Two digit decimal point, no $ sign or commas Agency Type ID Agency Type Description10 K-1211 Community College12 College and University20 City21 City Special District22 Consolidated City/County30 County31 County Special District40 Federal41 Crown Corporations50 Housing Authority80 State Agency81 Independent Special District82 Non-Profit84 Other Agency Type Table Sales Report Template SALES REPORT DATA FORMAT Depends on supplier account no.Los Angeles CountyPurchasing Dept 12 67 Attachment 5 – State Notice Addendum Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation. Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: http://www.usa.gov/Agencies/Local_Government/Cities.shtml Other states: State of Oregon, State of Hawaii, State of Washington State: HI Account Type: HI Counties, Cities, Colleges Hawaii County Honolulu County Kauai County Maui County Kalawao County Aiea Anahola Barbers Point N A S Camp H M Smith Captain Cook Eleele Ewa Beach Fort Shafter Haiku Hakalau Haleiwa Hana Hanalei Hanamaulu Hanapepe Hauula Hawaii National Park Hawaiian Ocean View Hawi Hickam AFB Hilo Holualoa Honaunau Honokaa Honolulu Honomu Hoolehua Kaaawa Kahuku Kahului Kailua Kailua Kona Kalaheo Kalaupapa Kamuela Kaneohe Kapaa Kapaau Kapolei Kaumakani Kaunakakai Kawela Bay Keaau Kealakekua Kealia 68 Keauhou Kekaha Kihei Kilauea Koloa Kualapuu Kula Kunia Kurtistown Lahaina Laie Lanai City Laupahoehoe Lawai Lihue M C B H Kaneohe Bay Makawao Makaweli Maunaloa Mililani Mountain View Naalehu Ninole Ocean View Ookala Paauhau Paauilo Pahala Pahoa Paia Papaaloa Papaikou Pearl City Pearl Harbor Pepeekeo Princeville Pukalani Puunene Schofield Barracks Tripler Army Medical Center Volvano Wahiawa Waialua Waianae Waikoloa Wailuku Waimanalo Waimea Waipahu Wake Island Wheeler Army Airfield Brigham Young University - Hawaii Chaminade University of Honolulu Hawaii Business College Hawaii Pacific University Hawaii Technology Institute Heald College - Honolulu Remington College - Honolulu Campus University of Phoenix - Hawaii Campus Hawaii Community College Honolulu Community College Kapiolani Community College Kauai Community College Leeward Community College Maui Community College University of Hawaii at Hilo University of Hawaii at Manoa Windward Community College 69 State: HI Account Type: K-12 Malama Honua Public Charter School ST JOHN THE BAPTIST Waimanalo Elementary and Intermediate School Kailua High School PACIFIC BUDDHIST ACADEMY HAWAII TECHNOLOGY ACADEMY CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. MARYKNOLL SCHOOL ISLAND SCHOOL STATE OF HAWAII, DEPT. OF EDUCATION KE KULA O S. M. KAMAKAU KAMEHAMEHA SCHOOLS HANAHAU`OLI SCHOOL EMMANUAL LUTHERAN SCHOOL School Lunch Program Our Savior Lutheran School Account Type: County BOARD OF WATER SUPPLY MAUI COUNTY COUNCIL Kauai County Council Honolulu Fire Department COUNTY OF MAUI Account Type: Non-Profit (68 records) Lanai Community Health Center Maui High Band Booster Club Naalehu Assembly of God outrigger canoe club One Kalakaua Native Hawaiian Hospitality Association St. Theresa School Hawaii Peace and Justice Kauai Youth Basketball Association NA HALE O MAUI LEEWARD HABITAT FOR HUMANITY WAIANAE COMMUNITY OUTREACH NA LEI ALOHA FOUNDATION HAWAII FAMILY LAW CLINIC DBA ALA KUOLA BUILDING INDUSTRY ASSOCIATION OF HAWAII UNIVERSITY OF HAWAII FEDERAL CREDIT UNION LANAKILA REHABILITATION CENTER INC. POLYNESIAN CULTURAL CENTER CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST BISHOP MUSEUM ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA ASSOSIATION OF OWNERS OF KUKUI PLAZA MAUI ECONOMIC DEVELOPMENT BOARD NETWORK ENTERPRISES, INC. HONOLULU HABITAT FOR HUMANITY ALOHACARE ORI ANUENUE HALE, INC. IUPAT, DISTRICT COUNCIL 50 GOODWILL INDUSTRIES OF HAWAII, INC. HAROLD K.L. CASTLE FOUNDATION MAUI ECONOMIC OPPORTUNITY, INC. EAH, INC. PARTNERS IN DEVELOPMENT FOUNDATION HABITAT FOR HUMANITY MAUI W. M. KECK OBSERVATORY HAWAII EMPLOYERS COUNCIL HAWAII STATE FCU MAUI COUNTY FCU PUNAHOU SCHOOL YMCA OF HONOLULU EASTER SEALS HAWAII AMERICAN LUNG ASSOCIATION Hawaii Area Committee READ TO ME INTERNATIONAL FOUNDATION MAUI FAMILY YMCA WAILUKU FEDERAL CREDIT UNION ST. THERESA CHURCH HALE MAHAOLU West Maui Community Federal Credit Union 70 Hawaii Island Humane Society Kama'aina Care Inc International Archaeological Research Institute, Inc. Community Empowerment Resources Tutu and Me Traveling Preschool First United Methodist Church AOAO Royal Capitol Plaza Kumpang Lanai Child and Family Service MARINE SURF WAIKIKI, INC. Hawaii Health Connector Hawaii Carpenters Market Recovery Program Fund Puu Heleakala Community Association Saint Louis School Kailua Racquet Club, Ltd. Homewise Inc. Hawaii Baptist Academy Kroc Center Hawaii Kupu Account Type: College and University University of the Nations ARGOSY UNIVERSITY HAWAII PACIFIC UNIVERSITY UNIVERSITY OF HAWAII AT MANOA RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII BRIGHAM YOUNG UNIVERSITY - HAWAII University Clinical Research and Association CHAMINADE UNIVERSITY OF HONOLULU Account Type: Other Hawaii Information Consortium Leeward Community Church E Malama In Keiki O Lanai Keawala'i Congregational Church Lanai Community Hospital Angels at Play Preschool & Kindergarten Queen Emma Gardens AOAO Account Type: Community College Honolulu Community College COLLEGE OF THE MARSHALL ISLANDS Account Type: State Agency DOT Airports Division Hilo International Airport Judiciary - State of Hawaii ADMIN. SERVICES OFFICE SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII HEALTH SYSTEMS CORPORATION HAWAII AGRICULTURE RESEARCH CENTER STATE OF HAWAII Third Judicial Circuit - State of Hawaii Account Type: Consolidated City/County CITY AND COUNTY OF HONOLULU Lanai Youth Center Account Type: Federal US Navy Defense Information System Agency State: OR Account Type: K-12 VALLEY CATHOLIC SCHL CROOK COUNTY SCHOOL DISTRICT CORBETT SCHL DIST #39 Bethel School District #52 St. Therese Parish/School Portland YouthBuilders Wallowa County ESD Fern Ridge School District 28J Knova Learning New Horizon Christian School MOLALLA RIVER ACADEMY HIGH DESERT EDUCATION SERVICE DISTRICT SOUTHWEST CHARTER SCHOOL WHITEAKER MONTESSORI SCHOOL CASCADES ACADEMY OF CENTRAL OREGON NEAH-KAH-NIE DISTRICT NO.56 INTER MOUNTAIN ESD STANFIELD SCHOOL DISTRICT LA GRANDE SCHOOL DISTRICT 71 CASCADE SCHOOL DISTRICT DUFUR SCHOOL DISTRICT NO.29 hillsboro school district GASTON SCHOOL DISTRICT 511J BEAVERTON SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 WILLAMINA SCHOOL DISTRICT MCMINNVILLE SCHOOL DISTRICT NO.40 Sheridan School District 48J THE CATLIN GABEL SCHOOL NORTH WASCO CTY SCHOOL DISTRICT 21 - CHENOWITH CENTRAL CATHOLIC HIGH SCHOOL CANYONVILLE CHRISTIAN ACADEMY OUR LADY OF THE LAKE SCHOOL NYSSA SCHOOL DISTRICT NO. 26 ARLINGTON SCHOOL DISTRICT NO. 3 LIVINGSTONE ADVENTIST ACADEMY Santiam Canyon SD 129J WEST HILLS COMMUNITY CHURCH BANKS SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT BAKER COUNTY SCHOOL DIST. 16J - MALHEUR ESD HARNEY EDUCATION SERVICE DISTRICT GREATER ALBANY PUBLIC SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J SOUTHERN OREGON EDUCATION SERVICE DISTRICT SILVER FALLS SCHOOL DISTRICT St Helens School District DAYTON SCHOOL DISTRICT NO.8 Amity School District 4-J SCAPPOOSE SCHOOL DISTRICT 1J REEDSPORT SCHOOL DISTRICT FOREST GROVE SCHOOL DISTRICT DAVID DOUGLAS SCHOOL DISTRICT LOWELL SCHOOL DISTRICT NO.71 TIGARD-TUALATIN SCHOOL DISTRICT SHERWOOD SCHOOL DISTRICT 88J RAINIER SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT MONROE SCHOOL DISTRICT NO.1J CHILDPEACE MONTESSORI HEAD START OF LANE COUNTY HARNEY COUNTY SCHOOL DIST. NO.3 NESTUCCA VALLEY SCHOOL DISTRICT NO.101 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL LEBANON COMMUNITY SCHOOLS NO.9 MT.SCOTT LEARNING CENTERS SEVEN PEAKS SCHOOL DE LA SALLE N CATHOLIC HS MULTISENSORY LEARNING ACADEMY MITCH CHARTER SCHOOL REALMS CHARTER SCHOOL BAKER SCHOOL DISTRICT 5-J PHILOMATH SCHOOL DISTRICT CLACKAMAS EDUCATION SERVICE DISTRICT CANBY SCHOOL DISTRICT OREGON TRAIL SCHOOL DISTRICT NO.46 WEST LINN WILSONVILLE SCHOOL DISTRICT MOLALLA RIVER SCHOOL DISTRICT NO.35 ESTACADA SCHOOL DISTRICT NO.108 GLADSTONE SCHOOL DISTRICT ASTORIA SCHOOL DISTRICT 1C SEASIDE SCHOOL DISTRICT 10 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT VERNONIA SCHOOL DISTRICT 47J SOUTH COAST EDUCATION SERVICE DISTRICT COOS BAY SCHOOL DISTRICT NO.9 COOS BAY SCHOOL DISTRICT NORTH BEND SCHOOL DISTRICT 13 COQUILLE SCHOOL DISTRICT 8 MYRTLE POINT SCHOOL DISTRICT NO.41 BANDON SCHOOL DISTRICT BROOKING HARBOR SCHOOL DISTRICT NO.17- C REDMOND SCHOOL DISTRICT DESCHUTES COUNTY SD NO.6 - SISTERS SD DOUGLAS EDUCATION SERVICE DISTRICT ROSEBURG PUBLIC SCHOOLS GLIDE SCHOOL DISTRICT NO.12 SOUTH UMPQUA SCHOOL DISTRICT #19 YONCALLA SCHOOL DISTRICT NO.32 ELKTON SCHOOL DISTRICT NO.34 DOUGLAS COUNTY SCHOOL DISTRICT 116 72 HOOD RIVER COUNTY SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NO.4 CENTRAL POINT SCHOOL DISTRICT NO. 6 JACKSON CO SCHOOL DIST NO.9 ROGUE RIVER SCHOOL DISTRICT NO.35 MEDFORD SCHOOL DISTRICT 549C CULVER SCHOOL DISTRICT NO. JEFFERSON COUNTY SCHOOL DISTRICT 509-J GRANTS PASS SCHOOL DISTRICT 7 LOST RIVER JR/SR HIGH SCHOOL KLAMATH FALLS CITY SCHOOLS LANE COUNTY SCHOOL DISTRICT 4J SPRINGFIELD SCHOOL DISTRICT NO.19 CRESWELL SCHOOL DISTRICT SOUTH LANE SCHOOL DISTRICT 45J3 LANE COUNTY SCHOOL DISTRICT 69 SIUSLAW SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 LINN CO. SCHOOL DIST. 95C - SCIO SD ONTARIO MIDDLE SCHOOL GERVAIS SCHOOL DIST. #1 NORTH SANTIAM SCHOOL DISTRICT 29J JEFFERSON SCHOOL DISTRICT SALEM-KEIZER PUBLIC SCHOOLS MT. ANGEL SCHOOL DISTRICT NO.91 MARION COUNTY SCHOOL DISTRICT 103 - WASHINGTON ES MORROW COUNTY SCHOOL DISTRICT MULTNOMAH EDUCATION SERVICE DISTRICT GRESHAM-BARLOW SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO. 2 CENTRAL SCHOOL DISTRICT 13J St. Mary Catholic School CROSSROADS CHRISTIAN SCHOOL ST. ANTHONY SCHOOL HERITAGE CHRISTIAN SCHOOL BEND-LA PINE SCHOOL DISTRICT GLENDALE SCHOOL DISTRICT LINCOLN COUNTY SCHOOL DISTRICT PORTLAND PUBLIC SCHOOLS REYNOLDS SCHOOL DISTRICT CENTENNIAL SCHOOL DISTRICT NOBEL LEARNING COMMUNITIES St. Stephen's Academy Salem-Keizer 24J McKay High School Pine Eagle Charter School Waldo Middle School hermiston school district Clear Creek Middle School Marist High School Victory Academy Vale School District No. 84 St. Mary School Junction City High School Three Rivers School District Fern Ridge School District JESUIT HIGH SCHL EXEC OFC LASALLE HIGH SCHOOL Southwest Christian School Willamette Christian School Westside Christian High School CS LEWIS ACADEMY Portland America School Forest Hills Lutheran School Mosier Community School Koreducators Lep High Warrenton Hammond School District Sutherlin School District Malheur Elementary School District Ontario School District Parkrose School District 3 Riverdale School District 51J Tillamook School District Madeleine School Union School District Helix School District Corvallis School District 509J Falls City School District #57 Portland Christian Schools LUCKIAMUTE VALLEY CHARTER SCHOOLS Deer Creek Elementary School Yamhill Carlton School District HARRISBURG SCHL DIST CENTRAL CURRY SCHL DIST#1 BNAI BRITH CAMP OREGON FOOD BANK ABIQUA SCHL Salem keizar school district 73 Athena Weston School District 29RJ Imbler School District #11 monument school St. Paul School District St Paul Parish School EagleRidge High School Northwest Academy Sunny Wolf Charter School MCKENZIE SCHOOL DISTRICT 068 L'Etoiile French Immersion School LA GRANDE SCHOOL DISTRICT 001 Marist Catholic High School Elgin school dist. PLEASANT HILL SCH DIST #1 Ukiah School District 80R North Powder Charter School French American School Mastery Learning Institute North Lake School District 14 Early College High School Account Type: County GILLIAM COUNTY OREGON HOUSING AUTHORITY OF CLACKAMAS COUNTY UMATILLA COUNTY, OREGON MULTNOMAH LAW LIBRARY clackamas county CLATSOP COUNTY COLUMBIA COUNTY, OREGON coos county CROOK COUNTY ROAD DEPARTMENT CURRY COUNTY OREGON DESCHUTES COUNTY GILLIAM COUNTY GRANT COUNTY, OREGON HARNEY COUNTY SHERIFFS OFFICE HOOD RIVER COUNTY jackson county josephine county klamath county LANE COUNTY LINN COUNTY MARION COUNTY , SALEM, OREGON MULTNOMAH COUNTY SHERMAN COUNTY WASCO COUNTY YAMHILL COUNTY WALLOWA COUNTY ASSOCIATION OF OREGON COUNTIES NAMI LANE COUNTY BENTON COUNTY DOUGLAS COUNTY JEFFERSON COUNTY LAKE COUNTY LINCOLN COUNTY POLK COUNTY UNION COUNTY WASHINGTON COUNTY MORROW COUNTY NORCOR Juvenile Detention Tillamook County Estuary Job Council BAKER CNTY GOVT TILLAMOOK CNTY Wheeler County Lane County Sheriff's Office Clackamas County Juvenile Dept Account Type: Non-Profit Tamarack Aquatic Center Seven Feathers Casino St Paul Baptist Church Long Tom Watershed Council San Martin Deporres Catholic Church Portland Parks Foundation Cedar Hills Baptist Church Unitarian Universalist Church in Eugene Emmanuel Bible Church Mt Emily Safe Center Salem First Presbyterian Church Rolling Hills Baptist Church Baker Elks Gates Community Church of Christ PIP Corps LLC Turtle Ridge Wildlife Center Grande Ronde Model Watershed Foundation Western Environmental Law Center Mercy Flights, Inc. 74 HHoly Trinity Greek Orthodox Cathedral MECOP Inc. Beaverton Christians Church Oregon Humanities St. Pius X School Community Connection of Northeast Oregon, Inc. Living Opportunities, Inc. Coos Art Museum OETC Blanchet House of Hospitality Merchants Exchange of Portland, Oregon Coalition for a Livable Future Central Oregon Visitors Association Soroptimist International of Gold Beach, OR Real Life Christian Church Delphian School AVON EPUD-Emerald People's Utility District Human Solutions, Inc. The Wallace Medical Concern Boys & Girls Club of Salem, Marion & Polk Counties The Ross Ragland Theater and Cultural Center Cascade Health Solutions Umpqua Community Health Center ALZHEIMERS NETWORK OF OREGON NATIONAL WILD TURKEY FEDERATION TILLAMOOK ESTUARIES PARTNERSHIP LIFEWORKS NW COLLEGE HOUSING NORTHWEST PARALYZED VETERANS OF AMERICA Independent Development Enterprise Alliance MID-WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC HALFWAY HOUSE SERVICES, INC. REDMOND PROFICIENCY ACADEMY OHSU FOUNDATION SHELTERCARE PRINGLE CREEK SUSTAINABLE LIVING CENTER PACIFIC INSTITUTES FOR RESEARCH Mental Health for Children, Inc. The Dreaming Zebra Foundation LAUREL HILL CENTER THE OREGON COMMUNITY FOUNDATION OCHIN WE CARE OREGON SE WORKS ENTERPRISE FOR EMPLOYMENT AND EDUCATION OMNIMEDIX INSTITUTE PORTLAND BUSINESS ALLIANCE GATEWAY TO COLLEGE NATIONAL NETWORK FOUNDATIONS FOR A BETTER OREGON GOAL ONE COALITION ATHENA LIBRARY FRIENDS ASSOCIATION Coastal Family Health Center CENTER FOR COMMUNITY CHANGE STAND FOR CHILDREN ST. VINCENT DEPAUL OF LANE COUNTY EAST SIDE FOURSQUARE CHURCH CORVALLIS MOUNTAIN RESCUE UNIT InventSuccess SHERIDAN JAPANESE SCHOOL FOUNDATION The Blosser Center for Dyslexia Resources MOSAIC CHURCH HOUSING AUTHORITY OF LINCOLN COUNTY RENEWABLE NORTHWEST PROJECT INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION CONSERVATION BIOLOGY INSTITUTE THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT-OREGON, INC. BLACHLY LANE ELECTRIC COOPERATIVE MORNING STAR MISSIONARY BAPTIST CHURCH NORTHWEST FOOD PROCESSORS ASSOCIATION INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON OREGON EDUCATION ASSOCIATION HEARING AND SPEECH INSTITUTE INC SALEM ELECTRIC MORRISON CHILD AND FAMILY SERVICES JUNIOR ACHIEVEMENT CENTRAL BIBLE CHURCH 75 MID COLUMBIA MEDICAL CENTER-GREAT 'N SMALL TRILLIUM FAMILY SERVICES, INC. YWCA SALEM PORTLAND ART MUSEUM SAINT JAMES CATHOLIC CHURCH SOUTHERN OREGON HUMANE SOCIETY VOLUNTEERS OF AMERICA OREGON CENTRAL DOUGLAS COUNTY FAMILY YMCA METROPOLITAN FAMILY SERVICE OREGON MUSUEM OF SCIENCE AND INDUSTRY FIRST UNITARIAN CHURCH ST. ANTHONY CHURCH Good Shepherd Medical Center Salem Academy GEN CONF OF SDA CHURCH WESTERN OR PORTLAND ADVENTIST ACADEMY ST VINCENT DE PAUL OUTSIDE IN UNITED CEREBRAL PALSY OF OR AND SW WA WILLAMETTE VIEW INC. PORTLAND HABILITATION CENTER, INC. OREGON STATE UNIVERSITY ALUMNI ASSOCIATION Rose Villa NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA Oregon Research Institute WILLAMETTE LUTHERAN HOMES, INC LANE MEMORIAL BLOOD BANK PORTLAND JEWISH ACADEMY LANECO FEDERAL CREDIT UNION GRANT PARK CHURCH ST. MARYS OF MEDFORD, INC. US CONFERENCE OF MENONNITE BRETHREN CHURCHES FAITHFUL SAVIOR MINISTRIES OREGON CITY CHURCH OF THE NAZARENE OREGON COAST COMMUNITY ACTION EDUCATION NORTHWEST COMMUNITY ACTION TEAM, INC. EUGENE SYMPHONY ASSOCIATION, INC. STAR OF HOPE ACTIVITY CENTER INC. SPARC ENTERPRISES SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. SALEM ALLIANCE CHURCH Lane Council of Governments FORD FAMILY FOUNDATION TRAILS CLUB NEWBERG FRIENDS CHURCH WOODBURN AREA CHAMBER OF COMMERCE CONTEMPORARY CRAFTS MUSEUM AND GALLERY CITY BIBLE CHURCH OREGON LIONS SIGHT & HEARING FOUNDATION PORTLAND WOMENS CRISIS LINE THE SALVATION ARMY - CASCADE DIVISION WILLAMETTE FAMILY WHITE BIRD CLINIC GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES PLANNED PARENTHOOD OF SOUTHWESTERN OREGON HOUSING NORTHWEST OREGON ENVIRONMENTAL COUNCIL MEALS ON WHEELS PEOPLE, INC. FAITH CENTER Bob Belloni Ranch, Inc. GOOD SHEPHERD COMMUNITIES SACRED HEART CATHOLIC DAUGHTERS HELP NOW! ADVOCACY CENTER TENAS ILLAHEE CHILDCARE CENTER SUNRISE ENTERPRISES LOOKING GLASS YOUTH AND FAMILY SERVICES SERENITY LANE EAST HILL CHURCH LA GRANDE UNITED METHODIST CHURCH COAST REHABILITATION SERVICES Edwards Center Inc ALVORD-TAYLOR INDEPENDENT LIVING SERVICES NEW HOPE COMMUNITY CHURCH 76 KLAMATH HOUSING AUTHORITY QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. SPONSORS, INC. COLUMBIA COMMUNITY MENTAL HEALTH ADDICTIONS RECOVERY CENTER, INC METRO HOME SAFETY REPAIR PROGRAM OREGON SUPPORTED LIVING PROGRAM SOUTH COAST HOSPICE, INC. ALLFOURONE/CRESTVIEW CONFERENCE CTR. The International School REBUILDING TOGETHER - PORTLAND INC. PENDLETON ACADEMIES PACIFIC FISHERY MANAGEMENT COUNCIL DOGS FOR THE DEAF, INC. PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. EMMAUS CHRISTIAN SCHOOL DELIGHT VALLEY CHURCH OF CHRIST SAINT CATHERINE OF SIENA CHURCH PORT CITY DEVELOPMENT CENTER VIRGINIA GARCIA MEMORIAL HEALTH CENTER CENTRAL CITY CONCERN CANBY FOURSQUARE CHURCH EMERALD PUD VERMONT HILLS FAMILY LIFE CENTER BENTON HOSPICE SERVICE INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION COMMUNITY CANCER CENTER OPEN MEADOW ALTERNATIVE SCHOOLS, INC. CASCADIA BEHAVIORAL HEALTHCARE WILD SALMON CENTER BROAD BASE PROGRAMS INC. SUNNYSIDE FOURSQUARE CHURCH TRAINING EMPLOYMENT CONSORTIUM RELEVANT LIFE CHURCH 211INFO SONRISE CHURCH LIVING WAY FELLOWSHIP Women's Safety & Resource Center SEXUAL ASSAULT RESOURCE CENTER IRCO NORTHWEST YOUTH CORPS TILLAMOOK CNTY WOMENS CRISIS CENTER SECURITY FIRST CHILD DEVELOPMENT CENTER CLASSROOM LAW PROJECT YOUTH GUIDANCE ASSOC. PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND ELMIRA CHURCH OF CHRIST JASPER MOUNTAIN ACUMENTRA HEALTH WORKSYSTEMS INC COVENANT CHRISTIAN HOOD RIVER OREGON DONOR PROGRAM NAMI OREGON OLIVET BAPTIST CHURCH SILVERTON AREA COMMUNITY AID CONFEDERATED TRIBES OF GRAND RONDE NEIGHBORIMPACT CATHOLIC COMMUNITY SERVICES NEW AVENUES FOR YOUTH INC LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER DECISION SCIENCE RESEARCH INSTITUTE, INC. WESTERN STATES CENTER HIV ALLIANCE, INC PARTNERSHIPS IN COMMUNITY LIVING, INC. FANCONI ANEMIA RESEARCH FUND INC. BLIND ENTERPRISES OF OREGON OREGON BALLET THEATRE SMART All God's Children International FARMWORKER HOUISNG DEV CORP UMPQUA COMMUNITY DEVELOPMENT CORPORATION REGIONAL ARTS AND CULTURE COUNCIL THE EARLY EDUCATION PROGRAM, INC. MACDONALD CENTER EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. SELF ENHANCEMENT INC. FRIENDS OF THE CHILDREN 77 SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE COMMUNITY VETERINARY CENTER PORTLAND SCHOOLS FOUNDATION SUSTAINABLE NORTHWEST OREGON DEATH WITH DIGNITY BIRCH COMMUNITY SERVICES, INC. BAY AREA FIRST STEP, INC. OSLC COMMUNITY PROGRAMS EN AVANT, INC. ASHLAND COMMUNITY HOSPITAL NORTHWEST ENERGY EFFICIENCY ALLIANCE BONNEVILLE ENVIRONMENTAL FOUNDATION SUMMIT VIEW COVENANT CHURCH SALMON-SAFE INC. BETHEL CHURCH OF GOD PROVIDENCE HOOD RIVER MEMORIAL HOSPITAL SAINT ANDREW NATIVITY SCHOOL BARLOW YOUTH FOOTBALL SPOTLIGHT THEATRE OF PLEASANT HILL FAMILIES FIRST OF GRANT COUNTY, INC. TOUCHSTONE PARENT ORGANIZATION CANCER CARE RESOURCES CASCADIA REGION GREEN BUILDING COUNCIL SHERMAN DEVELOPMENT LEAGUE, INC. SCIENCEWORKS WORD OF LIFE COMMUNITY CHURCH SOCIAL VENTURE PARTNERS PORTLAND OREGON PROGRESS FORUM CENTER FOR RESEARCH TO PRACTICE WESTERN RIVERS CONSERVANCY UNITED WAY OF THE COLUMBIA WILLAMETTE EUGENE BALLET COMPANY EAST WEST MINISTRIES INTERNATIONAL SISKIYOU INITIATIVE EDUCATIONAL POLICY IMPROVEMENT CENTER North Pacific District of Foursquare Churches CATHOLIC CHARITIES FIRST CHURCH OF THE NAZARENE WESTSIDE BAPTIST CHURCH Housing Development Center Little Promises Chlildren's Program UNION GOSPEL MISSION GRACE BAPTIST CHURCH COMMUNITY ACTION ORGANIZATION OUTSIDE IN MAKING MEMORIES BREAST CANCER FOUNDATION, INC. ELAW COMMUNITY HEALTH CENTER, INC Greater Portland INC Boys & Girls Club of Corvallis Southeast Uplift Neighborhood Coalition First United Presbyterian Church PDX Wildlife Jackson-Josephine 4-C Council North Coast Family Fellowship Childswork Learning Center New Artists Performing Arts Productions, Inc. Relief Nursery Viking Sal Senior Center Boys and Girls Club of the rogue valley DrupalCon Inc., DBA Drupal Association Albany Partnership for Housing and Community Development Hermiston Christian Center & School Dress for Success Oregon Beaverton Rock Creek Foursquare Church St Paul Catholic Church St Mary's Catholic School and Parish Polk Soil and Water Conservation District Street Ministry La Grande Church of the Nazarene Spruce Villa, Inc. House of Prayer for All Nations Sacred Heart Catholic Church African American Health Coaliton, Inc. Happy Canyon Company Village Home Education Resource Center Monet's Children's Circle Cascade Housing Association Dayspring Fellowship Northwest Habitat Institute 78 Winding Waters Medical Clinic First Baptist Church The Nature Conservancy, Willamette Valley Field Office Serenity Lane Health Services Portland Community Reinvestment Initiatives, Inc. GeerCrest Farm & Historical Society College United Methodist Church NEDCO Salem Evangelical Church Daystar Education, Inc. Oregon Social Learning Center Pain Society of Oregon environmental law alliance worldwide Community in Action Safe Harbors FIRST CHRISTIAN CHURCH Pacific Classical Ballet Depaul Industries African American Health Coalition Jesus Prayer Book Coalition Of Community Health River Network CCI Enterprises Inc Oregon Nurses Association GOODWILL INDUSTRIES OF THE COLUMBIA WILLAMETTE Mount Angel Abbey YMCA OF ASHLAND YMCA OF COLUMBIA-WILLAMETTE ASSOCIATION SERVICES Multnomah Law Library Friends Of Tryon Creek State P Ontrack Inc. Calvin Presbyterian Church HOLT INTL CHILD St John The Baptist Catholic Portland Foursquare Church Portland Christian Center Church Extension Plan Occu Afghanistan Relief Effort EUGENE FAMILY YMCA Christ The King Parish and School Newberg Christian Church First United Methodist Church Zion Lutheran Church Southwest Bible Church Community Works Inc Masonic Lodge Pearl 66 Molalla Nazarene Church Transition Projects, Inc St Michaels Episcopal Church Saint Johns Catholich Church Access Inc Community Learning Center Old Mill Center for Children and Families Sunny Oaks Inc Hospice Center Bend La Pine Westside Foursquare Church Relief Nursery Inc Morning Star Community Church MULTNOMAH DEFENDERS INC Providence Health System Holy Trinity Catholic Church Holy Redeemer Catholic Church Alliance Bible Church Mid Columbia Childrens Council HUMANE SOCIETY OF REDMOND Our Redeemer Lutheran Church Kbps Public Radio Skyball Salem Keizer Youth Bas Open Technology Center Grace Chapel CHILDREN'S MUSEUM 2ND Solid Rock West Chehalem Friends Church Guide Dogs For The Blind Aldersgate Camps and Retreats St. Katherine's Catholic Church The Alliance NW of the Christian & Missionary Alliance Bags of Love Grand View Baptist Church Green Electronics Council Scottish Rite Western Wood Products Association THE NEXT DOOR NATIONAL PSORIASIS FOUNDATION NEW BEGINNINGS CHRISTIAN CENTER 79 HIGHLAND UNITED CHURCH OF CHRIST OREGON REPERTORY SINGERS HIGHLAND HAVEN FAIR SHARE RESEARCH AND EDUCATION FUND Oregon Satsang Society, Inc., A chartered Affiliate of ECKANKAR , ECKA First Baptist Church of Enterprise The Canby Center Instituto de Cultura y Arte In Xochitl In Cuicatl OSLC COMMUNITY PROGRAMS OCP Oregon Nikkei Endowment Eastern Oregon Alcoholism Foundation Grantmakers for Education The Spiral Gallery The ALS Association Oregon and SW Washington Chapter Children's Relief Nursery Home Builders World of Speed Energy Trust of Oregon Oregon Psychoanalytic Center Store to Door Depaul Industries North Coast Christian Church Union County Economic Development Corp. Camelto Theatre Company Camp Fire Columbia TAKE III OUTREACH Rolling Hills Community Church Summa Institute Amani Center Billy Webb Elks lodge #1050 Sandy Seventh-day Adventist Church Muddy Creek Charter School A FAMILY FOR EVERY CHILD 1000 FRIENDS OF OREGON NONPROFIT ASSOCIATION OF OREGON FAMILY CARE INC MEDICAL TEAMS INTL Clean Slate Canine Rescue & Rehabilitation St. Martins Episcopal church Food for Lane County columbia gorge discovery center and museum NAMI of Washington County The Dalles Art Association Temple Beth Israel Willamette Leadership Academy/Pioneer Youth Corps Of Oregon Rose Haven Sexual Assault Support Services Rural Development Initiatives YMCA of Marion and Polk Counties Faith Christian Fellowship Fund For Christian Charity Deer Meadow Assisted Living Umpqua Basin Water Association The Church of Christ of Latter Day Saints 300 Main Inc Southwestern Oregon Public Defender Services, Inc. Albertina Kerr Centers Dufur Christian Church St. Matthew Catholic School Serendipity Center Inc Northwest Family Services Network Charter School Ride Connecton Parenting Now! USO Northwest Norkenzie Christian Church Center for Family Development West Salem Foursquare Church Mount Pisgah Arboretum Lower Columbia Estuary Partnership Oasis Shelter Home Nehalem Bay House p:ear Health Share of Oregon St. Peter Catholic Church Mid Willamette Valley Community Action A Hope For Autism Foundation Breast Friends SEPTL Southeast Portland Tool Library National Christian Community Foundation Legal Aid Services of Oregon LITC Willamette Valley Babe Ruth 80 Center For Continuous Improvement SEIU Local 49 Emerald Media Group Trillium Sprigs Youth Dynamics Ashland Art Center Apostolic Church of Jesus Christ DOUGLAS FOREST PROTECTIVE Oregon Lyme Disease Network Ecotrust SPECIAL MOBILITY SERVICES Historical Outreach Foundation Teras Interventions and Counseling Inc Salem Area Chamber of Commerce First Congregational Chrch OREGON STATE FAIR Ronald McDonald House Charities of Oregon & Southwest Washington Center for Human Development Bridges to Change DePaul Treatment Centers, Inc. Mission Increase Foundation Curry Public Transit Inc THREE RIVERS CASINO Brookings Harbor Christian School Yamhill Community Care Organization Portland Japanese Garden The Madeleine Parish The Tucker-Maxon Oral School Southwest Neighborhoods, Inc Wallowa Valley Center For Wellness KIDS INTERVENTION AND DIAGNOSTIC CENTER Portland Yacht Club League of Women Voters United Way of Lane County Unithed Way Portland Oregon Visitors Association Southern Oregon Project Hope Our United Villages Samaritan Health Services Inc. Kilchis House Calvary Assembly of God Grace Lutheran School Western Mennonite School OEA CHOICE TRUST American Tinnitus Association Oregon Coast Aquarium, Inc. Unitus Community Credit Union St John the Baptist Greek Orthodox Church COLUMBIA PACIFIC ECONOMIC DEVELOPMENT DISTRICT OF OREGON Oregon Rural Electric Cooperative Association THE MILL CASINO Account Type: College and University Oregon State University Treasure Valley Community College Unviersity of Oregon OREGON UNIVERSITY SYSTEM WESTERN STATES CHIROPRACTIC COLLEGE GEORGE FOX UNIVERSITY LEWIS AND CLARK COLLEGE PACIFIC UNIVERSITY REED COLLEGE WILLAMETTE UNIVERSITY LINFIELD COLLEGE MULTNOMAH BIBLE COLLEGE NORTHWEST CHRISTIAN COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE BLUE MOUNTAIN COMMUNITY COLLEGE PORTLAND STATE UNIV. CLACKAMAS COMMUNITY COLLEGE MARYLHURST UNIVERSITY OREGON HEALTH AND SCIENCE UNIVERSITY BIRTHINGWAY COLLEGE OF MIDWIFERY pacific u UNIVERSITY OF OREGON CONCORDIA UNIV Marylhurst University Corban College Portland Actors Conservatory University Of Oregon Athletics Department Ecola Bible School Beta Omega Alumnae Oregon Institute of Technology EASTERN OREGON UNIVERSITY Account Type: Other 81 Clackamas River Water Providers eickhoff dev co inc The Klamath Tribe Life Flight Network LLC COVENANT RETIREMENT COMMUNITIES PENTAGON FEDERAL CREDIT UNION SAIF CORPORATION GREATER HILLSBORO AREA CHAMBER OF COMMERCE LANE ELECTRIC COOPERATIVE USAGENCIES CREDIT UNION DOUGLAS ELECTRIC COOPERATIVE, INC. ROGUE FEDERAL CREDIT UNION PACIFIC CASCADE FEDERAL CREDIT UNION LOCAL GOVERNMENT PERSONNEL INSTITUTE GRANTS PASS MANAGEMENT SERVICES, DBA SPIRIT WIRELESS Kartini Clinic OFFICE OF PUBLIC DEFENSE SERVICES Clatskanie People's Utility District Ricoh USA Heartfelt Obstetrics & Gynecology Coquille Economic Development Corporation Cintas CITY/COUNTY INSURANCE SERVICE COMMUNITY CYCLING CENTER Shangri La Portland Impact Eagle Fern Camp KLAMATH FAMILY HEAD START RIVER CITY DANCERS Oregon Permit Technical Association KEIZER EAGLES AERIE 3895 Pgma/Cathie Bourne Sunrise Water Burns Paiute Tribe Oregon Public Broadcasting La Grande Family Practice SELCO Community Credit Union Sphere MD sunrise water authority OREGON JUDICIAL DEPARTMENT Confederated Tribes of Warm Springs Halsey-Shedd Fire District Nez Perce Tribe Obsidian Urgent Care, P.C. First Presbyterian Church of La Grande CONFLUENCE ENVIRONMENTAL CENTE A&I Benefit Plan Administrators, Inc. crescent grove cemetery Account Type: City Special District Molalla Rural Fire Protection District MONMOUTH - INDEPENDENCE NETWORK MALIN COMMUNITY PARK AND RECREATION DISTRICT TILLAMOOK PEOPLES UTILITY DISTRICT GLADSTONE POLICE DEPARTMENT GOLD BEACH POLICE DEPARTMENT THE NEWPORT PARK AND RECREATION CENTER RIVERGROVE WATER DISTRICT WEST VALLEY HOUSING AUTHORITY TUALATIN VALLEY FIRE & RESCUE GASTON RURAL FIRE DEPARTMENT CITY COUNTY INSURANCE SERVICES METRO SUNSET EMPIRE PARK AND RECREATION SPRINGFIELD UTILITY BOARD Tillamook Urban Renewal Agency Netarts Water District City of Nehalem Boardman Rural Fire Protection District Account Type: Independent Special District Silverton Fire District Lewis and Clark Rural Fire Protection District Rainbow Water District Illinois Valley Fire District PORT OF TILLAMOOK BAY TRI-COUNTY HEALTH CARE SAFETY NET ENTERPRISE METROPOLITAN EXPOSITION-RECREATION COMMISSION 82 REGIONAL AUTOMATED INFORMATION NETWORK OAK LODGE WATER DISTRICT THE PORT OF PORTLAND WILLAMALANE PARK AND RECREATION DISTRICT TUALATIN VALLEY WATER DISTRICT UNION SOIL & WATER CONSERVATION DISTRICT LANE EDUCATION SERVICE DISTRICT TUALATIN HILLS PARK AND RECREATION DISTRICT PORT OF SIUSLAW CHEHALEM PARK AND RECREATION DISTRICT PORT OF ST HELENS LANE TRANSIT DISTRICT CENTRAL OREGON INTERGOVERNMENTAL COUNCIL HOODLAND FIRE DISTRICT NO.74 MID COLUMBIA COUNCIL OF GOVERNMENTS WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT SALEM AREA MASS TRANSIT DISTRICT Banks Fire District #13 KLAMATH COUNTY 9-1-1 GLENDALE RURAL FIRE DISTRICT COLUMBIA 911 COMMUNICATIONS DISTRICT CLACKAMAS RIVER WATER NW POWER POOL Lowell Rural Fire Protection District TriMet Transit Estacada Rural Fire District Keizer Fire District State Accident Insurance Fund Corporation Bend Metro Park & Recreation District Port of Hood River La Pine Park & Recreation District Siuslaw Public Library District Columbia River Fire & Rescue Fern Ridge Library District Seal Rock Water District Rockwood Water P.U.D. Tillamook Fire District Tillamook County Transportation Dist Central Lincoln People's Utility District Jefferson Park and Recreation Account Type: City City of Monmouth / Public Works McMinnville Police Department Brookings Fire / Rescue City of Veneta CITY OF DAMASCUS Hermiston Fire & Emergency Svcs CEDAR MILL COMMUNITY LIBRARY CITY OF LAKE OSWEGO EUGENE WATER & ELECTRIC BOARD LEAGUE OF OREGON CITIES CITY OF SANDY CITY OF ASTORIA OREGON CITY OF BEAVERTON CITY OF BOARDMAN CITY OF CANBY CITY OF CANYONVILLE CITY OF CENTRAL POINT POLICE DEPARTMENT CITY OF CLATSKANIE CITY OF CONDON CITY OF COOS BAY CITY OF CORVALLIS CITY OF CRESWELL CITY OF ECHO CITY OF ESTACADA CITY OF EUGENE CITY OF FAIRVIEW CITY OF GEARHART CITY OF GOLD HILL CITY OF GRANTS PASS CITY OF GRESHAM CITY OF HILLSBORO CITY OF HOOD RIVER CITY OF JOHN DAY CITY OF KLAMATH FALLS CITY OF LA GRANDE CITY OF MALIN CITY OF MCMINNVILLE CITY OF HALSEY 83 CITY OF MEDFORD CITY OF MILL CITY CITY OF MILWAUKIE CITY OF MORO CITY OF MOSIER CITY OF NEWBERG CITY OF OREGON CITY CITY OF PILOT ROCK CITY OF POWERS RAINIER POLICE DEPARTMENT CITY OF REEDSPORT CITY OF RIDDLE CITY OF SCAPPOOSE CITY OF SEASIDE CITY OF SILVERTON CITY OF STAYTON City of Troutdale CITY OF TUALATIN, OREGON CITY OF WARRENTON CITY OF WEST LINN/PARKS CITY OF WOODBURN CITY OF TIGARD, OREGON CITY OF AUMSVILLE CITY OF PORT ORFORD CITY OF EAGLE POINT CITY OF WOOD VILLAGE St. Helens, City of CITY OF WINSTON CITY OF COBURG CITY OF NORTH PLAINS CITY OF GERVAIS CITY OF YACHATS FLORENCE AREA CHAMBER OF COMMERCE PORTLAND DEVELOPMENT COMMISSION CITY OF CANNON BEACH OR CITY OF ST. PAUL CITY OF ADAIR VILLAGE CITY OF WILSONVILLE CITY OF HAPPY VALLEY CITY OF SHADY COVE CITY OF LAKESIDE CITY OF MILLERSBURG CITY OF GATES KEIZER POLICE DEPARTMENT CITY OF DUNDEE CITY OF AURORA THE CITY OF NEWPORT CITY OF ALBANY CITY OF ASHLAND CITY OF LEBANON CITY OF PORTLAND CITY OF SALEM CITY OF SPRINGFIELD CITY OF BURNS CITY OF COTTAGE GROVE CITY OF DALLAS CITY OF FALLS CITY CITY OF PHOENIX CITY OF PRAIRIE CITY CITY OF REDMOND CITY OF SHERWOOD City of junction city City of Florence City of Dayton City of Monmouth City of Philomath City of Sheridan Seaside Public Library City of Yoncalla La Grande Police Department Cove City Hall NW PORTLAND INDIAN HEALTH BOARD Portland Patrol Services City Of Bend City Of Coquille City Of Molalla ROCKWOOD WATER PEOPLE'S UTILITY DISTRICT City of St. Helens City of North Powder City of Cornelius, OR Toledo Police Department City of Independence City of Baker City McMinnville Water & Light City of Pendleton Parks & Recreation CITY OF SWEETHOME CITY OF THE DALLES CLACKAMAS FIRE DIST#1 DESCHUTES PUBLIC LIBRARY 84 City of Ontario City of Corvallis Parks and Recreation North Lincoln Fire & Rescue #1 City of Harrisburg Gladstone Public Library Seaside Fire & Rescue City of Union City of Richland CITY OF LINCOLN CITY City of Donald City of Milton-Freewater CITY OF SCIO City of Forest Grove City Govrnment City of Mt. Angel Albany Police Department Account Type: County Special District Umatilla Electric Cooperative WATER ENVIRONMENT SERVICES Netarts-Oceanside RFPD UIUC Rogue River Fire District Aurora Rural FIre District Tillamook County Emergency Communications District Southern Coos Hospital Oregon Cascades West Council of Governments MULTONAH COUNTY DRAINAGE DISTRICT #1 PORT OF BANDON OR INT'L PORT OF COOS BAY MID-COLUMBIA CENTER FOR LIVING DESCHUTES COUNTY RFPD NO.2 YOUNGS RIVER LEWIS AND CLARK WATER DISTRICT PACIFIC STATES MARINE FISHERIES COMMISSION HOUSING AUTHORITY AND COMMUNITY SERVICES AGENCY CENTRAL OREGON IRRIGATION DISTRICT MARION COUNTY FIRE DISTRCT #1 COLUMBIA RIVER PUD SANDY FIRE DISTRICT NO. 72 BAY AREA HOSPITAL DISTRICT NEAH KAH NIE WATER DISTRICT PORT OF UMPQUA EAST MULTNOMAH SOIL AND WATER CONSERVANCY Benton Soil & Water Conservation District DESCHUTES PUBLIC LIBRARY SYSTEM North Douglas County Fire & EMS Crooked River Ranch Rural Fire Protection District PARROTT CREEK CHILD & FAM South Lane County Fire And Rescue Account Type: Community College CENTRAL OREGON COMMUNITY COLLEGE LANE COMMUNITY COLLEGE MT. HOOD COMMUNITY COLLEGE LINN-BENTON COMMUNITY COLLEGE SOUTHWESTERN OREGON COMMUNITY COLLEGE PORTLAND COMMUNITY COLLEGE CHEMEKETA COMMUNITY COLLEGE COLUMBIA GORGE COMMUNITY COLLEGE TILLAMOOK BAY COMMUNITY COLLEGE KLAMATH COMMUNITY COLLEGE DISTRICT Oregon Coast Community College Clatsop Community College North Portland Bible College Account Type: State Agency Oregon Forest Resources Institute Office of the Ong Term Care Ombudsman Oregon State Lottery OREGON TOURISM COMMISSION OREGON STATE POLICE OFFICE OF THE STATE TREASURER OREGON DEPT. OF EDUCATION SEIU LOCAL 503, OPEU OREGON DEPARTMENT OF FORESTRY OREGON STATE DEPT OF CORRECTIONS OREGON CHILD DEVELOPMENT COALITION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING 85 BOARD OF MEDICAL EXAMINERS OREGON LOTTERY OREGON BOARD OF ARCHITECTS SANTIAM CANYON COMMUNICATION CENTER OREGON DEPT OF TRANSPORTATION OREGON TRAVEL INFORMATION COUNCIL OREGON DEPARTMENT OF EDUCATION OREGON DEPT. OF CORRECTIONS DEPARTMENT OF ADMINISTRATIVE SERVICES Oregon Tradeswomen Oregon Convention Center OREGON SCHL BRDS ASSOCIAT CARE OREGON Central Oregon Home Health and Hos Oregon Health Care Quality Cor OREGON DEPARTMENT OF HUMAN SERVICES Training & Employment BIENESTAR, INC. State of Oregon - Department of Administrative Services Aging and People with Disabilities Procurement Services/DAS STATE OF OREGON City of Astoria Fire Department Columbia Gorge ESD Account Type: Consolidated City/County City of Carlton City of Pendleton Convention Center Account Type: Federal US FISH AND WILDLIFE SERVICE Bonneville Power Administration Oregon Army National Guard USDA Forest Service Yellowhawk Tribal Health Center ANGELL JOB CORPS Account Type: Housing Authority Coquille Indian Housing Authority HOUSING AUTHORITY OF PORTLAND NORTH BEND CITY- COOS/URRY HOUSING AUTHORITY MARION COUNTY HOUSING AUTHORITY HOUSING AUTHORITY OF THE CITY OF SALEM Housing Authority of Yamhill County The Housing Authority of the County of Umatilla 86 Attachment 6 – FEMA Standard Terms and Conditions Addendum for Contracts and Grants If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency (“FEMA”) grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 (“44 CFR 13”). In addition, Contractor agrees to the following specific provisions: 1. Pursuant to 44 CFR 13.36(i)(1), District is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor’s compliance withthe terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(i)(2), District may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(i)(3)-(6)(12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor (“DOL”) regulations (41 CFR Ch. 60); b. Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); c. Davis-Bacon Act (40 U.S.C. 276a-276a-7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and EnvironmentalProtection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 87 4. Pursuant to 44 CFR 13.36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5. Pursuant to 44 CFR 13.36(i)(8), Contractor agrees to the following provisions regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the District and be disposed of in accordance with District policy. The District, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6. Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: (1) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as Districtdeems necessary, Contractor shall permit District, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or District makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. 88 Attachment 7 – Community Development Block Grant Addendum Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Contractor shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized, whichever is the more restrictive requirement. When using Federal Funding, Contractor shall comply with all wage and latest reporting provisions of the Federal Davis-Bacon Act. HUD-4010 Labor Provisions also applies to this contract. 89 Attachment 8 – Price Scenarios Price Scenario and Project Summary: No. Product and/or Service Location Project To Be Completed 1 Chiller-Actual supply and installation North Harford Middle School, Pylesville, MD Scenario’s For Pricing 2 Provide packaged rooftop air conditioner and installation Chicago, IL, city limits 3 Provide indoor air handling unit Buffalo, NY, metro area 4 Provide air cooled scroll chiller, installation and maintenance for two (2) years Jacksonville, FL, metro area 5 Provide centrifugal water chiller, installation and maintenance for two (2) years Dallas, TX, metro area 6 Provide Unit ventilator and installation Los Angeles, CA, city limits 90 Pricing Project # 1 North Harford Middle School Chiller Replacement Harford County Public Schools 1.1 GENERAL: a. This technical specification is for the installation of two (2) air-cooled, 280 nominal tons, rotary screw chillers for North Harford Middle School. b. The contractor shall include all cost associated with coordinating the installation including the various sub-contractors, shipping, taxes, warrantee, start-up and training. c. The contractor is responsible for securing all required permits, and furnishing all the engineering, drawings, calculations, etc. as required by the local and county building and inspection authorities. d. The contractor is responsible for furnishing all the engineering submittals, drawings, calculations, HVAC load modeling as required by the local electrical utility for Delmarva Power’s C & I Energy Savers rebate program. PART 2 - PRODUCTS 2.1 AIR-COOLED SCREW COMPRESSOR CHILLER A. General: Section includes design, performance criteria, refrigerants, controls, and installation requirements for air-cooled semi hermetic rotary screw compressor chiller. The successful Contractor shall coordinate, receive, store, rig, and install the chiller per the manufacturer’s recommendations. The Contractor shall also coordinate with the chiller manufacturerfor the start-up, and training as part of the chiller replacement project. 1. References: Comply with applicable Standards/Codes of ARI 550/590, ANSI/ASHRAE 15, ETL, cETL, NEC, and OSHA as adopted by the State. Units shall meet the minimum efficiency standards of ASHRAE Standard 90.1-2010 or the latest adopted version, and other applicable codes adopted by Harford County and/or the State. 2. Submittals: Submit shop drawings and product data with the Bid (2 Copies) in accordance with the specifications. Submittals shall include the following:a. Dimensioned plan and elevation view drawings, required clearances, and location of all field connections.b. Summary shall indicate quality and quantity of each required utility – water and electricity.c. Single-line schematic drawing of the field power hook-up requirements, indicating all items that are furnished.d. Schematic diagram of control system indicating points for field interface/connection. Diagram shall fully delineate field and factory wiring.f. Certification of factory-run test of chiller unit signed by company officer.g. Sound Power and Sound Pressure Level Data in decibelsh. BACnet Testing Lab (BTL) Certification or BACnet Protocol Implementation Conformance Statement. 4. Quality Assurance: a. Qualifications: Equipment manufacturer must specialize in the manufacture of the products specified and have minimum five years experience with the type of equipment and refrigerant offered.b. Regulatory Requirements: Comply with the codes and standards specified herein:AHRI 550/590 AHRI 70 – Sound RatingANSI/ASHRAE – 15 Safety Code for Mechanical RefrigerationANSI/NFPA – 70 National Electric Code ASHRAE 90.1 – 2010 or latest adopted versionASME Section VIII Boiler and pressure vessel code 91 OSHA c. Chiller manufacturer’s plant must be ISO 9001 Registered. 5. Delivery Date/Project Address: The chiller shall be delivered to the project site around mid to late October 2015 after the end of the cooling season. Delivery dates shall be coordinated with HCPS and North Harford Middle School. The address is North Harford Middle School, 112 Pylesville Rd, Pylesville, MD 21132. 6. Substantial Completion and Start-up: The project shall be substantially complete by April 1, 2016, and ready for start-up around April 15, 2016 based on cooling weather requirements. 7. Existing Site Conditions: Contractors are required to visit the project site to review the existing conditions, chilled water piping lay out, and electrical equipment requirements and connections. The existing chiller enclosure dimensions are approximately 41’ long x 34’-4” wide, wall height is 10’-6”. The two existing chiller pads are approximately 31’ L x 9’-6” W and 6’ apart side by side. The Contractor is responsible for field verifying all dimensions for the equipment layout. 8. Delivery and Handling: Chillers shall be delivered to the job site or the mechanical contractor’s yard completely assembled and charged with refrigerant and oil by the manufacturer. Comply with the manufacturer's instructions for rigging and handling equipment. Provide protective coverings for all components that could be damaged during shipping. All open ended piping shall be fitted with plastic or equivalent enclosures. 9. Warranty: The refrigeration equipment manufacturer’s warranty shall be for a period of one (1) year from date of chiller start up. The contractor shall provide an additional extended warranty for one year. The warranty shall provide for repair or replacement due to failure by material and workmanship that prove defective within the 2 year period, including refrigerant, parts, and labor. The compressor(s) parts shall be warranted for a minimum of five (5) years. 10. Maintenance: Maintenance of the chillers shall be the responsibility of the contractor and performed in accordance with the Manufacturer’s instructions during the two year warrantee period. During the first cooling season the contractor/manufacturer shall perform two on-site inspections and furnish HCPS a report describing the condition of the major components of the chiller, with any issues to be addressed and recommended corrective actions. Site visits shall be coordinated with HCPS Facilities Management. B. Products 1. Acceptable Manufacturers:The selection is based on Daikin Applied Model AWS 280 CDH VFD (basis of design), JCI/York International YVAA, Trane RTAE or Carrier 30XA will be acceptable as long as the selection of the chiller by the contractor/manufacturer meets the performance requirements , physical requirements, electrical and mechanical requirements specified herein. 2. Unit Description: Furnish, install and commission two (2) factory-charged air-cooled semi hermetic screw compressor packaged chillers as specified. The chiller shall consist of compressor sets (two or three compressors), VFD for each compressor, direct expansion evaporator, air-cooled condenser section, R-134A refrigerant, microprocessor-based control system and all components necessary for controlled unit operation. Each chiller shall be factory run-tested with water to verify operation. Operating controls and refrigerant charge shall be checked for proper operation and optimum performance. Any deviation shall be remedied prior to shipment and the unit retested, if necessary, to confirm repairs or adjustments. Provide certification of factory run tests signed by company officer. 3. Design Requirements:a. General: Provide a complete screw compressor packaged chiller as specified herein. The unit shall be in accordance with the standards referenced in Section 2.1.A.1 and any local codes in effect. b. Performance: EER at full load minimum = 10.2, IPLV Minimum= 15.5. The chiller shall be capable of stable operation to a minimum of 20 percent of full load without hot gas bypass. Performance shall be in accordance with AHRI Standard 550/590. 92 c. Acoustics: Sound power levels for the unit shall not exceed A-weighted rating of 101 dBA and sound pressure levels shall not exceed A-weighted rating of 73 dBA . Provide both sound pressure and sound power data in decibels as per the table below. Test shall be in accordance with AHRI Standard 370. Sound Data Total dBA for octave-band center frequencies (Hz)63 125 250 500 1k 2k 4k 8kChiller Manufacturer shall provide compressor blankets and low noise condenser fans to meet the noise requirements if required. d. Design Chilled water supply temperature @ 525 gpm, LWT=42 degrees F, EWT: 55 degrees F based on 95 degrees ambient air. 260 tons net per chiller. e. Max. Pressure drop through evaporator shall be 34 ft. Chilled water pump selection will be affected if pressure drop exceeds 34 ft. Contractor is responsible for proper pump selection and all related changes to accommodate higher pressure drops. 4. Chiller Components: a. Compressors: The compressors shall be sealed semi-hermetic, rotary screw type. Compressors shall be furnished with vibration isolation pads Compressor Motors shall be high torque, two pole semi-hermetic, squirrel cage induction type with inherent thermal protection on all three phases and cooled by suction gas. Design working pressure of compressor shall be a minimum of 350 psig. Each compressor shall be equipped with a VFD to provide compressor speed control as a function of the cooling load. The VFD shall provide for controlled motor acceleration and deceleration as well as protection against electronic thermal overload, over/under current, stalled motor, phase loss, current imbalance. The VFD shall provide a minimum 94 % power factor at all load points or alternatively be furnished with power factor correction capacitors. VFDs shall be equipped with EMI filters to combat harmonics. b. Evaporator: The evaporator shall be direct expansion, high efficiency counter-flow heat transfer type with water flowing in the baffled shell side and refrigerant flowing through the tubes and low pressure drops. The evaporator shall have a carbon steel shell and seamless high efficiency copper tubes rolled into a carbon steel tube sheet. The top and bottom of the evaporator shall have 3/8-inch (10 mm) vent and drain plugs. The evaporator shall have an electric resistance immersion heater and be insulated with 1 1/2-inch (38 mm) thick flexible elastomeric cellular sheet insulation and have a K factor of at least 0.26 at 75 deg F (23 deg C), protecting against water freeze-to ambient air temperatures of -20 deg F (-29 deg C). A fluid thermostat shall control the heater. The water side working pressure shall be minimum150 psig, refrigerant side working pressure shall be a minimum 235 psig. Each evaporator shall be designed, constructed, inspected, and stamped according to the requirements of the ASME Section VIII Boiler and Pressure Vessel Code. Contractor to verify left hand or right hand, front and rear piping connections on the evaporator with respect to the existing chilled water piping. Contractor is responsible for all required new chilled water piping to make the necessary connections. New chilled water piping to match the existing chilled water black steel piping, diameter and thickness. Pipe insulation/thickness for chilled water piping to match existing and suitable for exterior installation. Existing butterfly shut off valves may be reused if suitable. c. Condenser: The condenser coils shall consist of 3/8 inch (10mm) seamless copper tubes mechanically bonded into aluminum plate-type fins. The fins shall have full drawn collars to completely cover the tubes. A sub-cooling coil shall be an integral part of the main condenser coil. Coils shall be designed for minimum 350 psig working pressure. Condenser fans shall be single piece molded composite material to provide low noise levels, arranged for vertical air discharge and individually driven by direct-drive fan motors. They shall be equipped with a heavy-gauge PVC 93 coated fan guard. Fan motors shall be TEAO, three-phase, direct-drive, 850 rpm. Each fan section shall be partitioned to avoid cross circulation.d. Refrigerant Circuit: Each of the refrigerant circuits shall be independent of each other, with at least one compressor per circuit, include a replaceable refrigerant filter-drier, sight glass with moisture indicator, liquid line shutoff valve (no exceptions), electronic expansion valve, and insulated suction line shutoff valve.e. Power and Electrical requirements: Provide single point power connection to the chiller, 3 PH/4W/460 V.e. Construction: Unit casing and all structural members and rails shall be fabricated of steel and painted to meet ASTM B117, 500-hour salt spray test. Provide protective and decorative louvers for upper section of the unit, covering the coils and unit end. Provide neoprene in shear vibration isolation pads for field installation.f. Control System: A NEMA Type 3A weatherproof control panel shall contain the field power connection points, control interlock terminals, and unit control system. Hinged access doors shall be lockable. Barrier panels are required to protect against accidental contact with line voltage when accessing the control system. Power and starting components shall include factory circuit breaker of fan motors and control circuit, individual contactors for each fan motor, solid-state compressor three-phase motor overload protection, inherent fan motor overload protection and unit power blocks for connection to remote, contractor-supplied, disconnect switches. Provide single-point connection to a non-fused disconnect switch. A 10.0 amp 115 V convenience outlet shall be mounted inside the control panel.g. An advanced DDC microprocessor unit controller with a 4-line by 20-character liquid crystal display provides the operating and protection functions. The controller shall take pre-emptive limiting actionin case of high discharge pressure or low evaporator pressure, loss of water flow, loss of refrigerant and freeze protection, phase loss and voltage protection. The controller shall contain the following features as a minimum:1) The following features and functions shall be included:a) A multi- key input pad conveniently mounted on the unit controller. Default language and units of measure shall be English and I-P respectively. Messages shall be in plain English. Coded messages, LED indicators and LED displays are not acceptable.b) Separate control section and password protection for critical parameters.c) Remote reset of chilled water temperature using a 4-20mA signal or BACnet interface.d) Soft-load operation, protecting the compressor by preventing full-load operation during the initial chilled fluid pull-down period.e) BAS communication flexibility through modular plug-in BACnet. MS/TP Master (Clause 9) to integrate with the Johnson Controls Energy Management System.f) Non-volatile program memory allowing auto-restart after a power failure. g) Recording of safety shutdowns, including date-and-time stamp, system temperatures and pressures. A minimum of six previous occurrences shall be maintained in a revolving memory.h) Start-to-start and stop-to-start cycle timers, providing minimum compressor off time while maximizing motor protection.i) Lead-lag compressor staging for part-load operation by manual selection or automatically by circuit run hours.j) Discharge pressure control through intelligent cycling of condenser fans to maximize efficiency.k) Pro-active compressor unloading when selected operating parameters exceed design settings, such as high discharge pressure or low evaporator pressure.l) Diagnostic monitoring of unit operation, providing a pre-alarm signal in advance of a potential shutdown, allowing time for corrective action. 5. Building Automation System (BAS) Interface Factory mounted DDC controller(s) shall support operation on a BACnet® network to integrate with the Johnson Controls Energy Management System BACnet MS/TP master (Clause 9). The information communicated between the BAS and the factory-mounted unit controllers shall include the reading 94 and writing of data to allow unit monitoring, control and alarm notification as specified. All communication shall be via standard BACnet objects. Proprietary BACnet objects shall not be allowed. BACnet communications shall conform to the BACnet protocol (ANSI/ASHRAE 135). A BACnet Protocol Implementation Conformance Statement (PICS) shall be provided along with the unit submittal. . 6. Options and Accessories: The following options are to be included:a.. Ground fault protection.b. Factory-mounted thermal flow switch.c. Elastomeric isolators C. Installation1. Install in strict accordance with manufacturer’s requirements, shop drawings, and contract documents.2. Adjust and level chillers in alignment on existing chiller pads. Verify existing chilled water pipe sizing, andconnection/header locations for new chillers. Coordinate chillers physical size/location with the existing chiller enclosure.3. Coordinate electrical installation with electrical contractor. Verify electrical power requirements, wire/conduit and overcurrent protection sizes.4. Coordinate existing controls with controls contractor.5. Install a cleanable, field-supplied 20 (0.125”) mesh Y type 304 SS strainer with a blow down valve in the chilled water line at the evaporator inlet to remove debris and other impurities before they get to the evaporator during initial system fill.6. Field installed pressure and temperature gauges on supply and return chilled water lines.7. Care shall be exercised when welding pipe or flanges to the evaporator to prevent any slag from entering the vessel. Provide all appurtenances required to insure a fully operational and functional chiller. D. Start-Up1. Provide Factory authorized testing and starting of machine, and instruct the Owner (4 hours minimum) in its proper operation and maintenance. Coordinate start up/instruction with HCPS Facilities Management. END OF NHMS SPECIFICATIONS MBE requirements apply only to the Harford County Public Schools North Harford Middle School Chiller project. The Overall certified MBE subcontract participation goal is 8%.The subgoals are 0%. MBE instructions and required documents are on the following pages. 95 MINORITY BUSINESS ENTERPRISE PROCEDURES FOR PUBLIC SCHOOL CONTRUCTION PROJECTS HARFORD COUNTY PUBLIC SCHOOLS 96 MINORITY BUSINESS ENTERPRISE PROCEDURES FOR PUBLIC SCHOOL CONTRUCTION PROJECTS 1.0 IMPLEMENTING PROCEDURES – OVER $50,000 For construction projects estimated to cost in excess of $50,000, the following procedures will be utilized: 1. All advertisements, solicitations, and solicitation documents shall include the following statements: a. “Certified Minority Business Enterprises are encouraged to respond to this solicitation notice.” b. “The contractor or supplier who provides materials, supplies, equipment and/or services for this construction project shall attempt to achieve the specific overall MBE goal of ___ percent established for this project. All prime contractors, including certified MBE firms, when submitting bids or proposals as general or prime contractors, are required to attempt to achieve this goal from certified MBE firms.” c. If subgoals have been established for this project then one of the following should be included: 1) “The subgoals established for this project are ___ percent from African American-owned businesses and 0 percent from woman Asian American-owned businesses.”2) “The subgoal established for this project is ___ percent from African American-owned businesses.”3) “The subgoal established for this project is ___ percent from woman Asian American-owned businesses.” 2.0 ALL SOLICITATION DOCUMENTS SHALL INCLUDE THE FOLLOWING: 1. Each bid or offer submitted, including a submittal from a certified MBE in response to thissolicitation, shall be accompanied by a completed Attachment A – Certified MBE Utilization and Fair Solicitation Affidavit and a completed Attachment B – MBE Participation Schedule. These two attachments must be accurate and consistent with each other. a. Attachment A and Attachment B shall be submitted with the sealed bid price or proposal at a place, date and time specified in the solicitation document. Refer back to the General Terms and Conditions, section 41.0 Minority Business Enterprise Participation. Omitting these attachments will result a bid to be deemed non-responsive. 97 Attachment A (page 1 of 2) CERTIFIED MINORITY BUSINESS ENTERPRISE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT NOTE: You must include this document with your bid or offer. If you do not submit the form with your bid or offer, the procurement officer shall deem your bid non-responsive or your offer not reasonably susceptible of being selected for award. *************** Part I.I acknowledge the: x Overall certified MBE subcontract participation goal of __ %. and x The subgoals, if applicable, of: x 0 % for certified African American-owned businesses and x 0 % for certified women-Asian American-owned businesses. I have made a good-faith effort to achieve this goal. If awarded the contract, I will continue to attempt to increase MBE participation during the project. Part II. Check ONE Box NOTE: FAILURE TO CHECK ONE OF BOXES 1, 2, or 3 BELOW WILL RENDER A BID NON- RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD NOTE: INCONSISTENCY BETWEEN THE ASSERTIONS ON THIS FORM AND THE INFORMATION PROVIDED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT B) MAY RENDER A BID NON-RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD 1 I have met the overall MBE goal and MBE subgoals for this project. I submit with this Affidavit[Attachment A] the MBE Participation Schedule [Attachment B], which details how I will reach that goal. or2After having made a good-faith effort to achieve the overall MBE goal and MBE subgoals for this project, I can achieve partial success only. I submit with this Affidavit [Attachment A] the MBE Participation Schedule [Attachment B], which details the MBE participation I have achieved. I request a partial waiver as follows: x Waiver of overall MBE subcontract participation goal: ____ % x Waiver of MBE subcontract participation subgoals, if applicable: x ____ % for certified African American-owned businesses and x ____ % for certified women Asian American-owned businesses.Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation). 98 Attachment A (page 2 of 2) or 3 After having made a good faith effort to achieve the overall MBE goal and MBE subgoals for this project, I am unable to achieve any portion of the goal or subgoals. I submit with this Affidavit [Attachment A] the MBE Participation Schedule [Attachment B]. I request a full waiver. Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation). Part III. I understand that if I am the apparent awardee or conditional awardee, I must submit within 10 working days after receiving notice of the potential award or within 10 days after the date of conditional award – whichever is earlier – the: x Outreach Efforts Compliance Statement (Attachment C) x Subcontractor Project Participation Statement (Attachment D) x Minority Subcontractors Unavailability Certificate (Attachment E) (if applicable) x Any other documentation the Procurement Officer requires to ascertain my responsibility in connection with the MBE participation goal and subgoals I acknowledge that if I fail to timely return complete documents, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has been awarded, the award is voidable. I acknowledge that the MBE subcontractors/suppliers listed in the MBE Participation Schedule and any additional MBE subcontractor/suppliers identified in the Subcontractor Project Participation Statement will be used to accomplish the percentage of MBE participation that I intend to achieve. In the solicitation of subcontract quotations or offers, MBE subcontractors were provided the same information and amount of time to respond as were non-MBE subcontractors. The solicitation process was conducted in such a manner so as to not place MBE subcontractors at a competitive disadvantage to non-MBE subcontractors. I solemnly affirm under the penalties of perjury that this Affidavit is true to the best of my knowledge, information, and belief. ____________________________ ________________________________Bidder/Offeror Name Affiant Signature ____________________________ ________________________________ Address Printed Name & Title____________________________ ________________________________Address (continued) Date September 2008 99 Attachment B MBE PARTICIPATION SCHEDULE This document must be included with the bid or offer. If the bidder or offeror fails to submit this form with the bid or offer as required, the procurement officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award. 1. Prime Contractor’s Name 2. Prime Contractor’s Address and Telephone Number 3. Project/School Name 4. Project/School Location 5. LEA and PSC No. 7a. Minority Firm Name 6. Base Bid Amount $ Minority Firm Address Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number Minority Group Type ‰(African American ) ‰(Asian ) ‰(American Indian) ‰(Women ) ‰(Hispanic) ‰(Disabled) Work to be Performed and Subcontract Dollar Amount 7b. Minority Firm Name Percent of Total Contract Minority Firm Address Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number Minority Group Type ‰(African American ) ‰(Asian) ‰(American Indian) ‰(Women ) ‰(Hispanic) ‰(Disabled) Subcontract Dollar Amount Percent of Total Contract 7c. Minority Firm Name Minority Firm Address Minority Firm Telephone Number Minority Firm Fax Number MDOT Certification Number Minority Group Type ‰(African American ) ‰(Asian) ‰(American Indian) ‰(Women ) ‰(Hispanic) ‰(Disabled) Subcontract Dollar Amount Percent of Total Contract 8. MBE Total Dollar Amount 9. Total MBE Percent of Entire Contract 10. Form Prepared by : Name Title Date 11. Reviewed and Accepted by Harford County Board of Education MBE Liaison Name Title Date Total MBE Participation:________% $ ____________ Total African-American MBE Participation:________% $ ____________ Total Woman-Owned Asian-American MBE Participation: ________% $ ____________ Total Other Participation:________% $ ____________September 2008 B-1 100 Attachment C OUTREACH EFFORTS COMPLIANCE STATEMENT In conjunction with the bid or offer submitted in response to Harford County Public Schools for the ____________________________ project, PSC # 12.034.13, I state the following: (name) 1) Bidder/Offeror identified opportunities to subcontract in these specific work categories: 2) Attached to this form are copies of written solicitations (with bidding instructions) used to solicit certified MBEs for these subcontract opportunities. 3) Bidder/Offeror made the following attempts to contact personally the solicited MBEs: 4)Bidder/Offeror assisted MBEs to fulfill or to seek waiver of bonding Requirements (Described Efforts) This project does not involve bonding requirements. 5)Bidder/Offeror did/did not attend the pre-bid conference No pre-bid conference was held. _________________________________ By: ________________________Bidder/Offeror Name _________________________________ _________________________Address Name,Title _________________________________ __________________________Date 101 Attachment D MINORITY BUSINESS ENTERPRISES SUBCONTRACTOR PROJECT PARTICIPATION STATEMENT PROJECT/ SCHOOL NAME: PROJECT/ SCHOOL LOCATION: LEA:___________________________________________________ NAME OF PRIME CONTRACTOR: ____________________________________________________ NAME OF MBE SUBCONTRACTOR: MDOT Certification Number 1. Work/Services to be performed by MBE Subcontractor: 2. Subcontract Amount: $ 3. Bonds - Amount and type required of Subcontractor if any: 4. MBE Anticipated or Actual Commencement Date: Completion Date: 5. This MBE subcontract represents the following percentage of the total contract cost: 6. This is an African American Firm: Yes No 7. This is a Women Owned Business Asian-American Firm: Yes No 8. This is an Asian,Women Owned, American Indian, Hispanic or Disabled Firm: Yes No (Circle One)*********************************************************************************************** The undersigned subcontractor and prime contractor will enter into a contract for the work/service indicated above upon the prime contractor’s execution of a contract for the above referenced project with the Board of Education. The undersigned subcontractor is a MDOT certified Minority Business Enterprise. The terms and conditions stated above are consistent with our agreements. Signature of Subcontractor: Signature of Subcontractor Date: ________________________ The term and conditions stated above are consistent with our agreements. Signature of Prime Contractor: Date: ____________________________ 102 Attachment E MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE 1. It is hereby certified that the firm of (Name of Minority firm)located at (Number) (Street) (City)(State) (Zip) was offered an opportunity to bid on the school project in County by (Name of Prime Contractor’s Firm) ************************************************************************************* 2. The (Minority Firm), is either unavailable for the work/service or unable to prepare a bid for this project for the following reason(s): Signature of Minority Firm’s MBE Representative Title Date MDOT Certification # Telephone # 3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/servicefor this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date June 2008 E-1 103 Attachment F MBE WAIVER DOCUMENTATION Project Name: PSC No. Base Contract Amount $ Plus Accepted Alternates Equals Total Contract Amount $ I have previously requested that a waiver be granted to the overall MBE goal for this project of _____ percent, with a minimum of ____ percent from certified African American-owned businesses, a minimum of ____ percent from certified women Asian-owned businesses, and the balance from all certified minority business enterprises, if applicable. This would include the total dollar value of all materials, supplies, equipment, and services, including construction services directly or indirectly, from Minority Business Enterprises (MBE) which are currently certified by the Maryland Department of Transportation (MDOT). I , hereby certify that my position is(Name of Company Representative) ,and I am the duly authorized representative of (Position Title) . (Company Name) I further certify that I have submitted a Schedule for Participation of Certified Minority Business Enterprises which reflects the percentage and dollar value of certified Minority Business Enterprise participation which my company expects to achieve for this contract. Therefore, the request for the waiver is as follows:Summary MBE Participation Schedule from Attachment B Minority Group MBE GOAL Actual MBE Dollar Participation Request For Waiver Percent of Total Contract Dollar Value of Total Contract* Dollar Value Percent of Total Contract Dollar Value Percent of Total Contract a. Sub Goal African American b. Sub Goal Women Asian-American c. Other * in Sub Goal group a/b aboveTOTALS * with accepted/rejected alternates F-1 104 To support this request for a waiver, I include the following information as attachments which I certify to be true to the best of my knowledge. 1. A detailed statement of the efforts made by the contractor to identify and select portions of the work proposed to be performed by subcontractors in order to increase the likelihood of achieving the stated goal; 2. A detailed statement of the efforts made by the contractor prior to and up to 10 days before the bid opening to solicit minority business enterprises through written notices that describe the categories of work for which subcontracting is being solicited, the type of work to be performed, and specific instructions on how to submit a bid; 3. A detailed statement of the contractor’s efforts to make personal contact with MBE firms identified for Item 2. above;4. A record of the name, address, telephone number, and dates contacted for each MBE identified under items 2. and 3. above;5. A description of the information provided to MBE’s regarding the plans, specifications and the anticipated time schedule for portions of the work to be performed;6. Information on activities to assist minority business enterprises to fulfill bonding requirements, or to obtain a waiver of these requirements;7. Information on activities to publicize contracting opportunities to minority business enterprises, attendance at pre-bid meetings, or other meetings scheduled by the MBE Liaison or designated representative;8. As to each MBE that placed a subcontract quotation or offer which the apparent low bidder or successful offeror considers not to be acceptable, a detailed statement of reasons for this conclusion; and9. A list of minority subcontractors found to be unavailable. This shall be accompanied by a Minority Subcontractor Unavailability Certificate signed by the minority business enterprise or from the apparent low bidder or successful offeror indicating that the minority business did not provide the written certification. Signature Date (Company Representative Name) Sworn and subscribed before me this day. of in the year Notary Public ---------------------------------------------------------------------------------------------------------------------------------------------- Reviewed and accepted by the Harford County Board of Education MBE Liaison. Signature Date (MBE Liaison) MBE Request For Waiver Master Form (July 2002) September 2008 F-2 105 Attachment G IAC/PSCP Form 306.4 CERTIFIED MINORITY BUSINESS ENTERPRISE PARTICIPATION STANDARD MONTHLY CONTRACTOR’S REQUISITION FOR PAYMENT PAGE 3 of 16 LEA:DATE: FACILITY NAME: PSC NO: SCOPE OF WORK:REQ NO: Name of MBE Sub-Contractor MDOT Certification Number and Classification TOTAL MBE Contract Amount Amount to be Paid THIS Requisition TOTAL Paid to Date MBE has Received FINAL Payment? If amount paid is LESS than TOTAL MBE Contract Amount, EXPLAIN VARIANCE TOTAL: $ - $ - $ - MDOT Certification Number and Classification can be located at http://mbe.state.mdot.state.md.us/directory/ MBE Classification: African American = AA African American/Women = AAW Hispanic American = H Hispanic American/Women = HW Native American = N Native American/Women = NW Asian American = A Asian American/Women = AW Women = W I certify that the figures and information presented above represent accurate and true statements that timely payments have been and will be made to suppliers and subcontractors on this project as requisitioned payments are received, and in accordance with our contracts. Name of Contractor Firm Authorized Contractor Signature/Date 106 Contractor Federal Tax ID #Contractor MBE Classification # (if applicable) Name of LEA MBE Liaison (Printed)Signature of LEA MBE Liaison/Date 107 IAC/PSCP FORM 306.6 CLOSE-OUT COST SUMMARY DATE: PSC # : Public School Construction Local and Other Approved Contracts Expenditures Approved Contracts Expenditures A/E Related Costs Total $0 $0 $0 $0 I hereby certify that the data shown hereon is correct and request this project be closed. ADJUSTMENTS: Allocation:Initials Cash:Date AUDIT COMMENTS: Initials Date $0 . $0 $0 Attachment H FOR STATE USE ONLY Total Expenditures Construction Signature of LEA Representative Balance $0 $0 $0 $0 LEA: Allocation: Cash Disbursements: SCHOOL NAME: 108 Pricing Scenario # 2 Provide Packaged Rooftop Air Conditioner and InstallationLocation of Project: Chicago, IL, City Limits Description PART 1: GENERAL 1.01 Section Includes: A. Packaged rooftop air conditioners 1.02 References A. ARI 340/360 - Unitary Large Equipment B. IBC 2000 – International Building Code C. National Electrical Code. 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer’s installation instructions during normal business hours B. Maintenance Data: Provide instructions for maintenance and service 1.04 Qualifications A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience, who issues complete catalog data on total product. B. Startup must be done by trained personnel experienced with rooftop equipment. C. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters and remote controls are in place, bearings lubricated, and manufacturer’s installation instructions have been followed. PART 2: PRODUCTS 2.01 General Description A. Furnish a Packaged Heating and Cooling Unit. Unit performance and electrical characteristics shall be per Part 3: Performance. B. The complete unit shall be ETL/CETL listed C. Each unit shall be specifically designed for outdoor rooftop application and include a weatherproof cabinet. Each unit shall be completely factory assembled and shipped in one piece. Packaged units shall be shipped fully charged with Refrigerant 410A and oil. D. The unit shall undergo a complete factory run test prior to shipment. The factory test shall include final balancing of the supply fan assemblies, a refrigeration circuit run test, a unit control system operations checkout, a unit refrigerant leak test and a final unit inspection. E. All units shall have decals and tags to indicate caution areas and aid unit service. Unit nameplates shall be fixed to the main control panel door. Electrical wiring diagrams shall be attached to the control panels. Installation, operating and maintenance bulletins and start-up forms shall be supplied with each unit. F. Performance: All scheduled capacities and face areas are minimum accepted values. All scheduled amps, kW, and HP are maximum accepted values that allow scheduled capacity to be met. G. Warranty: The manufacturer shall provide 12-month manufacturer’s standard parts only warranty. Defective parts shall be repaired or replaced during the warranty period at no charge. The warranty period shall commence at startup or six months after shipment, whichever occurs first. 2.02 Cabinet, Casing, and Frame A. Panel construction shall be double-wall construction for all doors, side panels and ceiling panels. All floor panels shall have a solid galvanized steel inner liner on the air stream side of the unit to protect insulation during service and maintenance. Insulation shall be a minimum of 1" thick with an R-value of 4.0, and shall be neoprene coated glass fiber. Panel design shall include no exposed insulation edges. Unit cabinet shall be designed to operate at total static pressures up to 5.0 inches w.g. B. Exterior surfaces shall be constructed of pre-painted galvanized steel for aesthetics and long term durability. Paint finish to include a base primer with a high quality, polyester resin topcoat of a neutral beige color. Finished panel surfaces to 109 withstand a minimum 750-hour salt spray test without blistering or peeling in accordance with ASTM B117 standard for salt spray resistance when the sample is scribed with an X and sample edges are not protected. C. Service doors shall be provided on both sides of the mixing box, filter and DX coil sections.. An access door shall also be provided to the fan section, heat section and control box in order to provide user access to unit components. All service access doors shall be mounted on multiple, stainless steel hinges and shall be secured by a latch system. Removable service panels secured by multiple mechanical fasteners are not acceptable. D. The unit base shall overhang the roof curb for positive water runoff and shall seat on the roof curb gasket to provide a positive, weather tight seal. Lifting brackets shall be provided on the unit base to accept cable or chain hooks for rigging the equipment. 2.03 Supply Fan A. Supply fan shall be a non-overloading, single width, single inlet (SWSI) airfoil centrifugal fan. The fan blade design shall be a double blade with the airfoil geometry, a backward inclined blade fan wheel design will not be acceptable. The fan wheel shall be Class II construction with fan blades welded to the back plate and end rim. The supply fan shall be mounted using solid-steel shafts and wheel hubs with mating keyways B. The fan assembly shall have fixed pitched drives with a minimum of two belts. The drives shall be selected with a minimum diameter of 4 inches and a 1.2 service factor. The belts shall be of the grip-notch design. C. All fan assemblies shall be statically and dynamically balanced at the factory, including a final trim balance, prior to shipment. All fan assemblies shall employ solid steel fan shafts. Heavy-duty pillow block type, self-aligning, grease lubricated ball bearings shall be used. Bearings shall be sized to provide a L-50 life at 250,000 hours. The entire fan assembly shall be isolated from the fan bulkhead with a flexible collar and mounted on 1” spring isolators. D. Fan motors shall be heavy-duty 1800 rpm open drip-proof (ODP) type with grease lubricated ball bearings. Motors shall be premium efficiency. Motors shall be mounted on an adjustable base that provides for proper alignment and belt tension adjustment. Motors shall be suitable for use with a variable frequency drive. E. The supply fan shall be capable of airflow modulation from 30% to 100% of the scheduled designed airflow. The fan shall not operate in a state of surge at any point within the modulation range. 2.04 Variable Air Volume Control A. An electronic variable frequency drive shall be provided for the supply air fan. Each drive shall be factory installed out of the air stream in a conditioned cabinet. Drives shall meet UL Standard 95-5V. The completed unit assembly shall be listed by a recognized safety agency, such as ETL. Drives are to be accessible through a hinged door assembly. Mounting arrangements that expose drives to high temperature unfiltered ambient air are not acceptable. B. The unit manufacturer shall install all power and control wiring. C. The supply air fan drive output shall be controlled by the factory installed main unit control system and drive status and operating speed shall be monitored and displayed at the main unit control panel. 2.05 Electrical A. Unit wiring shall comply with NEC requirements and with all applicable UL standards. All electrical components shall be UL recognized where applicable. All wiring and electrical components provided with the unit shall be number and color- coded and labeled according to the electrical diagram provided for easy identification. The unit shall be provided with a factory wired weatherproof control panel. Unit shall have a single point power terminal block for main power connection. A terminal board shall be provided for low voltage control wiring. Branch short circuit protection, 115-volt control circuit transformer and fuse, system switches, and a high temperature sensor shall also be provided with the unit. Each compressor and condenser fan motor shall be furnished with contactors and inherent thermal overload protection. Supply fan motors shall have contactors and external overload protection. Knockouts shall be provided in the bottom of the main control panels for field wiring entrance. A GFI receptacle shall be unit mounted. The receptacle shall require a field power connection independent from the unit’s main power block and / or disconnect.. B. The unit's short circuit resistance rating [SCCR] shall be 10,000 amps. 2.06 Heating and Cooling Sections A. The direct expansion (DX) coil section shall be installed in a draw through configuration, upstream of the supply air fan. The coil section shall be complete with a factory piped cooling coil and an ASHRAE 62.1 compliant double sloped stainless steel drain pan with a minimum depth of 2.3" on the connection side. B. Direct expansion (DX) cooling coils shall be fabricated of seamless high efficiency copper tubing that is mechanically expanded into high efficiency aluminum plate fins. Coils shall be a multi-row, staggered tube design with a minimum of 3 rows and a maximum of 12 fins per inch. All units shall have two independent refrigerant circuits and shall use an 110 interlaced coil circuiting that keeps the full coil face active at all load conditions. All coils shall be factory leak tested with high pressure air under water. C. A positively sloped drain pan shall be provided with the cooling coil. The slope of the drain pan shall be in two directions and comply with ASHRAE Standard 62.1. The drain pan shall have a minimum slope of 1/8" per foot to provide positive draining. The drain pan shall extend beyond the leaving side of the coil. The drain pan construction shall be a stainless steel design. The drain pan shall be connected to a threaded drain connection extending through the unit base. Drain pan shall be removable from the side of the unit without the removal of the cooling coil. 2.07 Filters A. Unit shall be provided with a draw-through filter section. The filter rack shall be designed to accept a 2” prefilter and a 4” final filter. The unit design shall have a hinged access door for the filter section. The manufacturer shall ship the rooftop unit with 2” MERV 8 construction filters. The contractor shall furnish and install, at building occupancy, the final set of filters per the contract documents. 2.08 Outdoor / Return Air Section A. Damper blades shall be gasketed with side seals to provide an air leakage rate of no more than 1.5 cfm / square foot of damper area at 1” differential pressure. Leakage rate to be tested in accordance with AMCA Standard 500. Damper blades shall be operated from multiple sets of linkages mounted on the leaving face of the dampers. B. Unit shall be provided with an outdoor air economizer section. The 0 to 100% outside air economizer section shall include outdoor, return, and exhaust air dampers. The outdoor air hood shall be factory installed and constructed from galvanized steel finished with the same durable paint finish as the main unit. The hood shall include moisture eliminator filters to drain water away from the entering air stream. The outside and return air dampers shall be sized to handle 100% of the supply air volume. The dampers shall be opposed blade design. Damper blades shall be gasketed and also have side seals to provide an air leakage rate of 4 cfm / square foot of damper area at 1” differential pressure per ASHRAE 90.1 Energy Standard . Leakage rate to be tested in accordance with AMCA Standard 500. A barometric exhaust damper shall be provided to exhaust air out of the back of the unit. A bird screen shall be provided to prevent infiltration of rain and foreign materials. Exhaust damper blades shall be lined with vinyl gasketing on contact edges. Control of the dampers shall be by a factory installed direct coupled actuator. Damper actuator shall be of the modulating, spring return type. An adjustable dry bulb control shall be provided to sense the dry-bulb temperature of the outdoor air stream to determine if outdoor air is suitable for “free” cooling. If outdoor air is suitable for “free” cooling, the outdoor air dampers shall modulate in response to the unit’s temperature control system. 2.09 Condensing Section A. Condenser coils shall be an all aluminum design, and mounted on polymer brackets, to minimize di-electric corrosion. The aluminum tube shall be a micro channel design with high efficiency aluminum fins. Fins shall be brazed to the tubing for a direct bond. Each condenser coil shall be factory leak tested with high-pressure air under water. Condenser coils shall be protected from incidental contact to coil fins by a coil guard. Coil guard shall be constructed of cross wire welded steel with PVC coating B. Condenser fans shall be direct drive, axial type designed for low tip speed and vertical air discharge. Condenser fan rpm shall be 1140 rpm maximum. Fan blades shall be constructed of steel and riveted to a steel center hub. Condenser fan motors shall be heavy-duty, inherently protected, three-phase, non-reversing type with permanently lubricated ball bearing and integral rain shield. C. Each circuit shall have fan cycling of at least one condenser fan to maintain positive head pressure. An ambient thermostat shall prevent the refrigeration system from operating below 0º F. D. Condenser coils shall be recessed and protected from hail damage as an integral part of the unit design. Hail guards shall be provided on all units with vertical mounted condenser coils. E. Each unit shall have multiple, heavy-duty scroll compressors. Each compressor shall be complete with gauge ports, crankcase heater, sight-glass, anti-slug protection, motor overload protection and a time delay to prevent short cycling and simultaneous starting of compressors following a power failure. Compressors shall be isolated with resilient rubber isolators to decrease noise transmission F. Each unit shall have two independent refrigeration circuits for redundancy. Each circuit shall be complete with a low pressure control, filter-drier, liquid moisture indicator/sight-glass, thermal expansion valve, and a manual reset high pressure safety switch. The thermal expansion valve shall be capable of modulation from 100% to 25% of its rated capacity. Sight-glasses shall be accessible for viewing without disrupting unit operation. Each circuit shall be dehydrated and factory charged with Refrigerant 410A and oil. 111 G. Option for sizes 20-50 - Each unit shall have at least 4 compressor stages of cooling capacity control for better part load control as required by ASHRAE 90.1-2013. 2.10 Roof Curb A. A prefabricated 14-gauge galvanized steel, mounting curb shall be provided for field assembly on the roof decking prior to unit shipment. The roof curb shall be a full perimeter type with complete perimeter support of the air handling section and condensing section. The curb shall be a minimum of 14" high and include a nominal 2" x 4" wood nailing strip. Gasket shall be provided for field mounting between the unit base and roof curb. 2.11 Controls A. Provide a complete integrated microprocessor based Direct Digital Control (DDC) system to control all unit functions including temperature control, scheduling, monitoring, unit safety protection, including compressor minimum run and minimum off times, and diagnostics. This system shall consist of all required temperature sensors, pressure sensors, controller and keypad/display operator interface. All MCBs and sensors shall be factory mounted, wired and tested. B. The stand-alone DDC controllers shall not be dependent on communications with any on-site or remote PC or master control panel for proper unit operation. The microprocessor shall maintain existing set points and operate stand alone if the unit loses either direct connect or network communications. The microprocessor memory shall be protected from voltage fluctuations as well as any extended power failures. All factory and user set schedules and control points shall be maintained in nonvolatile memory. No settings shall be lost, even during extended power shutdowns. C. The DDC control system shall permit starting and stopping of the unit locally or remotely. The control system shall be capable of providing a remote alarm indication. The unit control system shall provide for outside air damper actuation, emergency shutdown, remote heat enable/disable, remote cool enable/disable, heat indication, cool indication, and fan operation. D. All digital inputs and outputs shall be protected against damage from transients or incorrect voltages. All field wiring shall be terminated at a separate, clearly marked terminal strip. E. The DDC controller shall have a built-in time schedule. The schedule shall be programmable from the unit keypad interface. The schedule shall be maintained in nonvolatile memory to insure that it is not lost during a power failure. There shall be one start/stop per day and a separate holiday schedule. The controller shall accept up to sixteen holidays each with up to a 5-day duration. Each unit shall also have the ability to accept a time schedule via BAS network communications. F. The keypad interface shall allow convenient navigation and access to all control functions. The unit keypad/display character format shall be 4 lines x 20 characters. All control settings shall be password protected against unauthorized changes. For ease of service, the display format shall be English language readout. Coded formats with look-up tables will not be accepted. The user interaction with the display shall provide the following information as a minimum: 1. Return air temperature 2. Discharge air temperature 3. Outdoor air temperature 4. Space air temp 5. Dirty filter indication 6. Airflow verification 7. Cooling status 8. Control temperature (Changeover) 9. VAV box output status 10. Cooling status/capacity 11. Unit status 12. All time schedules 13. Active alarms w/time and date 14. Previous alarms with time and date 15. Optimal start 16. System operating hours a. Fan b. Exhaust fan c. Cooling d. Individual compressor e. Heating f. Economizer 112 g. Tenant override G. The user interaction with the keypad shall provide the following setpoints as a minimum: 1. Controls mode a. Off manual b. Auto c. Heat/cool d. Cool only e. Heat only f. Fan only 2. Occupancy mode a. Auto b. Occupied c. Unoccupied d. Tenant override 3. Unit operation changeover control a. Return air temperature b. Space temperature c. Network signal 4. Cooling and heating change-over temperature with deadband 5. Cooling discharge air temperature (DAT) 6. Supply reset options a. Return air temperature b. Outdoor air temperature c. Space temperature d. Airflow (VAV) e. Network signal f. External (0-10 vdc) g. External (0-20mA) 7. Temperature alarm limits a. High supply air temperature b. Low supply air temperature c. High return air temperature 8. Lockout control for compressors 9. Compressor interstage timers 10. Night setback and setup space temperature 11. Building static pressure 12. Economizer changeover a. Enthalpy b. Drybulb temperature 13. Current time and date 14. Tenant override time 15. Occupied/unoccupied time schedule 16. One event schedule 17. Holiday dates and duration 18. Service mode a. Timers normal (all time delays normal) b. Timers fast (all time delays 20 sec) H. If the unit is to be programmed with a night setback or setup function, an optional space sensor shall be provided. Space sensors shall be available to support field selectable features. Sensor options shall include: 1. Zone sensor with tenant override switch 2. Zone sensor with tenant override switch plus heating and cooling set point adjustment. (Space Comfort Control systems only) I. To increase the efficiency of the cooling system the DDC controller shall include a discharge air temperature reset program for part load operating conditions. The discharge air temperature shall be controlled between a minimum and a maximum discharge air temperature (DAT) based on one of the following inputs: 1. Airflow 113 2. Outside air temperature 3. Space Temperature 4. Return air temperature 5. External signal of 1-5 VDC 6. External signal of 0-20 mA 7. Network signal PART 3: PERFORMANCE Unit Electrical Voltage 460/60/3 MCA (A)65.8 MROPD (A)80 Efficiency EER / SEER 10.3 Supply Fan Airflow (CFM)12000 ESP (inH2O)0.5 TSP (inH2O)1.3 Altitude 0 Motor Size (HP)7.5 HP Filters Face Area (ft²)32 Efficiency 30% MERV 8 Cooling EAT EDB (°F)80 EWB (°F)67 LAT LDB (°F)58.6 LWB (°F)57.7 Total Capacity (Btu/hr)355349 Sensible Capacity (Btu/hr)281395 Ambient DB (°F)95 114 Compressor Stages 5 steps Qty 3 Compressor Power (kW)26.4 Refrigerant R410A END OF SECTION 115 Pricing Scenario # 3 Provide Indoor Air Handling Unit Location of Project: Buffalo, NY, metro area PART 1: GENERAL 1.01 Section Includes A. Indoor Air Handling Unit 1.02 References A. AHRI 410 - Forced-Circulation Air-Cooling and Air-Heating Coils. B. AHRI 430 - Central-Station Air-Handling Units. C. NFPA 70 - National Electrical Code. D. SMACNA - HVAC Duct Construction Standards - Metal and Flexible. E. UL 1995 - Standard for Heating and Cooling Equipment. 1.03 Operation and Maintenance Data A. Installation Data: Provide installation instructions and operating manual B. Maintenance Data: Provide instructions for maintenance and service 1.04 Qualifications A. Manufacturer: Company specializing in manufacturing Air Handler products specified in this section must show a minimum five years documented experience and complete catalog data on total product. 1.05 Safety Agency Listed & Certification A. Air handling units shall be cETLus safety listed to conform with UL Standard 1995 and CAN/CSA Standard C22.2 No. 236. Units shall be accepted for use in New York City by the Department of Building, MEA 342-99-E. B. Air handler furnished with double width, double inlet (DWDI) fans and/or plenum fans where applicable, shall be certified in accordance with the central station air handling unit certification program, which is based on AHRI Standard 430. (NOTE: Above does not apply to fan array) C. Air handling unit water heating & cooling coils shall be certified in accordance with the forced circulation air cooling and air heating coils certification program, which is based on AHRI Standard 410. PART 2: PRODUCTS 2.01 General Description A. Performance: Conform to AHRI 430. See schedules on prints. (NOTE: above does not apply to fan array) B. Acoustics: Sound power levels (dB) for the unit shall not exceed the specified levels shown on the unit schedule. The manufacturer shall provide the necessary sound treatment to meet these levels if required. 2.02 Unit Construction A. Fabricate unit with heavy gauge channel posts and panels secured with mechanical fasteners. All panels, access doors, and ship sections shall be sealed with permanently applied bulb-type gasket. AHUs with gasketing shipped loose shall be inspected by a factory representative at assembly to ensure proper assembly. Panels shall be individually removable without removing adjacent panels for ease of service. B. Panels and access doors shall be double wall 2-inch nominal thick injected with foam insulation with a total R-value of at least R-13. The inner and outer liner shall be constructed of galvanized steel. C. Outdoor units shall have painted exterior of galvanized steel with a 1000 hour salt spray rating. Units shall also include hoods over all air inlets and outlets to the AHU. A pitched roof with standing seams shall be provided. D. Deflection of any panel shall not exceed L/240 at design static pressure at the panel midpoint. E. As selected fan curves shall be used to calculate the static pressures for all operating points in the AHU to determine the maximum possible +/- pressures in all sections. Maximum +/- static pressures shall be used to ensure that proper cabinet construction is provided, and that the fan will not over pressurize the cabinet at worst case design conditions. F. The cabinet construction shall be capable of providing leakage rates of less than 0.5 CFM/ft2 up to +5” static pressure, and ASHRAE standard 111 Class 6 (0.20 CFM/ ft2) down to -6” static pressure. For AHUs with sections that exceed 116 these static pressures, high pressure construction shall provide leak rates not exceeding ASHRAE standard 111 class 6 (0.23 CFM/ ft2) at +/- 8” static pressure G. Module to module field assembly shall be accomplished with an overlapping, full perimeter internal splice joint that is sealed with bulb type gasketing on both mating modules to minimize on-site labor and meet indoor air quality standards. Air handlers with field applied gasketing shall be field pressure tested to ensure proper gasket installation. H. Access doors shall be flush mounted to cabinetry, with minimum of two stainless steel piano-type hinges, latch and full size handle assembly. Access doors shall swing outward for unit sections under negative pressure. Access doors on positive pressure sections, shall have a secondary latch to relieve pressure and prevent injury upon access. I. A formed galvanized steel base rail shall be provided by the unit manufacturer for structural rigidity and condensate trapping.. J. Construct drain pans from stainless steel with cross break and double sloping pitch to drain connection. Provide drain pans under cooling coil and humidifier sections. Drain connection centerline shall be a minimum of 3’’ above the base rail to aid in proper condensate trapping. Drain connections that protrude through the base rail shall add extra rail height to provide proper for trapping without core drilling the floor. K. There must be a full nominal 2’’ panel of insulation under drain pan to prevent sweating. Units that do not have this shall have insulation added to a minimum 2” thickness. Units will not sweat when exposed to interior air temperatures down to 50°F, and exterior room conditions up to 70% relative humidity. L. Drain pan to be able to support the weight of service people up to 300 lb that will need to be in the section for maintenance. If drain pan will not meet these requirements, properly sized service grating shall be provided over the drain top of the drain pan and tack welded the AHU structure down to provide service support. 2.03 Fan Assemblies A. Maximum fan RPM shall be below first critical fan speed. Fan assemblies shall be dynamically balanced by the manufacturer on all three planes. A copy of the balance report shall be available on request. Provide access to motor and fan assembly through hinged access door. B. Fan and motor shall be mounted internally on a steel base. Motor shall be factory mounted. Provide access to motor, drive, and bearings through hinged access door. Fan and motor assembly shall be mounted on 2" deflection spring vibration type isolators inside cabinetry. 2.04 Bearings, Shafts, and Drives A. Shafts shall be solid, hot rolled steel, ground and polished, keyed to shaft, and protectively coated with lubricating oil. Hollow shafts are not acceptable. B. The fan wheel shall be direct coupled to the motor shaft or belt drive and listed on the schedule. The wheel width shall be determined by motor speed and fan performance characteristics. 2.05 Electrical A. Fan motors Open Drip Proof, premium efficiency (meets or exceeds EPAct requirements), RPM and voltage as listed on the schedule. B. Air handler(s) shall be ETL and ETL-Canada listed by Intertek Testing Services, Inc. Units shall conform to bi-national standard ANSI/UL Standard 1995/CSA Standard C22.2 No. 236. C. Air handler manufacturer shall provide, mount and wire variable speed drive with electrical characteristics as shown on manufacturer's data sheets. 2.06 Cooling and Heating Coils A. Acceptable water cooling, water heating, steam, and refrigerant coils shall be certified in accordance with AHRI Standard 410 and bear the AHRI label. Coils exceeding the scope of the manufacturer’s certification and/or the range of AHRI’s standard rating conditions will be considered provided the manufacturer is a current member of the AHRI Forced Circulation Air-Cooling and Air-Heating Coils certification programs and that the coils have been rated in accordance with AHRI Standard 410. B. Provide access to coil(s) for service and cleaning. Unit shall be provided with coil connections that extend a minimum of 5” beyond unit casing for ease of installation. Drain and vent connections shall be provided exterior to unit casing. Coils shall be removable through side and/or top panels of unit without the need to remove and disassemble the entire section from the unit. C. Water heating and cooling coil shall be provided as shown on schedule. Coil fins shall have a minimum thickness of 0.0075 inch aluminum. Tubes shall be mechanically expanded into the fins to provide a continuous compression bond over the finned length for maximum heat transfer. 117 1. Coil tubes shall be 5/8 inch OD seamless copper. Tubes to have minimum 0.020 inch nominal wall thickness. 2. Coil connections shall be carbon steel, NPT threaded connection. Vent and drain fittings shall be furnished on the connections, exterior to the air handler. 3. Coil casing shall be a formed channel frame of galvanized steel. 2.07 Filters A. Furnish filter section with 2-inch pleated MERV 8 filter. B. Provide side loading and removal of filters. C. Filter Minihelic gauge(s) shall be factory installed. One gauge shall be supplied per filter bank. 2.08 Additional Sections A. Access doors shall be provided for access between components. Minimum access door size shall be 20” unless noted on schedules. B. Plenum section shall be provided and properly sized for inlet and/or discharge air flow (between 600 and 1500 feet per minute). The plenum shall provide single or multiple openings as shown on drawings and project schedule. C. Mixing box section shall be provided with outside air and return air openings with or parallel blade low leak airfoil damper blades. Dampers shall be galvanized steel airfoil blades, fully gasketed and have continuous vinyl seals between damper blades in a galvanized steel frame. Dampers shall have stainless steel jamb seals. D. Damper Leakage: Leakage rate shall be less than two tenths of one percent leakage at 2 inches static pressure differential. Leakage rate tested in accordance with AMCA Standard 500. E. Energy recovery wheel shall be constructed of corrugated synthetic fibrous media, with a desiccant intimately bound and uniformly and permanently dispersed throughout the matrix structure of the media. Wheel Seals: The wheel seals shall be full contact nylon brush seals or equivalent. Bypass and recirculation dampers shall be furnished as shown on unit schedule and drawings. Certification: The wheel shall be AHRI certified by the wheel supplier to AHRI Standard 1060 and must bear the AHRI certification stamp. PART 3: PERFORMANCE Supply Fan Fan Type Direct Drive Plenum Qty 1 Class 2Airflow (CFM) 18000 RPM 1951 BHP 19.47E.S.P.(inH2O) 2 T.S.P.(inH2O) 3.7 Motor Voltage 460/60/3Power(HP) 20 RPM 1750 Control None Combination Coil Cooling SensibleCapacity(Btu/hr) 510183 Type StandardTotalCapacity(Btu/hr) 740543 EAT-DB°F 80EAT-WB°F 67 118 LAT-DB°F 54.1 LAT-WB°F 53.6 F.V.(ft/min) 466A.P.D.(inH2O) 1.26Suct. Temp.°F N/A EWT°F 45 LWT°F 55.3Flow Rate(GPM) 144.1 W.P.D.(ftH2O) 16 Rows 6 FPI 8 Heating TotalCapacity(Btu/hr) 1015708 Type 1 & 2 rows EAT-DB°F 40LAT-DB°F 91.6F.V.(ft/min) 480 EWT°F 160 LWT°F 139.4 Flow Rate(GPM) 98.4W.P.D.(ftH2O) 7.3 Steam PD(psi) N/A Rows 2 FPI 12 Mixing Box Filter Flat panel Type Pleated (MERV 8) Clean PD(inH2O) 0.29Dirty PD(inH2O) 1 Mean PD(inH2O) 0.64 END OF SECTION 119 Pricing Scenario # 4 Provide Air Cooled Scroll Chiller, Installation and Maintenance for two (2) yearsLocation of Project: Jacksonville, FL, metro area Description PART 1: 1. GENERAL 1.01 Summary A. Section includes design, performance criteria, refrigerants and controls requirements for air-cooled scroll compressor chillers. 1.02 References A. Comply with applicable Standards/Codes of AHRI 550/590, ANSI/ASHRAE 15, ETL, cETL, NEC, and OSHA as adopted by the State. B. Units shall meet the efficiency standards of ASHRAE Standard 90.1, 2013 and FEMP standard 2012. 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer’s installation instructions over weekend B. Maintenance: Maintain and service product according to manufacturer’s recommendations for a period of two (2) years 1.04 Submittals A. Submittals shall include the following: 1. Certification of factory-run test of packaged chiller unit signed by company officer. 2. Installation and operating manuals. 1.05 Quality Assurance A. Qualifications: Equipment manufacturer must specialize in the manufacture of the products specified and have five years experience with the type of equipment and refrigerant offered. B. Regulatory Requirements: Comply with the codes and standards specified. C. Chiller manufacturer plant must be ISO Registered. 1.06 Delivery and Handling A. Chiller shall be delivered to the job site completely assembled and charged with refrigerant and oil by the manufacturer. B. Comply with the manufacturer's instructions for rigging and handling equipment. 1.07 Warranty A. Standard Warranty (Domestic): The refrigeration equipment manufacturer's standard guarantee shall be for a period of one year from date of equipment start-up but not more than 18 months from shipment. The guarantee shall provide for repair or replacement due to failure by material and workmanship that prove defective within the above period, excluding refrigerant. B. 1st Year Labor Warranty: None included PART 2: PRODUCTS 2.01 Unit Description A. Provide a factory-assembled, factory-charged air-cooled scroll compressor packaged chillers in the quantity specified. Each chiller shall consist of hermetic tandem or trio scroll compressor sets (total four compressors), brazed plate evaporator, air-cooled condenser section, microprocessor-based control system and all components necessary for controlled unit operation. B. Each chiller shall be factory functionally-tested to verify operation. Operating controls and refrigerant charge shall be checked for proper operation and optimum performance. 2.02 Design Requirements 120 A. Flow Range: The chiller shall have the ability to support variable flow range down to 40% of nominal design (based on AHRI conditions). B. Operating Range: The chiller shall have the ability to control leaving chilled fluid temperature from 15F to 65F C. General: Provide a complete scroll compressor packaged chiller as specified herein and as shown on the drawings. The unit shall be in accordance with the standards referenced in section 1.02 and any local codes in effect. D. Performance: Refer to the schedule of performance on the drawings. The chiller shall be capable of stable operation to a minimum percentage of full load (without hot gas bypass) of 25%. Performance shall be in accordance with AHRI Standard 550/590. E. Acoustics: Sound pressure levels for the unit shall not exceed the following specified levels. All manufacturers shall provide the necessary sound treatment ( parts and labor) to meet these levels if required. Sound data shall be provided with the quotation. Data shall be in accordance with AHRI Standard 370. 2.03 Chiller Components A. Compressor 1. The compressors shall be sealed hermetic, scroll type with crankcase oil heater and suction strainer. The compressor motor shall be refrigerant gas cooled, high torque, hermetic induction type, two-pole, with inherent thermal protection on all three phases and shall be mounted on RIS vibration isolator pads. The compressors shall be equipped with an internal module providing compressor protection and communication capability. B. Evaporator 1. The evaporator shall be a compact, high efficiency, dual circuit, brazed plate-to-plate type heat exchanger consisting of parallel stainless steel plates 2. The evaporator shall be protected with an electric resistance heater (heat trace tape) and insulated with 3/4" (19mm) thick closed-cell polyurethane insulation. This combination shall provide freeze protection down to -20°F (-29°C) ambient air temperature. 3. The water-side working pressure shall be a minimum of 653 psig (4502 kPa). Vent and drain connections shall be provided in the inlet and outlet chilled water piping by the installing contractor. Evaporators shall be designed and constructed according to, and listed by, Underwriters Laboratories (UL). C. Condenser 1. Condenser fans shall be propeller type arranged for vertical air discharge and individually driven by direct-drive fan motors. The fans shall be equipped with a heavy-gauge vinyl-coated fan guard. Fan motors shall be TEAO type with permanently lubricated ball bearings, inherent overload protection, three-phase, direct-drive, 1140 rpm. Each fan section shall be partitioned to avoid cross circulation. 2. Coil shall be all aluminum alloy microchannel design and shall have a series of flat tubes containing multiple, parallel flow microchannels layered between the refrigerant manifolds. Coils shall consist of a two-pass arrangement. Each condenser coil shall be factory leak tested with high-pressure air under water. Coils shall withstand 1000+ hour acidified synthetic sea water fog (SWAAT) test (ASTM G85-02) at 120°F (49°C) with 0% fin loss and develop no leaks. D. Refrigerant Circuit 1. Each of the two refrigerant circuits shall include a refrigerant filter-drier, sight glass with moisture indicator, liquid line solenoid valve (no exceptions), expansion valve, and insulated suction line. E. Construction 1. Unit casing and all structural members and rails shall be fabricated of pre-painted or galvanized steel to meet ASTM B117, 500-hour salt spray test. 2. Upper condenser coil section of unit shall have protective, 12 GA, PVC-coated, wire grille guards. 121 F. Control System 1. A centrally located weatherproof control panel shall contain the field power connection points, control interlock terminals, and control system. Power and starting components shall include factory circuit breaker for fan motors and control circuit, individual contactors for each fan motor, solid-state compressor three-phase motor overload protection, and inherent fan motor overload protection. Hinged access doors shall be lockable. Barrier panels or separate enclosures are required to protect against accidental contact with line voltage when accessing the control system. 2. Shall include optional single-point connection to a non-fused disconnect switch with through-the-door handle and compressor circuit breakers. G. Unit Controller 1. An advanced DDC microprocessor unit controller with a 5-line by 22-character liquid crystal display provides the operating and protection functions. The controller shall take preemptive limiting action in case of high discharge pressure or low evaporator pressure. The controller shall contain the following features as a minimum: 2. The unit shall be protected in two ways: (1) by alarms that shut the unit down and require manual reset to restore unit operation and (2) by limit alarms that reduce unit operation in response to some out-of-limit condition. Shut down alarms shall activate an alarm signal. 3. Shutdown Alarms a. No evaporator water flow (auto-restart) b. Sensor failures c. Low evaporator pressure d. Evaporator freeze protection e. High condenser pressure f. Outside ambient temperature (auto-restart) g. Motor protection system 4. Limit Alarms a. Condenser pressure stage down, unloads unit at high discharge pressures. b. Low ambient lockout, shuts off unit at low ambient temperatures. c. Low evaporator pressure hold, holds stage #1 until pressure rises. d. Low evaporator pressure unload, shuts off one compressor. 5. Unit Enable Section a. Enables unit operation from either local keypad, digital input, or BAS 6. Unit Mode Selection a. Selects standard cooling, ice, glycol, or test operation mode 7. Analog Inputs: a. Reset of leaving water temperature, 4-20 mA\ b. Current Limit 8. Digital Inputs a. Unit off switch b. Remote start/stop c. Flow switch d. Ice mode switch, converts operation and setpoints for ice production e. Motor protection 9. Digital Outputs a. Shutdown alarm; field wired, activates on an alarm condition, off when alarm is cleared b. Evaporator pump; field wired, starts pump when unit is set to start 10. Condenser fan control - The unit controller shall provide control of condenser fans based on compressor discharge pressure. 11. Building Automation System (BAS) Interface a. Factory mounted DDC controller(s) shall support operation on a BACnet®, Modbus® or LONMARK ® network via one of the data link / physical layers listed below as specified by the successful Building Automation System (BAS) supplier. b. BACnet MS/TP master (Clause 9) c. The information communicated between the BAS and the factory mounted unit controllers shall include the reading and writing of data to allow unit monitoring, control and alarm notification as specified in the unit sequence of operation and the unit points list. 122 d. All communication from the chiller unit controller as specified in the points list shall be via standard BACnet objects. Proprietary BACnet objects shall not be allowed. BACnet communications shall conform to the BACnet protocol (ANSI/ASHRAE135-2001). A BACnet Protocol Implementation Conformance Statement (PICS) shall be provided along with the unit submittal. PART 3: PERFORMANCE Cooling Capacity ………… 65.1 tons Max full load kWT/input …… 1.2 Evaporator LWT……………………44 DEG F EWT……………54 DEG F Max WPD……….…….17.4 Ft FF…………….…..0.0001 Condenser Ambient Temp…………….…….95 DEG F Elevation…………...Sea Level Electrical………………….460/3/60 V/Ph/Hz END OF SECTION 123 Pricing Scenario # 5 Provide Centrifugal Water Chillers, installation and maintenance for two (2) years Location: Dallas, TX, metro area PART 1: GENERAL 1.01 Summary A. Section includes design, performance criteria, refrigerants and controls for water-cooled magnetic bearing two stage centrifugal chillers. a. AHRI 550/590 b. AHRI 575 c. NEC d. ANSI/ASHRAE 15 e. OSHA as adopted by the State f. ETL g. ASME Section VIII 1.02 References A. Comply with the following codes and standards: 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer’s installation instructions over weekend B. Maintenance: Maintain and service product according to manufacturer’s recommendations for a period of two (2) years 1.04 Submittals A. Submittals shall include the following: 1. Manufacturer’s certified performance data at full load plus IPLV or NPLV. 2. Installation and Operating Manuals. 1.05 Quality Assurance A. Regulatory Requirements: Comply with the codes and standards in Section 1.02. B. Chiller manufacturer must be ISO Certified. C. The chiller shall be tested to job conditions at the manufacturer's plant. 1.06 Delivery and Handling A. Chillers shall be delivered to the job site completely assembled and charged with refrigerant R134a and be shipped on skids with a weather resistant cover. B. Comply with the manufacturer's instructions for rigging and transporting units. Leave protective covers in place until installation. 1.07 Warranty A. The chiller manufacturer's standard warranty shall cover parts and labor costs for the repair or replacement of defects in material or workmanship, and include refrigerant for the entire unit, for a period of one year from equipment startup or 18 months from shipment, whichever occurs first, and also include an additional extended warranty for four years on the entire unit including refrigerant coverage. Warranty support shall be provided by company direct or factory authorized service permanently located near the job site. 124 PART 2: PRODUCTS 2.01 Unit Description A. Provide and install as shown on the plans a factory assembled, charged, and tested water-cooled packaged centrifugal chiller. Chillers shall have no more than two oil-free, magnetic bearing, semi-hermetic centrifugal compressors (no exceptions). Each compressor shall have an integrated variable-frequency drive operating in concert with inlet guide vanes for optimized full and part load efficiency. On two-compressor units, the evaporator and condenser refrigerant sides and the expansion valve shall be common and the chiller shall be capable of running on one compressor with the other compressor or any of its auxiliaries inoperable or removed. B. To ensure quick and trouble free start up and commissioning, each chiller shall pass a full battery of factory tests. These tests will include the verification of operating and compressor controls to ensure full unit functionality and manufacturing integrity. Any deviation from stringent factory quality standards shall be remedied prior to shipment. 2.02 Design Requirements A. General: Provide a complete water-cooled, semi-hermetic oil-free centrifugal compressor water chiller as specified herein. The unit shall be provided according to standards indicated in Section 1.02. In general, unit shall consist of one or two magnetic bearing, completely oil-free centrifugal compressors, refrigerant, condenser and evaporator, and control systems including integrated variable frequency drive, operating controls and equipment protection controls. Chillers shall be charged with refrigerant HFC-134a. If manufacturer offers a chiller using any HCFC refrigerant that is subject to phase out by the Montreal Protocol or the U.S. Clean Air Act, manufacturer shall provide, in writing, documentation signed by an officer of the company assuring refrigerant availability and price schedule for a 20-year period. B. The entire chiller system, including all pressure vessels, shall remain above atmospheric pressure during all operating conditions and during shut down to ensure that non-condensables and moisture do not contaminate the refrigerant and chiller system. If any portion of the chiller system is below atmospheric pressure during either operation or shut down, the manufacturer shall include, at no charge: 1. Purge System a. A complete purge system capable of removing non-condensables and moisture during operation and shut- down. The system shall consist of an air cooled condensing unit, purge condensing tank, pumpout compressor, and control system. b. A dedicated condensing unit shall be provided with the purge system to provide a cooling source whether or not the chiller is running. The condensing unit shall provide a low purge coil temperature to result in a maximum loss of 0.1 pounds of refrigerant per pound of purged air. c. The purge system shall be connected to a 100% reclaim device. d. A 20-year purge maintenance agreement that provides parts, labor, and all preventative maintenance required by the manufacturer’s operating and maintenance instructions. 2. Annual Oil/Refrigerant Analysis a. The manufacturer shall also include at no charge for a period of 20 years an annual oil and refrigerant analysis report to identify chiller contamination due to vacuum leaks. b. If the analysis identifies water, acid, or other contaminant levels higher than specified by the manufacturer, the oil and/or refrigerant must be replaced or returned to the manufacturer’s original specification at no cost to the owner. 3. Shell Pressurization System a. The manufacturer shall include a factory-installed and wired system that will enable service personnel to readily elevate the vessel pressure during shutdown to facilitate leak testing. b. A shell pressurization system shall be provided to keep air out of the chiller when the unit is not in service. An electric blanket or hot water circulation system are both acceptable. C. Performance: Refer to chiller performance rating. D. Acoustics: Sound pressure for the unit shall not exceed the following specified levels. Provide the necessary acoustic treatment to chiller as required. Sound data shall be measured in dB according to AHRI Standard 575 and shall include overall dBA. 125 2.03 Chiller Components A. Compressors: 1. The unit shall utilize magnetic bearing, oil-free, semi-hermetic centrifugal compressors. The levitated shaft position shall be digitally controlled and shall be monitored by X-axis position sensor, Y-axis position sensor, and Z-axis position sensor. The compressor drive train shall be capable of coming to a controlled, safe stop in the event of a power failure by diverting stored power to the magnetic bearing controls system. 2. The motor shall be of the semi-hermetic type, of sufficient size to efficiently fulfill compressor horsepower requirements. It shall be liquid refrigerant cooled with internal thermal sensing devices in the stator windings. The motor shall be compatible with variable frequency drive operation. 3. If unit contains an atmospheric shaft seal, the manufacturer shall provide the following at no additional charge: a. 20 year warranty and all preventive maintenance required to maintain the shaft seal including appropriate disposal of all oil lost through the shaft seal. Such disposal shall be done in a manner consistent with all Federal, state, and local laws pertaining to disposal and documentation of appropriate disposal shall be provided. b. Replacement and re-charging on a semi-annual basis, or more often if required, of all oil lost through the shaft seal. c. 20 year refrigerant replacement warranty for any loss of refrigerant that can be directly attributable to the failure of the atmospheric shaft seal. 4. If the compressor drive motor is an open design the chiller manufacturer shall provide at no additional charge a self contained air conditioning system in the mechanical space sized to handle the maximum heat output the open drive motor. The energy required to operate this air conditioning system shall be added to the chiller power at all rating points for energy evaluation purposes. 5. If the compressor drive motor uses any form of antifriction bearings (roller, ball, etc) the chiller manufacturer shall provide the following at no additional charge: a. A 20 year motor bearing warranty and all preventative maintenance, including lubrication, required to maintain the bearings as specified in the manufacturer’s operating and maintenance instructions b. At start up a three axis vibration analysis and written report which establishes a baseline of motor bearing condition. c. An annual three axis vibration analysis and written report to indicate the trend of bearing wear. 6. The chiller shall be equipped with an integrated Variable Frequency Drive (VFD) to automatically regulate compressor speed in response to cooling load and the compressor pressure lift requirement. Movable inlet guide vanes and variable compressor speed acting together, shall provide unloading. The chiller controls shall coordinate compressor speed and guide vane position to optimize chiller efficiency. 7. Each compressor circuit shall be equipped with a 5% rated line reactor to help protect against incoming power surges and help reduce harmonic distortion. 8. The unit shall have a minimum of a 0.90 power factor at compressor full load. B. Evaporator and Condenser: 1. The evaporator and condenser shall be separate vessels of the shell-and-tube type, designed, constructed, tested and stamped according to the requirements of the ASME Code, Section VIII. Regardless of the operating pressure, the refrigerant side of each vessel will bear the ASME stamp indicating compliance with the code and indicating a test pressure of 1.1 times the working pressure, but not less than 100 psig. The tubes shall be individually replaceable and secured to the intermediate supports without rolling or expanding to facilitate replacement if required. 2. The evaporator shall be flooded type with 0.025 in. wall copper internally and externally enhanced tubes rolled into carbon steel tubesheets. The water side shall be designed for a minimum of 150 psig. The refrigerant side shall be designed for a minimum of 200 psi. Provide intermediate tube supports at a maximum of 18 inch spacing. The heads shall be carbon steel and the tubesheets shall be carbon steel. Water connections shall be grooved suitable for 126 Victaulic couplings. The evaporator shall have dished heads with valved drain and vent connections. The evaporator shall have left-hand connections when looking at the unit control panel. 3. The condenser shall have 0.025 in. wall copper internally and externally enhanced tubes rolled into carbon steel. Water connections shall be grooved suitable for Victaulic couplings. The water side shall be designed for a minimum of 150 psig and the refrigerant side shall be designed for a minimum of 200 psi. Provide intermediate tube supports at a maximum of 18 inch spacing. The condenser shall have dished heads with valved drain and vent connections. The heads shall be carbon steel and the tubesheets shall be carbon steel. The condenser shall have left-hand connections when looking at the unit control panel. 4. If a negative pressure refrigerant is utilized, a separate ASME Code storage vessel shall be provided during servicing to hold the full unit refrigerant charge of the largest unit being furnished. 5. An electronic expansion valve shall control refrigerant flow to the evaporator. Fixed orifice devices or float controls with hot gas bypass are not acceptable because of inefficient control at low load conditions. The liquid line shall have moisture indicating sight glass. 6. Re-seating type spring loaded pressure relief valves according to ASHRAE-15 safety code shall be furnished. The evaporator shall be provided with single or multiple valves. The condenser shall be provided with dual relief valves equipped with a transfer valve so one relief valve can be removed for testing or replacement without loss of refrigerant or removal of refrigerant from the condenser. Rupture disks are not acceptable. If rupture disks are required on negative pressure units to prevent air and moisture ingress, then factory mounted spring loaded pressure relief valves shall be provided in series with the rupture disks to contain the remaining refrigerant in the event of vessel over-pressurization. The space between the rupture disk and the relief valve shall include a suitable telltale indicator integrated into the chiller control system to alert the operator that a potential safety issue exists in the pressure relief system. 7. The evaporator vessel, including water heads, suction line, and any other component or part of a component subject to condensing moisture shall be insulated with UL recognized 3/4 inch closed cell insulation. All joints and seams shall be carefully sealed to form a vapor barrier. 8. Provide factory-mounted and wired, thermal-dispersion water flow switches on each vessel to prevent unit operation with no or low water flow. Paddle and pressure differential type switches are not acceptable due to high rates of failure and false indications from these types of flow indicators. C. Long Term Reliability: 1. All compressor/motor designs that require oil to lubricate their respective roller/ball bearing system must denote exactly how many gallons of oil are required for safe operation. The manufacturer must then provide the engineer and owner with a real world energy analysis showing the energy degradation over time due to oil contamination of heat transfer surfaces. This average efficiency degradation over the life of the chiller shall be no less than 10%. 2. Chillers containing oil shall include a 10 year parts and labor warranty on all oil system components including: a. Pumps b. Starter c. Piping d. Tank e. Heater f. Cooler g. Controls h. Valves 3. Manufacturer shall be responsible for covering all costs associated with annual oil and oil filter changes plus oil analysis as required D. Vibration Isolation 1. Provide neoprene waffle-type vibration isolators for each corner of the unit. E. Power Connections 1. Power connection shall be single point to a factory-mounted disconnect switch. F. Chiller Control 1. The unit shall have a microprocessor-based control system consisting of a 15-inch VGA touch-screen operator interface and a unit controller. 2. The touch-screen shall display the unit operating parameters, accept setpoint changes (multi-level password protected) and be capable of resetting faults and alarms. The following parameters shall be displayed on the home screen and also as trend curves on the trend screen: a. Entering and leaving chilled water temperatures b. Entering and leaving condenser water temperatures 127 c. Evaporator saturated refrigerant pressure d. Condenser saturated refrigerant pressure e. Percent of 100% speed (per compressor) f. % of rated load amps for entire unit 3. In addition to the trended items above, all other important real-time operating parameters shall also be shown on the touch-screen. These items shall be displayed on a chiller graphic showing each component. At a minimum, the following critical areas must be monitored: a. Compressor actual speed, maximum speed, percent speed b. Liquid line temperature c. Chilled water setpoint d. Compressor and unit state and input and output digital and analog values 4. A fault history shall be displayed using an easy to decipher, color coded set of messages that are date and time stamped. Time interval scale shall be user selectable as 20 mins, 2 hours, or 8 hours. The alarm history shall be downloadable from the unit's USB port. An operating and maintenance manual specific for the unit shall be viewable on the screen. 5. All setpoints shall be viewable and changeable (multi-level password protected) on the touch screen and include setpoint description and range of set values. 6. Automatic corrective action to reduce unnecessary cycling shall be accomplished through preemptive control of low evaporator or high discharge pressure conditions to keep the unit operating through abnormal transient conditions. 7. Chiller plant optimization software for multiple chillers shall be provided including automatic control of: at least two (2) chillers, evaporator and condenser pumps (primary and standby), up to 3 stages of cooling tower fan cycling control and a tower modulating bypass valve or cooling tower fan variable frequency drives. 8. The factory supplied VFD and controls should include the following: a. High short circuit panel rating of 35kA with a matching circuit breaker b. Phase loss protection c. Under/over voltage protection 9. Energy saving software logic shall at a minimum offer the following a. User programmable compressor soft loading b. Chilled water reset c. Demand limit control d. Staging options lead lag between multiple compressors on a single chiller or on multiple chillers e. Plotting of historic trends for optimizing efficiency PART 3: PERFORMANCE Cooling Capacity…………………500 tons Max full load kW/ton……………0.53Max IPLV kW/ton …………………………0.31Evaporator: EnT/Lvg Temp………………….54/44 °F Flow Rate…………………………1200 GPM Max WPD………………………….20 ft. FF……………………0.00010 hr-sq ft-deg F/BTU Condenser Ent/LWT Temp………………………85/95 °F Flow Rate……………………………..1500 GPM Max WPD………………………………...20 Ft. FF… ……………..0.00025 hr-sq ft-deg F/BTU Electrical………………………….460/60/3 END OF SECTION 128 Pricing Scenario # 6 Provide Unit Ventilator and installation Location: Los Angeles, CA, metro area Description PART 1: GENERAL 1.01 References A. Comply with the following codes and standards: 1.02 Operation and Maintenance Data A. Installation: Install product according to manufacturer’s installation instructions during normal hours B. Maintenance: Provide instructions for maintenance and service 1.03 Submittals A. Submittals shall include the following: 1. Installation and Operating Manuals. 1.04 Quality Assurance A. Ventilator manufacturer must be ISO Certified. B. The ventilator shall be tested to job conditions at the manufacturer's plant. 1.05 Warranty A. The ventilator manufacturer's standard warranty shall cover parts and labor costs for the repair or replacement of defects in material or workmanship, and include refrigerant for the entire unit, for a period of one year from equipment startup or 18 months from shipment, whichever occurs first, and also include an additional extended warranty for four years on the entire unit including refrigerant coverage. Warranty support shall be provided by company direct or factory authorized service permanently located near the job site. 1.06 Maintenance A. Maintenance shall be the responsibility of the owner and performed in accordance with the manufacturer’s instructions. PART 2: PRODUCTS 1. Unit Construction All internal sheet metal parts must be made of galvanized steel to inhibit corrosion. The entire frame must be welded construction to provide strength and rigidity. Hidden reinforced top panel support shall be integral with the frame and support the fan assembly. Frames assembled with sheet metal fasteners shall not be acceptable. Unit shall be of a draw-thru design. Blow-thru design is not acceptable. Unit shall have a built-in metal wire raceway from one end compartment to the other. 2. Cabinets Exterior cabinet panels shall be constructed of heavy-gauge steel. All sheet metal panels must be cleaned and phosphatized, then painted electrostatically with an oven baked environmentally friendly thermosetting urethane powder finish. 3. Floor Units Floor mounted units shall have an integral pipe tunnel for convenient crossover of piping or electrical wiring in accordance with local and National Electric Codes (N.E.C.). The front surface shall consist of three separate, removable panels easily handled by one person. Control compartment must be accessible without removing the entire front panel. Unit top shall have two access doors (one at each end) for access to motor and bearings. Unit discharge grille shall be welded continuous bar type with round edged steel bars placed for a 10° vertical deflection. A 1/4" painted galvanized mesh shall be furnished and located beneath discharge grille. Unit top surface shall be supplied with a textured non-glare paint surface that resists scuffing and hides fingerprints. Units shall come with front adjustable leg levelers. End panels shall ship separately, individually wrapped in plastic and boxed to prevent damage during construction. 129 4. Room Air Fans and Motor The unit fan and motor assembly shall be of a modular construction so that it is removable from the top for service, maintenance and access to the coil section for cleaning. The motor and fan assembly shall be low speed design to assure maximum quietness and efficiency. Fans shall be double inlet, forward curved centrifugal type with offset aerodynamic blades. Assembly shall be statically and dynamically balanced. Fan housings shall be steel construction, incorporating logarithmic expansion for quieter operation. Fan shaft shall be 1-1/4" diameter hollow steel with 1-1/4" end bearing. Fan and motor assembly shall be direct drive type. Motor speed shall be controlled by factory mounted multi-tap transformer for High- Medium-Low-Off speeds. Fan/coil arrangement shall be draw-thru design for uniform coil face velocity and discharge air temperature. Motors shall be 115/60/1 NEMA permanent split capacitor (PSC), plug-in type designed specifically for unit ventilator operation. Motors shall be located out of the airstream and have an internal thermal overload device (auto reset). Fan motors and controls shall have each hot line protected by factory installed cartridge type fuse(s). Motors shall have sleeve type bearings and require oiling no more than once annually. Units shall have shaft bearing located out of the air stream. Bearings in the airstream are not acceptable. 5. Face and Bypass Damper Each unit shall be provided with a factory-installed face and bypass damper, constructed of aluminum. The long sealing surfaces of the damper shall seal positively against stops fitted with extruded EPDM rubber seals. Face and bypass damper stops not fitted with seals shall not be acceptable. The damper ends shall have blended mohair seals glued along the ends for a positive seal. Plastic clip-on brush end seals will not be acceptable. The unit design shall incorporate the face and bypass damper to prevent coil surface wiping and be before the fan in a draw through configuration. Face and bypass damper positioned in the direct discharge of the room fan is not acceptable. The face and bypass damper shall be arranged so a dead air space results between the coil and the damper in a full bypass condition to minimize heat pick up. 6. Outdoor and Room Air Dampers Each unit shall be provided with separate room air and outdoor air dampers. The room air damper shall be constructed of aluminum using metal-forming techniques to resist twisting and shall be counterbalanced against back pressure. Outdoor air damper shall be two-piece double-wall construction with 1/2" thick, 1.5 lbs. density fiberglass insulation encapsulated between welded 20 ga. galvanized steel blades for rigidity and to inhibit corrosion, and have additional insulation on the exterior surfaces of the damper blade and on the ends of the outdoor air chamber. Dampers shall be fitted with mohair seals along all the sealing edges. Dampers shall use turned-metal principle on long closing ends with no metal-to-metal contact. No plastic or rubber gaskets shall be acceptable. Damper bearings shall be made of nylon or other material which does not require lubrication. 7. Drain Pan All units shall have a drain pan constructed of corrosion-resistant composite material and shall be insulated. A drain outlet shall be provided on both ends of the pan. The drain hand of connection shall be easily field-reversed to the opposite end. The drain pan shall be able to be sloped in either direction for proper condensate removal. Drain shall be provided with an optional secondary, overflow drain connection on both ends of the pan. 8. Agency Listing Unit ventilators shall be listed by Underwriters Laboratories Inc. (U.L.) for the United States and Canada. Unit ventilation rate to be certified and tested per Air Conditioning, Heating and Refrigeration Institute (AHRI) standard 840. All units with chilled water coils shall be AHRI certified for performance. Motors shall conform to the latest applicable requirements of NEMA, IEEE, ANSI, and NEC standards. 9. Coils All hydronic coils shall be constructed with copper tubes and mechanically bonded aluminum corrugated plate fins. All coils shall have aluminum individual unshared fin surfaces. An air brake shall exist between coils. Water coils shall be furnished with a threaded drain plug at the lowest point. A manual air vent shall be provided at the high point of the coil. 10. Filters Filter shall be one-piece design located to provide filtration of the outdoor air/return air mixture to assure even dust loading and balanced airflow in lieu of separate filters for outdoor air and return. Throwaway filter shall be factory furnished initially installed in all units. 11. Temperature Controls Each unit ventilator shall be furnished with a factory installed and wired, microprocessor based DDC Unit Ventilator Controller (UVC), by the manufacturer of the unit ventilator, which is pre-programmed, factory pretested prior to shipment and capable ofcomplete, standalone unit control, master-slave arrangement or incorporation into a building-wide network using an optional plug-in communication module. The UVC shall be preprogrammed with the application code required to operate the unit using 130 ASHRAE Cycle II. The unit control system shall include all required temperature sensors, input/output boards, main microprocessor modules, Local User Interface (referred to as LUI) Touch Pad with Digital LED Display, wiring, 24 volt power and direct coupled damper actuators. The UVC shall support up to 6 analog inputs, 12 binary inputs, and 9 binary outputs plus additional I/O points of 4 analog inputs and 8 binary outputs. 12. Network System The unit control system shall perform all unit control functions, unit diagnostics and safeties. The unit shall operate in the standalone or network capable mode of operation. Field furnished and installed controls shall not be allowed. When network capable, network communication modules shall be factory installed, tested and able to communicate via plug-in communication modules that connect directly to the UVC using: a.LonMark Space Comfort Control that supports the LonMark SCC profile number 8500-10 allowing LonWorks network communication capability to the UVC. Controls shall allow monitoring and adjustment from a portable IBM compatible PC using the applicable software. When using this PC and software, the unit shall be capable of reacting to commands for changes in control sequence and set points. 13. Room Temperature Sensor and Tenant Override Options Unit Mounted All units shall come equipped with a factory mounted room temperature sensor located in a sampling chamber (front, center panel) where room air is continuously drawn through for fast response to temperature changes in the room. When using a remote wall-mounted temperature sensor the ability shall exist to simply disconnect the unit-mounted temperature sensor using the provided quick disconnect plug. Tenant override switch shall be factory mounted next to the Local User Interface (LUI) Touch Pad to provide a momentary contact closure that causes the unit to enter the “tenant override” operating mode fora set time period (adjustable) of 120 minutes. The room temperature sensor and override switch shall be an optional wall mounted temperature sensor, with integral tenant override capability 14. Wall Mounted Sensor with Tenant Override A thermistor type temperature sensor with integral tenant override and status LED shall be furnished with the unit ventilators. a. Remote wall mounted sensor with tenant override 15. External Signal Connections The unit shall have three (3) multi-pin External Signal Connection Plugs factory provided and pre-wired with short wire whips that is capped for field wiring of: a. Remote Wall Mounted Temperature Sensor. 16. Performance Voltage 115/60/1 Min Circuit Amps 3.88 Max Fuse Amps 15 Airflow (CFM)979 ESP (inH2O)0 Fan Speed High Motor Power (HP)0.25 Cooling Coil Coil Rows 3 EAT - EDB (°F)80 EAT - EWB (°F)67 LDB (°F)59.1 LWB (°F)56.3 Fluid Type No Glycol EWT 45 LWT 55 Flow Rate (gpm)6.5 WPD (ft H2O)7.53 131 Total Capacity Btu/hr)32,502Sensible Capacity Btu/hr) 22,158 Heating Coil Coil Rows 2 EAT - EDB (°F)70 LAT - LDB (°F)116.9 Fluid Type No Glycol EWT (°F)180 LWT (°F)140.2 Flow Rate (gpm)2.5 WPD (ft H2O)1.34 Total Capacity Btu/hr)49,773 END OF SECTION 132 Attachment 9 – Cost Proposals / Pricing Forms Bid Forms and Price Proposal sheets are provided for you. It is not mandatory to submit your cost proposals on these forms. You must however include the same, requested information. A discount percentage, or structure must be clearly delineated. Pricing for each scenario must be complete, showing all products offered for that scenario, the list price, the discount amount and the final net price for each scenario. Total costs, including a detailed list of all labor categories applicable to each scenario must also be shown and totaled. RFP #15-JLP-023 133 BID FORM/PRICE SHEET SECTION A Product Pricing Offeror shall include all product pricing using this format. Use additional space as necessary. MFG Part No. Product Name Product Description List Price % Discount off List Price Net Price The remainder of this page is intentionally left blank. RFP #15-JLP-023 134 BID FORM/PRICE SHEET (CONT'D) SECTION B Labor Rates Normal business hours are defined as: ____________________________ Overtime hours are defined as: ____________________________ Holiday hours are defined as: ____________________________ Using the below format, Offeror shall provide labor rates by geographic areas, regions, zones or other means for pricing nationally. (for all that are applicable) Hourly Rate Item Labor Classification Normal Business Hours Overtime Holiday 1 Architect 2 Asbestos worker 3 Boilermaker 4 Concrete finishers 5 Delivery personnel 6 Drafting 7 Drywall and ceiling installers 8 Electricians 9 Engineering design 10 Geothermal well field labor 11 Heavy equipment operators 12 HVAC commercial A/C technician 13 HVAC light commercial 14 HVAC helper 15 HVAC field supervisor RFP #15-JLP-023 135 BID FORM/PRICE SHEET (CONT'D) SECTION B Labor Rates (Cont'd) Hourly Rate Item Labor Classification Normal Business Hours Overtime Holiday 16 HVAC refrigeration technician 17 HVAC duct installer 18 HVAC filter technician 19 HVAC building automation technician 20 Infrared technician 21 Insulators 22 Laborers 23 Light equipment operators 24 Metal building assembler 25 Millwrights 26 Operating engineer 27 Painters, wall covering installers 28 Pipefitters 29 Plasterers 30 Plumbers 31 Project manager 32 Project administrator 33 Project engineering 34 Roofers 35 Sheet metal workers 36 Test and balance technician 37 Tile setters 38 Waterproofers, caulkers 39 Water treatment technician Use additional space as necessary to add any additional labor categories. RFP #15-JLP-023 136 BID FORM/PRICE SHEET (CONT'D) SECTION C Additional Costs INSTRUCTIONS: Offeror shall utilize net product prices and labor rates listed in Sections A and B of this Bid Form/Price Sheet to determine cost for installation of new equipment, maintenance of existing sytems, upgrading of existing infrastructures, turn-key services and any other installation and services offered. If there are other elements that should also be taken into consideration, Offeror shall list these elements below and any associated pricing. Any Additional Pricing Elements for Installation, Maintenance, Upgrades and Turn-Key Services Cost List any other elements to be taken into consideration for installation, maintenance, upgrades and turn-key services The remainder of this page is intentionally left blank. RFP #15-JLP-023 137 BID FORM/PRICE SHEET (CONT'D) SECTION D Additional Costs Use the below space to provide pricing for any related products and services your company wishes to be considered. Product or Service Cost Use additional space as necessary The remainder of this page is intentionally left blank. RFP #15-JLP-023 138 BID FORM/PRICE SHEET (CONT'D) SECTION E Additional Discounts Insert additional lines as necessary. ADDITIONAL DISCOUNTS/INCENTIVES COST Additional Discounts for volume (i.e. price breaks for multiple products/services, etc.) $ $ $ $ Any additional pricing incentives, discounts or rebates such as for large volume purchases and services, total spend, etc. $ $ $ $ Any additional pricing discounts for the purchase of products and services for groups of Participating Public Agencies in a local geographic area that desire to combine requirements, i.e. local city, county, school district, housing authority, transit authority, etc. $ $ $ $ The remainder of this page is intentionally left blank. RFP #15-JLP-023 139 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Project #1 Use the below format for pricing Rotary Screw Chillers Location: North Harford Middle School, Pylesville, MD Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 140 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Scenario #2 Use the below format for pricing packaged rooftop air conditioner and installation. Location: Chicago, IL, city limits Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 141 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Scenario #3 Use the below format for pricing indoor air handling unit. Location: Portland, OR, metro area Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 142 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Scenario #4 Use the below format for pricing air cooled scroll chiller, installation and maintenance for two years. Location: Jacksonville, FL, metro area Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 143 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Scenario #5 Use the below format for pricing centrifugal water chiller, installation and maintenance for two years. Location: Dallas, TX, metro area Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 144 BID FORM/PRICE SHEET (CONT'D) SECTION F Pricing Scenario #6 Use the below format for pricing unit ventilator and installation. Location: Los Angeles, CA, city limits Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary RFP #15-JLP-023 145 BID FORM/PRICE SHEET (CONT'D) Signature Page ________________________________ _______________________________ Signature Company ________________________________ Name (Print or type) __________________________ Email The remainder of this page is intentionally left blank. March 21, 2022 To whom this may concern, The purpose of this letter is to advise you that West Florida Trane is the sole and exclusive agent for Trane heavy commercial air conditioning products in thirteen counties that make up Florida’s West Coast including Hillsborough, Pinellas, Lee, Collier, Charlotte, Highland, Manatee, Sarasota, Hardee, Polk, Pasco, Hernando and Desoto counties including the following major cities: Tampa, St. Petersburg, Clearwater, Sarasota, Ft. Myers, Naples, Lakeland and Brooksville. Further, West Florida Trane is the exclusive parts outlet for Trane Mechanical Systems and Tracer Building Automation Systems. Please don’t hesitate to contact me. Sincerely, Edward Blair Operations Manager - Tampa Effective Date - 1/1/2022 CLASSIFICATION Zone 57 District Office Tampa, FL Asbestos Worker $0.00 Boilermaker $225.48 Bricklayers; Masons $112.73 Carpenter /Case worker $126.83 Carpet Layers/Floor Installers $126.83 Concrete Finishers $126.83 Data Comm/Telecom Installer $176.15 Delivery personnel $77.51 Drywall Installers; Ceiling Installers $105.69 Electricians $246.61 Elevator Mechanics $260.70 Glaziers $133.87 Heavy Equipment Operators $176.15 HVAC Commercial A/C technician $161.99 HVAC Light Commercial $133.87 HVAC Helper $126.83 HVAC Field Supervisor $176.15 HVAC Refrigeration technician $155.01 HVAC Duct installer $155.01 HVAC Filter technician $119.79 HVAC Building Automation technician $181.43 Insulators $162.06 Ironworkers $133.87 Laborers $77.51 Lathers $133.87 Light Equipment Operators $105.69 Metal Building Assembler $126.83 Millwrights $126.83 Operating Engineer $126.83 Painters/Wall Covering Installers $140.92 Pipefitters $183.20 Plasterers $112.73 Plumbers $183.20 Project Manager $183.20 Project Administrator $133.87 Roofers $133.87 Sheet Metal Workers $155.01 Sprinkler Fitters $176.15 Terrazzo Workers $133.87 Tile Setters $133.87 Waterproofers/Caulkers $105.69 Geothermal Well Field Labor $162.06 Engineering Design $246.61 Energy Engineer $200.86 Project Engineering $176.15 Drafting $105.69 Architectural $317.07 Test & Balance Technician $211.38 Infarad Technician $211.38 Water Treatment Technician $155.01 Miscellaneous Material Margins 27.50% Labor Coefficent 0.95 NOTES: 2. OVERTIME RATES (AFTERHOURS, SATURDAY): 1.50 X STANDARD RA 3. OVERTIME RATES (SUNDAY, HOLIDAYS): 2.00 X STANDARD RATES 4. PER DIEM RATES: $100/DAY/PERSON (WHEN REQUIRED) EXCEPT AK 5. MINIMUM CHARGE OF 2 HOURS FOR ALL OVERTIME WORK 6. RATES WILL BE ADJUSTED ANNUALLY AT RENEWAL DATE BASED ON Percent field labor adjustment factor change from the previous year (60%) Percent material price index change from the previous year (30%) Percent office and operating expense changes from the previous year (10% USC Prevailing Wage Billing Rates 1. ALL LABOR RATES ARE BASED ON STANDARD HOURS 7. FINAL APPROVAL UPON US COMMUNITIES AND TRANE'S DISCRETION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9554-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9554-22 on second reading, amending the future land use plan element of the Comprehensive Plan to change the land use designation for a portion of certain real property whose post office address is 1640 Gulf to Bay Boulevard, Clearwater, Florida 33755, from Residential/Office General (R/OG) to Commercial General (CG). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9554-22 ORDINANCE NO. 9554-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE DESIGNATION FOR A PORTION OF CERTAIN REAL PROPERTY LOCATED ON THE NORTHEAST CORNER OF GULF TO BAY BOULEVARD AND SOUTH KEYSTONE AVENUE, WHOSE POST OFFICE ADDRESS IS 1640 GULF TO BAY BOULEVARD, CLEARWATER, FLORIDA 33755, FROM RESIDENTIAL/OFFICE GENERAL (R/OG), TO COMMERCIAL GENERAL (CG); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described properties, as follows: Properties Land Use Category See attached Exhibit “A” for legal description; From: Residential/Office General (R/OG) To: Commercial General (CG) (LUP2022-01001) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect contingent upon approval of the countywide plan land use designation by the Pinellas County Board of Commissioners, where applicable, and thirty-one (31) days post-adoption. If this ordinance is appealed within thirty (30) days after adoption, then this ordinance will take effect only after approval of the countywide plan land use designation by the Pinellas County Board of Commissioners and upon issuance of a final order determining this amendment to be in compliance either by the Department of Economic Opportunity (DEO) or the Administration Commission, where applicable, pursuant to section 163.3187, Florida Ordinance No. 9554-22 Statutes. The Community Development Coordinator is authorized to transmit to Forward Pinellas, in its role as the Pinellas Planning Council, an application to amend the Countywide Plan in order to achieve consistency with the Future Land Use Plan Element of the City’s Comprehensive Plan as amended by this ordinance. 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  LUP2022‐01001 & REZ2022‐01001, A portion of 1640 Gulf to Bay Boulevard, 14‐29‐15‐47220‐000‐0010  A PORTION OF LOT 1, KRUEGER‐N.C.N.B. SUBDIVISION, ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT  BOOK 105, PAGE 15, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED  AS FOLLOWS:  COMMENCING AT THE SOUTHWEST CORNER OF SAID LOT 1, THENCE RUN N 00°39’48” W, ALONG THE WEST LINE OF  SAID LOT 1, 280.37 FEET FOR A POINT OF BEGINNING; THENCE CONTINUE ALONG SAID WEST LINE, N 00°39’48” W,  137.77 FEET TO THE NORTH LINE OF SAID LOT 1; THENCE S 88°56’09” E ALONG SAID NORTH LINE, 235.00 FEET TO THE  EAST LINE OF SAID LOT 1; THENCE S 00°39’48” W ALONG SAID EAST LINE, 137.77 FEET; THENCE N 88°56’09” W, 235.00  FEET TO THE POINT OF BEGINNING.  CONTAINING 32,360± SQUARE FEET OR 0.74± ACRES MORE OR LESS.  Exhibit “B” 46584 49716 47220 L A 8 9 10 12 13 14 15 161718 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18192021222324 12 13 14 1 2 3 4 6 8 8 9 10 11 12 2 1 23 13/04 13/02 13/05 14/10 14/12 14/13 14/07 14/08 14/09 1.03 1.12 3.21 22 23 24 25 26 42 1 2 AC(C) ACAC 2 3 2 509 3051650 1660215 1628211 40016321630 16541700401 17001625510 5071621 16411651162016801668403 211 407 208 163016641640309 16271624212 1631206 16371644 1660167217011623200 401 311 3011658204 301 300 1698216 405 207 17091675205 1661CG RU CG RU CG RU R/OG CG CG RU CG R/OG S DUNCAN AVESKEYSTONEAVEGULF-TO-BAY BLVD RAINBOW DR S KEYSTONE DR-Not to Scale--Not a Survey-Rev. 2/7/2022 PROPOSED FUTURE LAND USES MAP Owner(s): MSCW GTB LLC Case: LUP2022-01001 REZ2022-01001 Site: A portion of 1640 Gulf to Bay Boulevard Property Size(Acres): 0.74 Land Use Zoning PIN: 14-29-15-47220-000-0010 From: Residential/Office General (R/OG) Office (O) To: Commercial General (CG) Commercial (C) Atlas Page: 288B Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9555-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9555-22 on second reading, amending the Zoning Atlas of the city by rezoning a portion of certain real property whose post office address is 1640 Gulf to Bay Boulevard, Clearwater, Florida 33755, from Office (O) to Commercial (C). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9555-22 ORDINANCE NO. 9555-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY REZONING A PORTION OF CERTAIN REAL PROPERTY LOCATED ON THE NORTHEAST CORNER OF GULF TO BAY BOULEVARD AND SOUTH KEYSTONE AVENUE, WHOSE POST OFFICE ADDRESS IS 1640 GULF TO BAY BOULEVARD, CLEARWATER, FLORIDA 33755, FROM OFFICE (O) TO COMMERCIAL (C); 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 the City of Clearwater, Florida, is hereby rezoned as indicated, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the approval of the countywide land use designation set forth in Ordinance 9554-22 by the Pinellas County Board of County Commissioners. Property Zoning District See attached Exhibit “A” for legal description; From: Office (O) To: Commercial (C) (REZ2022-01001) Ordinance No. 9555-22 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  LUP2022‐01001 & REZ2022‐01001, A portion of 1640 Gulf to Bay Boulevard, 14‐29‐15‐47220‐000‐0010  A PORTION OF LOT 1, KRUEGER‐N.C.N.B. SUBDIVISION, ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT  BOOK 105, PAGE 15, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED  AS FOLLOWS:  COMMENCING AT THE SOUTHWEST CORNER OF SAID LOT 1, THENCE RUN N 00°39’48” W, ALONG THE WEST LINE OF  SAID LOT 1, 280.37 FEET FOR A POINT OF BEGINNING; THENCE CONTINUE ALONG SAID WEST LINE, N 00°39’48” W,  137.77 FEET TO THE NORTH LINE OF SAID LOT 1; THENCE S 88°56’09” E ALONG SAID NORTH LINE, 235.00 FEET TO THE  EAST LINE OF SAID LOT 1; THENCE S 00°39’48” W ALONG SAID EAST LINE, 137.77 FEET; THENCE N 88°56’09” W, 235.00  FEET TO THE POINT OF BEGINNING.  CONTAINING 32,360± SQUARE FEET OR 0.74± ACRES MORE OR LESS.  Exhibit “B” 46584 49716 47220 L A 8 9 10 12 13 14 15 161718 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18192021222324 12 13 14 1 2 3 4 6 8 8 9 10 11 12 2 1 23 13/04 13/02 13/05 14/10 14/12 14/13 14/07 14/08 14/09 1.03 1.12 3.21 22 23 24 25 26 42 1 2 AC(C) ACAC 2 3 2 509 3051650 1660215 1628211 40016321630 16541700401 17001625510 5071621 16411651162016801668403 211 407 208 163016641640309 16271624212 1631206 16371644 1660167217011623200 401 311 3011658204 301 300 1698216 405 207 17091675205 1661S DUNCAN AVESKEYSTONEAVEGULF-TO-BAY BLVD RAINBOW DR S KEYSTONE DRO LMDR LMDR C -Not to Scale--Not a Survey-Rev. 2/7/2022 PROPOSED ZONING MAP Owner(s): MSCW GTB LLC Case: LUP2022-01001 REZ2022-01001 Site: A portion of 1640 Gulf to Bay Boulevard Property Size(Acres): 0.74 Land Use Zoning PIN: 14-29-15-47220-000-0010 From: Residential/Office General (R/OG) Office (O) To: Commercial General (CG) Commercial (C) Atlas Page: 288B Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9568-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9568-22 on second reading, amending the future land use plan element of the Comprehensive Plan to designate the land use for certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9568-22 ORDINANCE NO. 9568-22 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 UNADDRESSED REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF OTTEN STREET AND WESTON DRIVE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 8, Terra-Alto Estates, according to the map or plat thereof, as recorded in Plat Book 45, Page(s) 5, of the Public Records of Pinellas County, Florida; Residential Low (RL) (ANX2022-03005) 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. 9567-22. Ordinance No. 9568-22 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): Robert Smith Case: ANX2022-03005 Site: Unaddressed (0) Otten Street Property Size(Acres): ROW (Acres): 0.183 Land Use Zoning PIN: 02-29-15-90288-000-0080 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9569-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9569-22 on second reading, amending the Zoning Atlas of the city by zoning certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9569-22 ORDINANCE NO. 9569-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF OTTEN STREET AND WESTON DRIVE, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9567-22. Property Zoning District Lot 8, Terra-Alto Estates, according to the map or plat thereof, as recorded in Plat Book 45, Page(s) 5, of the Public Records of Pinellas County, Florida; Low Medium Density Residential (LMDR) (ANX2022-03005) Ordinance No. 9569-22 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): Robert Smith Case: ANX2022-03005 Site: Unaddressed (0) Otten Street Property Size(Acres): ROW (Acres): 0.183 Land Use Zoning PIN: 02-29-15-90288-000-0080 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9540-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9540-22 on second reading, annexing certain real property whose post office address is 1827 Audubon Street, Clearwater, Florida 33764 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9540-22 ORDINANCE NO. 9540-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF AUDUBON STREET APPROXIMATELY 300 FEET SOUTH OF DRUID ROAD, WHOSE POST OFFICE ADDRESS IS 1827 AUDUBON STREET, CLEARWATER, FLORIDA 33764 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for legal description; (ANX2021-12019) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9540-22 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” LEGAL DESCRIPTION  ANX2021‐12019  ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0140 Lot 14 1827 Audubon Street The above in GRACEMOOR, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. Together with: The property as described in OFFICIAL RECORD BOOK 6048, PAGE 2065, of the Public Records of Pinellas County, Florida. Exhibit “B” PROPOSED ANNEXATION Owner(s): Bridget M. Bailey Case: ANX2021-12019 Site: 1827 Audubon Street Property Size(Acres): ROW (Acres): 0.479 Land Use Zoning PIN: 13-29-15-32382-000-0140 From : Residential Low (RL) & Water R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) & Water Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9541-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9541-22 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 1827 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9541-22 ORDINANCE NO. 9541-22 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 SOUTH SIDE OF AUDUBON STREET APPROXIMATELY 300 FEET SOUTH OF DRUID ROAD, WHOSE POST OFFICE ADDRESS IS 1827 AUDUBON STREET, CLEARWATER, FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL) AND WATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “A” for legal description; Residential Low (RL) and Water (ANX2021-12019) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9540-22. Ordinance No. 9541-22 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” LEGAL DESCRIPTION  ANX2021‐12019  ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0140 Lot 14 1827 Audubon Street The above in GRACEMOOR, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. Together with: The property as described in OFFICIAL RECORD BOOK 6048, PAGE 2065, of the Public Records of Pinellas County, Florida. Exhibit “B” PROPOSED FUTURE LAND USE MAP Owner(s): Bridget M. Bailey Case: ANX2021-12019 Site: 1827 Audubon Street Property Size(Acres): ROW (Acres): 0.479 Land Use Zoning PIN: 13-29-15-32382-000-0140 From : Residential Low (RL) & Water R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) & Water Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9542-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9542-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1827 Audubon Street, Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9542-22 ORDINANCE NO. 9542-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF AUDUBON STREET APPROXIMATELY 300 FEET SOUTH OF DRUID ROAD, WHOSE POST OFFICE ADDRESS IS 1827 AUDUBON STREET, CLEARWATER, FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9540-22. Property Zoning District See attached Exhibit “A” for legal description; Low Medium Density Residential (LMDR) (ANX2021-12019) Ordinance No. 9542-22 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” LEGAL DESCRIPTION  ANX2021‐12019  ========================================================================================= No. Parcel ID Lot No., Block No. Address 1. 13-29-15-32382-000-0140 Lot 14 1827 Audubon Street The above in GRACEMOOR, as recorded in PLAT BOOK 30, PAGE 7, of the Public Records of Pinellas County, Florida. Together with: The property as described in OFFICIAL RECORD BOOK 6048, PAGE 2065, of the Public Records of Pinellas County, Florida. Exhibit “B” PROPOSED ZONING MAP Owner(s): Bridget M. Bailey Case: ANX2021-12019 Site: 1827 Audubon Street Property Size(Acres): ROW (Acres): 0.479 Land Use Zoning PIN: 13-29-15-32382-000-0140 From : Residential Low (RL) & Water R-3 Single Family Residential Atlas Page: 298A To: Residential Low (RL) & Water Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9567-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.8 SUBJECT/RECOMMENDATION: Continue to June 16, 2022: Adopt Ordinance 9567-22 on second reading, annexing certain unaddressed real property located on the southeast corner of Otten Street and Weston Drive, Clearwater, Florida 33755 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9567-22 ORDINANCE NO. 9567-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN UNADDRESSED REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF OTTEN STREET AND WESTON DRIVE, CLEARWATER, FLORIDA 33755 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 8, Terra-Alto Estates, according to the map or plat thereof, as recorded in Plat Book 45, Page(s) 5, of the Public Records of Pinellas County, Florida; (ANX2022-03005) 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. 9567-22 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 MAP Owner(s): Robert Smith Case: ANX2022-03005 Site: Unaddressed (0) Otten Street Property Size(Acres): ROW (Acres): 0.183 Land Use Zoning PIN: 02-29-15-90288-000-0080 From : Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9464-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.9 SUBJECT/RECOMMENDATION: Continue to a date uncertain: Adopt Ordinance 9564-22 on second reading, annexing certain real property whose post office address is 1272 Sedeeva Circle North, Clearwater, Florida 33755 into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9564-22 ORDINANCE NO. 9564-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEDEEVA CIRCLE N APPROXIMATELY 220 FEET WEST OF N BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1272 SEDEEVA CIRCLE N, CLEARWATER, FLORIDA 33755, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the 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: The West 10 feet of Lot 4 and all of Lot 5, Floradel Sub-Division, according to the map or plat thereof, as recorded in Plat Book 15, Page(s) 7, of the Public Records of Pinellas County, Florida; (ANX2021-06011) 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. 9564-22 PASSED ON FIRST READING (AS ORDINANCE NO. 9484-21) PASSED ON SECOND READING PASSED ON THIRD 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 MAP Owner(s): Paramount Court LLC Case: ANX2021-06011 Site: 1272 Sedeeva Circle N. Property Size(Acres): ROW (Acres): 0.186 Land Use Zoning PIN:03-29-15-28098-000-0050 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) LAKE 28098 80388 K L M O O G B C E 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 12345678910111213 14 15 16 17 18 19 20 21 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38394041424344 45 46 47 48 49 50 51 9 18 9 10 11 12 13 14 15 16 17 18 1920 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 151617181920 2122 26 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 11 12 2627 2829 4445 4647 55 56 7 8 8 22 U.S.A.VET.ADM. VAC 1 1 1 1 1 1 N BETTY LN STATE ST WOODLAWN TER SEDEEVA CIR N POINSETTA AVE CHENANGO AVE BERTLAND WAY SEDEEVA CIR SSHORE DR PINECREST WAY 197112781291124512571261130112651952 132512432024 1950128019491276128319541252 1329127812711942128712321273 1969 2021 1952 2025 132712901276126013101256126719471245 1295196312641234124612371235 19581249 1940 2022 19621231 12791287126712611274125612652020 123012662028 127412441275127012511960 12961260125312441288128412361938 12391240 1258127712711241127312871964 126819431233½12291998 12721992 129412901286128212741235131712351247 1941 1974 12262028 1946 1994 12851251 1249 20141300 12812020 12551937 2017 1245 1995 12951996128620301232 1940 19371234 1978 1969 1987 1283126612621997 2027 12371940 1979 2021 12772025 2026 2010 1273123312952022 2031 1961 1999 2026 12261261 12911944 1981 12332031 1257 2015 2024 12891244½-Not to Scale--Not a Survey-Rev. 6/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9565-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.10 SUBJECT/RECOMMENDATION: Continue to a date uncertain: Adopt Ordinance 9565-22 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 1272 Sedeeva Circle North, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Urban (RU). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9565-22 ORDINANCE NO. 9565-22 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 SEDEEVA CIRCLE N APPROXIMATELY 220 FEET WEST OF N BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1272 SEDEEVA CIRCLE N, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category The West 10 feet of Lot 4 and all of Lot 5, Floradel Sub-Division, according to the map or plat thereof, as recorded in Plat Book 15, Page(s) 7, of the Public Records of Pinellas County, Florida; Residential Urban (RU) (ANX2021-06011) 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. 9564-22. Ordinance No. 9565-22 PASSED ON FIRST READING (AS ORDINANCE NO. 9485-21) PASSED ON SECOND READING PASSED ON THIRD 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): Paramount Court LLC Case: ANX2021-06011 Site: 1272 Sedeeva Circle N. Property Size(Acres): ROW (Acres): 0.186 Land Use Zoning PIN:03-29-15-28098-000-0050 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) LAKE 28098 80388 K L M O O G B C E 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 12345678910111213 14 15 16 17 18 19 20 21 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38394041424344 45 46 47 48 49 50 51 9 18 9 10 11 12 13 14 15 16 17 18 1920 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 151617181920 2122 26 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 11 12 2627 2829 4445 4647 55 56 7 8 8 22 U.S.A.VET.ADM. VAC 1 1 1 1 1 1 RU RU RU RU RU R/OS RU RM RU RU RU RMRU RU R/OS RM RURU RU N BETTY LN STATE ST WOODLAWN TER SEDEEVA CIR N POINSETTA AVE CHENANGO AVE BERTLAND WAY SEDEEVA CIR SPINECREST WAY 197112781291124512571261130112651952 13251243195012801949127612831954125212781271 1942128712321273 1969 2021 1952 12901276126013101256126712451295196312641234124612371235 19581249 1940 2022 19621231 1279126712611274125612652020 123012662028 127412441275127012511960 1296126012531244128812841236193812401258 127712711241127312871964 12681233½12291998 12721992 129412901286128212741235131712351247 2024 1941 1974 12262028 1946 1994 132912851251 1249 20141300 2025 132712812020 12551937 2017 1947 1245 1995 12951996128620301232 1940 19371234 1978 1969 1987 1283126612621997 12872027 12371940 1979 2021 12772025 2026 2010 1273123312952022 2031 1961 1999 2026 1239 12261261 12911944 1981 12332031 1257 2015 2024 1943 12891244½-Not to Scale--Not a Survey-Rev. 6/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9566-22 2nd rdg Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 7.11 SUBJECT/RECOMMENDATION: Continue to a date uncertain: Adopt Ordinance 9566-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1272 Sedeeva Circle North, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 5/26/2022 Ordinance No. 9566-22 ORDINANCE NO. 9566-22 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 SEDEEVA CIRCLE N APPROXIMATELY 220 FEET WEST OF N BETTY LANE, WHOSE POST OFFICE ADDRESS IS 1272 SEDEEVA CIRCLE N, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: Property Zoning District The West 10 feet of Lot 4 and all of Lot 5, Floradel Sub-Division, according to the map or plat thereof, as recorded in Plat Book 15, Page(s) 7, of the Public Records of Pinellas County, Florida; Low Medium Density Residential (LMDR) (ANX2021-06011) 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. 9564-22. Ordinance No. 9566-22 PASSED ON FIRST READING (AS ORDINANCE NO. 9486-21) PASSED ON SECOND READING PASSED ON THIRD 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): Paramount Court LLC Case: ANX2021-06011 Site: 1272 Sedeeva Circle N. Property Size(Acres): ROW (Acres): 0.186 Land Use Zoning PIN:03-29-15-28098-000-0050 From : Residential Urban (RU) R-4 One, Two & Three Family Residential Atlas Page: 251B To: Residential Urban (RU) Low Medium Density Residential (LMDR) LAKE 28098 80388 K L M O O G B C E 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 12345678910111213 14 15 16 17 18 19 20 21 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38394041424344 45 46 47 48 49 50 51 9 18 9 10 11 12 13 14 15 16 17 18 1920 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 151617181920 2122 26 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1 2 3 4 5 6 7 8 9 10 11 12 2627 2829 4445 4647 55 56 7 8 8 22 U.S.A.VET.ADM. VAC 1 1 1 1 1 1 LMDR MDR OS/R MDRLMDR LMDR LMDR N BETTY LN STATE ST WOODLAWN TER SEDEEVA CIR N POINSETTA AVE CHENANGO AVE BERTLAND WAY SEDEEVA CIR SSHORE DR PINECREST WAY 197112781291124512571261130112651952 132512432024 195012801949127612831954125212781271128712321273 1969 2021 1952 2025 132712901276126013101256126719471245 1295196312641234124612371235 19581249 1940 2022 19621231 1279127412562020 123012662028 127412441275127012511960 12961260125312441288128412361938 12391240 1258127712711241127312871964 126819431233½12291998 12721992 129412901286128212741235131712351247 1941 1974 12262028 1946 1994 132912851251 1249 1942 20141300 12812020 12551937 2017 1245 1995 12951996128620301232 1940 19371234 1978 1969 1987 1283126612621997 1287126712612027 123712651940 1979 2021 12772025 2026 2010 1273123312952022 2031 1961 1999 2026 12261261 12911944 1981 12332031 1257 2015 2024 12891244½-Not to Scale--Not a Survey-Rev. 6/9/2021 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0555 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Clearwater Gas SUMMARY: Page 1 City of Clearwater Printed on 5/26/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0553 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Provide staff direction regarding the management agreement for the amphitheater at Coachman Park. SUMMARY: Page 1 City of Clearwater Printed on 5/26/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0521 Agenda Date: 5/31/2022 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 13.1 SUBJECT/RECOMMENDATION: May Service Awards SUMMARY: 5 Years of Service: Micah Maxwell City Manager’s Office Donna Hemberger Information Technology Joseph White Police Daniel Dryden Utility Customer Service Michael Marra Gas Jermael Hines Solid Waste Jule Faith General Services Keith McReynolds Parks & Recreation Margaux Bugansky Utility Customer Service Darius Bryant Solid Waste Jonathan Campbell Solid Waste Deven Filer Parks & Recreation Makeda Simmonds Police Brittani Berg Police Jerome Lascko Police 10 Years of Service: Scott Burrows Finance/Purchasing Barbara Johnson Planning & Development Sean Maxfield Parks & Recreation Michael Bostaph Solid Waste Colleen Hanko Gas 15 Years of Service: Nikole Kasparek Police 20 Years of Service: David Prior Police Page 1 City of Clearwater Printed on 5/26/2022 File Number: ID#22-0521 25 Years of Service: Yolanda Franklin Police Lisa Figueroa Police 35 Years of Service: Jeffrey McHughes Police Valerie Hornbeck Police Page 2 City of Clearwater Printed on 5/26/2022