Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
09/01/2022
Thursday, September 1, 2022 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda September 1, 2022City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. Comments received during the meeting will become part of the official record, if posted prior to the closing of public comment. The City Clerk will read received comments into the record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting (August 31) will become part of the official record. The City Clerk will read received comments into the record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 End of Session Report - Senator Ed Hooper 4.2 National Library Card Sign-Up Month Proclamation, September 2022 - Linda Rothstein, Assistant Director Clearwater Public Library 5. Approval of Minutes 5.1 Approve the minutes of the August 18, 2022 City Council Meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 8/31/2022 September 1, 2022City Council Meeting Agenda 6. Citizens to be heard re items not on the agenda 7. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 7.1 Authorize a Guaranteed Maximum Price proposal to J.O. DeLotto and Sons, Inc., of Tampa, FL for replacement of digital marquee sign at BayCare Ballpark, in the amount of $145,519.00, which includes a 10% contingency, pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Services for Continuing Contracts and authorize the appropriate officials to execute same. (consent) 7.2 Approve establishing capital improvement project M2210, Clearwater Municipal Cemetery Renovations, in the amount of $600,000 for improvements to the Clearwater Municipal Cemetery located at 1300 South Myrtle Avenue and transfer $600,000 of general funds from the Parks and Recreation operating budget as a third quarter budget amendment. (consent) 7.3 Approve a purchase order to Pinellas County Sheriff’s Office for the Hexagon Computer-Aided Dispatch and Records Management System (CAD/RMS) product in the amount of $124,879.00 in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Cooperative purchasing; approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $165,984.00, and authorize the appropriate officials to execute same. (consent) 7.4 Award a construction contract to Razorback LLC of Tarpon Springs, Florida, for Water Treatment Plant 3 East Dome and Aerator Repairs and Miscellaneous Improvements in the amount of $1,791,334.60 per Invitation to Bid 20-0012-UT, approve Supplemental Work Order 1 to Biller Reinhart Engineering Group, Inc., of Tampa, Florida, in the amount of $78,067, increasing the contract from $29,810 to $107,877, pursuant to Request for Qualifications (RFQ) 26-19, Engineer of Record Consulting Services (EOR) and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 8/31/2022 September 1, 2022City Council Meeting Agenda 7.5 Ratify and confirm purchase order to Rowland, Inc. of Pinellas Park, Florida in the amount of $1,909,650.00 for the Marshall Street and Northeast Water Reclamation Facility Digester Covers Evaluation and Repairs Project (21-0022-UT) and authorize the appropriate officials to execute same. (consent) 7.6 Approve a proposal from Biltmore Construction Co., Inc of Belleair, Florida, for demolition of the former City of Clearwater City Hall Building (19-0009-EN) at the Guaranteed Maximum Price (GMP) of $557,693, pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk, and authorize the appropriate officials to execute same. (consent) 7.7 Authorize a purchase order to Hewlett-Packard Enterprise, of Spring, TX, for the equipment lease of desktops, laptops, and tablet computers in an amount not-to-exceed $525,000.00 for the term of August 1, 2022 through February 28, 2023, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.8 Appoint Charles Engel to the Municipal Code Enforcement Board to fill an unexpired term through October 31, 2023. (consent) Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 8.1 Approve the request from Aurora Civil Engineering, Inc., on behalf of Ferman of Countryside, LLC, the owner of property addressed 24825 US Highway 19 North, Clearwater to vacate the platted Drainage Easement (Stormwater Pond), the platted 10-Foot-Wide and 20-foot wide Drainage Easement, and a portion of the 10-foot wide platted Utility Easement (up to the south property line), located on Lot 1, Ken Marks Ford First Add, according to the map or plat thereof as recorded in Plat Book 105, Page 100, of the Public Records of Pinellas County, Florida, and pass Ordinance 9610-22 on first reading. 9. Second Readings - Public Hearing Page 4 City of Clearwater Printed on 8/31/2022 September 1, 2022City Council Meeting Agenda 9.1 Adopt Ordinance 9570-22 on second reading, amending Code of Ordinances, Appendix A - Schedule of Fees, Rates and Charges, Article XXIV Public Works - Fees , Rates and Charges; Section 2 Connection Charges, Fees and Taps on Mains; Section 3 Rates; Section 3A Water Rates; Section 3B Wastewater Collection Utility Rates; Section 3F Reclaimed Water Rates. 9.2 Adopt Ordinance 9608-22 on second reading, amending the Clearwater Code of Ordinances Appendix A Schedule of Fees, Rates and Charges, Article XXIV, Public Works - Fees, Rates and Charges, Section 3E Stormwater Management Utility Rates. 10. City Manager Reports 10.1 Establish a Sister Cities relationship with Ixmiquilpan, Mexico and adopt Resolution 22-18. 10.2 Appoint 11 members to the Affordable Housing Advisory Committee, to include the appointment of Vice Mayor Beckman as the locally elected official, and adopt Resolution 22-19. 10.3 Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment and wood fiber mulch in the amount of $145,446.94, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. 10.4 Continue to September 15, 2022: Award construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $32,000,000 for an initial one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. 10.5 Endorse the Safe Streets Pinellas Action Plan, a data driven plan to work towards zero traffic-related deaths and serious injuries by 2045 on the city transportation network, and adopt Resolution 22-12. 10.6 Provide direction on the budget. 11. City Attorney Reports 12. Other Council Action 12.1 Discuss Incubator - Mayor Hibbard Page 5 City of Clearwater Printed on 8/31/2022 September 1, 2022City Council Meeting Agenda 13. Closing comments by Councilmembers (limited to 3 minutes) 14. Closing Comments by Mayor 15. Adjourn Page 6 City of Clearwater Printed on 8/31/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0649 Agenda Date: 9/1/2022 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: End of Session Report - Senator Ed Hooper SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/31/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0860 Agenda Date: 9/1/2022 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: National Library Card Sign-Up Month Proclamation, September 2022 - Linda Rothstein, Assistant Director Clearwater Public Library SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/31/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0859 Agenda Date: 9/1/2022 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the August 18, 2022 City Council Meeting as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/31/2022 City Council Meeting Minutes August 18, 2022 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, August 18, 2022 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes August 18, 2022 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Frank Hibbard, Vice Mayor Kathleen Beckman, Councilmember David Allbritton, Councilmember Mark Bunker, and Councilmember Lina Teixeira. Also Present: Jon Jennings – City Manager, Micah Maxwell – Assistant City Manager, Michael Delk – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Hibbard The meeting was called to order at 6:00 p.m. 2. Invocation – Father Bob Swick from St. Francis of Assisi Old Catholic Church. 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 August Service Awards The July/August Bi-Monthly Team Award was presented to the Beach Lifeguard Dolphin Rescue Team: Justin West, Scott Mattis, and Georgia Toney. 4.2 End of Session Report - Rep. Chris Latvala 4.3 Item Withdrawn 4.4 StormReady Community - Daniel Noah of the National Weather Service in Ruskin Mr. Noah presented the City with a StormReady sign. He said the designation will recognize the City of Clearwater as storm ready for the next four years. Draft City Council Meeting Minutes August 18, 2022 Page 3 City of Clearwater 5. Approval of Minutes 5.1 Approve the minutes of the August 4, 2022 City Council meeting as submitted in written summation by the City Clerk. Councilmember Allbritton moved to approve the minutes of the August 4, 2022 City Council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 5.2 Approve the minutes of the June 1, 2022 Special City Council meeting as submitted in written summation by the City Clerk. Vice Mayor Beckman moved to approve the minutes of the June 1, 2022 Special City Council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 5.3 Approve the minutes of the May 31, 2022 Special City Council meeting as submitted in written summation by the City Clerk. Councilmember Bunker moved to approve the minutes of the May 31, 2022 Special City Council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Citizens to be heard re items not on the agenda Jerry McGuire expressed concerns with living conditions at Hacienda Gardens. Mr. Holuba questioned Vice Mayor Beckman's social activism motives. 7. Consent Agenda – Approved as submitted. 7.1 Approve an Interlocal Agreement between the City of Clearwater and the Community Redevelopment Agency (CRA) to provide staffing and administrative services for the CRA, provide for the reimbursement of certain expenses by the CRA to the City, and authorize the appropriate officials to execute same. (consent) Draft City Council Meeting Minutes August 18, 2022 Page 4 City of Clearwater 7.2 Approve the Community Development Block Grant - Coronavirus (CDBG-CV) Program Agreement between the City of Clearwater and the Early Learning Coalition of Pinellas County, Inc. in an amount not to exceed $345,593 and authorize the appropriate officials to execute same. (consent) 7.3 Approve State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentive Certification for the closeout year 2019-2020 and interim year 2020-2021 and authorize the appropriate officials to execute same. (consent) 7.4 Approve purchase orders to various insurance carriers for payment of premiums under the City’s 1% life insurance program in the annual not-to-exceed amount of $106,000 for the period of October 1, 2022 through September 30, 2023, with two one-year renewals, pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 7.5 Approve a purchase order to Unum Life Insurance Company of America for city and employee paid life and Long-Term Disability benefits in the amount of $813,000 for the period of January 1, 2023, through December 31, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 7.6 Authorize a Guaranteed Maximum Price proposal to Certus Builders, Inc., of Bristol, FL for the construction of a new pier and dock at the Ross Norton Recreation Complex located at 1426 South Martin Luther King Jr. Avenue, in the amount of $231,194.70, which includes a 10% contingency, pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Services for Continuing Contracts and authorize the appropriate officials to execute same. (consent) 7.7 Approve an Interlocal Agreement between the Clearwater Community Redevelopment Agency (CRA) and the City of Clearwater to provide CRA funding in Fiscal Year 2022-2023 in the amount of $226,703.04 to underwrite the cost of additional Community Policing services by the Clearwater Police Department in the Downtown Gateway District, Prospect Lake District, and the Downtown Core District, encompassed by the CRA to address quality of life issues, drug dealing, prostitution, and homelessness and authorize the appropriate officials execute same. (consent) 7.8 Approve Change Order One to Biltmore Construction Co. Inc, of Clearwater, FL, in the amount of $629,493.00 for the fabrication and installation of Phase Two of the Downtown Wayfinding program (19-0016-EN), increasing the contract from $995,826.00 to $1,625,319.00, extend the contract through February 28, 2023, and authorize the appropriate officials to execute same. (consent) 7.9 Approve a Contract for Purchase of Real Property by the Community Redevelopment Agency of the City of Clearwater, Florida (CRA) between the CRA and Peace Memorial Draft City Council Meeting Minutes August 18, 2022 Page 5 City of Clearwater Presbyterian Church of Clearwater, Florida, Inc., (Contract) for purposes of the City of Clearwater (City) joining in on the Contract to the extent expressly provided for therein, or as may be delegated by the CRA from time to time and authorize the appropriate officials to execute same. (consent) 7.10 Authorize a Purchase Order to GSA Security, Inc. of Tampa, FL, for the purchase, installation, maintenance, and repairs of security cameras in the not-to-exceed amount of $550,000.00 for a two-year term expiring on June 24, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.11 Authorize a purchase order to CDW Government LLC (CDW-G) of Vernon Hills, IL for the renewal of the Pure Storage Evergreen Gold Subscription and software in the not-to-exceed amount of $177,158.59 for a three-year term, pursuant to Clearwater Code of Ordinance Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.12 Authorize a purchase order to Applied Industrial Technologies Inc. of Cleveland, OH, for Maintenance, Repair, Operating Supplies, Industrial Supplies and Related Products and Services in the not-to-exceed amount of $40,000.00, beginning August 19, 2022 through December 31, 2022, with the option for four, one-year renewals in an annual not-to-exceed amount of $150,000.00 thereafter, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.13 Approve a Purchase Order to Odyssey Manufacturing of Tampa, FL for Removal and Replacement of Sodium Hypochlorite Tanks at the Marshall Street Water Reclamation Facility (WRF) in the amount of $88,500.00, which includes a contingency of $20,000, pursuant to Invitation to Bid (ITB) 21-22 and authorize the appropriate officials to execute same. (consent) 7.14 Ratify and confirm an increase to the current purchase order with Sunbelt Rentals, Inc. of Fort Mill, SC, for citywide equipment rental from $75,000.00 to $145,000.00. (consent) Councilmember Teixeira moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings 8.1 Declare as surplus, certain real property identified as parcel number Draft City Council Meeting Minutes August 18, 2022 Page 6 City of Clearwater 10-29-15-68346-000-0050 at 918 Palmetto Street (city-owned property) for the purpose of exchanging the Palmetto Street property for certain real property owned by Barnell Evans and Sandra Evans, husband and wife at 900 Palmetto Street; approve the related Contract for Exchange of Real Property between Barnell Evans and Sandra Evans, husband and wife and the City of Clearwater, and authorize the appropriate officials to execute same, together with all other instruments necessary to affect closing. (APH) City-owned 918 Palmetto Street Property is 5,200 square feet (SF) of unimproved land, zoned residential, that was acquired by Certificate of Title from Pinellas County Clerk of Court as a result of foreclosure on December 30, 1997, for $0.00. It is currently being leased by Hope Academy and being used as a playground for their daycare located at 920 Palmetto Street. The site consists of one parcel identified by the Pinellas County Property Appraiser as 10-29-15-68346-000-0050, which is legally described in Exhibit A of the contract. The property owned by Barnell Evans and Sandra Evans, husband and wife, is located at 900 Palmetto St, and is a 7881 SF vacant lot. The site is in the proposed North Greenwood CRA District and is zoned commercial. The site consists of one parcel identified by the Property Appraiser as 10-29-15-45000-006-0040, which is legally described in Exhibit B of the contract. The exchange is contingent upon the following: declaration of the city property as surplus; termination of the lease between the City and Hope Academy; and the City being granted adequate access to the Evans property for purposes of conducting inspections and investigations, including environmental investigations. If any of the contingencies are not met, the contract will become null and void. An independent appraisal was performed by James Millspaugh and Associates on both sites involved in the proposed property exchange. The City’s 918 Palmetto Street property’s fair market value was determined to be $43,000 as of June 30, 2022, and Barnell Evans and Sandra Evans 900 Palmetto Street Property was determined to have a $63,000 fair market value as of June 30, 2022. With the proposed land exchange, the City will receive a property with a higher appraised value in the proposed North Greenwood Community Redevelopment Agency district. Per City Charter Section 2.01(d)(5)(iv), real property declared surplus may be exchanged for other real property having a comparable appraised value. The property exchange contract between the City and Barnell Evans and Sandra Evans contemplates the closing to occur on or before December 19, 2022. City closing costs shall not exceed $6,000. APPROPRIATION CODE AND AMOUNT: Draft City Council Meeting Minutes August 18, 2022 Page 7 City of Clearwater Funding for costs related to closing are available in capital improvement project ENGF180003, Miscellaneous Engineering. Councilmember Allbritton moved to declare as surplus, certain real property identified as parcel number 10-29-15-68346-000-0050 at 918 Palmetto Street (city-owned property) for the purpose of exchanging the Palmetto Street property for certain real property owned by Barnell Evans and Sandra Evans, husband and wife at 900 Palmetto Street; approve the related Contract for Exchange of Real Property between Barnell Evans and Sandra Evans, husband and wife and the City of Clearwater, and authorize the appropriate officials to execute same, together with all other instruments necessary to affect closing. The motion was duly seconded and carried unanimously. 8.2 Declare surplus for the purpose of sale, through Invitation to Bid 43-22, real property located on North Garden Avenue, Clearwater, FL 33755, identified as Parcel ID: 09-29-15-25542-004-0360, said real property legally described as: Eldridge, J. J. Part of Lots 36 and 37 DESC FROM SW COR OF SD LOT 36 TH NE'LY 33.7FT ALG W'LY LOT LINE FOR POB TH CONT NE'LY 41.3FT ALG W'LY LOT LINE TO POINT 12.5FT N OF SW COR OF SD LOT 37 TH E'LY 125FT ALG LINE PARALLEL TO S BNDRY OF LOT 37 TO E'LY BNDRY OF SD LOT 37 TH SW'LY 65.07FT ALG E'LY LOT LINES TO POINT 9.30FT N OF SE COR OF LOT 36 TH NW'LY TO POB as recorded in PB OH1 at Page 85 of the Public Records of Pinellas County, Florida. (APH) On December 28, 2018, the City of Clearwater acquired the fee simple ownership of this vacant lot on N Garden Ave in foreclosure via Certificate of Title from the Circuit/County Court, Pinellas County, Civil Division. On June 2, 2022, a written request was received from Palm Bluff Development Group to declare the parcel surplus to afford them the opportunity to bid on it to become part of an approved Development Order, Case FLD2021-12023, for a 60-unit condominium plus 5000 SF of commercial space adjacent to this vacant lot via a formal amendment to the Flexible Development project. The appraised value of the N Garden Ave vacant lot has been determined by James Millspaugh & Associates, Inc., to be Eighty-Seven Thousand Five Hundred Dollars ($87,500). Per City Charter 2.01, real property declared surplus shall be sold to the party submitting the highest competitive bid above the appraised value whose bid meets the terms set by the Council and whose proposed use of the property is in accordance with the Council’s stated purpose for declaring the property surplus. The City’s total investment in the N Garden Avenue vacant lot is $0.00. City Management recommends Council set the minimum required bid at the appraised value of $87,500 from the successful bidder in the Invitation to Bid. Draft City Council Meeting Minutes August 18, 2022 Page 8 City of Clearwater Vice Mayor Beckman moved to declare surplus for the purpose of sale, through Invitation to Bid 43-22, real property located on North Garden Avenue, Clearwater, FL 33755, identified as Parcel ID: 09-29-15-25542-004-0360, said real property legally described as: Eldridge, J. J. Part of Lots 36 and 37 DESC FROM SW COR OF SD LOT 36 TH NE'LY 33.7FT ALG W'LY LOT LINE FOR POB TH CONT NE'LY 41.3FT ALG W'LY LOT LINE TO POINT 12.5FT N OF SW COR OF SD LOT 37 TH E'LY 125FT ALG LINE PARALLEL TO S BNDRY OF LOT 37 TO E'LY BNDRY OF SD LOT 37 TH SW'LY 65.07FT ALG E'LY LOT LINES TO POINT 9.30FT N OF SE COR OF LOT 36 TH NW'LY TO POB as recorded in PB OH1 at Page 85 of the Public Records of Pinellas County, Florida. The motion was duly seconded and carried unanimously. 8.3 Approve the first amendment to an existing Development Agreement between Beachrock Lodging LLLP (the property owner) and the City of Clearwater for property located at 325 Gulfview Boulevard and 326 Coronado Drive, set a new date by which time site plan approval must be obtained, adopt Resolution 22-06 and authorize the appropriate officials to execute same. (HDA2013-08004A) Development Proposal: No changes have been made to the Development Proposal presented at the August 4, 2022 Council meeting. This proposed first amendment will reduce the proposed height of the building from 140 feet to no more than 100 feet along with associated changes to the building design. There is no change in the site area (1.60 acres), density (113 units per acre) or the total number of allocated (100) or proposed (180) hotel units. The owners propose to utilize the otherwise permitted density of 50 units per acre or 80 units associated with the 1.60 acre-site and incorporate the previously approved allocation of an additional 100 units from the Hotel Density Reserve through Beach by Design resulting in a total of 180 units as originally approved. The request includes a new conceptual site plan and accompanying building elevations (Exhibit B) and certain changes to the Development Agreement as listed below. Section 4.4 is updated to show a decrease in height from 140 feet to more than 100 feet. Exhibit B is updated to reflect the revised conceptual site plan and elevations. Draft City Council Meeting Minutes August 18, 2022 Page 9 City of Clearwater The current proposal continues to be to demolish all structures on the site and redevelop the site with a 180-unit overnight accommodation use (113 rooms per acre, including the allocation of 100 rooms from the Hotel Density Reserve). The building will be no more than 100 feet as measured from the point at which minimum floor elevations have been established by law to flat roof with parking on the first two levels. The proposal includes a tropical modern architecture, which is consistent with and complements the tropical vernacular envisioned in Beach by Design. Consistency with the Community Development Code: No changes have been made to the Conceptual Site Plan presented at the August 4, 2022 Council meeting. The Conceptual Site Plan continues to appear to be consistent with the CDC regarding: Minimum Lot Area and Width Minimum Setbacks Maximum Height Minimum Off-Street Parking Landscaping Consistency with Beach by Design: No changes have been made to the Conceptual Site Plan presented at the August 4, 2022 Council meeting. The Conceptual Site Plan continues to appear to be consistent with the Beach by Design with regard to: Design Guidelines Hotel Density Reserve Standards for Development Agreements: The proposal is in compliance with the standards for development agreements, is consistent with the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by Design. The proposed first amended and restated amendment to the existing Development Agreement will be in effect for a period not to exceed ten years, meets the criteria for the allocation of rooms from the Hotel Density Reserve under Beach by Design and includes the following main provisions: • Provides for no change in the number of units (100 units) allocated from the Hotel Density Reserve (previously approved as part of HDA2013- 08004/Resolution No. 14-11); • Revises Exhibit B which includes new conceptual site plans, architectural drawings, elevations and perspectives; • Requires the developer to obtain building permits within one year of approval of the amended and restated Development Agreement and certificates of occupancy in accordance with Community Development Code (CDC) Draft City Council Meeting Minutes August 18, 2022 Page 10 City of Clearwater Section 4-407; • Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; • Prohibits the conversion of any hotel unit allocated from the Hotel Density Reserve to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodations usage; and • Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Clearwater Beach is posted by the National Hurricane Center. Changes to Development Agreements: Pursuant to Section 4-606.I., CDC, a Development Agreement may be amended by mutual consent of the parties, provided the notice and public hearing requirements of Section 4-206 are followed. Revisions to conceptual site plans and/or architectural elevations attached as exhibits to this Development Agreement shall be governed by the provisions of Section 4-406, CDC. Minor revisions to such plans may be approved by the Community Development Coordinator. Other revisions not specified as minor shall require an amendment to this Development Agreement. Summary and Recommendation The proposal appears to be generally consistent with applicable components of the Community Development Code and Beach by Design and staff is supportive of the request. Resolution 22-06 was presented and read by title only. Councilmember Bunker moved to approve the first amendment to an existing Development Agreement between Beachrock Lodging LLLP (the property owner) and the City of Clearwater for property located at 325 Gulfview Boulevard and 326 Coronado Drive, set a new date by which time site plan approval must be obtained, adopt Resolution 22-06 and authorize the appropriate officials to execute same. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. 9. Second Readings - Public Hearing 9.1 Adopt Ordinance 9598-22 on second reading, vacating the 5-foot wide platted utility easement located on Lot 24, re-plat of Willow Ridge, according to the map or plat thereof as recorded in Plat Book 71, Pages 98-101 of the Public Records of Pinellas County, Draft City Council Meeting Minutes August 18, 2022 Page 11 City of Clearwater Florida, less and except the east and west 10 feet thereof. Ordinance 9598-22 was presented and read by title only. Councilmember Teixeira moved to adopt Ordinance 9598-22 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. 9.2 Adopt 9596-22 on second reading, amending Code of Ordinances, Chapter 2, Article VI, Division 3, Purchasing to change definitions, increase approval authority for department directors, clarify contract requirements, performance and payment bond requirements, change small purchase monetary threshold, increase micro purchase monetary threshold, amending Code of Ordinances, Chapter 2, Article VI, Division 4, to increase disposal authority for surplus sales officer. Ordinance 9596-22 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9596-22 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. 10. City Manager Reports 10.1 Certify two housing projects completed by Habitat for Humanity of Pinellas County, Inc. are consistent with local plans and regulations and adopt Resolution 22-17. Florida Statutes provide for tax credits such as the as the Community Contribution Tax Credit Program, as set out in Section 220.183, Florida Statues, as an incentive to donate to eligible projects for the construction of affordable housing. The statute requires a certification by local government that the projects are consistent with local plans and regulations be included in the application for community contribution tax credits. Habitat has completed construction of projects at 602 Alden Avenue, Clearwater, FL 33755 and at 1175 Tangerine Street, Clearwater FL 33755 identified by Pinellas County Property Identification Numbers 09-29-15-08622-000-0560 and 10-29-15-33552-004-0050 respectively. Staff Draft City Council Meeting Minutes August 18, 2022 Page 12 City of Clearwater has confirmed that these projects are consistent with applicable local plans and regulations. Resolution 22-17 was presented and read by title only. Vice Mayor Beckman moved to certify two housing projects completed by Habitat for Humanity of Pinellas County, Inc. are consistent with local plans and regulations and adopt Resolution 22-17. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. 10.2 Approve increases of residential and commercial Stormwater Utility rates by 1.75% per Equivalent Residential Unit (ERU) beginning October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026; and pass Ordinance 9608-22. August 14, 2019, City Council adopted a rate decrease of 8.5% effective October 1, 2019 and two years of 0% Stormwater rate increases for Fiscal Year (FY) 21 and FY22 (beginning October 1, 2020 and October 1, 2021). Stantec Consulting Services’ 2022 revenue sufficiency and financial forecast analysis determined that, due to current capital and operating cost projections, increases of 1.75% are needed for fiscal years 2023 ($13.64), 2024 ($13.87), 2025 ($14.11), 2026 ($14.36) and 2027 ($14.61). Per Stantec’s analysis, 1.75% increases are recommended for the remaining five years of the ten-year rate study forecast. The Stormwater Utility fees are utilized for planning, design, construction, operation, maintenance, regulation, and inspection of the stormwater management facilities of the City. Ordinance 9608-22 was presented and read by title only. Councilmember Bunker moved to approve increases of residential and commercial Stormwater Utility rates by 1.75% per Equivalent Residential Unit (ERU) beginning October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026; and pass Ordinance 9608-22 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. Draft City Council Meeting Minutes August 18, 2022 Page 13 City of Clearwater 10.3 Increase domestic water, lawn water, wastewater collection, and reclaimed water rates annually by 3% effective October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026; increase other fees and charges; and pass Ordinance 9570-22 on first reading. This utility rate increase is needed to provide adequate funding to operate the City’s water and wastewater systems and maintain compliance with debt service coverage requirements. Additionally, these rate increases will support continuation of the capital improvement projects needed to sustain the city utility infrastructure. Public Utilities regularly evaluates the sufficiency of the revenues provided by the City’s water, sewer, and reclaimed water rates to meet both the current and future requirements of the Utility. In June of 2022, Stantec Consulting Services Inc. completed a Water and Sewer Revenue Sufficiency Analysis to cover five years of operations. The Consultant is recommending a rate increase to provide adequate revenue to fund utility cost requirements while recognizing the effects of demand growth, increased purchased water costs, increased cost of operations, and renewal and replacement requirements. The study covers the period Fiscal Year (FY) 2023 through FY2027 and recommends 3% increases annually for the entire period to be effective October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026. The increases are applicable to domestic water, lawn water, wastewater collection, and reclaimed water. Public Utilities has also completed a review of the other fees listed under Section XXIV. Public Works - Fees, Rates and Charges (§32.068) and is requesting an increase in fees related to water meter connection charges, taps on water mains, backflow preventer device installations, and fire lines installation charges. This increase is intended to bring these charges in line with the actual costs to provide these services. Ordinance 9570-22 was presented and read by title only. Councilmember Teixeira moved to increase domestic water, lawn water, wastewater collection, and reclaimed water rates annually by 3% effective October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026; increase other fees and charges; and pass Ordinance 9570-22 on first reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes August 18, 2022 Page 14 City of Clearwater Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker, and Councilmember Teixeira. 10.4 Provide direction on the budget. The City Manager said Item 10.4 is being continued to August 29, 2022. In response to a question, the Mayor said he requested deferring the discussion because he did not have time to review the budget book again and he was the one that requested the roll-back discussion. The City Manager said the Human Resources Department sponsored a leadership training, Leading with Respect, which was provided by the EEOC from Atlanta. The training session was a great opportunity for staff in leadership positions to remember the foundational principles of the way staff should treat each other. He said the city has retained the services of Management Partners, who will be working with Council to complete the strategic plan by the end of the current calendar year. It was suggested the City Manager provide Council a copy of the agreement. 11. City Attorney Reports – None. 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Allbritton requested a discussion at a future meeting regarding the parcel of land the City will swap with PSTA; he said it is up to this Council to decide what will be done with the property. Vice Mayor Beckman said the highlight of the week was the passage of the federal inflation reduction act allowing everyone to realize significant savings when replacing inefficient appliances, etc., it is a game changing bill that will span into the next decade. She said the bluff developer should be looking for savings and said the act helps everyone reach Greenprint goals. She said this is the last weekend to vote early in the primaries. Councilmember Bunker addressed comments made under Citizens to be Heard and said Hacienda Gardens is not a concentration camp and that the City Attorney has nothing to do with the facility’s condition and explained the compound is used for housing Sea Org members. He requested the Draft City Council Meeting Minutes August 18, 2022 Page 15 City of Clearwater compound be inspected for safety; he is unsure if the gates are operational in an emergency. Councilmember Teixeira said she agreed with Councilmember Allbritton that there is limited land available and a thoughtful discussion with lots of ideas needs to be had regarding the PSTA parcel. She said a highlight of the week was Cookies with Rookies at the police department. She requested support for the Dunedin Fine Arts Center Wearable Art Show on August 27 which is a collaboration she worked on with summer camp attendees. 13. Closing Comments by Mayor Mayor Hibbard said it is important to remember those who have passed, such as former City Manager Bill Horne and the tireless Lake Bellevue community leader Duke Tieman. He congratulated the City Attorney for obtaining his city attorney board certification. 14. Adjourn The meeting adjourned at 6:53 p.m. Mayor City of Clearwater Attest City Clerk Draft Name: CO tUah Address: 30 3 WIGY10 $Ivc1 City: CvJ (, 3r15°1 Zip: Telephone Number:? 90 opt, Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. r3 Co ulnui l lS c dor+ rry Q,(,a d t uv (kestil xh on' What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name: Jtrail Address: IL) Fa-rbo n.% 4V/t, City: d% << Zip: 23 75 i Telephone Number: (724) t67- 75 3b Email Address: datjrvy rhSr Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak - What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: 1-)(t ok,4Ar\ Address: y City: A .i W Zip: Telephone Number: 7a7-- IF'iL~33 93 Email Address: -Saar 61A- y moo (zoo Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 5 Uerb.ebil 377 la --6udy-64 What is your position on the item? For Against Name: X/((' J%, f Address: // 9 /II. City: ( Lf Zip: 7 5 - Telephone Number: %`.9r7-2 37-- Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 7.3) j, 7 / ` /• What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Citizen Comment Card Name: 1 Address: City: Zip: Telephone Number: `12 7 5 ` 1) ) Email Address: (V" ,:. ;irf r. fi ri..4I rCi C Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Citizen Comment Card Name: Address: 116Yt g3001C-lja-LI Qr V 3 t City: CtVa11 \-(01/-tki,P, Zip: 3? Telephone Number. (J / a.' 9 S7 Email Address: ate-- Q d.1/1 t . ‘I SCS ( lvtd C6 I4 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 5.54jrA (- 1 T fl rl C Atex v ty What is your position on the item? For -" Against INDIVIDUAL SPEAKER Citizen Comment Card Name:.- 41- Address: r(e) City: Zip: .1 Telephone Number: 9 */Q J 9 Email Address: =' \tnee CCr t s G' E'` -S ce bu l -, cop-% Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Pei'?!fit. 193 c.) ej 40) Address: Ssb a/r /tis ci City: ? 171110rD Zip: 3,2cPe'e Telephone Number: - 2/0 7 -2 2_ 67// Email Address: h /oca _see. sok Ari.X Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. yez 2e,2./ J)'v!%)J rde 44'1 v[.7 What is your position on the item? For Against Name: / / / Address: 392. y, City: L r Zip: 3.3 7/0 Telephone Number: 7Z7- it()` r 7 &- A)/ , ComEmailAddress: Speaking under citizens to be heard re items not on the agenda?? Agenda item(s) to which you wish to speak. What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name:0) 71766CJi,etz Address: 7/00 " Mt) k City: 76,C Zip: ?375 Telephone Number: 367°7077 Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 71/ e9 7•61) -ii t,4z What is your position on the item? For Against.-/— Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0869 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Authorize a Guaranteed Maximum Price proposal to J.O. DeLotto and Sons, Inc., of Tampa, FL for replacement of digital marquee sign at BayCare Ballpark, in the amount of $145,519.00, which includes a 10% contingency, pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Services for Continuing Contracts and authorize the appropriate officials to execute same. (consent) SUMMARY: On September 17, 2020, Council approved the use of thirteen firms to serve as construction managers for the City under RFQ 40-20 and J.O. DeLotto & Sons, Inc., was selected as one of the approved firms. Digital marquee signage is utilized at the BayCare Ballpark for advertising purposes during spring training and minor league baseball seasons, to include the broadcasting of community events and regional offerings available to patrons who attend events at the complex. The current sign was installed during the original construction of the ballpark and has reached the end of its useful lifespan. In addition, the existing sign presents compatibility issues with new technology, which is required to effectively update the messaging displayed on the digital sign. This proposal provides for all of the work needed for the project, which includes the supply and installation of a replacement digital marquee sign, to include for hardwired and wireless cellular connectivity, and removal of the present sign. This contract is for a period of 155 days, which will commence upon issuance of the notice to proceed and be completed prior to the 2023 spring training season. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2204, Carpenter & BayCare R&R, to fund this contract. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/31/2022 Date: August 11, 2022 TO: Mike Lockwood City of Clearwater 100 S. Myrtle Ave., Suite 200 Clearwater, FL 33756 RE: BayCare Ballpark Marquee Sign Replacement As requested, enclosed is the proposal for new marquee sign at the BayCare Ballpark submitted in accordance for a Guaranteed Maximum Price of One Hundred Forty Five Thousand Five Hundred Nineteen and xx/100 dollars ($145,519.00) Scope of Work: Construction Manager At Risk (CMAR) shall retain a subcontractor capable of the sign replacement at the BayCare Ballpark Detail Scope of Work shall include all labor, equipment, design, permitting, materials and insurance to performed but not limited to the following: 1. Product – Daktronics GT6x-108X540-10-RGB-2V Galaxy 2. Outdoor Electronic Message Center – GT6x Series 3. LED Color: RGB-281 Trillion Colors 4. Display Configuration: 2V- two one sided display 5. Daktronics Verizon Modem, 4G, Ethernet 6. Requires Daktronics Verizon Cellular Data Plan 7. Venus Control Suite Basic 10 Year Subscription 8. Start Date: 155 days to complete from Notice to Proceed (manufacturer is indicating 20 weeks for delivery) 9. Remove and dispose of old sign 10. Install sign 11. Hookup to existing electrical 12. Clean work areas. 13. Inspect and test sign operation 14. Provide a five-year written warranty for parts and labor. 15. Upon completion a preliminary walkthrough shall be conducted with the CMAR and the Owner a punch list of deficiencies shall be developed by the Owner. CMAR shall have employees available during the walkthrough to address any deficiencies during the walkthrough. Cost Detail: Description Amount Marquee signs replacement work per the above scope of work includes mobilization, demolition, labor, equipment, materials and insurance. $108,700.00 Surety Performance Bond N/A $0 CMAR General Conditions and Fees $23,590.00 Subtotal of Lines 1 - 3 Above $132,290.00 Contingency 10% $13,229.00 Grand Total $145,519.00 Project Duration shall be 15 calendar days from start of construction. Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on September 23, 2020, based on RFQ #40-20. If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is not required.) For work performed, invoices shall be submitted to the City of Clearwater, Parks and Recreation Department, 100 S. Myrtle Avenue, Suite 120, Clearwater, Florida, 33756. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. J. O. DeLotto & Sons, Inc. By: _________________________________ Darrin Thomson Vice President _____________________________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Frank Hibbard Jon Jennings Mayor City Manager ____________________________ ___________________________________ Date Date Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0871 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve establishing capital improvement project M2210, Clearwater Municipal Cemetery Renovations, in the amount of $600,000 for improvements to the Clearwater Municipal Cemetery located at 1300 South Myrtle Avenue and transfer $600,000 of general funds from the Parks and Recreation operating budget as a third quarter budget amendment. (consent) SUMMARY: The Clearwater Municipal Cemetery was established in 1877. The City of Clearwater has been responsible for the cemetery since its incorporation in 1915. The clerk’s office is responsible for the administration of the cemetery including the maintenance of all records, the selling of lots, transfer of ownership of lots, etc. The Parks and Recreation Department is responsible for the management, operation, maintenance, and general supervision of the Municipal Cemetery. Prior to 2008, a full-time groundskeeper and crew maintained the cemetery. Unfortunately, due to budget reductions the cemetery lost its full-time groundskeeper, and the maintenance has since been done by a roving crew that provides grounds maintenance every other week. This as well as the lack of irrigation to the grounds has caused the cemetery to deteriorate in appearance. Staff has already begun making improvements to the cemetery by removing the old fencing from around the perimeter and is in the process of removing diseased and dying trees from the cemetery grounds. To continue making needed improvements, staff is recommending the creation of a new Capital Improvement Project to be funded by the transfer of $600,000 from Parks and Recreation general fund salary savings. These funds will be used to provide irrigation, sod, and a shrub wall around the perimeter of the cemetery, landscape the entryways into the cemetery, repair the roads in the cemetery and install new signage. Future funding will be requested annually in this newly established project to fund the phased installation of the irrigation system, new sod, and ongoing maintenance needs of the cemetery grounds. Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0871 APPROPRIATION CODE AND AMOUNT: A third quarter budget amendment will establish capital improvement project M2210, Clearwater Municipal Cemetery Renovations, and provide a transfer of $600,000 of General Fund revenue representing salary savings in Parks and Recreation. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 8/31/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0830 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve a purchase order to Pinellas County Sheriff’s Office for the Hexagon Computer-Aided Dispatch and Records Management System (CAD/RMS) product in the amount of $124,879.00 in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Cooperative purchasing; approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $165,984.00, and authorize the appropriate officials to execute same. (consent) SUMMARY: In 2019, a consortium of public safety entities in Pinellas County began working on a unified CAD/RMS for public safety entities in Pinellas County. Since 2007, Clearwater Police Department (CPD) has been using TriTech and spends approximately $189,000.00 annually for maintenance. While this product has serviced the department’s needs, it does not provide some of the advanced features a modern product will, nor does it integrate with other public safety entities in Pinellas County. In May 2021, Pinellas County Sheriff published Request for Proposal (RFP) 21-02 for a CAD and RMS system based on the specifications determined by the consortium. In October 2021, the consortium entered a memorandum of understanding to establish a protocol on how to establish a PRIME work group to evaluate the vendor responses received from Pinellas County Sheriff RFP 21-02 and to provide the Pinellas County Sheriff feedback to make a purchasing decision. On May 19, 2022, Council approved an Interlocal Agreement (ILA) between the City of Clearwater, City of Largo, City of Pinellas Park, Pinellas County, and Pinellas County Sheriff to create the administrative entity of PRIME and agreed to participate in the purchase, implementation, and operation of a shared CAD and RMS. Through a competitive procurement process conducted by the Pinellas County Sheriff ’s Office, Hexagon was selected as the vendor to provide a CAD/RMS product for all parties. The resulting contract negotiation process is now complete and pricing for each party has been set in the manner defined in the ILA. Each Party of the ILA is responsible to pay a pro rata share of the cost of the CAD/RMS product to the Pinellas County Sheriff and the pro rata share for the personnel and operating costs of PRIME, based on the number of user licenses per Party. Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0830 The total costs of the Hexagon Contract for the initial purchase, not including future maintenance costs, is $9,704,825.00. In the ILA, Pinellas County committed to paying a not to exceed amount of $9.3M of the initial purchase price of the CAD/RMS product, which included an additional RMS product specific to the needs of FIRE and EMS. The County has decided to remove the FIRE/EMS RMS component and address that need through a different project. The adjusted amount of the County contribution for the initial purchase is $8,552,119.00, leaving a balance amongst law enforcement Parties of $1,152,706.00. The City of Clearwater’s pro rata responsibility for the initial CAD/RMS purchase, payable to the Pinellas County Sheriff, is $124,879.00. Additionally, all parties are responsible for paying a pro rata share of the personnel and operating expenses of PRIME. The total expenses of PRIME from August 1, 2022, through September 30, 2022, are $567,149.00; and the total expenses of PRIME from October 1, 2022, through September 30, 2023, are $1,969,218.00. The City of Clearwater’s pro rata share of these total costs is $165,984.00 payable to PRIME ($37,115.00 for August 1, 2022, through September 30, 2022; and $128,869.00 for October 1, 2022, through September 30, 2023). APPROPRIATION CODE AND AMOUNT: The department anticipated these expenses and funds are available in Capital Improvement Program C2201 - Police CAD Project. Page 2 City of Clearwater Printed on 8/31/2022 Chief Dan Slaughter Clearwater Police Department 645 Pierce St Date 08/01/22 Clearwater, FL 33756 Invoice No. P-083122 (727) 562-4242 Contract No. 3286 Daniel.Slaughter@MyClearwater.com Qty Unit Price TOTAL 1.0 $124,879.00 $124,879.00 SubTotal $124,879.00 Shipping & Handling TOTAL $124,879.00 Description Hexagon CAD/RMS Office Use Only Contact: Sean DiLuzio - 727-582-6062 - Fiscal_Contractbillings@pcsonet.com INVOICE Remit EFT To: Acct Name:Pinellas County Sheriff's Office Bank Name: Truist Bank Routing #:061000104 Account #:1000191287258 Acct Type: Checking PRIME Attention: Fiscal Contracts P.O. Drawer 2500 DATE Largo, FL 33779‐2500 8/1/2022 TERMS Chief Dan Slaughter Due by 9/15/2022 Clearwater Police Department 645 Pierce St Clearwater, FL 33756 (727) 562‐4242 Daniel.Slaughter@MyClearwater.com DESCRIPTION QTY UNIT PRICE AMOUNT 1 37,115.00 37,115.00 37,115.00 37,115.00$ PRIME Contracted Services FY22 INVOICE Sean DiLuzio ‐ 727‐582‐6062 ‐ Fiscal_PRIME@pcsonet.com INVOICE # PR‐0822‐CPD CUSTOMER ID CPD BILL TO Thank you SUBTOTAL Shipping & Handling TOTAL If you have any questions about this invoice, please contact Office Use Only Acct Name:PRIME Bank Name:PNC Bank Routing #:267084199 Account #:1242827654 Acct Type:Checking Remit EFT To: PRIME Attention: Fiscal Contracts P.O. Drawer 2500 DATE Largo, FL 33779‐2500 10/1/2022 TERMS Chief Dan Slaughter Due by 11/15/2022 Clearwater Police Department 645 Pierce St Clearwater, FL 33756 (727) 562‐4242 Daniel.Slaughter@MyClearwater.com DESCRIPTION QTY UNIT PRICE AMOUNT 1 128,869.00 128,869.00 128,869.00 128,869.00$ INVOICE Sean DiLuzio ‐ 727‐582‐6062 ‐ Fiscal_PRIME@pcsonet.com INVOICE # PR‐1022‐CPD CUSTOMER ID CPD BILL TO Thank you SUBTOTAL Shipping & Handling TOTAL If you have any questions about this invoice, please contact Office Use Only PRIME Contracted Services FY23 Acct Name:PRIME Bank Name:PNC Bank Routing #:267084199 Account #:1242827654 Acct Type:Checking Remit EFT To: 1 INTERLOCAL AGREEMENT FOR THE CREATION OF THE PINELLAS REGIONAL INFORMATION MANAGEMENT ENTERPRISE (PRIME) This Interlocal Agreement (“Agreement”) is made and entered into this 10th day of June, 2022, by and between the City of Clearwater, City of Largo, City of Pinellas Park, City of St. Petersburg, City of Tarpon Springs, Pinellas County, and Pinellas County Sheriff (Sheriff), hereinafter collectively referred to as "Parties." Recitals WHEREAS, section 163.01, Florida Statutes, permits political subdivisions, agencies, or officers of the State, including, but not limited to counties, cities, school districts, single and multipurpose special districts, single and multipurpose public authorities, metropolitan or consolidated governments, separate legal entities or administrative entities created under Section 163.01(7), Florida Statutes, or independently elected county officers (collectively, "Public Agencies"), to enter into an interlocal agreement to jointly exercise any power, privilege, or authority which such Public Agencies share in common and which each might exercise separately, permitting the Public Agencies to make the most efficient use of their powers by enabling them to cooperate on a basis of mutual advantage and thereby provide for the sharing of their powers in a manner and pursuant to forms of governmental organization that are in the best interests of the Public Agencies; and WHEREAS, each of the Parties are Public Agencies authorized to provide law enforcement dispatch emergency response services within its respective jurisdiction; and WHEREAS, Pinellas County operates Pinellas County's Primary 911 Public Safety Answering Point (hereafter, "PRIMARY PSAP"); and WHEREAS, Pinellas County is responsible for all 911 call-taking and dispatch for all Pinellas County fire departments and emergency medical service (EMS) first responders throughout Pinellas County, Florida, from the PRIMARY PSAP; and WHEREAS, the Sheriff provides primary law enforcement dispatch service for unincorporated Pinellas County and nineteen of Pinellas County's twenty-four cities; and WHEREAS, the City of St. Petersburg, City of Clearwater, City of Largo, City of Pinellas Park, and City of Tarpon Springs provide the primary law enforcement dispatch service for their respective jurisdictions, and each operates a Secondary PSAP; and WHEREAS, the Parties recognize and acknowledge that immediate response of first responders is 2 an essential component of effective public safety and that seconds matter in response to a call for help involving an active and imminent threat to life or great bodily harm; and WHEREAS, the Parties further recognize the benefits of a shared common computer-aided dispatch system, including increasing efficiency in workflow, reducing repetition of data entry, and saving time in an emergency situation, which could save lives; and WHEREAS, the Parties further recognize the benefits of shared data through a common records management system, including increasing the efficiency of solving crimes, identifying trends in criminal activity, and forecasting workforce staffing levels for law enforcement; and WHEREAS, in the exercise of its statutory duties, Pinellas County desires to implement a new computer-aided dispatch system to ensure the dispatch of an appropriate emergency response to telephone calls placed to 911; and WHEREAS, many of the computer-aided dispatch and record management systems currently in use throughout Pinellas County have reached or are rapidly approaching the end of their useful life; and WHEREAS, the replacement of the existing independent computer-aided dispatch and records management systems with advanced technology adhering to national data standards is a crucial priority of the Parties; and WHEREAS, the Parties entered into a Memorandum of Understanding which establishes a temporary advisory body, Pinellas Regional Information Management Enterprise (PRIME) to assist in evaluating and making recommendations as to the selection of a vendor pursuant to that certain Request for Proposals No. #21-02 issued by the Sheriff on May 28, 2021 (the “RFP”) the scope of which provides for a shared computer-aided dispatch and records management system to the Parties and Participants; and WHEREAS, the Parties now desire to more permanently establish and maintain PRIME, as a separate legal entity and public body corporate politic pursuant to section 163.01(7), Florida Statutes, with the goal of integrating the various information systems used by emergency response agencies throughout Pinellas County, Florida through advanced integrated technology and standardized reporting methods; and WHEREAS, establishing and maintaining PRIME is in the best interest of the Parties and Participants, their officials, officers, and citizens in that PRIME will (a) offer integrated and standardize response mechanism to meet emergency response needs, (b) create greater purchasing powers through economies of scale, (c) lower the costs associated with the investment and reinvestment into individualized system; and (d) provide assistance on emergency response alternatives and other issues of concern to the Parties; and WHEREAS, the joint exercise of the power to integrate the various existing information systems will be benefited and made more efficient if (a) all computer-aided dispatch systems and records management systems were administered by the same body, and (b) the record-keeping and other administrative functions to be performed by PRIME; and WHEREAS, each of the Parties has duly taken all official action necessary and appropriate to 3 become a party to this Agreement and perform hereunder, including, the passing of any ordinances, resolutions, or taking of other actions required under its respective charter, and other applicable laws and regulations; and WHEREAS, by this Interlocal Agreement, the Parties define the powers of PRIME to include the performance of the duties set forth in this Agreement; and NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the Parties hereby agree as follows: Article I. General Provisions Section 1.01 Recitals Incorporated. The recitals set forth above are agreed upon as true, correct, and intended to be incorporated and made a part of this Agreement as if fully contained herein. Section 1.02 Purpose. In addition to the public purposes stated in the incorporated recitals, the Parties have entered this Agreement to implement, operate, and maintain the new unified Computer- Aided Dispatch and Records Management System as procured and provided through the Vendor throughout the entire geographic area of Pinellas County, Florida (the "System"), to provide for the long-term operation and maintenance of the System. Section 1.03 Scope. The Parties intend that this Agreement shall in all respects govern and provide for the powers, duties, and responsibilities of PRIME as a separately created entity governing the implementation, operation, maintenance, and upgrade of the System. Section 1.04 Definitions. As used in this Agreement, (a) "Board" means the governing body of PRIME by a Board of Directors as defined in Article V of this Agreement. (b) "Executive Director" is the individual responsible for the oversight of PRIME and managing staff assigned to PRIME as defined in Article VI. (c) "FIBRS" means Florida Incident-Based Reporting System, an incident-based reporting system used by law enforcement agencies throughout Florida for collecting and reporting data on crimes. Local agencies generate FIBRS data from their records management systems. (d) "NIBRS" means National Incident-Based Reporting System, an incident-based reporting system used by law enforcement agencies in the United States for collecting and reporting data on crimes. Local, state, and federal agencies generate NIBRS data from their records management systems. (e) “NFIRS” means National Fire Incident Reporting System, an incident-based reporting system used by fire departments in the United States for collecting and reporting data on fire, emergency medical services, and severe weather or natural disasters. Local, state, and federal agencies generate NFIRS data from their records. (f) “NEMSIS” means National Emergency Medical Services Information System, an incident- based reporting system used by Emergency Medical Services agencies in the United States and territories for collecting and reporting data for patient care information resulting from an 4 emergency 911 call. (g) "Participant" means any Party or other duly authorized entity separately contracting to participate in the System in accordance with the provisions of this Agreement. (h) "Party/Parties" means the City of Clearwater, City of Largo, City of Pinellas Park, City of St. Petersburg, City of Tarpon Springs, Pinellas County Safety and Emergency Services (SES), and Pinellas County Sheriff collectively. (i) "PRIME" means the Pinellas Regional Information Management Enterprise entity formed and established by this Agreement. (j) "Sheriff" means the Pinellas County Sheriff's Office. (k) “System” means the unified computer-aided dispatch and joint records management system provided by the Vendor pursuant to the contract awarded by the Sheriff pursuant to the RFP. (l) "User" means an employee or other authorized agent of a Participant to whom secure and unique credentials are assigned for access to the System on a Participant's behalf. (m) "Vendor" means Intergraph Corporation by and through its Hexagon Safety, Infrastructure & Geospatial division, the entity awarded the contract through the RFP, or its proper successor or assignee. Article II. Establishment of PRIME Section 2.01 Establishment. The Parties hereby jointly establish PRIME as a separate administrative legal entity and public body corporate politic with the specific common power of emergency dispatch and response as specifically authorized in section 163.01, Florida Statutes, and herein. Specifically, PRIME shall have the following powers solely to carry out the purposes of this Agreement and is authorized in its own name under section 163.01, Florida Statutes to: make and enter into contracts; to employ employees; to acquire, manage, maintain, or operate buildings; and to incur debts, liabilities, or obligations which do not constitute the debts, liabilities, or obligations of any of the Parties and which does not constitute borrowing money or issuing bonds. PRIME shall not have the power to levy or collect taxes, nor does this Agreement delegate any police or other governmental regulatory power. Section 2.02 Board of Directors. PRIME will be governed by the Board as described in Article V. Section 2.03 Administration. PRIME will administer the System on behalf of the Participants pursuant to the terms, conditions, powers, authorities, and limitations set forth in this Agreement. Section 2.04 Staffing. PRIME staff will oversee the implementation of the System and maintain its associated database. Section 2.05 Project Management. PRIME will provide project management services for the implementation and maintenance of the System and the Parties. Section 2.06 Deliverables. PRIME will ensure that the Vendor performs its responsibilities under the Vendor contract. 5 Section 2.07 System Configuration. PRIME will configure the System as one unified, countywide application adhering to NIBRS, NFIRS and FIBRS standards. The System map will be configured as one unified, map throughout all of Pinellas County, Florida to allow seamless reporting and analytics. Although the generally applicable configurations will be set by PRIME, each individual Party may nevertheless undertake such unique configurations as are available and desirable to that Party and that do not disrupt the purpose, function, or performance of the county- wide system as determined by the Board. Section 2.08 Party Rights. Each Party will retain the following rights and privileges: a. Data entered into the System by each Party may only be merged, modified, deleted, or edited through a process approved by that Party. b. Each Party retains the right to add or remove User(s) and define User authority levels within their respective organization. c. PRIME will manage global custom form fields as outlined in its bylaws. Additionally, PRIME will support adding local custom fields for each Party and make every reasonable effort to satisfy a Party request for a custom field within three (3) business days. Each Party retains the right to add custom fields to its respective local layouts and forms. d. No Party will be required to “go-live” with its respective local layouts and forms on the System until the Party approves of the individual Party layout, and to the extent the System allows, the configuration options available to the Party. e. Each Party retains the right to extract its data from the System’s data warehouse. This includes the use of third-party applications purchased or developed by the Party as long as the data extraction does not negatively impact performance or other Parties. The Parties understand that the vendor has certain monthly data egress limits and that parties may incur a fee if data extract amounts are above the Party’s share of the total monthly egress limits as determined by the Board. Article III. Responsibilities of the Parties Section 3.01 Procurement. The Sheriff has awarded the contract for the acquisition of the System to the Vendor. Pinellas County, subject to the limitations contained herein, will pay from its funds, the costs of System licensing and implementation for the first two (2) years of System operation. Following the initial two (2) years of this Agreement, the cost of System operation will be allocated in accordance with Article VII. Section 3.02 Staff. The Parties may be called upon to assign experienced personnel from their respective agencies to assist the Executive Director in maintaining and managing the System, including its operating system, system software, database management software, and other necessary hardware and software components to operate and manage the System. Personnel may be assigned full-time or part-time. The Party assigning a staff member will remain responsible for establishing the salary and benefits, including any applicable overtime and workers compensation and making all 6 payments due to any person assigned to PRIME as staff until the term of this Agreement expires or the person is removed from the PRIME staff assignment. Since continuity is required, a Party will not remove their assigned staff members during the term of this Agreement absent good cause, which is solely determined by the assigning Party’s own policies and procedures. Any Party removing a staff member from PRIME shall notify the Executive Director as soon as possible who will immediately request a replacement the staff member from the same Party. If a replacement staff member is not provided within ten business days by the removing Party, a replacement staff member may be requested by the Executive Director from another Party. Section 3.03 PRIME Operation Fund. The Sheriff will establish an internal intergovernmental fund for the benefit of PRIME operations, which shall be known as the PRIME Operation Fund. The Board is authorized to make and approve expenditures from the PRIME Operation Fund consistent with this Agreement. All funds held in the PRIME Operation Fund shall be invested in an interest-bearing account consistent with all respective investment policies adopted by the Parties pursuant to chapter 218, Florida Statutes, and the title to such interest shall vest in the PRIME Operation Fund for the purposes of authorizing expenditures from the PRIME Operation Fund consistent with this Agreement. The funds therein shall not be co-mingled with any other funds. Section 3.04 System Oversight. The Board shall oversee the System as described in Article V. Section 3.05 Auditing. Consistent with section 163.01(5)(q), Florida Statutes, the Sheriff will require an independent, external auditor or the Inspector General to audit all receipts and disbursements from the PRIME Operation Fund annually for compliance with this Agreement and generally accepted accounting principles (GAAP), and will report thereon to the Board and the Parties. Any Party may inspect the books and records of the PRIME Operation Fund at any time. Section 3.06 Additional Administrative Responsibilities. The Parties shall provide PRIME with reasonable assistance in performing its duties under this Agreement. Such assistance shall include administrative, clerical and compliance-related functions, including those required by the Florida Sunshine Act. Participant staff shall assist PRIME in the preparation of its annual budget and quarterly or other financial reports. Section 3.07 Deposit of Funds. The Sheriff will deposit all money collected from Parties and Participants for the operation of the System into the PRIME Operation Fund. Section 3.08 Participant Responsibilities. The Parties shall further have all responsibilities of Participants as set forth in Article IV of this Agreement. Article IV. Responsibilities of Participants Section 4.01 Payment. Participants will, subject to appropriation, make annual payments to the Sheriff f/b/o the PRIME Operation Fund to be expended for the purposes set forth in this Agreement in accordance with the cost allocations of Article VII and in accordance with the schedule in Section 7.04. Section 4.02 Operation. Participants will ensure that their personnel utilize the System according to 7 FDLE CJIS policies, this Agreement, NENA NG9-1-1 Geographic Information Systems Data Model Standards where applicable, and the policies and procedures that PRIME may, from time to time, adopt and amend, including those that require the standardization of data and data entry procedures. Section 4.03 Network Connectivity. Participants will, at their own expense, provide network connectivity to the System that must conform to the minimum specifications adopted by PRIME, which may from time to time be amended based on the operating needs of the System. Section 4.04 Hardware. Participants shall, at their own expense, procure and maintain such hardware as may be necessary for use of the System by personnel and that must conform to minimum specifications adopted by PRIME, which may from time to time be amended based on the operating needs of the System. Section 4.05 Data Ownership. Participants will retain ownership of all electronic data they provide to the System. Section 4.06 Non-party Participants. All Participants which are not otherwise a Party to this Agreement shall be required by separate contract to comply with all terms and conditions of a Participant under this Agreement. Article V. PRIME BOARD Section 5.01 Composition. PRIME shall be governed by, and all its powers, authorities, privileges, rights, protections and immunities exercised and protected by a board of directors. The Board shall consist of members appointed as follows: (a) A designee appointed by the Pinellas Police Standards Council; (b) City of Clearwater Chief of Police, or their designee; (c) City of Largo Chief of Police, or their designee; (d) City of Pinellas Park Chief of Police, or their designee; (e) A designee appointed by the Pinellas Fire Chiefs Association; (f) City of St. Petersburg Chief of Police, or their designee; (g) City of Tarpon Springs Chief of Police, or their designee; (h) Director of Pinellas County Safety and Emergency Services, or their designee; and (i) Sheriff, or their designee. Board members shall receive no compensation for their services, but shall be entitled to receive their necessary expenses incurred in the performance of their official duties as set forth in the PRIME Bylaws. Section 5.02 Powers and Duties. The Board shall, subject to applicable law and the terms of this Agreement, have full and complete power to take all actions, do all things, and execute all instruments as it deems necessary or desirable in order to carry out, promote, or advance the objectives, interests, and purposes of PRIME. The Board shall use ordinary care and reasonable diligence in the 8 administration of PRIME. Nothing contained in this Agreement, either expressly or by implication, shall be deemed to impose any duties or responsibilities on the Board other than those expressly set forth in this Agreement. Any determination as to what is in the best interest of PRIME made by the Board in good faith will be conclusive establishment of the proper public interest. Specifically, the Board will: (a) Elect a Board Chair and Vice-Chair; (b) Adopt Bylaws which shall provide for the governance and on-going administration and operation of the Board and its functions related to the System but which shall not provide for additional powers or authorities outside of that established and delegated by this Agreement; (c) Establish a process for each Party to have licensed access for the users in each Party. It is understood the number of Users of each Party may change during a calendar year. No process will restrict the ability of each Party to add licenses for a fraction of a calendar year at the prorated User cost established by the Board; (d) Determine the budget for the annual operation of the System subject to annual acceptance and approval by the Parties; (e) Develop policies and procedures in accordance with Florida's public records laws governing the documentation, retention, ownership, and management of electronic data storage; and (f) Perform any other administrative tasks necessary and proper to carry out the purposes of this Agreement and the goals of standardization and interoperability not otherwise provided for herein. Section 5.03 Finance and Procurement Policies. (a) Authorization. The Board has the exclusive authority to authorize PRIME Operation Fund expenditures. The Board further has the authority to apply for and receive gifts, grants, assistance funds, or bequests which align with the purposes of and which would not create any conflict or issue with the powers delegated under this Agreement, and for which the Board has formally adopted a plan for assuring compliance with any and all terms, conditions, restrictions, or limitations placed on the gift, grant, assistance fund, or bequest. All such funds received shall be deposited into the PRIME Operation Fund unless otherwise restricted. (b) Expenditures from the PRIME Operation Fund. The Board will use monies in the PRIME Operation Fund for the purposes of: (i) Paying the ongoing periodic costs associated with maintaining the System; (ii) Paying the costs of system upgrades or enhancements when such funds have been approved and transferred from the respective Participants; and (iii) Any other purpose the Board may expressly authorize, provided that funds shall only be authorized for costs associated with the System. Section 5.04 Meetings of the Board. All meetings of the Board shall be conducted in accordance with Florida's Sunshine Laws. No Board member shall vote upon any measure which would inure to his or her special private gain or loss (as defined in Section 112.3143(1)(d), 9 Florida Statutes); which he or she knows would inure to the special private gain or loss of any principal by whom he or she is retained or to the parent organization or subsidiary of a corporate principal by which he or she is retained, other than an agency (as such term is defined in Section 112.312(2), Florida Statutes); or which he or she knows would inure to the special private gain or loss of a relative or business associate of the Board member. Section 5.05 Fiscal Year. The Board will operate on a fiscal year of October 1 to September 30. Article VI. Executive Director Section 6.01 Appointment. The Board is authorized to appoint and remove an Executive Director, who will serve the Board and report to the Board Chair. Article VII. Finance Section 7.01 Initial Cost Allocations. Pinellas County agrees to pay a not to exceed amount of nine million three hundred thousand dollars ($9,300,000.00), excluding pro rata costs, from its available funds for the initial costs of the System for the first two (2) years of this Agreement on a schedule as defined in the contract with Vendor, which is attached hereto and incorporated herein as Exhibit A. All parties, other than Pinellas County, agree to pay any remaining balance for the initial costs of the System for the first two (2) years of this Agreement, excluding pro rata costs, as set forth in the preliminary estimate of the initial cost as shown in Exhibit B. The total initial cost of the System, not including reoccurring maintenance, shall not exceed fifteen million dollars ($15,000,000.00). Following the first two (2) years, all costs will be allocated in accordance with Section 7.03. Pro rata costs distributions are further set forth below. Preliminary estimates of the initial pro-rata cost allocations are attached as Exhibit B. Not later than 14-days after contract signing with Vendor, the Board shall provide each Party and Participant with an estimated total initial cost for the first year of the System and the cost attributable to each Party and Participant. The initial cost estimate will include the total costs of the System acquisition, maintenance, operation and the total number of user licenses System- wide. As set forth in section 3.02 and 3.06, Parties assigning a staff member to PRIME will be subject to approval by the Board. Once approved, the respective party will receive a credit to their attributable costs for an amount equal to the hourly rate of such staff member based on reimbursement rates established by the Board. If a Party removes a staff member, any credit applied to the Party’s attributable cost will be adjusted based on the length of service in the billing cycle and the Party’s attributable cost will be adjusted. Section 7.02 Costs Attributable to System and PRIME. All costs will be allocated at the beginning of each year. No refunds will be issued if a Participant chooses to terminate its participation during a term of this Agreement. The following costs are deemed attributable to the System and PRIME, and shall be paid from the PRIME Operation Fund: 10 (a) The total cost of annual System licensing and maintenance paid to the Vendor; (b) The full salary and benefits approved by the Board of the Executive Director and personnel devoting 100% of their duties to the maintenance or operating of the System; (c) Ongoing maintenance costs of System and PRIME equipment; (d) Other costs related to System or PRIME when expressly determined and authorized by the Board including commodities, hardware, professional services, and capital. Section 7.03 System Cost Allocation Formula. The Board shall allocate the cost of System and PRIME among Participants based on the number of users of each participant. Costs that are attributable to law enforcement only will use a formula based on the number of users from law enforcement entities. Costs that are attributable to Pinellas County only (i.e., R911, Fire, EMS) will be paid by Pinellas County Costs that are attributable to all Parties will use a formula based on the total number of users from all Parties. The Board will allocate costs in accordance with the following formulas: Cost per user = (𝑅𝑦𝑟𝑟𝑎𝑙 𝑙𝑙𝑎𝑟𝑎𝑟�ℎ𝑙𝑙 𝑎𝑙𝑎 𝑙𝑎�ℎ𝑙𝑟𝑎𝑙𝑎𝑙𝑎𝑎 𝑎𝑙𝑟𝑟)+(𝑃𝑅𝐼𝑀𝐸 𝑙𝑎𝑟𝑟𝑙𝑙𝑙𝑎𝑙 𝑎𝑙𝑎 𝑙𝑙𝑎𝑟𝑎𝑟�ℎ𝑙𝑎 𝑎𝑙𝑟𝑟𝑟) 𝑅𝑙𝑟𝑎𝑙 𝑀𝑟𝑙𝑎𝑎𝑟 𝑙𝑎 𝑎𝑟𝑟�𝑙𝑟�ℎ𝑦𝑎𝑎 𝑟𝑟𝑎𝑟𝑟 Annual Participant Cost = (Cost per user) x (number of users per participant) Section 7.04 User licenses. Annually, on a date determined by the Board, each Participant will provide a projected number of users anticipated for the next one-year term for the purpose of establishing the PRIME budget and billing of each Participant. Additional users may be added by any Participant at any time during the term of this agreement. Any increase in additional users will be reflected in future billing of the participants. The number of licensed users can only be reduced annually. Section 7.05 Invoice Schedule. The Board, through the Sheriff Finance Director, shall annually invoice each Participant for System operation. Each Participant shall pay such invoices in accordance with the provisions of the Florida Prompt Payment Act. Section 7.06 Fiscal Non-Funding. In the event sufficient budgeted funds are not available or allocated in any fiscal year to a Party during the term of this Agreement, the Party shall immediately notify the Board and all other Parties upon becoming aware of the unavailability of funds and this Agreement shall terminate as to that Party on the last date for which funds are available without penalty or cost to the Party. In the event of termination due to lack of funding, the Party shall be responsible to pay for those costs and services rendered in the current fiscal year up to the date of termination. Non-party Participants which are governmental entities may include fiscal non-funding clauses in its separate agreement. Article VIII. Term and Termination Section 8.01 Effective Date. This Agreement shall become effective upon filing with the Clerk 11 of the Circuit Court for Pinellas County, Florida, as required by section 163.01(11), Florida Statutes. Section 8.02 Term of Agreement. The term of this Agreement shall commence upon the Effective Date and shall continue in full force and effect for five (5) years (the “Initial Term”) subject only to Section 7.06. Thereafter, the Agreement shall automatically renew for successive one (1) year terms, each a “Renewal Term”) unless terminated pursuant to this Agreement. The maximum term, including the Initial Term and all Renewal Term(s) shall be ten (10) years. Any length of term beyond the maximum term established herein must be approved by each Party’s respective governing body. Section 8.03 Termination by Election of Parties. Any Party may terminate this Agreement during the term of the Agreement with or without cause by written notification consistent with section 9.02 after the Initial Term. No monies paid will be refunded. If after the Initial Term, any Party elects not to participate in the next term of the Agreement, the Party must notify the Board and all other Parties in writing pursuant to 9.02 at least one hundred twenty (120) days prior to the expiration of the then- current term so costs may be reconsidered and/or re-allocated among the remaining Parties and Participants. Section 8.04 Completion of Purpose. Upon full and final termination by all Parties the purposes of this Agreement will be complete and any surplus money shall be returned in proportion to the contributions made by the participating Parties pursuant to section 163.01(5)(l), Florida Statutes. Article IX. Miscellaneous Terms Section 9.01 No Joint Venture. This Agreement shall not be construed in such a way that any one Party is or is deemed to be the representative, agent, employee, partner, or joint venture of another Party. The Parties shall neither have the authority to enter into any agreement, nor assume any liability on behalf of any other Party, nor bind or commit the other Party in any manner, except as expressly provided herein. Section 9.02 Notice. All notices required to be given pursuant to this Agreement shall be in writing to the Parties and Board as set forth on the Parties signature page. This information may be updated as set forth in the Bylaws. Notice shall be effective upon being sent electronically with no error message or by being mailed with proper U.S. postage. Section 9.03 Entire Agreement. This Agreement constitutes the entire Agreement with respect to the subject matter hereof and supersedes all other prior and contemporary agreements, understandings, representations, negotiations, and commitments between the Parties with respect to the subject matter hereof. Section 9.04 Approval Required and Binding Effect. This Agreement shall not become effective unless authorized by each Party's respective corporate authorities or governing body. 12 Upon authorization, this Agreement constitutes a legal, valid, and binding agreement, enforceable against the Parties. Section 9.05 Representations. Each Party represents that it has the authority to enter into this Agreement and undertake the duties and obligations contemplated by this Agreement and that it has taken or caused to be taken all necessary action to authorize the execution and delivery of this Agreement. Section 9.06 Indemnification. Each Party agrees to be responsible for their respective employees' acts of negligence when acting within the scope of their employment and agrees to be liable for only such damages resulting from said negligence to the extent permitted by section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity by the Participant or a waiver of any limitation from liability that the Participants are entitled to under the doctrine of sovereign immunity (section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the Parties or Participants to be sued by third Parties in any manner arising out of this Agreement. Section 9.07 Board Liabilities. Subject to the limited waiver of sovereign immunity as provided in section 768.28, Florida Statutes, the entity created by this Agreement will have all protections and limitations of liability afforded by the doctrine of sovereign immunity. Expenses in connection with the preparation and presentation of a defense to any claim, action, suit, or proceeding of the character against the Board may be paid as an expense of the PRIME Operation Fund from time to time upon approval by the Board. No Board liabilities shall be borne by any of the Parties hereto. Subject to applicable law, the Board may, if requested in writing by a Board member, undertake the defense of any claim, action, or proceeding in connection with a matter within the scope of PRIME. The Board may further purchase one or more policies pursuant to the policy of insurance covering potential liabilities, claims, or damages, and/or director and officer coverage, in its discretion. Section 9.08 Amendments. This Agreement may be amended upon the written agreement of the Parties. Section 9.09 Recording. The Sheriff is responsible for recording this Interlocal Agreement. WHEREFORE, this Interlocal Agreement takes effect on the 10th day of June, 2022; the Parties have signed and executed this Agreement as of the dates written below in the County of Pinellas, State of Florida. 18 PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners: _______________________________ Charlie Justice, Chairman PINELLAS COUNTY Official Notice: Safety & Emergency Services Director Administration 10750 Ulmerton Rd. Building 1, Suite 343 Largo, FL 33778 (727)464-3835 jfogarty@pinellascounty.org Copy to: Pinellas County Attorney’s Office 315 Court St., 6th Floor Clearwater, FL 33756 Fax: (727) 464-3354 WHEREFORE, this Interlocal Agreement was executed in the County of Pinellas, State of Florida, this _______day of ___________ 2022. DFlIA>TY SHERIFF'S OFFICE Bob Gualtieri,Sheriff PINELLAS COUNTY SHERIFF'S OFFICE Official Notice: Tom Lancto I 0750 Ulmerton Rd Largo,FL 33778 (727)582-6719 TLancto@pcsonet.com Copy to: General Counsel I 0750 Ulmerton Road Largo,FL 33778 Fax:(727)582-6459 19 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0805 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Award a construction contract to Razorback LLC of Tarpon Springs, Florida, for Water Treatment Plant 3 East Dome and Aerator Repairs and Miscellaneous Improvements in the amount of $1,791,334.60 per Invitation to Bid 20-0012-UT, approve Supplemental Work Order 1 to Biller Reinhart Engineering Group, Inc., of Tampa, Florida, in the amount of $78,067, increasing the contract from $29,810 to $107,877, 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 owns and operates two five-million-gallon drinking water ground storage tanks at the Water Treatment Plant #3 (WTP-3) facility. Routine inspection and cleaning of the tanks identified that the interior coatings were in poor condition and concrete was beginning to fail in some areas. The scope of this project includes concrete restoration of both water storage tanks at WTP -3. In addition to the coatings and concrete restoration, the project also includes restoration and /or replacement of joint sealants, fasteners, hatches, manholes, and tank fixtures. November 2020, an initial $29,810 work order was approved to Biller Reinhart to provide condition assessment in addition to preparing design drawings and specifications for repairs. March 2022, Engineering issued ITB 20-0012-UT which closed on April 20, 2022. Two bids were received, and Razorback LLC was the lowest responsible bidder in accordance with plans and specifications. $78,067 Supplemental work order 1 is for construction phase services, increasing the total work order value from $29,810 to $107,877. Construction is anticipated to be completed within 360 calendar days from issuance of Notice to Proceed. The Public Utilities Department owns and maintains these storage tanks. APPROPRIATION CODE AND AMOUNT: 3217321-530100-96782 $ 78,067.00 3217321-546900-96782 $1,791,334.60 Funds are available in capital improvement project 96782, Reverse Osmosis Plant at WTP#3, to fund the contract and work order. Page 1 City of Clearwater Printed on 8/31/2022 BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Vertical concrete repair: Delaminated areas, spalls, and exposed metal in exterior wall surfaces of both tanks. Estimated quantity is 15 cubic feet.FT3 15 660.00$ 9,900.00$ 600.00$ 9,000.00$ 2 Vertical concrete repair: Delaminated areas, spalls, and exposed metal in interior wall surfaces of both tanks and baffle wall surface of east tank. Estimated quantity is 25 cubic feet. FT3 25 1,080.00$ 27,000.00$ 600.00$ 15,000.00$ 3 Horizontal concrete repair: Delaminated areas, spalls, and exposed metal in floor surfaces of both tanks. Estimated quantity is 25 cubic feet. FT3 25 1,636.00$ 40,900.00$ 600.00$ 15,000.00$ 4 Overhead concrete repair: Delaminated areas, spalls, resurfacing and exposed metal in overhead interior dome roof surface of both tanks. Estimated quantity is 2,000 cubic feet. FT3 2,000 500.00$ 1,000,000.00$ 200.00$ 400,000.00$ 5 Application of a surface applied migratory corrosion inhibitor at overhead interior dome roof surface of both tanks. Lump sum. LS 1 44,600.00$ 44,600.00$ 6,000.00$ 6,000.00$ 6 Restore the hatch/hatch curbs to their original construction via removing and replacing concrete at both hatches/hatch curbs. Lump sum. LS 1 8,500.00$ 8,500.00$ 10,000.00$ 10,000.00$ 7 Restore the overflow details and dome vent curb details to their original construction via removing and replacing unsound concrete. Estimated quantity is 12 cubic feet. FT3 12 675.00$ 8,100.00$ 700.00$ 8,400.00$ 8 Remove existing gaskets and replace with new gaskets at 4 existing manways. Lump sum. LS 1 1,200.00$ 1,200.00$ 800.00$ 800.00$ 9 Remove existing joint sealant and replace with new joint sealant and/or install new joint sealant at tank floor to wall interface at both tanks. Lump sum. LS 1 80,000.00$ 80,000.00$ 10,714.00$ 10,714.00$ 10 Remove all existing fasteners and replace with new stainless-steel fasteners and/or install new stainless-steel fasteners at the aerator screen structure. Lump sum. LS 1 6,500.00$ 6,500.00$ 2,000.00$ 2,000.00$ 11 Coat/Recoating of tank existing coated surfaces including but not limited to the exterior and interior of both tanks, ferrous metals on the interior of the tanks, various fiberglass and carbon steel fixtures on the domes of both tanks. Lump sum. LS 1 3,087,500.00$ 3,087,500.00$ 1,151,572.00$ 1,151,572.00$ SUBTOTAL 4,314,200.00$ 1,628,486.00$ 10% CONTINGENCY LS 1 $431,420.00 431,420.00$ $162,848.60 162,848.60$ TOTAL CONTRACT 4,745,620.00$ 1,791,334.60$ Grand Total 4,745,620.00$ 1,791,334.60$ Razorback, LLC 177 Anclote Road Tarpon Springs, FL 34689 CROM, LLC 250 SW 36th Terrace Gainesville, FL 32607 20-0012-UT WTP 3 – East Dome and Aerator and Misc. Improvements BID OPENING - April 20th, 2022 TENTATIVE AWARD - May 19th, 2022 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ........................................................................... Error! Bookmark not defined. SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM Error! Bookmark not defined. SECTION V – Contract Documents SECTION V Page 1 of 16 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER RAZORBACK, LLC name 177 Anclote Road Tarpon Springs, FL 34689 [principal business address] 727-938-9500 [phone number] The Gray Insurance Company [name] PO Box 6202 Metairie, LA 70009-6202 [principal business address] 504-888-7790 [phone number] City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: WTP3 – East Dome and Aerator and Misc. Improvements PROJECT NO: 20-0012-UT PROJECT DESCRIPTION: Horizontal, vertical, and overhead concrete repairs. Overhead corrosion inhibitor application. Restoration of hatches, metal fasteners, gaskets etc. Joint sealant replacement. Coating and/or recoating of tank surfaces internally and externally on (2) pre-stressed concrete drinking water storage tanks. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $1,791,334.60, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of WTP3 – East Dome and Aerator and Misc. Improvements, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 16 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 16 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). RAZORBACK, LLC By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 16 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Razorback, LLC, of the City of Tarpon Springs County of Pinellas and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Razorback, LLC, a/an Florida (State) LLC authorized to do business in the State of Florida, of the City of Clearwater County of Pinellas and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: WTP3 – East Dome and Aerator and Misc. Improvements PROJECT NO: 20-0012-UT in the amount of $1,791,334.60 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 16 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 16 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 16 Updated: 5/4/2020 CONTRACT (4) 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Razorback, LLC_____________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 16 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: WTP3 – East Dome and Aerator and Misc. Improvements Public Utilities PROJECT NO.:20-0012-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Razorback LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: The Gray Insurance Company PO Box 6202 Metairie, LA 70009-6202 ,SURETY, on bond of RAZORBACK, LLC 177 Anclote Road Tarpon Springs, FL 34689 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Public Utilities 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 16 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, Razorback, LLC 177 Anclotte Road, Tarpon Springs, FL 34689 as Contractor, and The Gray Insurance Company as Surety, whose address is PO Box 6202, Metairie, LA 70009-6202, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Razorback, LLC as Contractor, and The Gray Insurance Company as Surety, for work specified as: WTP3 – East Dome and Aerator and Misc. Improvements 20-0012-UT all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title The Gray Insurance Company______________ ______________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 10 of 16 Updated: 5/4/2020 AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA ) COUNTY OF _______________) _________________________________________, being duly sworn, deposes and says that he/she is Secretary of __________________________________________________________________________ a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: ____________________________________ _________________ ________________ ______ (Street & Number) (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of _________________________________________________________________________________ (Name of Corporation) Affiant further says that ____________________________ is ______________________________ (Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for _______________________________ or said corporation by virtue of ______________________________________________________ (state whether a provision of by laws or a Resolution of Board of Directors. If by Resolution give date of adoption). _________________________________________ __________________________________________ Affiant Sworn to before me this ______ day of ______________________, 20____. ___________________________________ Notary Public ___________________________________ Type/print/stamp name of Notary ___________________________________ Title or rank, and Serial No., if any SECTION V – Contract Documents SECTION V Page 11 of 16 Updated: 5/4/2020 NON-COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF _______________) _______________________________________ being, first duly sworn, deposes and says that he is _________________________________ of ___________________________________________, the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. ____________________________________ Affiant Sworn to and subscribed before me this _______ day of _____________________________, 20____. ____________________________________ Notary Public SECTION V – Contract Documents SECTION V Page 12 of 16 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for WTP3 – East Dome and Aerator and Misc. Improvements (#20-0012-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked WTP3 – East Dome and Aerator and Misc. Improvements (#20-0012-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V – Contract Documents SECTION V Page 13 of 16 Updated: 5/4/2020 PROPOSAL (2) Attached hereto is a bond or certified check on __________________________________________ ____________________________________ Bank, for the sum of __________________________ ______________________________________________________________ ($_________________) (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub-contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: ________________________________________ _________________________________________ ________________________________________ _________________________________________ ________________________________________ _________________________________________ ________________________________________ _________________________________________ Signature of Bidder: ____________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation. Principal: ___________________________________________________________________________ By: ___________________________________ Title: _____________________________________ Company Legal Name: _______________________________________________________________ Doing Business As (if different than above): _______________________________________________ Business Address of Bidder: ____________________________________________________________ City and State: _________________________________________________ Zip Code _______________ Phone: ________________________ Email Address: ________________________________________ Dated at ___________________________, this ______ day of _______________________, A.D., 20__. SECTION V – Contract Documents SECTION V Page 14 of 16 Updated: 5/4/2020 CITY OF CLEARWATER ADDENDUM SHEET PROJECT: WTP3 – East Dome and Aerator and Misc. Improvements (#20-0012-UT) Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ Addendum No. _____ Date: _____________ ____________________________________ (Name of Bidder) ____________________________________ (Signature of Officer) ____________________________________ (Title of Officer) ____________________________________ (Date) SECTION V – Contract Documents SECTION V Page 15 of 16 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: WTP3 East Dome and Aerator and Misc Improvements #20-0012-UT CONTRACTOR: ____________________________________________________________________ BIDDER'S GRAND TOTAL: $_______________________________________________ (Numbers) BIDDER'S GRAND TOTAL: __________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________ (Words) Insert Bid Tab Table Here THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. SECTION V – Contract Documents SECTION V Page 16 of 16 Updated: 5/4/2020 CONSULTANT WORK ORDER Water Treatment Plant 3 (WTP3) East Dome and Aerator and Miscellaneous Improvements Biller Reinhart Engineering Group 20-0012-UT City of Clearwater 7.CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to Brian Walter, P.E. and copied to Robert Reinhart, P.E. and Randall Arthurs, P.E., see below for contact: Robert Reinhart, P.E. Brian Walter, P.E. bwalter@billerreinhart.com rrein hart@billerreinhart.com Office: 813-908-7203 Cell: 813-468-5994 Randall Arthurs, P.E. rarthurs@billerreinhart.com Office: 813-503-1977 Cell: 813-503-1977 Office: 813-908-7203 Cell: 813-505-6188 All City project correspondence shall be directed to the Project Manager, with copies to the Utilities Engineering Manager and Public Utilities Assistant Director. Consultant shall provide a minimum of forty-eight (48) hours' notice prior to conducting fieldwork/site visits. Consultant shall provide a minimum of seven (7) days notification for site visits requiring the assistance of City Operations and Maintenance personnel. Consultant acknowledges that all City directives shall be provided by the City Project Manager. 8.INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3217321-530100-96782 For work performed, invoices shall be submitted monthly to: City of Clearwater Engineering Department Attention: Veronica Josef, Senior Staff Assistant 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. Consultant Work Order Page 3 of 5 Revised: 10/27/202.1 WWW.BILLERREINHART.COM TAMPA | ST. PETERSBURG | FT. LAUDERDALE | SARASOTA 3434 Colwell Avenue, Suite 100, Tampa, Florida 33614 – t: 813.908.7203, f: 813.931.5200 July 12, 2022 Mr. Ivan P. Tamayo Engineering Department City of Clearwater 100 South Avenue. #220 Clearwater, Florida 33756 Subject: Letter of Intent to Award WTP 3 East Dome and Aerator and Miscellaneous Improvements 2775 SR 580, Clearwater, Florida 33761 BillerReinhart Project No. 20-222 City Project No.: 20-0012-UT Biller Reinhart Engineering Group, Inc. (BillerReinhart) understands the bid submitted by the contractor Razorback LLC (Razorback) for the WTP 3 East Dome and Aerator and Miscellaneous Improvements project was the low bid. BillerReinhart reviewed answers to follow-up questions provided by Razorback that confirmed their bid covered the items outlined in the scope within the project documents. BillerReinhart believes Razorback to be the successful bidder for the WTP 3 East Dome and Aerator and Miscellaneous Improvements project. ___________________________ Randall J. Arthurs, PE Senior Structural Engineer Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0835 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Ratify and confirm purchase order to Rowland, Inc. of Pinellas Park, Florida in the amount of $1,909,650.00 for the Marshall Street and Northeast Water Reclamation Facility Digester Covers Evaluation and Repairs Project (21-0022-UT) and authorize the appropriate officials to execute same. (consent) SUMMARY: The City utilizes anaerobic digesters at its Northeast (NE) and Marshall Street (MS) Water Reclamation Facilities (WRF’s) that convert organic matter into stabilized biosolids and methane (or biogas). The digesters at MS and NE WRF were releasing small amounts of methane into the atmosphere through suspected leaks in its floating cover. The methane produced by the digester is flammable and when mixed with air, can create explosive conditions. November 18, 2021, City Manager approved emergency procurement for engineering and construction services to remediate the issues due to the potential threat to the plants and public safety. January 20, 2022, City Council approved (via ratify and confirm) a purchase order to Hazen and Sawyer to design the repairs. The agenda item noted plans to hire Rowland to construct the repairs with an estimated cost of $725,000.00, and Engineering would return to Council later for approval once the construction estimate was complete. On January 31, 2022, the City Manager approved the initial $1,500,000 PO to Rowland to make the necessary repairs and remediate the emergencies to the MS and NE digesters, on an as-needed basis. Work to date includes installing a bypass system to isolate the digester tank, removal of its contents, and cleaning the interior of the tank. Ongoing and future work includes repairing seams in the digester cover to eliminate leaks and, subsequently, seeding and placing the digester back into service. The NE digester has been stabilized by installing a flame arrestor and will be repaired separately in a future project. To complete the work, based on current and best available information, it is estimated an additional $409,650.00 is required for a total expected final estimate of $1,909,650.00. Due to Rowland currently making the necessary repairs, it would be impractical and not cost effective to bid this additional amount of $409,650.00 to any other vendor. The work is anticipated to last up to 3 additional months. APPROPRIATION CODE AND AMOUNT: 3277327-546900-96664 $409,650 Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0835 Funds are available in capital improvement project 327-96664, Water Pollution Control R&R, to fund this contract. Page 2 City of Clearwater Printed on 8/31/2022 12/28/21, 4:26 PM Mail - Nguyen, Duy - Outlook https://outlook.office365.com/mail/id/AAMkAGY5OGYyYmNjLWE2NTUtNGVkZS05ZGYyLTI5NjYzYTdkN2I4YwBGAAAAAABnjVPHfnplSJDvE1Yd2Oc…1/2 FW: Digester Emergency Procurement Gardner, Richard <Richard.Gardner@MyClearwater.com> Thu 11/18/2021 2:54 PM To: Nguyen, Duy <Duy.Nguyen@MyClearwater.com> Cc: Brown, Jeremy <jeremy.brown@MyClearwater.com>; Elswick, Tara <Tara.Elswick@MyClearwater.com> Duy, We got approval from the CM for an emergency procurement. Rich Richard Gardner, PE, CPM Public Utilities Director Office: (727) 562-4960 Ext. 7267 Mobile: (727) 224-7043 From: Jennings, Jon <Jon.Jennings@MyClearwater.com> Sent: Thursday, November 18, 2021 2:48 PM To: Gardner, Richard <Richard.Gardner@MyClearwater.com> Cc: Maxwell, Micah <micah.maxwell@MyClearwater.com>; Vogel, Lori <Lori.Vogel@myClearwater.com>; Elswick, Tara <Tara.Elswick@MyClearwater.com>; Brown, Jeremy <jeremy.brown@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com> Subject: RE: Digester Emergency Procurement Rich, I am very suppor ve of your request to forego the compe ve bid process due to the emergency nature of the situa on. Please keep me updated on your progress in elimina ng the hazard. Thank you for le ng me know. Jon Jon P. Jennings, ICMA-CM, MPA City Manager City of Clearwater 600 Cleveland Street, Suite 600 Clearwater, FL 33755 (727) 562-4040 Office (727) 562-4052 Fax Jon.jennings@myclearwater.com www.myclearwater.com From: Gardner, Richard <Richard.Gardner@MyClearwater.com> Sent: Thursday, November 18, 2021 2:40 PM 12/28/21, 4:26 PM Mail - Nguyen, Duy - Outlook https://outlook.office365.com/mail/id/AAMkAGY5OGYyYmNjLWE2NTUtNGVkZS05ZGYyLTI5NjYzYTdkN2I4YwBGAAAAAABnjVPHfnplSJDvE1Yd2Oc…2/2 To: Jennings, Jon <Jon.Jennings@MyClearwater.com> Cc: Maxwell, Micah <micah.maxwell@MyClearwater.com>; Vogel, Lori <Lori.Vogel@myClearwater.com>; Elswick, Tara <Tara.Elswick@MyClearwater.com>; Brown, Jeremy <jeremy.brown@MyClearwater.com>; Flanigan, Michael <michael.flanigan@MyClearwater.com> Subject: Digester Emergency Procurement Jon, Part of the wastewater treatment process at the City's Northeast (NE) and Marshall St (MS) Water Reclama on Facili es involves anaerobic diges on to stabilize the sludge (biosolids) which are removed from the wastewater in the treatment process. Diges on is the biological decomposi on of organic material under heat and in the absence of oxygen. This process converts the organic ma er into stabilized biosolids, and methane (or biogas). The City has two digesters at the NE and MS that are releasing small amounts of methane into the atmosphere through suspected leaks in the digester covers. The methane produced by the digesters is flammable and when mixed with air, can cause explosive condi ons. The poten al for the released biogas to combust and cause explosive condi ons poses a threat to the plants and public safety. The solu on is to take the digesters offline, clean and inspect, and repair the leaks in the digester roofs. This requires us to procure the services of an engineer and contractor working together to design and implement the repairs. Due to the risk involved with the release of flammable biogas into the atmosphere, a threat exists to the public health, welfare, safety, or other interests of the city and that any delay because of compe ve bidding would be detrimental to the interests of the city. If the procurement exceeds $100,000.00 (likely) it would be ra fied by the city council. Please authorize an emergency purchase of the engineer and construc on services, without compe ve bidding. Please don’t hesitate to contact me with any ques ons. Thanks Rich Richard Gardner, PE, CPM City of Clearwater Public Utilities Director 1650 N. Arcturas Avenue, Bldg. C Clearwater, FL 33765-1945 Office: (727) 562-4960 Ext. 7267 Mobile: (727) 224-7043 DESCRIPTION Current Cost Projected Cost Total Cost MS Supplemental Repair Budget Digester Bypass 82,000$ 60,000$ 142,000$ Digester Cleanout 410,000$ -$ 410,000$ Digester Repair 183,000$ 373,800$ 556,800$ Digester Repair (Coatings)38,292$ 217,358$ 255,650$ Digester System Improvements 275,200$ 150,000$ 425,200$ Digester Testing/Start-up/Seeding -$ 20,000$ 20,000$ Construction Contingency 100,000$ MS Current Cost Subtotal 988,492$ 821,158$ 1,909,650$ 1,500,000$ $ 409,650 Notes: 1. Current costs are referenced from Rowland's Pay Applications 1-3. MS WTF Supplemental Budget Needs SUMMARY TABLE 21-0022-UT MARSHAL ST WRF DIGESTER COVER EMERGENCY REPAIR UPDATED PRELIMINARY COST ESTIMATE 7/11/2022 Estimate Description: The following table provides a preliminary engineering estimate of construction costs incurred to implement emergency corrective repairs to the existing anaerobic digester at MS WTF. The updated estimate provides a summary of cost incurred, and preliminary projected construction cost estimate to finish the repair efforts. MS Projected Cost MS Repair Preliminary Total Repair Cost MS Repair Budget 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0861 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Approve a proposal from Biltmore Construction Co., Inc of Belleair, Florida, for demolition of the former City of Clearwater City Hall Building (19-0009-EN) at the Guaranteed Maximum Price (GMP) of $557,693, pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk, and authorize the appropriate officials to execute same. (consent) SUMMARY: The former City of Clearwater City Hall is three-story concrete building located at 112 S. Osceola Avenue in Clearwater, Florida. It was constructed in 1964 and was in use until 2019. It is currently unoccupied. This project will include an asbestos survey update, asbestos abatement, building demolition, site grading and placing sod. Demolition and restoration will take 5 months from notice to proceed. Anticipate completion in Spring 2023. The existing parking lot is to remain. Two crepe myrtle trees are to be salvaged and removed for future reuse. City staff will also salvage existing HVAC equipment. A new capital project (C2212, City Hall Demo) will be established to account for this agreement and additional project contingency for unforeseen costs. APPROPRIATION CODE AND AMOUNT: 3157519-560600-C2212 $557,693 A third quarter budget amendment will establish capital improvement project C2212, City Hall Demo, with a transfer of General Fund Revenue available from ARPA General Fund reimbursement funds in the amount of $610,000 to fund this project Page 1 City of Clearwater Printed on 8/31/2022 City of Clearwater City Hall Demolition Guaranteed Maximum Price Proposal August 04, 2022 112 S. Osceola Avenue Clearwater, FL City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 1 TABLE OF CONTENTS Article 1 – Guaranteed Maximum Price (GMP) Proposal Project Summary Exhibit A – Guaranteed Maximum Price Breakdown Exhibit B - Allowance Items Exhibit C - Assumptions and Clarifications Exhibit D- Enumeration of Documents Exhibit E - Construction Schedule Exhibit F- Alternates N/A City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 2 ARTICLE 1 - Guaranteed Maximum Price (GMP) Proposal Biltmore Construction Co., Inc. proposes to complete the work, as described herein, for the Guaranteed Maximum Price (GMP) of FIVE HUNDRED FIFTY-SEVEN THOUSAND, SIX HUNDRED NINETY-THREE and NO/100-($ 557,693.00) DOLLARS. This Price is for the performance of the Work as described herein and in accordance with the Contract Documents and Exhibits A through E. This Guaranteed Maximum Price (GMP) proposal must be accepted in writing by the Owner on or before September 30, 2022. After said date, this Guaranteed Maximum Price (GMP) proposal shall be null and void, absent the express written acceptance by Biltmore Construction Co., Inc. Existing Contract: This GMP proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on August 21, 2020, based on RFQ #40-20. City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 3 PROJECT SUMMARY City Hall Demolition 112 S. Osceola Avenue Clearwater, Florida Complete demolition of the existing 24,614 SF three story, unoccupied, concrete structure, Clearwater City Hall building located at 112 S. Osceola Avenue, Clearwater, FL. Project includes asbestos abatement, building demolition, grading, and sodding with Bahia sod. Existing parking lot sidewalk and retaining wall to remain. Two existing Crepe Myrtle bushes are to be salvaged and turned over to the City for relocating. All other shrubbery to be removed. City to salvage existing HVAC equipment, flagpoles and any other equipment/furnishings prior to abatement. City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 4 EXHIBIT A-GUARANTEED MAXIMUM PRICE BREAKDOWN Itemized Description of the Work Base GMP Amount Unforeseen Asbestos Abatement Allowance $ 15,000.00 Building Demolition & Abatement $ 320,000.00 Irrigation Repair Allowance $ 500.00 Asphalt/Concrete Repair Allowance $ 5,000.00 Project Sign Allowance $2,000.00 Plumbing Allowance $ 5,000.00 Electrical Allowance $ 5,000.00 Removal of Two (2) Existing Crepe Myrtles $8,000.00 Subcontractor Direct Cost (SDC) Subtotal $ 360,500.00 Liability Insurance $ 6,050.00 Performance and Payment Bond $ 4,200.00 Builders Risk Insurance Not Applicable CM Contingency (5% of $360,500) $ 18,025.00 General Conditions, Requirements & Staffing $ 128,695.00 Pre-Construction Services Fee $ 4,000.00 CM Fee $36,223 .00 Total Guaranteed Maximum Price (GMP) $ 557,693.00 City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 5 EXHIBIT B – Allowance Items The Allowances noted below represent reasonably anticipated values included in this GMP Proposal to cover the cost of certain items absent or not specified in sufficient detail in the Construction Documents as listed in the ENUMERATION OF CONTRACT DOCUMENTS Section of this GMP Proposal or for which uncertainty remains. The amount of the Allowance stipulated herein is inclusive of all labor, materials, equipment taxes, delivery, insurances, bond and fees necessary to perform the anticipated work, unless otherwise noted. Allowances- Unless otherwise specifically noted, the term “Allowance” refers to the amount of money allocated to cover the cost of both materials and labor to furnish and install the specified material(s) or perform the specified work and any applicable sales tax only, overhead and profit are not included in the line item, however it is calculated within the stipulated fee. Owner understands and agrees that should the actual costs exceed the amount specified in the GMP for the Allowance, that amount will be adjusted by a timely change order. In the event the costs are lower than the allowance, an adjustment by change order will be made at the final billing for the project. The ASSUMPTIONS AND CLARIFICATIONS section of this GMP Proposal may provide a more detailed description of these Allowances. DESCRIPTION OF ALLOWANCE ALLOWANCE AMOUNT Asphalt/Concrete Repair Allowance $ 5,000.00 Irrigation System Repair Allowance $ 500.00 Materials Testing Allowance $ 500.00 Plumbing Allowance $ 5,000.00 Electrical Allowance $ 5,000.00 Unforeseen Abatement Allowance $ 15,000.00 Project Sign Allowance $2,000.00 City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 6 EXHIBIT C – Assumptions and Clarifications The Contract Documents are amended by Biltmore Construction Co., Inc. as follows: 1. The following are not included in the GMP Proposal: A. Hazardous Materials Survey is excluded. Demolition Asbestos Survey dated April 5, 2019 was prepared by IBC Engineering-Environmental & Construction, LLC for the City of Clearwater. B. Removal of Unsuitable Soils is excluded. No Test Borings or Report of Geotechnical Investigation has been provided. C. Impact Fees/Inspection Fees, Plan Review Fees and Permit Fees are excluded. Waived by City of Clearwater D. Threshold Inspections are not applicable. E. Proposal Bond is excluded. F. Builder’s Risk Insurance is excluded per the City’s direction. G. Permanent Power and Water Consumption Costs are excluded. Services to have been disconnected by City of Clearwater. H. Repairs to existing underground sanitary sewer piping, gas piping, fiber optic lines, storm piping, reclaimed water piping, wells, tanks, and domestic potable water piping are excluded unless caused by included work. I. Removal of existing asphalt paving and curbing is excluded. Existing to remain. J. Shut-off of utilities is to be arranged with the various service providers by the City of Clearwater. Cut and cap of utilities is included. K. Removal/salvage of existing chillers, HVAC equipment, furnishings, flag poles and building components are to be removed by the City prior to mobilization. Salvaging of any existing materials, furnishings and/or equipment for the City is excluded. L. Refrigerant to be removed by the City for their use and/or disposal. M. No Maintenance of Traffic provisions are included. Maintenance of Traffic (M.O.T.) plan, if required, is to be provided by the City of Clearwater. N. City of Clearwater to provide locations of underground utilities. O. Watering of new Bahia sod is limited to two (2) weeks. 2. Warranties and Guarantees: A. Biltmore Construction Co., Inc. Warranties and Guarantees. No Warranty or Guaranty is applicable. Biltmore Construction Co., Inc. warrants to the Owner that the materials and workmanship furnished under this Contract will be of good quality and new unless otherwise required or permitted by the Construction/Contract Documents, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform with the requirements of the Construction/Contract Documents. Work not conforming to these requirements may be considered defective. Biltmore Construction Co., Inc.’s warranty excludes remedy for damage or defect caused by insufficient maintenance, improper operation, or normal wear and tear under normal usage. The term and duration of this express warranty is one (1) year from the Date of Substantial Completion. The provisions herein shall not prevent the Owner from City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 7 proceeding directly against the manufacturer and/or installer for such longer period as allowed by State Statute. B. Installer / Subcontractor Warranties and Guarantees The Subcontractor shall warrant to the Owner and to Biltmore Construction Co., Inc. that all workmanship and materials are free from defects in installation. The express warranty/guarantee shall be consistent with the durations stipulated in the Construction/Contract Documents. The period customarily being one (1) year from the Date of Substantial Completion established in the Construction/Contract Documents. Notwithstanding anything to the contrary, neither Biltmore Construction Co., Inc., nor its Surety, nor the Subcontractor shall have any joint/several liability relating to, nor shall they be obligated to underwrite, or in any way become guarantor(s) of any manufacturer’s warranty/guaranty or product to the Owner. The Owner shall be provided with the “standard” manufacturers’ warranty, and it shall satisfy the requirements under the Construction/Contract Documents relating thereto. C. Manufacturers’ Express Warranties / Guarantees Biltmore Construction Co., Inc. shall collect and transmit to the Owner all standard manufacturers’ warranties and standard manufacturers’ guarantees specified in the Construction/Contract Documents. The obligation and liability of Biltmore Construction Co., Inc. and/or its’ Surety is limited to the collection and proper transmittal of these warranties and guarantees to the Owner. D. Extended Warranties This proposal is qualified to include only those extended warranties available as standard from the manufacturers. The Contractor, installers, and applicators will not provide extended warranties or guarantees. 3. Special conditions relating to Owner purchased / Contractor installed items and associated tax exemptions: Notwithstanding any provision to the contrary, should the Owner elect to purchase items directly and avoid any sales taxes or other taxes, the Owner will defend, indemnify, and hold harmless Biltmore Construction Co., Inc. absolutely from and against any claim, audit, investigation, cost, or assertion of any kind made by, or on behalf of, the Florida Department of Revenue or other such agency that may arise during and / or subsequent to the completion of the project. Under no circumstances shall Biltmore Construction Co., Inc. or its’ subcontractors be liable for the sales taxes associated with the Owner purchased items. The Owner will provide Biltmore and the vendor with an executed Certificate of Entitlement (COE). By rule, the COE must be attached to each Owner Direct Purchase Order (ODPO) and City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 8 should also be attached to any / each change order issued to the ODPO (if applicable). The public Owner must issue a separate COE for EACH such purchase order/change order. 4. Builder’s Risk Insurance: The City of Clearwater, if required, shall purchase, and maintain, until the date of Substantial Completion of this project, a standard Special Form (all “Risks of Physical Loss”) Completed Value Builder’s Risk insurance policy in the amount of the initial contract sum (GMP), including any subsequent modifications thereto, insuring the interests of the Owner, Biltmore Construction Co., Inc., and Subcontractors in the Work under this contract. All deductible costs related to this property insurance shall be paid by the City of Clearwater. The following items are the responsibility of the City of Clearwater and are not included in this GMP: a. Property insurance deductible costs. b. Property insurance coverage on existing buildings and/or contents. c. Property insurance coverage on the Work under this Contract after the date of Substantial Completion. d. Flood insurance coverage and/or risk of loss due to flood. e. Windstorm insurance and /or risk of loss due to named Windstorm including all deductibles. 5. Basis of this GMP Proposal is the Demolition Asbestos Survey as issued by IBC Engineering Environmental & Construction, LLC dated April 5, 2019 6. Subcontractor Payments: Notwithstanding anything to the contrary, the Owner specifically acknowledges and agrees that the Construction Manager (Contractor) operates on a pay-when-paid basis with its’ subcontractors, and nothing contained herein or elsewhere shall be interpreted to require the Construction Manager and/or its’ Surety to remit any payment (including final payment) to subcontractors prior to the receipt of payment (including final) from the Owner. 7. GMP Schedule of Values: It is acknowledged and agreed that, notwithstanding anything else to the contrary, the breakdown associated with the Guaranteed Maximum Price and/or the resulting Schedule of Contract Values shall in no way operate as line item guaranteed maximum prices. 8. A Project Contingency of $ 18,025.00 is included. Acceptable uses of this contingency include, but are not limited to: A. Buy-Out of the work not previously awarded in bid packages. B. Repair of damages caused by an unknown source or contractor (excluding Builder’s Risk claims.) C. To improve and/or accelerate the progress of the work. D. To improve the conditions of the work. E. For modifications of the work resulting from an unknown ambiguity (Not an error or omission) in the contract documents. City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 9 F. To increase and/or supplement staff as necessary to effectively manage the project. G. To adjust the reimbursable General Conditions/Requirements more than the line-item value. H. Requests for Contingency Adjustments to be submitted to the City for approval. 9. No retainage will be held on Bonds, insurances, General Conditions, General Requirements, Staffing, and Construction Manager Fee. 10. As-Built Drawings are not applicable. 11. We have included costs for Document Management and Project Management Controls Services in our General Conditions. These services will be provided via a cloud-based platform that will allow direct access to all Construction personnel, including Owners, Architects and Subcontractors. Services will include the ability to access/manage the information via mobile device via the internet. Services included will be Plans and Specs Maintenance and distribution, RFI Control, Submittal Control, Punch list Management, Daily Reports along with other related functions inherent in the platform. The charge for these services shall be $ 300.00 and be billed as lump sum amount upon approval of GMP and issue of the Notice to Proceed. 12. We have included costs for MIS Services related to the project in our General Conditions. This includes software updates associated with Biltmore Constructions standard software provided for cost management, computer operating systems, PDF Software, word processing applications, and spreadsheet applications. This includes troubleshooting, virus Management/remediation, malware/adware management/remediation, updates, and maintenance to these systems. The charge for this service shall be $ 300.00 and shall be billed as a lump sum amount upon approval of the GMP and issuance of the Notice to Proceed. 13. No Owner Direct Purchases are anticipated. However, should the City of Clearwater elect to utilize the Direct Purchase process to save sales tax, the tax for the actual purchases will be credited to the City. At the end of the Project, any refund for material not purchased or surplus materials returned to the suppliers plus the applicable sales tax amount shall be credited with an additive Change Order to the Agreement with the Construction Manager and Subcontractor’s Agreement. Surplus materials shall be the property of the Subcontractor and no refund or materials shall be due to the City. 14. Technical Clarifications: A. General Requirements 1. Asbestos Abatement is included in accordance with Demolition Asbestos Survey dated April 5, 2019 as prepared by IBC Engineering-Environmental & Construction, LLC. No other hazardous materials abatement is included unless otherwise noted. 2. An Allowance of $500.00 is included for Irrigation System repairs. 3. The issuance of the Construction Manager’s Performance and Payment Bonds will be provided after the approval of the GMP and issuance of the Notice to Proceed by The City of Clearwater. 4. Section I, “Advertisement of Bids & Notice to Contractors” of the City of Clearwater Contract Documents & Specifications is included. Biltmore Construction Co., Inc. complied with advertising requirement. 5. Section II, “Instruction to Bidders” and “Supplemental Instructions to Bidders” of the City of Clearwater Contract Documents & Specification are excluded. Subcontractor bid City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 10 requirements are outlined in Exhibit B of the Construction Manager @ Risk Services for Continuing Contracts. 6. Section III, “General Conditions” and Section IIIa “Supplemental General Conditions” of the City of Clearwater Contract Documents are included as they pertain to and are consistent with the Construction Manager @ Risk Services for Continuing Contracts. 7. Section IV, “Technical Specifications” and Section IVa, “Supplemental Technical Specifications” of the City of Clearwater Contract Documents & Specifications are included only as they pertain to the Church of Christ Demolition Documents (Drawings and Technical Specifications) as listed in the Enumeration of Documents. If conflicting, the Construction Documents (Drawings and Technical Specifications) will be followed. 8. Appendix, “ODP Documents and Other Project Documentation” of the City of Clearwater Contract Documents & Specifications was not issued and thus is excluded. 9. Section V, “Contract Documents” of the City of Clearwater Contract Documents & Specifications is excluded. The Construction Manager @ Risk Services for Continuing Contracts will be followed. 10. No stored material is anticipated. However, the City will pay for on-site and off-site stored materials with proper documentation by CM. 11. No vendor prepayment is anticipated. However, in the case where a vendor requires advance payment for materials/equipment, The City will allow the CM to bill in advance and make advance payment to the CM. 12. No Performance Specifications are included. 13. No salvaged items to be turned over to the City are identified. Any salvaged materials/equipment will be the property of the Construction Manager. 14. Pressure washing of existing sidewalk is excluded. 15. An Allowance of $2,000.00 is included for typical project sign based on the City of Clearwater Contract Documents and Specifications Article 23.8. 16. Chain link type fence is included for the duration of the building demolition work only. It will be removed at the completion of the demolition of the building. 17. Root barricades and silt fence will be installed per the issued Site Demolition Plan. They will remain in place for the duration of the building demolition, sodding and the two-week sod maintenance period. City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 11 EXHIBIT D – Enumeration of Contract Documents Contract Documents include: the Drawings, Specifications, Addenda (Construction Documents), the Agreement, General Conditions, Supplementary Conditions as expressly noted herein, and this Exhibit A, as well as the Guaranteed Maximum Price (GMP) Proposal in its entirety. This GMP Proposal is expressly recognized as a Contract Document inasmuch as it forms the basis upon which the Guaranteed Maximum Price is based. As such, in the event there is any disagreement, conflict, or ambiguity between the GMP Proposal and any other Contract Document, the GMP Proposal shall govern. The Owner’s issuance of any Notice to Proceed, Purchase Order, or any other written directive or instructions to proceed with the Work, after this signed GMP Proposal has been delivered by Biltmore to the Owner, shall constitute an express acceptance of the foregoing Enumeration of Contract Documents and the enforceability thereof. Demolition Asbestos Survey dated April 5, 2019, as prepared by IBC Engineering-Environmental & Construction, LLC is to be updated. City of Clearwater City Hall Demolition Guaranteed Maximum Price (GMP) Proposal 08-04-22 12 EXHIBIT E – Construction Schedule Subject to the ASSUMPTIONS AND CLARIFICATIONS contained herein, the anticipated construction period shall be One Hundred Fifty (150) calendar days to achieve Substantial Completion, after receipt, by Biltmore Construction Co., Inc., of all the following requirements: • Execution of the Guaranteed Maximum Price Amendment of the Agreement Between Owner and Biltmore Construction Co., Inc. • Receipt of the Written Notice to Proceed. • Receipt of all required Permits. • Recorded Notice of Commencement (as applicable). • Construction site available to commence construction activity. • Utilities disconnected and/or relocated as necessary to commence construction. Final Completion shall be within N/A calendar days following the Date of Substantial Completion of the Work. A preliminary Abatement and Demolition Schedule is included herein. Once the subcontractors are selected, we will prepare a more detailed CPM Schedule that will include all design, permitting, procurement and construction activities. Mobilization and Site Preparation 5 Days Notice to EPA 10 Days Abatement 30 Days Notice to EPA 10 Days Building Demolition 90 Days Site Restoration 5 Days Total 150 Days PIERCE ST CLEVELAND ST S OSCEOLA AVEMEMORIAL CSWYN OSCEOLA AVE2 8 15 14 417 237212206350320231218224112300 305456428421412200 107100 416415429422433432425400418331423413410405420411301110 Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\OsceolaStDemo\OsceolaSt Demo\OsceolaSt Demo.aprx Prepared by: Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Former City Hall Demolition 112 S Osceola Ave. Project Number: 19-0009-EN ² N.T.S.Scale:Aerial Flown 2021 Page 1 of 1WDMap Gen By:JDReviewed By:Date:8/12/2022 AERIAL MAP ^DEMOLITION AREA Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0717 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Authorize a purchase order to Hewlett-Packard Enterprise, of Spring, TX, for the equipment lease of desktops, laptops, and tablet computers in an amount not-to-exceed $525,000.00 for the term of August 1, 2022 through February 28, 2023, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: Due to delays in the State’s bidding and contracting cycles caused by the pandemic, this Contract is a short-term extension, expiring on February 28, 2023, until the Department of Management Services can complete its normal contracting process. The Information Technology Department will bring back the State’s new or extended contract prior to that date for council approval. The City has leased computers for over 15 years. The benefits of leasing include operational savings for asset acquisition, maintenance, improved efficiency in user support and asset management, improved security for city systems and network, and improved performance for system users. There are approximately 1,200 desktops and 700 laptop/tablet computers within the City. The City’s computers are upgraded on a three-year cycle, changing out approximately one-third of the equipment annually. Each lease agreement is for a three-year term and covers one-third of all equipment. All lease terms and conditions are established in the State of Florida Contract No . 43211500-WSCA-15-ACS. The Contract is available to piggyback in accordance with City Code of Ordinances Section 2.563(1)(c), Piggyback. Shipping costs are included in the contract as well as end-of-life disposition of the equipment. The State Contract includes a value-added enhancement - the Self-Maintainer Program - which enables City staff to be trained at no additional costs. Trained staff functions as Hewlett-Packard certified technicians to expedite diagnostic and resolution actions. Hewlett- Packard tracks and reimburses for these services for every 15 minutes of work performed. APPROPRIATION CODE AND AMOUNT: Quarterly payments are budgeted in the Information Technology annual operating budget . Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0717 Costs are prorated to all departments based upon their respective computer counts through the Administrative Services fund chargeback for Information Technology services. Funds are available in cost code 5559862-544500, Computer Equipment Rental, to fund this contract. Page 2 City of Clearwater Printed on 8/31/2022 CONTRACT AMENDMENT NO.: 6 Contract No.: 43211500-WSCA-15-ACS Contract Name: Computer Equipment, Peripherals, and Services Rev. 9/7/21 This Contract Amendment to Contract No. 43211500-WSCA-15-ACS is made by the State of Florida, Department of Management Services (“Department”) and Hewlett Packard Enterprise, (“Contractor”), with its principal place of business located at 1701 East Mossy Oaks Road, Spring, TX 77389, collectively referred to herein as the “Parties.” WHEREAS, the Parties entered into Contract No. 43211500-WSCA-15-ACS, on August 15, 2015, for the provision of Computer Equipment, Peripherals, and Services; WHEREAS, the Parties agreed that the ACS may be amended by mutual agreement as provided in Section 42, Modification of Terms, of the PUR 1000 incorporated into the ACS; WHEREAS, the Parties agree to renew the Contract, pursuant to Section 26, Renewal, of the PUR 1000; WHEREAS, the ACS was subsequently renewed through July 31, 2022; WHEREAS, the State of Minnesota NASPO Master Agreement No. MNNVP-134 term was amended to reflect a new Master Agreement expiration date of February 28, 2023; and WHEREAS, the Secretary has reevaluated the Master Agreement and determined that use of the Master Agreement remains cost-effective and the best value to the state. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of seven (7) months, pursuant to the same terms and conditions except as amended herein, with a new Contract expiration date of February 28, 2023. II. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. III. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. DocuSign Envelope ID: FB9C6748-1B8B-4B50-BC0D-FA95CA472442 CONTRACT AMENDMENT NO.: 6 Contract No.: 43211500-WSCA-15-ACS Contract Name: Computer Equipment, Peripherals, and Services Rev. 9/7/21 State of Florida: Department of Management Services Contractor: Hewlett Packard Enterprise By: _____________________________ By: _____________________________ Name: J. Todd Inman Name: Mary Reuss Title: Secretary Title: Contract Negotiator Date: Date: DocuSign Envelope ID: FB9C6748-1B8B-4B50-BC0D-FA95CA472442 6/22/2022 | 2:39 PM EDT DocuSign Envelope ID: FB9C6748-1B8B-4B50-BC0D-FA95CA472442 Department of MANAGEME SERVICES A ► We serve those who serve Florida CONTRACT AMENDMENT NO.: 6 Contract No.: 43211500-WSCA-15-ACS Contract Name: Computer Equipment, Peripherals, and Services State of Florida: Department of Management Services By:------------- Name: Pedro AllendeTitle: Secretary Date: Contractor: Hewlett Packard Enterprise Name: Mary Reuss Title: Contract Negotiator Date: 6/22/2022 I 2:39 PM EDT Rev. 9/7/21 DocuSign Envelope ID: 341D5E61-368A-43B4-861F-675EB642B1F3 7/26/2022 | 9:30 AM EDT Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0911 Agenda Date: 9/1/2022 Status: Consent AgendaVersion: 2 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.8 SUBJECT/RECOMMENDATION: Appoint Charles Engel to the Municipal Code Enforcement Board to fill an unexpired term through October 31, 2023. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Municipal Code Enforcement Board TERM: 3 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Whenever possible, this Board shall include an architect, engineer, businessperson, general contractor, sub-contractor & a realtor MEMBERS: 7 CHAIR: Nicole Bray MEETING DATES: 4th Wed., 1:30 p.m. Nov. and Dec. - TBA APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Lina Teixeira - 522 Cleveland St., 33755 - Artist/Business Owner Original Appointment: 11/05/20 (was serving 1st term to expire 10/31/23) THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1. Charles Engel - 2100 South Prospect Ave., #603, 33756 - Retired Engineer 2. James Staskiel - 1013 Eldorado Ave., 33767 - Retired Attorney 3. Nancy Wolff-Diaz - 1525 Pinewood St., 33755 - Retired Federal Employee/Passport Office Zip codes of current members: 1 at 33755; 1 at 33756; 1 at 33763; 2 at 33767; 1 at 33761 Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0911 Current Categories: 1 Business Owner 1 Civil Engineer 1 Production/Tour Manager 1 Real Estate Consultant 1 Real Estate Investor 1 Self Employed At the August 29 work session, there was council consensus to appoint Charles Engel. Staff was directed to place the item on the Consent Agenda. Page 2 City of Clearwater Printed on 8/31/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD# 9610-22 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve the request from Aurora Civil Engineering, Inc., on behalf of Ferman of Countryside, LLC, the owner of property addressed 24825 US Highway 19 North, Clearwater to vacate the platted Drainage Easement (Stormwater Pond), the platted 10-Foot-Wide and 20-foot wide Drainage Easement, and a portion of the 10-foot wide platted Utility Easement (up to the south property line), located on Lot 1, Ken Marks Ford First Add, according to the map or plat thereof as recorded in Plat Book 105, Page 100, of the Public Records of Pinellas County, Florida, and pass Ordinance 9610-22 on first reading. SUMMARY: The property owner at 24825 US Highway 19 North, Clearwater, has requested that the City vacate the platted Drainage Easement (Stormwater Pond that City maintained), the platted 10-foot wide and the 20-foot wide Drainage Easement, and a portion of the 10-Foot-Wide platted Utility Easement (up to the south property line). The purpose of this vacation is to allow for construction of a new service building and to release the City from its maintenance obligations of the privately owned stormwater pond. A new stormwater pond will be maintained by Ferman of Countryside, LLC. There are no city utilities that will be affected by the proposed easements to be vacated. All private utility companies have no objection to the vacation. City staff have reviewed this vacation and have no objection. Page 1 City of Clearwater Printed on 8/31/2022 1 Ord. No. 9610-22 ORDINANCE NO. 9610-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE PLATTED DRAINAGE EASEMENT (STORMWATER POND) TO CITY OF CLEARWATER, THE PLATTED 10-FOOT-WIDE AND 20-FOOT-WIDE DRAINAGE EASEMENT, AND A PORTION OF THE 10-FOOT-WIDE PLATTED UTILITY EASEMENT (UP TO THE SOUTH PROPERTY LINE), LOCATED ON LOT 1, KEN MARKS FORD FIRST ADD, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 105, PAGE 100, 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 drainage and utility easements; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said drainage and utility easements are 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: Drainage and utility easements described as follows: See Exhibits “A”, “B”, and “C” are hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto, contingent upon, and subject to, the following conditions precedent: 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. 9610-22 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 EXHIBIT A BOUNDARY - TOPOGRAPHIC - CONSTRUCTION STAKEOUT NO. 21095 REVISIONSSKETCH & LEGAL BK. / PG. SURVEY DATE FIELD CREW PROJECT NO. SCALE DRAWN DRAWING# CHECKED/QC DATE BY SURVEYOR'S CERTIFICATE DESCRIPTIONDATE KYLE McCLUNG DESCRIPTION NVN 6/6/22 KKM A PORTION OF THE NORTHWEST 1/4 OF THE NORTHWEST 1/4 OF SECTION 5, TOWNSHIP 29 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE NORTHWEST CORNER OF SAID SECTION 5, THENCE S89°46'15'E. ALONG THE NORTH BOUNDARY OF SAID SECTION, A DISTANCE OF 397.86 FEET TO THE POINT OF BEGINNING; THENCE CONTINUE S89°46'15"E, A DISTANCE OF 28.28 FEET; THENCE S44°46'15"E, A DISTANCE OF 54.97 FEET; THENCE S89°46'15"E, A DISTANCE OF 319.07 FEET; THENCE S00°13'45"W; A DISTANCE OF 10.00 FEET; THENCE N89°46'15"W, A DISTANCE OF 319.07 FEET; THENCE S00°13'45"W, A DISTANCE OF 202.13 FEET; THENCE N89°46'15"W, A DISTANCE OF 20.00 FEET; THENCE N00°13'45"E, A DISTANCE OF 203.85 FEET; THENCE N44°46'15"W, A DISTANCE OF 66.69 FEET TO THE POINT OF BEGINNING. EXHIBIT B POC NW CORNER SEC 5-29-16 POB NORTH BOUNDARY LINE SECTION 5-29-16 BOUNDARY - TOPOGRAPHIC - CONSTRUCTION STAKEOUT NO. 21095 REVISIONSSKETCH & LEGAL BK. / PG. SURVEY DATE FIELD CREW PROJECT NO. SCALE DRAWN DRAWING# CHECKED/QC DATE BYDESCRIPTIONDATE DESCRIPTION NVN 6/6/22 KKM SCALE 1":130' BOUNDARY - TOPOGRAPHIC - CONSTRUCTION STAKEOUT NO. 21095 REVISIONSSKETCH & LEGAL BK. / PG. SURVEY DATE FIELD CREW PROJECT NO. SCALE DRAWN DRAWING# CHECKED/QC DATE BY SURVEYOR'S CERTIFICATE DESCRIPTIONDATE KYLE McCLUNG DESCRIPTION NVN 6/6/22 KKM EXISTING UTILITY EASEMENT TO BE VACATED: A PORTION OF THE NORTHWEST 1/4 OF THE NORTHWEST 1/4 OF SECTION 5, TOWNSHIP 29 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE NORTHWEST CORNER OF SAID SECTION 5; THENCE S89°46'15"E, ALONG THE NORTH BOUNDARY OF SAID SECTION 5, A DISTANCE OF 690.00 FEET; THENCE S00°13'45"W, A DISTANCE OF 10.00 FEET TO THE POINT OF BEGINNING; THENCE S00°13'45"W, A DISTANCE OF 207.93 FEET; THENCE S44°46'15"E, A DISTANCE OF 66.46 FEET; THENCE N89°46'41"W, A DISTANCE OF 14.14 FEET; THENCE N44°46'15"W, A DISTANCE OF 60.61 FEET; THENCE N00°13'45"E, A DISTANCE OF 212.07 FEET; THENCE S89°46'15"E, A DISTANCE OF 10.00 FEET TO THE POINT OF BEGINNING. EXHIBIT C POC NW CORNER SEC 5-29-16 POB NORTH BOUNDARY LINE SECTION 5-29-16 BOUNDARY - TOPOGRAPHIC - CONSTRUCTION STAKEOUT NO. 21095 REVISIONSSKETCH & LEGAL BK. / PG. SURVEY DATE FIELD CREW PROJECT NO. SCALE DRAWN DRAWING# CHECKED/QC DATE BYDESCRIPTIONDATE DESCRIPTION NVN 6/6/22 KKM SCALE 1":150' Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9570-22 2nd rdg Agenda Date: 9/1/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9570-22 on second reading, amending Code of Ordinances, Appendix A - Schedule of Fees, Rates and Charges, Article XXIV Public Works - Fees , Rates and Charges; Section 2 Connection Charges, Fees and Taps on Mains; Section 3 Rates; Section 3A Water Rates; Section 3B Wastewater Collection Utility Rates; Section 3F Reclaimed Water Rates. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/31/2022 1 ORDINANCE NO. 9570-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CODE OF ORDINANCES, APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV PUBLIC WORKS – FEES, RATES AND CHARGES; SECTION 2 CONNECTION CHARGES, FEES AND TAPS ON MAINS; SECTION 3 RATES; SECTION 3A WATER RATES; SECTION 3B WASTEWATER COLLECTION UTILITY RATES; SECTION 3F RECLAIMED WATER RATES; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Appendix A, Article XXIV sets forth the schedule of fees, rates, and charges to be paid by customers of the City’s water, wastewater collection, and reclaimed water systems; WHEREAS, in June 2022, Stantec Consulting Services, Inc. completed a Water and Sewer Revenue Sufficiency Analysis (“Study”), which evaluated the sufficiency of the revenues provided by existing water, wastewater collection, and reclaimed water rates; WHEREAS, the Study recommends an increase to domestic water, lawn water, wastewater collection, and reclaimed water rates. The increases are necessary to provide adequate revenue to fund utility cost requirements, effects of demand growth, increased purchased water costs, increased cost of operations, and renewal and replacement requirements over the next five (5) fiscal years; WHEREAS, the Study recommends a three (3) percent increase per year to be effective on October 1, 2022, October 1, 2023, October 1, 2024, October 1, 2025, and October 1, 2026; WHEREAS, the Public Utilities Department conducted an internal review and recommends increases to fees and charges related to water meter connection charges, taps on water mains, backflow prevention device installations, and fire lines installation charges. These increases are needed to bring these fees and charges in accordance with actual costs of providing these services; WHEREAS, the City Council determines that the adoption of this Ordinance to be in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, THAT: Section 1: Appendix A, Article XXIV, Section 2, Code of Ordinances, is amended as follows: 2 APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES ***** XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (2) Connection charges, fees and taps on mains. The following charges and fees shall be payable to the city upon application and prior to the work being completed: (a) Water meter connection charges and fees for taps on water mains, backflow prevention device installations, and fire taps on water mains; fire hydrant installation charges: Subject Amount Water Meter Connection Charges Size (Inches) October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Less than 1″ meter with ¾″ service line $318.39 $430.04 $545.04 $663.48 $785.48 1″ meter with 1″ service line 413.53 525.31 640.44 759.03 881.18 1½″ meter with 1½″ service line 930.57 1,193.80 1,464.93 1,744.19 2,031.83 2″ meter with 2″ service line 1,198.15 1,469.19 1,748.37 2,035.92 2,332.10 3″ meter on 6″ main (4″ tap) 4,252.53 4,553.84 4,864.18 5,183.84 5,513.08 3″ meter on 8″ main (4″ tap) 4,256.69 4,557.12 4,866.57 5,185.31 5,513.60 3″ meter on 10″ main (4″ tap) 4,227.66 4,534.24 4,850.02 5,175.28 5,510.30 3″ meter on 12″ main (4″ tap) 4,252.54 4,553.85 4,864.20 5,183.86 5,513.11 3″ meter on 16″ main (4″ tap) 4,306.49 4,596.42 4,895.05 5,202.63 5,519.45 3″ meter on 20″ main (4″ tap) 4,318.94 4,606.24 4,902.16 5,206.96 5,520.91 4″ meter on 6″ main 4,992.20 5,442.52 5,906.34 6,384.08 6,876.15 4″ meter on 8″ main 5,060.46 5,581.08 6,117.33 6,669.66 7,238.56 4″ meter on 10″ main 5,031.41 5,558.16 6,100.72 6,659.55 7,235.15 4″ meter on 12″ main 5,063.70 5,592.82 6,137.80 6,699.14 7,277.31 4″ meter on 16″ main 5,210.45 5,834.06 6,476.37 7,137.96 7,819.40 4″ meter on 20″ main 5,231.99 5,852.04 6,490.68 7,148.49 7,826.04 6″ meter on 6″ main 5,841.42 6,914.09 8,018.94 9,156.93 10,329.06 Less than 1″ meter with ¾″ service line .....$210.00 1″ meter with 1″ service line .....305.00 1½″ meter with 1½″ service line .....675.00 3 2″ meter with 2″ service line .....935.00 3″ meter on 6″ main (4″ tap) .....3,960.00 3″ meter on 8″ main (4″ tap) .....3,965.00 3″ meter on 10″ main (4″ tap) .....3,930.00 3″ meter on 12″ main (4″ tap) .....3,960.00 3″ meter on 16″ main (4″ tap) .....4,025.00 3″ meter on 20″ main (4″ tap) .....4,040.00 4″ meter on 6″ main .....4,555.00 4″ meter on 8″ main .....4,555.00 4″ meter on 10″ main .....4,520.00 4″ meter on 12″ main .....4,550.00 4″ meter on 16″ main .....4,605.00 4″ meter on 20″ main .....4,630.00 6″ meter on 6″ main .....4,800.00 Larger meters and taps shall be charged at cost. All charges for services, pipe and meters outside the city limits shall be 25 percent additional. Taps on Water Mains Size (Inches) October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 2″ tap on 2″ main $437.12 $614.41 $797.02 $985.10 $1,178.83 2″ tap on 4″ main 417.50 569.42 725.90 887.07 1,053.08 2″ tap on 6″ main 429.09 582.65 740.82 903.74 1,071.54 2″ tap on 8″ main 481.87 684.65 893.52 1,108.65 1,330.23 2″ tap on 10″ main 473.88 663.27 858.35 1,059.28 1,266.23 2″ tap on 12″ main 478.03 666.55 860.72 1,060.72 1,266.72 2″ tap on 16″ main 488.84 683.34 883.67 1,090.02 1,302.56 2″ tap on 20″ main 502.93 701.66 906.34 1,117.16 1,334.31 4″ tap on 4″ main 1,483.27 1,811.08 2,148.73 2,496.51 2,854.73 4″ tap on 6″ main 1,496.78 1,833.36 2,180.04 2,537.13 2,904.92 4″ tap on 8″ main 1,520.72 1,876.80 2,243.57 2,621.35 3,010.45 4″ tap on 10″ main 1,525.58 1,881.52 2,248.14 2,625.76 3,014.71 4″ tap on 12″ main 1,534.69 1,894.88 2,265.87 2,647.99 3,041.57 4″ tap on 16″ main 1,552.15 1,925.17 2,309.38 2,705.11 3,112.71 4″ tap on 20″ main 1,566.55 1,944.10 2,332.98 2,733.53 3,146.08 6″ tap on 6″ main 1,639.19 2,029.76 2,432.04 2,846.39 3,273.17 6″ tap on 8″ main 1,645.33 2,037.07 2,440.56 2,856.15 3,284.21 6″ tap on 10″ main 1,663.86 2,069.54 2,487.39 2,917.77 3,361.07 6″ tap on 12″ main 1,673.88 2,079.58 2,497.46 2,927.86 3,371.18 4 6″ tap on 16″ main 1,726.36 2,144.90 2,576.01 3,020.04 3,477.40 6″ tap on 20″ main 1,758.79 2,179.85 2,613.54 3,060.23 3,520.33 8″ tap on 8″ main 1,901.52 2,366.59 2,845.60 3,338.99 3,847.18 8″ tap on 10″ main 1,936.96 2,428.22 2,934.23 3,455.41 3,992.23 8″ tap on 12″ main 2,003.15 2,490.50 2,992.47 3,509.49 4,042.03 8″ tap on 16″ main 2,025.60 2,525.77 3,040.95 3,571.58 4,118.13 8″ tap on 20″ main 2,057.26 2,569.45 3,096.99 3,640.37 4,200.04 12″ tap on 12″ main 2,930.00 3,666.45 4,424.99 5,206.28 6,011.02 12″ tap on 16″ main 3,032.18 3,863.58 4,719.92 5,601.95 6,510.44 12″ tap on 20″ main 3,072.47 3,919.62 4,792.18 5,690.92 6,616.63 2″ tap on 2″ main .....265.00 2″ tap on 4″ main .....270.00 2″ tap on 6″ main .....280.00 2″ tap on 8″ main .....285.00 2″ tap on 10″ main .....290.00 2″ tap on 12″ main .....295.00 2″ tap on 16″ main .....300.00 2″ tap on 20″ main .....310.00 4″ tap on 4″ main .....1,165.00 4″ tap on 6″ main .....1,170.00 4″ tap on 8″ main .....1,175.00 4″ tap on 10″ main .....1,180.00 4″ tap on 12″ main .....1,185.00 4″ tap on 16″ main .....1,190.00 4″ tap on 20″ main .....1,200.00 6″ tap on 6″ main .....1,260.00 6″ tap on 8″ main .....1,265.00 6″ tap on 10″ main .....1,270.00 6″ tap on 12″ main .....1,280.00 6″ tap on 16″ main .....1,320.00 6″ tap on 20″ main .....1,350.00 8″ tap on 8″ main .....1,450.00 8″ tap on 10″ main .....1,460.00 8″ tap on 12″ main .....1,530.00 8″ tap on 16″ main .....1,540.00 8″ tap on 20″ main .....1,560.00 12″ tap on 12″ main .....2,215.00 12″ tap on 16″ main .....2,225.00 12″ tap on 20″ main .....2,250.00 All charges for services, pipe and meters outside the city limits shall be 25 percent additional. 5 Backflow Prevention Device Installation Charges for furnishing and installing reduced-pressure (RP) or double- check (DC) backflow prevention devices, when required by city ordinance, are as follows: Reduced-pressure (RP) backflow prevention devices Size (Inches) October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 ¾ $219.57 $270.64 $323.23 $377.40 $433.20 1 260.82 328.62 398.46 470.38 544.47 1½ 381.76 404.17 427.26 451.04 475.53 2 441.14 462.91 485.33 508.43 532.21 3 1,653.36 1,770.12 1,890.39 2,014.26 2,141.85 4 2,106.84 2,252.93 2,403.40 2,558.39 2,718.03 6 3,208.45 3,304.70 3,403.84 3,505.96 3,611.14 8 (Time & Materials) (Time & Materials) (Time & Materials) (Time & Materials) (Time & Materials) Double-check (DC) backflow prevention devices Size (Inches) October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 ¾ $184.62 $230.58 $277.92 $326.68 $376.90 ¾ (below ground, in box required with lawn meter) 333.54 347.48 361.84 376.63 391.86 1 237.58 302.04 368.43 436.82 507.26 1 (below ground, in box required with lawn meter) 365.97 397.88 430.74 464.58 499.45 1½ 383.84 403.25 423.24 443.83 465.03 2 405.29 426.20 447.73 469.90 492.74 3 1,334.50 1,421.54 1,511.18 1,603.52 1,698.62 4 1,639.95 1,691.39 1,744.38 1,798.96 1,855.17 6 2,904.60 2,991.74 3,081.49 3,173.93 3,269.15 8 (Time & Materials) (Time & Materials) (Time & Materials) (Time & Materials) (Time & Materials) 6 Size (inches) Single DC Single RP ¾ $140.00 $170.00 ¾ (below ground, in box required with lawn meter) 320.00 N/A 1 175.00 195.00 1 (below ground, in box required with lawn meter) 335.00 N/A 1½ 365.00 360.00 2 385.00 420.00 3 1,250.00 1,540.00 4 1,590.00 1,965.00 6 2,820.00 3,115.00 8 (Time & Materials) (Time & Materials) Standard installation is above ground. Additional Fees for Detector Check and Double Detector Check Installation on Fire Lines, exclusive of any required tap and charge for such tap Size (Inches) October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 1.25” Residential Fire Service D.C $823.41 $971.11 $1,123.25 $1,279.96 $1,441.36 2″ single detector check with ⅝″ bypass meter 1,324.85 1,829.40 2,349.08 2,884.36 3,435.69 4″ double detector check with ⅝″ bypass meter 2,172.87 2,747.47 3,339.31 3,948.91 4,576.80 6″ double detector check with ⅝″ bypass meter 3,344.47 4,075.22 4,827.89 5,603.15 6,401.66 8″ double detector check with ⅝″ bypass meter 4,410.71 5,431.15 6,482.20 7,564.78 8,679.84 1″ Residential Fire Service DC (includes 1″ Residential Fire Service Meter and Tap)$680.00 2″ single detector check with ⅝″ bypass meter835.00 4″ double detector check with ⅝″ bypass meter1,615.00 6″ double detector check with ⅝″ bypass meter2,635.00 8″ double detector check with ⅝″ bypass meter3,420.00 Detector check installations not included in above table will be charged to customers on a time and materials basis. 7 All charges for services, pipe and meters outside the city limits shall be 25 percent additional. ***** Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 2: Appendix A, Article XXIV, Section 3, Code of Ordinances, is amended as follows: XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (3) Rates: (a) Water rates. Water rates for all water furnished by the city shall be as follows: 1. Domestic water rates shall be a monthly fee as provided in the table below based on the meter size and volume allowance, with an additional charge per 1,000 gallons of water consumed over the allowance per the table below. Such rates will take effect for bills issued on or after the dates shown in the following table, and shall remain in effect thereafter unless amended: Meter Size October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Under 1-inch: Base service charge with allowance up to 3,000 gallons $25.80 $26.58 $27.39 $28.20 $29.04 Plus, from 3,001 to 9,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 9,001 gallons up, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 1-inch: Base service charge with allowance up to 7,000 gallons $60.20 $62.02 $63.91 $65.80 $67.76 Plus, from 7,001 to 40,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 40,001 gallons up, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 1½-inch: 8 Base service charge with allowance up to 100,000 gallons $860.00 $886.00 $913.00 $940.00 $968.00 Plus, from 100,001 to 140,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 140,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 2-inch: Base service charge with allowance up to 233,000 gallons $2,003.80 $2,064.38 $2,127.29 $2,190.20 $2,255.44 Plus, from 233,001 to 343,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 343,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 3-inch or 2-inch in manifold: Base service charge with allowance up to 359,000 gallons $3,087.40 $3,180.74 $3,277.67 $3,374.60 $3,475.12 Plus, from 359,001 to 474,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 474,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 4-inch: Base service charge with allowance up to 691,000 gallons $5,942.60 $6,122.26 $6,308.83 $6,495.40 $6,688.88 Plus, from 691,001 to 979,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 979,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 6-inch: Base service charge with allowance up to 1,775,000 gallons $15,265.00 $15,726.50 $16,205.75 $16,685.00 $17,182.00 Plus, from 1,775,001 to 2,025,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 Plus, from 2,025,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 8-inch: Base service charge with allowance up to 3,000,000 gallons $25,800.00 $26,580.00 $27,390.00 $28,200.00 $29,040.00 Plus, from 3,000,001 to 3,413,000 gallons, per 1,000 gallons 10.46 10.78 11.10 11.44 11.78 9 Plus, from 3,413,001 gallons, per 1,000 gallons 13.18 13.58 13.99 14.41 14.84 Meter Size October 1, 2017 October 1, 2018 October 1, 2019 October 1, 2020 October 1, 2021 Under 1-inch: Base service charge with allowance up to 3,000 gallons $21.42 $22.29 $23.16 $24.09 $25.05 Plus, from 3,001 to 9,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 9,001 gallons up, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 1-inch: Base service charge with allowance up to 7,000 gallons 49.98 52.01 54.04 56.21 58.45 Plus, from 7,001 to 40,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 40,001 gallons up, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 1½-inch: Base service charge with allowance up to 100,000 gallons 714.00 743.00 772.00 803.00 835.00 Plus, from 100,001 to 140,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 140,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 2-inch: Base service charge with allowance up to 233,000 gallons 1,663.62 1,731.19 1,798.76 1,870.99 1,945.55 Plus, from 233,001 to 343,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 343,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 3-inch or 2-inch in manifold: Base service charge with allowance up to 359,000 gallons 2,563.26 2,667.37 2,771.48 2,882.77 2,997.65 Plus, from 359,001 to 474,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 474,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 4-inch: Base service charge with allowance up to 691,000 gallons 4,933.74 5,134.13 5,334.52 5,548.73 5,769.85 10 Plus, from 691,001 to 979,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 979,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 6-inch: Base service charge with allowance up to 1,775,000 gallons 12,673.50 13,188.25 13,703.00 14,253.25 14,821.25 Plus, from 1,775,001 to 2,025,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 2,025,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 8-inch: Base service charge with allowance up to 3,000,000 gallons 21,420.00 22,290.00 23,160.00 24,090.00 25,050.00 Plus, from 3,000,001 to 3,413,000 gallons, per 1,000 gallons 8.68 9.03 9.39 9.76 10.16 Plus, from 3,413,001 gallons, per 1,000 gallons 10.94 11.38 11.84 12.31 12.80 2. Lawn water meters. Lawn water rates shall be as follows and will take effect for bills issued on or after the dates specified: Lawn meter size October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Under 1-inch: Base service, with no usage allowance $9.21 $9.48 $9.77 $10.06 $10.36 Plus, up to 2,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 2,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 1-inch: Base service charge, with no usage allowance $27.62 $28.45 $29.31 $30.19 $31.09 Plus, up to 7,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 7,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 1½-inch: Base service charge, with no usage allowance $138.23 $142.37 $146.64 $151.04 $155.57 Plus, up to 9,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 11 Plus, from 9,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 2-inch: Base service charge, with no usage allowance $387.05 $398.67 $410.62 $422.94 $435.63 Plus, up to 40,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 40,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 3-inch or two 2-inch in manifold: Base service charge, with no usage allowance $764.86 $787.80 $811.44 $835.78 $860.85 Plus, up to 100,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 100,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 4-inch: Base service charge, with no usage allowance $1,474.45 $1,518.68 $1,564.24 $1,611.17 $1,659.50 Plus, up to 233,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 233,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 6-inch: Base service charge, with no usage allowance $4,450.98 $4,584.51 $4,722.04 $4,863.71 $5,009.62 Plus, up to 359,000 gallons, per 1,000 gallons 11.21 11.54 11.89 12.25 12.61 Plus, from 359,001 gallons, per 1,000 gallons 15.44 15.90 16.38 16.87 17.38 Lawn meter size October 1, 2017 October 1, 2018 October 1, 2019 October 1, 2020 October 1, 2021 Under 1-inch: Base service, with no usage allowance $7.64 $7.94 $8.26 $8.59 $8.94 Plus, up to 2,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 2,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 1-inch: Base service charge, with no usage allowance 22.93 23.85 24.80 25.79 26.82 Plus, up to 7,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 7,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 1½-inch: 12 Base service charge, with no usage allowance 114.72 119.31 124.08 129.04 134.20 Plus, up to 9,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 9,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 2-inch: Base service charge, with no usage allowance 321.22 334.06 347.43 361.32 375.78 Plus, up to 40,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 40,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 3-inch or two 2-inch in manifold: Base service charge, with no usage allowance 634.76 660.15 686.56 714.02 742.58 Plus, up to 100,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 100,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 4-inch: Base service charge, with no usage allowance 1,223.65 1,272.60 1,323.50 1,376.44 1,431.50 Plus, up to 233,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 233,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 6-inch: Base service charge, with no usage allowance 3,693.90 3,841.65 3,995.32 4,155.13 4,321.34 Plus, up to 359,000 gallons, per 1,000 gallons 9.30 9.67 10.06 10.46 10.88 Plus, from 359,001 gallons, per 1,000 gallons 12.81 13.33 13.86 14.41 14.99 ***** (b) Wastewater collection utility rates. 1. There is hereby established a uniform schedule of rates and charges for the availability of use of the wastewater collection system. The wastewater collection utility rate shall be a monthly fee, as provided in the table below, based on the meter size and volume allowance of domestic water, with an additional charge per 1,000 gallons of water consumed over the allowance per the table below. Such rates shall take effect for bills issued on or after the dates as shown in the following table, and shall remain in effect thereafter unless amended: 13 Base Monthly Charge With or Without Consumption Size of Meter October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Allowance (gallons) Under 1-inch $35.55 $36.60 $37.71 $38.85 $39.99 3,000 or less 1-inch 82.95 85.40 87.99 90.65 93.31 7,000 or less 1½-inch 1,185.00 1,220.00 1,257.00 1,295.00 1,333.00 100,000 or less 2-inch 2,761.05 2,842.60 2,928.81 3,017.35 3,105.89 233,000 or less 3-inch or two 2- inch manifold 4,254.15 4,379.80 4,512.63 4,649.05 4,785.47 359,000 or less 4-inch 8,188.35 8,430.20 8,685.87 8,948.45 9,211.03 691,000 or less 6-inch 21,033.75 21,655.00 22,311.75 22,986.25 23,660.75 1,775,000 or less 8-inch 35,550.00 36,600.00 37,710.00 38,850.00 39,990.00 3,000,000 or less Charge per 1,000 gallons of water used over the allowance 11.85 12.20 12.57 12.95 13.33 Size of Meter October 1, 2017 October 1, 2018 October 1, 2019 October 1, 2020 October 1, 2021 Allowance (gallons) Under 1-inch $29.49 $30.66 $31.89 $33.18 $34.50 3,000 or less 1-inch 68.81 71.54 74.41 77.42 80.50 7,000 or less 1½-inch 983.00 1,022.00 1,063.00 1,106.00 1,150.00 100,000 or less 2-inch 2,290.39 2,381.26 2,476.79 2,576.98 2,679.50 233,000 or less 3-inch or two 2- inch manifold 3,528.97 3,668.98 3,816.17 3,970.54 4,128.50 359,000 or less 4-inch 6,792.53 7,062.02 7,345.33 7,642.46 7,946.50 691,000 or less 6-inch 17,448.25 18,140.50 18,868.25 19,631.50 20,412.50 1,775,000 or less 8-inch 29,490.00 30,660.00 31,890.00 33,180.00 34,500.00 3,000,000 or less Charge per 1,000 gallons of water 9.83 10.22 10.63 11.06 11.50 14 used over the allowance ***** Section 3: Appendix A, Article XXIV, Section 3, Code of Ordinances, is amended as follows: XXIV. PUBLIC WORKS — FEES, RATES AND CHARGES ***** (f) Reclaimed water rates. There is hereby established a uniform schedule of rates and charges for the use or availability of use of the reclaimed water system. The reclaimed water rate shall be a monthly fee consisting of an availability charge as the basic allowance in the following table, plus a charge per 1,000 gallons of reclaimed water consumed as indicated. Such rates shall take effect for bills issued on or after dates as shown in the following table, and shall remain in effect thereafter unless amended: October 1, 2022 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Single-family, duplex or triplex (per domestic water account), commercial/industrial or multi-family dwelling and open space Availability charge $17.71 $18.24 $18.78 $19.35 $19.93 Usage—Metered per 1,000 gallons used 1.47 1.52 1.56 1.61 1.66 October 1, 2017 October 1, 2018 October 1, 2019 October 1, 2020 October 1, 2021 Single-family, duplex or triplex (per domestic water account), commercial/industrial or multi-family dwelling and open space Availability charge $14.69 $15.28 $15.89 $16.53 $17.19 Usage—Metered per 1,000 gallons used 1.22 1.27 1.32 1.37 1.43 Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. 15 Section 4: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. Section 5: This Ordinance shall become effective immediately upon adoption by City Council. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED ____________________________ Frank Hibbard Mayor Approved as to form: Attest: _________________________ ____________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk City of Clearwater, FL FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis – Final Report July 25, 2022 July 25, 2022 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis – Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis (Study) that we completed for the City of Clearwater, Florida (City) and its Water and Sewer Department. We appreciate the fine assistance provided by you and each of the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or email me at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Managing Consultant 777 S. Harbour Island Blvd., Suite 600 Tampa, Florida 33602 (813) 269-6010 leticia.doohaluk@stantec.com Enclosure City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 1 TABLE OF CONTENTS Introduction ........................................................................................................... 2 Background ................................................................................................................................. 2 Objectives ................................................................................................................................... 2 Revenue Sufficiency Analysis ............................................................................. 4 Source Data & Assumptions ....................................................................................................... 4 2.1.1 Beginning Fund Balances .................................................................................................... 4 2.1.2 Revenues ............................................................................................................................. 4 2.1.3 Operating Expenditures ....................................................................................................... 4 2.1.4 Payment in Lieu of Taxes (PILOT) ...................................................................................... 5 2.1.5 Renewal & Replacement (R&R) Contributions .................................................................... 5 2.1.6 Capital Improvement Program (CIP) ................................................................................... 5 2.1.7 Cost Escalation .................................................................................................................... 6 2.1.8 Interest Earnings .................................................................................................................. 6 2.1.9 Price Elasticity...................................................................................................................... 6 2.1.10 Total Demand and Purchased Water Expenses ................................................................ 6 2.1.11 Customer Growth & Volume Forecast ................................................................................ 7 2.1.12 Minimum Operating Reserve Policy ................................................................................... 8 2.1.13 Future Borrowing & Capital Funding ................................................................................... 8 2.1.14 Debt Service and Coverage ................................................................................................ 9 Conclusions and Recomendations ............................................................................................. 9 2.2.1 Local & National Water & Sewer Cost Trends ................................................................... 11 Water & Sewer Rate Survey ............................................................................... 13 Appendix: Supporting Financial Schedules ............................................................. 15 1. Introduction City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 2 INTRODUCTION Stantec Consulting (Stantec) has conducted the FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis (RSA) for the City of Clearwater’s Water and Sewer Enterprise Fund (Utility or Fund). This report describes the objectives, data, and assumptions, as well as the conclusions and recommendations of the RSA. BACKGROUND In recent years, many challenges have affected the financial performance of the Utility. Pinellas County, the City of Clearwater’s (City) wholesale water provider, has continued to increase its wholesale rates. Aging infrastructure continues to drive the need for additional renewal and replacement projects within the Utility’s capital improvement plan. Moreover, continued conservation awareness has caused many of the Utility’s customers to reduce the quantity of water they are using. The City regularly retains Stantec to evaluate the sufficiency of the revenues provided by the City’s water, sewer and reclaimed water rates to meet both the current and projected cost requirement of the Utility. Stantec has been working with the City of Clearwater for since 2003, and, most recently, completed Revenue Sufficiency Analyses (RSA) updates in 20171, 20192, and 20213. Historically, City Council has approved a 5-year plan of annual rate adjustments for its Water and Sewer Utility, the last of which expired with the 4.0% rate adjustment effective October 1, 2021 (FY 2022). Given recent inflationary pressure in the general economy, combined with the expiration of the last 5-year rate plan, the City again retained Stantec in the Spring of 2021, to evaluate the adequacy of the revenue provided by its current Utility rates to meet its financial requirements over a ten-year projection period. OBJECTIVES The principal objectives of this Study were as follows: Revenue Sufficiency Analysis – To evaluate the sufficiency of current water, sewer, and reclaimed water rate revenues to generate the level of revenues necessary to satisfy the Utility’s projected operating cost requirements through FY 2032, including 1) operating expenses, 2) capital improvement program (CIP) costs, 3) adequate operating reserves, 4) sufficient debt service 1 Final Report dated September 29, 2017. 2 Final Report dated September 10, 2019 3 Final Report dated July 30, 2021 1. Introduction City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 3 coverage levels; and, develop a plan of future rate revenue adjustments that will satisfy these projected requirements during each year of the projection. Conduct a Residential Water & Sewer Fee Survey – To compare the City’s typical monthly water and sewer bill for a typical single-family residential customer to those of other single-family customers in the City’s surrounding geographic area. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 4 REVENUE SUFFICIENCY ANALYSIS This section presents the financial management plan developed and described herein, which includes the source data and assumptions, as well as conclusions and recommendations of the RSA. The Appendix includes detailed supporting schedules for the financial management plan. SOURCE DATA & ASSUMPTIONS The following presents the key source data and assumptions relied upon in conducting the RSA. 2.1.1 Beginning Fund Balances The FY 2021 Comprehensive Annual Financial Report Statement of Net Position and supporting trial balance schedules provided by City staff were used to establish FY 2022 beginning balances, as of October 1, 2021. It is important to note that funds reserved or encumbered for specific capital projects were included in the beginning fund balances and the associated capital project costs were also included in the capital improvement program. 2.1.2 Revenues Revenues consist of rate revenue, other operating revenues (such as service taps, pre-treatment charges, late payments and other miscellaneous charges) impact fees and interest income. Rate revenues for each service type (Water, Sewer, and Reclaimed Water) are based upon FY 2021 actual results, adjusted for projected growth in FY 2022 and the 4.0% rate increase that was effective on October 1, 2021. Beyond FY 2022, rate revenues are adjusted annually based upon assumed annual changes in accounts, changes in billed volumes, as well as recommended annual rate increases shown in the results section of this report. The FY 2022 Budget serves as the basis for all other revenues, except for interest income (which is calculated annually based upon projected average annual fund balances and assumed interest rates discussed in more detail in Section 2.1.8 of this report) and revenues from impact fees (which are calculated based upon assumed new accounts and the current impact fees). All details of projected revenues to the Utility are presented in Schedule 3 of the Appendix. 2.1.3 Operating Expenditures The Utility’s operating expenditures include all operating and maintenance (O&M) expenses, transfers (including payment in lieu of taxes and contributions to renewal and replacement), debt service requirements and minor capital outlay. The RSA based operating expenditure projections on the individual expense categories and expense amounts contained in the FY 2022 Budget. Starting in FY 2023, each expense line item is annually adjusted based upon assumed cost escalation factors 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 5 discussed in Section 2.1.7 of this report, which were validated with City staff. Furthermore, based on the evaluation of historical O&M budget execution and discussion with City staff, the analysis includes an assumption of 98% execution of O&M expenses. Existing annual debt service expenses reflect schedules for each outstanding issuance of the Utility. Future / projected annual debt service costs are presented in Schedules 4 and 11 of the Appendix. The complete list of all future O&M costs is presented in Schedule 4 of the Appendix. 2.1.4 Payment in Lieu of Taxes (PILOT) The FY 2022 payment in lieu of taxes reflect the FY 2022 Budget amount as provided by City staff. Starting in FY 2023, the annual calculation of the PILOT to be transferred to the City’s General Fund is based upon 5.5% of the prior year’s audited total operating revenues in each year of the projection period. The total annual PILOT payments, allocated by department, are listed in Schedule 4 of the Appendix. 2.1.5 Renewal & Replacement (R&R) Contributions The Utility’s bond covenant requires annual transfers of 5.0% of the prior year’s operating revenues into a Renewal & Replacement Fund. Based on discussion with City staff, this RSA includes an additional R&R transfer to comply with updated rating agency criteria for funding capital projects with cash, rather than additional borrowing. This additional R&R transfer began in FY 2019 in the amount of $4,000,000 and increases by $1,000,000 in each year of the projection period such that by FY 2025, the additional R&R transfer will equal $10,000,000 and will stay at the $10,000,000 amount through FY 2032. Once transferred into the R&R fund, these deposits become a source of capital restricted to the funding for renewal and replacement of the Utility’s infrastructure. Given the size of renewal & replacement projects included in the Utility’s CIP, these deposits are projected to be used in full by FY 2025. Further details are provided in both Schedule 4 and Schedule 10 of the Appendix. 2.1.6 Capital Improvement Program (CIP) The Capital Improvement Program (CIP) was provided by City staff through FY 2028. FY 2028 CIP provided by City staff did not reflect steady state annual spending. Consequently, beginning in FY 2028, unspecified future capital projects were projected based upon an assumed steady state annual CIP spending and was based on discussion with staff. It is also important to note that starting in FY 2023, the RSA includes an annual cost inflation factor of 3.0% on the CIP project costs to account for the inflation in the future cost of construction. The original CIP as provided by staff included total prior year appropriations as well as FY 2022 funding of approximately $177.6M. Through discussion with staff, assumptions were made regarding the capacity of the City to execute the capital program as provided, given strong labor market conditions and high turnover in project management and engineering positions across the industry in the United States. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 6 It was determined that total amount of capital the City believes it will be able to execute in FY 2022 is approximately $42M. As such, approximately $135M of FY2022 and prior year appropriations are deferred and moved into other years of the projection. Schedule 6 of the Appendix presents these annual amounts under “Plus/Less: CIP Re-distribution from Panel” line. Starting in FY 2023 and continuing through FY 2032, the RSA assumes that only a portion of those deferred projects will be executed such that approximately $21.6M of capital will be spent beyond FY 2032, or outside of the 10-year projection. In total, the CIP (including inflation) from FY 2022 through FY 2032 is approximately $839.3M. A list of projects/cost by year is included in Schedule 6 of the Appendix. 2.1.7 Cost Escalation Annual cost escalation factors for the various types of O&M expenses were discussed with City staff and applied in each year of the projection period beginning in FY 2023. In general, operating expenses are projected to track with overall inflation patterns, and most other cost line items are projected to increase at annual rates of between 3.0% and 10.0%. Moreover, employee pension plan expenditures are calculated as 6.5% of salaries and wages in FY23, 7.75% in FY24, and 8.5% every year thereafter. The weighted average annual O&M expenses increase for the 10-year projection is 3.27%. The specific escalation factors assumed for each type of expense are presented on Schedule 5 of Appendix. 2.1.8 Interest Earnings The projection of interest earnings on invested funds (including funds dedicated for CIP projects) was provided by City staff and reflects an earnings rate of 1% in FY 2022, 2% in FY 2023, and 2.25% in FY 2024 and throughout the remainder of the forecast. Annual interest earnings are presented in Schedule 3 of the Appendix. 2.1.9 Price Elasticity A price elasticity adjustment is incorporated into the analysis to reflect the reverse relationship between rates adjustments and discretionary use. Typically, as rates increase, discretionary water usage by customers will likely decline. As such, to generate sufficient revenue, projected rate increases will have to be adjusted upward to reflect a smaller usage base to which they will be applied, thus causing the projected rate increases to be larger. The price elasticity adjustment reduces all usage revenues by the product of the annual rate increase and the annual assumed price elasticity coefficient. In each year of the projection period the price elasticity coefficient is 0.30, meaning for every 10% increase in rates, there is a resulting 3% reduction in consumption. 2.1.10 Total Demand and Purchased Water Expenses The total projected demand including projected water loss is based upon the billed demand projections described in Section 2.1.11 of this report and is assumed to be approximately 11.9 million gallons per day 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 7 (MGD) in FY 2022. This demand is projected to be met by the City’s water production of 7.12 MGD and purchases from Pinellas County of 4.78 MGD. Annual total billed demands, water purchased, and water produced are presented in Schedule 1 of the Appendix. The City’s CIP as provided by staff and discussed in Section 2.1.6 of this report reflects projects designed to significantly reduce the amount of water purchases from Pinellas County throughout the projection period, consistent with City plans. As such, projected purchase water demands from the County are reduced by approximately 3.0MGD in FY 2028. It is the goal of the City to provide as much of the City’s average daily flow demand locally but maintain reliance upon the County and Regional System for maintenance, peaking demands, and emergency supply. The annual amount of water purchased is multiplied by the projected wholesale water rate of Pinellas County, to determine the purchased water expense in each year of the RSA. Detailed projections of purchased water expenses from Pinellas County are presented in Schedules 1 and 4 of the Appendix. Consistent with Pinellas County’s most recent rate study, available at the time this RSA was being conducted, 1.00% annual rate increases are approved through FY 2023 and are projected to be maintained in each year thereafter through FY 2032. 2.1.11 Customer Growth & Volume Forecast Account Growth The analysis specifically reviewed changes in the number of active accounts by month during the past ten years. Based upon this review, the RSA developed annual forecasts of active accounts for each service type over the next ten years. Schedule 1 of the Appendix includes detailed projections of active accounts for water, irrigation, sewer, and reclaimed water service. Forecast of Billed Demands The analysis of historical billed demands was based upon a review of the Utility’s monthly billing consumption by service and customer class for the past ten years. The results of this analysis concluded that in recent years, a minor increase in accounts has caused a minor increase in demand. Despite overall increase in demand, the trend of declining average usage per account continues. Schedule 1 of the Appendix includes detailed projections of annual billed demands by water, sewer, and reclaimed water system. Reclaimed Water Use Revenue As reclaimed water is made available to more customers and reclaimed water usage increases, the analysis assumes a reduction in the Utility’s potable irrigation customers and demands, as well as a corresponding reduction in the amount of wholesale water that has to be purchased. Furthermore, the analysis includes a reduction in lawn irrigation revenues, as potable irrigation use is replaced by lower priced reclaimed water use. The net effect of these reclaimed water impacts causes projected rate increases to be larger. The customer and demand projections for lawn irrigation and reclaimed water 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 8 service are presented in Schedule 1 of the Appendix and include the impact of the continued expansion/growth of the reclaimed water system. 2.1.12 Minimum Operating Reserve Policy The operating reserve is a balance maintained to meet short-term cash flow requirements as well as minimize the risk associated with meeting the financial obligations and continued operational and capital needs under adverse conditions. The level of reserves maintained by a utility is an important component and consideration of developing a utility system multi-year financial management plan. Many utilities, rating agencies, and the investment community, as a whole, places a significant emphasis on having sufficient reserves available for potentially adverse conditions. The rationale related to the maintenance of adequate reserves is twofold. First, it helps to ensure that a utility will have adequate funds available to meet its financial obligations during unusual periods (i.e. when revenues are unusually low and/or expenditures are unusually high). Second, it provides funds that can be used for emergency repairs or replacements to the system that can occur because of natural disasters or unanticipated system failures. Moreover, reserves are an important financial indicator considered by rating agencies in establishing credit rating for municipal utility systems, thereby impacting the terms and costs of future borrowing requirements. Rating agency guidance as to the level of operating reserve for utility systems tends to be consistent with the level recommended by AWWA and our industry experience. Based upon Stantec’s industry experience, effective utilities often target a minimum operating reserve in the range of 3 – 12 months of annual O&M expenses, depending on other reserve funds and practices, local economic conditions and other financial management policies and procedures. For Clearwater, the RSA reflects a target minimum operating reserve equal to 6 months of O&M expenses. This objective is generally not established as a strict minimum, as many factors could create circumstances under which a utility may elect to allow fund balances below that target for a period of time. In this case, the City will use its funds on hand down to the six months target to reduce borrowing costs, however, minimum balances are maintained at the six months level in every year as presented in Figure 1. 2.1.13 Future Borrowing & Capital Funding To the extent that any new long-term debt is required during the projection period, the RSA assumes it would be issued for a 30-year term at an interest rate of 4.00% and 1.5% cost of issuance. The City’s actual future financing and funding decisions will reflect actual future conditions and broader City-wide Figure 2-1 Projected Annual Operating Reserves 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 9 financing objectives, but the projections in the RSA reflect realistic overall conditions for planning purposes. 2.1.14 Debt Service and Coverage The Utility must maintain annual net revenue (gross revenue minus operating expenses) that is at least 1.15 times greater than the annual debt service requirement (i.e. the annual principal and interest payments) on its outstanding senior-lien debt. This coverage requirement is a minimum bond covenant requirement. To the extent a utility is unable to meet this requirement, it could be found in technical default, which could result in reductions in credit ratings, which would affect the interest rate and terms of future financing initiatives. As a policy decision, well-managed utilities almost always measure revenue sufficiency and set rates based upon higher coverage levels, to ensure compliance with these covenants, in the event future projections of revenue and expenses do not occur as predicted. This practice tends to enhance a utility’s effectiveness over time as it tends to provide funds which can be available to implement programs and capital projects, without the issuance of additional debt. The utility is projected to achieve its coverage requirements each year in the projection period. CONCLUSIONS AND RECOMENDATIONS As previously stated, the revenue sufficiency analysis evaluated the sufficiency of the current water, sewer, and reclaimed water rate revenues to generate the level of revenues necessary to satisfy the Utility’s projected 1) operating expenses, 2) capital improvement costs, 3) adequate operating reserves, and 4) adequate debt service coverage during the 10-year projection. Given the assumptions as described within this report, the results of the RSA are summarized in Figure 2- 2 and illustrates that CIP spending is based on estimates provided by staff and ramps up beyond FY 2027. CIP funding is well balanced with funding from impact fees, renewal & replacement, operating cash, and debt. Furthermore, the RSA projects strong debt service coverages, with the next projected bond issuance taking place in FY 2029, and the maintenance of minimum reserves throughout the 10- year projection period. As such, Stantec concludes that the Fund is projected to generate sufficient revenues by adopting a new 5-year rate plan of 3.00% annual adjustments starting in FY 2023 as presented in Table 2.1. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 10 Figure 2-2 FY 2022 RSA Results Table 2.1 – Proposed Rate Water & Sewer Rate Adjustments *Annual rate adjustments also apply to irrigation and reclaimed water rates. Stantec recommends that the City continue to perform annual or bi-annual updates to the revenue sufficiency analysis to re-evaluate the adequacy of its water, sewer, and reclaimed water rates. Doing so will allow for the incorporation of updated revenue and expense information, as well as changes in economic conditions, customer accounts and usage levels, regulatory requirements, and other factors that can materially affect the results of this revenue sufficiency analysis. This will also ensure that the City’s Utility will continue to meet its financial and operating requirements in the future and minimize rate impacts to customers from future events occurring differently than currently projected. It is important to note that the projections of future conditions underlying this analysis are not intended to be predictions. Applicable to many water, sewer, and reclaimed water utility systems, there are multiple factors beyond the City’s control, such as weather, regulatory changes, national, regional, and local 2021 RSA Annual Rate Adjustments FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 Water* 3.00% 3.00% 3.00% 3.00% 3.00% Sewer 3.00% 3.00% 3.00% 3.00% 3.00% 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 11 economic conditions, the rate of growth in new customers, customer reaction to rate adjustments, operating and capital cost inflation, and changes in the timing and composition of the Utility’s capital improvement program, that will have material impacts on the future financial condition of the City’s utility operations. Further, the projections in this Study rely upon data and guidance provided during the Study, and while the information utilized in this Study is believed to be reliable, detailed independent reviews or auditing of the data were not conducted. As a result, there will usually be differences between forecast and actual results because events and circumstances frequently do not occur as expected, and those differences may be material. While we have no responsibility to update this report for events and circumstances occurring after the date of this report, future management actions must be informed by and adjusted to reflect future results as they occur. These comments are provided to emphasize the importance of active management informed by the actual future results of utility operations by the City. While the planning effort supported by this Study will serve to guide and inform the City in balancing future revenue and spending decisions, it is only through observation of future results that the City will be able to determine the actions required to ensure its financial and operational objectives are met. The Appendix includes detailed schedules presenting all components of the financial management plan developed for the Utility. 2.2.1 Local & National Water & Sewer Cost Trends The recommended annual rate adjustments identified herein are consistent with national trends. As demonstrated in the following graph, the U.S. Consumer Price Index (CPI) Water & Sewerage Maintenance Series, which specifically measures the average national change in the cost of water and wastewater service to households, has risen at an average annual rate of approximately 3.9% during the past ten years and 4.8% during the past fifteen years. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 12 0% 20% 40% 60% 80% 100% 120% 0.0% 1.0% 2.0% 3.0% 4.0% 5.0% 6.0% 7.0% 8.0% 9.0%Cumula�ve IncreaseAnnual IncreaseAnnual Increase CPI Cumula�ve % Increase US CPI -Water & Sewerage Maintenance Series 3. Water & Sewer Rate Survey City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 13 WATER & SEWER RATE SURVEY As part of this RSA, Stantec prepared a comparative residential water and sewer rate survey of the City’s surrounding geographic area. The green and blue bars in Figure 3-1 reflect a monthly water and sewer bill for a single-family residential water and sewer customer using 3,000 gallons (this reflects the most commonly billed usage amount for City of Clearwater customers) per month, calculated with rates in effect on October 1, 2021 (FY 2022). The rates used in the surveys were based upon information available on each utility’s website, provided by its billing department, and/or published in rate ordinances as available on Municode.com. The survey below shows the City’s water and sewer typical monthly bill is in a comparable position to those of surrounding communities. It is important to note that this survey reflects a snapshot in time for FY 2022. With the multitude of financial pressures each utility is currently facing, many of the other monthly bills shown in this survey are likely to change in FY 2023 and beyond. Figure 3-1 FY 2022 Monthly Water & Sewer Residential Bill Survey @ 3,000 Gallons / Month Disclaimer City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 14 Disclaimer This document was produced by Stantec Consulting Services Inc. (“Stantec”) for the City of Clearwater, FL and is based on a specific scope agreed upon by both parties. Stantec’s scope of work and services do not include serving as a “municipal advisor” for purposes of the registration requirements of the Dodd- Frank Wall Street Reform and Consumer Protection Act (2010) or the municipal advisor registration rules issued by the Securities and Exchange Commission. Stantec is not advising the City of Clearwater, FL, or any municipal entity or other person or entity, regarding municipal financial products or the issuance of municipal securities, including advice with respect to the structure, terms, or other similar matters concerning such products or issuances. In preparing this report, Stantec utilized information and data obtained from the City of Clearwater, FL or public and/or industry sources. Stantec has relied on the information and data without independent verification, except only to the extent such verification is expressly described in this document. Any projections of future conditions presented in the document are not intended as predictions, as there may be differences between forecasted and actual results, and those differences may be material. Additionally, the purpose of this document is to summarize Stantec’s analysis and findings related to this project, and it is not intended to address all aspects that may surround the subject area. Therefore, this document may have limitations, assumptions, or reliances on data that are not readily apparent on the face of it. Moreover, the reader should understand that Stantec was called on to provide judgments on a variety of critical factors which are incapable of precise measurement. As such, the use of this document and its findings by the City of Clearwater, FL should only occur after consultation with Stantec, and any use of this document and findings by any other person is done so entirely at their own risk. Appendix: Supporting Financial Schedules City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 15 APPENDIX: SUPPORTING FINANCIAL SCHEDULES Schedule 1 Projected Accounts, Billed Volumes and Other Assumptions Schedule 2 FY 2021 Beginning Balances Schedule 3 Projection of Cash Inflows Schedule 4 Projection of Cash Outflows Schedule 5 Cost Escalation Factors Schedule 6 Capital Improvement Program Schedule 7 FAMS - Control Panel Schedule 8 Forecast of Net Revenues & Debt Service Coverage Schedule 9 Capital Project Funding Summary Schedule 10 Funding Summary by Fund Schedule 11 Long-Term Borrowing Projections Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Projected Rate Increase Adoption Dates 10/1/2021 10/1/2022 10/1/2023 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10/1/2029 10/1/2030 10/1/2031 Annual Account Growth & Billed Volume Projections Water Number of Accounts 34,241 34,351 34,461 34,571 34,681 34,791 34,901 35,011 35,121 35,231 35,341 Annual Growth in Accounts 110 110 110 110 110 110 110 110 110 110 110 Annual % Change in Accounts 0.32%0.32%0.32%0.32%0.32%0.32%0.32%0.32%0.31%0.31%0.31% Monthly Usage per Account in each Fiscal Year (kgals) 1 8.51 8.44 8.38 8.31 8.25 8.19 8.12 8.06 7.99 7.93 7.86 % Change in Monthly Usage Per Account 0.54%-0.76%-0.76%-0.77%-0.78%-0.78%-0.79%-0.79%-0.80%-0.81%-0.81% Total Billed Volume (kgals)3,496,034 3,480,672 3,465,139 3,449,436 3,433,563 3,417,520 3,401,306 3,384,922 3,368,368 3,351,643 3,334,748 % Change in Projected Total Billed Volume 0.87%-0.44%-0.45%-0.45%-0.46%-0.47%-0.47%-0.48%-0.49%-0.50%-0.50% Sewer Number of Accounts 34,683 34,833 34,983 35,133 35,283 35,433 35,583 35,733 35,883 36,033 36,183 Annual Growth in Accounts 2 150 150 150 150 150 150 150 150 150 150 150 Annual % Change in Accounts 0.43%0.43%0.43%0.43%0.43%0.43%0.42%0.42%0.42%0.42%0.42% Monthly Usage per Account in each Fiscal Year (kgals) 1 8.53 8.46 8.40 8.33 8.27 8.20 8.14 8.07 8.00 7.94 7.87 % Change in Monthly Usage Per Account 0.56%-0.77%-0.77%-0.78%-0.79%-0.79%-0.80%-0.80%-0.81%-0.82%-0.82% Total Billed Volume (kgals)3,549,508 3,537,507 3,525,271 3,512,799 3,500,091 3,487,147 3,473,969 3,460,554 3,446,904 3,433,018 3,418,897 % Change in Projected Total Billed Volume 1.00%-0.34%-0.35%-0.35%-0.36%-0.37%-0.38%-0.39%-0.39%-0.40%-0.41% Reclaimed Metered Number of Accounts 6,271 6,351 6,431 6,511 6,591 6,671 6,751 6,831 6,911 6,991 7,071 Annual Growth in Accounts 80 80 80 80 80 80 80 80 80 80 80 Annual % Change in Accounts 1.28%1.26%1.24%1.23%1.21%1.20%1.19%1.17%1.16%1.14%1.13% Monthly Usage per Account in each Fiscal Year (kgals) 1 21.51 21.37 21.24 21.11 20.99 20.86 20.74 20.62 20.50 20.39 20.27 % Change in Monthly Usage Per Account -0.63%-0.62%-0.61%-0.61%-0.60%-0.59%-0.59%-0.58%-0.57%-0.57%-0.56% Total Billed Volume (kgals)1,639,102 1,773,911 1,778,973 1,784,012 1,789,036 1,794,055 1,799,067 1,804,073 1,809,073 1,814,067 1,819,055 % Change in Projected Total Billed Volume 0.64%0.63%0.62%0.61%0.61%0.60%0.59%0.59%0.58%0.57%0.57% Reclaimed Flat Number of Accounts 1,509 1,469 1,429 1,389 1,349 1,309 1,269 1,229 1,189 1,149 1,109 Annual Growth in Accounts (40) (40) (40) (40) (40) (40) (40) (40) (40) (40) (40) Annual % Change in Accounts -2.58%-2.65%-2.72%-2.80%-2.88%-2.97%-3.06%-3.15%-3.25%-3.36%-3.48% Irrigation Number of Accounts 2,021 2,016 2,011 2,006 2,001 1,996 1,991 1,986 1,981 1,976 1,971 Annual Growth in Accounts (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) Annual % Change in Accounts -0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25% Monthly Usage per Account in each Fiscal Year (kgals) 1 8.07 8.07 8.07 8.07 8.07 8.07 8.07 8.07 8.07 8.07 8.07 % Change in Monthly Usage Per Account 3 -10.78%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Total Billed Volume (kgals)195,712 195,228 194,744 194,260 193,776 193,292 192,807 192,323 191,839 191,355 190,871 % Change in Projected Total Billed Volume -11.00%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25%-0.25% Capital Spending Annual Capital Budget (Future Year Dollars)42,421,159$ 62,556,154 76,379,156 80,875,814 76,034,178 70,864,268 81,780,367 83,274,759 85,773,002 88,346,192 90,996,578 Annual CIP Redistribution 4 (135,129,072)$ 26,000,000 32,000,000 18,000,000 - - 7,500,000 7,500,000 7,500,000 7,500,000 7,500,000 Impact Fees Water Impact Fees 480$ 480 480 480 480 480 480 480 480 480 480 Sewer Impact Fees 900$ 900 900 900 900 900 900 900 900 900 900 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 1 Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Average Annual Interest Earnings Rate On Fund Balances 1.00%2.00%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage Personal Services 100%100%100%100%100%100%100%100%100%100%100% Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100% Operations & Maintenance 5 98%98%98%98%98%98%98%98%98%98%98% Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Purchased Water Projections Projected Total Billed Demand in MGD 10.11 10.07 10.03 9.98 9.94 9.89 9.85 9.80 9.75 9.71 9.66 Projected Total Billed Demand Adj. for Loss in MGD 6 1.79 1.78 1.77 1.76 1.76 1.75 1.74 1.73 1.72 1.71 1.71 Projected Total Water Produced in MGD 7.12 7.12 7.12 7.12 7.12 7.12 10.50 10.50 10.50 10.50 10.50 Projected Water Purchases in MGD 7 4.78 4.73 4.68 4.62 4.57 4.52 1.50 1.50 1.50 1.50 1.50 Pinellas County Rates Per Kgal 4.26$ 4.30 4.34 4.39 4.43 4.48 4.52 4.57 4.61 4.66 4.70 Projected Annual Rate Adjustments 1.0%1.0%1.0%1.0%1.0%1.0%1.0%1.0%1.0%1.0%1.0% Projected Annual Purchased Water Expense 7,426,566$ 7,420,644 7,412,990 7,403,562 7,392,316 7,379,207 2,474,732 2,499,480 2,524,474 2,549,719 2,575,216 1 FY 2022 reflects one-time adjustment to average usage per month representative of the increase in snowbirds moving into the City full time as opposed to coming down for the winter only, per staff input. 2 Reflects expectations of new City sewer connections as part of the ongoing septic to sewer conversion program. 3 Reflects one time normalizing adjustment to average monthly irrigation use as FY 2021 was a dry year and usage was very high. 4 City staff provided Stantec with anticipated annual CIP spending. As such, $135M of FY 2022 and unspent prior year appropriations were deferred in FY 2022 and re-distributed into other future years of the projection. 5 Operations and Maintenance execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 6 Non-revenue water factor adjustment of 18% for the projection based on prior years' actuals. 7 Utility staff expects the completion of the WTP 2 expansion by the end of FY 2027. As such FY 2028, reflects City staff's expectation to purchase the minimum contract amount of 1.5 MGD and produce about 10.5MGD, lowering overall projected water purchase costs. City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 2 Appendix: Supporting Financial Schedules FY 2022 Beginning Balances Schedule 2 Stantec Grouping of Funds in Model Revenue Fund Restricted Reserves Water Impact Fees Sewer Impact Fees Renewal & Replacement Current Unrestricted Assets Cash and Cash Equivalents 160,821,090$ - - - - Restricted Cash and Investments - 10,690,702 - - - Interest Receivable 173,702 - - - - Accounts Receivable, net of allowance for uncollectibles - - - - - Billed 4,325,207 - - - - Unbilled Charges Estimated 3,646,600 - - - - Less: Allowances for Uncollectible Accounts (25,010) - - - - Other receivables 39,703 - - - - Due From Other Governmental Entities 1,106,694 - - - - Inventories at Cost 1,149,392 - - - - Prepaid Expenses and Other Assets 220,384 - - - - Total Assets 171,457,761$ 10,690,702 - - - Current Liabilities Less: Accounts and Contract Payable (4,758,063)$ (1,380,274) - - - Less: Accrued Payroll (622,448) - - - - Less: Accrued Interest Payable (6,860) (1,575,337) - - - Less: Due to Other Funds (38,302) - - - - Less: Deposits - (4,301,758) - - - Current Portion of Long-Term Liabilities - (3,433,333) - - - Less: Compensated Absences (409,048) - - - - Less: Revenue Bonds (686,667) - - - - Less: Capital Lease Purchases Payable (210,921) - - - - Net Fund Balance 164,725,452$ (0) - - - Plus/(Less): Inventories at Cost (1,149,392)$ - - - - Plus/(Less): Renewal and Replacement requirements (5,243,751) - - - 5,243,751 Plus/(Less): Water and Sewer Impact Fees (2,702,168) - 377,691 2,324,477 - Plus/(Less): Water And Sewer Impact Fees 155,630,142$ (0) 377,691 2,324,477 5,243,751 Available Fund Balance 155,630,142$ (0) 377,691 2,324,477 5,243,751 Fund Summary Revenue Fund 155,630,142$ Restricted Reserves (0) Water Impact Fees 377,691 Sewer Impact Fees 2,324,477 Renewal & Replacement 5,243,751 Available Fund Balance 163,576,060$ City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 3 Appendix: Supporting Financial Schedules Schedule 3 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 1 Assumed Rate Revenue Increases 2 Water Rate Increase 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00% 3 Sewer Rate Increase 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00% 4 Reclaimed Rate Increase 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00% 5 Water Rate Revenue 6 Base Rate Revenue 24,079,591$ 24,881,656 25,710,173 26,566,007 27,450,052 28,363,231 29,591,025 30,871,660 32,207,401 33,600,607 35,053,737 7 Usage Rate Revenue 16,849,020 17,127,257 17,408,895 17,693,934 17,982,376 18,274,218 18,696,771 19,127,697 19,567,107 20,015,111 20,471,818 8 Total Water Rate Revenue 40,928,611$ 42,008,913 43,119,067 44,259,941 45,432,428 46,637,449 48,287,795 49,999,357 51,774,508 53,615,718 55,525,554 9 Lawn Irrigation 10 Base Rate Revenue 3,114,623$ 3,200,125 3,287,954 3,378,172 3,470,844 3,566,037 3,699,388 3,837,702 3,981,161 4,129,957 4,284,287 11 Usage Rate Revenue 599,663 616,125 633,035 650,405 668,248 686,576 712,250 738,880 766,501 795,149 824,863 12 Total Irrigation Rate Revenue 3,714,286$ 3,816,250 3,920,989 4,028,577 4,139,092 4,252,612 4,411,638 4,576,582 4,747,662 4,925,107 5,109,151 13 Sewer Rate Revenue 14 Base Rate Revenue 32,621,756$ 33,745,727 34,907,776 36,109,177 37,351,245 38,635,339 40,350,852 42,141,788 44,011,439 45,963,235 48,000,756 15 Usage Rate Revenue 17,303,192 17,606,828 17,914,388 18,225,880 18,541,305 18,860,667 19,315,490 19,779,650 20,253,275 20,736,494 21,229,431 16 Total Sewer Rate Revenue 49,924,949$ 51,352,555 52,822,165 54,335,057 55,892,550 57,496,006 59,666,342 61,921,438 64,264,714 66,699,728 69,230,186 17 Reclaimed Rate Revenue 18 Base Rate Revenue 1,621,361$ 1,678,500 1,737,609 1,798,754 1,862,003 1,927,429 2,014,474 2,105,399 2,200,374 2,299,579 2,403,200 19 Usage Rate Revenue 2,110,787 2,141,708 2,173,249 2,205,421 2,238,232 2,271,694 2,321,626 2,372,818 2,425,299 2,479,103 2,534,262 20 Total Reclaimed Rate Revenue 3,732,148$ 3,820,208 3,910,858 4,004,174 4,100,235 4,199,123 4,336,100 4,478,216 4,625,674 4,778,683 4,937,462 21 Other Operating Revenue 22 Other Water Revenue 75,000$ 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 23 Water Service Charges 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 24 Water Taps 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 25 Material & Water Service 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 26 Fire Line Detect Instilln 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 27 Wpc Fee Safety Harbor 1,578,730 1,578,730 1,626,092 1,674,875 1,725,121 1,776,875 1,847,950 1,921,867 1,998,742 2,078,692 2,161,840 28 Sewer Taps 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 29 Grease Ord Revenue 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 30 Industrial Pretreatment Rv 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 31 Late Payment Fee 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 32 Rents-Commercial Property 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 33 Sale Of Scrap 20,000 20,000 20,000 20,000 20,000 20,000 20,000 20,000 20,000 20,000 20,000 34 Capitalized Labor-Water 180,000 180,000 180,000 180,000 180,000 180,000 180,000 180,000 180,000 180,000 180,000 35 Total Other Operating Revenue 2,794,730$ 2,794,730 2,842,092 2,890,875 2,941,121 2,992,875 3,063,950 3,137,867 3,214,742 3,294,692 3,377,840 Projection of Cash Inflows City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 4 Appendix: Supporting Financial Schedules Schedule 3 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Projection of Cash Inflows 36 Non-Operating Revenue 37 Interfund Svc Chgs Fund 010 28,600$ 28,600 28,600 28,600 28,600 28,600 28,600 28,600 28,600 28,600 28,600 38 Interfund Svc Chgs Fund 419 4,400 4,400 4,400 4,400 4,400 4,400 4,400 4,400 4,400 4,400 4,400 39 Interfund Svc Chgs Fund 423 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 40 Interfund Svc Chgs Fund 424 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 41 Interfund Svc Chgs Fund 432 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 42 Interfund Svc Chgs Fund 433 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 43 Interfund Svc Chgs Fund 435 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 2,200 44 Total Non-Operating Revenue 44,000$ 44,000 44,000 44,000 44,000 44,000 44,000 44,000 44,000 44,000 44,000 45 Interest Income 46 Unrestricted 1,534,973$ 2,854,613 2,742,482 1,968,006 1,224,459 801,875 666,490 661,118 685,614 711,134 737,728 47 Restricted - 0 0 0 0 0 0 53,101 106,203 164,242 222,281 48 Total Interest Income 1,534,973$ 2,854,613 2,742,482 1,968,006 1,224,459 801,875 666,490 714,219 791,817 875,376 960,009 49 Impact Fees 1 50 Water Impact Fees 52,800$ 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 51 Sewer Impact Fees 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 52 Total Impact Fees 187,800$ 187,800 187,800 187,800 187,800 187,800 187,800 187,800 187,800 187,800 187,800 53 Total Cash Inflows 102,861,496$ 106,879,069 109,589,452 111,718,430 113,961,686 116,611,740 120,664,114 125,059,481 129,650,918 134,421,104 139,372,002 1 Although Impact Fee revenues are reflected in this schedule, these revenues are restricted for expansion related capital and as such are deposited into impact fee sub-funds. The revenues are used to fund expansionary capital projects as identified by staff. For further details see Schedules 6 (Capital improvement Program) and 10 (Funding Summary By Fund). City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 5 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Pub Util Administration 1 PS 01345-510100 Full Time Salaries & Wages 747,701$ 781,348 824,322 869,659 913,142 958,799 1,006,739 1,057,076 1,109,930 1,165,427 1,223,698 2 PS 01345-510500 Overtime 29,000$ 30,305 31,972 33,730 35,417 37,188 39,047 40,999 43,049 45,202 47,462 3 PS 01345-520100 Life Ins $2500 Empl & Pens 70$ 77 82 87 91 95 100 105 110 116 122 4 PS 01345-520300 Samp Life Insurance 2,196$ 2,416 2,585 2,714 2,850 2,992 3,142 3,299 3,464 3,637 3,819 5 PS 01345-520400 Major Medical Ins-Emp 126,240$ 138,864 148,584 156,014 163,814 172,005 180,605 189,636 199,117 209,073 219,527 6 PS 01345-520600 Social Security-Employee 35,321$ 36,910 38,941 41,082 43,136 45,293 47,558 49,936 52,433 55,054 57,807 7 PS 01345-520700 Emp Pension Plan 20,723$ 52,757 66,363 76,788 80,628 84,659 88,892 93,336 98,003 102,903 108,049 8 PS 01345-520900 Workers Compensation 4,580$ 4,786 5,049 5,327 5,593 5,873 6,167 6,475 6,799 7,139 7,496 9 PS 01345-521000 Disability Insurance 1,673$ 1,840 1,969 2,068 2,171 2,280 2,393 2,513 2,639 2,771 2,909 10 PS 01345-522000 CWA Life 800$ 880 942 989 1,038 1,090 1,145 1,202 1,262 1,325 1,391 11 O&M 01345-530100 Professional Services 55,000$ 57,750 60,349 62,763 64,959 66,908 68,915 70,983 73,112 75,306 77,565 12 O&M 01345-530300 Other Contractual Serv 3,200$ 3,360 3,511 3,652 3,779 3,893 4,010 4,130 4,254 4,381 4,513 13 O&M 01345-542500 Postage 200$ 210 219 228 236 243 251 258 266 274 282 14 O&M 01345-542800 Interfd Other Serv Chgs 76,218$ 80,029 84,030 88,232 92,643 97,276 102,139 107,246 112,609 118,239 124,151 15 O&M 01345-542900 Interfd Admin Service Chg 295,587$ 310,366 325,885 342,179 359,288 377,252 396,115 415,921 436,717 458,552 481,480 16 O&M 01345-543100 Advertising 400$ 420 439 456 472 487 501 516 532 548 564 17 O&M 01345-543200 Other Promotion Activity 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 18 O&M 01345-543400 Printing & Binding 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 19 O&M 01345-544100 Equipt Rental 600$ 630 658 685 709 730 752 774 798 822 846 20 O&M 01345-545100 Insurance 2,639$ 2,771 2,896 3,011 3,117 3,210 3,307 3,406 3,508 3,613 3,722 21 O&M 01345-546100 Ofc Equip Svc & Repair 50$ 53 55 57 59 61 63 65 66 68 71 22 O&M 01345-546200 Other Equip Svc & Repair 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 23 O&M 01345-547100 Uniforms-Employee 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 24 O&M 01345-547200 Travel Expense-Emp 3,130$ 3,287 3,434 3,572 3,697 3,808 3,922 4,040 4,161 4,286 4,414 25 O&M 01345-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 26 O&M 01345-547400 Meals-Employee 100$ 105 110 114 118 122 125 129 133 137 141 27 O&M 01345-548000 Other Services Or Charges 100$ 105 110 114 118 122 125 129 133 137 141 28 O&M 01345-550100 Office Supplies 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 29 O&M 01345-550400 Operating Supplies & Matls 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 30 O&M 01345-551500 Medical Supplies 100$ 105 110 114 118 122 125 129 133 137 141 31 O&M 01345-557100 Memberships/Subs/Lic Emp 17,480$ 18,354 19,180 19,947 20,645 21,265 21,903 22,560 23,236 23,934 24,652 32 O&M 01345-557200 Officl Recognition-Emp 5,880$ 6,174 6,452 6,710 6,945 7,153 7,368 7,589 7,816 8,051 8,292 33 O&M 01345-557300 Training & Ref Employee 19,835$ 20,827 21,764 22,635 23,427 24,130 24,853 25,599 26,367 27,158 27,973 34 O&M 01345-540300 Telephone Service Variable 3,000$ 3,150 3,308 3,473 3,647 3,829 4,020 4,221 4,432 4,654 4,887 35 O&M 01345-540500 Radio Svc-Fixed 1,890$ 1,985 2,084 2,188 2,297 2,412 2,533 2,659 2,792 2,932 3,079 36 O&M 01345-540600 Telephone Svc Fixed 9,669$ 10,152 10,660 11,193 11,753 12,340 12,957 13,605 14,286 15,000 15,750 37 O&M 01345-540700 Postal Service 1,500$ 1,575 1,654 1,736 1,823 1,914 2,010 2,111 2,216 2,327 2,443 38 O&M 01345-540900 Risk Mgmt Service 3,937$ 4,134 4,341 4,558 4,785 5,025 5,276 5,540 5,817 6,108 6,413 39 O&M 01345-541000 Info Technology Charge 102,468$ 107,591 112,971 118,620 124,550 130,778 137,317 144,183 151,392 158,961 166,910 40 O&M 01345-541600 Bldg & Maint-Variable 310$ 326 342 359 377 396 415 436 458 481 505 41 O&M 01345-542000 Employee Benefits-Fixed 4,401$ 4,621 4,852 5,095 5,349 5,617 5,898 6,193 6,502 6,827 7,169 42 Total Pub Util Administration 1,597,698$ 1,711,047 1,814,031 1,914,910 2,008,423 2,105,763 2,207,879 2,315,004 2,427,388 2,545,291 2,668,984 Wastewater Collection43PS01346-510100 Full Time Salaries & Wages 1,127,858$ 1,178,612 1,243,435 1,311,824 1,377,415 1,446,286 1,518,600 1,594,530 1,674,257 1,757,970 1,845,868 44 PS 01346-510400 Special Pay 40,185$ 41,993 44,303 46,740 49,077 51,530 54,107 56,812 59,653 62,636 65,767 45 PS 01346-510500 Overtime 54,000$ 56,430 59,534 62,808 65,948 69,246 72,708 76,344 80,161 84,169 88,377 46 PS 01346-520400 Major Medical Ins-Emp 285,755$ 314,331 336,334 353,150 370,808 389,348 408,816 429,256 450,719 473,255 496,918 47 PS 01346-520600 Social Security-Employee 17,354$ 18,135 19,132 20,185 21,194 22,254 23,366 24,535 25,761 27,049 28,402 48 PS 01346-520700 Emp Pension Plan 75,423$ 83,007 104,414 120,817 126,857 133,200 139,860 146,853 154,196 161,906 170,001 49 PS 01346-520900 Workers Compensation 9,150$ 9,562 10,088 10,642 11,175 11,733 12,320 12,936 13,583 14,262 14,975 50 PS 01346-522000 CWA Life 4,933$ 5,426 5,806 6,096 6,401 6,721 7,057 7,410 7,781 8,170 8,578 51 O&M 01346-530100 Professional Services 50,000$ 52,500 54,863 57,057 59,054 60,826 62,650 64,530 66,466 68,460 70,514 52 O&M 01346-530300 Other Contractual Serv 6,500$ 6,825 7,132 7,417 7,677 7,907 8,145 8,389 8,641 8,900 9,167 53 O&M 01346-542100 Telephone-Util Chgs 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 54 O&M 01346-542300 Gas,Water & Sanitation Utl 8,000$ 8,400 8,778 9,129 9,449 9,732 10,024 10,325 10,635 10,954 11,282 55 O&M 01346-542500 Postage 200$ 210 219 228 236 243 251 258 266 274 282 56 O&M 01346-542700 Interfd Svc Chg-Other Fund 36,380$ 38,199 40,109 42,114 44,220 46,431 48,753 51,190 53,750 56,437 59,259 57 O&M 01346-542800 Interfd Other Serv Chgs 233,800$ 245,490 257,765 270,653 284,185 298,395 313,314 328,980 345,429 362,701 380,836 58 O&M 01346-542900 Interfd Admin Service Chg 433,930$ 455,627 478,408 502,328 527,445 553,817 581,508 610,583 641,112 673,168 706,826 59 O&M 01346-543100 Advertising 200$ 210 219 228 236 243 251 258 266 274 282 60 O&M 01346-543200 Other Promotion Activity 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 61 O&M 01346-543400 Printing & Binding 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 62 O&M 01346-543500 Dump Fee 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 63 O&M 01346-544100 Equipt Rental 5,000$ 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 64 O&M 01346-544600 Uniform Rental 14,000$ 14,700 15,362 15,976 16,535 17,031 17,542 18,068 18,610 19,169 19,744 65 O&M 01346-545100 Insurance 446,810$ 469,151 490,262 509,873 527,718 543,550 559,856 576,652 593,952 611,770 630,123 66 O&M 01346-546200 Other Equip Svc & Repair 30,000$ 31,500 32,918 34,234 35,432 36,495 37,590 38,718 39,879 41,076 42,308 67 O&M 01346-547100 Uniforms-Employee 7,500$ 7,875 8,229 8,559 8,858 9,124 9,398 9,679 9,970 10,269 10,577 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 6 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 68 O&M 01346-547200 Travel Expense-Emp 3,100$ 3,255 3,401 3,538 3,661 3,771 3,884 4,001 4,121 4,245 4,372 69 O&M 01346-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 70 O&M 01346-547400 Meals-Employee 600$ 630 658 685 709 730 752 774 798 822 846 71 O&M 01346-550100 Office Supplies 3,500$ 3,675 3,840 3,994 4,134 4,258 4,386 4,517 4,653 4,792 4,936 72 O&M 01346-550400 Operating Supplies & Matls 300,000$ 315,000 329,175 342,342 354,324 364,954 375,902 387,179 398,795 410,759 423,081 73 O&M 01346-551500 Medical Supplies 150$ 158 165 171 177 182 188 194 199 205 212 74 O&M 01346-557100 Memberships/Subs/Lic Emp 1,270$ 1,334 1,394 1,449 1,500 1,545 1,591 1,639 1,688 1,739 1,791 75 O&M 01346-557300 Training & Ref Employee 26,600$ 27,930 29,187 30,354 31,417 32,359 33,330 34,330 35,360 36,421 37,513 76 O&M 01346-540100 Garage Services 444,580$ 466,809 490,149 514,657 540,390 567,409 595,780 625,569 656,847 689,689 724,174 77 O&M 01346-540300 Telephone Service Variable 7,000$ 7,350 7,718 8,103 8,509 8,934 9,381 9,850 10,342 10,859 11,402 78 O&M 01346-540500 Radio Svc-Fixed 12,880$ 13,524 14,200 14,910 15,656 16,439 17,260 18,123 19,030 19,981 20,980 79 O&M 01346-540600 Telephone Svc Fixed 2,340$ 2,457 2,580 2,709 2,844 2,986 3,136 3,293 3,457 3,630 3,812 80 O&M 01346-540900 Risk Mgmt Service 5,670$ 5,954 6,251 6,564 6,892 7,237 7,598 7,978 8,377 8,796 9,236 81 O&M 01346-541000 Info Technology Charge 108,140$ 113,547 119,224 125,186 131,445 138,017 144,918 152,164 159,772 167,761 176,149 82 O&M 01346-541500 Garage Variable 17,000$ 17,850 18,743 19,680 20,664 21,697 22,782 23,921 25,117 26,373 27,691 83 O&M 01346-541800 Administrative Charge 636,240$ 668,052 701,455 736,527 773,354 812,021 852,622 895,254 940,016 987,017 1,036,368 84 O&M 01346-542000 Employee Benefits-Fixed 6,460$ 6,783 7,122 7,478 7,852 8,245 8,657 9,090 9,544 10,022 10,523 85 CO 01346-591000 Contrib To Garage Fund 28,000$ 29,400 30,870 32,414 34,034 35,736 37,523 39,399 41,369 43,437 45,609 86 CO 01346-571300 Principal-Leased Equipment 13,810$ 13,810 13,810 13,810 13,810 13,810 13,810 13,810 13,810 13,810 13,810 87 CO 01346-571500 Principal-Interfund Loans 32,470$ 32,470 32,470 32,470 32,470 32,470 32,470 32,470 32,470 32,470 32,470 88 CO 01346-572300 Interest-Leased Equipt 540$ 540 540 540 540 540 540 540 540 540 540 89 CO 01346-572500 Interest-Interfund Loans 1,370$ 1,370 1,370 1,370 1,370 1,370 1,370 1,370 1,370 1,370 1,370 90 O&M 01346-551300 Small Tools & Implements 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 91 Total Wastewater Collection 4,549,898$ 4,787,088 5,049,406 5,307,496 5,554,805 5,808,531 6,074,295 6,352,679 6,644,296 6,949,784 7,269,818 Wastewater Maintenance 92 PS 01347-510100 Full Time Salaries & Wages 1,463,599$ 1,529,461 1,613,581 1,702,328 1,787,445 1,876,817 1,970,658 2,069,191 2,172,650 2,281,283 2,395,347 93 PS 01347-510400 Special Pay 108,600$ 113,487 119,729 126,314 132,630 139,261 146,224 153,535 161,212 169,273 177,736 94 PS 01347-510500 Overtime 118,000$ 123,310 130,092 137,247 144,109 151,315 158,881 166,825 175,166 183,924 193,120 95 PS 01347-520100 Life Ins $2500 Empl & Pens 20$ 22 24 25 26 27 29 30 32 33 35 96 PS 01347-520300 Samp Life Insurance 668$ 735 786 826 867 910 956 1,003 1,054 1,106 1,162 97 PS 01347-520400 Major Medical Ins-Emp 336,048$ 369,653 395,528 415,305 436,070 457,874 480,767 504,806 530,046 556,548 584,376 98 PS 01347-520600 Social Security-Employee 28,291$ 29,564 31,190 32,906 34,551 36,278 38,092 39,997 41,997 44,097 46,301 99 PS 01347-520700 Emp Pension Plan 95,295$ 114,807 144,414 167,101 175,456 184,228 193,440 203,112 213,267 223,931 235,127 100 PS 01347-520900 Workers Compensation 16,660$ 17,410 18,367 19,377 20,346 21,364 22,432 23,553 24,731 25,968 27,266 101 PS 01347-521000 Disability Insurance 395$ 435 465 488 513 538 565 593 623 654 687 102 PS 01347-522000 CWA Life 5,427$ 5,970 6,388 6,707 7,042 7,394 7,764 8,152 8,560 8,988 9,437 103 O&M 01347-530300 Other Contractual Serv 2,350$ 2,468 2,579 2,682 2,776 2,859 2,945 3,033 3,124 3,218 3,314 104 O&M 01347-542800 Interfd Other Serv Chgs 129,790$ 136,280 143,093 150,248 157,761 165,649 173,931 182,628 191,759 201,347 211,414 105 O&M 01347-542900 Interfd Admin Service Chg 503,380$ 528,549 554,976 582,725 611,862 642,455 674,577 708,306 743,722 780,908 819,953 106 O&M 01347-543100 Advertising 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 107 O&M 01347-543400 Printing & Binding 30$ 32 33 34 35 36 38 39 40 41 42 108 O&M 01347-544100 Equipt Rental 5,000$ 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 109 O&M 01347-544600 Uniform Rental 25,000$ 26,250 27,431 28,529 29,527 30,413 31,325 32,265 33,233 34,230 35,257 110 O&M 01347-545100 Insurance 42,330$ 44,447 46,447 48,304 49,995 51,495 53,040 54,631 56,270 57,958 59,697 111 O&M 01347-546200 Other Equip Svc & Repair 16,000$ 16,800 17,556 18,258 18,897 19,464 20,048 20,650 21,269 21,907 22,564 112 O&M 01347-547100 Uniforms-Employee 8,000$ 8,400 8,778 9,129 9,449 9,732 10,024 10,325 10,635 10,954 11,282 113 O&M 01347-547200 Travel Expense-Emp 1,950$ 2,048 2,140 2,225 2,303 2,372 2,443 2,517 2,592 2,670 2,750 114 O&M 01347-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 115 O&M 01347-547400 Meals-Employee 1,250$ 1,313 1,372 1,426 1,476 1,521 1,566 1,613 1,662 1,711 1,763 116 O&M 01347-548000 Other Services Or Charges 80$ 84 88 91 94 97 100 103 106 110 113 117 O&M 01347-550100 Office Supplies 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 118 O&M 01347-550400 Operating Supplies & Matls 150,000$ 157,500 164,588 171,171 177,162 182,477 187,951 193,590 199,397 205,379 211,541 119 O&M 01347-551500 Medical Supplies 80$ 84 88 91 94 97 100 103 106 110 113 120 O&M 01347-552500 $1,000-$4,999 Mach & Equip 5,300$ 5,565 5,815 6,048 6,260 6,448 6,641 6,840 7,045 7,257 7,474 121 O&M 01347-557100 Memberships/Subs/Lic Emp 2,270$ 2,384 2,491 2,590 2,681 2,761 2,844 2,930 3,018 3,108 3,201 122 O&M 01347-557300 Training & Ref Employee 45,555$ 47,833 49,985 51,985 53,804 55,418 57,081 58,793 60,557 62,374 64,245 123 O&M 01347-540100 Garage Services 534,960$ 561,708 589,793 619,283 650,247 682,760 716,898 752,742 790,380 829,899 871,393 124 O&M 01347-540300 Telephone Service Variable 11,280$ 11,844 12,436 13,058 13,711 14,396 15,116 15,872 16,666 17,499 18,374 125 O&M 01347-540500 Radio Svc-Fixed 18,760$ 19,698 20,683 21,717 22,803 23,943 25,140 26,397 27,717 29,103 30,558 126 O&M 01347-540600 Telephone Svc Fixed 2,340$ 2,457 2,580 2,709 2,844 2,986 3,136 3,293 3,457 3,630 3,812 127 O&M 01347-540900 Risk Mgmt Service 7,480$ 7,854 8,247 8,659 9,092 9,547 10,024 10,525 11,051 11,604 12,184 128 O&M 01347-541000 Info Technology Charge 128,800$ 135,240 142,002 149,102 156,557 164,385 172,604 181,235 190,296 199,811 209,802 129 O&M 01347-541100 Bldg & Maint Dept Svc Fx 9,180$ 9,639 10,121 10,627 11,158 11,716 12,302 12,917 13,563 14,241 14,953 130 O&M 01347-541500 Garage Variable 40,000$ 42,000 44,100 46,305 48,620 51,051 53,604 56,284 59,098 62,053 65,156 131 O&M 01347-541600 Bldg & Maint-Variable 9,960$ 10,458 10,981 11,530 12,106 12,712 13,347 14,015 14,715 15,451 16,224 132 O&M 01347-542000 Employee Benefits-Fixed 8,530$ 8,957 9,404 9,875 10,368 10,887 11,431 12,003 12,603 13,233 13,894 133 CO 01347-571500 Principal-Interfund Loans 13,270$ 13,270 13,270 13,270 13,270 13,270 13,270 13,270 13,270 13,270 13,270 133 CO 01347-571300 Principal-Leased Equipment 181,840$ 181,840 181,840 181,840 181,840 181,840 181,840 181,840 181,840 181,840 181,840 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 7 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 134 CO 01347-572500 Interest-Interfund Loans 830$ 830 830 830 830 830 830 830 830 830 830 135 CO 01347-572300 Interest-Leased Equipt 7,430$ 7,430 7,430 7,430 7,430 7,430 7,430 7,430 7,430 7,430 7,430 136 O&M 01347-551300 Small Tools & Implements 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 137 Total Wastewater Maintenance 4,101,228$ 4,319,320 4,563,904 4,803,447 5,027,966 5,261,628 5,506,746 5,763,885 6,033,641 6,316,636 6,613,526 WPC Plant Operations 138 PS 01351-510100 Full Time Salaries & Wages 183,093$ 191,332 201,855 212,958 223,605 234,786 246,525 258,851 271,794 285,383 299,653 139 PS 01351-520100 Life Ins $2500 Empl & Pens 20$ 22 24 25 26 27 29 30 32 33 35 140 PS 01351-520300 Samp Life Insurance 688$ 757 810 850 893 937 984 1,034 1,085 1,139 1,196 141 PS 01351-520400 Major Medical Ins-Emp 30,388$ 33,427 35,767 37,555 39,433 41,404 43,475 45,648 47,931 50,327 52,844 142 PS 01351-520600 Social Security-Employee 7,559$ 7,899 8,334 8,792 9,232 9,693 10,178 10,687 11,221 11,782 12,371 143 PS 01351-520700 Emp Pension Plan 5,368$ 12,437 15,644 18,101 19,006 19,957 20,955 22,002 23,102 24,258 25,470 144 PS 01351-520900 Workers Compensation 1,800$ 1,881 1,984 2,094 2,198 2,308 2,424 2,545 2,672 2,806 2,946 145 PS 01351-521000 Disability Insurance 421$ 463 496 520 546 574 602 632 664 697 732 146 O&M 01351-530100 Professional Services 65,000$ 68,250 71,321 74,174 76,770 79,073 81,445 83,889 86,406 88,998 91,668 147 O&M 01351-542500 Postage 500$ 525 549 571 591 608 627 645 665 685 705 148 O&M 01351-542800 Interfd Other Serv Chgs 8,950$ 9,398 9,867 10,361 10,879 11,423 11,994 12,594 13,223 13,884 14,579 149 O&M 01351-542900 Interfd Admin Service Chg 34,720$ 36,456 38,279 40,193 42,202 44,312 46,528 48,855 51,297 53,862 56,555 150 O&M 01351-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 151 O&M 01351-543200 Other Promotion Activity 100$ 105 110 114 118 122 125 129 133 137 141 152 O&M 01351-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 153 O&M 01351-543700 Fees & Permits 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 154 O&M 01351-544100 Equipt Rental 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 155 O&M 01351-544600 Uniform Rental 700$ 735 768 799 827 852 877 903 931 958 987 156 O&M 01351-545100 Insurance 350$ 368 384 399 413 426 439 452 465 479 494 157 O&M 01351-547100 Uniforms-Employee 600$ 630 658 685 709 730 752 774 798 822 846 158 O&M 01351-547200 Travel Expense-Emp 500$ 525 549 571 591 608 627 645 665 685 705 159 O&M 01351-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 160 O&M 01351-547400 Meals-Employee 50$ 53 55 57 59 61 63 65 66 68 71 161 O&M 01351-550100 Office Supplies 500$ 525 549 571 591 608 627 645 665 685 705 162 O&M 01351-550400 Operating Supplies & Matls 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 163 O&M 01351-557100 Memberships/Subs/Lic Emp 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 164 O&M 01351-557300 Training & Ref Employee 2,275$ 2,389 2,496 2,596 2,687 2,768 2,851 2,936 3,024 3,115 3,208 165 O&M 01351-540100 Garage Services 4,630$ 4,862 5,105 5,360 5,628 5,909 6,205 6,515 6,841 7,183 7,542 166 O&M 01351-540300 Telephone Service Variable 24,560$ 25,788 27,077 28,431 29,853 31,345 32,913 34,558 36,286 38,101 40,006 167 O&M 01351-540400 Messenger Service 1,230$ 1,292 1,356 1,424 1,495 1,570 1,648 1,731 1,817 1,908 2,004 168 O&M 01351-540500 Radio Svc-Fixed 2,080$ 2,184 2,293 2,408 2,528 2,655 2,787 2,927 3,073 3,227 3,388 169 O&M 01351-540600 Telephone Svc Fixed 470$ 494 518 544 571 600 630 661 694 729 766 170 O&M 01351-540700 Postal Service 50$ 53 55 58 61 64 67 70 74 78 81 171 O&M 01351-540900 Risk Mgmt Service 450$ 473 496 521 547 574 603 633 665 698 733 172 O&M 01351-541000 Info Technology Charge 40,170$ 42,179 44,287 46,502 48,827 51,268 53,832 56,523 59,349 62,317 65,433 173 O&M 01351-541500 Garage Variable 2,500$ 2,625 2,756 2,894 3,039 3,191 3,350 3,518 3,694 3,878 4,072 174 O&M 01351-542000 Employee Benefits-Fixed 520$ 546 573 602 632 664 697 732 768 807 847 175 CO 01351-572200 Interest Other 48,000$ 48,000 48,000 48,000 48,000 48,000 48,000 48,000 48,000 48,000 48,000 176 CO 01351-591000 Contrib to Garage Fund 31,000$ 32,550 34,178 35,886 37,681 39,565 41,543 43,620 45,801 48,091 50,496 177 Total WPC Plant Operations 505,442$ 535,728 563,996 591,689 617,559 644,224 672,167 701,451 732,142 764,308 798,021 WPC Laboratory Operations 178 PS 01352-510100 Full Time Salaries & Wages 191,184$ 199,787 210,776 222,368 233,487 245,161 257,419 270,290 283,804 297,995 312,894 179 PS 01352-520100 Life Ins $2500 Empl & Pens 30 33 35 37 39 41 43 45 47 50 52 180 PS 01352-520300 Samp Life Insurance 735 809 865 908 954 1,001 1,052 1,104 1,159 1,217 1,278 181 PS 01352-520400 Major Medical Ins-Emp 31,308 34,439 36,850 38,692 40,627 42,658 44,791 47,030 49,382 51,851 54,444 182 PS 01352-520600 Social Security-Employee 5,788 6,048 6,381 6,732 7,069 7,422 7,793 8,183 8,592 9,022 9,473 183 PS 01352-520700 Emp Pension Plan 7,804 12,986 16,335 18,901 19,846 20,839 21,881 22,975 24,123 25,330 26,596 184 PS 01352-520900 Workers Compensation 2,660 2,780 2,933 3,094 3,249 3,411 3,582 3,761 3,949 4,146 4,353 185 O&M 01352-530300 Other Contractual Serv 10,700 11,235 11,741 12,210 12,638 13,017 13,407 13,809 14,224 14,650 15,090 186 O&M 01352-542300 Gas,Water & Sanitation Utl 16,830 17,672 18,467 19,205 19,878 20,474 21,088 21,721 22,372 23,044 23,735 187 O&M 01352-542500 Postage 33 35 36 38 39 40 41 43 44 45 47 188 O&M 01352-542800 Interfd Other Serv Chgs 13,292 13,957 14,654 15,387 16,157 16,964 17,813 18,703 19,638 20,620 21,651 189 O&M 01352-542900 Interfd Admin Service Chg 51,553 54,131 56,837 59,679 62,663 65,796 69,086 72,540 76,167 79,976 83,974 190 O&M 01352-543400 Printing & Binding 100 105 110 114 118 122 125 129 133 137 141 191 O&M 01352-544100 Equipt Rental 4,290 4,505 4,707 4,895 5,067 5,219 5,375 5,537 5,703 5,874 6,050 192 O&M 01352-544600 Uniform Rental 1,650 1,733 1,810 1,883 1,949 2,007 2,067 2,129 2,193 2,259 2,327 193 O&M 01352-545100 Insurance 271 285 297 309 320 330 340 350 360 371 382 194 O&M 01352-546200 Other Equip Svc & Repair 3,300 3,465 3,621 3,766 3,898 4,014 4,135 4,259 4,387 4,518 4,654 195 O&M 01352-547100 Uniforms-Employee 495 520 543 565 585 602 620 639 658 678 698 196 O&M 01352-547200 Travel Expense-Emp 2,475 2,599 2,716 2,824 2,923 3,011 3,101 3,194 3,290 3,389 3,490 197 O&M 01352-547300 Mileage Reimbursement 198 208 217 226 234 241 248 256 263 271 279 198 O&M 01352-550100 Office Supplies 990 1,040 1,086 1,130 1,169 1,204 1,240 1,278 1,316 1,356 1,396 199 O&M 01352-550400 Operating Supplies & Matls 14,850 15,593 16,294 16,946 17,539 18,065 18,607 19,165 19,740 20,333 20,943 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 8 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 200 O&M 01352-551000 Lab Chem Supplies 21,450 22,523 23,536 24,477 25,334 26,094 26,877 27,683 28,514 29,369 30,250 201 O&M 01352-551500 Medical Supplies 33 35 36 38 39 40 41 43 44 45 47 202 O&M 01352-557100 Memberships/Subs/Lic Emp 150 158 165 171 177 182 188 194 199 205 212 203 O&M 01352-557300 Training & Ref Employee 8,013 8,414 8,792 9,144 9,464 9,748 10,040 10,342 10,652 10,971 11,301 204 O&M 01352-540100 Garage Services 2,030 2,132 2,238 2,350 2,467 2,591 2,720 2,856 2,999 3,149 3,307 205 O&M 01352-540300 Telephone Service Variable 560 588 617 648 681 715 750 788 827 869 912 206 O&M 01352-540600 Telephone Svc Fixed 1,541 1,618 1,699 1,784 1,873 1,967 2,065 2,168 2,277 2,391 2,510 207 O&M 01352-540900 Risk Mgmt Service 713 749 786 825 867 910 955 1,003 1,053 1,106 1,161 208 O&M 01352-541000 Info Technology Charge 16,262 17,075 17,929 18,825 19,767 20,755 21,793 22,882 24,026 25,228 26,489 209 O&M 01352-541100 Bldg & Maint Dept Svc Fx 51,940 54,537 57,264 60,127 63,133 66,290 69,605 73,085 76,739 80,576 84,605 210 O&M 01352-541200 Custodial Service 2,330 2,447 2,569 2,697 2,832 2,974 3,122 3,279 3,442 3,615 3,795 211 O&M 01352-541500 Garage Variable 500 525 551 579 608 638 670 704 739 776 814 212 O&M 01352-541600 Bldg & Maint-Variable 80 84 88 93 97 102 107 113 118 124 130 213 O&M 01352-542000 Employee Benefits-Fixed 769 807 848 890 935 981 1,031 1,082 1,136 1,193 1,253 214 O&M 01352-543700 Fees & Permits 1,386$ 1,455 1,521 1,582 1,637 1,686 1,737 1,789 1,842 1,898 1,955 215 O&M 01352-551300 Small Tools & Implements 990$ 1,040 1,086 1,130 1,169 1,204 1,240 1,278 1,316 1,356 1,396 216 Total WPC Laboratory Operations 469,283$ 498,145 527,037 555,271 581,525 608,517 636,797 666,427 697,471 730,000 764,085 Industrial Pretreatment Pl217PS01353-510100 Full Time Salaries & Wages 311,122$ 325,122 343,004 361,869 379,963 398,961 418,909 439,855 461,847 484,940 509,187 218 PS 01353-510400 Special Pay 13,395$ 13,998 14,768 15,580 16,359 17,177 18,036 18,937 19,884 20,879 21,922 219 PS 01353-510500 Overtime 4,500$ 4,703 4,961 5,234 5,496 5,770 6,059 6,362 6,680 7,014 7,365 220 PS 01353-520100 Life Ins $2500 Empl & Pens 10$ 11 12 12 13 14 14 15 16 17 17 221 PS 01353-520300 Samp Life Insurance 273$ 300 321 337 354 372 391 410 431 452 475 222 PS 01353-520400 Major Medical Ins-Emp 68,566$ 75,423 80,702 84,737 88,974 93,423 98,094 102,999 108,149 113,556 119,234 223 PS 01353-520600 Social Security-Employee 4,565$ 4,770 5,033 5,310 5,575 5,854 6,147 6,454 6,777 7,115 7,471 224 PS 01353-520700 Emp Pension Plan 20,174$ 22,348 28,112 32,528 34,154 35,862 37,655 39,538 41,515 43,591 45,770 225 PS 01353-520900 Workers Compensation 1,770$ 1,850 1,951 2,059 2,162 2,270 2,383 2,502 2,627 2,759 2,897 226 PS 01353-522000 CWA Life 1,005$ 1,106 1,183 1,242 1,304 1,369 1,438 1,510 1,585 1,664 1,748 227 O&M 01353-530100 Professional Services 148,000$ 155,400 162,393 168,889 174,800 180,044 185,445 191,008 196,739 202,641 208,720 228 O&M 01353-530300 Other Contractual Serv 52,420$ 55,041 57,518 59,819 61,912 63,770 65,683 67,653 69,683 71,773 73,926 229 O&M 01353-542500 Postage 250$ 263 274 285 295 304 313 323 332 342 353 230 O&M 01353-542800 Interfd Other Serv Chgs 26,860$ 28,203 29,613 31,094 32,648 34,281 35,995 37,795 39,684 41,669 43,752 231 O&M 01353-542900 Interfd Admin Service Chg 104,150$ 109,358 114,825 120,567 126,595 132,925 139,571 146,550 153,877 161,571 169,649 232 O&M 01353-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 233 O&M 01353-543200 Other Promotion Activity 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 234 O&M 01353-543400 Printing & Binding 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 235 O&M 01353-544100 Equipt Rental 250$ 263 274 285 295 304 313 323 332 342 353 236 O&M 01353-544600 Uniform Rental 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 237 O&M 01353-545100 Insurance 8,450$ 8,873 9,272 9,643 9,980 10,280 10,588 10,906 11,233 11,570 11,917 238 O&M 01353-546200 Other Equip Svc & Repair 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 239 O&M 01353-547100 Uniforms-Employee 1,800$ 1,890 1,975 2,054 2,126 2,190 2,255 2,323 2,393 2,465 2,538 240 O&M 01353-547200 Travel Expense-Emp 3,890$ 4,085 4,268 4,439 4,594 4,732 4,874 5,020 5,171 5,326 5,486 241 O&M 01353-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 242 O&M 01353-547400 Meals-Employee 200$ 210 219 228 236 243 251 258 266 274 282 243 O&M 01353-548000 Other Services Or Charges 200$ 210 219 228 236 243 251 258 266 274 282 244 O&M 01353-550100 Office Supplies 500$ 525 549 571 591 608 627 645 665 685 705 245 O&M 01353-550400 Operating Supplies & Matls 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 246 O&M 01353-551000 Lab Chem Supplies 800$ 840 878 913 945 973 1,002 1,032 1,063 1,095 1,128 247 O&M 01353-551500 Medical Supplies 200$ 210 219 228 236 243 251 258 266 274 282 248 O&M 01353-552500 $1,000-$4,999 Mach & Equip 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 249 O&M 01353-557100 Memberships/Subs/Lic Emp 1,230$ 1,292 1,350 1,404 1,453 1,496 1,541 1,587 1,635 1,684 1,735 250 O&M 01353-557300 Training & Ref Employee 5,320$ 5,586 5,837 6,071 6,283 6,472 6,666 6,866 7,072 7,284 7,503 251 O&M 01353-540100 Garage Services 16,550$ 17,378 18,246 19,159 20,117 21,122 22,179 23,288 24,452 25,674 26,958 252 O&M 01353-540300 Telephone Service Variable 3,950$ 4,148 4,355 4,573 4,801 5,041 5,293 5,558 5,836 6,128 6,434 253 O&M 01353-540500 Radio Svc-Fixed 1,390$ 1,460 1,532 1,609 1,690 1,774 1,863 1,956 2,054 2,156 2,264 254 O&M 01353-540600 Telephone Svc Fixed 2,340$ 2,457 2,580 2,709 2,844 2,986 3,136 3,293 3,457 3,630 3,812 255 O&M 01353-540700 Postal Service 150$ 158 165 174 182 191 201 211 222 233 244 256 O&M 01353-540900 Risk Mgmt Service 1,360$ 1,428 1,499 1,574 1,653 1,736 1,823 1,914 2,009 2,110 2,215 257 O&M 01353-541000 Info Technology Charge 55,370$ 58,139 61,045 64,098 67,303 70,668 74,201 77,911 81,807 85,897 90,192 258 O&M 01353-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 259 O&M 01353-542000 Employee Benefits-Fixed 1,550$ 1,628 1,709 1,794 1,884 1,978 2,077 2,181 2,290 2,405 2,525 260 O&M 01353-551300 Small Tools & Implements 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 261 Total Industrial Pretreatment Pl 895,260$ 943,005 996,747 1,048,638 1,096,693 1,145,488 1,196,540 1,249,959 1,305,857 1,364,351 1,425,567 WET Marshall Street Plant 262 PS 01354-510100 Full Time Salaries & Wages 707,200$ 739,024 779,670 822,552 863,680 906,864 952,207 999,817 1,049,808 1,102,299 1,157,414 263 PS 01354-510400 Special Pay 39,565$ 41,345 43,619 46,018 48,319 50,735 53,272 55,936 58,733 61,669 64,753 264 PS 01354-510500 Overtime 60,000$ 62,700 66,149 69,787 73,276 76,940 80,787 84,826 89,067 93,521 98,197 265 PS 01354-520400 Major Medical Ins-Emp 148,159$ 162,975 174,383 183,102 192,257 201,870 211,964 222,562 233,690 245,375 257,643 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 9 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 266 PS 01354-520600 Social Security-Employee 11,342$ 11,852 12,504 13,192 13,852 14,544 15,271 16,035 16,837 17,679 18,562 267 PS 01354-520700 Emp Pension Plan 46,751$ 54,800 68,931 79,760 83,748 87,936 92,333 96,949 101,797 106,887 112,231 268 PS 01354-520900 Workers Compensation 11,710$ 12,237 12,910 13,620 14,301 15,016 15,767 16,555 17,383 18,252 19,165 269 PS 01354-522000 CWA Life 2,589$ 2,848 3,047 3,200 3,360 3,528 3,704 3,889 4,084 4,288 4,502 270 O&M 01354-530100 Professional Services 90,000$ 94,500 98,753 102,703 106,297 109,486 112,771 116,154 119,638 123,228 126,924 271 O&M 01354-530300 Other Contractual Serv 363,600$ 381,780 398,960 414,919 429,441 442,324 455,594 469,261 483,339 497,839 512,775 272 O&M 01354-542200 Elec-Util Charges 575,000$ 603,750 630,919 656,156 679,121 699,495 720,479 742,094 764,357 787,287 810,906 273 O&M 01354-542300 Gas,Water & Sanitation Utl 120,000$ 126,000 131,670 136,937 141,730 145,981 150,361 154,872 159,518 164,303 169,233 274 O&M 01354-542500 Postage 750$ 788 823 856 886 912 940 968 997 1,027 1,058 275 O&M 01354-542800 Interfd Other Serv Chgs 59,280$ 62,244 65,356 68,624 72,055 75,658 79,441 83,413 87,584 91,963 96,561 276 O&M 01354-542900 Interfd Admin Service Chg 225,660$ 236,943 248,790 261,230 274,291 288,006 302,406 317,526 333,403 350,073 367,576 277 O&M 01354-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 278 O&M 01354-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 279 O&M 01354-543500 Dump Fee 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 280 O&M 01354-544100 Equipt Rental 75,000$ 78,750 82,294 85,586 88,581 91,238 93,976 96,795 99,699 102,690 105,770 281 O&M 01354-544600 Uniform Rental 9,000$ 9,450 9,875 10,270 10,630 10,949 11,277 11,615 11,964 12,323 12,692 282 O&M 01354-545100 Insurance 94,590$ 99,320 103,789 107,940 111,718 115,070 118,522 122,078 125,740 129,512 133,398 283 O&M 01354-546100 Ofc Equip Svc & Repair 250$ 263 274 285 295 304 313 323 332 342 353 284 O&M 01354-546200 Other Equip Svc & Repair 313,380$ 329,049 343,856 357,610 370,127 381,231 392,668 404,448 416,581 429,078 441,951 285 O&M 01354-547100 Uniforms-Employee 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 286 O&M 01354-547200 Travel Expense-Emp 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 287 O&M 01354-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 288 O&M 01354-547400 Meals-Employee 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 289 O&M 01354-548000 Other Services Or Charges 500$ 525 549 571 591 608 627 645 665 685 705 290 O&M 01354-550100 Office Supplies 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 291 O&M 01354-550400 Operating Supplies & Matls 1,000,000$ 1,050,000 1,097,250 1,141,140 1,181,080 1,216,512 1,253,008 1,290,598 1,329,316 1,369,195 1,410,271 292 O&M 01354-551000 Lab Chem Supplies 100,000$ 105,000 109,725 114,114 118,108 121,651 125,301 129,060 132,932 136,920 141,027 293 O&M 01354-551500 Medical Supplies 100$ 105 110 114 118 122 125 129 133 137 141 294 O&M 01354-552500 $1,000-$4,999 Mach & Equip 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 295 O&M 01354-557100 Memberships/Subs/Lic Emp 1,960$ 2,058 2,151 2,237 2,315 2,384 2,456 2,530 2,605 2,684 2,764 296 O&M 01354-557300 Training & Ref Employee 7,800$ 8,190 8,559 8,901 9,212 9,489 9,773 10,067 10,369 10,680 11,000 297 O&M 01354-540100 Garage Services 39,560$ 41,538 43,615 45,796 48,085 50,490 53,014 55,665 58,448 61,371 64,439 298 O&M 01354-540300 Telephone Service Variable 1,000$ 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 299 O&M 01354-540500 Radio Svc-Fixed 2,080$ 2,184 2,293 2,408 2,528 2,655 2,787 2,927 3,073 3,227 3,388 300 O&M 01354-540700 Postal Service 100$ 105 110 116 122 128 134 141 148 155 163 301 O&M 01354-540900 Risk Mgmt Service 2,950$ 3,098 3,252 3,415 3,586 3,765 3,953 4,151 4,358 4,576 4,805 302 O&M 01354-541000 Info Technology Charge 68,450$ 71,873 75,466 79,239 83,201 87,361 91,730 96,316 101,132 106,188 111,498 303 O&M 01354-541100 Bldg & Maint Dept Svc Fx 180,040$ 189,042 198,494 208,419 218,840 229,782 241,271 253,334 266,001 279,301 293,266 304 O&M 01354-541200 Custodial Service 21,650$ 22,733 23,869 25,063 26,316 27,631 29,013 30,464 31,987 33,586 35,266 305 O&M 01354-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 306 O&M 01354-541600 Bldg & Maint-Variable 17,530$ 18,407 19,327 20,293 21,308 22,373 23,492 24,666 25,900 27,195 28,555 307 O&M 01354-542000 Employee Benefits-Fixed 3,360$ 3,528 3,704 3,890 4,084 4,288 4,503 4,728 4,964 5,212 5,473 308 O&M 01354-530400 Lot Mowing 9,200$ 9,660 10,095 10,498 10,866 11,192 11,528 11,874 12,230 12,597 12,974 309 O&M 01354-543700 Fees & Permits 7,800$ 8,190 8,559 8,901 9,212 9,489 9,773 10,067 10,369 10,680 11,000 310 O&M 01354-551300 Small Tools & Implements 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 311 O&M 01354-551700 Bulk Chemicals 600,000$ 630,000 658,350 684,684 708,648 729,907 751,805 774,359 797,589 821,517 846,163 312 Total WET Marshall Street Plant 5,029,606$ 5,290,186 5,555,993 5,808,661 6,041,236 6,263,454 6,494,387 6,734,400 6,983,872 7,243,201 7,512,800 WET Northeast Plant313PS01355-510100 Full Time Salaries & Wages 667,518$ 697,556 735,922 776,398 815,217 855,978 898,777 943,716 990,902 1,040,447 1,092,469 314 PS 01355-510400 Special Pay 43,465$ 45,421 47,919 50,555 53,082 55,736 58,523 61,449 64,522 67,748 71,135 315 PS 01355-510500 Overtime 75,000$ 78,375 82,686 87,233 91,595 96,175 100,983 106,033 111,334 116,901 122,746 316 PS 01355-520400 Major Medical Ins-Emp 128,207$ 141,028 150,900 158,445 166,367 174,685 183,419 192,590 202,220 212,331 222,947 317 PS 01355-520600 Social Security-Employee 11,157$ 11,659 12,300 12,977 13,626 14,307 15,022 15,773 16,562 17,390 18,260 318 PS 01355-520700 Emp Pension Plan 45,621$ 53,388 67,156 77,706 81,591 85,671 89,954 94,452 99,174 104,133 109,340 319 PS 01355-520900 Workers Compensation 11,710$ 12,237 12,910 13,620 14,301 15,016 15,767 16,555 17,383 18,252 19,165 320 PS 01355-522000 CWA Life 2,573$ 2,830 3,028 3,180 3,339 3,506 3,681 3,865 4,058 4,261 4,474 321 O&M 01355-530100 Professional Services 92,000$ 96,600 100,947 104,985 108,659 111,919 115,277 118,735 122,297 125,966 129,745 322 O&M 01355-530300 Other Contractual Serv 630,600$ 662,130 691,926 719,603 744,789 767,133 790,147 813,851 838,267 863,415 889,317 323 O&M 01355-542200 Elec-Util Charges 700,000$ 735,000 768,075 798,798 826,756 851,559 877,105 903,419 930,521 958,437 987,190 324 O&M 01355-542300 Gas,Water & Sanitation Utl 250,000$ 262,500 274,313 285,285 295,270 304,128 313,252 322,649 332,329 342,299 352,568 325 O&M 01355-542500 Postage 500$ 525 549 571 591 608 627 645 665 685 705 326 O&M 01355-542800 Interfd Other Serv Chgs 58,190$ 61,100 64,154 67,362 70,730 74,267 77,980 81,879 85,973 90,272 94,785 327 O&M 01355-542900 Interfd Admin Service Chg 225,660$ 236,943 248,790 261,230 274,291 288,006 302,406 317,526 333,403 350,073 367,576 328 O&M 01355-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 329 O&M 01355-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 330 O&M 01355-543500 Dump Fee 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 331 O&M 01355-544100 Equipt Rental 150,000$ 157,500 164,588 171,171 177,162 182,477 187,951 193,590 199,397 205,379 211,541 332 O&M 01355-544600 Uniform Rental 12,500$ 13,125 13,716 14,264 14,763 15,206 15,663 16,132 16,616 17,115 17,628 333 O&M 01355-545100 Insurance 123,750$ 129,938 135,785 141,216 146,159 150,543 155,060 159,711 164,503 169,438 174,521 334 O&M 01355-546100 Ofc Equip Svc & Repair 500$ 525 549 571 591 608 627 645 665 685 705 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 10 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 335 O&M 01355-546200 Other Equip Svc & Repair 500,000$ 525,000 548,625 570,570 590,540 608,256 626,504 645,299 664,658 684,598 705,136 336 O&M 01355-547100 Uniforms-Employee 3,500$ 3,675 3,840 3,994 4,134 4,258 4,386 4,517 4,653 4,792 4,936 337 O&M 01355-547200 Travel Expense-Emp 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 338 O&M 01355-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 339 O&M 01355-547400 Meals-Employee 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 340 O&M 01355-548000 Other Services Or Charges 200$ 210 219 228 236 243 251 258 266 274 282 341 O&M 01355-550100 Office Supplies 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 342 O&M 01355-550400 Operating Supplies & Matls 624,000$ 655,200 684,684 712,071 736,994 759,104 781,877 805,333 829,493 854,378 880,009 343 O&M 01355-551000 Lab Chem Supplies 100,000$ 105,000 109,725 114,114 118,108 121,651 125,301 129,060 132,932 136,920 141,027 344 O&M 01355-551500 Medical Supplies 100$ 105 110 114 118 122 125 129 133 137 141 345 O&M 01355-552500 $1,000-$4,999 Mach & Equip 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 346 O&M 01355-557100 Memberships/Subs/Lic Emp 1,970$ 2,069 2,162 2,248 2,327 2,397 2,468 2,542 2,619 2,697 2,778 347 O&M 01355-557300 Training & Ref Employee 7,915$ 8,311 8,685 9,032 9,348 9,629 9,918 10,215 10,522 10,837 11,162 348 O&M 01355-540100 Garage Services 72,580$ 76,209 80,019 84,020 88,221 92,633 97,264 102,127 107,234 112,595 118,225 349 O&M 01355-540300 Telephone Service Variable 1,000$ 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 350 O&M 01355-540500 Radio Svc-Fixed 2,780$ 2,919 3,065 3,218 3,379 3,548 3,725 3,912 4,107 4,313 4,528 351 O&M 01355-540700 Postal Service 100$ 105 110 116 122 128 134 141 148 155 163 352 O&M 01355-540900 Risk Mgmt Service 2,950$ 3,098 3,252 3,415 3,586 3,765 3,953 4,151 4,358 4,576 4,805 353 O&M 01355-541000 Info Technology Charge 75,200$ 78,960 82,908 87,053 91,406 95,976 100,775 105,814 111,105 116,660 122,493 354 O&M 01355-541100 Bldg & Maint Dept Svc Fx 194,340$ 204,057 214,260 224,973 236,221 248,033 260,434 273,456 287,129 301,485 316,559 355 O&M 01355-541200 Custodial Service 11,370$ 11,939 12,535 13,162 13,820 14,511 15,237 15,999 16,799 17,639 18,521 356 O&M 01355-541500 Garage Variable 2,600$ 2,730 2,867 3,010 3,160 3,318 3,484 3,658 3,841 4,033 4,235 357 O&M 01355-541600 Bldg & Maint-Variable 23,430$ 24,602 25,832 27,123 28,479 29,903 31,398 32,968 34,617 36,348 38,165 358 O&M 01355-542000 Employee Benefits-Fixed 3,360$ 3,528 3,704 3,890 4,084 4,288 4,503 4,728 4,964 5,212 5,473 359 O&M 01355-530400 Lot Mowing 12,000$ 12,600 13,167 13,694 14,173 14,598 15,036 15,487 15,952 16,430 16,923 360 O&M 01355-543700 Fees & Permits 7,450$ 7,823 8,175 8,501 8,799 9,063 9,335 9,615 9,903 10,201 10,507 361 O&M 01355-551300 Small Tools & Implements 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 362 O&M 01355-551700 Bulk Chemicals 692,500$ 727,125 759,846 790,239 817,898 842,435 867,708 893,739 920,551 948,168 976,613 363 Total WET Northeast Plant 5,579,496$ 5,866,451 6,157,392 6,433,893 6,688,477 6,930,288 7,181,411 7,442,229 7,713,140 7,994,560 8,286,924 WET East Plant 364 PS 01356-510100 Full Time Salaries & Wages 525,438$ 549,083 579,282 611,143 641,700 673,785 707,474 742,848 779,990 818,990 859,939 365 PS 01356-510400 Special Pay 27,865$ 29,119 30,720 32,410 34,031 35,732 37,519 39,395 41,364 43,433 45,604 366 PS 01356-510500 Overtime 110,000$ 114,950 121,272 127,942 134,339 141,056 148,109 155,515 163,290 171,455 180,028 367 PS 01356-520400 Major Medical Ins-Emp 107,335$ 118,069 126,333 132,650 139,282 146,247 153,559 161,237 169,299 177,764 186,652 368 PS 01356-520600 Social Security-Employee 9,308$ 9,727 10,262 10,826 11,368 11,936 12,533 13,159 13,817 14,508 15,234 369 PS 01356-520700 Emp Pension Plan 38,784$ 45,055 56,674 65,577 68,856 72,299 75,914 79,709 83,695 87,880 92,274 370 PS 01356-520900 Workers Compensation 9,010$ 9,415 9,933 10,480 11,004 11,554 12,131 12,738 13,375 14,044 14,746 371 PS 01356-522000 CWA Life 1,950$ 2,145 2,295 2,410 2,530 2,657 2,790 2,929 3,076 3,230 3,391 372 O&M 01356-530100 Professional Services 85,000$ 89,250 93,266 96,997 100,392 103,404 106,506 109,701 112,992 116,382 119,873 373 O&M 01356-530300 Other Contractual Serv 226,100$ 237,405 248,088 258,012 267,042 275,053 283,305 291,804 300,558 309,575 318,862 374 O&M 01356-542200 Elec-Util Charges 240,000$ 252,000 263,340 273,874 283,459 291,963 300,722 309,743 319,036 328,607 338,465 375 O&M 01356-542300 Gas,Water & Sanitation Utl 32,000$ 33,600 35,112 36,516 37,795 38,928 40,096 41,299 42,538 43,814 45,129 376 O&M 01356-542500 Postage 300$ 315 329 342 354 365 376 387 399 411 423 377 O&M 01356-542800 Interfd Other Serv Chgs 44,750$ 46,988 49,337 51,804 54,394 57,114 59,969 62,968 66,116 69,422 72,893 378 O&M 01356-542900 Interfd Admin Service Chg 173,590$ 182,270 191,383 200,952 211,000 221,550 232,627 244,259 256,471 269,295 282,760 379 O&M 01356-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 380 O&M 01356-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 381 O&M 01356-543500 Dump Fee 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 382 O&M 01356-544100 Equipt Rental 35,350$ 37,118 38,788 40,339 41,751 43,004 44,294 45,623 46,991 48,401 49,853 383 O&M 01356-544600 Uniform Rental 6,000$ 6,300 6,584 6,847 7,086 7,299 7,518 7,744 7,976 8,215 8,462 384 O&M 01356-545100 Insurance 37,350$ 39,218 40,982 42,622 44,113 45,437 46,800 48,204 49,650 51,139 52,674 385 O&M 01356-546100 Ofc Equip Svc & Repair 250$ 263 274 285 295 304 313 323 332 342 353 386 O&M 01356-546200 Other Equip Svc & Repair 150,000$ 157,500 164,588 171,171 177,162 182,477 187,951 193,590 199,397 205,379 211,541 387 O&M 01356-547100 Uniforms-Employee 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 388 O&M 01356-547200 Travel Expense-Emp 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 389 O&M 01356-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 390 O&M 01356-547400 Meals-Employee 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 391 O&M 01356-548000 Other Services Or Charges 200$ 210 219 228 236 243 251 258 266 274 282 392 O&M 01356-550100 Office Supplies 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 393 O&M 01356-550400 Operating Supplies & Matls 470,000$ 493,500 515,708 536,336 555,108 571,761 588,914 606,581 624,778 643,522 662,827 394 O&M 01356-551000 Lab Chem Supplies 80,000$ 84,000 87,780 91,291 94,486 97,321 100,241 103,248 106,345 109,536 112,822 395 O&M 01356-551500 Medical Supplies 200$ 210 219 228 236 243 251 258 266 274 282 396 O&M 01356-552500 $1,000-$4,999 Mach & Equip 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 397 O&M 01356-557100 Memberships/Subs/Lic Emp 1,890$ 1,985 2,074 2,157 2,232 2,299 2,368 2,439 2,512 2,588 2,665 398 O&M 01356-557300 Training & Ref Employee 7,525$ 7,901 8,257 8,587 8,888 9,154 9,429 9,712 10,003 10,303 10,612 399 O&M 01356-540100 Garage Services 27,240$ 28,602 30,032 31,534 33,110 34,766 36,504 38,329 40,246 42,258 44,371 400 O&M 01356-540300 Telephone Service Variable 1,000$ 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 401 O&M 01356-540500 Radio Svc-Fixed 690$ 725 761 799 839 881 925 971 1,019 1,070 1,124 402 O&M 01356-540700 Postal Service 100$ 105 110 116 122 128 134 141 148 155 163 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 11 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 403 O&M 01356-540900 Risk Mgmt Service 2,270$ 2,384 2,503 2,628 2,759 2,897 3,042 3,194 3,354 3,522 3,698 404 O&M 01356-541000 Info Technology Charge 47,940$ 50,337 52,854 55,497 58,271 61,185 64,244 67,456 70,829 74,371 78,089 405 O&M 01356-541100 Bldg & Maint Dept Svc Fx 67,810$ 71,201 74,761 78,499 82,423 86,545 90,872 95,415 100,186 105,196 110,455 406 O&M 01356-541200 Custodial Service 5,200$ 5,460 5,733 6,020 6,321 6,637 6,968 7,317 7,683 8,067 8,470 407 O&M 01356-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 408 O&M 01356-541600 Bldg & Maint-Variable 22,220$ 23,331 24,498 25,722 27,009 28,359 29,777 31,266 32,829 34,471 36,194 409 O&M 01356-542000 Employee Benefits-Fixed 2,580$ 2,709 2,844 2,987 3,136 3,293 3,457 3,630 3,812 4,002 4,203 410 O&M 01356-530400 Lot Mowing 5,500$ 5,775 6,035 6,276 6,496 6,691 6,892 7,098 7,311 7,531 7,756 411 O&M 01356-543700 Fees & Permits 6,550$ 6,878 7,187 7,474 7,736 7,968 8,207 8,453 8,707 8,968 9,237 412 O&M 01356-551300 Small Tools & Implements 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 413 O&M 01356-551700 Bulk Chemicals 300,000$ 315,000 329,175 342,342 354,324 364,954 375,902 387,179 398,795 410,759 423,081 414 Total WET East Plant 2,922,995$ 3,075,533 3,235,730 3,388,718 3,529,099 3,665,459 3,807,433 3,955,267 4,109,217 4,269,550 4,436,545 Water Distribution 415 PS 02051-510100 Full Time Salaries & Wages 1,839,013$ 1,921,769 2,027,466 2,138,976 2,245,925 2,358,222 2,476,133 2,599,939 2,729,936 2,866,433 3,009,755 416 PS 02051-510400 Special Pay 59,290$ 61,958 65,366 68,961 72,409 76,029 79,831 83,822 88,013 92,414 97,035 417 PS 02051-510500 Overtime 90,000$ 94,050 99,223 104,680 109,914 115,410 121,180 127,239 133,601 140,281 147,295 418 PS 02051-520100 Life Ins $2500 Empl & Pens 20$ 22 24 25 26 27 29 30 32 33 35 419 PS 02051-520300 Samp Life Insurance 708$ 779 833 875 919 965 1,013 1,064 1,117 1,173 1,231 420 PS 02051-520400 Major Medical Ins-Emp 437,607$ 481,368 515,063 540,817 567,857 596,250 626,063 657,366 690,234 724,746 760,983 421 PS 02051-520600 Social Security-Employee 24,994$ 26,119 27,555 29,071 30,524 32,051 33,653 35,336 37,103 38,958 40,906 422 PS 02051-520700 Emp Pension Plan 121,822$ 135,055 169,884 196,572 206,401 216,721 227,557 238,935 250,882 263,426 276,597 423 PS 02051-520900 Workers Compensation 19,310$ 20,179 21,289 22,460 23,583 24,762 26,000 27,300 28,665 30,098 31,603 424 PS 02051-522000 CWA Life 7,124$ 7,836 8,385 8,804 9,244 9,707 10,192 10,702 11,237 11,798 12,388 425 O&M 02051-530100 Professional Services 30,000$ 31,500 32,918 34,234 35,432 36,495 37,590 38,718 39,879 41,076 42,308 426 O&M 02051-530300 Other Contractual Serv 19,300$ 20,265 21,177 22,024 22,795 23,479 24,183 24,909 25,656 26,425 27,218 427 O&M 02051-542100 Telephone-Util Chgs 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 428 O&M 02051-542500 Postage 200$ 210 219 228 236 243 251 258 266 274 282 429 O&M 02051-542700 Interfd Svc Chg-Other Fund 89,190$ 93,650 98,332 103,249 108,411 113,832 119,523 125,499 131,774 138,363 145,281 430 O&M 02051-542800 Interfd Other Serv Chgs 323,670$ 339,854 356,846 374,688 393,423 413,094 433,749 455,436 478,208 502,118 527,224 431 O&M 02051-542900 Interfd Admin Service Chg 659,600$ 692,580 727,209 763,569 801,748 841,835 883,927 928,123 974,530 1,023,256 1,074,419 432 O&M 02051-543100 Advertising 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 433 O&M 02051-543200 Other Promotion Activity 35,000$ 36,750 38,404 39,940 41,338 42,578 43,855 45,171 46,526 47,922 49,359 434 O&M 02051-543400 Printing & Binding 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 435 O&M 02051-544100 Equipt Rental 5,000$ 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 436 O&M 02051-544600 Uniform Rental 25,000$ 26,250 27,431 28,529 29,527 30,413 31,325 32,265 33,233 34,230 35,257 437 O&M 02051-545100 Insurance 214,200$ 224,910 235,031 244,432 252,987 260,577 268,394 276,446 284,739 293,282 302,080 438 O&M 02051-546200 Other Equip Svc & Repair 15,000$ 15,750 16,459 17,117 17,716 18,248 18,795 19,359 19,940 20,538 21,154 439 O&M 02051-546900 R & R Infrastructure 100,000$ 105,000 109,725 114,114 118,108 121,651 125,301 129,060 132,932 136,920 141,027 440 O&M 02051-547100 Uniforms-Employee 11,400$ 11,970 12,509 13,009 13,464 13,868 14,284 14,713 15,154 15,609 16,077 441 O&M 02051-547200 Travel Expense-Emp 7,500$ 7,875 8,229 8,559 8,858 9,124 9,398 9,679 9,970 10,269 10,577 442 O&M 02051-547300 Mileage Reimbursement 500$ 525 549 571 591 608 627 645 665 685 705 443 O&M 02051-547400 Meals-Employee 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 444 O&M 02051-548000 Other Services Or Charges 200$ 210 219 228 236 243 251 258 266 274 282 445 O&M 02051-550100 Office Supplies 6,000$ 6,300 6,584 6,847 7,086 7,299 7,518 7,744 7,976 8,215 8,462 446 O&M 02051-550400 Operating Supplies & Matls 735,000$ 771,750 806,479 838,738 868,094 894,137 920,961 948,589 977,047 1,006,359 1,036,549 447 O&M 02051-551500 Medical Supplies 500$ 525 549 571 591 608 627 645 665 685 705 448 O&M 02051-557100 Memberships/Subs/Lic Emp 11,240$ 11,802 12,333 12,826 13,275 13,674 14,084 14,506 14,942 15,390 15,851 449 O&M 02051-557300 Training & Ref Employee 33,751$ 35,439 37,033 38,515 39,863 41,059 42,290 43,559 44,866 46,212 47,598 450 O&M 02051-540100 Garage Services 450,140$ 472,647 496,279 521,093 547,148 574,505 603,231 633,392 665,062 698,315 733,231 451 O&M 02051-540300 Telephone Service Variable 9,330$ 9,797 10,286 10,801 11,341 11,908 12,503 13,128 13,785 14,474 15,198 452 O&M 02051-540400 Messenger Service 1,230$ 1,292 1,356 1,424 1,495 1,570 1,648 1,731 1,817 1,908 2,004 453 O&M 02051-540500 Radio Svc-Fixed 25,450$ 26,723 28,059 29,462 30,935 32,481 34,105 35,811 37,601 39,481 41,455 454 O&M 02051-540600 Telephone Svc Fixed 5,610$ 5,891 6,185 6,494 6,819 7,160 7,518 7,894 8,289 8,703 9,138 455 O&M 02051-540700 Postal Service 100$ 105 110 116 122 128 134 141 148 155 163 456 O&M 02051-540900 Risk Mgmt Service 8,610$ 9,041 9,493 9,967 10,466 10,989 11,538 12,115 12,721 13,357 14,025 457 O&M 02051-541000 Info Technology Charge 186,470$ 195,794 205,583 215,862 226,655 237,988 249,888 262,382 275,501 289,276 303,740 458 O&M 02051-541500 Garage Variable 8,000$ 8,400 8,820 9,261 9,724 10,210 10,721 11,257 11,820 12,411 13,031 459 O&M 02051-541600 Bldg & Maint-Variable 80$ 84 88 93 97 102 107 113 118 124 130 460 O&M 02051-541800 Administrative Charge 991,770$ 1,041,359 1,093,426 1,148,098 1,205,503 1,265,778 1,329,067 1,395,520 1,465,296 1,538,561 1,615,489 461 O&M 02051-542000 Employee Benefits-Fixed 9,820$ 10,311 10,827 11,368 11,936 12,533 13,160 13,818 14,509 15,234 15,996 462 CO 02051-564000 >$5,000 Machinery & Equip 25,000$ 26,250 27,431 28,529 29,527 30,413 31,325 32,265 33,233 34,230 35,257 463 CO 02051-591000 Contrib To Garage Fund 31,000$ 32,550 34,178 35,886 37,681 39,565 41,543 43,620 45,801 48,091 50,496 464 CO 02051-571300 Principal-Leased Equipment 15,270$ 15,270 15,270 15,270 15,270 15,270 15,270 15,270 15,270 15,270 15,270 464 CO 02051-571500 Principal-Interfund Loans 22,420$ 22,420 22,420 22,420 22,420 22,420 22,420 22,420 22,420 22,420 22,420 465 CO 02051-572500 Interest-Interfund Loans 1,210$ 1,210 1,210 1,210 1,210 1,210 1,210 1,210 1,210 1,210 1,210 465 CO 02051-572200 Interest Other 50,000$ 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 466 CO 02051-572300 Interest-Leased Equipt 370$ 370 370 370 370 370 370 370 370 370 370 467 O&M 02051-543700 Fees & Permits 700$ 735 768 799 827 852 877 903 931 958 987 468 O&M 02051-551300 Small Tools & Implements 15,000$ 15,750 16,459 17,117 17,716 18,248 18,795 19,359 19,940 20,538 21,154 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 12 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 469 Total Water Distribution 6,788,719$ 7,142,944 7,537,302 7,924,843 8,294,378 8,673,937 9,071,554 9,488,103 9,924,502 10,381,715 10,860,752 Water Supply 470 PS 02053-510100 Full Time Salaries & Wages 203,936$ 213,113 224,834 237,200 249,060 261,513 274,589 288,318 302,734 317,871 333,765 471 PS 02053-510400 Special Pay 2,600$ 2,717 2,866 3,024 3,175 3,334 3,501 3,676 3,860 4,053 4,255 472 PS 02053-510500 Overtime 500$ 523 551 582 611 641 673 707 742 779 818 473 PS 02053-520100 Life Ins $2500 Empl & Pens 10$ 11 12 12 13 14 14 15 16 17 17 474 PS 02053-520300 Samp Life Insurance 326$ 359 384 403 423 444 466 490 514 540 567 475 PS 02053-520400 Major Medical Ins-Emp 31,308$ 34,439 36,850 38,692 40,627 42,658 44,791 47,030 49,382 51,851 54,444 476 PS 02053-520600 Social Security-Employee 2,979$ 3,113 3,284 3,465 3,638 3,820 4,011 4,212 4,422 4,643 4,875 477 PS 02053-520700 Emp Pension Plan 13,257$ 14,063 17,690 20,468 21,492 22,567 23,695 24,880 26,124 27,430 28,801 478 PS 02053-520900 Workers Compensation 890$ 930 981 1,035 1,087 1,141 1,198 1,258 1,321 1,387 1,457 479 PS 02053-522000 CWA Life 402$ 442 473 497 522 548 575 604 634 666 699 480 O&M 02053-530100 Professional Services 35,000$ 36,750 38,404 39,940 41,338 42,578 43,855 45,171 46,526 47,922 49,359 481 O&M 02053-530300 Other Contractual Serv 30,000$ 31,500 32,918 34,234 35,432 36,495 37,590 38,718 39,879 41,076 42,308 482 PWC 02053-531100 Inv Purchase-Resale 7,426,566$ 7,420,644 7,412,990 7,403,562 7,392,316 7,379,207 2,474,732 2,499,480 2,524,474 2,549,719 2,575,216 483 O&M 02053-542200 Elec-Util Charges 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 484 O&M 02053-542700 Interfd Svc Chg-Other Fund 12,470$ 13,094 13,748 14,436 15,157 15,915 16,711 17,547 18,424 19,345 20,312 485 O&M 02053-542800 Interfd Other Serv Chgs 13,430$ 14,102 14,807 15,547 16,324 17,140 17,997 18,897 19,842 20,834 21,876 486 O&M 02053-542900 Interfd Admin Service Chg 52,070$ 54,674 57,407 60,278 63,291 66,456 69,779 73,268 76,931 80,778 84,817 487 O&M 02053-543200 Other Promotion Activity 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 488 O&M 02053-543400 Printing & Binding 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 489 O&M 02053-544100 Equipt Rental 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 490 O&M 02053-544600 Uniform Rental 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 491 O&M 02053-545100 Insurance 81,770$ 85,859 89,722 93,311 96,577 99,474 102,458 105,532 108,698 111,959 115,318 492 O&M 02053-547100 Uniforms-Employee 900$ 945 988 1,027 1,063 1,095 1,128 1,162 1,196 1,232 1,269 493 O&M 02053-547200 Travel Expense-Emp 1,200$ 1,260 1,317 1,369 1,417 1,460 1,504 1,549 1,595 1,643 1,692 494 O&M 02053-547300 Mileage Reimbursement 100$ 105 110 114 118 122 125 129 133 137 141 495 O&M 02053-547400 Meals-Employee 100$ 105 110 114 118 122 125 129 133 137 141 496 O&M 02053-550100 Office Supplies 500$ 525 549 571 591 608 627 645 665 685 705 497 O&M 02053-550400 Operating Supplies & Matls 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 498 O&M 02053-551500 Medical Supplies 100$ 105 110 114 118 122 125 129 133 137 141 499 O&M 02053-557100 Memberships/Subs/Lic Emp 500$ 525 549 571 591 608 627 645 665 685 705 500 O&M 02053-557300 Training & Ref Employee 1,975$ 2,074 2,167 2,254 2,333 2,403 2,475 2,549 2,625 2,704 2,785 501 O&M 02053-540100 Garage Services 9,090$ 9,545 10,022 10,523 11,049 11,601 12,181 12,791 13,430 14,102 14,807 502 O&M 02053-540300 Telephone Service Variable 3,380$ 3,549 3,726 3,913 4,108 4,314 4,530 4,756 4,994 5,243 5,506 503 O&M 02053-540500 Radio Svc-Fixed 690$ 725 761 799 839 881 925 971 1,019 1,070 1,124 504 O&M 02053-540900 Risk Mgmt Service 680$ 714 750 787 827 868 911 957 1,005 1,055 1,108 505 O&M 02053-541000 Info Technology Charge 75,170$ 78,929 82,875 87,019 91,370 95,938 100,735 105,772 111,060 116,613 122,444 506 O&M 02053-541100 Bldg & Maint Dept Svc Fx 3,460$ 3,633 3,815 4,005 4,206 4,416 4,637 4,869 5,112 5,368 5,636 507 O&M 02053-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 508 O&M 02053-542000 Employee Benefits-Fixed 780$ 819 860 903 948 995 1,045 1,098 1,152 1,210 1,271 509 O&M 02053-530400 Lot Mowing 3,000$ 3,150 3,292 3,423 3,543 3,650 3,759 3,872 3,988 4,108 4,231 510 O&M 02053-543700 Fees & Permits 7,300$ 7,665 8,010 8,330 8,622 8,881 9,147 9,421 9,704 9,995 10,295 511 O&M 02053-551300 Small Tools & Implements 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 512 Total Water Supply 8,033,439$ 8,058,551 8,086,584 8,111,929 8,133,038 8,152,739 3,282,587 3,343,242 3,405,806 3,470,360 3,536,989 Reclaimed Water 513 PS 02054-510100 Full Time Salaries & Wages 734,852$ 767,920 810,156 854,715 897,450 942,323 989,439 1,038,911 1,090,856 1,145,399 1,202,669 514 PS 02054-510400 Special Pay 25,095$ 26,224 27,667 29,188 30,648 32,180 33,789 35,479 37,252 39,115 41,071 515 PS 02054-510500 Overtime 28,000$ 29,260 30,869 32,567 34,195 35,905 37,701 39,586 41,565 43,643 45,825 516 PS 02054-520100 Life Ins $2500 Empl & Pens 10$ 11 12 12 13 14 14 15 16 17 17 517 PS 02054-520300 Samp Life Insurance 253$ 278 298 313 328 345 362 380 399 419 440 518 PS 02054-520400 Major Medical Ins-Emp 186,008$ 204,609 218,931 229,878 241,372 253,440 266,113 279,418 293,389 308,058 323,461 519 PS 02054-520600 Social Security-Employee 10,891$ 11,381 12,007 12,667 13,301 13,966 14,664 15,397 16,167 16,976 17,824 520 PS 02054-520700 Emp Pension Plan 48,271$ 53,521 67,324 77,900 81,795 85,885 90,179 94,688 99,422 104,393 109,613 521 PS 02054-520900 Workers Compensation 10,810$ 11,296 11,918 12,573 13,202 13,862 14,555 15,283 16,047 16,849 17,692 522 PS 02054-522000 CWA Life 3,132$ 3,445 3,686 3,871 4,064 4,267 4,481 4,705 4,940 5,187 5,446 523 O&M 02054-530100 Professional Services 20,000$ 21,000 21,945 22,823 23,622 24,330 25,060 25,812 26,586 27,384 28,205 524 O&M 02054-530300 Other Contractual Serv 3,700$ 3,885 4,060 4,222 4,370 4,501 4,636 4,775 4,918 5,066 5,218 525 O&M 02054-542500 Postage 100$ 105 110 114 118 122 125 129 133 137 141 526 O&M 02054-542800 Interfd Other Serv Chgs 76,090$ 79,895 83,889 88,084 92,488 97,112 101,968 107,066 112,420 118,041 123,943 527 O&M 02054-542900 Interfd Admin Service Chg 295,080$ 309,834 325,326 341,592 358,672 376,605 395,435 415,207 435,968 457,766 480,654 528 O&M 02054-543400 Printing & Binding 2,500$ 2,625 2,743 2,853 2,953 3,041 3,133 3,226 3,323 3,423 3,526 529 O&M 02054-543900 Other Refunds 1,000$ 1,000 1,045 1,087 1,125 1,159 1,193 1,229 1,266 1,304 1,343 530 O&M 02054-544600 Uniform Rentals 13,000$ 13,650 14,264 14,835 15,354 15,815 16,289 16,778 17,281 17,800 18,334 531 O&M 02054-545100 Insurance 31,360$ 32,928 34,410 35,786 37,039 38,150 39,294 40,473 41,687 42,938 44,226 532 O&M 02054-546200 Other Equip Svc & Repair 2,400$ 2,520 2,633 2,739 2,835 2,920 3,007 3,097 3,190 3,286 3,385 533 O&M 02054-547100 Uniforms-Employee 5,100$ 5,355 5,596 5,820 6,024 6,204 6,390 6,582 6,780 6,983 7,192 534 O&M 02054-547200 Travel Expense-Emp 4,150$ 4,358 4,554 4,736 4,901 5,049 5,200 5,356 5,517 5,682 5,853 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 13 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 535 O&M 02054-547300 Mileage Reimbursement 300$ 315 329 342 354 365 376 387 399 411 423 536 O&M 02054-547400 Meals-Employee 550$ 578 603 628 650 669 689 710 731 753 776 537 O&M 02054-548000 Other Services Or Charges 200$ 210 219 228 236 243 251 258 266 274 282 538 O&M 02054-550100 Office Supplies 1,400$ 1,470 1,536 1,598 1,654 1,703 1,754 1,807 1,861 1,917 1,974 539 O&M 02054-550400 Operating Supplies & Matls 155,000$ 162,750 170,074 176,877 183,067 188,559 194,216 200,043 206,044 212,225 218,592 540 O&M 02054-551500 Medical Supplies 200$ 210 219 228 236 243 251 258 266 274 282 541 O&M 02054-552500 $1,000-$4,999 Mach & Equip 5,000$ 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 542 O&M 02054-557100 Memberships/Subs/Lic Emp 1,070$ 1,124 1,174 1,221 1,264 1,302 1,341 1,381 1,422 1,465 1,509 543 O&M 02054-557300 Training & Ref Employee 24,222$ 25,433 26,578 27,641 28,608 29,466 30,350 31,261 32,199 33,165 34,160 544 O&M 02054-540100 Garage Services 126,640$ 132,972 139,621 146,602 153,932 161,628 169,710 178,195 187,105 196,460 206,283 545 O&M 02054-540300 Telephone Service Variable 6,810$ 7,151 7,508 7,883 8,278 8,691 9,126 9,582 10,061 10,565 11,093 546 O&M 02054-540500 Radio Svc-Fixed 11,810$ 12,401 13,021 13,672 14,355 15,073 15,827 16,618 17,449 18,321 19,237 547 O&M 02054-540900 Risk Mgmt Service 3,850$ 4,043 4,245 4,457 4,680 4,914 5,159 5,417 5,688 5,973 6,271 548 O&M 02054-541000 Info Technology Charge 83,890$ 88,085 92,489 97,113 101,969 107,067 112,421 118,042 123,944 130,141 136,648 549 O&M 02054-541500 Garage Variable 20,000$ 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 550 O&M 02054-541800 Administrative Charge 243,270$ 255,434 268,205 281,615 295,696 310,481 326,005 342,305 359,421 377,392 396,261 551 O&M 02054-542000 Employee Benefits-Fixed 4,390$ 4,610 4,840 5,082 5,336 5,603 5,883 6,177 6,486 6,810 7,151 552 CO 02054-572200 Interest Other 2,000$ 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 553 O&M 02054-551300 Small Tools & Implements 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 554 Total Reclaimed Water 2,202,404$ 2,320,633 2,454,612 2,585,830 2,710,208 2,838,976 2,973,983 3,115,535 3,263,953 3,419,575 3,582,753 Water Supply RO 1 555 PS 02056-510100 Full Time Salaries & Wages 412,636$ 431,205 454,921 479,942 503,939 529,136 555,592 583,372 612,541 643,168 675,326 556 PS 02056-510400 Special Pay 34,195$ 35,734 37,699 39,773 41,761 43,849 46,042 48,344 50,761 53,299 55,964 557 PS 02056-510500 Overtime 50,000$ 52,250 55,124 58,156 61,063 64,117 67,322 70,688 74,223 77,934 81,831 558 PS 02056-520400 Major Medical Ins-Emp 105,368$ 115,905 124,018 130,219 136,730 143,566 150,745 158,282 166,196 174,506 183,231 559 PS 02056-520600 Social Security-Employee 7,022$ 7,338 7,742 8,167 8,576 9,005 9,455 9,927 10,424 10,945 11,492 560 PS 02056-520700 Emp Pension Plan 29,275$ 33,747 42,450 49,119 51,575 54,154 56,861 59,704 62,690 65,824 69,115 561 PS 02056-520900 Workers Compensation 2,370$ 2,477 2,613 2,757 2,894 3,039 3,191 3,351 3,518 3,694 3,879 562 PS 02056-522000 CWA Life 1,608$ 1,769 1,893 1,987 2,087 2,191 2,300 2,416 2,536 2,663 2,796 563 O&M 02056-530100 Professional Services 30,000$ 31,500 32,918 34,234 35,432 36,495 37,590 38,718 39,879 41,076 42,308 564 O&M 02056-530300 Other Contractual Serv 61,000$ 64,050 66,932 69,610 72,046 74,207 76,433 78,726 81,088 83,521 86,027 565 O&M 02056-542200 Elec-Util Charges 575,000$ 603,750 630,919 656,156 679,121 699,495 720,479 742,094 764,357 787,287 810,906 566 O&M 02056-542300 Gas,Water & Sanitation Utl 5,000$ 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 567 O&M 02056-542500 Postage 200$ 210 219 228 236 243 251 258 266 274 282 568 O&M 02056-542800 Interfd Other Serv Chgs 35,810$ 37,601 39,481 41,455 43,527 45,704 47,989 50,388 52,908 55,553 58,331 569 O&M 02056-542900 Interfd Admin Service Chg 138,860$ 145,803 153,093 160,748 168,785 177,224 186,086 195,390 205,159 215,417 226,188 570 O&M 02056-543100 Advertising 500$ 525 549 571 591 608 627 645 665 685 705 571 O&M 02056-543200 Other Promotion Activity 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 572 O&M 02056-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 573 O&M 02056-543500 Dump Fee 16,000$ 16,800 17,556 18,258 18,897 19,464 20,048 20,650 21,269 21,907 22,564 574 O&M 02056-544100 Equipt Rental 12,500$ 13,125 13,716 14,264 14,763 15,206 15,663 16,132 16,616 17,115 17,628 575 O&M 02056-544600 Uniform Rental 6,000$ 6,300 6,584 6,847 7,086 7,299 7,518 7,744 7,976 8,215 8,462 576 O&M 02056-545100 Insurance 1,390$ 1,460 1,525 1,586 1,642 1,691 1,742 1,794 1,848 1,903 1,960 577 O&M 02056-546200 Other Equip Svc & Repair 83,000$ 87,150 91,072 94,715 98,030 100,971 104,000 107,120 110,333 113,643 117,053 578 O&M 02056-547100 Uniforms-Employee 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 579 O&M 02056-547200 Travel Expense-Emp 1,800$ 1,890 1,975 2,054 2,126 2,190 2,255 2,323 2,393 2,465 2,538 580 O&M 02056-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 581 O&M 02056-547400 Meals-Employee 200$ 210 219 228 236 243 251 258 266 274 282 582 O&M 02056-550100 Office Supplies 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 583 O&M 02056-550400 Operating Supplies & Matls 300,000$ 315,000 329,175 342,342 354,324 364,954 375,902 387,179 398,795 410,759 423,081 584 O&M 02056-551000 Lab Chem Supplies 40,000$ 42,000 43,890 45,646 47,243 48,660 50,120 51,624 53,173 54,768 56,411 585 O&M 02056-551500 Medical Supplies 200$ 210 219 228 236 243 251 258 266 274 282 586 O&M 02056-557100 Memberships/Subs/Lic Emp 750$ 788 823 856 886 912 940 968 997 1,027 1,058 587 O&M 02056-557300 Training & Ref Employee 5,800$ 6,090 6,364 6,619 6,850 7,056 7,267 7,485 7,710 7,941 8,180 588 O&M 02056-540100 Garage Services 28,080$ 29,484 30,958 32,506 34,131 35,838 37,630 39,511 41,487 43,561 45,739 589 O&M 02056-540500 Radio Svc-Fixed 2,080$ 2,184 2,293 2,408 2,528 2,655 2,787 2,927 3,073 3,227 3,388 590 O&M 02056-540900 Risk Mgmt Service 1,810$ 1,901 1,996 2,095 2,200 2,310 2,426 2,547 2,674 2,808 2,948 591 O&M 02056-541000 Info Technology Charge 37,260$ 39,123 41,079 43,133 45,290 47,554 49,932 52,429 55,050 57,802 60,693 592 O&M 02056-541100 Bldg & Maint Dept Svc Fx 53,280$ 55,944 58,741 61,678 64,762 68,000 71,400 74,970 78,719 82,655 86,788 593 O&M 02056-541200 Custodial Service 1,500$ 1,575 1,654 1,736 1,823 1,914 2,010 2,111 2,216 2,327 2,443 594 O&M 02056-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 595 O&M 02056-541600 Bldg & Maint-Variable 80$ 84 88 93 97 102 107 113 118 124 130 596 O&M 02056-542000 Employee Benefits-Fixed 2,060$ 2,163 2,271 2,385 2,504 2,629 2,761 2,899 3,044 3,196 3,356 597 O&M 02056-530400 Lot Mowing 4,600$ 4,830 5,047 5,249 5,433 5,596 5,764 5,937 6,115 6,298 6,487 598 O&M 02056-551300 Small Tools & Implements 3,000$ 3,150 3,292 3,423 3,543 3,650 3,759 3,872 3,988 4,108 4,231 599 O&M 02056-551700 Bulk Chemicals 242,100$ 254,205 265,644 276,270 285,939 294,518 303,353 312,454 321,827 331,482 341,427 600 Total Water Supply RO 1 2,337,534$ 2,460,237$ 2,587,946$ 2,709,387$ 2,820,999$ 2,929,127$ 3,041,673$ 3,158,830$ 3,280,796$ 3,407,781$ 3,540,004$ Water Supply RO 2 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 14 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 601 PS 02057-510100 Full Time Salaries & Wages 423,226$ 442,271 466,596 492,259 516,872 542,715 569,851 598,344 628,261 659,674 692,658 602 PS 02057-510400 Special Pay 36,795$ 38,451 40,566 42,797 44,937 47,183 49,542 52,020 54,621 57,352 60,219 603 PS 02057-510500 Overtime 50,000$ 52,250 55,124 58,156 61,063 64,117 67,322 70,688 74,223 77,934 81,831 604 PS 02057-520400 Major Medical Ins-Emp 95,979$ 105,577 112,967 118,616 124,546 130,774 137,312 144,178 151,387 158,956 166,904 605 PS 02057-520600 Social Security-Employee 7,079$ 7,398 7,804 8,234 8,645 9,078 9,531 10,008 10,508 11,034 11,586 606 PS 02057-520700 Emp Pension Plan 30,030$ 34,643 43,577 50,423 52,944 55,591 58,371 61,289 64,354 67,572 70,950 607 PS 02057-520900 Workers Compensation 2,370$ 2,477 2,613 2,757 2,894 3,039 3,191 3,351 3,518 3,694 3,879 608 PS 02057-522000 CWA Life 1,608$ 1,769 1,893 1,987 2,087 2,191 2,300 2,416 2,536 2,663 2,796 609 O&M 02057-530100 Professional Services 82,000$ 86,100 89,975 93,573 96,849 99,754 102,747 105,829 109,004 112,274 115,642 610 O&M 02057-530300 Other Contractual Serv 44,500$ 46,725 48,828 50,781 52,558 54,135 55,759 57,432 59,155 60,929 62,757 611 O&M 02057-542200 Elec-Util Charges 400,000$ 420,000 438,900 456,456 472,432 486,605 501,203 516,239 531,726 547,678 564,108 612 O&M 02057-542300 Gas,Water & Sanitation Utl 75,000$ 78,750 82,294 85,586 88,581 91,238 93,976 96,795 99,699 102,690 105,770 613 O&M 02057-542500 Postage 400$ 420 439 456 472 487 501 516 532 548 564 614 O&M 02057-542800 Interfd Other Serv Chgs 35,810$ 37,601 39,481 41,455 43,527 45,704 47,989 50,388 52,908 55,553 58,331 615 O&M 02057-542900 Interfd Admin Service Chg 138,860$ 145,803 153,093 160,748 168,785 177,224 186,086 195,390 205,159 215,417 226,188 616 O&M 02057-543100 Advertising 200$ 210 219 228 236 243 251 258 266 274 282 617 O&M 02057-543200 Other Promotion Activity 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 618 O&M 02057-543400 Printing & Binding 500$ 525 549 571 591 608 627 645 665 685 705 619 O&M 02057-544100 Equipt Rental 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 620 O&M 02057-544600 Uniform Rental 6,000$ 6,300 6,584 6,847 7,086 7,299 7,518 7,744 7,976 8,215 8,462 621 O&M 02057-545100 Insurance 2,190$ 2,300 2,403 2,499 2,587 2,664 2,744 2,826 2,911 2,999 3,088 622 O&M 02057-546200 Other Equip Svc & Repair 60,000$ 63,000 65,835 68,468 70,865 72,991 75,180 77,436 79,759 82,152 84,616 623 O&M 02057-547100 Uniforms-Employee 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 624 O&M 02057-547200 Travel Expense-Emp 1,800$ 1,890 1,975 2,054 2,126 2,190 2,255 2,323 2,393 2,465 2,538 625 O&M 02057-547300 Mileage Reimbursement 200$ 210 219 228 236 243 251 258 266 274 282 626 O&M 02057-547400 Meals-Employee 300$ 315 329 342 354 365 376 387 399 411 423 627 O&M 02057-550100 Office Supplies 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 628 O&M 02057-550400 Operating Supplies & Matls 350,000$ 367,500 384,038 399,399 413,378 425,779 438,553 451,709 465,261 479,218 493,595 629 O&M 02057-551000 Lab Chem Supplies 50,000$ 52,500 54,863 57,057 59,054 60,826 62,650 64,530 66,466 68,460 70,514 630 O&M 02057-551500 Medical Supplies 200$ 210 219 228 236 243 251 258 266 274 282 631 O&M 02057-557100 Memberships/Subs/Lic Emp 1,580$ 1,659 1,734 1,803 1,866 1,922 1,980 2,039 2,100 2,163 2,228 632 O&M 02057-557300 Training & Ref Employee 6,250$ 6,563 6,858 7,132 7,382 7,603 7,831 8,066 8,308 8,557 8,814 633 O&M 02057-540100 Garage Services 35,950$ 37,748 39,635 41,617 43,697 45,882 48,176 50,585 53,115 55,770 58,559 634 O&M 02057-540500 Radio Svc-Fixed 2,080$ 2,184 2,293 2,408 2,528 2,655 2,787 2,927 3,073 3,227 3,388 635 O&M 02057-540700 Postal Service 100$ 105 110 116 122 128 134 141 148 155 163 636 O&M 02057-540900 Risk Mgmt Service 1,810$ 1,901 1,996 2,095 2,200 2,310 2,426 2,547 2,674 2,808 2,948 637 O&M 02057-541000 Info Technology Charge 31,690$ 33,275 34,938 36,685 38,519 40,445 42,468 44,591 46,821 49,162 51,620 638 O&M 02057-541100 Bldg & Maint Dept Svc Fx 67,760$ 71,148 74,705 78,441 82,363 86,481 90,805 95,345 100,112 105,118 110,374 639 O&M 02057-541200 Custodial Service 5,790$ 6,080 6,383 6,703 7,038 7,390 7,759 8,147 8,554 8,982 9,431 640 O&M 02057-541500 Garage Variable 500$ 525 551 579 608 638 670 704 739 776 814 641 O&M 02057-541600 Bldg & Maint-Variable 5,750$ 6,038 6,339 6,656 6,989 7,339 7,706 8,091 8,495 8,920 9,366 642 O&M 02057-542000 Employee Benefits-Fixed 2,070$ 2,174 2,282 2,396 2,516 2,642 2,774 2,913 3,058 3,211 3,372 643 O&M 02057-530400 Lot Mowing 4,600$ 4,830 5,047 5,249 5,433 5,596 5,764 5,937 6,115 6,298 6,487 644 O&M 02057-543700 Fees & Permits 11,000$ 11,550 12,070 12,553 12,992 13,382 13,783 14,197 14,622 15,061 15,513 645 O&M 02057-551300 Small Tools & Implements 3,000$ 3,150 3,292 3,423 3,543 3,650 3,759 3,872 3,988 4,108 4,231 646 O&M 02057-551700 Bulk Chemicals 220,000$ 231,000 241,395 251,051 259,838 267,633 275,662 283,932 292,449 301,223 310,260 647 CO 02057-571500 Principal-Interfund Loans 12,140$ 12,140 12,140 12,140 12,140 12,140 12,140 12,140 12,140 12,140 12,140 648 CO 02057-572500 Interest-Interfund Loans 760$ 760 760 760 760 760 760 760 760 760 760 649 Total Water Supply RO 2 2,321,877$ 2,442,720 2,569,271 2,689,986 2,801,011 2,908,912 3,021,263 3,138,258 3,260,100 3,387,001 3,519,184 Water Supply RO 3 650 O&M 02058-530100 Professional Services 25,000$ 26,250 27,431 28,529 29,527 30,413 31,325 32,265 33,233 34,230 35,257 651 O&M 02058-530300 Other Contractual Serv 31,500$ 33,075 34,563 35,946 37,204 38,320 39,470 40,654 41,873 43,130 44,424 652 O&M 02058-542200 Elec-Util Charges 150,000$ 157,500 164,588 171,171 177,162 182,477 187,951 193,590 199,397 205,379 211,541 653 O&M 02058-542300 Gas,Water & Sanitation Utl 5,500$ 5,775 6,035 6,276 6,496 6,691 6,892 7,098 7,311 7,531 7,756 654 O&M 02058-542500 Postage 200$ 210 219 228 236 243 251 258 266 274 282 655 O&M 02058-542800 Interfd Other Serv Chgs 770$ 809 849 891 936 983 1,032 1,083 1,138 1,195 1,254 656 O&M 02058-543100 Advertising 200$ 210 219 228 236 243 251 258 266 274 282 657 O&M 02058-543400 Printing & Binding 200$ 210 219 228 236 243 251 258 266 274 282 658 O&M 02058-544100 Equipt Rental 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 659 O&M 02058-545100 Insurance 200$ 210 219 228 236 243 251 258 266 274 282 660 O&M 02058-546200 Other Equip Svc & Repair 65,000$ 68,250 71,321 74,174 76,770 79,073 81,445 83,889 86,406 88,998 91,668 661 O&M 02058-550100 Office Supplies 150$ 158 165 171 177 182 188 194 199 205 212 662 O&M 02058-550400 Operating Supplies & Matls 165,000$ 173,250 181,046 188,288 194,878 200,725 206,746 212,949 219,337 225,917 232,695 663 O&M 02058-551000 Lab Chem Supplies 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 664 O&M 02058-540100 Garage Services 2,580$ 2,709 2,844 2,987 3,136 3,293 3,457 3,630 3,812 4,002 4,203 665 O&M 02058-541000 Info Technology Charge 12,720$ 13,356 14,024 14,725 15,461 16,234 17,046 17,898 18,793 19,733 20,720 666 O&M 02058-541100 Bldg & Maint Dept Svc Fx 52,340$ 54,957 57,705 60,590 63,620 66,801 70,141 73,648 77,330 81,197 85,256 667 O&M 02058-541600 Bldg & Maint-Variable 380$ 399 419 440 462 485 509 535 561 590 619 668 O&M 02058-530400 Lot Mowing 4,000$ 4,200 4,389 4,565 4,724 4,866 5,012 5,162 5,317 5,477 5,641 669 O&M 02058-543700 Fees & Permits 300$ 315 329 342 354 365 376 387 399 411 423 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 15 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 670 O&M 02058-551300 Small Tools & Implements 3,000$ 3,150 3,292 3,423 3,543 3,650 3,759 3,872 3,988 4,108 4,231 671 O&M 02058-551700 Bulk Chemicals 50,000$ 52,500 54,863 57,057 59,054 60,826 62,650 64,530 66,466 68,460 70,514 672 Total Water Supply RO 3 589,040$ 618,492 646,685 673,311 698,071 720,686 744,062 768,228 793,211 819,040 845,745 Lift Stations Maintenance 673 PS 01348-510100 Salaries & Wages-Full Time 177,278$ 185,256 195,445 206,194 216,504 227,329 238,695 250,630 263,162 276,320 290,136 674 PS 01348-510400 Special Pay 8,791$ 9,187 9,692 10,225 10,736 11,273 11,837 12,428 13,050 13,702 14,387 675 PS 01348-510500 Salaries & Wages-Overtime 19,000$ 19,855 20,947 22,099 23,204 24,364 25,582 26,862 28,205 29,615 31,096 676 PS 01348-520400 Major Medical Insurance 41,744$ 45,918 49,133 51,589 54,169 56,877 59,721 62,707 65,843 69,135 72,591 677 PS 01348-520600 Social Security 2,892$ 3,022 3,188 3,364 3,532 3,708 3,894 4,089 4,293 4,508 4,733 678 PS 01348-520700 Emp Pension Plan 12,583$ 13,929 17,521 20,274 21,288 22,352 23,470 24,643 25,875 27,169 28,528 679 PS 01348-520900 Workers Compensation 1,180$ 1,233 1,301 1,372 1,441 1,513 1,589 1,668 1,752 1,839 1,931 680 PS 01348-522000 Life Insurance-CWA 804$ 884 946 994 1,043 1,095 1,150 1,208 1,268 1,332 1,398 681 O&M 01348-530100 Professional Services 25,000$ 26,250 27,431 28,529 29,527 30,413 31,325 32,265 33,233 34,230 35,257 682 O&M 01348-530300 Other Contractual Serv 7,210$ 7,571 7,911 8,228 8,516 8,771 9,034 9,305 9,584 9,872 10,168 683 O&M 01348-530400 Lot Mowing 1,500$ 1,575 1,646 1,712 1,772 1,825 1,880 1,936 1,994 2,054 2,115 684 O&M 01348-542200 Utilities-Electric 260,000$ 273,000 285,285 296,696 307,081 316,293 325,782 335,555 345,622 355,991 366,671 685 O&M 01348-542300 Utilities-Gas Water Sanitation 16,000$ 16,800 17,556 18,258 18,897 19,464 20,048 20,650 21,269 21,907 22,564 686 O&M 01348-542500 Postage 500$ 525 549 571 591 608 627 645 665 685 705 687 O&M 01348-542700 Interfund Svc Chgs-Enterprise 7,450$ 7,823 8,214 8,624 9,056 9,508 9,984 10,483 11,007 11,557 12,135 688 O&M 01348-542800 Interfund Svc Chgs-Gen Fd Ops 33,840$ 35,532 37,309 39,174 41,133 43,189 45,349 47,616 49,997 52,497 55,122 689 O&M 01348-542900 Interfund Svc Chgs-Gen Fd Adm 69,430$ 72,902 76,547 80,374 84,393 88,612 93,043 97,695 102,580 107,709 113,094 690 O&M 01348-543100 Advertising 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 691 O&M 01348-543400 Printing Services 70$ 74 77 80 83 85 88 90 93 96 99 692 O&M 01348-544100 Rentals-Equipment 10,000$ 10,500 10,973 11,411 11,811 12,165 12,530 12,906 13,293 13,692 14,103 693 O&M 01348-544600 Rentals-Uniforms 2,000$ 2,100 2,195 2,282 2,362 2,433 2,506 2,581 2,659 2,738 2,821 694 O&M 01348-545100 Ins Premiums 350$ 368 384 399 413 426 439 452 465 479 494 695 O&M 01348-546200 Repairs & Svc-Other Equip 200,000$ 210,000 219,450 228,228 236,216 243,302 250,602 258,120 265,863 273,839 282,054 696 O&M 01348-547100 Uniforms-Employee 1,200$ 1,260 1,317 1,369 1,417 1,460 1,504 1,549 1,595 1,643 1,692 697 O&M 01348-547200 Travel Expense-Employee 1,120$ 1,176 1,229 1,278 1,323 1,362 1,403 1,445 1,489 1,533 1,580 698 O&M 01348-547300 Mileage Reimb-Employee 200$ 210 219 228 236 243 251 258 266 274 282 699 O&M 01348-547400 Meals-Employee 300$ 315 329 342 354 365 376 387 399 411 423 700 O&M 01348-548000 Other Charges 30$ 32 33 34 35 36 38 39 40 41 42 701 O&M 01348-550100 Office Supplies 1,000$ 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 702 O&M 01348-550400 Operating Supplies 200,000$ 210,000 219,450 228,228 236,216 243,302 250,602 258,120 265,863 273,839 282,054 703 O&M 01348-551000 Lab Chem Supplies 12,000$ 12,600 13,167 13,694 14,173 14,598 15,036 15,487 15,952 16,430 16,923 704 O&M 01348-551500 Medical Supplies 30$ 32 33 34 35 36 38 39 40 41 42 705 O&M 01348-557100 Memberships Subs Lic Emp 940$ 987 1,031 1,073 1,110 1,144 1,178 1,213 1,250 1,287 1,326 706 O&M 01348-557300 Training & Ref Emp 4,450$ 4,673 4,883 5,078 5,256 5,413 5,576 5,743 5,915 6,093 6,276 707 O&M 01348-541000 Info Tech Chgs-Fixed 28,710$ 30,146 31,653 33,235 34,897 36,642 38,474 40,398 42,418 44,539 46,766 708 O&M 01348-540100 Garage Services-Fixed 39,070$ 41,024 43,075 45,228 47,490 49,864 52,358 54,975 57,724 60,610 63,641 709 O&M 01348-541500 Garage Services-Variable 500$ 525 551 579 608 638 670 704 739 776 814 710 O&M 01348-541600 Bldg & Maint Chgs-Variable 3,140$ 3,297 3,462 3,635 3,817 4,008 4,208 4,418 4,639 4,871 5,115 711 O&M 01348-543700 Fees & Permits 30$ 32 33 34 35 36 38 39 40 41 42 712 O&M 01348-551300 Small Tools & Implements 3,000$ 3,150 3,292 3,423 3,543 3,650 3,759 3,872 3,988 4,108 4,231 713 Total Lift Stations Maintenance 1,194,342$ 1,255,858 1,319,649 1,380,454 1,436,674 1,490,841 1,547,185 1,605,801 1,666,786 1,730,240 1,796,271 Total Expenses by Category 714 PS Personal Services 13,949,699$ 14,796,433 15,796,012 16,746,422 17,583,743 18,462,931 19,386,077 20,355,381 21,373,150 22,441,807 23,563,898 715 PWC Purchased Water Cost 7,426,566 7,420,644 7,412,990 7,403,562 7,392,316 7,379,207 2,474,732 2,499,480 2,524,474 2,549,719 2,575,216 716 O&M Operations & Maintenance 27,223,266 28,584,379 29,926,896 31,242,034 32,521,453 33,757,424 35,043,490 36,381,805 37,774,620 39,224,288 40,733,267 717 CO Capital Outlay (Equip & Lease Purchase Program)518,730 524,480 530,386 536,445 542,653 549,008 555,664 562,634 569,934 577,579 585,587 718 Total Expenses 49,118,261$ 51,325,936 53,666,284 55,928,463 58,040,165 60,148,570 57,459,963 59,799,299 62,242,178 64,793,394 67,457,968 Expense Execution Factors 719 Personal Services 100%100%100%100%100%100%100%100%100%100%100% 720 Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100% 721 Operations & Maintenance 2 98%98%98%98%98%98%98%98%98%98%98% 722 Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Total Expenses at Execution 723 Personal Services 13,949,699$ 14,796,433 15,796,012 16,746,422 17,583,743 18,462,931 19,386,077 20,355,381 21,373,150 22,441,807 23,563,898 724 Purchased Water Cost 7,426,566 7,420,644 7,412,990 7,403,562 7,392,316 7,379,207 2,474,732 2,499,480 2,524,474 2,549,719 2,575,216 725 Operations & Maintenance 26,678,801 28,012,692 29,328,358 30,617,194 31,871,024 33,082,275 34,342,620 35,654,169 37,019,128 38,439,802 39,918,601 726 Capital Outlay (Equip & Lease Purchase Program)518,730 524,480 530,386 536,445 542,653 549,008 555,664 562,634 569,934 577,579 585,587 727 Total Expenses at Execution 48,573,796$ 50,754,249 53,067,747 55,303,622 57,389,736 59,473,421 56,759,093 59,071,663 61,486,686 64,008,908 66,643,303 Transfers Out Renewal & Replacement Transfers by Department 3 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 16 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Code Expense Line Item 1 A FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 728 Wastewater Collection 2,244,390$ 962,999 1,000,680 1,026,102 1,046,070 1,067,110 1,091,965 1,129,973 1,171,198 1,214,262 1,259,003 729 WET Marshall Street Plant 1,556,670 667,919 694,055 711,686 725,536 740,129 757,368 783,730 812,323 842,191 873,223 730 WET Northeast Plant 1,106,670 474,838 493,418 505,953 515,799 526,173 538,429 557,170 577,498 598,732 620,793 731 WET East Plant 2,141,660 918,920 954,877 979,135 998,189 1,018,266 1,041,984 1,078,252 1,117,590 1,158,683 1,201,376 732 Water Distribution 2,550,000 1,094,127 1,136,939 1,165,822 1,188,509 1,212,414 1,240,654 1,283,837 1,330,676 1,379,604 1,430,437 733 Reclaimed Water 1,415,310 607,266 631,028 647,059 659,651 672,918 688,592 712,560 738,556 765,713 793,926 734 Water Supply RO 1 300,000 128,721 133,758 137,156 139,825 142,637 145,959 151,040 156,550 162,306 168,287 735 Water Supply RO 2 200,000 85,814 89,172 91,437 93,216 95,091 97,306 100,693 104,367 108,204 112,191 736 Water Supply RO 3 450,000 193,081 200,636 205,733 209,737 213,955 218,939 226,560 234,825 243,460 252,430 737 Additional R&R2 7,000,000 8,000,000 9,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 Payment in Lieu of Taxes By Department 738 Pub Util Administration 435,210$ 483,121 496,014 509,502 523,377 537,651 552,335 572,348 593,125 614,696 637,093 739 Wastewater Collection 638,880 709,212 728,139 747,939 768,308 789,261 810,817 840,195 870,696 902,362 935,240 740 Wastewater Maintenance 741,100 822,685 844,640 867,609 891,236 915,542 940,547 974,626 1,010,006 1,046,738 1,084,877 741 WPC Plant Operations 51,110 56,736 58,251 59,835 61,464 63,140 64,865 67,215 69,655 72,188 74,819 742 WPC Laboratory Operations 75,900 84,256 86,504 88,856 91,276 93,766 96,326 99,817 103,440 107,202 111,108 743 Industrial Pretreatment Pl 153,330 170,209 174,752 179,504 184,392 189,421 194,595 201,645 208,965 216,565 224,456 744 WET Marshall Street Plant 332,220 368,793 378,635 388,931 399,523 410,419 421,628 436,905 452,765 469,231 486,328 745 WET Northeast Plant 332,220 368,793 378,635 388,931 399,523 410,419 421,628 436,905 452,765 469,231 486,328 746 WET East Plant 255,550 283,682 291,253 299,173 307,321 315,702 324,324 336,076 348,275 360,942 374,093 747 Water Distribution 971,090 1,077,993 1,106,762 1,136,859 1,167,819 1,199,668 1,232,432 1,277,087 1,323,447 1,371,579 1,421,553 748 Water Supply 76,660 85,099 87,370 89,746 92,190 94,704 97,291 100,816 104,476 108,275 112,221 749 Reclaimed Water 434,440 482,266 495,136 508,601 522,451 536,700 551,358 571,335 592,075 613,608 635,965 750 Water Supply RO 1 204,440 226,946 233,003 239,339 245,857 252,562 259,459 268,860 278,620 288,753 299,274 751 Water Supply RO 2 204,440 226,946 233,003 239,339 245,857 252,562 259,459 268,860 278,620 288,753 299,274 752 Lift Stations Maintenance 102,220 113,473 116,501 119,669 122,928 126,281 129,730 134,430 139,310 144,377 149,637 753 Total Transfers Out 23,973,510$ 18,693,895 20,043,160 21,333,917 21,600,056 21,876,493 22,177,991 22,610,936 23,069,824 23,547,657 24,043,931 754 Debt Service 755 Series 2011 Principal 2,020,000$ - - - - - - - - - - 756 Series 2011 Interest 50,500 - - - - - - - - - - 757 Series 2017 Principal 700,000 730,000 770,000 805,000 850,000 885,000 930,000 975,000 1,020,000 1,070,000 1,125,000 758 Series 2017 Interest 2,950,050 2,914,300 2,876,800 2,837,425 2,796,050 2,752,675 2,707,300 2,659,675 2,609,800 2,557,550 2,502,675 759 Series 2017B Principal 165,000 2,285,000 2,340,000 2,395,000 2,455,000 2,510,000 2,575,000 2,635,000 2,695,000 2,760,000 2,830,000 760 Series 2017B Interest 682,980 653,580 598,080 541,260 483,060 423,480 362,460 299,940 235,980 170,520 103,440 761 Series 2020 Principal 1,235,000 1,295,000 1,360,000 1,425,000 1,490,000 1,565,000 1,640,000 1,715,000 1,805,000 1,885,000 1,975,000 762 Series 2020 Interest 941,625 878,375 812,000 742,375 669,500 593,125 513,000 429,125 341,125 248,875 152,375 763 Interim Financing Interest Payments - - - - - 99,899 681,256 - 593,497 - 690,977 764 Cumulative New Debt Service for CIP - - - - - - - 3,264,827 4,720,132 8,288,538 9,879,164 765 Total Debt Service 8,745,155$ 8,756,255 8,756,880 8,746,060 8,743,610 8,829,179 9,409,016 11,978,567 14,020,534 16,980,483 19,258,632 766 Total Cash Outflows 81,292,461$ 78,204,398 81,867,786 85,383,599 87,733,402 90,179,094 88,346,099 93,661,167 98,577,044 104,537,049 109,945,866 2 Operations and Maintenance execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 3 The analysis includes an additional annual transfer for $1.0M a year, capping at $10M by FY 2025 in order to comply with bond covenants and maintain a reasonable balance between cash versus bond funded capital projects. 1 FY 2022 values reflect City's 2022 Budget. Starting in FY 2023, the transfers are distributed proportionally by department and are based upon 5.00% of the prior year's operating revenue. City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 17 Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Full Time Salaries & Wages Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Overtime Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Life Ins $2500 Empl & Pens Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1% Life Insurance-Employee Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Samp Life Insurance Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Major Medical Ins-Emp Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Social Security-Employee Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Emp Pension Plan1 Pension Contribution 6.50%7.75%8.50%8.50%8.50%8.50%8.50%8.50%8.50%8.50% Workers Compensation Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Disability Insurance Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% CWA Life Insurance Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Professional Services Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Other Contractual Serv Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Inv Purchase-Resale Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Garage Services Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Service Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Messenger Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Radio Svc-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Svc Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Postal Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Risk Mgmt Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Info Technology Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint Dept Svc Fx Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Custodial Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Garage Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Administrative Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Employee Benefits-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone-Util Chgs Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Elec-Util Charges Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Gas,Water & Sanitation Utl Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Postage Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Interfd Svc Chg-Other Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Interfd Other Serv Chgs Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Interfd Admin Service Chg Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Advertising Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Other Promotion Activity Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Freight Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Printing & Binding Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Dump Fee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Taxes Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Equipt Rental Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Uniform Rental Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 18 Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Insurance Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Ofc Equip Svc & Repair Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Other Equip Svc & Repair Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Uniforms-Employee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Emp Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimbursement Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Meals-Employee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Other Services Or Charges Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Bad Debt Expense Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Obsolete Inventory Loss Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Loss-Disposal of Assets Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Recruitment Expense Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% P-Card Disputes Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Office Supplies Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Operating Supplies & Matls Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Construction Materials Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Lab Chem Supplies Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Medical Supplies Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% $750-5000 Computer Softwar Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% $750-5000 Mach & Equip Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Memberships/Subs/Lic Emp Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Officl Recognition-Emp Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Training & Ref Employee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% >$5,000 Machinery & Equip Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% >$5,000 Computer Software Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Cost Matl & Services Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Contrib To Garage Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% OPEB Expense Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1345 - Administration Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1346 - Sanitary Sewer Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1347 - Sanitary Sewer Maintena Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1351 - WPC Operations Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1352 - WPC Lab Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1353 - Industrial Pretreatment Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2051 - Water Distribution Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2053 - Water Supply Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2054 - Reclaimed Water Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% CWA Life Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% $1,000-$4,999 Mach & Equip Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Interest-Leased Equipt No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Interest Other No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Uniform Rentals Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Salaries & Wages-Full Time Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Salaries & Wages-Overtime Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 19 Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Major Medical Insurance Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Social Security Pay 4.50%5.50%5.50%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Pension Plan Contribution Pension Contribution 6.50%7.75%8.50%8.50%8.50%8.50%8.50%8.50%8.50%8.50% Life Insurance-CWA Health Insurance 10.00%7.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Utilities-Electric Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Utilities-Gas Water Sanitation Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Interfund Svc Chgs-Gen Fd Ops Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Interfund Svc Chgs-Gen Fd Adm Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Printing Services Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Equipment Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Uniforms Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Ins Premiums Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Repairs & Svc-Other Equip Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Employee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimb-Employee Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Other Charges Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Operating Supplies Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Memberships Subs Lic Emp Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Training & Ref Emp Inflation 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Info Tech Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Default Inflation Factor 5.00%4.50%4.00%3.50%3.00%3.00%3.00%3.00%3.00%3.00% Weighted Average Increase 2 4.53%4.59%4.24%3.80%3.65%-4.62%4.10%4.12%4.13%4.14% 1 Reflects the percentage of Salaries & Wages as provided by staff. 2 The Weighted Average Increase in O&M Expenses is reflective of the cost escalation factors presented on this schedule. City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 20 Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Total CIP Spending From Water & Sewer Revenue 1 Funding From 321 - Operating / Revenue Fund 2 96212 Sanitary Sewer Upgrades /Improvements - Total Expenses $ 13,869,537 - 1,250,000 1,250,000 1,360,000 3,416,230 3,416,230 - - - - 24,561,997 3 96213 Marshall Street Upgrades /Improvements - Total Expenses 10,289,565 4,300,000 4,250,000 3,134,000 450,000 1,000,000 - - - - - 23,423,565 4 96214 East Plant Upgrades /Improvements - Total Expenses 2,486,050 1,000,000 700,000 2,567,000 500,000 - - - - - - 7,253,050 5 96215 North East Plant Upgrades /Improvements - Total Expenses 28,090,510 3,000,000 526,817 711,690 3,200,000 2,445,000 - - - - - 37,974,017 6 96216 Laboratory Upgrades - Total Expenses 1,142,912 - - - - - - - - - - 1,142,912 7 96526 Admin Building Upgrades/Improvements - Total Expenses 1,004,306 100,000 100,000 100,000 100,000 100,000 - - - - - 1,504,306 8 96630 Sanitary Sewer Extention - Total Expenses 2,577,661 137,540 237,540 237,540 237,540 237,540 237,540 - - - - 3,902,901 9 96654 Facilities Upgrade&Improv - Total Expenses 3,107,231 - 270,000 320,000 300,000 250,000 - - - - - 4,247,231 10 96664 WPC R&R - Total Expenses 4,541,362 - 375,000 2,000,000 2,000,000 2,000,000 220,000 - - - - 11,136,362 11 96665 Sanitar Sewer R&R - Total Expenses 9,362,266 - 2,100,000 2,900,000 2,900,000 2,000,000 - - - - - 19,262,266 12 96686 Pump Station Replacement - Total Expenses 6,670,230 2,000,000 2,000,000 2,000,000 1,365,000 3,252,500 1,065,000 - - - - 18,352,730 13 96721 System R&R - Total Expenses 1,171,902 6,500,000 625,000 250,000 250,000 250,000 250,000 - - - - 9,296,902 14 96722 Line Relocation R&R - Total Expenses 4,200,000 426,500 850,000 750,000 750,000 1,500,000 - - - - - 8,476,500 15 96739 Reclaimed Water Dist Sys - Total Expenses 1,940,016 300,000 950,000 450,000 650,000 500,000 - - - - - 4,790,016 16 96742 Line Relocation Improvements - Total Expenses 1,613,495 - 200,000 200,000 200,000 200,000 - - - - - 2,413,495 17 96744 System Expansion - Total Expenses 516,659 236,000 236,000 236,000 236,000 236,000 236,000 - - - - 1,932,659 18 96764 RO Plant Exp-Res #1 - Total Expenses 3,328,300 - 630,000 - 150,000 1,350,000 - - - - - 5,458,300 19 96767 RO Plant at Res 2 - Total Expenses 7,713,167 1,000,000 1,000,000 3,200,000 3,200,000 500,000 75,000 - - - - 16,688,167 20 96773 Groundwater Replenishment Facility - Total Expenses 13,862,083 - - - 17,900,000 - - - - - - 31,762,083 21 96782 Reverse Osmosis Plant @ WTP#3 - Total Expenses 1,725,076 1,000,000 4,000,000 4,000,000 500,000 1,267,500 8,000,000 - - - - 20,492,576 22 96783 Water System Upgrades/Improvements 6,949,667 - 1,350,000 2,070,000 2,275,000 3,000,000 3,200,000 - - - - 18,844,667 23 96786 Devices/Equipments Water 1,100,000 - 225,000 675,000 200,000 200,000 300,000 - - - - 2,700,000 24 C2102 Fort Harrison Reconstruction (ENG) 2,250,000 2,508,500 - 1,684,090 - - - - - - - 6,442,590 25 G2206 Portable Generators 245,000 - - - - - - - - - - 245,000 26 M2008 Additional Vehicles & Equip - Sewer 755 - - - - - - - - - - 755 27 M2103 Utilities Building & Maintenance 990,808 - - - - - - - - - - 990,808 28 ENGF180012 Public Works Complex - - 202,140 5,560,370 502,120 5,196,920 - - - - - 11,461,550 29 Funding From 327 - Renewal & Replacement Fund 30 96214 East Plant Upgrades /Improvements - Total Expenses 1,320,000 - - - - - - - - - - 1,320,000 31 96217 Pump Station R&R - Total Expenses 1,358,409 - - - 550,000 2,296,800 - - - - - 4,205,209 32 96523 Pub Util Adm Bldg R&R - Total Expenses 120,009 - - - - - - - - - - 120,009 33 96634 Sanitary Utility Relocation - Total Expenses 1,274,529 - 60,000 60,000 60,000 60,000 60,000 - - - - 1,574,529 34 96645 Laboratory Upgrades - Total Expenses 20,000 - - - - - - - - - - 20,000 35 96664 WPC R&R - Total Expenses 6,137,455 3,000,000 2,895,000 1,775,000 1,115,000 1,800,000 - - - - - 16,722,455 36 96665 Sanitar Sewer R&R - Total Expenses 7,808,818 6,000,000 5,256,398 7,233,671 6,640,489 5,000,000 5,000,000 - - - - 42,939,376 37 96721 System R&R - Total Expenses 1,816,496 - 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 - - - - 6,816,496 38 96722 Line Relocation R&R - Total Expenses 2,893,410 200,000 1,600,000 1,005,000 600,000 1,000,000 - - - - - 7,298,410 39 96783 Water System Upgrades/Improvements 1,799,466 - - - - - - - - - - 1,799,466 40 96784 Reclaimed Dist. System R&R - Total Expenses 1,348,476 1,000,000 1,670,445 1,547,446 3,651,683 3,366,650 200,000 - - - - 12,784,700 41 96785 Feasibility Study/Eval-Water - Total Expenses 1,542,584 50,000 50,000 50,000 50,000 50,000 50,000 - - - - 1,842,584 42 C2102 Fort Harrison Reconstruction (ENG) 1,593,350 1,725,590 690,340 2,771,020 3,579,550 - - - - - - 10,359,850 43 C2103 Downtown Streetscaping 3,590,812 - - - - - - - - - - 3,590,812 44 G2206 Portable Generators - - - - - - - - - - - - 45 M1905 Marshall Street Plant R&R 3,957,135 - 1,855,000 3,155,000 2,100,000 1,100,000 590,000 - - - - 12,757,135 46 M1906 Northeast Plant R&R 1,598,800 250,000 1,040,000 535,000 525,000 4,865,000 125,000 - - - - 8,938,800 47 M1907 East Plant R&R 4,896,821 - 1,000,000 1,785,000 1,100,000 688,000 250,000 - - - - 9,719,821 48 M1908 RO #1 R&R 1,259,845 - 100,000 100,000 300,000 300,000 1,015,000 - - - - 3,074,845 49 M1909 RO #2 R&R 1,183,454 - 200,000 200,000 200,000 200,000 200,000 - - - - 2,183,454 50 M1910 WTP3 R&R 896,805 - 500,000 500,000 500,000 500,000 500,000 - - - - 3,396,805 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 21 Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Total 51 Unspecified Future Needs - Water - - - - - - 12,500,000 25,000,000 25,000,000 25,000,000 25,000,000 112,500,000 52 Unspecified Future Needs - Sewer - - - - - - 22,500,000 35,000,000 35,000,000 35,000,000 35,000,000 162,500,000 53 Funding From Other Sources 54 96773 Groundwater Replenishment Facility - Total Expenses - - - - 6,358,000 10,000,000 - - - - - 16,358,000 55 G2206 Portable Generators 385,000 - - - - - - - - - - 385,000 56 Water Impact Fees / Expansion Projects - - - - - - - 50,000 50,000 50,000 50,000 200,000 57 Sewer Impact Fees / Expanstion Projects - - - - - - - 160,000 160,000 160,000 160,000 640,000 58 Total CIP Budget (in current dollars) $ 177,550,231 34,734,130 39,994,680 56,012,827 67,555,382 61,128,140 60,989,770 60,210,000 60,210,000 60,210,000 60,210,000 738,805,160 59 Cumulative Projected Cost Escalation 1 0.00%3.00%6.09%9.27%12.55%15.93%19.41%22.99%26.68%30.48%34.39% 60 Total CIP Budget (future year dollars) $ 177,550,231 35,776,154 42,430,356 61,206,728 76,034,178 70,864,268 72,824,975 74,050,705 76,272,227 78,560,393 80,917,205 846,487,420 61 Plus/Less: CIP Re-distribution from Panel 2 $ (135,129,072) 26,000,000 32,000,000 18,000,000 - - 7,500,000 7,500,000 7,500,000 7,500,000 7,500,000 62 Annual CIP Execution Percentage 2 23.89%174.85%180.01%132.14%100.00%100.00%112.30%112.46%112.46%112.46%112.46% 63 Final CIP Funding Level $ 42,421,159 62,556,154 76,379,156 80,875,814 76,034,178 70,864,268 81,780,367 83,274,759 85,773,002 88,346,192 90,996,578 839,301,628 1 CIP Escalation factors applied reflect the Engineering News Record Construction Cost Index. 2 City staff provided Stantec with anticipated annual CIP spending. As such, $135M of FY 2022 and unspent prior year appropriations were deferred in FY 2022 and re-distributed into other future years of the projection. City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 22 Appendix: Supporting Financial Schedules FAMS - Control Panel Schedule 7 CLEARWATER, FL FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2026 FY 2032 Water Rate Plan 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00%12.53%41.08% Sewer Rate Plan 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00%12.58%41.07% Reclaimed Rate Plan 4.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00% Senior-Lien DSC 6.25 6.45 6.49 6.49 6.51 6.59 7.36 5.54 5.11 4.17 3.94 Scenario Manager All-In DSC 6.25 6.45 6.49 6.49 6.51 6.59 7.36 5.54 5.11 4.17 3.94 Water & Sewer Bill @ 3 Kgals $59.55 $61.34 $63.18 $65.08 $67.03 $69.05 $71.81 $74.68 $77.67 $80.78 $84.01 $0.0M $30.0M $60.0M $90.0M $120.0M $150.0M $180.0M 22 23 24 25 26 27 28 29 30 31 32 Other Sources Impact Fees Debt Operating/Cash R&R $0.0M $30.0M $60.0M $90.0M $120.0M $150.0M $180.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan Target $0.0M $30.0M $60.0M $90.0M $120.0M $150.0M $180.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan $0.0M $30.0M $60.0M $90.0M $120.0M $150.0M $180.0M 22 23 24 25 26 27 28 29 30 31 32 Cash Out Less CIP Cash In Cash Out $0.0M $30.0M $60.0M $90.0M $120.0M $150.0M $180.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan Operating Fund CIP Spending Revenues vs. Expenses CIP Funding Borrowing CALC SAVE CTRL LAST OVR $0.0M$20.0M$40.0M$60.0M$80.0M$100.0M$120.0M$140.0M$160.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan Interim Financing City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 23 Appendix: Supporting Financial Schedules Forecast of Net Revenues & Debt Service Coverage Schedule 8 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 1 Operating Revenue 2 Water, Sewer And Reclaimed Rate Revenue 94,585,707$ 94,585,707$ 97,181,676$ 99,852,090$ 102,599,172$ 105,425,214$ 108,332,578$ 112,290,237$ 116,399,012$ 120,664,896$ 125,094,129$ 3 Change in Revenue From Growth - 81,023 83,001 85,038 87,134 89,294 91,518 95,226 99,100 103,149 107,382 4 Subtotal 94,585,707$ 94,666,730$ 97,264,678$ 99,937,128$ 102,686,307$ 105,514,508$ 108,424,097$ 112,385,463$ 116,498,112$ 120,768,046$ 125,201,511$ 5 Weighted Average Rate Increase 0.00%3.00%3.00%3.00%3.00%3.00%4.00%4.00%4.00%4.00%4.00% 6 Additional Rate Revenue From Rate Increase - 2,840,002 2,917,940 2,998,114 3,080,589 3,165,435 4,336,964 4,495,419 4,659,924 4,830,722 5,008,060 7 Price Elasticity Adjustment - (325,056) (330,528) (336,070) (341,682) (347,365) (470,824) (481,870) (493,140) (504,639) (516,368) 8 Total Rate Revenue 94,585,707$ 97,181,676$ 99,852,090$ 102,599,172$ 105,425,214$ 108,332,578$ 112,290,237$ 116,399,012$ 120,664,896$ 125,094,129$ 129,693,203$ 9 Plus: Other Operating Revenue 6,509,016 6,610,980 6,763,081 6,919,452 7,080,213 7,245,487 7,475,588 7,714,449 7,962,405 8,219,799 8,486,990 10 Equals: Total Operating Revenue 101,094,723$ 103,792,656$ 106,615,171$ 109,518,624$ 112,505,427$ 115,578,065$ 119,765,825$ 124,113,461$ 128,627,301$ 133,313,928$ 138,180,193$ 11 Less: Operating Expenses 12 Personal Services (13,949,699)$ (14,796,433)$ (15,796,012)$ (16,746,422)$ (17,583,743)$ (18,462,931)$ (19,386,077)$ (20,355,381)$ (21,373,150)$ (22,441,807)$ (23,563,898)$ 13 Purchased Water Costs (7,426,566) (7,420,644) (7,412,990) (7,403,562) (7,392,316) (7,379,207) (2,474,732) (2,499,480) (2,524,474) (2,549,719) (2,575,216) 14 Operations & Maintenance Costs (26,678,801) (28,012,692) (29,328,358) (30,617,194) (31,871,024) (33,082,275) (34,342,620) (35,654,169) (37,019,128) (38,439,802) (39,918,601) 15 Equals: Net Operating Income 53,039,657$ 53,562,887$ 54,077,811$ 54,751,447$ 55,658,344$ 56,653,652$ 63,562,395$ 65,604,432$ 67,710,549$ 69,882,599$ 72,122,478$ 16 Plus: Non-Operating Income/(Expense) 17 Non-Operating Revenue 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 44,000$ 18 Interest Income 1,534,973 2,854,613 2,742,482 1,968,006 1,224,459 801,875 666,490 714,219 791,817 875,376 960,009 19 Water Impact Fees 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 20 Sewer Impact Fees 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 Transfers In - - - - - - - - - - - 21 Equals: Net Income 54,806,430$ 56,649,301$ 57,052,092$ 56,951,253$ 57,114,603$ 57,687,327$ 64,460,685$ 66,550,451$ 68,734,166$ 70,989,775$ 73,314,287$ 22 Less: Revenues Excluded From Coverage Test 23 Impact Fees (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ (187,800)$ Transfers In - - - - - - - - - - - 24 Equals: Net Income Available For Debt Service 54,618,630$ 56,461,501$ 56,864,292$ 56,763,453$ 56,926,803$ 57,499,527$ 64,272,885$ 66,362,651$ 68,546,366$ 70,801,975$ 73,126,487$ 25 Senior Lien Debt Service Coverage Test 26 Net Income Available for Senior-Lien Debt Service 54,618,630$ 56,461,501$ 56,864,292$ 56,763,453$ 56,926,803$ 57,499,527$ 64,272,885$ 66,362,651$ 68,546,366$ 70,801,975$ 73,126,487$ 27 Existing Senior-Lien Debt 8,745,155 8,756,255 8,756,880 8,746,060 8,743,610 8,729,280 8,727,760 8,713,740 8,706,905 8,691,945 8,688,490 28 Cumulative New Senior Lien Debt Service (calculated)- - - - - - - 3,264,827 4,720,132 8,288,538 9,879,164 29 Total Annual Senior-Lien Debt Service Req.8,745,155$ 8,756,255$ 8,756,880$ 8,746,060$ 8,743,610$ 8,729,280$ 8,727,760$ 11,978,567$ 13,427,037$ 16,980,483$ 18,567,654$ 30 Calculated Senior-Lien Debt Service Coverage 1.50 6.25 6.45 6.49 6.49 6.51 6.59 7.36 5.54 5.11 4.17 3.94 31 Cash Flow Test 32 Net Income Available For Debt Service 54,618,630$ 56,461,501$ 56,864,292$ 56,763,453$ 56,926,803$ 57,499,527$ 64,272,885$ 66,362,651$ 68,546,366$ 70,801,975$ 73,126,487$ 33 Less: Non-Operating Expenditures 34 Net Interfund Transfers (In - Out)(23,973,510) (18,693,895) (20,043,160) (21,333,917) (21,600,056) (21,876,493) (22,177,991) (22,610,936) (23,069,824) (23,547,657) (24,043,931) 35 Net Debt Service Payment (8,745,155) (8,756,255) (8,756,880) (8,746,060) (8,743,610) (8,829,179) (9,409,016) (11,978,567) (14,020,534) (16,980,483) (19,258,632) 36 Capital Outlay (518,730) (524,480) (530,386) (536,445) (542,653) (549,008) (555,664) (562,634) (569,934) (577,579) (585,587) 37 Net Cash Flow 21,381,235$ 28,486,871$ 27,533,866$ 26,147,031$ 26,040,484$ 26,244,847$ 32,130,215$ 31,210,514$ 30,886,074$ 29,696,255$ 29,238,337$ 38 Unrestricted Reserve Fund Test 39 Balance At Beginning Of Fiscal Year 155,630,142$ 146,511,609$ 135,068,167$ 105,564,804$ 66,752,518$ 39,812,064$ 29,462,207$ 28,101,715$ 29,254,515$ 30,458,376$ 31,715,664$ 40 Cash Flow Surplus/(Deficit)21,381,235 28,486,871 27,533,866 26,147,031 26,040,484 26,244,847 32,130,215 31,210,514 30,886,074 29,696,255 29,238,337 42 Projects Paid With Non Specified Funds (30,499,767) (39,930,314) (57,037,229) (64,959,317) (52,980,938) (36,594,704) (33,490,707) (30,057,714) (29,682,212) (28,438,967) (27,925,143) 43 Balance At End Of Fiscal Year 146,511,609$ 135,068,167$ 105,564,804$ 66,752,518$ 39,812,064$ 29,462,207$ 28,101,715$ 29,254,515$ 30,458,376$ 31,715,664$ 33,028,858$ 44 Minimum Working Capital Reserve Target 24,027,533 25,114,884 26,268,680 27,383,589 28,423,542 29,462,207 28,101,715 29,254,515 30,458,376 31,715,664 33,028,858 45 Excess/(Deficiency) Of Working Capital To Target 122,484,077$ 109,953,283$ 79,296,124$ 39,368,929$ 11,388,523$ -$ -$ -$ -$ -$ -$ City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 24 Appendix: Supporting Financial Schedules Capital Project Funding Summary Schedule 9 Final Capital Projects Funding Sources FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Water Impact Fees 123,443$ 359,848 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 Sewer Impact Fees 615,867 247,709 453,638 342,979 267,353 275,374 318,514 221,292 227,930 234,768 241,811 Penny 4 Pinellas - - - - - - - - - - - Other Capital Sources 91,986 - - - 7,155,985 11,592,741 - - - - - Renewal & Replacement 11,090,096 22,018,283 18,835,489 15,520,718 15,577,101 15,688,701 15,821,197 16,023,816 16,243,584 16,473,156 16,711,665 Revenue Fund 30,499,767 39,930,314 57,037,229 64,959,317 52,980,938 36,594,704 33,490,707 30,057,714 29,682,212 28,438,967 27,925,143 Senior-Lien Debt Proceeds - - - - - 6,659,948 32,097,149 36,919,138 39,566,476 43,146,501 46,065,159 Projects Designated To Be Paid With Cash - - - - - - - - - - - Total Projects Paid 42,421,159$ 62,556,154 76,379,156 80,875,814 76,034,178 70,864,268 81,780,367 83,274,759 85,773,002 88,346,192 90,996,578 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 25 Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Water Impact Fees Balance At Beginning Of Fiscal Year 377,691$ 307,048 - - - - - - - - - Annual Revenues 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 430,491 359,848 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 430,491 359,848 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 52,800 Amount Paid For Projects (123,443) (359,848) (52,800) (52,800) (52,800) (52,800) (52,800) (52,800) (52,800) (52,800) (52,800) Subtotal 307,048 - - - - - - - - - - Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 3,424 3,070 - - - - - - - - - Less: Interest Allocated To Cash Flow (3,424) (3,070) - - - - - - - - - Balance At End Of Fiscal Year 307,048$ - - - - - - - - - - Sewer Impact Fees Balance At Beginning Of Fiscal Year 2,324,477$ 1,843,610 1,730,900 1,412,262 1,204,283 1,071,930 931,556 748,041 661,750 568,820 469,052 Annual Revenues 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 2,459,477 1,978,610 1,865,900 1,547,262 1,339,283 1,206,930 1,066,556 883,041 796,750 703,820 604,052 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 2,459,477 1,978,610 1,865,900 1,547,262 1,339,283 1,206,930 1,066,556 883,041 796,750 703,820 604,052 Amount Paid For Projects (615,867) (247,709) (453,638) (342,979) (267,353) (275,374) (318,514) (221,292) (227,930) (234,768) (241,811) Subtotal 1,843,610 1,730,900 1,412,262 1,204,283 1,071,930 931,556 748,041 661,750 568,820 469,052 362,240 Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 20,840 35,745 35,361 29,436 25,607 22,539 18,895 15,860 13,844 11,676 9,352 Less: Interest Allocated To Cash Flow (20,840) (35,745) (35,361) (29,436) (25,607) (22,539) (18,895) (15,860) (13,844) (11,676) (9,352) Balance At End Of Fiscal Year 1,843,610$ 1,730,900 1,412,262 1,204,283 1,071,930 931,556 748,041 661,750 568,820 469,052 362,240 Other Capital Sources Balance At Beginning Of Fiscal Year -$ - - - - - - - - - - Annual Revenues 91,986 - - - 7,155,985 11,592,741 - - - - - Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 91,986 - - - 7,155,985 11,592,741 - - - - - Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 91,986 - - - 7,155,985 11,592,741 - - - - - Amount Paid For Projects (91,986) - - - (7,155,985) (11,592,741) - - - - - Subtotal - - - - - - - - - - - Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings - - - - - - - - - - - Less: Interest Allocated To Cash Flow - - - - - - - - - - - City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 26 Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Balance At End Of Fiscal Year -$ - - - - - - - - - - Renewal & Replacement Balance At Beginning Of Fiscal Year 5,243,751$ 13,210,166 4,500,925 50,635 570 6 0 0 0 0 0 Annual Revenues 18,964,700 13,133,685 14,334,563 15,470,083 15,576,532 15,688,694 15,821,197 16,023,816 16,243,584 16,473,156 16,711,665 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 24,208,451 26,343,851 18,835,489 15,520,718 15,577,101 15,688,701 15,821,197 16,023,816 16,243,584 16,473,156 16,711,665 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 24,208,451 26,343,851 18,835,489 15,520,718 15,577,101 15,688,701 15,821,197 16,023,816 16,243,584 16,473,156 16,711,665 Amount Paid For Projects (11,090,096) (22,018,283) (18,835,489) (15,520,718) (15,577,101) (15,688,701) (15,821,197) (16,023,816) (16,243,584) (16,473,156) (16,711,665) Subtotal 13,118,355 4,325,568 - - - - - - - - - Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 91,811 175,357 50,635 570 6 0 0 0 0 0 0 Less: Interest Allocated To Cash Flow - - - - - - - - - - - Balance At End Of Fiscal Year 13,210,166$ 4,500,925 50,635 570 6 0 0 0 0 0 0 Revenue Fund Balance At Beginning Of Fiscal Year 155,630,142$ 146,511,609 135,068,167 105,564,804 66,752,518 39,812,064 29,462,207 28,101,715 29,254,515 30,458,376 31,715,664 Net Cash Flow 21,381,235 28,486,871 27,533,866 26,147,031 26,040,484 26,244,847 32,130,215 31,210,514 30,886,074 29,696,255 29,238,337 Less: Cash-Funded Capital Projects - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 177,011,377 174,998,481 162,602,033 131,711,835 92,793,002 66,056,911 61,592,422 59,312,229 60,140,588 60,154,631 60,954,001 Less: Restricted Funds (24,027,533) (25,114,884) (26,268,680) (27,383,589) (28,423,542) (29,462,207) (28,101,715) (29,254,515) (30,458,376) (31,715,664) (33,028,858) Total Amount Available For Projects 152,983,844 149,883,596 136,333,353 104,328,246 64,369,461 36,594,704 33,490,707 30,057,714 29,682,212 28,438,967 27,925,143 Amount Paid For Projects (30,499,767) (39,930,314) (57,037,229) (64,959,317) (52,980,938) (36,594,704) (33,490,707) (30,057,714) (29,682,212) (28,438,967) (27,925,143) Subtotal 122,484,077 109,953,283 79,296,124 39,368,929 11,388,523 - - - - - - Add Back: Restricted Funds 24,027,533 25,114,884 26,268,680 27,383,589 28,423,542 29,462,207 28,101,715 29,254,515 30,458,376 31,715,664 33,028,858 Plus: Interest Earnings 1,510,709 2,815,798 2,707,121 1,938,570 1,198,852 779,336 647,594 645,258 671,770 699,458 728,376 Less: Interest Allocated To Cash Flow (1,510,709) (2,815,798) (2,707,121) (1,938,570) (1,198,852) (779,336) (647,594) (645,258) (671,770) (699,458) (728,376) Balance At End Of Fiscal Year 146,511,609$ 135,068,167 105,564,804 66,752,518 39,812,064 29,462,207 28,101,715 29,254,515 30,458,376 31,715,664 33,028,858 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 27 Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Restricted Reserves Balance At Beginning Of Fiscal Year (0)$ (0) (0) (0) (0) (0) (0) (0) 4,720,132 4,720,132 9,879,164 Additional Funds:- - - - - - - - - - - Debt Service Reserve On New Debt - - - - - - - 4,720,132 - 5,159,033 - Other Additional Funds - - - - - - - - - - - Subtotal (0) (0) (0) (0) (0) (0) (0) 4,720,132 4,720,132 9,879,164 9,879,164 Plus: Interest Earnings - - - - - - - 53,101 106,203 164,242 222,281 Less: Interest Allocated To Cash Flow - - - - - - - (53,101) (106,203) (164,242) (222,281) Balance At End Of Fiscal Year (0)$ (0) (0) (0) (0) (0) (0) 4,720,132 4,720,132 9,879,164 9,879,164 City of Clearwater | FY 2022 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 28 Appendix: Supporting Financial Schedules Schedule 11 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% Sources of Funds Par Amount -$ - - - - - - 81,620,677 - 89,210,162 - Uses of Funds Proceeds -$ - - - - - - 75,676,235 - 82,712,977 - Cost of Issuance 1.50%of Par -$ - - - - - - 1,224,310 - 1,338,152 - Underwriter's Discount - per $1,000 -$ - - - - - - - - - - Bond Insurance 0 times total Debt Service -$ - - - - - - - - - - Capitalized Interest 0 Years Interest -$ - - - - - - - - - - Debt Service Surety 0.00%of Debt Service -$ - - - - - - - - - - Debt Service Reserve 1 Year(s) of Debt Service -$ - - - - - - 4,720,132 - 5,159,033 - Other Costs -$ - - - - - - - - - - Total Uses -$ - - - - - - 81,620,677 - 89,210,162 - 1 Year Interest -$ - - - - - - 3,264,827 - 3,568,406 - Annual Debt Service -$ - - - - - - 4,720,132 - 5,159,033 - Total Debt Service -$ - - - - - - 141,603,955 - 154,770,975 - Cumulative New Annual Senior Lien Debt Service1 -$ - - - - - - 3,264,827 4,720,132 8,288,538 9,879,164 1Reflects interest-only payment due in year of issuance. Interim Financing Interim Financing being Utilized?Y N Y N Y Y Y N Y N Y Interim Financing Proceeds -$ $0 $0 $0 $0 $6,659,948 $32,097,149 $0 $39,566,476 $0 $46,065,159 Interest Payments -$ - - - - 99,899 681,256 - 593,497 - 690,977 EOY Balance -$ - - - - - - - - - 46,065,159 Proceeds to be Bond-Funded -$ - - - - - - 75,676,235 - 82,712,977 - Long-Term Borrowing Projections City of Clearwater | FY 2021 Water, Sewer, and Reclaimed Water Revenue Sufficiency Analysis Stantec | 29 1 City of Clearwater Utility Revenue Sufficiency Overview National Financial Consulting Practice 135+ Communities in Florida 35+ Specialists in utility& general fund financial management >375 Communities we have served, accounting for 20+% of the US population! 1.5K+ Studies in the last 10 years >550 Utilities in our benchmarking database $4B+ Debt supported in past five years 400+ Combined years of experience 3ALL SERVICES PROVIDED TO CITY3 Water & Sewer Revenue Sufficiency Analysis Solid Waste Revenue Sufficiency Analysis Stormwater Revenue Sufficiency Analysis General Fund Financial Sustainability Analysis Water & Sewer Rate Structure Evaluations Water & Sewer Impact Fee Studies Septic to Sewer Expansion Analysis Reclaimed Water Metering & Pricing Study Cooperative Funding Analysis Bulk Rate Analysis (Reclaimed Water) City’s Financial Management Consultants Since 2003 The Annual Revenue Sufficiency Analysis Process 4 Historical Financial Data Customer Demands Operating Costs Capital Costs Policy Considerations Regulatory Requirements Initial Model Set Up Conduct interactive work sessions & “what if” analysis Develop Financial Management Plan Model Set Up Inputs:Revenue Projections Operating Costs Projections Capital Funding Plan & New Debt Service Reserve, Coverage & KPI’s Rate Adjustment Requirements Customer Impacts Financial Management Plan Outputs: 5 City of Clearwater FY 2022 Stormwater RSA Update 6 Key Preliminary Assumptions $9.6M** Annual CIP execution thru FY 27 $0*** Regulatory costs $300K Garage Svc cost cuts thru FY 27 $8.1M* Early Retirement of Series 2013 * Series 2013 was retired on November 1, 2021. Series 2014 was also retired ahead of schedule on November 1, 2019. ** $12.8M annual CIP execution in FY 28 thru FY 32. *** Staff is keen to possible costs driven by regulation. However, estimated costs are not easily quantifiable. As such they are not reflected in the analysis. 100% Cash Funding of CIP (incl. vehicles) CITY OF CLEARWATER STORMWATER RSA UPDATE7 FY 18 FY 19 FY 20 FY 21 FY 22 FY 23 FY 24 FY 25 FY 26 FY 27 Stormwater 0.50%0.50%-8.50%0.00%0.00%1.75%1.75%1.75%1.75%1.75% Adjustments previously approved by Council and in effect For current consideration Historical Rate Adjustments Grant funding and budget efficiencies 88 Use of Reserves Cash Out > Cash In Pay Go CIP Pressure to bridge cash in and cash out $14.51$14.30 $13.40 $12.68$12.25$11.92 $10.93 $9.81$9.45$9.15$8.91 $7.92 $6.36 St. PeteBeachTampaClearwaterSt.Petersburg(Tier 2) DunedinBelleairSafetyHarborPinellasCounty (Med)GulfportTarponSpringsLargoPascoCountyHillsboroughCounty (Med) $0 $2 $4 $6 $8 $10 $12 $14 $16 Current Average FY 2022 Monthly Stormwater Rate Survey*CITY OF CLEARWATER STORMWATER RSA UPDATE9 *Rates for 1 ERU in effect as of October 1, 2021 Historical Stormwater Rate Per ERU Surveys 10 FY 2022 $14.51 $14.30 $13.40 $12.68 $12.25 $11.92 $10.93 $9.81 $9.45 $9.15 $8.91 $7.92 $6.36 St. Pete Beach Tampa Clearwater St. Petersburg(Tier 2) Dunedin Belleair Safety Harbor PinellasCounty Gulfport TarponSprings Largo Pasco County HillsboroughCounty (Med) $14.51 $13.73 $13.40 $12.07 $11.92 $11.26 $10.93 $9.81 $8.91 $8.45 $8.15 $7.92 $6.36 St. PeteBeach Tampa Clearwater Dunedin Belleair SafetyHarbor St.Petersburg PinellasCounty Largo Gulfport TarponSprings PascoCounty HillsboroughCounty FY 2021 $14.65 $13.47 $11.92 $11.49 $11.00 $10.30 $9.81 $7.92 $7.65 $6.65 $5.00 $4.95 $3.50 Clearwater St. Pete Beach Tampa Dunedin St. Petersburg Safety Harbor PinellasCounty Pasco County TarponSprings Largo Oldsmar Gulfport HillsboroughCounty FY 2019 $13.47 $13.40 $12.75 $11.89 $10.61 $10.00 $9.81 $8.15 $7.92 $7.70 $7.45 $6.65 $5.00 St. Pete Beach Clearwater Tampa Dunedin Safety Harbor St. Petersburg PinellasCounty TarponSprings Pasco County HillsboroughCounty Gulfport Largo Oldsmar FY 2020 Avg. $9.60Avg. $9.10 Avg. $10.24 Avg. $10.54 CITY OF CLEARWATER WATER & SEWER RSA UPDATE11 Questions / Discussion 12 City of Clearwater FY 2022 Water & Sewer RSA Update 13 Key Preliminary Assumptions $68M*** Annual CIP execution thru FY 27 110* New water accounts per year -0.5% Annual reduction in billed flows / account FY 28** 10.5 MGD City Water Production $82M**** Borrowing in FY 29 4.0% Future Interest Rates * 150 sewer accounts to reflect septic to public sewer conversions ** Expectation of 10.5 MGD production has been pushed from FY 2026 to reflect City staff’s latest expectations. *** $86M average annual CIP execution in FY 28 thru FY 32. **** Interim financing of $38.8M from FY 27 thru FY 28. 98% O&M execution CITY OF CLEARWATER WATER & SEWER RSA UPDATE14 FY 18 FY 19 FY 20 FY 21 FY 22 FY 23 FY 24 FY 25 FY 26 FY 27 Water* 6.25%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% Sewer 6.25%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% * Includes irrigation and reclaimed water rates. Adjustments previously approved by Council and in effect For current consideration Historical Rate Adjustments 1515 Maintenance of reserves Strong DSC Balanced CIP funding Rate pressure for balanced CIP funding CIP ramp up US CPI -Water & Sewerage Series 15-yr annual average = 4.81% 10-yr annual average = 3.93% 0% 20% 40% 60% 80% 100% 120% 0.0% 1.0% 2.0% 3.0% 4.0% 5.0% 6.0% 7.0% 8.0% 9.0%Cumula�ve IncreaseAnnual IncreaseAnnual Increase CPI Cumula�ve % Increase US CPI -Water & Sewerage Maintenance Series CITY OF CLEARWATER WATER & SEWER RSA UPDATE16 $- $ 10 $ 20 $ 30 $ 40 $ 50 $ 60 $ 70 $ 80 $ 90 $ 100 Wastewater Water Average FY 2022 Rate Survey at 3,000 Gallons*CITY OF CLEARWATER WATER & SEWER RSA UPDATE17 $59.55 *Rates in effect as of October 1, 2021 CITY OF CLEARWATER WATER & SEWER RSA UPDATE18 Questions / Discussion Questions?CITY OF CLEARWATER WATER & SEWER RSA UPDATE19 Andy Burnham Vice President andrew.burnham@stantec.com Leticia Doohaluk Managing Consultant leticia.doohaluk@stantec.com Drake Pierre-Odum Senior Financial Analyst drake.pierre-odum@stantec.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9608-22 2nd rdg Agenda Date: 9/1/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9608-22 on second reading, amending the Clearwater Code of Ordinances Appendix A Schedule of Fees, Rates and Charges, Article XXIV, Public Works - Fees, Rates and Charges, Section 3E Stormwater Management Utility Rates. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/31/2022 ORDINANCE NO. 9608-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES, APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV, PUBLIC WORKS-FEES, RATES AND CHARGES, SECTION (3)(E) STORMWATER MANAGEMENT UTILITY RATES; PROVIDING AN EFFECTIVE DATE. WHEREAS, pursuant to the 2022 Stantec Consulting Services’ Stormwater Revenue Sufficiency Analysis, the City’s Engineering Department (the “Department”) determined that due to current capital and operating cost projections, an annual 1.75% rate increase is required October 1 of fiscal years 2023, 2024, 2025, 2026 and 2027, and WHEREAS, this ordinance reflects such proposed rate changes; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA THAT: Section 1. Appendix A, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(e) Stormwater Management Utility Rates, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (e) Stormwater management utility rates. The stormwater management utility rates shall be based upon the revenue requirements for the construction, administration, management, engineering, operation and maintenance of the stormwater management system, and the adopted capital improvement program funding needs of the system. For the purpose of these rates, the terms shall have the meanings set forth in section 32.242 or, if not defined in section 32.242, in sections 32.002 or 1.02. [A04-01311 /204642/2] Ordinance 9061-17 1. Basic rate. The rate per month for one equivalent residential unit or ERU shall be established as specified below and shall be effective for bills issued on or after the dates indicated: Effective 10/1/ 19 22 10/1/ 20 23 10/ 1/ 21 24 10/1/2025 10/1/2026 Per ERU $13.40 $ 13.40 $ 13.40 $14.36 $14.61 $13.64 $ 13.87 $ 14.11 ********* Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank Hibbard Mayor Approved as to form: Attest: Matthew J. Mytych, Esq. Assistant City Attorney Rosemarie Call City Clerk [A04-01311 /204642/2] 2 Ordinance 9061-17 City of Clearwater, FL FY 2022 Stormwater Revenue Sufficiency Analysis – Final Report July 12, 2022 July 12, 2022 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: FY 2022 Stormwater Revenue Sufficiency Analysis – Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2022 Stormwater Revenue Sufficiency Analysis that we have completed for the City of Clearwater, Florida (City), and its Stormwater Department. We appreciate the excellent assistance provided by you and all the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or reach me by email at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Managing Consultant 777 S. Harbour Island Boulevard, Suite 600 Tampa, FL 33602 Leticia.Doohaluk@stantec.com Enclosure City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 1 TABLE OF CONTENTS Introduction ........................................................................................................... 2 Background ................................................................................................................................. 2 Objectives ................................................................................................................................... 2 Revenue Sufficiency Analysis ............................................................................. 3 Source Data & Assumptions ....................................................................................................... 3 2.1.1 Beginning Fund Balances .................................................................................................... 3 2.1.2 Revenues ............................................................................................................................. 3 2.1.3 Operating Expenditures ....................................................................................................... 3 2.1.4 Payment in Lieu of Taxes (PILOT) ...................................................................................... 4 2.1.5 Capital Improvement Program (CIP) ................................................................................... 4 2.1.6 Early Retirement of the Series 2013 Bond .......................................................................... 4 2.1.7 Cost Escalation Factors ....................................................................................................... 5 2.1.8 Interest Earnings .................................................................................................................. 5 2.1.9 Customer Growth ................................................................................................................. 5 2.1.10 Debt Service Coverage ....................................................................................................... 5 2.1.11 Minimum Operating Reserve Policy ................................................................................... 6 Conclusions & Recommendations .............................................................................................. 6 Residential Stormwater Fee Survey .................................................................... 9 Appendix: Supporting Financial Schedules ............................................................. 11 1. Introduction City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 2 INTRODUCTION Stantec Consulting Services Inc. (Stantec) has conducted the FY 2022 Stormwater Revenue Sufficiency Analysis (RSA) for the City of Clearwater’s Stormwater Enterprise Fund (Utility or Fund). This report describes the objectives, data, and assumptions, as well as the conclusions and recommendations of the RSA. BACKGROUND The City of Clearwater (City) regularly retains Stantec to evaluate the sufficiency of the revenue provided by the City’s stormwater fees to meet both the current and projected cost requirements of the Utility. The FY 2019 RSA1 recommended a reduction to FY 2020 rates of 8.5% followed by no rate adjustments in FY 2012 and FY 2022. The FY 2021 RSA2 confirmed no adjustments to FY 2022 rates were needed but projected 1.0% annual adjustments starting in FY 2023. In the Spring of 2022, the City again retained Stantec to evaluate the sufficiency of the stormwater revenues to cover all operating and capital expenditures. OBJECTIVES The principal objectives of this Study were as follows: Revenue Sufficiency Analysis – To evaluate the sufficiency of current stormwater rate revenue to generate the level of revenue necessary to satisfy the Utility’s projected cost requirements through FY 2032, including 1) operating expenses, 2) capital improvement program (CIP) costs, 3) adequate operating reserves, 4) adequate debt service coverages; and, to develop a level plan of future rate revenue adjustments that will satisfy these projected requirements during each year of the projection. Conduct a Residential Stormwater Fee Survey – That compares the City’s monthly residential stormwater fee per single-family residential unit to that of other stormwater systems in the City’s surrounding geographic area. 1 Final Report dated September 10, 2019 2 Final Report dated July 30, 2021 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 3 REVENUE SUFFICIENCY ANALYSIS This section presents the financial management plan developed and described herein, which includes the source data and assumptions, as well as conclusions and recommendations of the RSA. The Appendix includes detailed supporting schedules of the financial management plan. SOURCE DATA & ASSUMPTIONS The following presents the key source data and assumptions relied upon in conducting the RSA. 2.1.1 Beginning Fund Balances The FY 2021 Comprehensive Annual Financial Report Statement of Net Position and supporting trial balance schedules provided by City staff were used to establish the FY 2022 beginning balances of the Fund, as of October 1, 2021. It is important to note that funds reserved or encumbered for specific capital projects were included in the beginning fund balances and the associated capital project costs were also included in the capital improvement program. 2.1.2 Revenues The revenues utilized in the RSA reflect an evaluation of multiple years of historical results, FY 2021 actual results and the FY 2022 Budget. Revenues consist of rate revenue (stormwater fee revenues), other minor operating revenues and interest income. Stormwater fee revenues are based upon a straight-line extrapolation of fiscal year-to-date revenues through February 2022. Beyond FY 2022, stormwater fee revenues are adjusted annually based upon assumed annual changes in accounts as well as changes for the projected annual rate increases shown in the results section of this report. The FY 2022 Budget serves as the basis for all other revenue projections, with the exception of interest income, which is calculated annually based upon projected average annual fund balances and assumed interest rates discussed in more detail in Section 2.1.8 of this report. Historically, Water Utility Fund revenues have represented payment for engineering work performed by Stormwater personnel on behalf of the Water Utility. As City staff anticipates this cost sharing arrangement will phase out, this revenue has been reduced to $0 starting in FY 2023. 2.1.3 Operating Expenditures The Fund’s operating expenditures include all operating and maintenance (O&M) expenses, transfers (including payment in lieu of taxes or PILOT), debt service requirements and minor capital outlay expenditures. The RSA based the operating expenditure projections on the individual expense categories and expense amounts contained in the FY 2022 Budget. Starting in FY 2023, each expense line item is 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 4 adjusted annually based upon assumed cost escalation factors discussed in Section 2.1.7 of this report, which were validated with City staff. Garage services expenses reflect a reduction of $100,000 per year starting in FY 2023, consistent with staff’s expectation and leveling off at around $545,000 per year by FY 2027. Existing annual debt service expenses reflect schedules for each outstanding issuance of the Fund as provided by City staff. A complete list of all projected O&M costs is presented in Schedule 4 of the Appendix. 2.1.4 Payment in Lieu of Taxes (PILOT) The FY 2022 payment in lieu of taxes reflect the FY 2022 Budget amount as provided by City staff. Starting in FY 2023, the annual calculation of the PILOT to be transferred to the City’s General Fund is based upon 5.5% of the prior year’s audited total operating revenues in each year of the projection period. The total annual payments, allocated by department, are listed in Schedule 4 of the Appendix. 2.1.5 Capital Improvement Program (CIP) The Capital Improvement Program (CIP) was provided by City staff through FY 2032. No additional escalation factors were applied to the CIP because staff had already accounted for inflation to account for the future cost of construction. The original CIP as provided by staff, included total prior year appropriations as well as FY 2022 CIP project funding of approximately $34.1M. Through discussion with staff, assumptions were made regarding the capacity of the City to execute the capital program as provided, given strong labor market conditions and high turnover in project management and engineering positions across all utilities in the United States. As such, City staff provided Stantec with anticipated actual capital spending throughout the projection period. The spending assumptions include a deferral of $29M from FY 2022, redistributed through FY 2032. With this adjustment, the RSA projects average annual CIP spending of approximately $11M through FY 2032. It is important to note that this assumption implies that City staff will regularly re-evaluate and re- prioritize the appropriated capital improvement projects as well as the funding of future projects to those annual spending assumptions. A list of projects and costs by year is included in Schedule 6 of the Appendix. 2.1.6 Early Retirement of the Series 2013 Bond Given the amount of available unrestricted funds built up over the past few fiscal years from 1) the receipt of more grants than previously anticipated, 2) higher stormwater fee revenues than projected, 3) savings from regulatory costs that did not come to fruition and 4) savings in administration charges, personnel expenses and other services charges, the Stormwater Fund was able to retire the Series 2014 Revenue Bond early in FY 2020 and the Series 2013 Bond on November 1, 2021 (FY 2022). Given that our beginning balances for FY 2022 as described in Section 2.1.1 of this report did not yet account for the Series 2013 Bond full repayment, the RSA reflects the one-time payoff amount of $8,002,487 million in FY 2022. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 5 2.1.7 Cost Escalation Factors Annual cost escalation factors for the various types of O&M expenses were discussed with City staff and applied in each year of the projection period beginning in FY 2023. In general, the operating expenses, with the exception of pension plan expenditures, are projected to track with overall inflation patterns, and most other expenditure line items are projected to increase at annual rates of between 3.0% and 10.0%. The employee pension plan expenditures are calculated as 6.5% of salaries and wages in FY 2023, 7.75% in FY 2024, and 8.5% for every subsequent year. The weighted average annual O&M expenses increase for the 10-year projection is 4.29%. The specific escalation factors assumed for each type of expense are presented on Schedule 5 of Appendix. 2.1.8 Interest Earnings The projection of interest earnings on invested funds (including funds dedicated for CIP projects) was provided by City staff and reflects an earnings rate of 1% in FY 2022, 2% in FY 2023, and 2.25% in FY 2024 and throughout the remainder of the forecast. Annual interest earnings are presented in Schedule 3 of the Appendix. 2.1.9 Customer Growth Given the fully built-out nature of the City of Clearwater, the RSA assumes no annual growth in accounts. As such, to the extent any growth happens, the results will have a positive impact to the financial plan, assuming all other factors remain constant. 2.1.10 Debt Service Coverage The Utility must maintain annual net revenue (gross revenue minus operating expenses) that is at least 1.15 times greater than the annual debt service requirement (i.e., the annual principal and interest payments) on its outstanding senior-lien debt. This coverage requirement is a minimum bond covenant requirement. To the extent a utility is unable to meet this requirement, it could be found in technical default, which could result in reductions in credit ratings, which would negatively affect the interest rate and terms of future financing initiatives. As a policy decision, well-managed utilities almost always measure revenue sufficiency and set rates based upon higher coverage levels, to ensure compliance with these covenants, in the event future actual revenue and expenses do not occur as projected. This practice tends to enhance a utility’s effectiveness over time as it tends to provide funds which can be available to implement programs and capital projects without the issuance of additional debt. The utility sufficiently meets the coverage requirements each year in the projection period. Moreover, given the reduction in annual debt service as discussed above in section 2.1.6, calculated debt service coverage levels are well above these minimum levels. Annual coverage calculations are presented in Schedule 8 of the Appendix. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 6 2.1.11 Minimum Operating Reserve Policy An operating reserve is a balance maintained to meet short-term cash flow requirements as well as minimize the risk associated with meeting the financial obligations and continued operational and capital needs under adverse conditions. The level of reserves maintained by a utility is an important component and consideration of developing a utility system multi-year financial management plan. Many utilities, rating agencies, and the investment community as a whole place a significant emphasis on having sufficient reserves available for potentially adverse conditions. The rationale related to the maintenance of adequate reserves is twofold. First, it helps to ensure that a utility will have adequate funds available to meet its financial obligations during unusual periods (i.e., when revenues are unusually low and/or expenditures are unusually high). Second, it provides funds that can be used for emergency repairs or replacements to the system that can occur because of natural disasters or unanticipated system failures. Moreover, reserves are an important financial indicator considered by rating agencies in establishing credit rating for municipal utility systems, thereby impacting the terms and costs of future borrowing requirements. Rating agency guidance as to the level of operating reserve for utility systems tend to be consistent with our industry experience. Based upon Stantec’s industry experience, efficient utilities often target a minimum operating reserve in the range of 3–12 months of annual O&M expenses, depending on other reserve funds and practices, local economic conditions and other financial management policies and procedures. For the City of Clearwater, the RSA reflects a target minimum operating reserve equal to six months of O&M expenses. This particular objective is generally not established as a strict minimum, as many factors could create circumstances under which a utility may elect to allow fund balances to fall below that target for a period of time. Currently, the City’s operating reserve balance is above the target due to 1) management’s diligence in securing historical grants to fund capital projects, 2) the Fund benefiting from regulatory costs that did not come to fruition, and 2) management’s ability to reduce annual operating costs. Given the projections herein, existing operating reserves will be spent downward over the projection period and will move closer to the target six-month level by FY 2032. As such, the targeted minimum balances are maintained in all years. CONCLUSIONS & RECOMMENDATIONS As previously stated, the revenue sufficiency analysis evaluated the sufficiency of the current stormwater rate revenues to generate the level of revenues necessary to satisfy the Utility’s projected 1) operating expenses, 2) capital improvement costs, 3) adequate operating reserves, and 4) adequate debt service coverage during the 10-year projection. The results of the Stormwater Fund’s revenue sufficiency analysis are summarized in Figure 2-1 below and Stantec concludes that the Fund is projected to generate healthy levels of operating net income and maintain strong debt service coverages with the assumed 1.75% assumed rate increases thru FY 2027 and 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 7 3.00% a year starting in FY 2028. Furthermore, given the Fund’s current operating reserve, the City can continue to invest in its Stormwater infrastructure on a pay-as-you-go basis while spending those operating fund reserves closer to the six-months operating reserve target discussed in Section 2.1.11 of this report. Based upon the assumptions and base data presented herein, Stantec recommends the implementation of 1.75% rate adjustments for FY 2023 thru FY 2027. This will allow the Fund to continue funding its operating and capital needs while preserving its borrowing capacity. Moreover, Stantec recommends continued annual or bi-annual reviews of the Fund’s revenue sufficiency so that the projected use of reserves can be monitored, and annual rate adjustment needs are verified to avoid the need for sizeable one-time rate impacts to customers in future fiscal years. The annual or bi-annual reviews will also allow for the incorporation of updated revenue and expense information, as well as changes in economic conditions, customer accounts, regulatory requirements, and other factors that can materially affect the financial management plan. The recommended rate adjustments and customer impacts are presented in Table 2.1. Figure 2-1 FY 2022 RSA Results Table 2.1 – Proposed Rate Adjustments & Customer Impacts Fiscal Year FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 Rate Adjustment 1.75% 1.75% 1.75% 1.75% 1.75% Monthly Bill (per ERU) $13.64 $13.87 $14.11 $14.36 $14.61 $ Change $0.24 $0.23 $0.24 $0.25 $0.25 2. Revenue Sufficiency Analysis City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 8 It is important to note that the projections of future conditions underlying this analysis are not intended to be predictions. Applicable to many stormwater utility systems, there are multiple factors beyond the City’s control, such as weather, regulatory changes, national, regional, and local economic conditions, the rate of growth in new customers, customer reaction to rate adjustments, operating and capital cost inflation, and changes in the timing and composition of the Utility’s capital improvement program, that will have material impacts on the future financial condition of the City’s utility operations. Further, the projections in this Study rely upon data and guidance provided during the Study, and while the information utilized in this Study is believed to be reliable, detailed independent reviews or auditing of the data were not conducted. As a result, there will usually be differences between forecast and actual results because events and circumstances frequently do not occur as expected, and those differences may be material. While we have no responsibility to update this report for events and circumstances occurring after the date of this report, future management actions must be informed by and adjusted to reflect future results as they occur. These comments are provided to emphasize the importance of active management informed by the actual future results of utility operations by the City. While the planning effort supported by this Study will serve to guide and inform the City in balancing future revenue and spending decisions, it is only through observation of future results that the City will be able to determine the actions required to ensure its financial and operational objectives are met. The Appendix includes detailed schedules presenting all components of the financial management plan developed for the Stormwater Utility. 3. Residential Stormwater Fee Survey City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 9 RESIDENTIAL STORMWATER FEE SURVEY As part of the RSA, Stantec also performed a comparative residential stormwater fee survey of the City’s surrounding geographic area. The blue bars in Figure 3-1 below reflects the monthly bill for a single-family residential stormwater customer with fees in effect as of October 1, 2021 (FY 2022) for each community, based on public information related to FY 2022 rates available as of May 20, 2022. The rates used in the surveys were based upon information available on each utility’s website, provided by its billing department, and/or published in rate ordinances as available on Municode.com. It is important to note that this survey is a snapshot in time for FY 2022. With the multitude of financial pressures each utility is currently facing, many of the monthly bills shown for each municipality in this survey are most likely to change in FY 2023 and beyond. Figure 3-1 FY 2022 Monthly Residential Stormwater Fee Survey Disclaimer City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 10 Disclaimer This document was produced by Stantec Consulting Services Inc. (“Stantec”) for the City of Clearwater, FL and is based on a specific scope agreed upon by both parties. Stantec’s scope of work and services do not include serving as a “municipal advisor” for purposes of the registration requirements of the Dodd-Frank Wall Street Reform and Consumer Protection Act (2010) or the municipal advisor registration rules issued by the Securities and Exchange Commission. Stantec is not advising the City of Clearwater, FL, or any municipal entity or other person or entity, regarding municipal financial products or the issuance of municipal securities, including advice with respect to the structure, terms, or other similar matters concerning such products or issuances. In preparing this report, Stantec utilized information and data obtained from the City of Clearwater, FL or public and/or industry sources. Stantec has relied on the information and data without independent verification, except only to the extent such verification is expressly described in this document. Any projections of future conditions presented in the document are not intended as predictions, as there may be differences between forecasted and actual results, and those differences may be material. Additionally, the purpose of this document is to summarize Stantec’s analysis and findings related to this project, and it is not intended to address all aspects that may surround the subject area. Therefore, this document may have limitations, assumptions, or reliance on data that are not readily apparent on the face of it. Moreover, the reader should understand that Stantec was called on to provide judgments on a variety of critical factors which are incapable of precise measurement. As such, the use of this document and its findings by the City of Clearwater, FL should only occur after consultation with Stantec, and any use of this document and findings by any other person is done so entirely at their own risk. Appendix: Supporting Financial Schedules City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 11 APPENDIX: SUPPORTING FINANCIAL SCHEDULES Schedule 1 Assumptions Schedule 2 FY 2022 Beginning Balances Schedule 3 Projection of Cash Inflows Schedule 4 Projection of Cash Outflows Schedule 5 Cost Escalation Factors Schedule 6 Capital Improvement Program Schedule 7 FAMS - Control Panel Schedule 8 Pro Forma Schedule 9 Capital Project Funding Summary Schedule 10 Detailed Funding by Fund Schedule 11 Senior Lien Borrowing Projections Appendix: Supporting Financial Schedules Assumptions Schedule 1 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Rate Increase Adoption Date 10/1/2021 10/1/2022 10/1/2023 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10/1/2029 10/1/2030 10/1/2031 Stormwater Annual Growth Number of Accounts 32,318 32,318 32,318 32,318 32,318 32,318 32,318 32,318 32,318 32,318 32,318 Account Growth - - - - - - - - - - - % Change in Accounts 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Capital Spending Annual Capital Budget (Future Year Dollars)1 5,123,129$ 6,138,010$ 11,499,739$ 11,330,391$ 11,535,974$ 11,904,397$ 12,181,840$ 12,586,299$ 12,803,637$ 13,049,907$ 13,167,356$ Annual Percent Executed 100%100%100%100%100%100%100%100%100%100%100% Average Annual Interest Earnings Rate On Fund Balances 1.00%2.00%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage Personal Services 100%100%100%100%100%100%100%100%100%100%100% Fixed Operations and Maintenance 100%100%100%100%100%100%100%100%100%100%100% Debt Service on Lease Purchases2 100%100%100%100%100%100%100%100%100%100%100% 2 Reflects principal and interest expenses related to stormwater vehicles and equipment. 1 City staff provided Stantec with anticipated annual CIP spending. As such, $29M of FY 2022 appropriations and unspent prior year appropriations were deferred in FY 2022 and re-distributed into other future years of the projection. City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 12 Appendix: Supporting Financial Schedules FY 2022 Beginning Balances Schedule 2 Stantec Grouping of Funds in Model Revenue Fund Restricted Reserves Current Unrestricted Assets Equity in pooled cash and investments 46,460,834$ -$ Accrued Int Receivables 47,266 - Other receivables - - Billed charges 734,217 - Unbilled charges estimated 1,341,800 - Less: Allowance for uncollectable accounts (2,501) - Due from other governmental entities - - Restricted cash and investments - current -1,591,853 Total Assets 48,581,616$ 1,591,853$ Current Liabilities Less: Accounts and contracts payable (585,360)$ -$ Less: Accrued payroll (152,691) - Less: Compensated absences (130,414) - Less: Accrued interest payable - current (213) - Less: Accrued interest payable - current restricted - (299,352) Calculated Fund Balance (Assets - Liabilities)47,712,938$ 1,292,501$ Restricted Reserves Less Subtotal of Reserves Available for Carry-Over CIP -$ -$ Less: Current Portion of LT Liabilities - Revenue Bonds - (1,292,500) Net Unrestricted Fund Balance 47,712,938$ 1$ Funds Encumbered or Reserved for Projects not in the CIP - - Available Fund Balance 47,712,938$ 1$ Fund Summary Revenue Fund 47,712,938$ Restricted Reserves 1 Available Fund Balance 47,712,939$ City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 13 Appendix: Supporting Financial Schedules Schedule 3 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 1 Rate Revenue Growth Assumptions 2 % Change in Rate Revenue 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 3 Assumed Rate Revenue Increases 4 Assumed Stormwater Rate Increase 0.00%1.75%1.75%1.75%1.75%1.75%3.00%3.00%3.00%3.00%3.00% 5 Stormwater Rate Revenue 6 Rate Revenue 16,918,333$ 17,214,404 17,515,656 17,822,180 18,134,068 18,451,415 19,004,957 19,575,106 20,162,359 20,767,230 21,390,247 7 Total Water Rate Revenue 16,918,333$ 17,214,404 17,515,656 17,822,180 18,134,068 18,451,415 19,004,957 19,575,106 20,162,359 20,767,230 21,390,247 8 Other Operating Revenue 9 Water Utility Fund1 19,750$ - - - - - - - - - - 10 Parking Fund 75,150 75,150 75,150 75,150 75,150 75,150 75,150 75,150 75,150 75,150 75,150 11 Late Payment Fee 73,000 73,000 73,000 73,000 73,000 73,000 73,000 73,000 73,000 73,000 73,000 12 Capital Labor 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 4,000 13 Total Other Operating Revenue 171,900$ 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 14 Non-Operating Revenue 15 Sale of Scrap 6,000$ 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 16 Total Non-Operating Revenue 6,000$ 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 17 Interest Income 18 Interest Income 452,091$ 879,246 987,373 928,828 869,267 802,255 728,094 647,576 560,854 469,449 374,262 19 Interest Income - Restricted - 92,151 174,512 237,368 257,111 261,552 268,548 276,084 283,305 289,114 293,580 20 Total Interest Income 452,091$ 971,398 1,161,886 1,166,195 1,126,378 1,063,806 996,643 923,661 844,159 758,563 667,843 21 Total Cash Inflows 17,548,324$ 18,343,952 18,835,692 19,146,525 19,418,597 19,673,371 20,159,750 20,656,916 21,164,668 21,683,943 22,216,239 1 Reflects reimbursed costs to for services performed on behalf of Water Fund. Such services are projected to be phased out in FY 2022. Projection of Cash Inflows City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 14 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Expense Line Item FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 1 Stormwater Management Personal Services 2 510100 Full Time Salaries & Wages 694,217$ 725,457 765,357 807,452 847,824 890,215 934,726 981,462 1,030,535 1,082,062 1,136,165 3 510200 Part Time Salaries & Wages 22,180 23,178 24,453 25,798 27,088 28,442 29,864 31,357 32,925 34,572 36,300 4 510500 Overtime 1,790 1,871 1,973 2,082 2,186 2,295 2,410 2,531 2,657 2,790 2,930 5 520100 Life Ins $2500 Empl & Pens 80 88 94 99 104 109 114 120 126 132 139 6 520300 Samp Life Insurance 2,304 2,534 2,712 2,847 2,990 3,139 3,296 3,461 3,634 3,816 4,007 7 520400 Major Medical Ins-Emp 116,260 127,886 136,838 143,680 150,864 158,407 166,327 174,644 183,376 192,545 202,172 8 520600 Social Security-Employee 11,467 11,983 12,642 13,337 14,004 14,704 15,440 16,212 17,022 17,873 18,767 9 520700 Emp Pension Plan 1 44,921 48,783 61,363 71,003 74,553 78,281 82,195 86,305 90,620 95,151 99,909 10 520900 Workers Compensation 3,490 3,647 3,848 4,059 4,262 4,475 4,699 4,934 5,181 5,440 5,712 11 522000 CWA Life 402 442 473 497 522 548 575 604 634 666 699 12 530100 Professional Services 70,000 77,000 82,390 86,510 90,835 95,377 100,146 105,153 110,410 115,931 121,728 13 530300 Other Contractual Serv 286,220 300,531 314,055 326,617 338,049 348,190 358,636 369,395 380,477 391,891 403,648 14 542200 Elec-Util Charges 7,000 7,350 7,681 7,988 8,268 8,516 8,771 9,034 9,305 9,584 9,872 15 542300 Gas,Water & Sanitation Utl 880 924 966 1,004 1,039 1,071 1,103 1,136 1,170 1,205 1,241 16 542500 Postage 1,000 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 17 543100 Advertising 780 819 856 890 921 949 977 1,007 1,037 1,068 1,100 18 543400 Printing & Binding 3,800 3,990 4,170 4,336 4,488 4,623 4,761 4,904 5,051 5,203 5,359 19 544100 Equipt Rental 100 105 110 114 118 122 125 129 133 137 141 20 545100 Insurance 1,430 1,502 1,569 1,632 1,689 1,740 1,792 1,846 1,901 1,958 2,017 21 546100 Ofc Equip Svc & Repair 100 105 110 114 118 122 125 129 133 137 141 22 546200 Other Equip Svc & Repair 250 263 274 285 295 304 313 323 332 342 353 23 547100 Uniforms-Employee 1,200 1,260 1,317 1,369 1,417 1,460 1,504 1,549 1,595 1,643 1,692 24 547200 Travel Expense-Emp 6,100 6,405 6,693 6,961 7,205 7,421 7,643 7,873 8,109 8,352 8,603 25 547300 Mileage Reimbursement 410 431 450 468 484 499 514 529 545 561 578 26 547400 Meals-Employee 80 84 88 91 94 97 100 103 106 110 113 27 548000 Other Services Or Charges 100 105 110 114 118 122 125 129 133 137 141 28 550100 Office Supplies 720 756 790 822 850 876 902 929 957 986 1,015 29 550400 Operating Supplies & Matls 4,680 4,914 5,135 5,341 5,527 5,693 5,864 6,040 6,221 6,408 6,600 30 557100 Memberships/Subs/Lic Emp 6,810 7,151 7,472 7,771 8,043 8,284 8,533 8,789 9,053 9,324 9,604 31 557200 Officl Recognition-Emp 300 315 329 342 354 365 376 387 399 411 423 32 557300 Training & Ref Employee 8,250 8,663 9,052 9,414 9,744 10,036 10,337 10,647 10,967 11,296 11,635 Internal Services 33 540100 Garage Services 3,660$ 3,843 4,035 4,237 4,449 4,671 4,905 5,150 5,407 5,678 5,962 34 540300 Telephone Service Variable 5,070 5,324 5,590 5,869 6,163 6,471 6,794 7,134 7,491 7,865 8,258 35 540600 Telephone Svc Fixed 1,170 1,229 1,290 1,354 1,422 1,493 1,568 1,646 1,729 1,815 1,906 36 540900 Risk Mgmt Service 2,270 2,384 2,503 2,628 2,759 2,897 3,042 3,194 3,354 3,522 3,698 37 541000 Info Technology Charge 122,680 128,814 135,255 142,017 149,118 156,574 164,403 172,623 181,254 190,317 199,833 38 542000 Employee Benefits-Fixed 2,580 2,709 2,844 2,987 3,136 3,293 3,457 3,630 3,812 4,002 4,203 39 540800 Bldg Svc Chgs CH & MSB-Fixed 25,140 26,397 27,717 29,103 30,558 32,086 33,690 35,375 37,143 39,000 40,950 40 Total Stormwater Management 1,459,891$ 1,540,288 1,633,700 1,722,375 1,802,841 1,885,183 1,971,408 2,061,703 2,156,265 2,255,299 2,359,022 43 Stormwater Maintenance 44 510100 Full Time Salaries & Wages 1,948,710$ 2,036,402 2,148,404 2,266,566 2,379,895 2,498,889 2,623,834 2,755,025 2,892,777 3,037,416 3,189,286 45 510400 Special Pay 26,790 28,130 29,395 30,571 31,641 32,590 33,568 34,575 35,612 36,681 37,781 46 510500 Overtime 20,310 21,224 22,391 23,623 24,804 26,044 27,346 28,714 30,149 31,657 33,240 47 520100 Life Ins $2500 Empl & Pens 30 33 35 37 39 41 43 45 47 50 52 48 520200 1% Life Insurance-Employee 403 443 474 498 523 549 577 605 636 667 701 49 520300 Samp Life Insurance 768 845 904 949 997 1,046 1,099 1,154 1,211 1,272 1,336 50 520400 Major Medical Ins-Emp 466,813 513,494 549,439 576,911 605,756 636,044 667,846 701,239 736,301 773,116 811,771 51 520600 Social Security-Employee 29,864 31,208 32,924 34,735 36,472 38,296 40,210 42,221 44,332 46,548 48,876 52 520700 Emp Pension Plan1 120,463 135,574 170,515 197,265 207,089 217,390 228,204 239,557 251,476 263,989 277,126 53 520900 Workers Compensation 34,300 35,844 37,815 39,895 41,889 43,984 46,183 48,492 50,917 53,463 56,136 54 521000 Disability Insurance 260 286 306 321 337 354 372 391 410 431 452 55 522000 CWA Life 7,538 8,292 8,872 9,316 9,782 10,271 10,784 11,323 11,890 12,484 13,108 56 530300 Other Contractual Serv 21,600 22,680 23,701 24,649 25,511 26,277 27,065 27,877 28,713 29,575 30,462 57 542200 Elec-Util Charges 1,820 1,911 1,997 2,077 2,150 2,214 2,280 2,349 2,419 2,492 2,567 58 542300 Gas,Water & Sanitation Utl 51,730 54,317 56,761 59,031 61,097 62,930 64,818 66,763 68,766 70,828 72,953 City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 15 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Expense Line Item FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 59 542500 Postage 370 389 406 422 437 450 464 478 492 507 522 60 542700 Interfd Svc Chg-Other Fund 9,960 10,458 10,981 11,530 12,106 12,712 13,347 14,015 14,715 15,451 16,224 61 542800 Interfd Other Serv Chgs 389,030 408,482 428,906 450,351 472,868 496,512 521,337 547,404 574,774 603,513 633,689 62 542900 Interfd Admin Service Chg 533,550 560,228 588,239 617,651 648,533 680,960 715,008 750,758 788,296 827,711 869,097 63 543400 Printing & Binding 3,300 3,465 3,621 3,766 3,898 4,014 4,135 4,259 4,387 4,518 4,654 64 543500 Dump Fee 137,800 146,068 154,832 164,122 173,969 184,407 195,472 207,200 219,632 232,810 246,779 65 544100 Equipt Rental 30,000 31,500 32,918 34,234 35,432 36,495 37,590 38,718 39,879 41,076 42,308 66 545100 Insurance 52,860 55,503 58,001 60,321 62,432 64,305 66,234 68,221 70,268 72,376 74,547 67 546200 Other Equip Svc & Repair 18,000 18,900 19,751 20,541 21,259 21,897 22,554 23,231 23,928 24,646 25,385 68 547100 Uniforms-Employee 15,100 15,855 16,568 17,231 17,834 18,369 18,920 19,488 20,073 20,675 21,295 69 547200 Travel Expense-Emp 6,750 7,088 7,406 7,703 7,972 8,211 8,458 8,712 8,973 9,242 9,519 70 547300 Mileage Reimbursement 460 483 505 525 543 560 576 594 611 630 649 71 547400 Meals-Employee 600 630 658 685 709 730 752 774 798 822 846 72 548000 Other Services Or Charges 1,000 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 73 550100 Office Supplies 5,000 5,250 5,486 5,706 5,905 6,083 6,265 6,453 6,647 6,846 7,051 74 550400 Operating Supplies & Matls 180,980 190,029 198,580 206,524 213,752 220,164 226,769 233,572 240,580 247,797 255,231 75 551500 Medical Supplies 1,000 1,050 1,097 1,141 1,181 1,217 1,253 1,291 1,329 1,369 1,410 76 552500 $750-5000 Mach & Equip 6,300 6,615 6,913 7,189 7,441 7,664 7,894 8,131 8,375 8,626 8,885 77 557100 Memberships/Subs/Lic Emp 4,490 4,715 4,927 5,124 5,303 5,462 5,626 5,795 5,969 6,148 6,332 78 557200 Officl Recognition-Emp 1,260 1,323 1,383 1,438 1,488 1,533 1,579 1,626 1,675 1,725 1,777 79 557300 Training & Ref Employee 21,370 22,439 23,448 24,386 25,240 25,997 26,777 27,580 28,407 29,260 30,137 80 540100 Garage Services2 888,370 832,789 770,264 701,075 625,612 544,381 560,712 577,533 594,859 612,705 631,086 81 540300 Telephone Service Variable 2,840 2,982 3,131 3,288 3,452 3,625 3,806 3,996 4,196 4,406 4,626 82 540500 Radio Svc-Fixed 21,980 23,079 24,233 25,445 26,717 28,053 29,455 30,928 32,474 34,098 35,803 83 540600 Telephone Svc Fixed 1,170 1,229 1,290 1,354 1,422 1,493 1,568 1,646 1,729 1,815 1,906 84 540700 Postal Service 180 189 198 208 219 230 241 253 266 279 293 85 540900 Risk Mgmt Service 9,520 9,996 10,496 11,021 11,572 12,150 12,758 13,396 14,065 14,769 15,507 86 541000 Info Technology Charge 162,350 170,468 178,991 187,940 197,337 207,204 217,565 228,443 239,865 251,858 264,451 87 541500 Garage Variable 11,000 11,550 12,128 12,734 13,371 14,039 14,741 15,478 16,252 17,065 17,918 88 541600 Bldg & Maint-Variable 15,400 16,170 16,979 17,827 18,719 19,655 20,637 21,669 22,753 23,890 25,085 89 541800 Administrative Charge 393,950 413,648 434,330 456,046 478,849 502,791 527,931 554,327 582,044 611,146 641,703 90 542000 Employee Benefits-Fixed 10,850 11,393 11,962 12,560 13,188 13,848 14,540 15,267 16,030 16,832 17,674 91 571300 Principal-Leased Equipment 42,520 - - - - - - - - - - 92 572300 Interest-Leased Equipt 430 - - - - - - - - - - 93 Total Stormwater Maintenance 5,711,139$ 5,875,689 6,113,657 6,337,671 6,537,925 6,743,346 7,060,447 7,392,856 7,741,326 8,106,647 8,489,646 94 Debt Service 95 Prepayment of 2013 Bonds 3 8,002,487$ - - - - - - - - - - 96 Total Debt Service 8,002,487$ - - - - - - - - - - 97 Total Expenses by Category 98 Personal Services 3,553,360$ 3,757,643 4,011,229 4,251,541 4,463,621 4,686,115 4,919,714 5,164,971 5,422,469 5,692,820 5,976,665 99 Operations & Maintenance 3,574,720 3,658,334 3,736,128 3,808,505 3,877,145 3,942,414 4,112,142 4,289,589 4,475,122 4,669,126 4,872,004 100 Debt Service on Lease Purchases 4 42,950 - - - - - - - - - - 101 Prepayment of 2013 Bonds 3 8,002,487 - - - - - - - - - - 102 Total Expenses 15,173,517$ 7,415,977 7,747,357 8,060,046 8,340,766 8,628,529 9,031,855 9,454,560 9,897,591 10,361,946 10,848,668 103 Expense Execution Factors 104 Personal Services 100%100%100%100%100%100%100%100%100%100%100% 105 Operations & Maintenance 100%100%100%100%100%100%100%100%100%100%100% 106 Debt Service on Lease Purchases 100%100%100%100%100%100%100%100%100%100%100% 108 Total Expenses at Execution 109 Personal Services 3,553,360$ 3,757,643 4,011,229 4,251,541 4,463,621 4,686,115 4,919,714 5,164,971 5,422,469 5,692,820 5,976,665 110 Operations & Maintenance 3,574,720 3,658,334 3,736,128 3,808,505 3,877,145 3,942,414 4,112,142 4,289,589 4,475,122 4,669,126 4,872,004 111 Debt Service on Lease Purchases 42,950 - - - - - - - - - - 112 Total Expenses at Execution 7,171,030$ 7,415,977 7,747,357 8,060,046 8,340,766 8,628,529 9,031,855 9,454,560 9,897,591 10,361,946 10,848,668 114 Transfers Out 115 590200 Interfund Transfer (PILOT) 5 942,880$ 956,477 939,963 955,160 971,729 988,588 1,005,742 1,023,196 1,053,641 1,084,999 1,117,298 City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 16 Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Expense Line Item FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 116 Total Transfers Out 942,880$ 956,477 939,963 955,160 971,729 988,588 1,005,742 1,023,196 1,053,641 1,084,999 1,117,298 117 Debt Service 118 Series 2012 Revenue Bond 1,316,475$ 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 New Debt Service (Model Calculated)- - - - - - - - - - - 119 Total Debt Service 1,316,475$ 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 120 Total Cash Outflows 17,432,872$ 9,691,823 10,008,207 10,347,944 10,645,058 10,963,230 11,375,660 11,830,049 12,310,257 12,809,682 13,334,254 1 Projected as 7.00% of total Salaries and Wages staring in FY 2023 and throughout the remainder of the projection. 2 Reduction of $100,000 a year to reflects staff's expectation that future annual spending will be closer to $550k starting in 2027 as reflected herein. 3 Reflects payoff of Series 2013 principal and interest on November 1, 2022. 4 Staff anticipates to fund vehicle purchases with cash and the final lease payment for outstanding lease contracts happens in FY 2021 per interactive on April 28th, 2022. 5 FY 2022 reflects the budget amount as provided by City staff. Starting in FY 2023, this transfer is calculated to reflect 5.5% of operating revenues as reported two years prior. City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 17 Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 510100 Full Time Salaries & Wages Pay 4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50% 510200 Part Time Salaries & Wages Pay 4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50% 510500 Overtime Pay 4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50% 520100 Life Ins $2500 Empl & Pens Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 520200 1% Life Insurance-Employee Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 520300 Samp Life Insurance Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 520400 Major Medical Ins-Emp Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 520600 Social Security-Employee Pay 4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50% 520700 Emp Pension Plan 1 Pension Contribution 6.50%7.75%8.50%8.50%8.50%8.50%8.50%8.50%8.50%8.50% 520900 Workers Compensation Pay 4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50%4.50% 521000 Disability Insurance Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 522000 CWA Life Health Insurance 10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00%10.00% 530300 Other Contractual Serv Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542200 Elec-Util Charges Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542300 Gas,Water & Sanitation Utl Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542500 Postage Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542700 Interfd Svc Chg-Other Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542800 Interfd Other Serv Chgs Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542900 Interfd Admin Service Chg Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 543100 Advertising Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 543400 Printing & Binding Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 543500 Dump Fee Dump Fee 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 544100 Equipt Rental Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 545100 Insurance Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 546100 Ofc Equip Svc & Repair Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 546200 Other Equip Svc & Repair Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 547100 Uniforms-Employee Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 547200 Travel Expense-Emp Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 547300 Mileage Reimbursement Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 547400 Meals-Employee Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 548000 Other Services Or Charges Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 550100 Office Supplies Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 550400 Operating Supplies & Matls Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 551500 Medical Supplies Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 552500 $750-5000 Mach & Equip Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 557100 Memberships/Subs/Lic Emp Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 557200 Officl Recognition-Emp Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 557300 Training & Ref Employee Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540100 Garage Services Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540300 Telephone Service Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540500 Radio Svc-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540600 Telephone Svc Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540700 Postal Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540900 Risk Mgmt Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 541000 Info Technology Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 541500 Garage Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 541600 Bldg & Maint-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 541800 Administrative Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 542000 Employee Benefits-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 571300 Principal-Leased Equipment Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 572300 Interest-Leased Equipt Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 540100 Garage Services Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg Svc Chgs CH & MSB-Fixed Inflation 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Weighted average change in O&M Expenses 2 4.04%4.47%4.04%3.48%3.45%4.67%4.68%4.69%4.69%4.70% 1 Reflects the percentage of total Salaries and Wages per input from City staff. 2 The Weighted average increase in O&M Expenses is reflective of the cost escalation factors presented on this schedule and the cost execution factors on Schedule 1. City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 18 Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 20221 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Total Approppriations By Fiscal Year - 14 Stormwater Vehicles & Equipment $ 1,386,692 1,307,550 1,358,200 1,500,000 1,500,010 1,500,000 1,500,000 1,545,000 1,591,350 1,639,091 1,688,263 16,516,156 15 N Fort Harrison 5,172,226 -2,100,000 644,320 4,731,260 3,340,910 1,469,990 - - - - 17,458,706 16 Downtown Streetscape 3 5,299,313 - - - - - - - - - - 5,299,313 17 Survey Equipment - - - - - - 35,000 3,605 3,713 3,825 3,939 50,082 18 Public Works Complex 1,191,466 -2,004,639 3,791 30,954 583,727 -612,913 643,558 675,736 709,523 6,456,307 19 Storm System Improvements 9,858,027 2,802,240 652,670 600,000 601,460 1,491,420 1,969,680 2,028,770 2,089,634 2,152,323 2,078,839 26,325,063 20 Allens Creek Improvements 302,345 497,360 405,460 979,210 490,370 1,111,890 424,360 437,091 450,204 463,710 477,621 6,039,620 21 Storm System Expansion 1,094,986 244,160 179,270 - - 100,000 440,330 440,330 440,330 440,330 440,330 3,820,066 22 Stevenson Creek 2,897,455 1,044,710 231,030 944,870 500,000 -1,035,410 1,066,472 1,098,466 1,131,420 1,165,363 11,115,197 23 Coastal Basins 1,079,329 367,280 477,440 1,058,200 591,920 561,690 668,470 1,361,660 1,402,510 1,444,585 1,487,923 10,501,007 24 Alligator Creek 3,172,071 694,710 231,030 820,000 500,000 474,760 1,728,600 1,780,458 1,833,872 1,888,888 1,945,555 15,069,943 25 Hillcrest Bypass Culvert 374,371 - - - - - - - - - - 374,371 26 Lower Spring Branch Improvements 894,847 - - - - - - - - - - 894,847 27 Coopers Point 1,400,000 - - - - - - - - - - 1,400,000 28 Total CIP Budget (in current dollars) $ 34,123,129 6,958,010 7,639,739 6,550,391 8,945,974 9,164,397 9,271,840 9,276,299 9,553,637 9,839,907 9,997,356 121,320,677 29 Cumulative Projected Cost Escalation 2 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0% 30 Total CIP Budget (future year dollars) $ 34,123,129 6,958,010 7,639,739 6,550,391 8,945,974 9,164,397 9,271,840 9,276,299 9,553,637 9,839,907 9,997,356 121,320,677 31 Plus/Less: CIP Re-distribution from Panel 4 $(29,000,000) (820,000) 3,860,000 4,780,000 2,590,000 2,740,000 2,910,000 3,310,000 3,250,000 3,210,000 3,170,000 - 32 Annual CIP Execution Percentage 3 15.01%88.22%150.53%172.97%128.95%129.90%131.39%135.68%134.02%132.62%131.71% 33 Final CIP Funding Level $ 5,123,129 6,138,010 11,499,739 11,330,391 11,535,974 11,904,397 12,181,840 12,586,299 12,803,637 13,049,907 13,167,356 121,320,677 1 FY 2022 capital Includes FY 2022 appropriations as well as unspent balance of prior year appropriations. 2 Staff provided Stantec with capital improvement program, inclusive of escalation factors. As such no other escalation is applied. 3 City staff provided Stantec with anticipated annual CIP spending. As such, $28M of FY 2022 appropriations and unspent prior year appropriations were deferred in FY 2022 and re-distributed into other future years of the projection. City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 19 Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 7 CLEARWATER, FL FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2023 FY 2028 Stormwater Rate Plan 0.00% 1.75% 1.75% 1.75% 1.75% 1.75% 3.00% 3.00% 3.00% 3.00% 3.00% 9.03% 26.42% Senior-Lien DSC 7.92 8.28 8.39 8.32 8.31 8.20 8.32 8.28 8.29 8.31 8.31 Fixed Charge Stormwater Bill $13.40 $13.64 $13.87 $14.11 $14.36 $14.61 $15.05 $15.50 $15.97 $16.45 $16.94 CALC SAVE CTRL LAST OVR $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M $60.0M 21 22 23 24 25 26 27 28 29 30 31 32 Current Plan Target $0.0M $10.0M $20.0M $30.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 22 23 24 25 26 27 28 29 30 31 32 O&M Cash In Cash Out $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 22 23 24 25 26 27 28 29 30 31 32 O&M PS DEBT TO OBLE Cash CIP Operating Fund CIP Spending Revenues vs. Expenses CIP Funding Borrowing Expenses by Type $0.0M $10.0M $20.0M $30.0M 22 23 24 25 26 27 28 29 30 31 32 Debt Operating/Cash Grant $0.0M $10.0M $20.0M $30.0M $40.0M $50.0M 22 23 24 25 26 27 28 29 30 31 32 Current Plan Appendix: Supporting Financial Schedules Pro Forma Schedule 8 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 1 Operating Revenue 2 Stormwater Rate Revenue 16,918,333$ 16,918,333 17,214,404 17,515,656 17,822,180 18,134,068 18,451,415 19,004,957 19,575,106 20,162,359 20,767,230 3 Subtotal 16,918,333$ 16,918,333 17,214,404 17,515,656 17,822,180 18,134,068 18,451,415 19,004,957 19,575,106 20,162,359 20,767,230 4 Weighted Average Rate Increase 0.00%1.75%1.75%1.75%1.75%1.75%3.00%3.00%3.00%3.00%3.00% 5 Additional Rate Revenue From Rate Increase - 296,071 301,252 306,524 311,888 317,346 553,542 570,149 587,253 604,871 623,017 6 Total Rate Revenue 16,918,333$ 17,214,404 17,515,656 17,822,180 18,134,068 18,451,415 19,004,957 19,575,106 20,162,359 20,767,230 21,390,247 7 Plus: Other Operating Revenue 171,900 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 152,150 8 Equals: Total Operating Revenue 17,090,233$ 17,366,554 17,667,806 17,974,330 18,286,218 18,603,565 19,157,107 19,727,256 20,314,509 20,919,380 21,542,397 9 Personal Services (3,553,360)$ (3,757,643) (4,011,229) (4,251,541) (4,463,621) (4,686,115) (4,919,714) (5,164,971) (5,422,469) (5,692,820) (5,976,665) 10 Operations & Maintenance Costs (3,574,720) (3,658,334) (3,736,128) (3,808,505) (3,877,145) (3,942,414) (4,112,142) (4,289,589) (4,475,122) (4,669,126) (4,872,004) 11 Equals: Net Operating Income 9,962,153$ 9,950,577 9,920,450 9,914,285 9,945,453 9,975,035 10,125,252 10,272,696 10,416,918 10,557,434 10,693,728 12 Non-Operating Revenue 6,000$ 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 6,000 13 Interest Income 452,091 971,398 1,161,886 1,166,195 1,126,378 1,063,806 996,643 923,661 844,159 758,563 667,843 14 Transfers In - - - - - - - - - - - 15 Equals: Net Income 10,420,244$ 10,927,975 11,088,335 11,086,480 11,077,831 11,044,841 11,127,895 11,202,357 11,267,076 11,321,997 11,367,571 16 Less: Revenues Excluded From Coverage Test 17 Transfers In - - - - - - - - - - - 18 Equals: Net Income Available For Debt Service 10,420,244$ 10,927,975 11,088,335 11,086,480 11,077,831 11,044,841 11,127,895 11,202,357 11,267,076 11,321,997 11,367,571 19 Senior Lien Debt Service Coverage Test 20 Net Income Available for Senior-Lien Debt Service 10,420,244$ 10,927,975 11,088,335 11,086,480 11,077,831 11,044,841 11,127,895 11,202,357 11,267,076 11,321,997 11,367,571 21 Existing Senior-Lien Debt 1,316,475 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 22 Cumulative New Senior Lien Debt Service (calculated)- - - - - - - - - - - 23 Total Annual Senior-Lien Debt Service Req.1,316,475$ 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 24 Calculated Senior-Lien Debt Service Coverage 1.15 7.92 8 8 8 8 8 8 8 8 8 8 25 Total All-In Debt Service Coverage Test 26 Net Income Available for Subordinate Debt Service 10,420,244$ 10,927,975 11,088,335 11,086,480 11,077,831 11,044,841 11,127,895 11,202,357 11,267,076 11,321,997 11,367,571 27 Total Senior-Lien Debt Service 1,316,475 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 28 Total Annual Debt Service 1,316,475$ 1,319,369 1,320,888 1,332,738 1,332,563 1,346,113 1,338,063 1,352,294 1,359,025 1,362,738 1,368,288 29 Calculated All-In Debt Service Coverage 7.92 8 8 8 8 8 8 8 8 8 8 30 Cash Flow Test 31 Net Income Available For Debt Service 10,420,244$ 10,927,975 11,088,335 11,086,480 11,077,831 11,044,841 11,127,895 11,202,357 11,267,076 11,321,997 11,367,571 32 Net Interfund Transfers (In - Out)(942,880) (956,477) (939,963) (955,160) (971,729) (988,588) (1,005,742) (1,023,196) (1,053,641) (1,084,999) (1,117,298) 33 Net Debt Service Payment (1,316,475) (1,319,369) (1,320,888) (1,332,738) (1,332,563) (1,346,113) (1,338,063) (1,352,294) (1,359,025) (1,362,738) (1,368,288) 34 Other Below The Line Expenses1 (8,002,487) - - - - - - - - - - 35 Capital Outlay (42,950) - - - - - - - - - - 36 Net Cash Flow 115,453$ 8,652,129 8,827,485 8,798,582 8,773,539 8,710,141 8,784,090 8,826,867 8,854,411 8,874,260 8,881,986 37 Unrestricted Reserve Fund Test 38 Balance At Beginning Of Fiscal Year 47,712,938$ 42,705,262 45,219,382 42,547,128 40,015,319 37,252,884 34,058,629 30,660,879 26,901,447 22,952,221 18,776,574 39 Cash Flow Surplus/(Deficit)115,453 8,652,129 8,827,485 8,798,582 8,773,539 8,710,141 8,784,090 8,826,867 8,854,411 8,874,260 8,881,986 41 Projects Paid With Non Specified Funds (5,123,129) (6,138,010) (11,499,739) (11,330,391) (11,535,974) (11,904,397) (12,181,840) (12,586,299) (12,803,637) (13,049,907) (13,167,356) 42 Balance At End Of Fiscal Year 42,705,262$ 45,219,382 42,547,128 40,015,319 37,252,884 34,058,629 30,660,879 26,901,447 22,952,221 18,776,574 14,491,204 43 Minimum Working Capital Reserve Target 3,564,040 3,707,989 3,873,678 4,030,023 4,170,383 4,314,265 4,515,928 4,727,280 4,948,796 5,180,973 5,424,334 44 Excess/(Deficiency) Of Working Capital To Target 39,141,222$ 41,511,393 38,673,450 35,985,297 33,082,501 29,744,364 26,144,951 22,174,167 18,003,425 13,595,601 9,066,870 1 Reflects payoff of Series 2013 remaining principal outstanding as of 11/1/2021. City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 21 Appendix: Supporting Financial Schedules Capital Project Funding Summary Schedule 9 Final Capital Projects Funding Sources FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Revenue Fund 5,123,129$ 6,138,010 11,499,739 11,330,391 11,535,974 11,904,397 12,181,840 12,586,299 12,803,637 13,049,907 13,167,356 Senior-Lien Debt Proceeds - - - - - - - - - - - Total Projects Paid 5,123,129$ 6,138,010 11,499,739 11,330,391 11,535,974 11,904,397 12,181,840 12,586,299 12,803,637 13,049,907 13,167,356 City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 22 Appendix: Supporting Financial Schedules Detailed Funding by Fund Schedule 10 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Revenue Fund Balance At Beginning Of Fiscal Year 47,712,938$ 42,705,262 45,219,382 42,547,128 40,015,319 37,252,884 34,058,629 30,660,879 26,901,447 22,952,221 18,776,574 Net Cash Flow 115,453 8,652,129 8,827,485 8,798,582 8,773,539 8,710,141 8,784,090 8,826,867 8,854,411 8,874,260 8,881,986 Less: Cash-Funded Capital Projects - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 47,828,391 51,357,392 54,046,867 51,345,710 48,788,858 45,963,025 42,842,719 39,487,746 35,755,857 31,826,481 27,658,559 Less: Restricted Funds (3,564,040) (3,707,989) (3,873,678) (4,030,023) (4,170,383) (4,314,265) (4,515,928) (4,727,280) (4,948,796) (5,180,973) (5,424,334) Total Amount Available For Projects 44,264,351$ 47,649,403 50,173,189 47,315,687 44,618,475 41,648,760 38,326,791 34,760,466 30,807,062 26,645,508 22,234,225 Amount Paid For Projects (5,123,129) (6,138,010) (11,499,739) (11,330,391) (11,535,974) (11,904,397) (12,181,840) (12,586,299) (12,803,637) (13,049,907) (13,167,356) Subtotal 39,141,222 41,511,393 38,673,450 35,985,297 33,082,501 29,744,364 26,144,951 22,174,167 18,003,425 13,595,601 9,066,870 Add Back: Restricted Funds 3,564,040 3,707,989 3,873,678 4,030,023 4,170,383 4,314,265 4,515,928 4,727,280 4,948,796 5,180,973 5,424,334 Plus: Interest Earnings 452,091 879,246 987,373 928,828 869,267 802,255 728,094 647,576 560,854 469,449 374,262 Less: Interest Allocated To Cash Flow (452,091) (879,246) (987,373) (928,828) (869,267) (802,255) (728,094) (647,576) (560,854) (469,449) (374,262) Balance At End Of Fiscal Year 42,705,262$ 45,219,382 42,547,128 40,015,319 37,252,884 34,058,629 30,660,879 26,901,447 22,952,221 18,776,574 14,491,204 City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 23 Appendix: Supporting Financial Schedules Schedule 11 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Sources of Funds Par Amount -$ - - - - - - - - - - Uses of Funds Proceeds -$ - - - - - - - - - - Cost of Issuance 1.50%of Par - - - - - - - - - - - Debt Service Reserve 1 Year(s) of Debt Service - - - - - - - - - - - Total Uses -$ - - - - - - - - - - 1 Year Interest - - - - - - - - - - - Annual Debt Service -$ - - - - - - - - - - Total Debt Service - - - - - - - - - - - Cumulative New Annual Senior Lien Debt Service1 -$ - - - - - - - - - - 1Reflects interest-only payment due in year of issuance. Senior Lien Borrowing Projections City of Clearwater | FY 2022 Stormwater Revenue Sufficiency Analysis Stantec | 24 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 22-18 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 1 File Type: ResolutionIn Control: City Manager's Office Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Establish a Sister Cities relationship with Ixmiquilpan, Mexico and adopt Resolution 22-18. SUMMARY: In March 2022, representatives from the Orlando office of the Mexican Consulate, the Mayor of Ixmiquilpan, Aracelli Beltran Contreras, and representatives from the Federation of Hidalguense met with Mayor Hibbard expressing interest in establishing a Sister Cities partnership. Per the Sister Cities International protocol, a new relationship is initiated by each city passing a resolution declaring their desire to establish a Sister Cities partnership. Following this resolution, the cities will develop a Partnership Agreement that outlines the parameters and activities of the partnership and whether to, and how to, establish an exchange program. The Partnership Agreement is enacted at a signing ceremony, officially establishing the Sister Cities relationship. The Sister Cities Advisory Board has reviewed the request from Ixmiquilpan at their July 28, 2022 meeting and unanimously indicated their support of establishing a new Sister Cities partnership. Located in the central-eastern Mexican state of Hidalgo, about 3 hours (100 miles) north of Mexico City, Ixmiquilpan was originally settled by the Otomi people prior to the arrival of the Toltec civilization (c. 950 CE). The municipality was first established in 1550 with the arrival of Spanish colonials and the construction of the church and monastery of San Miguel Archangel. It is the 7th largest municipality (of 84) in Hidalgo with a population of 98,654 in 2020. The traditional economy is based on mining (magnesium, zinc, silver) and agriculture. Modern industry has focused on manufacturing (autos, trains, metal products, and cement) and tourism, which employ about 30% and 44% of the population, respectively. Residents not employed in these industries find work as construction workers and day laborers or support themselves with the creation of traditional craft art and goods for sale as souvenirs. Tourism is centered on the Church of San Miguel Archangel, which was declared a national monument in 1933, and includes unique murals that blend pre-Hispanic indigenous Otomi and Aztec mythology with Christian imagery from the European Renaissance. Also of note, the city’s central plaza fountain which features a statue of Diana, the huntress (photo attached), which serves as an homage to strength, beauty, and freedom and has become an icon of home to many Hidalguense living abroad. Ixmiquilpan also has many water parks, fed by warm mineral springs and streams and are claimed to have curative powers. APPROPRIATION CODE AND AMOUNT: N/A Page 1 City of Clearwater Printed on 8/31/2022 File Number: 22-18 USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 8/31/2022 Resolution 22-18 RESOLUTION NO. 22-18 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DEMONSTRATING THE COMMITMENT OF THE CITY OF CLEARWATER TO DEVELOP A SISTER CITIES RELATIONSHIP WITH IXMIQUILPAN, MEXICO; PROVIDING AN EFFECTIVE DATE. WHEREAS, Sister Cities International (“SCI”) was founded as a Presidential initiative by President Dwight D. Eisenhower on September 11, 1956 to create more community-led global relationships; WHEREAS, cities, their elected officials, and their citizens can collaborate internationally through organizations such as SCI and city-to-city relationships; WHEREAS, SCI strives to build global cooperation at the municipal level, encourage cultural understanding, and stimulate economic development; WHEREAS, the City of Clearwater, Florida and the City of Ixmiquilpan, Mexico wish to promote international goodwill, cultural understanding, and expanded business relations between the two cities and their respective nations through the exchange of people, ideas, and information; WHEREAS, the exchange of said interests and cultures by the mutual relationship of a Sister City relationship with Ixmiquilpan, Mexico will enhance the City of Clearwater and it residents; WHEREAS, on July 28, 2022, the Sister Cities Advisory Board unanimously indicated their support for the establishment of a new Sister Cities partnership between Clearwater and Ixmiquilpan, Mexico; WHEREAS, the City Council finds the establishment of a Sister City affiliation with Ixmiquilpan, Mexico to be in the best interest of the City of Clearwater. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the appropriate officials and city staff of the City of Clearwater, Florida shall attempt to develop a Sister Cities Partnership Agreement with the City of Ixmiquilpan, Mexico. Section 2. That city staff identifies themes, common to both cities, that can generate new programs, exchanges, and initiatives to further and nurture the relationship between Clearwater and Ixmiquilpan. Resolution 22-18 Section 3. That the City Clerk is hereby directed to record this Resolution in the Public Records of Pinellas County, Florida. Section 4. That this resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _____ day of September, 2022. CITY OF CLEARWATER, FLORIDA By: __________________________ Frank V. Hibbard Mayor Approved as to form: Attest: ___________________________ ________________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0870 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 2 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Appoint 11 members to the Affordable Housing Advisory Committee, to include the appointment of Vice Mayor Beckman as the locally elected official, and adopt Resolution 22-19. SUMMARY: Florida Statute Section 420.9076 states that counties and cities receiving State Housing Initiatives Partnership (SHIP) program funds are required to establish annually an Affordable Housing Advisory Committee (AHAC) and prepare a Local Housing Incentive Strategy (LHIS). The statute further provides that the committee be made up of 11 members appointed by the City. The 11 members must represent a specific industry or a specific group. The required groups and recommended individuals are listed below: ·Banking industry/mortgage: Robyn Fiel ·Area of labor engaged in home building: Maria (Gaby) Camacho ·Advocate for low-income person: Peter Scalia ·Not-for-profit provider of affordable housing: Kevin Chinault ·Real estate professional engaged in affordable housing: Lindsay Dicus-Harrison ·Representative of employers: Camille Hebting ·Clearwater resident: Carmen Santiago ·Member of the local planning agency: Bruce Rector to be recommended by the CDC on 8/16 ·Essential Services representative: Jacqueline Rivera ·Residential home building: Pierre Cournoyer ·Locally elected official: TO BE DETERMINED BY CITY COUNCIL The duties of the Affordable Housing Advisory Committee shall include reviewing policies and procedures, ordinances, land development regulations and the City’s adopted comprehensive plan and shall recommend specific actions or initiatives to encourage or facilitate affordable housing while protecting the ability of the property to appreciate in value. The LHIS must be submitted to City Council by December 31, 2022, and will encompass the definition, vision, strategic focus areas, and action plan (including potential amendments to procedures and existing regulations) in order to facilitate the development of affordable housing in the city. At the August 29 work session, there was council consensus to appoint Vice Mayor Beckman as the locally elected official. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0870 N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 8/31/2022 8/24/22, 10:05 AM Statutes & Constitution :View Statutes : Online Sunshine www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0400-0499/0420/Sections/0420.9076.html 1/3 Select Year: 2022 Go The 2022 Florida Statutes Title XXX SOCIAL WELFARE Chapter 420 HOUSING View Entire Chapter 420.9076 Adoption of affordable housing incentive strategies; committees.— (1) Each county or eligible municipality participating in the State Housing Initiatives Partnership Program, including a municipality receiving program funds through the county, or an eligible municipality must, within 12 months after the original adoption of the local housing assistance plan, amend the plan to include local housing incentive strategies as defined in s. 420.9071(18). (2) The governing board of a county or municipality shall appoint the members of the affordable housing advisory committee. Pursuant to the terms of any interlocal agreement, a county and municipality may create and jointly appoint an advisory committee. The local action adopted pursuant to s. 420.9072 which creates the advisory committee and appoints the advisory committee members must name at least 8 but not more than 11 committee members and specify their terms. Effective October 1, 2020, the committee must consist of one locally elected official from each county or municipality participating in the State Housing Initiatives Partnership Program and one representative from at least six of the categories below: (a) A citizen who is actively engaged in the residential home building industry in connection with affordable housing. (b) A citizen who is actively engaged in the banking or mortgage banking industry in connection with affordable housing. (c) A citizen who is a representative of those areas of labor actively engaged in home building in connection with affordable housing. (d) A citizen who is actively engaged as an advocate for low-income persons in connection with affordable housing. (e) A citizen who is actively engaged as a for-profit provider of affordable housing. (f) A citizen who is actively engaged as a not-for-profit provider of affordable housing. (g) A citizen who is actively engaged as a real estate professional in connection with affordable housing. (h) A citizen who actively serves on the local planning agency pursuant to s. 163.3174. If the local planning agency is comprised of the governing board of the county or municipality, the governing board may appoint a designee who is knowledgeable in the local planning process. (i) A citizen who resides within the jurisdiction of the local governing body making the appointments. (j) A citizen who represents employers within the jurisdiction. (k) A citizen who represents essential services personnel, as defined in the local housing assistance plan. (3) All meetings of the advisory committee are public meetings, and all committee records are public records. Staff, administrative, and facility support to the advisory committee shall be provided by the appointing county or eligible municipality. (4) Annually, the advisory committee shall review the established policies and procedures, ordinances, land development regulations, and adopted local government comprehensive plan of the appointing local government and shall recommend specific actions or initiatives to encourage or facilitate affordable housing while protecting the ability of the property to appreciate in value. The recommendations may include the modification or repeal of existing policies, procedures, ordinances, regulations, or plan provisions; the creation of exceptions applicable to affordable housing; or the adoption of new policies, procedures, regulations, ordinances, or plan provisions, 8/24/22, 10:05 AM Statutes & Constitution :View Statutes : Online Sunshine www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0400-0499/0420/Sections/0420.9076.html 2/3 including recommendations to amend the local government comprehensive plan and corresponding regulations, ordinances, and other policies. At a minimum, each advisory committee shall submit an annual report to the local governing body and to the entity providing statewide training and technical assistance for the Affordable Housing Catalyst Program which includes recommendations on the implementation of affordable housing incentives in the following areas: (a) The processing of approvals of development orders or permits for affordable housing projects is expedited to a greater degree than other projects, as provided in s. 163.3177(6)(f)3. (b) All allowable fee waivers provided for the development or construction of affordable housing. (c) The allowance of flexibility in densities for affordable housing. (d) The reservation of infrastructure capacity for housing for very-low-income persons, low-income persons, and moderate-income persons. (e) Affordable accessory residential units. (f) The reduction of parking and setback requirements for affordable housing. (g) The allowance of flexible lot configurations, including zero-lot-line configurations for affordable housing. (h) The modification of street requirements for affordable housing. (i) The establishment of a process by which a local government considers, before adoption, policies, procedures, ordinances, regulations, or plan provisions that increase the cost of housing. (j) The preparation of a printed inventory of locally owned public lands suitable for affordable housing. (k) The support of development near transportation hubs and major employment centers and mixed-use developments. The advisory committee recommendations may also include other affordable housing incentives identified by the advisory committee. Local governments that receive the minimum allocation under the State Housing Initiatives Partnership Program shall perform an initial review but may elect to not perform the annual review. (5) The approval by the advisory committee of its local housing incentive strategies recommendations and its review of local government implementation of previously recommended strategies must be made by affirmative vote of a majority of the membership of the advisory committee taken at a public hearing. Notice of the time, date, and place of the public hearing of the advisory committee to adopt its evaluation and final local housing incentive strategies recommendations must be published in a newspaper of general paid circulation in the county. The notice must contain a short and concise summary of the evaluation and local housing incentives strategies recommendations to be considered by the advisory committee. The notice must state the public place where a copy of the evaluation and tentative advisory committee recommendations can be obtained by interested persons. The final report, evaluation, and recommendations shall be submitted to the corporation. (6) Within 90 days after the date of receipt of the evaluation and local housing incentive strategies recommendations from the advisory committee, the governing body of the appointing local government shall adopt an amendment to its local housing assistance plan to incorporate the local housing incentive strategies it will implement within its jurisdiction. The amendment must include, at a minimum, the local housing incentive strategies required under s. 420.9071(18). The local government must consider the strategies specified in paragraphs (4)(a)-(k) as recommended by the advisory committee. (7) The governing board of the county or the eligible municipality shall notify the corporation by certified mail of its adoption of an amendment of its local housing assistance plan to incorporate local housing incentive strategies. The notice must include a copy of the approved amended plan. (a) If the corporation fails to receive timely the approved amended local housing assistance plan to incorporate local housing incentive strategies, a notice of termination of its share of the local housing distribution shall be sent by certified mail by the corporation to the affected county or eligible municipality. The notice of termination must specify a date of termination of the funding if the affected county or eligible municipality has not adopted an amended local housing assistance plan to incorporate local housing incentive strategies. If the county or the eligible municipality has not adopted an amended local housing assistance plan to incorporate local housing incentive strategies by the termination date specified in the notice of termination, the local distribution share 8/24/22, 10:05 AM Statutes & Constitution :View Statutes : Online Sunshine www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0400-0499/0420/Sections/0420.9076.html 3/3 terminates; and any uncommitted local distribution funds held by the affected county or eligible municipality in its local housing assistance trust fund shall be transferred to the Local Government Housing Trust Fund to the credit of the corporation to administer the local government housing program. (b) If a county fails to timely adopt an amended local housing assistance plan to incorporate local housing incentive strategies but an eligible municipality receiving a local housing distribution pursuant to an interlocal agreement within the county does timely adopt an amended local housing assistance plan to incorporate local housing incentive strategies, the corporation, after issuance of a notice of termination, shall thereafter distribute directly to the participating eligible municipality its share calculated in the manner provided in s. 420.9073. (c) Any county or eligible municipality whose local distribution share has been terminated may subsequently elect to receive directly its local distribution share by adopting an amended local housing assistance plan to incorporate local housing incentive strategies in the manner and according to the procedure provided in this section and by adopting an ordinance in the manner required in s. 420.9072. (8) The advisory committee may perform other duties at the request of the local government, including: (a) The provision of mentoring services to affordable housing partners including developers, banking institutions, employers, and others to identify available incentives, assist with applications for funding requests, and develop partnerships between various parties. (b) The creation of best practices for the development of affordable housing in the community. (9) The advisory committee shall be cooperatively staffed by the local government department or division having authority to administer local planning or housing programs to ensure an integrated approach to the work of the advisory committee. (10) The locally elected official serving on an advisory committee, or a locally elected designee, must attend biannual regional workshops convened and administered under the Affordable Housing Catalyst Program as provided in s. 420.531(2). If the locally elected official or a locally elected designee fails to attend three consecutive regional workshops, the corporation may withhold funds pending the person’s attendance at the next regularly scheduled biannual meeting. History.—s. 32, ch. 92-317; s. 15, ch. 93-181; s. 38, ch. 97-167; s. 24, ch. 2006-69; s. 19, ch. 2007-198; s. 117, ch. 2008-4; s. 30, ch. 2009-96; s. 16, ch. 2011-15; s. 67, ch. 2011-139; s. 11, ch. 2016-210; s. 19, ch. 2020-27; s. 37, ch. 2021-51. Copyright © 1995-2022 The Florida Legislature • Privacy Statement • Contact Us Resolution No. 22-19 RESOLUTION NO. 22-19 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPOINTING THE AFFORDABLE HOUSING ADVISORY COMMITTEE (“COMMITTEE”) IN ACCORDANCE WITH FLORIDA STATUTE SECTION 420.9076, AND REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP (“SHIP”) PROGRAM; PROVIDING THAT THE CITY’S NEIGHBORHOOD AND AFFORDABLE HOUSING ADVISORY BOARD (“NAHAB”) SHALL SERVE AS SAID COMMITTEE; APPOINTING EXISTING NAHAB MEMBERS TO THE COMMITTEE; APPOINTING ADDITIONAL MEMBERS TO THE COMMITTEE IN ACCORDANCE WITH SECTION 2.228, CODE OF ORDINANCES OF THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the State Housing Initiatives Partnership Act (“Act”) also known as the William E. Sadowski Affordable Housing Act, which allocates a portion of new and existing documentary stamp taxes on deeds to local governments for development of affordable housing through the SHIP Program; and WHEREAS, the Act requires that in order to receive SHIP funds, the local government appoint an Affordable Housing Advisory Committee to recommend monetary and non-monetary incentives for the Affordable Housing Incentive Plan and that its members be appointed by resolution; and it is desirable that the City Neighborhood and Affordable Housing Advisory Board (“NAHAB”) serve on the Affordable Housing Advisory Committee; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: That the following existing members of the Neighborhood and Affordable Housing Advisory Board are hereby appointed, for a term ending upon City Council adoption of the 2022 Local Housing Incentive Strategy (anticipated prior to December 31, 2022), as members of the Affordable Housing Advisory Committee: • Maria (Gaby) Camacho representing those areas of labor engaged in home building in connection with affordable housing • Robyn Fiel representing the banking or mortgage industry in connection with affordable housing • Peter Scalia as an advocate for low-income persons in connection with affordable housing • Lindsay Dicus-Harrison representing those who are actively engaged as a real estate professional in connection with affordable housing • Carmen Santiago as citizen who resides within the City of Clearwater • Camille Hebting representing employers within the City of Clearwater Resolution No. 22-19 • Kevin Chinault representing a not-for-profit provider of affordable housing SECTION 2: That the following persons are hereby appointed, for a term ending upon City Council adoption of the 2022 Local Housing Incentive Strategy, to the Affordable Housing Advisory Committee: • Pierre Cournoyer representing the residential home building industry • Bruce Rector who serves on the local planning agency • Jacqueline Rivera representing essential services personnel • ___________________________ as a locally elected official SECTION 3: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1st day of September 2022. Approved on ______ day of __________, 2022. ____________________________ Frank V. Hibbard Mayor Approved as to form: Attest: __________________________ ____________________________ Laura Mahony Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0840 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 2 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 10.3 SUBJECT/RECOMMENDATION: Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment and wood fiber mulch in the amount of $145,446.94, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. SUMMARY: The City of Clearwater has 27 playgrounds located throughout the city. Staff inspects all playgrounds for safety purposes bi-monthly and performs maintenance as needed. This proactive maintenance program allows for most playground equipment to last a minimum of 12 to 15 years. During Fiscal Year 2023, playground equipment is scheduled to be replaced at Del Oro Park. Staff from the city’s Parks and Recreation Department have engaged with the Del Oro Neighborhood Association to solicit feedback from residents to ensure the design and integrated components of the playground are replaced with interactive play features that are appealing for use by the surrounding community. This contract will provide for the purchase and installation of age -appropriate equipment, including spinners, slides, swings, climbers and play booster sets. This contract is for a period of 150 days, to begin in September 2022. The proposed pricing with Rep Services, Inc., has been established under a piggyback contract with Clay County, pursuant to RFP No. 18/19-2 which has been extended through May 22, 2023. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2206 - Parks & Beautification R&R. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/31/2022 Attn: Proposed To: City of Clearwater Attn:Art Kader Page 1 of 3 Ship To: TBD at a later date Bill To: City of Clearwater Attn:Art Kader 165 W. Jessup Ave. Longwood, FL 32750-4146 Rep Services, Inc. Please mail POs, contracts and checks to: Proposal No:19222.04 Proposal Date:8/8/2022 Opt/Rev:B/1 Proposal Name:Del Oro Park Playground Option 2 Project Location:401 N Mcmullen Booth RdClearwater, FL 33759Project County: Pinellas Project Contact:Art Kader Consultant:Scott Brushwood 727-539-8457 Proposal Expires:9/2/2022 For Questions Contact:Jason Smith 407-853-3595 Printed:8/9/22 - JS Project Name:City of Clearwater - Del Oro Park PlaygroProject No:19222 scott@repservices.com jason@repservices.com Parks and Recreation Department100 S Myrtle AveClearwater, FL 33756-5520 Parks and Recreation Department100 S Myrtle AveClearwater, FL 33756-5520 CGC1508223 QtyPart No Description Unit Price Net Price Ext PriceClass Landscape Structures 584256 Disc Proj Drawings:19222-2-3 2022.2Vendor: Freestanding Play 5-12 Reviwhirl Spinner DB Only 5,431.15-5.0%Kids In Motion 5,431.155,717.00IP295694A-001 1 EA $5,431.15Freestanding Play 5-12 Total: Freestanding Play 5-12 (2) Saddle Spinner DB 16"height 2,454.80-5.0%Kids In Motion 1,227.401,292.00IP152179A-001 2 EA $2,454.80Freestanding Play 5-12 (2) Total: PlayBooster 5-12 Climbing Wall Alum DB 2,091.90-5.0%Climbers 2,091.902,202.00PB158678A-001 1 EA Dtr Ind Quantis A.3 DB Only 33,140.75-5.0%Custom 33,140.7534,885.00CP023360A-001 1 EA Zipkrooz 34' W/aluminum Posts -DB 14,300.35-5.0%Kids In Motion 14,300.3515,053.00IP194663A-004 1 EA Zipkrooz Additional Bay 34' W/aluminum Posts -DB 13,917.50-5.0%13,917.5014,650.00IP195507A-004 1 EA Ring Pull 786.60-5.0%Overhead Events 786.60828.00PB130873A-001 1 EA Lolliladder W/2 E-pods 3,028.60-5.0%3,028.603,188.00PB193170A-001 1 EA 124"alum Post DB 429.40-5.0%Posts 429.40452.00PB111404D-001 1 EA 116"alum Post DB 367.65-5.0%367.65387.00PB111404E-001 1 EA 108"alum Post DB 357.20-5.0%357.20376.00PB111404F-001 1 EA Welcome Sign (lsi Provided) -Ages 5-12 Years Direct Bury 0.00-5.0%Signs 0.000.00IP182503C-001 1 EA Belt Seat -Proguard Chains For 8' Beam Height 300.20-5.0%Swings 150.10158.00IP174018A-001 2 EA Full Bucket Seat -Proguard Chains For 8' Beam Height 837.90-5.0%418.95441.00IP176038A-001 2 EA Single Post Swing Frame -52" Bury 8' Beam Height Only 1,703.35-5.0%1,703.351,793.00IP177344A-001 1 EA Single Post Swing Frame -52" Bury Additional Bay 8' Beam Height Only 1,211.25-5.0%1,211.251,275.00IP177345A-001 1 EA Friendship Swing W/single Post Frame Additional Bay -52" Bury Proguard Chains 3,370.60-5.0%3,370.603,548.00IP237297A-001 1 EA $75,843.25PlayBooster 5-12 Total: PlayBooster 5-12 (2) 108"alum Post DB 714.40-5.0%Posts 357.20376.00PB111404F-001 2 EA Rushwinder DB Right 6,047.70-5.0%Slides & Gliders 6,047.706,366.00PB189313A-001 1 EA $6,762.10PlayBooster 5-12 (2) Total: $103,965.62 $90,491.30 Electronic of Signed & Sealed Engineering:$2,900.00 Discount Applied: $4,762.70 Landscape Structures Total: Product Subtotal: Freight: Prepaid Ship Method: Best Way FOB: Destination Weight: 4,451 lbs Freight Charge:$10,574.32 QtyPart No Description Unit Price Net Price Ext PriceClass Engineered Wood Fiber supplied by Rep Services 584257 Disc Proj Drawings:19222-2-3 2022.2Vendor: Engineered wood fiber mulch supplied and installed, 12" depth.7,612.50-5.0%Surfacing 52.5055.26EWF145 CY Discount Applied: $400.20 Proposal Date:8/8/2022 Page 2 of 3 Proposal No:19222.04 Project Name:City of Clearwater - Del Oro Park Playgroun $7,612.50Engineered Wood Fiber supplied by Rep Services Total: Freight: Prepaid Ship Method: Best Way FOB: Destination Freight Charge:Included 584258 Item Qty Description Installation By RSI Installer: The scope includes the following, as required: INS-LSI 1 LT Equipment Installation -Landscape Structures 19222-2-3 TRASH REMOVAL 1 LT Haul off of excavated material from footings $33,868.82 Discount Applied: $1,782.57 RSI Installer Total: Net 30 The Clay County Contract #18/19-2 provides a discount on LSI product. The maximum price for installation is 80% of the product price. (Installation does not include site prep, slabs, footings or engineering). Basis of Proposal: Our proposal is based upon Landscape Structures design 19222-2-3 2022.2 (This schedule starts when all needed information to direct engineering has been gathered.) 4 Weeks: Engineering & Submittals4 Weeks +/-Permitting 24 Weeks Longest manufacturing lead time. (Typical for scheduling.) 1 Week Shipping3 Weeks Installation of equipment and safety surfacing. 36 Weeks TOTAL WEEKS Note that RSI is committed to do all it can to meet the needs of your project. Landscape Structures: When placing an order, please select colors from those shown on pages 284-287 of the catalog. Protective surfacing material must have a critical height value to meet the maximum fall height for the equipment and be accessible (ref. ASTM F3101). The Seat Strap (for the Molded Bucket Seat) is not IPEMA Certified. It is intended for use in supervised areas only. In public playground environments, we recommend a checkout system to reduce vandalism/theft and for safety reasons. Engineered Wood Fiber:*** IPEMA CERTIFIED ASTM F1292-13 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment and ASTM F2075-10a Standard Specification for Engineered Wood Fiber for Use as a Playground Safety Surface Under and Around Playground Equipment. Drainage is extremely important to the long-term performance of your playground surfacing. A minimum of a 12” depth of surfacing material must be maintained at all times. *** This is a natural product. Particle size, texture and color may vary from a tan to a dark brown due to the natural conditions of the environment. This proposal is for Engineered Wood Fiber playground surfacing delivered to the site. Freight prices are subject to an energy/fuel surcharge if implemented between the time of quote and placement of order. Installation: Unless otherwise noted, the following items are to be PROVIDED BY CUSTOMER prior to installation: To Be Provided by customer: Access for machines and labor crew to equipment installation location. Storage or Staging area. Signed & sealed site plan or survey. All site work, site preparation and base preparation. All demolition of existing equipment All playground borders Private underground utilities located and marked prior to installation.Sod & Landscape Restoration. Soils testing. Geotechnical Report. Tree survey. $101,003.80 Freight:$10,574.32 Product: Proposal Total:$145,446.94 Installation:$33,868.82 General Terms of Sale and Proposal Summary Notes Proposal Date:8/8/2022 Page 3 of 3 Proposal No:19222.04 Project Name:City of Clearwater - Del Oro Park Playgroun Site security. Dumpster. Water and 110 Electric. Dewatering and drainage considerations. Concrete testing. Installation Charges on this proposal are based on NO UNFORESEEN conditions in the area, above or below the surface. If unforeseen conditions arise, the installation charges will change to reflect additional costs associated with dealing with those circumstances. Examples of this include, but are not limited to: site not ready upon installer's arrival, underground utilities, or difficulties with footers due to coral rock or ground water in the holes. Also, please be aware that we generate separate invoices for product at the time of delivery, then we invoice for installation upon completion. This is the customary approach in construction and eliminates sales tax on installation services. If your project should include products from multiple manufacturers, be advised that the products will be invoiced separately. If, during the performance of this contract, the price of an input increases 3% or more as documented by factory quotes, invoices or receipts to contractor (Rep Services, Inc.) from the date of the contract signing the price of shall be equitably adjusted by an amount reasonably necessary to cover such price increases. Where the delivery of an input is delayed, through no fault of contractor (RSI) as a result of the shortage or unavailability of an input, contractor (RSI) shall not be liable for any additional costs or damages associated with such delay(s). Orders are shipped within our manufacturer's standard lead times. Requests for delayed shipping may result in additional costs due to increases in freight, material costs or other factors. To secure the prices on this proposal, the offer must be accepted prior to the expiration date noted. The undersigned warrants that he/she is an authorized representative of the company noted and has the requisite authority to bind said company and/or principal. If any particular billing is not paid when due, all outstanding balances, regardless of prior terms, will become immediately due and owing upon demand. Interest on past due amounts will be assessed at 1 ½ % per month or the maximum interest rate permitted by applicable law, whichever is less. Should it become necessary for either party to this contract to institute legal action for enforcement of any provisions of this contract, the prevailing party shall be entitled to reimbursement for all court costs and reasonable attorney’s fees incident to such legal action. The parties hereto agree that proper venue for any legal action in any way related to this contract shall be in Seminole County, FL. DateAuthorized ByCompany Name City of Clearwater As Its: Printed Name Accepted By: (Title) Color Sheet Date:08/09/2022 Rep Organization: Rep Services, Inc. Quote No: 19222-2-3 2022.2 By: Contact Person: Project Title: Del Oro Park Playground Renovation Location: This color sheet was generated from RepStudio. Page 1 of 2 PlayBooster® (5-12 years) * Palette Overridden * BB: Carbon/Peacock/Lagoon/Limon Direct Bury Aluminum STRUCTURE AND COMPONENT COLORS Proshield® Finish Posts/Arches: Green* Clamps/Ball Connectors: Tangerine* Play Components: Limon* Component: CP023360A DTR IND Quantis A.3 DB Only ProShield® Finish: Tangerine * Polyethylene Slides/Tunnels/Gliders/E-Pods®: Limon* Tendertuff Chains: Gray Decks/Step Ladders: Gray Cables Cables: Black Swings Posts: Green* Beams: Limon* Clamps: Tangerine* Molded Bucket Seats: Limon Component: CP023360A DTR IND Quantis A.3 DB Only Swings: Lagoon * Freestanding Play (5-12 years) * Palette Overridden * BB: Carbon/Peacock/Lagoon/Limon Direct Bury Aluminum STRUCTURE COLORS Proshield® Finish Play Components: Tangerine* Polyethylene Slides/Tunnels/Gliders/E-Pods®: Lagoon Permalene® Primary Permalene: Recycled Limon w/Black PlayBooster® (5-12 years) (2) * Palette Overridden * BB: Carbon/Peacock/Lagoon/Limon Direct Bury Aluminum STRUCTURE COLORS Color Sheet Date:08/09/2022 Rep Organization: Rep Services, Inc. Quote No: 19222-2-3 2022.2 By: Contact Person: Project Title: Del Oro Park Playground Renovation Location: This color sheet was generated from RepStudio. Page 2 of 2 Proshield® Finish Posts/Arches: Limon* Clamps/Ball Connectors: Tangerine* Play Components: Tangerine* Polyethylene Slides/Tunnels/Gliders/E-Pods®: Lagoon Freestanding Play (5-12 years) (2) * Palette Overridden * BB: Carbon/Peacock/Lagoon/Limon Direct Bury Aluminum STRUCTURE COLORS Proshield® Finish Play Components: Tangerine* Polyethylene Slides/Tunnels/Gliders/E-Pods®: Lagoon 96'-8"65'-7" Δ WARNING INSTALLATION OVER A HARD SURFACE SUCH AS CONCRETE, ASPHALT, OR PACKED EARTH MAY RESULT IN SERIOUS INJURY OR DEATH FROM FALLS. Δ WARNING SURFACING AND PLAYSURFACES MAY BECOME HOT AND CAUSE BURNS. CHECK FOR HOT SURFACES PRIOR TO PLAYING ON THE PLAYGROUND. GENERAL NOTES: 1. EQUIPMENT LOCATION TO BE FIELD VERIFIED PRIOR TO CONSTRUCTION 2. ACCESSIBLE ROUTE OF TRAVEL TO THE PLAYGROUND TO BE PROVIDED BY OTHERS, UNLESS OTHERWISE NOTED 3. BASE MUST EXHIBIT POSITIVE DRAINAGE IN ALL AREAS WELCOME SIGN TO BE LOCATED IN CONSULTATION WITH OWNER 0 REP SERVICES, INC. Experts at Play & Outdoor Spaces Del Oro Park Playground Clearwater, FL 19222-2-3 2022.2 SCALE: 3/32" = 1' 5.3 11 21FBC 240.2.1.2TOTAL PLAY ACTIVITIES 2-5: TOTAL PLAY ACTIVITIES 5-12: ACCESSIBLE ELEVATED ACTIVITIES ACCESSIBLE GROUND-LEVEL ACTIVITIES ACCESSIBLE ROUND-LEVEL PLAY TYPESADA SCHEDULEREQ PROV TOTAL AREA: REQ PROV2-55-12FALL HEIGHT: USER CAPACITY: BORDER: SURFACING:DRAWNBY:PG-1 PLAY EQUIPMENT PLANKCM 2885 sf 9' 50 2885 sf EWF by others 17 N/A N/A N/A N/A N/A N/A N/A N/A N/A 17 14 14 COASTAL NOTE DUE TO THE PROJECT PROXIMITY TO THE WATER, LANDSCAPE STRUCTURES' COASTAL WARRANTY WILL BE APPLIED. CHECK WARRANTY DOCUMENT FOR MORE DETAILS. 5-12 years old 5-12 years old 5-12 years old W W W W W W W W W W W W W W W W W W W W W W W W W W W WWWWWWWW W W W W W W W W W WWWWWWWWWWWWWWWW W W W W W W W W WWWWWWWWWWWWWWWW W W W W W W W W W WWWWWWWWWWWWWWW W W W W W W W W W W WWWWWWWWWW MATCH LINE4390 SF SURFACING BY OTHERS 530 SF SURFACING BY OTHERS 200 SF SURFACING BY OTHERS 565 SF SURFACING BY OTHERS 200 SF SURFACING BY OTHERS 0 REP SERVICES, INC. Experts at Play & Outdoor Spaces Del Oro Park Playground Clearwater, FL 19222-2-3 2022.2 SCALE: 1/16" = 1' 8.0 16 32 TOTAL AREA: FALL HEIGHT: USER CAPACITY: BORDER: SURFACING:DRAWNBY:PG-2 OVERALL SITE LAYOUTKCM 2885 sf 9' 50 2885 sf EWF by others Typical EWF Mulch, No border with incline Edge Existing sub-base 12" Deep, EWF Mulch, by others Perimeter of Playground must be 12" deep, at Edge of Use zone Slope into EWF area to meet ADA, not to exceed 1:8 REP SERVICES, INC. Experts at Play & Outdoor Spaces Del Oro Park Playground Clearwater, FL TOTAL AREA: FALL HEIGHT: USER CAPACITY: BORDER: SURFACING:DRAWNBY:PG-3 DETAILSKCM Signed: President Date:01/01/2022 All the warranties commence on date of Manufacturer’s invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Manufacturer shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Manufacturer shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts, the installation of any replacement part or parts or for disposal costs of any part or parts. Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Manufacturer shall not be liable for any direct, indirect, special, incidental or consequential damages. Manufacturer neither assumes nor authorizes any employee, representative or any other person to assume for Manufacturer any other liability in connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranties stated above are valid only if the structures and/or equipment are erected in conformance with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been exposed to saltwater or salt spray; have not been subject to misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Manufacturer or Manufacturer’s designees in any respect which, in the judgement of Manufacturer, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc. 601 7th Street South, Delano, Minnesota, 55328-8605. Landscape Structures Inc. (“Manufacturer”) warrants that all playstructures and/ or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-Year Limited Warranty On all PlayBooster® and PlayShaper® aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 15-Year Limited Warranty On all Evos® and Weevos® steel arches, all plastic components (including TuffTimbers™ edging), all aluminum and steel components not covered above, Mobius® climbers, Rhapsody® Outdoor Musical Instruments, decks and TenderTuff™ coatings (except Wiggle Ladders, Chain Ladders and Swing Chain) against structural failure due to material or manufacturing defects. 10-Year Limited Warranty On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 8-Year Limited Warranty On Aeronet® climbers and climbing cables against defects in materials or manufacturing defects. 5-Year Limited Warranty On Rhapsody® cables and mallets against defects in materials or manufacturing defects, on polycarbonate panels against defects in materials or manufacturing defects, and on bamboo panels against delamination due to defects in materials or manufacturing defects. Does not cover damage which may be associated with the natural characteristics of bamboo aging, including but not limited to discoloration, splitting, cracking, warping or twisting, nor the formation of algae, mold and other forms of fungal-type bodies on bamboo. 3-Year Limited Warranty On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuard™ Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun® gliders, belting material, HealthBeat® resistance mechanisms, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered “normal wear” in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the playstructures and/or equipment are erected to conform with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. 2022 Play Equipment Warranty You have our word. BOARD OF COUNTY COMMISSIONERS CLAY COUNTY, FLORIDA RFP NO. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS DUE DATE: Monday, March 18, 2019- 4:00 p.m. OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m. Issued By: Clay County Board of County Commissioners Purchasing Department TABLE OF CONTENTS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Request for Proposal Advertisement .................................................................................... 3-5 Request for Proposal Instructions ....................................................................................... 6-12 Specifications ..................................................................................................................... 13-17 Bid Forms .......................................................................................................................... 18-20 Sample Quote Sheet ................................................................................................................. 21 Corporate Details ..................................................................................................................... 22 Certification Regarding Debarment ......................................................................................... 23 Scrutinized Companies Certification ....................................................................................... 24 No Bid Statement ..................................................................................................................... 25 Procedures for Bid Opening .............................................................................................. 26-37 Attachments: Form W-9 2 REQUEST FOR PROPOSAL NOTICE NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday, March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477 Houston Street, Green Cove Springs, Florida 32043, for the following: RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019 in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other interested persons. The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the Finance and Audit Committee. The Finance and Audit Committee of the Board will present its recommendation to the Board of County Commissioners as soon thereafter as possible. At the discretion of the Board of County Commissioners or the Finance and Audit Committee, companies submitting proposals may be requested to make oral presentations as part of the evaluation process. Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be submitted in person or delivered by courier to the above address. No postal mail will be accepted. During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. For information concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by email purchasing@claycountygov.com or at (904) 278-3761. The County reserves the right to waive formalities in any response, to reject any or all responses with or without cause, to waive technical and non-technical or non-material defects in the solicitation or submittal of any responses, including the lack of availability of adequate funds, regulatory agency requirements, to make award in part or completely, and/or to accept the response that, in its judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices obviously are unbalanced will be rejected. 3 FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent- bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS” LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER NOTICE WILL BE POSTED. PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list. --------------------------------------------END OF NOTICE----------------------------------------- 4 REQUEST FOR PROPOSAL INSTRUCTIONS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS 1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the Purchasing Department of Clay County, Florida. Proposals submitted in person or by courier services will be received at: Clay County Administrative Building Fourth Floor, Reception Area 477 Houston Street, Green Cove Springs, Florida 32043 Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance, form W-9 taxpayer identification number, and bid information shall be included with all responses submitted. The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the Proposal. 2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday, March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as soon thereafter as possible. A. All Proposals will be “clocked” at the time they are received to indicate the time and date of receipt. B. Proposals WILL NOT be accepted in person after the time and date specified. C. Proposals received by carrier WILL NOT be accepted if they are received after the time and date specified regardless of the circumstances. D. No postal mail will be accepted. 3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder and received by the Purchasing Department before the date and time for receiving Proposals has expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for withdrawal or modification of a Proposal after such Proposal has been opened by the County. Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may not assign or otherwise transfer their Proposals. 4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the authorized contact person) via email at purchasing@claycountygov.com (preferred method) or by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019. Responses to questions, clarifications, and addenda will be distributed to potential Bidders by email. It is the responsibility of interested Bidders to verify if this information has been issued prior to submitting a Bid. 6 5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited from contacting (1) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (2) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any Bid submitted by the violator, as specified in Section P of Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or to formal presentations by finalists to the Board of County Commissioners or to the County’s evaluation committee. 6. Additional Evaluation: The County reserves the right to request any additional information from Bidders after Bid Opening and before award as may be necessary to assist in review and evaluation of any Bid prior to submittal of a recommendation for award to the Board of County Commissioners. 7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to award to multiple bidders. 8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and waive technical and non-technical or non-material defects in the Bid document or submittal of any Bid. The County reserves the right to make award either in part or completely, and/or to accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the prices obviously are unbalanced will be rejected. The County reserves the right to reject any and all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest. 9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under the formal protest process as referenced herein. 10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid Statement”. Such action will maintain the company on the appropriate active Bidder solicitation list. Three (3) failures to respond to solicitations may result in deletion from the Bidder solicitation list. 11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the extension of an item, the unit price as shown in the Bid response will govern. Errors between any sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written words. 12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the specifications and other requirements imposed upon them by this Bid document. In instances where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in recognition of the fact that said Bid does not meet the exact requirements imposed upon the Bidder by the Bid or Contract documents. 7 13. Bid Protests: Any company affected adversely by the County’s decision may file with the County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written petition initiating a formal protest proceeding within the time frame and in the manner prescribed in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation, any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the County’s website by following the appropriate links from the Homepage. 14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid for a Contract to provide any goods or services to a public entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”. 15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. 16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 17.Scrutinized Companies Certification: In compliance with subsection (5) of Section 287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The included Scrutinized Companies Certification Form must be completed and returned as part of the bid submittal. 18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 8 19. Copyright Restrictions: Both the County seal and the County logo are being registered for a copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay County government users for use on company Bids, presentations, etc. 20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the company and other persons employed or utilized by the company in the performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful act or omission of any employee of the County acting within the scope of his/her office or employment are subject to the limitations specified in this statute. No officer, employee or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for any or damage suffered as a result of any act, event, or failure to act. The County shall not be liable in tort for the acts or omissions of an officer, employee, or agent committed while acting outside the course and scope of his/her employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human rights, safety, or property. 21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall provide the County Purchasing Department with proof of the following insurance: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverages as required by Florida law c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by Contract-per occurrence $ 1,000,000 9 The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the date of completion of the project and such coverage must include all independent Contractors and Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the awarded Bidder must deliver certificates of insurance for the required insurance coverage to the County naming “Clay County, a political subdivision of the State of Florida, the Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty- day prior written notice of cancellation, modification or non-renewal to be provided to the County. 22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not required for projects of $200,000.00 or less. Prior to commencement of a project exceeding $200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded Performance and Payment Bonds shall be provided prior to the commencement of construction to Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Performance and Payment Bonds must be increased in accordance with any change order increases on the project. 23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne by the County. The Bidder also agrees that the County bears no responsibility for any costs associated with the preparation of their Bid and/or any administrative or judicial proceedings resulting from the solicitation process. 24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in order to do business in the State of Florida, corporations (and other business designations) are required to be registered and in good standing with the Department of State, Division of Corporations. To be eligible to receive a contract and/or purchase order registration must be accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be registered may be cause for disqualification. Contact the Division of Corporations at (850) 245-6000. Online-filing is available at: http://dos.myflorida.com/sunbiz 25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at the time of submitting a Bid. All Bidders must submit evidence of current state certification or registration, or County certification, as applicable, prior to award of this Bid. The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. a. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work. b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply a copy of each applicable license showing the appropriate license numbers, with expiration 10 dates as required by the County. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the Bid and/or termination of the Contract. c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. Said license must be in the name of the subcontractor. The following licensing requirements shall apply when applicable (Contractor Prequalification): Florida Law and Rules of the State of Florida, Department of Transportation, require contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. The Contractor Prequalification process results in the issuance of a Certificate of Qualification for each successful applicant which lists the approved work classes and the Maximum Capacity Rating in dollars. It is the responsibility of potential bidders to review the requirement and meet the qualifications listed at: http://www.dot.state.fl.us/cc- admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types associated with the scope of the work may utilize subcontractors to assist with meeting the requirement of all necessary prequalification work classes. 26. Qualification: The County shall have the right to review the references, experience of assigned personnel, and qualifications of the Contractor in order to make the final determination of acceptability of the Contractor to be awarded the Contract and construct the work. The Board of County Commissioners may reject, at its sole discretion, any Bidder the Commission finds to lack, or who’s present or former executive employees, officers, directors, stockholders, partners or owners are found by the Commission to lack honesty, integrity, or moral responsibility. The Commission's finding may be based on any of the following factors: the disclosure required herein, the County's own investigation, public records, or any other reliable source of information. The Commission may also reject any Bidder failing to make the disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim it might have for damages or other relief arising from the rejection of its Bid or resulting directly or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any pertinent information relating to the reasons for rejection of its Bid. 27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If Subcontractors are to be utilized, their names and references must be included within this Bid. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, subcontractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. 28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans, specifications, or other Contract documents will be made to any Bidder orally. Every request for interpretation should be in writing addressed to the Purchasing Department. To be given consideration, such requests must be received no later than March 6, 2019. 11 Any and all such interpretations and any supplemental instructions will be in the form of a written addendum. All Addenda issued shall become part of the Bid and Contract documents, and receipt must be acknowledged on the Bid Form, by completion of the applicable information on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have no effect on the competitive nature of the bidding process may be a waiveable deviation at the County’s sole discretion. 29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All proposers must disclose with their Proposal, any personal or organizational conflicts of interest pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is also an employee of the Clay County Board of County Commissioners. Further, all proposers must disclose the name of any Clay County Board of County Commissioners employee who owns, directly or indirectly, an interest of the proposer’s firm or any of its branches. 30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the Contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. Each governmental agency allowed by the Bidder to use this Contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a written Contract. Said Contract will evidence in written form the agreement between the parties. 32. All payments made under this Bid will be made in accordance with the Local Government Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice. 33. At the discretion of the Board of County Commissioners any Committee contemplated herein, Vendors submitting proposals may be requested to make oral presentations as part of the evaluation process. 12 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS – SCOPE OF SERVICES (Provided by Parks and Recreation Department) SCOPE: The purpose of this bid invitation: 1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by the Clay County Division of Parks and Recreation. The County reserves the right to award to multiple bidders. 2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in your bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder. 3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying vendors will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid utilizing prices provided in bid response. The qualified vendor(s) providing the lowest responsive quote will be awarded the project. 4. There is no guarantee any purchases will be made after award. Purchase orders will be issued subject to availability of funds. RESPONSIBILITY: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to purchase only materials and have those materials installed by others (e.g., volunteers, County staff). These items will be shipped to a designated location and off-loaded by the bidder or bidder’s representative. QUALIFICATION OF INSTALLERS: If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub- contracted installers must be included with their bid. Additionally, the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS: Each bidder shall submit with this bid, at no charge, two (2) sets of each current catalog/supply/product information price list as well as current MSRP list for each catalog 13 submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and telephone number. The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product information price list as well as current MSRP list for each catalog submitted upon price changes. At renewal time Vendor may request that new manufacturers be added. County reserves the right to approve or deny this request. COMPLIANCE WITH LAWS AND CODES: Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM): ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use. ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life threatening head injury would not be expected to occur) Copies may be obtained from the - American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the - US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the - National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. 14 Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. INVOICING: Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and a total for all purchases. Standard payment terms are Net 45 days per the Local Government Prompt Payment Act. TERMS OF CONTRACT: The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. County reserves the right to use other available bids or contracts when in the best interest of the County. METHOD OF ORDERING: The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: 15 • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. PROMOTIONAL PRICING: During the contract period, bidders shall extend any pricing offered on a “promotional” basis from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items and report any that are or will be offered at lower prices. SUPERVISION: A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and installation functions. Contractors shall be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). JOB COMPLETION: Bidder/installer shall be responsible for all materials received and signed for from date of order to completion of job installation. Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job completion. Bidder/installer shall be responsible for restoring the work site to its original condition at the completion of the project. This shall include re-sodding of the area affected by their work with sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to installation, the contractor shall restore grade to a level consistent with the surrounding grade. 16 RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY: The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. The bidder shall be responsible for the protection of all buildings, structures, and utilities that are underground, above ground, or on the surface from their operations that may be hazardous and/or damaging to said facilities. Bidder shall leave work site in a neat and orderly fashion at the end of each work day. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder within ten (10) calendar days from notification will be fixed by the County or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The County reserves the right to terminate any bid, contract, or purchase order at any time due to any violation. In the event the awarded bidder(s) should breach this contract, the County reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined by bidder and County may result in no further purchase being made with such bidder under this Bid. 17 BID FORMRFPNo.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS Bidder:Rep Services,Inc. Address:581 Technology Park.Suite 1QQ9 City,State and Zip:Lake Mary FL 32746 Phone:407-831-9653 Email:nathan@repservices.com Contact Name(s):Nathan AlmonAfa Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Landscape Structures Playground Equipment Fixed Percentage Discount off MSRP:2%Custom equipment priced per project and is not included in standard price list. Installation (Fixed Percentage of cost after discounts of equipment):50% tz± Manufacturer:Skyways Shade Fixed Percentage Discount off MSRP:2%Custom shade priced per project Installation (Fixed Percentage of cost after discounts of equipment):75%75%Fixed Percentage does not include:foundations,concrete slabs,or permitting,. Manufacturer:USA Shade Fixed Percentage Discount off MSRP:2% Custom shade priced perproject. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not include:foundations,concrete slabs or permitting. Manufacturer:Poiigon/Parasol Shade Fixed Percentage Discount off MSRP:2%Shades &shelters priced as custom. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not include:foundations,concrete slabs or permitting. (MULTIPLE SHEETS CAN BE USED) 18 BID FORM RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Bidder:Rep Services,Inc. Address:581 Technology Park City,State and Zip:Lake Mary FL 32^46 Phone:407-831-9658 Email:nathan@repservices.com Contact Name(s):Nathan Aimon r\ f '&.ZSJ Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Aquatix Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):100% Manufacturer:Porter/Poligon Shelters Fixed Percentage Discount off MSRP:2% Shelters priced as custom per project. Installation (Fixed Percentage of cost after discounts of equipment):75% 75%Fixed Percentage does not induce foundations,concrete slabs or permitting. Manufacturer:DuMor Site Furnishings Fixed Percentage Discount off MSRP:2% Custom equipment priced separately and is not included in standard price list Installation (Fixed Percentage of cost after discounts of equipment):50% Manufacturer:Anova Site Furnishings Fixed Percentage Discount off MSRP:2%Custom equipment priced separately and is not included in standard price list. Installation (Fixed Percentage of cost after discounts of equipment):50% (MULTIPLE SHEETS CAN BE USED) 18 BID FORM RFP No.18/19-2.VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS Bidder:Rep Services,inc. Address:581 Technology Park City,State and Zip:Lake Mary.FL Phone:407-831-9658 Email:nathan@repservices.com Contact Namefsl:Nathan Almon /0 /» i Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer:Hanover Specialites Poured in place Safety Surfacinfl-EPDM,Bondflex &Granuflex Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):Installation included in price per SF Manufacturer:No Fault Safety Surfacing Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):lnstrlht:o-included in price per SF Manufacturer:ForeverLawr. Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):Installation included in price per SF Manufacturer:Irvine Wood Recovery Fixed Percentage Discount off MSRP:2% Installation (Fixed Percentage of cost after discounts of equipment):50% (MULTIPLE SHEETS CAN BE USED) 18 RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds SUB-CONTRACTOR EQUIPMENT INSTALLERS: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each of its sub-contractor installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety Inspector (NPSI) present during installations and repairs. (MULTIPLE SHEETS CAN BE USED) 19 WARRANTY INFORMATION FORM MAKE AND MODEL OF EQUIPMENT PROPOSED:See attached warranties Is there a warranty on the equipment proposed?X Yes No Does the warranty apply to ALL components or only part?(State Explicitly) See attached warranties Parts Warranty Period:Service Warranty Period: Nearest source for parts and/or service center (s): Rep Services,Inc.581 Technology Park,Suite 1009.Lake Mary FI 32746 Contact Carrie Humbert.Phone-407-915-7855.E-mail-chumbert@repservices.com Name,address and phone number of the authorized service center (s): 1)See above 2) 3) Name,address and phone number of the authority issuing this warranty:(Manufacturer,Distributor,etc.) See attached warranties COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH:_X Yes No Name of Bidder:Nathan Almon Signature Title President Phone Number 407-831-9658 (MULTIPLE SHEETS CAN BE USED) 20 Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is scheduled for at . Price Quotation: Manufacturer Item and Page Number Quantity MSRP Unit Price Contract Discount Extended Price *When quoting projects where freight would be charged, include those costs so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. Additional Services Required: Description Quantity Unit Price Extended Price Total: $ List any Subcontractors: 1. Name 2. Address 3. Telephone Number 4. Contact Name 5. Designated Work 6. Subcontractor Cost 21 RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS CORPORATE DETAIL Failure to complete all fields may result in your bid being rejected as non-responsive. COMPANY NAME:Rep Services,Inc, ADDRESS:581 Technology Park,Suite 1009 Lake Mary,FL 32745 TELEPHONE:407-831-9658 FAX #: E-MAIL: 866-232-8532 nathan@repservices.com Name of Person submitting Bid:Nathan Almon Title:President Signature: Date: ADDENDA ACKNOWLEDGMENT: Bidder acknowledges receipt of the following addendum: Addendum No.Date:Acknowledged by: Addendum No.Date:Acknowledged by: Addendum No.Date:Acknowledged by: 22 Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion Form RFP No.18/19-2.VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS (1)The prospective Vendor,Rep Services,hr-,certifies,by submissionofthisdocument,that neither it nor its principals is 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 Vendor is unable to certify to the above statement,the prospective Vendor shall attach an explanation to this form. Vendor: Rep Services,Inc. By:</L Signature Nathan Almon/President Name and Title 581 Technology Park.Suite 1009 Street Address Lake Mary,FL 32746 City,State,Zip Date 23 Scrutinized Companies Certification [Clay County RFP No.18/19-2,VARIOUS EQUIPMENT AND AMENITIES FOR PARKS ANDPLAYGROUNDS1 Name of Company:1 Rep Services,Inc. In compliance with subsection (5)of Section 287.135(5),Florida Statutes (the Statute),the undersigned hereby certifies that the company named above is not participating in a boycott of Israel as defined in subsection (1)of the Statute;is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2)of the Statute;and does not have business operations in Cuba or Syria as defined in subsection (1)of the Statute. Insert Name of Company: Rep Services,Inc. (Seal) By:Nathan Alnon si Its President 1 “Company”means a sole proprietorship,organization,association,corporation,partnership,joint venture,limited partnership,limited liability partnership,limited liability company,or otherentity or business association,including allwhollyownedsubsidiaries,majority-owned subsidiaries,parent companies,or affiliates of such entities or businessassociations,that exists for the purpose of making profit. 24 “NO BID” Statement RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS If your company does not intend to bid on this procurement, please complete and return this form prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna Fish, 477 Houston Street, Green Cove Springs, FL 32043 We, the undersigned, decline to bid on the above referenced invitation to bid for the following reasons: Specifications are too restrictive (please explain below or attach separately) Unable to meet specifications Specifications were unclear (please explain below or attach separately) Insufficient time to respond We do not offer this product or service Our schedule would not permit us to perform at this time Unable to meet bond requirements Other (please explain below or attach separately) Remarks: _________________________________________________________________________ ______________________________________________________________________ Company Name: Telephone #:_____________________ Signature: Fax #: ________________________ Print Name: Title: __________________________ Address: _________________________________________________________________ City: Zip: _______________________________________ 25 CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS (A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt, opening and recording of all formal bids required by all of the various laws, ordinances, and other procedures and manuals governing the solicitation and awarding of public bids in Clay County, Florida, including but not limited to: a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code. c. Florida Department of Transportation Standard Specifications, most recent edition. (B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing department will maintain custody and control of all bid submittals until after they have been opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened unless and until proof by publisher's affidavit of publication of the bid solicitation is received and filed by the Purchasing department. Bidders and the public are welcomed to attend the opening and all subsequent committee and commission meetings related to the bids. (C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only on the forms provided by the County or its staff). Each bid and its accompanying materials shall be submitted in a single, sealed and opaque envelope. The following items shall be prominently marked on the cover of the envelope by the party making the submittal prior thereto: a. The number assigned to the particular bid solicitation. b. The title of the bid exactly as it appeared in the published solicitation. c. The date of the bid opening. (D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her Department heads and the Purchasing department, assign a specific and discrete number and title to each bid solicitation, which shall be contained in the Request for Bids, the newspaper publication, specifications and the Bid Form thereof. Three copies of each request for bid shall be submitted to the Purchasing department for distribution as provided in Section F hereof, and the "Request For Bids" shall be signed prior to publication. (E) Place of Opening: All bids properly submitted shall be opened in a public location so designated in the bid solicitation. (F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the head of the originating department. Purchasing shall submit to the Finance committee of the Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a recommendation to include but not be limited to the lowest responsive and responsible bid, or in a proper circumstance the best bid, budget information and alternatives. All staff assigned to evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and 26 in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve as the permanent record holder for the County Manager. (G) Committee Review, Report and Recommendations: Bids shall be reviewed by the Board’s Finance committee following the bid opening. The Committee should, in the absence of unusual circumstances, report its recommendation to the Board at the Board's next regularly scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events, the County Manager shall cause to be spread upon the minutes of the regular meeting of the Board next following the opening of a particular bid, a list of all bidders and their bids. Upon being awarded a bid, and if a contract is entered into with the successful bidder then the County’s Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification must be completed. (H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of submittal, number of copies or the specifications advertised will be rejected and the reasons stated therefor; provided that the Purchasing department shall reject and return unopened all bids which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids that do not meet requirements for form will be rejected and declared "No Bid". The Board reserves the power to reject all bids and in its discretion to re-advertise the solicitation. (I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for bids. As used herein, the term bond shall include cashier or certified checks payable to the County. All such checks shall be held by the Finance department for safekeeping immediately upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to return each bond to the submitting party, as soon as practicable, upon written request to the Finance department, but only after a bid and contract have been awarded and executed between the County and the successful bidder for a particular project, or in the event that all bids have been rejected by the Board, or in the event the time provided that the bid shall remain in effect shall have expired and the bid submitter requests its return in writing. (1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (2) Vendors bidding on commodities price contracts, or any other type of contract that does not commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit price commitment from a vendor in the event a future purchase decision is made, shall be exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (J) Bid Addenda: All addenda distributed subsequent to the initial distribution of specifications shall be sent by certified mail/return receipt requested, said return receipt to be returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each addendum shall be received by the Purchasing department, provided that no addendum shall be mailed later than five (5) working days prior to the scheduled bid opening date. 27 (K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a place thereon for three witnesses to sign. This procedure will eliminate the need for signing each individual bid at the time of opening, thus requiring the three witnesses to sign only once for each bid number submitted. (L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without seeking prior approval of the Board in any particular case, to order a delay of any bid opening from its scheduled date and time to a time certain on the agenda of the next regularly scheduled meeting of the Board, or such special meeting called for such purpose. The delay may be ordered at any time prior to the time of the scheduled opening, provided that such order be in writing, addressed and delivered to the Purchasing department with a copy delivered to the County Manager, and that copies thereof be mailed by certified mail, return receipt requested to all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order, the Purchasing department shall immediately record the date and time thereof. The Purchasing department shall continue to accept sealed bids up until the applicable deadline. At the date and time originally scheduled for the bid opening, the Purchasing department shall announce the delay order to all in attendance and shall continue to maintain in its custody all properly submitted sealed bids until further order of the Board. At the time certain scheduled before the Board, the County Manager shall present his reason or reasons for the delay order and his recommendation for disposition of bids submitted. The Board may order the bids to be opened then and there, or at some other time and date certain; it may cancel the bid and order the return of all bids unopened; it may order a further delay of the bid opening; or it may make any other order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such date is not more than 60 days subsequent to the originally scheduled date. No delay shall be ordered beyond such 60 day period, unless the parties submitting timely bids consent to such delay in writing. In no event is the County Manager authorized to extend the deadline for bid submittals for any particular project, only the bid opening date. (M) Contractor's Insurance Requirement: 1. Any Contractor submitting a bid for any public works project must include, within its initial bid response, proof of the following insurance, in effect continuously from the date of submittal through the 60 days subsequent to the scheduled bid opening date: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverage as required by Florida law 28 c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by contract-per occurrence $1,000,000 2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in effect from the date of commencement of the project. The contractor will maintain insurance coverage at the above-prescribed levels through the date of completion of the project and that coverage will include all independent contractors and subcontractors. Either prior to or simultaneously with the execution of the contract, the successful bidder must deliver certificates of insurance for the required insurance coverages to the County naming “Clay County, a political subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.” Said certificates of insurance shall also include a thirty day prior written notice of cancellation, modification or non-renewal to be provided to the County. 3. The Board reserves the right to waive, raise or lower the minimum coverages required for particular projects prior to bid solicitation by affirmative action. The Board will not waive any defects in a bid submittal pertaining to matters under this subsection. (N) Bid Awards and Protests: 1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation shall include conspicuously the following statements: FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1]. THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable directions3]. NO OTHER NOTICE WILL BE POSTED. 1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection- bids 2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was: http://www.claycountygov.com/. 3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE “Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”. 29 PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY. 2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a “Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in portable document format or other secure format. 3. The failure on the part of a prospective bidder to include within the sealed bid envelope a proper bid bond or other security approved under this policy, if required for the particular bid solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a written petition initiating a formal protest proceeding within the times and in the manner prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a formal protest proceeding hereunder. 4. A prospective bidder is solely responsible for determining whether a particular bid solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry. 5. The County Manager shall cause a copy of this policy to be posted on the County’s website in portable document format or other secure format. The County Manager shall cause to be established conspicuous and easy-to-follow links to the policy from the homepage. 6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or by a bid decision may file with the County Manager a written notice of protest no later than 4:30 p.m. on the third business day immediately following the date notice is published, with respect to a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the notice, exclusive of hours occurring during days that are other than business days, with respect to a bid decision. 30 7. A formal protest proceeding shall be deemed commenced upon the timely filing of a written petition initiating the same. A written petition initiating a formal protest proceeding must be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately following the date on which the written notice of protest was filed; provided, if the tenth calendar day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first business day immediately following said tenth calendar day. The petition must set forth with particularity the facts and law upon which the protest is based. The petition must conform substantially with the requirements for petitions set forth in Rule 28-106.201, Florida Administrative Code. References in this section to a petition shall mean a written petition initiating a formal protest proceeding filed in accordance with this subsection. 8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms, conditions, and specifications contained in a bid solicitation or bid addendum, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract. 9. Upon receipt of a formal written notice of protest that has been timely filed, the County Manager shall suspend the bid solicitation or bid award process until the subject of the protest is resolved by final action as specified in this section, unless the County Manager sets forth in writing particular facts and circumstances which require the continuance of the solicitation or award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting party shall have failed to timely file a petition. 10. Intervenors shall be permitted to participate in the formal protest proceeding in accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106, Florida Administrative Code, and shall be subject to all limitations provided therein applicable to intervenors. 11. In his or her discretion, the County Manager may provide an opportunity to resolve the protest by mutual agreement between the County Manager and the protesting party within 7 calendar days after receipt of a timely petition. Such agreement must be reduced to writing, signed by the County Manager and the protesting party or such party’s authorized agent, and submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall proceed to resolution as hereinafter provided. 12. Within 10 business days following the timely filing of a petition, or, if the Board shall have considered but failed to ratify an agreement submitted to it under subsection 11, then within 10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a hearing officer, who shall be the County Manager or his or her designee. The County Manager may designate any department head as the hearing officer; provided, a department head who is substantially involved in or connected with the bid solicitation or bid award process shall be deemed disqualified from serving as the hearing officer, unless such involvement or connection is purely ministerial in nature. 31 13. All hearings shall be conducted pursuant to written notice to the protesting party, the County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and place of the hearing. Particular rules and procedures governing each such hearing are as follows: a. The audio thereof shall be recorded electronically. b. Prior to the hearing only, motion practice may be permitted by the hearing officer in his or her discretion in accordance with the rules governing the same set forth in Rule Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or at the start of the hearing, except that rulings on motions in limine may be deferred to an appropriate time during or after the hearing. c. Prior to the hearing, the protesting party, the County and all intervenors must confer and endeavor to stipulate to as many relevant and undisputed facts upon which the decision is to be based as may be practicable. Such stipulation must also identify those issues of material fact, if any, that remain in dispute. The stipulation must be reduced to a writing signed by or on behalf of the protesting party, the County and all intervenors, and be submitted to the hearing officer at least two business days prior to the hearing. The stipulation may include an appendix comprising documents that shall be deemed admitted and considered as evidence for purposes of the hearing, or referring to tangible items deemed admitted and considered as evidence for purposes of the hearing, which items shall either be presented at the hearing or, if such presentation is impractical, submitted to the hearing officer by graphic, descriptive, representational, photographic, videotape or similar medium properly depicting or characterizing the items. d. The protesting party and all intervenors shall have the right to appear before the hearing officer at the hearing in proper person or through counsel and, as to those issues of material fact, if any, that remain in dispute, as identified in the stipulation, to present relevant testimonial, documentary and tangible evidence, and to be heard on the substantive issues bearing on the protest. The County shall be deemed a party to the proceeding, and the County Attorney or any assistant county attorney may participate in the protest proceeding, appear before the hearing officer, present evidence and be heard on behalf of the County. e. All witnesses shall be placed under oath by the hearing officer prior to testifying, and shall be subject to cross-examination by any hearing participant. f. Hearsay evidence shall be admissible unless the hearing officer shall determine the same to be redundant, unreliable or prejudicial. g. At the hearing any hearing participant may offer appropriate argument and summation, and submit a written brief and a proposed order, but only after the conclusion of the evidentiary portion of the hearing, if any. 32 h. Immediately following the hearing, the County Manager shall cause a written transcript of all testimonial evidence introduced at the hearing to be prepared expeditiously based upon the audio recording, and shall provide copies of the same to all of the hearing participants. i. Within 7 business days following the hearing, the hearing officer shall submit a recommended order to the County Manager and serve copies on all hearing participants; provided, if the County Manager is the hearing officer, then within 7 business days following the hearing, the County Manager shall issue a recommended order and serve copies on all hearing participants. The recommended order shall contain findings of fact and, based upon such facts, a disposition of the protest; provided, no finding of fact may be predicated solely upon the basis of hearsay. j. The recommended order shall thereafter be submitted to the Board along with the transcript of the hearing testimony and the entire written and tangible record of the protest proceedings at the earliest opportunity to be considered at a time certain, with notice thereof served upon the hearing participants. Each of the hearing participants shall be allowed 3 minutes to address the Board regarding the recommended order, unless the Chairman in his or her discretion shall allow additional time. If a hearing participant intends to challenge any finding of fact in a recommended order that was based upon testimonial evidence, such participant shall be allowed 2 additional minutes for such purpose, and may direct the attention of the Board members to any portion of the transcript relevant to the challenge. The other hearing participants shall each have the right to offer argument in rebuttal to the challenge, and to direct the attention of the Board members to any portion of the transcript relevant to the rebuttal. No testimony or other evidence beyond the record and the transcript shall be presented to the Board. Thereafter the Board shall render its decision on the protest. In so doing the Board shall be bound by the findings of fact in the recommended order that are based upon testimonial evidence, except those for which it upholds a challenge. A challenge shall be upheld only if the finding of fact is not supported by competent, substantial evidence in the record or in the transcript. Otherwise, the Board shall not be bound by any of the provisions of the recommended order. The decision of the Board shall be reduced to a written order signed by the Chairman, and shall constitute final action of the County on the protest. k. The date, type and substance of all ex parte communications between any Board member and a hearing participant, including counsel therefor or any agent thereof, and between any Board member and third party, must be publicly disclosed by the Board member prior to the rendering of the Board’s decision. All such communications that are written or received electronically must be filed for the record, and copies thereof provided to each Board member and hearing participant. 14. All proceedings before the hearing officer shall be informal, and customary rules of evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the requirements of procedural and substantive due process that are the minimum necessary for accomplishing a fair, just and expeditious resolution of the protest. 33 15. Ex parte communications between a hearing participant and the hearing officer are forbidden. The hearing officer may take such steps as he or she may deem just and appropriate to prevent or sanction attempted ex parte communications, including promptly disclosing the attempted communication, or requiring the offending hearing participant to disclose promptly the attempted communication, to the other hearing participants. Where necessary, the hearing officer may recuse himself or herself, and the subsequently designated hearing officer may order the offending participant to pay for all or any portion of the costs incurred by the County and any other hearing participant strictly as a consequence of the ex parte communication or attempted ex parte communication, else be excluded from further participation. Neither the County Attorney nor any assistant county attorney shall be subject to this subsection or prohibited from engaging in ex parte communications with the hearing officer. 16. The purpose of this policy is to promote fairness and public confidence in the competitive bidding process. To further such end, and except as otherwise specifically provided herein, the substantive law governing the resolution of bid protests found in the decisions of the Florida appellate courts, as well as any statutes or agency rules that may be applicable to the particular bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid protest under this section. The significant principles of law governing the bid protest and the resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing statutes or agency rules, are as follows: a. The burden is on the party protesting the award of the bid to establish a ground for invalidating the award. b. The standard of proof for the protest proceeding shall be whether the proposed award was clearly erroneous, contrary to competition, arbitrary, or capricious. c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a material way to any governing statutes, the County’s rules or policies, or the bid or proposal instructions or specifications. d. The scope of the inquiry is limited initially to whether the proposed award is improper under the foregoing standard of proof. If and only if the hearing officer first determines on the basis of competent and substantial evidence that the proposed award is improper, then the hearing officer may recommend, in accordance with the law and this policy, an alternate disposition for the proposed award. Such disposition may include, but shall not be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting party. e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the proposed award absent a determination of impropriety as set forth above. 17. By written agreement amongst the protesting party, the County, and all then-existing intervenors, any provision of this section pertaining to the procedures for resolving a protest for which a petition has been timely filed may be modified or waived so long as such modification 34 or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or otherwise operate to undermine the salutary purposes of competitive, public bidding. 18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest violation of a hearing participant’s procedural or substantive due process rights, a hearing officer may modify or suspend the applicability of any of the provisions or requirements of this section in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21 and 22 hereof. 19. Except and to the extent specifically provided in this section, and except and to the extent otherwise specified provided by written agreement amongst the protesting party, the County, and all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative Code, shall be deemed applicable to the resolution of protests under this section. 20. For purposes of this section, the filing with the County Manager of a written notice of protest or of a written petition initiating a formal protest proceeding shall be deemed accomplished only when the original written notice or original written petition has been physically received by the County Manager or his or her designee. A notice or petition shall be deemed original only if it bears the original signature of the protesting party or such party’s authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and any notice or petition received in such manner shall be deemed unfiled and ineffective. The use of an overnight delivery service or of the United States Postal Service to file a notice or petition shall be entirely at the risk of the person submitting the same, and any such notice or petition so received after the applicable deadline shall be deemed untimely. 21. For purposes of this section, a business day shall mean any 24-hour day that is not a Saturday, a Sunday, or a holiday observed by the County. 22. For purposes of this section, counsel shall mean an attorney who is a member of the Florida Bar in good standing. 23. For purposes of this section, all notices of protest and petitions initiating formal protest proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size. The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not exceed 15 pages in length, and may not include any appendices. A digital copy of all written stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to the hearing officer must be simultaneously provided to the hearing officer in Word format, version 2000 or later, on compact disc or 3 ½” diskette. 24. For purposes of this section, a hearing participant shall mean and include the protesting party, the County and any intervenor. 35 25. This section shall be construed and implemented so as to secure the just, speedy, and inexpensive resolution of bid protests. (O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way improvements and other public works projects that require the removal or relocation of utilities, agreements with the affected utilities must be entered into providing for the terms, scheduling and conditions of such relocation and removal. The County Manager may develop and maintain such form of agreement as may be appropriate for accomplishing the requirements of this section. (Resolution No. 09/10-65) (P) NO-CONTACT RULE: (Resolution No. 09/10-81) 1. As used in this section and unless the context clearly requires otherwise, the following terms and phrases shall have the meanings herein ascribed: a. Contacting shall mean communicating or attempting to communicate by any means, whether orally, telephonically, electronically or in writing. b. Bidder shall mean any person or entity submitting a response to a bid solicitation, and shall include all owners, shareholders, principals, officers, employees and agents thereof. c. Bid shall mean any bid, request for proposals and request for qualifications. d. Solicitation period shall mean the time between the publication of the notice of the bid and the opening of the bid. e. Evaluation period shall mean the time between the opening of the bid and the award thereof by the Board of County Commissioners. 2. The instructions for all solicitations of bids to be submitted under seal shall include provisions prohibiting bidders from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator, and the foregoing instructions shall so state. 3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. 36 4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder from gaining an advantage over other bidders through lobbying or otherwise attempting to influence the procurement decision through discussions or the presentation of information or materials outside of the process contemplated in the bid solicitation package and this purchasing policy, and also to ensure that the dissemination of information from the County entity to bidders regarding the bid solicitation is equal and uniform. 37 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD REPSE-1 OP ID: FRCA 08/09/2018 Peter Katauskas Alexander Insurance Agency 541 S. Orlando Ave., Suite 206 Maitland, FL 32751 Peter Katauskas 407-629-4825 407-629-5407 pkatauskas@alexfinancial.com Hartford Insurance Co of SE Hartford Insurance CompanyRep Services, Inc. 581 Technology Park #1009 Lake Mary, FL 32746-6239 Travelers Indemnity Co of Amer Evanston Insurance Company Lloyd's A X 1,000,000 X 21SBABK3355 08/01/2018 08/01/2019 500,000 X 10,000 1,000,000 2,000,000 see below 1,000,000B X 21UECHV0794 08/01/2018 08/01/2019 X X XX 5,000,000D MKLV3EUL100843 08/01/2018 08/01/2019 5,000,000 10,000X XC UB-3J747620 08/01/2018 08/01/2019 1,000,000N1,000,000 1,000,000 D 3C32545 08/01/2018 08/01/2019 Occ/Agg $1m/$2M E Errors & Omissions ANE1939938 04/26/2018 04/26/2019 Claim/Agg $1M/$1M Proj: 2 CLAYCOB Clay County Board of County Commissioners 477 Houston Street Green Cove Springs, FL 32043 407-629-4825 38261 22357 25666 35378 Business Owners Products & C/Ops Playground Turf (Engineered Wood Fiber) 2019 Price List Price per cubic yard: $30.00 Price does not include delivery or installation. Specifications for Playground Turf IPEMA Certified to ASTM F1292-04 Head Impact Attenuation Testing Required for IPEMA Certification IPEMA Certified to ASTM F 2075-04 Sieve Analysis Testing Required for IPEMA Certification Tramp Metal Testing, ASTM 2075/4.6 Required for IPEMA Certification ADA WHEELCHAIR ACCESSIBILITY ASTM F1951-99 Tested to 12” of thickness from a 12’ fall height 100% Pre-Consumer Recycled Virgin Material 3,000,000 Liability Insurance Written Quality Assurance Program Installation Instructions Installation is not included in price above RFP No.18/19-2 Playground Grass Safety Surfacing Price List ForeverLawn Extreme: No Fall Height - $12.40 6’ Critical Fall Height - $14.80 6’ t 8’ Critical Fall Height - $17.15 8’ to 10’ Critical Fall Height - $18.70 10’ to 12’ Critical Fall Height - $18.70 ForeverLawn Ultra No Fall Height - $13.75 6’ Critical Fall Height - $16.20 6’ to 8’ Critical Fall Height - $18.50 8’ to 10’ Critical Fall Height - $20.15 10’ to 12’ Critical Fall Height - $20.15 Robertson Industries (Tot Turf) No Fall Height - $12.40 4’ Critical Fall Height - $16.05 6’ t 8’ Critical Fall Height - $17.55 8’ to 10’ Critical Fall Height - $18.55 10’ to 12’ Critical Fall Height - $18.55 RFP No.18/19-2 Poured in Place & Bonded Rubber Safety Surfacing Price List Pricing is based on a minimum of 2000 SF. Areas smaller than 2000 SF are priced individually. Robertson Recreational Surfaces 50%black/50%standard Color Blend: 4’ CFH - $14.50 per SF 5’ CFH - $15.00 per SF 6’ CFH - $15.00 per SF 8’ CFH - $16.50 per SF 9’ CFH - $16.75 per SF 10’ CFH - $17.25 per SF 12’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF Hanover Specialties. Vitriturf 50%black/50%standard Color Blend: 4’ CFH - $14.50 per SF 5’ CFH - $15.00 per SF 6’ CFH - $15.00 per SF 8’ CFH - $16.50 per SF 9’ CFH - $16.75 per SF 10’ CFH - $17.25 per SF 12’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF No Fault Sports Group 50%black/50%standard Color Blend: 6’ CFH - $16.00 per SF 7’ CFH - $17.00 per SF 8’ CFH - $18.00 per SF Aliphatic Urethane – additional $2.85 per SF 100% color – additional $2.55 per SF Signed: President Date:01/01/2019 All the warranties commence on date of Manufacturer’s invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Manufacturer shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Manufacturer shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts, the installation of any replacement part or parts or for disposal costs of any part or parts. Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Manufacturer shall not be liable for any direct, indirect, special, incidental or consequential damages. Manufacturer neither assumes nor authorizes any employee, representative or any other person to assume for Manufacturer any other liability in connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranties stated above are valid only if the structures and/or equipment are erected in conformance with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been exposed to saltwater or salt spray; have not been subject to misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Manufacturer or Manufacturer’s designees in any respect which, in the judgement of Manufacturer, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc. 601 7th Street South, Delano, Minnesota, 55328-8605. Landscape Structures Inc. (“Manufacturer”) warrants that all playstructures and/ or equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 100-Year Limited Warranty On all PlayBooster® and PlayShaper® aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on PlayBooster steel posts against structural failure due to material or manufacturing defects. 15-Year Limited Warranty On all Evos® and Weevos® steel arches, all plastic components (including TuffTimbers™ edging), all aluminum and steel components not covered above, Mobius® climbers, Rhapsody® Outdoor Musical Instruments, decks and TenderTuff™ coatings (except Wiggle Ladders, Chain Ladders and Swing Chain) against structural failure due to material or manufacturing defects. 10-Year Limited Warranty On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 8-Year Limited Warranty On Aeronet® climbers and climbing cables against defects in materials or manufacturing defects. 5-Year Limited Warranty On Rhapsody® cables and mallets against defects in materials or manufacturing defects. 3-Year Limited Warranty On all other parts, i.e.: Pulse® products, all swing seats and hangers, Mobius climber handholds, Wiggle Ladders, Chain Ladders and ProGuard™ Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Sway Fun® gliders, belting material, HealthBeat® resistance mechanism, Seesaws, etc., against failure due to corrosion/ natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered “normal wear” in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the playstructures and/or equipment are erected to conform with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. 2019 Play Equipment Warranty You have our word. Terms of Sale PRICING: Landscape Structures’ list prices do not include delivery and handling charges. Prices are subject to change without notice. TERMS: To tax-supported institutions and those with established credit: net 30 days from the date of the invoice. 1.5% per month thereafter; freight charges are prepaid and applied to the invoice. TAXES: Landscape Structures’ list prices do not include applicable taxes, if any. WEIGHTS: Weights are approximate and may vary. DELIVERY: If delivery of the equipment is by common carrier, and there is damage or a shortage, notify the carrier at once and sign delivery documents provided by the carrier noting the damage or shortage. Most products are delivered on large pallets and will require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstructures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factory-certified installers in your area, please contact your Landscape Structures playground consultant. SERVICE: We have knowledgeable, qualified playground consultants throughout the world who are available to help you before, during and after the sale. Landscape Structures has exclusive design software that features all of our parts and pieces in pull-down menus. With this software, your playground consultant can design a playground layout that meets not only your needs, but ASTM and CPSC standards as well. In addition, we have a full staff of NPSI-certified designers, along with 2D and 3D drawing capabilities and custom capabilities to assist you with your playground plans. RETURN POLICY: As an indication of our commitment to our customers, Landscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original invoice date. Advance notification is necessary to ensure proper credit. Parts not included in this return policy are custom parts (including PlayShaper® posts), as well as used or damaged parts. A 20% restock fee plus all return freight charges will apply to all product returns. NOTE: All parts are subject to inspection upon return. Parts returned damaged may not receive a full credit. For this reason, it is important that all returned parts are properly packaged to prevent damage while in transit. PRODUCT CHANGES: Because of our commitment to safety, innovation, and value, we reserve the right to change specifications at any time. PLEASE CONTACT US AT: Landscape Structures Inc. 601 7th St. South Delano, MN 55328-8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outside the U.S.A.) playlsi.com 601 7th Street South • Delano, MN 55328-8605 • 888.438.6574 • 763.972.5200 • Fax 763.972.3185 • playlsi.com #253306 ©2019 Landscape Structures Inc Printed in the U.S.A. All rights reserved. #765-2114 Signed:Date:01/01/2019 All the warranties commence on date of Manufacturer’s invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Manufacturer shall, upon being notified in writing promptly after discovery of the defect and within the applicable warranty period, correct such nonconformity either by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Manufacturer shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the removal of the defective part or parts, the installation of any replacement part or parts or for disposal costs of any part or parts. Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and sole remedies of the purchaser. Manufacturer shall not be liable for any direct, indirect, special, incidental or consequential damages. Manufacturer neither assumes nor authorizes any employee, representative or any other person to assume for Manufacturer any other liability in connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranties stated above are valid only if the structures and/or equipment are erected in conformance with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc.; have been subjected to normal use for the purpose for which the goods were designed; have not been exposed to saltwater or salt spray; have not been subject to misuse, negligence, vandalism, or accident; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Manufacturer or Manufacturer’s designees in any respect which, in the judgement of Manufacturer, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc. 601 7th Street South, Delano, Minnesota, 55328-8605. Landscape Structures Inc. (“Manufacturer”) warrants that all equipment sold will conform in kind and in quality to the specifications manual for the products identified in the Acknowledgment of Order and will be free of defects in manufacturing and material. Manufacturer further warrants: 20-Year Limited Warranty On all SkyWays® and CoolToppers® steel components against structural failure due to material or manufacturing defects. 10-Year Limited Warranty On SkyWays® and CoolToppers® fabric and thread against failure from significant fading, deterioration, breakdown, mildew, outdoor heat, cold or discoloration. This warranty is limited to the design loads as stated in the manual. Should the fabric need to be replaced under the warranty, Manufacturer will manufacture and ship a new fabric at no charge for the first 6 years, thereafter pro-rated at 18% per annum over the last 4 years. This warranty applies to standard colors only. 3-Year Limited Warranty On all other parts, including Rapid Release®, against failure due to corrosion/natural deterioration or manufacturing defects. The environment near a saltwater coast can be extremely corrosive. Some corrosion and/or deterioration is considered “normal wear” in this environment. Product installed within 500 yards (457 meters) of a saltwater shoreline will only be covered for half the period of the standard product warranty, up to a maximum of five years, for defects caused by corrosion. Products installed in direct contact with saltwater or that are subjected to salt spray are not covered by the standard warranty for any defects caused by corrosion. This warranty does not include any cosmetic issues or wear and tear from normal use of the product, or misuse or abuse of the product. It is valid only if the equipment is erected to conform with Landscape Structures’ installation instructions and maintained according to the maintenance procedures furnished by Landscape Structures Inc. Maintenance is particularly critical in regions where dirt and/or sand may cause abrasion of the fabric. This warranty is void if conditions exceed local building codes. 2019 SkyWays® and CoolToppers® Shade Warranty You have our word. President Terms of Sale PRICING: Landscape Structures’ list prices do not include delivery and handling charges. Prices are subject to change without notice. TERMS: To tax-supported institutions and those with established credit: net 30 days from the date of the invoice. 1.5% per month thereafter; freight charges are prepaid and applied to the invoice. TAXES: Landscape Structures’ list prices do not include applicable taxes, if any. WEIGHTS: Weights are approximate and may vary. DELIVERY: If delivery of the equipment is by common carrier, and there is damage or a shortage, notify the carrier at once and sign delivery documents provided by the carrier noting the damage or shortage. Most products are delivered on large pallets and will require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstructures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factory-certified installers in your area, please contact your Landscape Structures playground consultant. SERVICE: We have knowledgeable, qualified playground consultants throughout the world who are available to help you before, during and after the sale. Landscape Structures has exclusive design software that features all of our parts and pieces in pull-down menus. With this software, your playground consultant can design a playground layout that meets not only your needs, but ASTM and CPSC standards as well. In addition, we have a full staff of NPSI-certified designers, along with 2-D and 3-D drawing capabilities and custom capabilities to assist you with your playground plans. RETURN POLICY: As an indication of our commitment to our customers, Landscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original invoice date. Advance notification is necessary to ensure proper credit. Parts not included in this return policy are custom parts (including PlayShaper® posts), as well as used or damaged parts. A 20% restock fee plus all return freight charges will apply to all product returns. NOTE: All parts are subject to inspection upon return. Parts returned damaged may not receive a full credit. For this reason, it is important that all returned parts are properly packaged to prevent damage while in transit. PRODUCT CHANGES: Because of our commitment to safety, innovation, and value, we reserve the right to change specifications at any time. PLEASE CONTACT US AT: Landscape Structures Inc. 601 7th St. South Delano, MN 55328-8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outside the U.S.A.) playlsi.com 601 7th Street South • Delano, MN 55328-8605 • 888.438.6574 • 763.972.5200 • Fax 763.972.3185 • playlsi.com #253307 ©2019 Landscape Structures Inc Printed in the U.S.A. All rights reserved. #765-2115 M ENU SEARCH Warranty Information Statement of Limited Warranty for USA SHADE Products 1. The structural integrity of all supplied steel is warranted for ten years. 2. If assembly is provided by the Company, workmanship covering the labor for the removal, assembly, and cost of shipping will be covered for one year. 3. All steel surface finishes are warranted for one year. 4. Shadesure™, Colourshade ® FR, Extreme 32™, Commercial 95™, SaFRshade™ and Monotec 370™ fabrics all carry a ten year limited manufacturer’s warranty against failure from significant fading, deterioration, breakdown, outdoor heat, cold, or discoloration. Should the fabric need to be replaced under the warranty, the Company will manufacture and ship a new replacement fabric at no charge for the first six years, thereafter prorated at 20% per year over the remaining four years. The following are exceptions to the preceding warranty terms: Shadesure™ fabrics in Red, Yellow, Atomic Orange, Electric Purple, Zesty Lime, Cinnamon, Olive, and Mulberry carry a five year prorated warranty; Fabrics attached to Coolbrella structures carry a three year warranty; Individual fabric tops measuring greater than 40’ in length are covered by a non prorated five year warranty; Precontraint 502™ waterproof material is subject to an eight year prorated warranty 5. Sewing thread is warranted for ten years. General Limited Warranty Terms and Conditions These limited warranties are effective from the date of sale, or, if assembly is provided by the Company, upon receipt by Company from Purchaser of a completed and signed “Customer Checklist and Signoff” form. In its sole discretion, the Company will repair and/or replace defective structures, products, or workmanship, or refund that portion of the price related to the defective product, labor, or service rendered The Company reserves the right, in cases where certain fabric colors have been discontinued, to offer the Purchaser or Owner a choice of available alternative colors to replace the warranted fabric. The Company does not warranty that any particular color will be available for any period of time, and reserves the right to discontinue any color for any reason, without recourse by the Purchaser or Owner of the discontinued fabric color. Should the Purchaser or Owner sell the structures to another party, the warranty cannot be transferred to the new owner without a complete and thorough onsite inspection performed by a Company representative. Please contact the company at warranty@usa shade.com for more details. All warranty claims covering Companysupplied structures, products, and services must be submitted by Purchaser or Owner in writing to the Company within thirty days from the date of discovery of the alleged defect, and must include a detailed description and photographs of the alleged defect or problem. Warranty claims should be submitted by email to: warranty@usashade.com. Purchaser or Owner agrees that venue for any court action to enforce these limited warranties shall be in the City or County of Dallas in the State of Texas, USA. These limited warranties are void if: the supplied structures, products, services and/or labor are not paid for in full; the structures are not assembled in strict compliance with USA SHADE specifications; any changes, modifications, additions, or attachments are made to the structures in any way, without prior written approval from the Company— specifically, no signs, objects, fans, light fixtures, etc. may be hung from the structures, unless specifically engineered by the Company. These limited warranties do not cover defects and/or damages caused by: normal wear and tear; misuse, willful, or intentional damage, vandalism, contact with chemicals, cuts, or Acts of God (i.e. tornado, hurricane, micro/macros burst, earthquake, wildfires, etc.); ice, snow, or wind loads in excess of the designed load parameters engineered for the supplied structures; use, maintenance, neglect, repair and/or service inconsistent with the Company’s written care and maintenance instructions, provided with the order. The limited warranties explicitly exclude: workmanship related to assembly not provided by the Company or its agents; fabric curtains, valances, and flat vertical panels; fabric canopies installed on structures that were not engineered and originally supplied by the Company. THE COMPANY SHALL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, SPECIAL, LIQUIDATED, EXEMPLARY, OR PUNITIVE DAMAGES, OR ANY LOSS OF REVENUE, PROFIT, USE OR GOODWILL, WHETHER BASED UPON CONTRACT, TORT (INCLUDING NEGLIGENCE), OR ANY OTHER LEGAL THEORY, ARISING OUT OF A BREACH OF THIS WARRANTY OR IN CONNECTION WITH THE SALE, INSTALLATION, MAINTENANCE, USE, OPERATION OR REPAIR OF ANY PRODUCT OR SERVICE. IN NO EVENT WILL THE COMPANY BE LIABLE FOR ANY AMOUNT G REATER THAN THE PURCHASE PRICE FOR ANY PRODUCT OR SERVICE PROVIDED BY THE COMPANY. THE FOREGOING LIMITED WARRANTY IS THE SOLE AND EXCLUSIVE WARRANTY FOR THE COMPANY’S PRODUCTS AND SERVICES, AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, IN LAW OR IN FACT. SELLER SPECIFICALLY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR USE OR PURPOSE, AND ANY IMPLIED WARRANTIES ARISING OUT OF COURSE OF DEALING OR PERFORMANCE OR TRADE USAGE. PURCHASER, BY ACCEPTANCE AND USE OF THIS LIMITED WARRANTY, WAIVES ANY RIGHTS IT WOULD OTHERWISE HAVE TO CLAIM OR ASSERT THAT THIS LIMITED WARRANTY FAILS OF ITS ESSENTIAL PURPOSE. Colourshade ® and Extreme 32™ are registered trademarks of Multiknit Pty. Ltd. Commercial 95™ and SaFRshade™ are registered trademarks of Gale Pacific USA Inc. Monotec 370™ is a registered trademark of PROKNIT Industries Pty. Ltd. Precontraint 502™ is a registered trademark of Serge Ferrari North America, Inc. ©2017 Shade Structures, Inc. All rights reserved. 7.2fm19 8/14/18 Porter Corp Limited Warranty and Limitations Porter Corp provides a 10-year pro-rated limited warranty from shipping date with the following limitations. Porter Corp limits its warranty to the supply of materials that will assemble according to sealed engineered drawings and installation instructions, and can be assembled with normal expertise and with tools required and found in the construction trades. It is expressly understood that Porter Corp’s liability be limited to repair or replacement of nonconforming material at time of delivery. Porter Corp does not warrant product for defects caused by erection, harsh site conditions, lack of maintenance, and/or other conditions beyond Porter Corp’s control. Porter Corp will not be held responsible for any materials that were not properly stored prior to installation. Porter Corp reserves the right to void the limited warranty if it not installed per the installation instructions and/or unauthorized modifications. Porter Corp shall not be held liable for field alterations. Porter Corp shall only be liable for meeting the building code indicated on the sealed engineered drawings. Any replacement part under warranty is warranted for the remaining original warranty period or six (6) months, whichever is longer. Under certain conditions (snow, wind, and the like), Fabric tops may be required to be taken down. The sealed engineered drawings and installation instructions will need to be referenced for design parameters. Porter Corp shall not be responsible to cover damage caused by failure to remove the top as required. This Limited Warranty supersedes all other warranties expressed or implied. The warranty on items not manufactured by Porter Corp (i.e. metal roofing, shingles, wood shelters, fabric and thread as applicable), will be as passed through Porter Corp’s supplier as per their warranty; contact Customer Service for this Supplier Warranty. This Limited Warranty is conditional upon payment in full to Porter Corp within terms. Liability under this Warranty is limited in that it shall not exceed the original sales price of the components as supplied by Porter Corp. 7.2fm19 8/14/18 Poli-5000 Paint System 10 Year Limited Warranty for Structural Steel Shelters This limited warranty is for the factory applied Poli-5000 powder coating.Poli-5000 powder coat paint system by Porter Corp of Holland, Michigan has been applied to steel entirely as an ‘in-house” process. Poli-5000 finish has been applied over hot rolled structural steel parts and has been tested to meet or exceed the ASTM Standards illustrated in Figure 1. This pro-rated limited 10 year warranty is intended to define the obligations and limitations of the purchaser as well as the obligations and limitations of the supplier. This limited warranty is only valid if Porter Corp has been paid in full for the cost of the shelter. Damage occurring from shipping, erection, vandalism, accidents, or field modifications will require field touch-up immediately and periodically thereafter, which is not covered in this limited warranty. Exposed nuts and bolts will either be supplied with a light plating or powder coating. It is the responsibility of the contractor to paint and/or touch up the nuts and bolts after erection and these must be maintained by the customer. The 10-year limited warranty will exclude buildings erected at sites where salt air, corrosive environment, high humidity or sprinkler systems come in contact with the shelter. Failure to maintain finish system with annual touch-up and documented maintenance procedures will void the limited warranty. Not covered by this limited warranty are acute angles, end plates, and other accessories that are prone to minor defects on occasions and will require touch-up by owner. Failure of the coating will be defined when at least 8% of the total coated surface has significant loss of performance or appearance characteristics when compared to the original finish. Rust stains from roof trim, screws, and screw holes do not constitute a failure. If a claim is made for paint failure a complete document must be provided by the owner. If a site visit is required by Porter Corp the travel expenses will be covered by the customer prior to travel taking place. However, should the failure be determined to be under the limited warranty the customer will be reimbursed for these expenses. In the case of a failed paint system, Porter Corp will repaint the structure with its best in-house system providing that the owner dismantles the structure and returns it to Porter Corp. Porter Corp will refinish the structure and ship it back to job site at their expense. The refinishing will not extend the original warranty of the paint system. The owner is responsible for erecting the building at their expense. As an alternative, Porter Corp will pay customer up to the cost of the original paint system on a pro-rated basis for time left of the 10 year limited warranty. 7.2fm19 8/14/18 Poli-5000 Finish System Performance and Specifications Figure 1 Test Description Test Method Poli-5000 Results Salt Spray Resistance ASTM B 117/ ASTM D 1654 Method 2 (scraping) 10,000 hours, no creep from scribe line, rating of 10 Humidity ASTM D2247-02 5,000 hours with no loss of adhesion or blistering Light UV/ Resistance ASTM G154-04 2000 hours exposure. Alternate cycles (4 hours UVC and 4 hours condensation) a) No chalking b) 75% color retention c) Color variation- maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure) Stain Resistance ASTM D1308-02e1 24 hours exposure with 10% concentration No stain from following: Mustard, Tannic Acid, Catsup, Citric Acid, Coffee, Tartaric Acid, Pepsi Cola, Beer, Oleic Acid, Lactic Acid, Orange Juice Scratch Resistance Hoffman Scratch Hardness Tester No substrate appearance with 1,000 gram load Adhesion ASTM D3359-02 ASTM Class 4B rating or better Resistance Impact ASTM D2794-93 10 in-lbs. w/o cracking Hardness ASTM D3363-92a 2H min-no indentation Flexibility ASTM D522-93a 1/8" no cracking/loss of adhesion at bend Abrasion Taber abraser CS10 Wheel (1,000 mg load) 14 mg. max weight loss per cycle Solvent Resistance 50+ MEK rubs Minimal to no dulling or color removal DuMor, Inc. Standard Warranty ALL PRODUCTS MANUFACTURED BY DuMOR, INC., ARE WARRANTIED AGAINST DEFECT IN MATERIALS AND/OR WORKMANSHIP AND IN ACCORDANCE WITH OUR PUBLISHED SPECIFICATIONS. DuMOR, INC. FURTHER WARRANTS OUR PRODUCTS AS FOLLOWS: • LIMITED TWENTY-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF ALL STEEL BENCH FRAMES OR COMPLETE STEEL BENCH ASSEMBLIES, TABLE FRAMES, LITTER RECEPTACLE FRAMES, STEEL PLANTERS AND ALL CAST IRON AND ALUMINUM BENCH SUPPORTS. • LIMITED FIVE-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF DOUGLAS FIR, REDWOOD AND IPE PRODUCTS. • LIMITED TEN-YEAR WARRANTY AGAINST STRUCTURAL FAILURE OF RECYCLED PLASTIC—IT IS FURTHER WARRANTIED NOT TO DEGRADE, SPLIT, CRACK, OR SPLINTER DURING THIS PERIOD. • LIMITED 3 YEAR WARRANTY ON STRUCTURAL FAILURE OF ALL BIKE RACKS. • LIMITED ONE-YEAR WARRANTY ON ANY ITEM NOT SPECIFICALLY DISCUSSED ABOVE. THE ABOVE WARRANTIES COMMENCE ON THE DATE OF INVOICE ISSUED FROM DuMOR, INC. SHOULD ANY FAILURE OCCUR WITHIN THE WARRANTY PERIOD, DuMOR, INC. SHALL, UPON WRITTEN NOTIFICATION FROM CUSTOMER, CORRECT THE PART(S) EITHER BY REPAIRING THE DEFECTIVE PART(S) OR BY SUPPLYING A NEW PART(S) WITHIN 60 DAYS OF RECEIPT OF THE WRITTEN NOTIFICATION. DuMOR, INC., SHALL, AT ITS EXPENSE, DELIVER THE REPAIRED OR NEW PART(S) TO THE JOB SITE. HOWEVER, DuMOR, INC., SHALL NOT BE RESPONSIBLE FOR PROVIDING LABOR OR INCURRING THE COST OF LABOR TO REMOVE THE DEFECTIVE PART(S) AND INSTALL THE REPAIRED OR NEW PART(S). ALL REPLACEMENT PARTS SHALL BE GUARANTEED FOR THE BALANCE OF THE ORIGINAL WARRANTY PERIOD. THE WARRANTY IS VALID ONLY IF THE PRODUCTS HAVE BEEN ASSEMBLED AND INSTALLED PER DuMOR, INC., STANDARD INSTALLATION AND ASSEMBLY INSTRUCTIONS PROVIDED WITH EACH SHIPMENT AND IF THE PRODUCTS HAVE BEEN PROPERLY MAINTAINED AND INSPECTED ANNUALLY. THIS WARRANTY DOES NOT COVER CLAIMS FOR ITEMS HAVING BEEN SUBJECTED TO MISUSE, NEGLECT, ACCIDENT, VANDALISM OR THAT HAVE BEEN MODIFIED, ALTERED OR REPAIRED BY ANYONE OTHER THAN DuMOR, INC.; ITS AUTHORIZED REPRESENTATIVE; OR OTHERS DESIGNATED BY DuMOR,INC., TO MODIFY, ALTER, OR REPAIR THE PRODUCT. THIS WARRANTY DOES NOT COVER COSMETIC ITEMS, NOR DOES IT COVER CLAIMS DUE TO CHECKING, SPLITTING AND WARPING, WHICH ARE NATURAL TENDENCIES OF WOOD PRODUCTS. THIS WARRANTY IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, ANY WARRANTY OF MERCHANTABILITY OR FITNESS. IN ADDITION, NO OTHER WARRANTY, ORAL, WRITTEN OR IMPLIED, MAY BE SUBSTITUTED FOR THE WARRANTY STATED ABOVE. TO THE EXTENT PERMITTED BY LAW, DuMOR, INC., SHALL NOT BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. ALL CLAIMS MADE UNDER THE TERMS OF THIS WARRANTY MUST BE RECEIVED IN WRITING ALONG WITH A COPY OF THE ORIGINAL INVOICE. CLAIMS MUST BE SENT TO DuMOR, INC., ATTENTION CUSTOMER SERVICE, P. O. BOX 142, MIFFLINTOWN, PA 17059- 0142. GEG/WARR-STD 4/16 P.O BOX 142 Mifflintown, PA 17059-0142 • 717-436-2106 • 800-598-4018 • Fax:717-436-9839 E-mail: sales@dumor.com • www.dumor.com For warranty questions or claims, contact us at 800-231-1327 or info@anovafurnishings.com. Finish Warranties FUSION ADVANTAGE FINISH: Seven-year warranty against rusting, peeling, chipping, cracking, mold, mildew, fading and defects in materials and/or workmanship. POWDER COATED FINISH: Three-year warranty against rusting, peeling, chipping, cracking, mold, mildew, and defects in materials and/or workmanship; Seven-year warranty against fading. GALVANIZED FINISH: Seven-year warranty against rusting, peeling, chipping, cracking, mold, mildew, fading and defects in materials and/or workmanship. Structural Warranties METAL COMPONENTS: Limited twenty-year structural warranty. GALVANIZED COMPONENTS: Limited twenty-year structural warranty; compliant with ASTM A123. RECYCLED PLASTIC COMPONENTS: Limited twenty-year structural warranty that also covers splitting, fungal decay, and insect damage. THERMORY COMPONENTS: Limited ten-year structural warranty. NATURAL STONE AND ROTOMOLDED PLASTIC COMPONENTS: Limited five-year structural warranty. Product Warranties Banners installed on Anova banner brackets: Three-year warranty. Banners otherwise installed: One-year warranty. Styrene signs: Three-year warranty. Limitations All warranties commence on the date the product is shipped. Structural warranties are only valid if the product has been assembled and installed per the instruction provided with each shipment and item. These warranties do not cover acts of misuse, abuse, accidents, lack of maintenance, vandalism or natural disasters. Any alterations to the product after delivery will void these warranties. Should any failure occur within these periods, Anova will correct the part or parts by repairing or replacing the defective parts. Warranties Sample Warranty Project Name: Main Street USA Playground Owner: Location: City and State: Anytown, USA Date Installation Completed: Contractor: Vitriturf warrants to the owner of the project name described above, subject to the conditions, and limitations stated herein, as follows: That the Vitriturf System will not lose its bond from approved substrates and that the system will be fade-resistant so long as surface integrity is maintained; and that the system will not crack as a result of normal weather conditions and normal traffic pattern use. This warranty does not cover defects or damage caused by failure of the substrate, vandalism or misuse of the system. This system was developed to provide a resilient monolithic cushioned surface. Any other use of this system not explicitly authorized in writing by the company will not be warranted in any manner whatsoever. The foregoing warranty shall continue for a period of (based on specification) year(s) commencing with the date of completion of the above stated system. In order to mitigate any warranty defects the owner, within the warranty period, must provide Vitriturf with written notice of any such defects within thirty (30) days of discovery. The foregoing warranty does not cover defects of damage caused by: (1) structural or design defects; (2) misuse,vandalism, civil disobedience, acts of war; (3) acts of God, including lightning, hurricanes, tornados, earthquakes, fumes, flood, chemical fumes or foreign substances in the atmosphere or by other unusual natural occurrences. The obligations contained hereindo not cover any material used on the system which was not supplied by Vitriturf unless specifically identified above. Any claim of defect in material in the system must be made in writing to Vitriturf as set forth above within the warranty period. This warranty will not cover damage resulting from the application, repair or subsequent work on the surface without written notice from Vitriturf of the methods and materials to be used and the party who will apply those materials. During the term of the warranty, Vitriturf, its agents, employees, and assigns shall have the right to inspect the system during business hours. If Vitriturf or its agents have not been paid by the contractor or owner for this project, the warranty will be null and void due to lack of consideration; however should payment be made in full with all associated late fees and collection fees and costs, the warranty will remain as previously stated from the date of completion. NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: Page 1 of 2 No Fault Sport Group,LLC ("NFSG")warrants to the original purchaser (established as “Customer”above)that the NoFaultSafetySurface("NFSS"),installed under the above referenced Project,will conform to the NFSS specificationsandremainfreefromdefectsinmaterialsandworkmanshipforaperiodoffive(5)years,per the terms and conditionsprovidedherein.This limited warranty is expressly made in lieu of any other warranties and is exclusive to the originalCustomer. This limited warranty shall provide for repairs or replacement of any defective materials or workmanship in the surface area(s)that fail during the warranty period.This warranty shall commence on the date of substantial completion (as established above)and shall provide for one hundred (100%)of the cost to repair or replace the failed area(s)for a period of one year.Thereafter,the warranty covers eighty percent (80%)of the cost to repair the affected areas from the first anniversary of substantial completion until the second anniversary of substantial completion.Thereafter,the warranty covers sixty percent (60%)of the cost to repair the affected areas from the second anniversary of substantial completion until the third anniversary of substantial completion.Thereafter,the warranty covers forty percent (40%)of the cost to repair the affected areas from the third anniversary of substantial completion until the fourth anniversary of substantial completion.Thereafter,the warranty covers twenty percent (20%)of the cost to repair the affected areas from the fourth anniversary of substantial completion until the fifth anniversary of substantial completion,at which date NFSG's obligations under this warranty are terminated. All warranty claims shall be made in writing to NFSG within thirty (30)days of the Customer’s knowledge thereof.The written notification from the Customer shall include the following:the date of the first notice of the failure,details of thefailure,photos of the failed area and a request for a warranty claim meeting with NFSG at the installation site (ifapplicable).NFSG shall determine the validity of all claims after sufficient evidence has been gathered.NFSG shallthenreplace,repair,or make a refund for any claims validated by it.Any refund,credit or allowance provided to theCustomeronawarrantyclaimisexercisableonlyifsaidallowanceisusedtoaccommodatereplacementwithNFSG'sthencurrentsurfacingsystem.NFSG's liability for warranty claims shall in no event exceed the cost of repair orreplacementofsucharea(s)that have failed.Customer agrees that in no event shall NFSG have any liability toCustomer for loss of use or loss of profits or any form of consequential damages. Any dispute as to whether and to what extent there is a NFSS failure and subsequent valid warranty claim within themeaningofthiswarrantyshallbeinitiallydealtwithbyjointinvestigationanddiscussionbetweenNFSGandCustomerinordertoachieveamutuallyagreeablesolution.If a solution cannot be reached within thirty (30)days,then either theCustomerorNFSGmaysubmitthemattertoanaccreditedarbitratorwhoisamemberoftheAmericanArbitrationAssociationandwhoshallmakeadeterminationinaccordancewiththerulesandregulationoftheAmericanArbitration Association. The decision of the Arbitrator shall be binding on both parties. This warranty does not include normal wear and tear,discoloration or fading as a result of ultraviolet rays,shrinkage (which is an inherent characteristic of elastic rubber),any damages to the surface during the curing period,or improper sub-base design or construction,including but not limited to surface cracking along expansion joints or separating from an adjacent border,curb,walkway,or existing surface.If the underlying sub-base materials fail for any reason whatsoever (including hydrostatic pressure,cracking,shifting,heaving),then NFSG's warranty shall be rendered invalid. NFSG is under no obligation or responsibility to repair and/or replace the NFSS product if damaged by lawn and landscaping equipment;vehicular traffic;vandalism (including burns,cuts,gouges,etc.);product misuse,abuse or alteration;improper drainage;improper or lack of maintenance;any foreign residue that may be deposited on thesurface;any foreign matter from surrounding areas (i.e.any substance other than those indicated on NFSG's MSDSsheets)that may be siphoned through,migrated in,lodged in and/or harden the surface;sharp objects (high heels,spikes, etc.); use of unapproved cleaning materials; or acts of God. NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC: Jay Ratelle, Vice President of Operations Warranty issue date: Page 2 of 2 Specifically regarding Underwater,Water Play,and Pool-deck applications,foreign or excessive chemicals in the watercancausepotentialdamagetotheNFSSproductresultinginfading,chalking,bleeding,and/or degradation.Poolchemicalsandwatertreatmentssuchas"Ozone"and chlorine levels with a ppm of greater than 3 will harm anddegradetheNFSS.NFSG will not warrant the NFSS product when foreign or excessive chemicals are used in oraroundthesurfaceinstallation.NFSG will not warrant against mold or mildew caused by improper drainage and/orimproperslopingaroundthepoolarea,sauna area,steam area or shower area.Recommended minimum slope forpositive drainage is 2% for areas over 2000 SF. Customer acknowledges that the limited warranty will be voided if the Customer fails to follow the NFSS Maintenance Guidelines (attached hereto);keep maintenance and impact attenuation testing records;or fails to make payment in a timely manner as per the terms and conditions of the agreed contract.Customer also acknowledges and agrees that it will not,under any circumstance,make alterations to the NFSS product without the written authorization of NFSG.Any unauthorized alteration by the Customer could result in the termination of any existing warranty for the NFSS and shall also give rise to the duty of the Customer to hold harmless,defend and indemnify NFSG from any claim,suit or cause of action, personal injury, death, or property damage arising out of or related to said alteration. WARNING:Surface areas can become extremely hot due to exposure of direct sunlight.Shoes and/or socks must be worn at all times.Customer is responsible for proper supervision of children when in contact with the surface.In addition,warning signs are recommended to be posted in all areas to prevent small children from touching or crawling on to surface areas that may be hot due to extended sun exposure in excessive temperatures.During winter and/orseasonswhentemperaturesfallbelow32°F,the impact attenuation performance of the NFSS system can becompromised.In this case,it is recommended to discontinue use until surface is no longer frozen.No Fault SportGroupassumesnoliabilitytosuchexposureofsurfacingtemperatureasthisshouldbemonitoredpriortouseofsurfacing.No Fault Sport Group also assumes no liability to the expansion and contraction of the surfacing duringfreeze/thaw events. NO REPRESENTATIVE OF THE SELLER HAS AUTHORITY TO MAKE ANY REPRESENTATION OR PROMISESEXCEPTASSTATEDHEREIN.THERE ARE NO WARRANTIES EITHER EXPRESSED OR IMPLIED,INCLUDINGTHEIMPLIEDWARRANTIESOFMERCHANTABILITYANDFITNESSFORAPARTICULARPURPOSETHATEXTENDBEYONDTHEWARRANTIESCONTAINEDINTHISDOCUMENT.NFSG SHALL NOT BE LIABLE FORANYINCIDENTAL,CONSEQUENTIAL OR OTHER DAMAGES TO THE STRUCTURE OR ITS CONTENTS ARISINGUNDER ANY THEORY OF LAW WHATSOEVER. NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: Page 1 of 2 No Fault Sport Group,LLC ("NFSG")warrants to the original purchaser (established as “Customer”above)that the NoFaultSafetySurface("NFSS"),installed under the above referenced Project,will conform to the NFSS specificationsandremainfreefromdefectsinmaterialsandworkmanshipforaperiodoffive(5)years,per the terms and conditionsprovidedherein.This limited warranty is expressly made in lieu of any other warranties and is exclusive to the originalCustomer. This limited warranty shall provide for repairs or replacement of any defective materials or workmanship in the surface area(s)that fail during the warranty period.This warranty shall commence on the date of substantial completion (as established above)and shall provide for one hundred (100%)of the cost to repair or replace the failed area(s)for a period of one year.Thereafter,the warranty covers eighty percent (80%)of the cost to repair the affected areas from the first anniversary of substantial completion until the second anniversary of substantial completion.Thereafter,the warranty covers sixty percent (60%)of the cost to repair the affected areas from the second anniversary of substantial completion until the third anniversary of substantial completion.Thereafter,the warranty covers forty percent (40%)of the cost to repair the affected areas from the third anniversary of substantial completion until the fourth anniversary of substantial completion.Thereafter,the warranty covers twenty percent (20%)of the cost to repair the affected areas from the fourth anniversary of substantial completion until the fifth anniversary of substantial completion,at which date NFSG's obligations under this warranty are terminated. All warranty claims shall be made in writing to NFSG within thirty (30)days of the Customer’s knowledge thereof.The written notification from the Customer shall include the following:the date of the first notice of the failure,details of thefailure,photos of the failed area and a request for a warranty claim meeting with NFSG at the installation site (ifapplicable).NFSG shall determine the validity of all claims after sufficient evidence has been gathered.NFSG shallthenreplace,repair,or make a refund for any claims validated by it.Any refund,credit or allowance provided to theCustomeronawarrantyclaimisexercisableonlyifsaidallowanceisusedtoaccommodatereplacementwithNFSG'sthencurrentsurfacingsystem.NFSG's liability for warranty claims shall in no event exceed the cost of repair orreplacementofsucharea(s)that have failed.Customer agrees that in no event shall NFSG have any liability toCustomer for loss of use or loss of profits or any form of consequential damages. Any dispute as to whether and to what extent there is a NFSS failure and subsequent valid warranty claim within themeaningofthiswarrantyshallbeinitiallydealtwithbyjointinvestigationanddiscussionbetweenNFSGandCustomerinordertoachieveamutuallyagreeablesolution.If a solution cannot be reached within thirty (30)days,then either theCustomerorNFSGmaysubmitthemattertoanaccreditedarbitratorwhoisamemberoftheAmericanArbitrationAssociationandwhoshallmakeadeterminationinaccordancewiththerulesandregulationoftheAmericanArbitration Association. The decision of the Arbitrator shall be binding on both parties. This warranty does not include normal wear and tear,discoloration or fading as a result of ultraviolet rays,shrinkage (which is an inherent characteristic of elastic rubber),any damages to the surface during the curing period,or improper sub-base design or construction,including but not limited to surface cracking along expansion joints or separating from an adjacent border,curb,walkway,or existing surface.If the underlying sub-base materials fail for any reason whatsoever (including hydrostatic pressure,cracking,shifting,heaving),then NFSG's warranty shall be rendered invalid. NFSG is under no obligation or responsibility to repair and/or replace the NFSS product if damaged by lawn and landscaping equipment;vehicular traffic;vandalism (including burns,cuts,gouges,etc.);product misuse,abuse or alteration;improper drainage;improper or lack of maintenance;any foreign residue that may be deposited on thesurface;any foreign matter from surrounding areas (i.e.any substance other than those indicated on NFSG's MSDSsheets)that may be siphoned through,migrated in,lodged in and/or harden the surface;sharp objects (high heels,spikes, etc.); use of unapproved cleaning materials; or acts of God. NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC3112 Valley Creek Drive, Ste. C Baton Rouge, LA 70808225-215-7760 www.nofault.com Project Name:SAMPLE NFSG Job No.:16-xxxx-NFSS Address:0 Customer:0 City Date of Completion: NO FAULT SAFETY SURFACE PRODUCT WARRANTY NO FAULT SPORT GROUP, LLC: Jay Ratelle, Vice President of Operations Warranty issue date: Page 2 of 2 Specifically regarding Underwater,Water Play,and Pool-deck applications,foreign or excessive chemicals in the watercancausepotentialdamagetotheNFSSproductresultinginfading,chalking,bleeding,and/or degradation.Poolchemicalsandwatertreatmentssuchas"Ozone"and chlorine levels with a ppm of greater than 3 will harm anddegradetheNFSS.NFSG will not warrant the NFSS product when foreign or excessive chemicals are used in oraroundthesurfaceinstallation.NFSG will not warrant against mold or mildew caused by improper drainage and/orimproperslopingaroundthepoolarea,sauna area,steam area or shower area.Recommended minimum slope forpositive drainage is 2% for areas over 2000 SF. Customer acknowledges that the limited warranty will be voided if the Customer fails to follow the NFSS Maintenance Guidelines (attached hereto);keep maintenance and impact attenuation testing records;or fails to make payment in a timely manner as per the terms and conditions of the agreed contract.Customer also acknowledges and agrees that it will not,under any circumstance,make alterations to the NFSS product without the written authorization of NFSG.Any unauthorized alteration by the Customer could result in the termination of any existing warranty for the NFSS and shall also give rise to the duty of the Customer to hold harmless,defend and indemnify NFSG from any claim,suit or cause of action, personal injury, death, or property damage arising out of or related to said alteration. WARNING:Surface areas can become extremely hot due to exposure of direct sunlight.Shoes and/or socks must be worn at all times.Customer is responsible for proper supervision of children when in contact with the surface.In addition,warning signs are recommended to be posted in all areas to prevent small children from touching or crawling on to surface areas that may be hot due to extended sun exposure in excessive temperatures.During winter and/orseasonswhentemperaturesfallbelow32°F,the impact attenuation performance of the NFSS system can becompromised.In this case,it is recommended to discontinue use until surface is no longer frozen.No Fault SportGroupassumesnoliabilitytosuchexposureofsurfacingtemperatureasthisshouldbemonitoredpriortouseofsurfacing.No Fault Sport Group also assumes no liability to the expansion and contraction of the surfacing duringfreeze/thaw events. NO REPRESENTATIVE OF THE SELLER HAS AUTHORITY TO MAKE ANY REPRESENTATION OR PROMISESEXCEPTASSTATEDHEREIN.THERE ARE NO WARRANTIES EITHER EXPRESSED OR IMPLIED,INCLUDINGTHEIMPLIEDWARRANTIESOFMERCHANTABILITYANDFITNESSFORAPARTICULARPURPOSETHATEXTENDBEYONDTHEWARRANTIESCONTAINEDINTHISDOCUMENT.NFSG SHALL NOT BE LIABLE FORANYINCIDENTAL,CONSEQUENTIAL OR OTHER DAMAGES TO THE STRUCTURE OR ITS CONTENTS ARISINGUNDER ANY THEORY OF LAW WHATSOEVER. A warranty is only as good as the company behind it. That is why the ForeverLawn warranty is the best in the industry. With over ten years and tens of thousands of successful projects, ForeverLawn is proud to offer another ground-breaking industry first: the ForeverLawn Closed Loop Warranty System (CLWS). What makes our warranty superior? • Ultimate satisfaction • True peace of mind • Online warranty registration • Superior tracking • Full transferability • Closes the loop between customer, installer and manufacturer • From a company older than the warranty being offered The ForeverLawn CLWS isn’t just a collection of words on paper, it is a thorough warranty system backing up a superior synthetic grass product. What else would you expect from a company built on integrity, quality, and innovation? “Because integrity is a core value of ForeverLawn, we stand behind every promise we make.” M0920 Rev. 03/17 Closed Loop Warranty System - A warranty you can trust Our commitment goes beyond the paper. Playground Turf by Irvine Wood Recovery Limited Warranty This limited warranty applies to Irvine Wood Recovery’s Engineered Wood Fiber product Playground Turf. Playground Turf is warranted to meet the following specifications: IPEMA Certified to ASTM F1292-04 Head Impact Attenuation Testing IPEMA Certified to ASTM F 2075-04 Sieve Analysis Testing Tramp Metal Testing, ASTM 2075/4.6 ADA WHEELCHAIR ACCESSIBILITY ASTM F1951-99 Tested to 12” of thickness from a 12’ fall height 100% Pre-Consumer Recycled Virgin Material 3,000,000 Liability Insurance BOARD OF COUNTY COMMISSIONERS OF CLAY COUNTY, FLORIDA NOTICE OF INTENT TO AWARD BID RFP NO 18/19-2, Various Equipment and Amenities for Parks and Playgrounds In accordance with the provisions of Section 8.N of the Clay County Purchasing Policy, notice is hereby given and posted of the decision of the Board of County Commissioners of Clay County, Florida (hereinafter the “Board”) with respect to RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds. Responses to RFP No. 18/19-2 were opened on March 19, 2019. During its regular meeting on May 28, 2019, the Board rendered its decision to award RFP No. 18/19-2 to multiple companies. This notice of intent to award bid is the official notification regarding said selection. The decision of the Board is final subject to 72 hour period for protest. Failure to file a protest within the time prescribed in Section 8.N of the Clay County Purchasing Policies shall constitute a waiver of proceedings under Section 8.N Bid Awards and Protests. Lorin L. Mock Acting County Manager Date of Posting: Date of Removal: 5/29/19 6/3/19 Time of Posting: Time of Removal: 8:45 a.m. 8:47 a.m. Initials: Initials: D F D F Discount Allowed from MSRP Installation Discount Catalog Provided Current MSRP List Supplied WarrantyProductManufacturer Skyways Shade Sails, Shades, Canopies 2%75%Yes Yes Yes 2%75%Yes Yes Yes 2%75%Yes Yes Yes Poligon/Parasol Shade Gazebos, Shelters, Canopies 2%75%Yes Yes Yes Sails, Shades, Canopies Gazebos, Shelters, Canopies USA Shade Porter/Poligon Shelters Rep Services, Inc (407) 831-9658 nathan@repservices.com Distributor 2%50%Yes Yes Yes Anova Site Furnishings Tables, Benches, Trash Cans 2%50%Yes Yes Yes Dumor Site Furnishings Benches, Trash Cans, Bike Racks, Tables 2%50%Yes Yes YesLandscape Structures Inc.Playground Equip Aquatix Splash Pads, Water Playgrounds 2%Included in price per SF Yes Yes Yes Cushioned Flooring Included in SF price Included in SF price Included in SF price 50% 50% 2% 2% 2% 2% 2% Vitriturf Rubber Mulch,Synthetic TurfNo Fault Irvine Wood Recovery Engineered Wood Mulch Yes Yes Yes Yes Yes Yes Flyer Yes Yes Robertson Recreational Surfaces Rubber Synthetic Turf Flyer Yes Yes Flyer Yes YesPlayground GrassForever Lawn 165 W. Jessup Avenue Longwood, FL 32750-4146 PH: 407-831-9658 FAX: 866-232-8532 info@repservices.com www.repservices.com Clay County Purchasing Contract -- Original Bid for RFP No. 18/19-2 expired on 05/22/2022, with an option for renewal. Attached are the following: Documents submitted by Rep Services for Renewal 5/17/2022 Clay County Finance and Audit Committee Meeting Minutes for consent agenda 5/24/2022 Board of County Commissioners Meeting Minutes for approved motion Original Notice of Intent to Award May 2019 YES RFP No. 18/19-2 165 W Jessup Ave Longwood FL 32806 4/27/2022 FINANCE AND AUDIT COMMITTEE MEETING MINUTES May 17, 2022Administration Building,4th Floor, BCC Meeting Room, 477 Houston Street,Green Cove Springs, FL 320431:00 PM PUBLIC COMMENTS Chairman James Renninger called the meeting to order at 1:02 pm. Chairman James Renninger opened the floor for the public comment at 1:03 pm. Hearing no comments, Chairman James Renninger closed the public hearing at 1:03 pm. BUSINESS 1. Award of Bid No. 21/22-36, Right-Of-Way Mowing (North) (RE-BID) and Accompanying Agreement (T.Gardner) 1)Approval to post notice of intent and award Bid No. 21/22-36, Right- of-Way Mowing (North) RE-BID to Greenway Lawn & Landscape, LLC. at the unit prices listed in the bid proposal for litter removal, edging, mowing and trimming. Approval will be effective after the 72 hour period of protest has expired. 2)Additional approval of the accompanying Agreement with Greenway Lawn & Landscape, LLC for the term of 24 months, at the unit prices listed in Attachment C. Funding Source: Transportation Trust Fund - Public Works - Repairs and Maintenance After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 2. Award of Bid No. 21/22-37, Right-Of-Way Mowing (South) (RE-BID) and Approval of Accompanying Agreement (T.Gardner) Page 1 of 5 1)Approval to post notice of intent and award Bid No. 21/22-37, Right- of-Way Mowing (South) RE-BID to Greenway Lawn & Landscape, LLC. at the unit prices listed in the bid proposal for litter removal, edging, mowing and trimming. Approval will be effective after the 72 hour period of protest has expired. 2)Additional approval of the accompanying Agreement with Greenway Lawn & Landscape, LLC for the term of 24 months, at the unit prices listed in Attachment C. Funding Source: Transportation Trust Fund - Public Works - Repairs and Maintenance After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 3. Rejection of bid submittals for Bid No. 20/21-45, CR 220 At Town Center Blvd. Intersection Improvement Project (K. Smith) Approval to reject the two bids received for Bid No. 20/21-45, CR 220 At Town Center Blvd. Intersection Improvement Project due to budget concerns. Both bids received are over budget. This project is funded by a Local Agency Program Agreement with FDOT. The project will be re- bid allowing for additional time to secure construction materials and complete the project. After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 4. First Renewal to RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds (K.Smith/J.Pierce) Approval of first renewal of RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds for one year. This is an annual RFP for purchase and installation of playground equipment, repair parts and ballfield lighting as needed at parks county wide. The RFP is awarded to multiple Distributors and provides a percentage discount off MSRP pricing as well as an installation discount. After discussion, Chairman James Renninger recommended the Board Page 2 of 5 place this agenda item on its May 24, 2022, consent agenda. Vice- Chairman Kristen Burke seconded the recommendation, which carried 2- 0. 5. Memorandum of Understanding with Jacksonville Transportation Authority Re: Transit Study (T.Nagle) Approval of Memorandum of Understanding with Jacksonville Transportation Authority (JTA) agreeing to enter into a cooperative relationship to conduct a Clay County Transit Study to better understand the needs of commuters in the study area. The County will reimburse JTA once the Study is completed. The County and JTA agree to split the cost of the Study equally 50/50. In no event shall the County's nor JTA's portion of the cost exceed $100,000. JTA is responsible for properly procuring the contractor to perform the study. The study shall be completed by January 2023. Funding Source: Capital Improvement Plan (CIP) Projects Fund - Non Capital Improvement Element - Transit Study - Infrastructure After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 6. Budget Resolutions for Grant Awards (M. Mosley) Approval of the following two (2) budget resolutions for grant awards under $50,000: 1. Humanities Grant for Libraries-ARPA: $10,000 awarded by the American Libraries Association (National Endowment for the Humanities) to support humanities public programming. Funding Source: General Fund Grant Revenue / Federal Grants - Culture and Recreation 2. FDOT Local Agency Program Agreement #G1R36: $35,000 awarded by the Florida Department of Transportation Local Agency Program to be used for the design of safety improvements on County Road 220 from west of Lakeshore Drive W to east of Old Hard Road. Funding Source: Capital Improvement Plan (CIP) Projects Fund Grant Revenue / FDOT Safety - LAP Grants After discussion, Chairman James Renninger recommended the Board place this agenda item on its May 24, 2022, consent agenda. Vice- Chairman Kristen Burke seconded the recommendation, which carried 2- 0. Page 3 of 5 7. TDC Event Grant Requests (K. Morgan) Approval of the Tourist Development Council's (TDC) recommendations of the following grants: 1.) May 28-29, 2022 Girls Lacrosse Showcase - Sports Grant (600 athletes, coaches, families and collegiate scouts) - Recommended Grant Award will be $12,000 with the contingency that if the County can purchase required lacrosse equipment, there will be no need for an equipment rental expense. Tournament must also be a Stay-to-Play tournament with no other rebates. 2.) August 20-21, 2022 Girls Lacrosse Showcase - Sports Grant (Originally scheduled for May 20-21 but moved to August 20-21 - 70 teams with approximately 18 players per team, coaches, families and collegiate scouts) - Recommended Grant Award will be $10,000 with the contingency that if the County can purchase additional required lacrosse equipment within a budget of $15,000. Tournament must also be a Stay- to-Play tournament with no rebates. 3.) Bella Notte, A Night of Art Under the Stars - Special Event Marketing Grant (September 15) - Recommended Grant Award of $3,500 reimbursable marketing grant. 4.) Rock the Box 2 - Special Event Marketing Grant (August 13) - Recommended Grant Award of $3,000 reimbursable marketing grant. Funding Source: Tourist Development Fund / Tourism / Reimbursement Grants After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 8. FY21/22 Budget Adjustments Within Non Capital Improvement Element (R.Kantor) Approval of budget adjustment within the Capital Improvement Plan (CIP) Projects Fund (Non Capital Improvement Element CC1232) in the amount of $81,265 to align budgets with bids for the Kingsley Lake and Thunderbolt Elementary to Calming Waters Sidewalk Projects. The Page 4 of 5 CR218 Beyond Taylor Road Sidewalk Project will be deferred to FY22/23. Funding Source: Capital Improvement Plan (CIP) Projects Fund / Non Capital Improvement Element / Sidewalk - CR218 Beyond Taylor Road After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. COUNTY MANAGER Howard Wanamaker, County Manager, said he had no discussion items pending questions from the Committee. Hearing no other business, Chairman James Renninger adjourned the meeting at 1:22 pm. Attest: _____________________________________ _____________________________________ Committee Chairman Recording Deputy Clerk Page 5 of 5 BOARD OF COUNTY COMMISSIONERS MEETING MINUTES May 24, 2022 Administration Building, 4th Floor, BCC Meeting Room, 477 Houston Street, Green Cove Springs, FL 32043 4:00 PM INVOCATION Commissioner Betsy Condon, District 4, gave the Invocation. PLEDGE Retired US Navy Lieutenant Commander Edward E Tucker III, Supply Corps, led the Pledge of Allegiance. Chairman Wayne Bolla said that Lieutenant Commander Tucker retired after 26 years of service in the United States Navy. He served as a Supply Corps Officer and completed three tours on ballistic-missile submarines Nebraska and Louisiana and served on guided-missile destroyer Gravely and submarine tender Emory S. Land. LCDR Tucker received various awards and medals during his career including a Joint Service Commendation Medal and Meritorious Service Medal, among others. He currently volunteers as the Committee Chairman for Scouts, BSA, Troop 309. Chairman Bolla thanked LCDR Tucker for his service. LCDR Tucker noted that as Vice-Chairman Condon said this weekend is not easy for military families and asked that everyone pray for those who have lost loved ones that have worn the cloth for this nation. CALL TO ORDER Chairman Wayne Bolla called the meeting to order at 4:02 pm. ROLL CALL Present:Commissioner District 2 Wayne Bolla - Chairman Commissioner District 4 Betsy Condon - Vice-Chairman Commissioner District 1 Mike Cella Commissioner District 3 James Renninger Commissioner District 5 Dr. Kristen T. Burke Page 1 of 27 Absent:None Staff Present:Howard Wanamaker - County Manager Courtney K. Grimm - County Attorney Heather Boucher - Commission Auditor PET ADOPTIONS Teresa Capo, Executive Assistant, presented a PowerPoint presentation of pets available for adoption - Chicklet (dog) - Peep (dog) - Tiger Lily (cat) - Mimi (cat). See Attachment A. If you are interested in adopting a pet, contact - clayadoptions@claycountygov.com or call (904) 269-6342. Ms. Capo stated Clay County Animal Services also offers a community rabies and microchip clinic on the first Thursday of every month from 3:00 pm to 5:00 pm. The "Kitten Crew" is always looking for fosters. If you are interested, please contact clayfosters@claycountygov.com. PROCLAMATIONS/RESOLUTIONS 1. National Safe Boating Week Chairman Wayne Bolla said that May 21-27, 2022, is Safe Boating Week in Clay County. As the weather warms, this is the perfect time to remind everyone to boat responsibly. Accidents happen too fast to reach for and put on a stowed life jacket. Boaters should wear a life jacket when on the water that is in good condition and properly fitted. Present to accept the Proclamation are members of the U.S. Coast Guard Auxiliary Flotilla 14-8: Chuck Whipple Dan Hess Chairman Wayne Bolla read the Proclamation for the National Safe Boating Week. Commissioner Mike Cella made a motion for approval of the Proclamation, seconded by Commissioner James Renninger, which carried 5-0. Mr. Whipple said he and Mr. Hess volunteer with the Coast Guard as part of the auxiliary branch. They focus on recreational boating safety and teach classes in Green Cove Springs once a month with a marine deputy. Mr. Whipple thanked the Board for the Proclamation. Mr. Hess noted that they are the civil branch of the Coast Guard and have roughly 30,000 members nationwide. The Auxiliary members wear silver, and the regular Coast Guardsman wear the gold. The Coast Guard is the only armed force with an auxiliary established by Congress. The time put in by the auxiliary is used by the Coast Guard along with their hours to go to Congress for funds. Mr. Hess said they are here in force to protect the coast, the waters, and you. So be safe when you are out on your boats, no Page 2 of 27 drinking if you are driving, and keep your passengers in line. 2. Memorial Day/Military Service Day Chairman Wayne Bolla noted that May 30, 2022, is Memorial Day and Military Service Day in Clay County. Memorial Day is a federal holiday set aside on the last Monday in May to pay our respects to the military personnel who died while serving in the United States Armed Forces. In the words of Harry S. Truman, “Our debt to the heroic men and valiant women in the service of our country can never be repaid. They have earned our undying gratitude. America will never forget their sacrifices." Present to help us honor our fallen soldiers and accept the Proclamation: Green Cove Springs Mayor Ed Gaw Green Cove Springs City Council Members NAS Jacksonville Base Commander Captain Jeff Hill - Captain Hill was designated an unrestricted naval aviator in March 1999 and has flown MH-60R and SH-60B Seahawk helicopters throughout his extensive military career. On April 9, 2021, he became the 50th commanding officer of NAS JAX. Commissioner James Renninger read the Proclamation for the Memorial Day/Military Service Day. Chairman Wayne Bolla made a motion for approval of the Proclamation, seconded by Commissioner Kristen Burke, which carried 5-0. Captain Hill thanked the Board for recognizing those that continue to serve and those that have served and gave the ultimate sacrifice. Often he talks about the relationship between NAS Jax and Clay County even though they are North of the border. So many of their individuals live and shop in Clay County. Their success, from a defense of our nation's perspective, could not be done without the support of Clay County. The success is inextricably linked to the men and women of Clay County. Captain Hill thanked the Commission for the Proclamation. Mayor Gaw noted that Clay County is a military county and Green Cove, likewise a military city. If you have never been to RiverFest or the Memorial Day celebration in Spring Park, the park is one of the best-kept secrets of Northeast Florida. The event is the most sincere celebration, and every Veteran gets to speak and some of their stories you will take home with you. Mayor Gaw invited everyone to come celebrate; it is a day you will never forget. Mayor Gaw thanked the Commission and noted that it is always a pleasure working with them in every dimension. Commissioner Renninger presented a PowerPoint to commemorate Memorial Day on Monday, May 30, 2022. See Attachment B. Commissioner Renninger said although some commemorate Memorial Day as the first day of Summer, the last day of the traditional school year, a day of good deal sales in the open market, or just another national holiday, this date is saved with much greater meaning. Although many have been Page 3 of 27 lost over the last 246 years of this republic, and he wanted to speak to a subgroup of about thirteen that exist within about seventy-five who have lost their lives in the last year. Thirteen brave men and women gave their lives during the extraction of forces from the Kabul Airport in Afghanistan on August 26th. Commissioner Renninger asked everyone to concentrate on the youth, the service, the diversity, and the families of the thirteen souls as we honor their service: Marine Corps - Lance Corporal David L. Espinoza - Rio Bravo, Texas - Laredo, Texas native, that embodied the values of America - grit, dedication, service, and valor. Lance Corporal Espinoza joined the Marine Corps to protect our nation. Lance Corporal Espinoza was 20 years old. Marine Corps - Sergeant Nicole L. Gee - Sacramento, California - 2016 Graduate of Oakmont High School. Days before her death, she posted a picture holding an Afghan child with a caption that said, "I love my job" - the day of her death she posted at the back of a C-17 with the caption "escorting evacuees onto this bird." Sergeant Gee was 23 years old. Marine Corps - Staff Sergeant Darin T. Hoover - Salt Lake City, Utah - Served valiantly as a marine and died serving his fellow countrymen as well as America's allies in Afghanistan. Sergeant Hoover was 31 years old. Army - Staff Sergeant Ryan C. Knauss - Corryton, Tennessee - His wife Alena Knauss was quoted as saying, "It is the ultimate honor he could give back to his country." He knew in high school that he wanted to serve in the US Army. Staff Sergeant Knauss was 23 years old. Marine Corps - Corporal Hunter Lopez - Indio, California - The son of two Riverside County Sheriff's officers-Captain Herman Lopez and Deputy Alicia Lopez, he planned on following in his parent's footsteps and joining the department as a deputy after his return from this deployment. Corporal Lopez was 22 years old. Marine Corps - Lance Corporal Rylee J. McCollum - • Jackson, Wyoming - His father, Jim, told the NY Times that his son was helping with evacuations and guarding a checkpoint when the attack happened, and this was his first deployment. He had gotten married recently, and his wife is expecting their first child. Lance Corporal McCollum was 20 years old. Marine Corps - Lance Corporal Dylan R. Merola - Rancho Cucamonga, California - Graduated from Los Osos High School in Los Angeles - A lot of our students commit to the military when they get out of school, and we are so proud of them, said by a joint union high school district employee. He was also quoted as saying our hearts and prayers go out to his family and friends, and unfortunately, we have another Gold Star family in our district. Lance Corporal Merola was 20 years old. Marine Corps - Lance Corporal Kareem M. Nikoui - Norco, California - Died helping to save families of Afghans who had aided the US Government. The understanding is that he rescued three families and in the process of saving children, translators that had worked with US Government. He passed off a child and went back into the crowd and that is when the bomb went off. Lance Corporal Nikoui graduated from Norco High School in 2019 where he was a member of JROTC. His father said he loved what he was doing and he always wanted to be a marine. Lance Corporal Nikoui was 20 years old. Marine Corps - Sergeant Johanny Rosario Pichardo - Lawrence, Massachusetts - Assigned to the 5th Marine Expeditionary Brigade Naval Sport Page 4 of 27 Activity Bahrain. The Embassy of the Dominican Republic in Washington, DC offers its condolences to this young woman of Dominican origin. She is one of the victims of the recent terrorist attacks at the airport and was well known throughout the Marine Corps. Sergeant Pichardo was 25 years old. Navy Hospital - Corpsman Maxton W. Soviak - Berlin Heights, Ohio - His family says that he was proud of being a Navy Corpsman and "Devil Doc" for the Marines (if you do not know what that means, the Marine Corps has no medics, the Navy provides them all). Max leaves behind a big family of twelve brothers and sisters. Corpsman Soviak was 22 years old. Marine Corps - Corporal Daegan W. Page - Omaha, Nebraska - Joined the Marines after graduating from Millard South High School and grew up in Nebraska and Iowa. He had a tough outer shell but a giant heart and had these words tattooed on his chest "Death before Dishonor." Corporal Page was 23 years old. Commissioner James Renninger said as you can see, these servicemen and women come from the Mid-West, the West Coast, and the East Coast; they came from every ethnicity and had family ties throughout the world. Each one left a mother, father, sister, brother, wife, child, friend, or a cherished shipmate behind. Our national anthem calls into question the durability of our nation with the final lyrics asking a question - "Oh, say does that star-spangled banner yet wave-O'er the land of the free and the home of the Brave." Let there be no mistake about it; as long as we have patriots such as these, our democracy will be enduring. Commissioner Renninger invited everyone to the Memorial Day celebrations throughout the county on Monday, May 30, 2022: City of Green Cove Springs - Memorial Day RiverFest at Spring Park - 10:00 am to 9:00 pm Town of Orange Park - Memorial Day Service at Magnolia Cemetery - 9:00 to 10:00 am City of Keystone Heights - Memorial Day Service at KH Memorial Cemetery - 11:00 am Penney Farms Retirement Community - Memorial Day Celebration - 9:00 am PRESENTATIONS John Ward, Director of Emergency Management, addressed the Board regarding hurricane season. June 1, 2022, is the beginning of hurricane season. Mr. Ward gave a handout of a 2022 All-Hazards Preparedness Guide to the Commission. Anyone that has an association or group that is interested in having their team come and discuss preparedness, we would love to do so. They get a lot of questions asking if it will be an active season. There is a prediction of an above-average season; however, in 2020, there were 31 storms that had one of the record storms. 1992 was a slow season, but tell the people in South Florida that experienced Hurricane Andrew that was a slow season. Mr. Ward said it only takes one storm to impact our community. There were also significant impacts in Hurricane Matthew and Irma in 2016 and 2017. There was no landfall hurricane in our area; it was a sub-tropical system; by the time it got to us, it was still named a hurricane. There was not even sustained tropical storm forced winds; there was tropical storm-force gust, with trees down, power outages, and flooding from the Page 5 of 27 small isolated systems. Mr. Ward reiterated that it only takes one storm to affect our community. Mr. Ward noted that they had a great hurricane workshop yesterday. It was the first time they could bring the full EOC group together with all the partners in 2 years APPROVAL OF MINUTES 3. Board of County Commissioner Meeting Minutes, May 10, 2022. 4. Finance and Audit Meeting Minutes, May 17, 2022. Commissioner James Renninger made a motion for approval of the May 10, 2022, BCC meeting minutes and May 17, 2022, Finance and Audit meeting minutes, seconded by Commissioner Mike Cella, which carried 5-0. PUBLIC COMMENTS Chairman Wayne Bolla opened the floor for public comment at 4:30 pm. Richard Klinzman, 1985 Timucua Trail, addressed the Board regarding his concern with the serious problem and what will continue to be a problem is the overgrowth in Clay County and the population increase that we are not ready for. Mr. Klinzman explained that his trip to the Olive Garden took over 90-minutes and should have been a 20-minute drive. On his usual drive today to the county, there are huge swathes of vacant land of what used to be a very nice forest. Three separate developments are going in the area, which looked to be tremendously huge, which would all empty into a two-lane road; we are not ready. Mr. Klinzman said, after listening to Mr. Ward's discussion about hurricane season, what happens if we have to evacuate. There are no plans to start dumping thousands and thousands of more cars onto an evacuation route to leave the county. Mr. Klinzman said if we had three people put a one-year moratorium in place on growth, and as long as those three were still here, he would beg you to extend it another ten years. Hearing no other comments, Chairman Wayne Bolla closed public comment at 4:33 pm. CONSENT AGENDA 5. Acceptance for Final Plat for Recording Rolling Hills Unit 2A (District 5, Commissioner Burke) 6. Finance Business The Finance Department business is submitted to request approval and ratification by the Board for various warrants and disbursements in order to meet the requirements of Ch. 136.06 (1) FL Statute. Acceptance and disposal of various Board property and various documents are submitted for the Board's information. At times, approval is requested for various Page 6 of 27 finance related issues. 7. Consent Agenda Items from the May 17th, 2022 Finance & Audit Committee Meeting Commissioner James Renninger requested to pull item six under the Consent Agenda for Finance Business. Commissioner Mike Cella made a motion for approval of the Consent Agenda except item 6, seconded by Vice-Chairman Betsy Condon, which carried 5-0. Commissioner James Renninger stated that he pulled item six because he noticed 20- 25 computers were being sent to recycling. They are all newer than the ones he has in his home. Commissioner Renninger questioned the issue with those and whether there is a secondary use for those computers. If it gets approved tonight, the secondary option would be gone, and they would all go to recycling. They all are missing the hard drive as well, is that standard policy. Troy Nagle, Assistant County Manager, explained those are surplus from the Tax Collector's office that slipped through the cracks of the normal process. They have spoken with the Tax Collector to make sure that those go through the county review in the future. Mr. Nagle said that the three-year life-cycle is what they normally rotate computers out at most county agencies. However, there is a use for those in our senior centers, libraries, or other entities that may not have access to newer technology. Mr. Nagle said the hard drive being removed is standard IT practice. Instead of trying to wipe the hard drive or potentially letting someone access proprietary data, they are destroyed. They will work with the Tax Collector, get possession of those computers, and put them into service somewhere. Commissioner James Renninger made a motion for approval of the finance business except for the computers to research if they could provide use to another operation within the county, seconded by Commissioner Mike Cella, which carried 5-0. DISCUSSION/UPDATES There were no discussion/updates. ITEMS FOR RATIFICATION There were no Items for Ratification. OLD BUSINESS 8. Approval of Opioid Litigation Participation Form for participation in the state-wide settlement agreement with Walgreens Page 7 of 27 BOARD OF COUNTY COMMISSIONERS OF CLAY COUNTY, FLORIDA NOTICE OF INTENT TO AWARD BID RFP NO 18/19-2, Various Equipment and Amenities for Parks and Playgrounds In accordance with the provisions of Section 8.N of the Clay County Purchasing Policy, notice is hereby given and posted of the decision of the Board of County Commissioners of Clay County, Florida (hereinafter the “Board”) with respect to RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds. Responses to RFP No. 18/19-2 were opened on March 19, 2019. During its regular meeting on May 28, 2019, the Board rendered its decision to award RFP No. 18/19-2 to multiple companies. This notice of intent to award bid is the official notification regarding said selection. The decision of the Board is final subject to 72 hour period for protest. Failure to file a protest within the time prescribed in Section 8.N of the Clay County Purchasing Policies shall constitute a waiver of proceedings under Section 8.N Bid Awards and Protests. Lorin L. Mock Acting County Manager Date of Posting: Date of Removal: 5/29/19 6/3/19 Time of Posting: Time of Removal: 8:45 a.m. 8:47 a.m. Initials: Initials: D F D F Discount Allowed from MSRP Installation Discount Catalog Provided Current MSRP List Supplied WarrantyProductManufacturer Skyways Shade Sails, Shades, Canopies 2%75%Yes Yes Yes 2%75%Yes Yes Yes 2%75%Yes Yes Yes Poligon/Parasol Shade Gazebos, Shelters, Canopies 2%75%Yes Yes Yes Sails, Shades, Canopies Gazebos, Shelters, Canopies USA Shade Porter/Poligon Shelters Rep Services, Inc (407) 831-9658 nathan@repservices.com Distributor 2%50%Yes Yes Yes Anova Site Furnishings Tables, Benches, Trash Cans 2%50%Yes Yes Yes Dumor Site Furnishings Benches, Trash Cans, Bike Racks, Tables 2%50%Yes Yes YesLandscape Structures Inc.Playground Equip Aquatix Splash Pads, Water Playgrounds 2%Included in price per SF Yes Yes Yes Cushioned Flooring Included in SF price Included in SF price Included in SF price 50% 50% 2% 2% 2% 2% 2% Vitriturf Rubber Mulch,Synthetic TurfNo Fault Irvine Wood Recovery Engineered Wood Mulch Yes Yes Yes Yes Yes Yes Flyer Yes Yes Robertson Recreational Surfaces Rubber Synthetic Turf Flyer Yes Yes Flyer Yes YesPlayground GrassForever Lawn Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0732 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 10.4 SUBJECT/RECOMMENDATION: Continue to September 15, 2022: Award construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $32,000,000 for an initial one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. SUMMARY: The City has initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout the City. The goal is to maintain the integrity of the sanitary sewer system and minimize inflow and infiltration of groundwater and stormwater. There are six groups of different type of work included in this program: Groups A though Group F. Per Invitation to Bid 22-0006-UT, bids were reviewed by city staff based on unit prices and are awarded to the lowest responsible bids received in accordance with plans and specifications. Inliner Solutions, LLC will be contracted to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipe lining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $10,000,000.00 one-year term. ----Inliner Solutions, LLC will be contracted to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $3,000,000.00 per one-year term. Rowland, Inc. will be contracted to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $15,000,000.00 per one-year term. ---Rowland, Inc. will also be contracted to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $1,000,000.00 per one-year term. Engineered Spray Solutions will be contracted to perform Group E - Manhole Surfacing Services, not to exceed $ 2,000,000.00 per one-year term. USSI, LLC will be contracted to perform Group F - Smoke and Dye Testing, not to exceed $1,000,000.00 per one-year term. The City will direct contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the Wastewater Collection System Master Plan, and Page 1 City of Clearwater Printed on 8/31/2022 File Number: ID#22-0732 ongoing Inflow and Infiltration investigations. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or City Water Reclamation Facilities. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96665 $10,000,000 3217321-546900-96665 $ 3,000,000 3217321-546900-96665 $10,000,000 3217321-546900-96664 $ 3,000,000 3217321-546900-96212 $ 2,000,000 3217321-546900-96665 $ 1,000,000 3217321-546900-96665 $ 2,000,000 3217321-546900-96665 $ 1,000,000 Third quarter budget amendments will transfer Water Sewer Revenues in amounts of $4,000,000 from 96212 Sanitary Sewer Upgrade, $2,000,000 from 96654 Facilities Upgrade & Improvements, $1,000,000 from 96664 WPC R&R, $4,000,000 from 96686 Pump Station Replacement, $13,500,000 from 96773 Groundwater Replenishment, for a total of $24,500,000 to 96665 Sanitary Sewer R&R. Additional funding is available in Capital Improvement projects in amounts of $2,000,000 in 96212 Sanitary Sewer Upgrade, $3,000,000 in 96664 WPC R&R, and $2,500,000 in 96665 Sanitary Sewer R&R to fund the contracts and will be included in FY2023-FY2026 Capital Improvement Program for future renewals in amounts of $32,000,000 per year. Page 2 City of Clearwater Printed on 8/31/2022 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 -$ -$ 3,000.00$ 60,000.00$ -$ -$ -$ -$ 4,000.00$ 80,000.00$ Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 -$ -$ 41.00$ 20,500.00$ -$ -$ -$ -$ 41.10$ 20,550.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 -$ -$ 39.00$ 780,000.00$ -$ -$ -$ -$ 35.00$ 700,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 -$ -$ 46.00$ 230,000.00$ -$ -$ -$ -$ 44.70$ 223,500.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 -$ -$ 53.00$ 53,000.00$ -$ -$ -$ -$ 50.80$ 50,800.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 -$ -$ 65.00$ 6,500.00$ -$ -$ -$ -$ 115.90$ 11,590.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 -$ -$ 73.00$ 146,000.00$ -$ -$ -$ -$ 87.00$ 174,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 -$ -$ 85.00$ 8,500.00$ -$ -$ -$ -$ 164.60$ 16,460.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 -$ -$ 109.00$ 327,000.00$ -$ -$ -$ -$ 128.20$ 384,600.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 -$ -$ 175.00$ 26,250.00$ -$ -$ -$ -$ 215.90$ 32,385.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 -$ -$ 356.00$ 17,800.00$ -$ -$ -$ -$ 487.60$ 24,380.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’EA 5 -$ -$ 3,850.00$ 19,250.00$ -$ -$ -$ -$ 2,647.40$ 13,237.00$ 3b 10.1’-20’EA 2 -$ -$ 3,957.00$ 7,914.00$ -$ -$ -$ -$ 5,294.70$ 10,589.40$ 3c 20.1’-30’EA 2 -$ -$ 4,044.00$ 8,088.00$ -$ -$ -$ -$ 7,942.10$ 15,884.20$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’EA 5 -$ -$ 3,843.00$ 19,215.00$ -$ -$ -$ -$ 1,906.10$ 9,530.50$ 4b 10.1’-20’EA 2 -$ -$ 4,316.00$ 8,632.00$ -$ -$ -$ -$ 2,753.30$ 5,506.60$ 4c 20.1’-30’EA 2 -$ -$ 4,350.00$ 8,700.00$ -$ -$ -$ -$ 4,659.40$ 9,318.80$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’EA 5 -$ -$ 4,205.00$ 21,025.00$ -$ -$ -$ -$ 2,223.80$ 11,119.00$ 5b 10.1’-20’EA 2 -$ -$ 4,510.00$ 9,020.00$ -$ -$ -$ -$ 4,447.60$ 8,895.20$ 5c 20.1’-30’EA 2 -$ -$ 4,747.00$ 9,494.00$ -$ -$ -$ -$ 6,671.40$ 13,342.80$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’EA 5 -$ -$ 4,216.00$ 21,080.00$ -$ -$ -$ -$ 2,965.10$ 14,825.50$ City Of Clearwater 2023 Sewer Point Repair and Improvements Group A: Sanitary Sewer Trenchless Reconstruction Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 1 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6b 10.1’-20’EA 2 -$ -$ 4,622.00$ 9,244.00$ -$ -$ -$ -$ 5,930.10$ 11,860.20$ 6c 20.1’-30’EA 2 -$ -$ 4,894.00$ 9,788.00$ -$ -$ -$ -$ 8,895.20$ 17,790.40$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’EA 5 -$ -$ 4,455.00$ 22,275.00$ -$ -$ -$ -$ 3,176.80$ 15,884.00$ 7b 10.1’-20’EA 2 -$ -$ 4,965.00$ 9,930.00$ -$ -$ -$ -$ 6,353.70$ 12,707.40$ 7c 20.1’-30’EA 2 -$ -$ 5,343.00$ 10,686.00$ -$ -$ -$ -$ 9,530.50$ 19,061.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’EA 3 -$ -$ 5,259.00$ 15,777.00$ -$ -$ -$ -$ 3,706.30$ 11,118.90$ 8b 10.1’-20’EA 1 -$ -$ 6,004.00$ 6,004.00$ -$ -$ -$ -$ 7,412.60$ 7,412.60$ 8c 20.1’-30’EA 1 -$ -$ 6,452.00$ 6,452.00$ -$ -$ -$ -$ 11,118.90$ 11,118.90$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’EA 3 -$ -$ 5,662.00$ 16,986.00$ -$ -$ -$ -$ 4,235.80$ 12,707.40$ 9b 10.1’-20’EA 1 -$ -$ 6,597.00$ 6,597.00$ -$ -$ -$ -$ 8,471.60$ 8,471.60$ 9c 20.1’-30’EA 1 -$ -$ 7,235.00$ 7,235.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’EA 3 -$ -$ 5,887.00$ 17,661.00$ -$ -$ -$ -$ 4,447.60$ 13,342.80$ 10b 10.1’-20’EA 1 -$ -$ 6,909.00$ 6,909.00$ -$ -$ -$ -$ 8,895.20$ 8,895.20$ 10c 20.1’-30’EA 1 -$ -$ 7,635.00$ 7,635.00$ -$ -$ -$ -$ 13,342.70$ 13,342.70$ 11 30” Dia. Sanitary Sewer Mains 11a 0’-10’EA 3 -$ -$ 7,967.00$ 23,901.00$ -$ -$ -$ -$ 5,294.70$ 15,884.10$ 11b 10.1’-20’EA 1 -$ -$ 9,410.00$ 9,410.00$ -$ -$ -$ -$ 10,589.50$ 10,589.50$ 11c 20.1’-30’EA 1 -$ -$ 10,556.00$ 10,556.00$ -$ -$ -$ -$ 15,884.20$ 15,884.20$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’EA 3 -$ -$ 8,820.00$ 26,460.00$ -$ -$ -$ -$ 6,353.70$ 19,061.10$ 12b 10.1’-20’EA 1 -$ -$ 11,787.00$ 11,787.00$ -$ -$ -$ -$ 12,707.40$ 12,707.40$ 12c 20.1’-30’EA 1 -$ -$ 13,350.00$ 13,350.00$ -$ -$ -$ -$ 19,061.10$ 19,061.10$ Page 2 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 -$ -$ 5.00$ 1,250.00$ -$ -$ -$ -$ 5.30$ 1,325.00$ 13b > 15” Diameter LF 500 -$ -$ 5.00$ 2,500.00$ -$ -$ -$ -$ 10.60$ 5,300.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 -$ -$ 430.00$ 21,500.00$ -$ -$ -$ -$ 344.20$ 17,210.00$ 15 Open Cut Service Reconnection EA 250 -$ -$ 89.00$ 22,250.00$ -$ -$ -$ -$ 1,959.10$ 489,775.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 -$ -$ 5.00$ 12,500.00$ -$ -$ -$ -$ 3.20$ 8,000.00$ 16b 12”-15” Diameter LF 1,500 -$ -$ 6.00$ 9,000.00$ -$ -$ -$ -$ 5.30$ 7,950.00$ 16c 16”-24” Diameter LF 5,000 -$ -$ 9.00$ 45,000.00$ -$ -$ -$ -$ 9.50$ 47,500.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 -$ -$ 3.00$ 300.00$ -$ -$ -$ -$ 3.20$ 320.00$ 17b 12”-15” Diameter LF 50 -$ -$ 4.00$ 200.00$ -$ -$ -$ -$ 5.30$ 265.00$ 17c 16”-24” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 8.50$ 212.50$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 13.80$ 3,450.00$ 18b 12”-15” Diameter LF 250 -$ -$ 12.00$ 3,000.00$ -$ -$ -$ -$ 15.90$ 3,975.00$ 18c 16”-24” Diameter LF 750 -$ -$ 14.00$ 10,500.00$ -$ -$ -$ -$ 21.20$ 15,900.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 -$ -$ 4.00$ 300.00$ -$ -$ -$ -$ 317.70$ 23,827.50$ 19b 15”-18” Diameter EA 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 1,588.40$ 39,710.00$ 19c 24” Diameter EA 10 -$ -$ 65.00$ 650.00$ -$ -$ -$ -$ 3,706.30$ 37,063.00$ 20 Miscellaneous Items -$ -$ -$ 21 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 0.10 -$ 0.10 -$ 0.10 TOTAL SECTION A = -$ 2,189,061.00$ -$ -$ 2,801,904.90$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 3 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ 264.70$ 2,647.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 -$ -$ 5.25$ 787,500.00$ -$ -$ -$ -$ 3.60$ 540,000.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 8.30$ 207,500.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 14.20$ 355,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 29.60$ 1,480,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 -$ -$ 3.00$ 600.00$ -$ -$ -$ -$ 3.60$ 720.00$ 3b Root Removal - 12”-15” Diameter LF 25 -$ -$ 7.00$ 175.00$ -$ -$ -$ -$ 5.90$ 147.50$ 3c Root Removal - 16”-24” Diameter LF 25 -$ -$ 13.00$ 325.00$ -$ -$ -$ -$ 14.20$ 355.00$ 3d Root Removal - 30”-36” Diameter LF 10 -$ -$ 27.00$ 270.00$ -$ -$ -$ -$ 29.60$ 296.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 -$ -$ 5.00$ 750,000.00$ -$ -$ -$ -$ 4.70$ 705,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 -$ -$ 7.00$ 175,000.00$ -$ -$ -$ -$ 11.80$ 295,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 -$ -$ 11.00$ 275,000.00$ -$ -$ -$ -$ 17.80$ 445,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 -$ -$ 27.00$ 1,350,000.00$ -$ -$ -$ -$ 35.50$ 1,775,000.00$ 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 -$ -$ 6.00$ 1,200.00$ -$ -$ -$ -$ 15.40$ 3,080.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 -$ -$ 8.00$ 1,600.00$ -$ -$ -$ -$ 17.80$ 3,560.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 -$ -$ 11.00$ 2,200.00$ -$ -$ -$ -$ 23.70$ 4,740.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 -$ -$ 22.00$ 4,400.00$ -$ -$ -$ -$ 47.30$ 9,460.00$ 6 Manhole Clean/Jet-vac EA 5,000 -$ -$ 170.00$ 850,000.00$ -$ -$ -$ -$ 59.20$ 296,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 -$ -$ 4,000.00$ 20,000.00$ -$ -$ -$ -$ 295.90$ 1,479.50$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 -$ -$ 2.63$ 1,972,500.00$ -$ -$ -$ -$ 2.70$ 2,025,000.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 -$ -$ 3.00$ 150,000.00$ -$ -$ -$ -$ 3.60$ 180,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 -$ -$ 4.50$ 112,500.00$ -$ -$ -$ -$ 7.10$ 177,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 -$ -$ 7.00$ 350,000.00$ -$ -$ -$ -$ 10.70$ 535,000.00$ 9 Manhole Inspection EA 100 -$ -$ 130.00$ 13,000.00$ -$ -$ -$ -$ 118.40$ 11,840.00$ 10 Smoke Testing LF 10,000 -$ -$ 1.00$ 10,000.00$ -$ -$ -$ -$ 0.90$ 9,000.00$ 11 Dye Testing LF 5,000 -$ -$ 1.00$ 5,000.00$ -$ -$ -$ -$ 1.20$ 6,000.00$ 12 Miscellaneous Items -$ Page 4 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 13 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ TOTAL SECTION B = -$ 8,671,270.00$ -$ -$ 9,069,325.00$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 -$ -$ -$ -$ 5,000.00$ -$ -$ -$ -$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 -$ -$ -$ -$ 4,000.00$ 300,000.00$ -$ -$ -$ -$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 -$ -$ -$ -$ 3,000.00$ 90,000.00$ -$ -$ -$ -$ 3b 15”-18” Diameter DAY 30 -$ -$ -$ -$ 4,200.00$ 126,000.00$ -$ -$ -$ -$ 3c 24” Diameter WK 8 -$ -$ -$ -$ 30,000.00$ 240,000.00$ -$ -$ -$ -$ 3d 30” Diameter WK 8 -$ -$ -$ -$ 36,000.00$ 288,000.00$ -$ -$ -$ -$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 -$ -$ -$ -$ 1,400.00$ 42,000.00$ -$ -$ -$ -$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 -$ -$ -$ -$ 1,400.00$ 28,000.00$ -$ -$ -$ -$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 -$ -$ -$ -$ 1,000.00$ 20,000.00$ -$ -$ -$ -$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 -$ -$ -$ -$ 137.00$ 4,110.00$ -$ -$ -$ -$ 4h Variable Message Board2 EA/DAY 30 -$ -$ -$ -$ 182.00$ 5,460.00$ -$ -$ -$ -$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 -$ -$ -$ -$ 500.00$ 30,000.00$ -$ -$ -$ -$ 4k Sign in Work Zone2 EA/DAY 100 -$ -$ -$ -$ 1.98$ 198.00$ -$ -$ -$ -$ Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in Section IV of the Contract Documents. Page 5 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 4l FDOT Cone2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4m FDOT Channelizing Drum2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 2.28$ 228.00$ -$ -$ -$ -$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 -$ -$ -$ -$ 1.60$ 160.00$ -$ -$ -$ -$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 -$ -$ -$ -$ 110.00$ 275,000.00$ -$ -$ -$ -$ 5b Forman overtime HOUR 500 -$ -$ -$ -$ 120.00$ 60,000.00$ -$ -$ -$ -$ 5c Operator regular time HOUR 4,000 -$ -$ -$ -$ 90.00$ 360,000.00$ -$ -$ -$ -$ 5d Operator overtime HOUR 500 -$ -$ -$ -$ 100.00$ 50,000.00$ -$ -$ -$ -$ 5e Truck Driver regular time HOUR 1,500 -$ -$ -$ -$ 55.00$ 82,500.00$ -$ -$ -$ -$ 5f Truck Driver overtime HOUR 150 -$ -$ -$ -$ 65.00$ 9,750.00$ -$ -$ -$ -$ 5g Pipe Layer regular time HOUR 4,000 -$ -$ -$ -$ 85.00$ 340,000.00$ -$ -$ -$ -$ 5h Pipe Layer overtime HOUR 400 -$ -$ -$ -$ 95.00$ 38,000.00$ -$ -$ -$ -$ 5i Laborer regular time HOUR 4,000 -$ -$ -$ -$ 80.00$ 320,000.00$ -$ -$ -$ -$ 5j Laborer overtime HOUR 550 -$ -$ -$ -$ 90.00$ 49,500.00$ -$ -$ -$ -$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 -$ -$ -$ -$ 55.00$ 165,000.00$ -$ -$ -$ -$ 6b Job truck with tools HOUR 3,500 -$ -$ -$ -$ 60.00$ 210,000.00$ -$ -$ -$ -$ 6c Tractor & Trailer (Transport)HOUR 200 -$ -$ -$ -$ 50.00$ 10,000.00$ -$ -$ -$ -$ 6d Track Hoe (to 100 HP)HOUR 1,100 -$ -$ -$ -$ 120.00$ 132,000.00$ -$ -$ -$ -$ 6e Track Hoe (101 HP to 170 HP)HOUR 500 -$ -$ -$ -$ 140.00$ 70,000.00$ -$ -$ -$ -$ 6f Track Hoe (171 HP and up)HOUR 750 -$ -$ -$ -$ 160.00$ 120,000.00$ -$ -$ -$ -$ 6g Rubber Tired Backhoe HOUR 25 -$ -$ -$ -$ 40.00$ 1,000.00$ -$ -$ -$ -$ 6h Wheel Loader (to 150 HP)HOUR 2,000 -$ -$ -$ -$ 80.00$ 160,000.00$ -$ -$ -$ -$ 6i Wheel Loader (151 HP and up)HOUR 250 -$ -$ -$ -$ 85.00$ 21,250.00$ -$ -$ -$ -$ 6j Track Type Tractors (to 100 HP)HOUR 150 -$ -$ -$ -$ 30.00$ 4,500.00$ -$ -$ -$ -$ 6k Track Type Tractors (101 HP and up)HOUR 25 -$ -$ -$ -$ 32.00$ 800.00$ -$ -$ -$ -$ 6l Dump Truck (Tandem Axle)HOUR 750 -$ -$ -$ -$ 70.00$ 52,500.00$ -$ -$ -$ -$ 6m Plate Tamp HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6n 3” Trash Pump HOUR 250 -$ -$ -$ -$ 15.00$ 3,750.00$ -$ -$ -$ -$ 6o 4” Double Diaphragm Pump HOUR 2,000 -$ -$ -$ -$ 25.00$ 50,000.00$ -$ -$ -$ -$ 6p Air Compressor (125 CFM min.)HOUR 100 -$ -$ -$ -$ 20.00$ 2,000.00$ -$ -$ -$ -$ 6q 4” Jet Pump DAY 25 -$ -$ -$ -$ 20.00$ 500.00$ -$ -$ -$ -$ 6r Emergency Hauling up to 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 6s Emergency Hauling over 2500 gallons HOUR 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ 7a Adjust storm structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7b Underdrains LF 200 -$ -$ -$ -$ 52.50$ 10,500.00$ -$ -$ -$ -$ 7c Build Up type Structures EA 10 -$ -$ -$ -$ 525.00$ 5,250.00$ -$ -$ -$ -$ 7d Precast Type EA 10 -$ -$ -$ -$ 1,050.00$ 10,500.00$ -$ -$ -$ -$ Page 6 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 7e Gabions and Mattresses CY 10 -$ -$ -$ -$ 210.00$ 2,100.00$ -$ -$ -$ -$ 8a Seeding SF 25,000 -$ -$ -$ -$ 0.10$ 2,500.00$ -$ -$ -$ -$ 8b Sodding SF 75,000 -$ -$ -$ -$ 1.00$ 75,000.00$ -$ -$ -$ -$ 8c Tree protection EA 250 -$ -$ -$ -$ 100.00$ 25,000.00$ -$ -$ -$ -$ 8d Tree Removal (<6" Trunk Diameter)EA 5 -$ -$ -$ -$ 753.92$ 3,769.60$ -$ -$ -$ -$ 8e Tree Removal (6"-12" Trunk Diameter)EA 3 -$ -$ -$ -$ 1,960.19$ 5,880.57$ -$ -$ -$ -$ 8f Tree Removal (13"-18" Trunk Diameter)EA 3 -$ -$ -$ -$ 4,825.09$ 14,475.27$ -$ -$ -$ -$ 8g Tree Removal (>18" Trunk Diameter)EA 3 -$ -$ -$ -$ 6,031.36$ 18,094.08$ -$ -$ -$ -$ 9a Full Width Milling (Up to 2")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9b Full Width Milling (2" to 4")SY 5,500 -$ -$ -$ -$ 42.00$ 231,000.00$ -$ -$ -$ -$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 -$ -$ -$ -$ 450.00$ 225,000.00$ -$ -$ -$ -$ 9e Pavement Marking - Crosswalks (Lane)LF 500 -$ -$ -$ -$ 24.00$ 12,000.00$ -$ -$ -$ -$ 9f Pavement Marking - Stop Bars (Lane)EA 200 -$ -$ -$ -$ 156.00$ 31,200.00$ -$ -$ -$ -$ 9g Pavement Marking - School Crossing/RR EA 50 -$ -$ -$ -$ 240.00$ 12,000.00$ -$ -$ -$ -$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 -$ -$ -$ -$ 180.00$ 9,000.00$ -$ -$ -$ -$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 500 -$ -$ -$ -$ 8.40$ 4,200.00$ -$ -$ -$ -$ 9j Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9k Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9l Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 8.40$ 2,100.00$ -$ -$ -$ -$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 -$ -$ -$ -$ 180.00$ 45,000.00$ -$ -$ -$ -$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 -$ -$ -$ -$ 120.00$ 3,000.00$ -$ -$ -$ -$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9p Temporary Pavement Marking - Solid White LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9r Temporary Pavement Marking - Solid Yellow LF 250 -$ -$ -$ -$ 4.80$ 1,200.00$ -$ -$ -$ -$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 -$ -$ -$ -$ 66.00$ 33,000.00$ -$ -$ -$ -$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 -$ -$ -$ -$ 110.40$ 55,200.00$ -$ -$ -$ -$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 -$ -$ -$ -$ 300.00$ 150,000.00$ -$ -$ -$ -$ 9v Remove and Replace Concrete Sidewalk,(4"Min thickness) SF 500 -$ -$ -$ -$ 15.00$ 7,500.00$ -$ -$ -$ -$ 9w Remove and Replace Concrete Sidewalk,(6"Min thickness) SF 500 -$ -$ -$ -$ 25.00$ 12,500.00$ -$ -$ -$ -$ Materials Landscaping/Restoration Page 7 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 9x Remove and Replace Concrete Driveway SY 250 -$ -$ -$ -$ 155.00$ 38,750.00$ -$ -$ -$ -$ 9y 3000 psi Concrete CY 50 -$ -$ -$ -$ 360.00$ 18,000.00$ -$ -$ -$ -$ 9z Off Site Selected Fill CY 1,500 -$ -$ -$ -$ 30.00$ 45,000.00$ -$ -$ -$ -$ 9aa Limerock Base Material TON 1,000 -$ -$ -$ -$ 100.00$ 100,000.00$ -$ -$ -$ -$ 9bb # 57 Washed Stone TON 750 -$ -$ -$ -$ 60.00$ 45,000.00$ -$ -$ -$ -$ 9cc Crushed Concrete Base Material TON 750 -$ -$ -$ -$ 130.00$ 97,500.00$ -$ -$ -$ -$ 9dd Stabilized Subgrade TON 750 -$ -$ -$ -$ 73.62$ 55,215.00$ -$ -$ -$ -$ 9ee Removal of Unsuitable Soil TON 50 -$ -$ -$ -$ 60.00$ 3,000.00$ -$ -$ -$ -$ 9ff Rip Rap TON 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9gg Flowable Fill CY 25 -$ -$ -$ -$ 240.00$ 6,000.00$ -$ -$ -$ -$ 9hh Brick Pavers SY 100 -$ -$ -$ -$ 90.00$ 9,000.00$ -$ -$ -$ -$ 9ii Brick Paver Level Sand CY 10 -$ -$ -$ -$ 36.00$ 360.00$ -$ -$ -$ -$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 -$ -$ -$ -$ 28.60$ 57,200.00$ -$ -$ -$ -$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 300.00$ 75,000.00$ -$ -$ -$ -$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 300.00$ 7,500.00$ -$ -$ -$ -$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 -$ -$ -$ -$ 1,000.00$ 250,000.00$ -$ -$ -$ -$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,300.00$ 32,500.00$ -$ -$ -$ -$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 -$ -$ -$ -$ 1,500.00$ 37,500.00$ -$ -$ -$ -$ 11g Manhole Drop EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11h HDPE Adjustment Ring EA 5 -$ -$ -$ -$ 75.00$ 375.00$ -$ -$ -$ -$ 11i City’s standard manhole ring EA 30 -$ -$ -$ -$ 1,100.00$ 33,000.00$ -$ -$ -$ -$ 11j City’s standard manhole cover EA 30 -$ -$ -$ -$ 550.00$ 16,500.00$ -$ -$ -$ -$ 11k Abatement Inserts (dish/pan)EA 10 -$ -$ -$ -$ 220.00$ 2,200.00$ -$ -$ -$ -$ 11l Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 11m Furnish and install Two-way Cleanouts EA 10 -$ -$ -$ -$ 500.00$ 5,000.00$ -$ -$ -$ -$ 11n Bench/invert Repair - Replacement EA 70 -$ -$ -$ -$ 750.00$ 52,500.00$ -$ -$ -$ -$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 -$ -$ -$ -$ 275.00$ 275,000.00$ -$ -$ -$ -$ 11p Manhole clean/jet-vac EA 40 -$ -$ -$ -$ 150.00$ 6,000.00$ -$ -$ -$ -$ 11q Remove existing liner for 4’ diameter manhole VF 750 -$ -$ -$ -$ 165.00$ 123,750.00$ -$ -$ -$ -$ 11r Remove existing liner for 5’ diameter manhole VF 750 -$ -$ -$ -$ 220.00$ 165,000.00$ -$ -$ -$ -$ 11s Remove existing liner for 6’ diameter manhole VF 750 -$ -$ -$ -$ 260.00$ 195,000.00$ -$ -$ -$ -$ 11t Reset/Adjust Frame and Cover EA 25 -$ -$ -$ -$ 500.00$ 12,500.00$ -$ -$ -$ -$ Page 8 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 11u Replace Frame and Cover EA 250 -$ -$ -$ -$ 1,500.00$ 375,000.00$ -$ -$ -$ -$ 11v Seal manhole frame to corbel connection EA 250 -$ -$ -$ -$ 225.00$ 56,250.00$ -$ -$ -$ -$ 11w Rear easement access EA 30 -$ -$ -$ -$ 1,500.00$ 45,000.00$ -$ -$ -$ -$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 -$ -$ -$ -$ 195.00$ 97,500.00$ -$ -$ -$ -$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 -$ -$ -$ -$ 245.00$ 73,500.00$ -$ -$ -$ -$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 -$ -$ -$ -$ 310.00$ 62,000.00$ -$ -$ -$ -$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 295.00$ 442,500.00$ -$ -$ -$ -$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 400.00$ 600,000.00$ -$ -$ -$ -$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 368.75$ 553,125.00$ -$ -$ -$ -$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 -$ -$ -$ -$ 375.00$ 562,500.00$ -$ -$ -$ -$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 -$ -$ -$ -$ 500.00$ 750,000.00$ -$ -$ -$ -$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 15c More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 15c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 15d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ Grout Fill and Abandon Main 17a 2"-6"LF 7,500 -$ -$ -$ -$ 15.00$ 112,500.00$ -$ -$ -$ -$ 17b 8"-12"LF 7,500 -$ -$ -$ -$ 16.00$ 120,000.00$ -$ -$ -$ -$ 17c 16"-24"LF 5,000 -$ -$ -$ -$ 20.00$ 100,000.00$ -$ -$ -$ -$ 17d >30"LF 5,000 -$ -$ -$ -$ 50.00$ 250,000.00$ -$ -$ -$ -$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6"LF 5,000 -$ -$ -$ -$ 22.10$ 110,500.00$ -$ -$ -$ -$ 18b 8"-12"LF 5,000 -$ -$ -$ -$ 29.46$ 147,300.00$ -$ -$ -$ -$ 18c 16"-24"LF 2,000 -$ -$ -$ -$ 44.20$ 88,400.00$ -$ -$ -$ -$ 18d >30"LF 500 -$ -$ -$ -$ 58.92$ 29,460.00$ -$ -$ -$ -$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, and Associated Restraints) Page 9 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 544.50$ 2,722.50$ -$ -$ -$ -$ 19b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 907.50$ 4,537.50$ -$ -$ -$ -$ 19c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,255.98$ 6,279.90$ -$ -$ -$ -$ 19d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,254.80$ 11,274.00$ -$ -$ -$ -$ 19e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 544.50$ 13,612.50$ -$ -$ -$ -$ 19f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 914.76$ 22,869.00$ -$ -$ -$ -$ 19g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 3,305.18$ 16,525.90$ -$ -$ -$ -$ 19i 8” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 551.76$ 551,760.00$ -$ -$ -$ -$ 19j 8” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 965.58$ 965,580.00$ -$ -$ -$ -$ 19k 8” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,314.06$ 657,030.00$ -$ -$ -$ -$ 19l 8” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,261.62$ 1,130,810.00$ -$ -$ -$ -$ 19m 10” diameter (0' to 5')LF 1,000 -$ -$ -$ -$ 559.02$ 559,020.00$ -$ -$ -$ -$ 19n 10” diameter (5.1' to 10')LF 1,000 -$ -$ -$ -$ 972.84$ 972,840.00$ -$ -$ -$ -$ 19o 10” diameter (10.1' to 15')LF 500 -$ -$ -$ -$ 1,277.76$ 638,880.00$ -$ -$ -$ -$ 19p 10” diameter (15.1' to 20')LF 500 -$ -$ -$ -$ 2,268.88$ 1,134,440.00$ -$ -$ -$ -$ 19q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 573.54$ 286,770.00$ -$ -$ -$ -$ 19r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 936.54$ 468,270.00$ -$ -$ -$ -$ 19s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,285.02$ 321,255.00$ -$ -$ -$ -$ 19t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 2,082.80$ 208,280.00$ -$ -$ -$ -$ 19u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 595.32$ 2,976.60$ -$ -$ -$ -$ 19v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 965.58$ 4,827.90$ -$ -$ -$ -$ 19w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,306.80$ 6,534.00$ -$ -$ -$ -$ 19x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,305.00$ 11,525.00$ -$ -$ -$ -$ 19y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 776.82$ 3,884.10$ -$ -$ -$ -$ 19z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 980.10$ 4,900.50$ -$ -$ -$ -$ 19aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,319.70$ 11,598.50$ -$ -$ -$ -$ 19cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 653.40$ 3,267.00$ -$ -$ -$ -$ 19dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,016.40$ 5,082.00$ -$ -$ -$ -$ 19ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,364.88$ 6,824.40$ -$ -$ -$ -$ 19ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,363.26$ 11,816.30$ -$ -$ -$ -$ 19gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 784.08$ 3,920.40$ -$ -$ -$ -$ 19hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,183.38$ 5,916.90$ -$ -$ -$ -$ 19ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,575.42$ 7,877.10$ -$ -$ -$ -$ 19jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,675.44$ 13,377.20$ -$ -$ -$ -$ 19kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 929.28$ 4,646.40$ -$ -$ -$ -$ 19ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,328.58$ 6,642.90$ -$ -$ -$ -$ 19mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,720.62$ 8,603.10$ -$ -$ -$ -$ 19nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,813.88$ 14,069.40$ -$ -$ -$ -$ 19oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 1,081.74$ 5,408.70$ -$ -$ -$ -$ 19pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,481.04$ 7,405.20$ -$ -$ -$ -$ Page 10 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 19qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,873.08$ 9,365.40$ -$ -$ -$ -$ 19rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,719.00$ 13,595.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 20b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 20c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 20d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,061.50$ 5,307.50$ -$ -$ -$ -$ 20e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 20f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 20g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 20j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 20k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 20l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 20m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 20n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 20o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 20p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 20q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 20r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 20s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 20t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 20u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 20v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 20w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 20x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 20y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 20z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 20aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 20cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ 20dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 20ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 20ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 20gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 20hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 20ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 20jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 20kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 20ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 20mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ Page 11 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 20nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 20oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 20pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 20qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 20rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 831.88$ 4,159.40$ -$ -$ -$ -$ 21c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,151.32$ 5,756.60$ -$ -$ -$ -$ 21d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,899.83$ 9,499.15$ -$ -$ -$ -$ 21e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 499.13$ 12,478.25$ -$ -$ -$ -$ 21f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 838.53$ 20,963.25$ -$ -$ -$ -$ 21g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 505.78$ 25,289.00$ -$ -$ -$ -$ 21j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 885.12$ 44,256.00$ -$ -$ -$ -$ 21k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,204.56$ 12,045.60$ -$ -$ -$ -$ 21l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,906.49$ 19,064.90$ -$ -$ -$ -$ 21m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 512.44$ 51,244.00$ -$ -$ -$ -$ 21n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 891.77$ 89,177.00$ -$ -$ -$ -$ 21o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,171.28$ 5,856.40$ -$ -$ -$ -$ 21p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,913.14$ 9,565.70$ -$ -$ -$ -$ 21q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 525.75$ 262,875.00$ -$ -$ -$ -$ 21r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 858.50$ 429,250.00$ -$ -$ -$ -$ 21s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,177.94$ 294,485.00$ -$ -$ -$ -$ 21t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,826.45$ 182,645.00$ -$ -$ -$ -$ 21u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 545.71$ 2,728.55$ -$ -$ -$ -$ 21v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 885.12$ 4,425.60$ -$ -$ -$ -$ 21w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,197.90$ 5,989.50$ -$ -$ -$ -$ 21x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,946.42$ 9,732.10$ -$ -$ -$ -$ 21y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 712.09$ 3,560.45$ -$ -$ -$ -$ 21z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 21aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,959.73$ 9,798.65$ -$ -$ -$ -$ 21cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 598.95$ 2,994.75$ -$ -$ -$ -$ 21dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 931.70$ 4,658.50$ -$ -$ -$ -$ 21ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,251.14$ 6,255.70$ -$ -$ -$ -$ 21ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,999.66$ 9,998.30$ -$ -$ -$ -$ 21gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 718.74$ 3,593.70$ -$ -$ -$ -$ 21hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,084.77$ 5,423.85$ -$ -$ -$ -$ 21ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,444.14$ 7,220.70$ -$ -$ -$ -$ Page 12 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 21jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,285.82$ 11,429.10$ -$ -$ -$ -$ 21kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 851.84$ 4,259.20$ -$ -$ -$ -$ 21ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,217.87$ 6,089.35$ -$ -$ -$ -$ 21mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,577.24$ 7,886.20$ -$ -$ -$ -$ 21nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,412.27$ 12,061.35$ -$ -$ -$ -$ 21oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 21pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 21qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 21rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,325.75$ 11,628.75$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints)22a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 559.02$ 2,795.10$ -$ -$ -$ -$ 22b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 891.77$ 4,458.85$ -$ -$ -$ -$ 22c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,157.97$ 5,789.85$ -$ -$ -$ -$ 22d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,859.90$ 9,299.50$ -$ -$ -$ -$ 22e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 545.71$ 13,642.75$ -$ -$ -$ -$ 22f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 878.46$ 21,961.50$ -$ -$ -$ -$ 22g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,191.25$ 5,956.25$ -$ -$ -$ -$ 22h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,919.80$ 9,599.00$ -$ -$ -$ -$ 22i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 565.68$ 28,284.00$ -$ -$ -$ -$ 22j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 898.43$ 44,921.50$ -$ -$ -$ -$ 22k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 1,177.94$ 11,779.40$ -$ -$ -$ -$ 22l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,966.38$ 19,663.80$ -$ -$ -$ -$ 22m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 752.02$ 75,202.00$ -$ -$ -$ -$ 22n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 785.29$ 78,529.00$ -$ -$ -$ -$ 22o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,237.83$ 6,189.15$ -$ -$ -$ -$ 22p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,986.35$ 9,931.75$ -$ -$ -$ -$ 22q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 605.61$ 302,805.00$ -$ -$ -$ -$ 22r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 938.36$ 469,180.00$ -$ -$ -$ -$ 22s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 1,104.73$ 276,182.50$ -$ -$ -$ -$ 22t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,796.31$ 179,631.00$ -$ -$ -$ -$ 22u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 632.23$ 3,161.15$ -$ -$ -$ -$ 22v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 964.98$ 4,824.90$ -$ -$ -$ -$ 22w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,277.76$ 6,388.80$ -$ -$ -$ -$ 22x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,032.93$ 10,164.65$ -$ -$ -$ -$ 22y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 678.81$ 3,394.05$ -$ -$ -$ -$ 22z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 798.60$ 3,993.00$ -$ -$ -$ -$ 22aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 838.53$ 4,192.65$ -$ -$ -$ -$ 22bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,072.86$ 10,364.30$ -$ -$ -$ -$ 22cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 692.12$ 3,460.60$ -$ -$ -$ -$ 22dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,024.87$ 5,124.35$ -$ -$ -$ -$ 22ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,331.00$ 6,655.00$ -$ -$ -$ -$ 22ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,092.83$ 10,464.15$ -$ -$ -$ -$ Page 13 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 22gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 811.91$ 4,059.55$ -$ -$ -$ -$ 22hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,177.94$ 5,889.70$ -$ -$ -$ -$ 22ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,537.31$ 7,686.55$ -$ -$ -$ -$ 22jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,378.99$ 11,894.95$ -$ -$ -$ -$ 22kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 898.43$ 4,492.15$ -$ -$ -$ -$ 22ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,264.45$ 6,322.25$ -$ -$ -$ -$ 22mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,623.82$ 8,119.10$ -$ -$ -$ -$ 22nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,465.51$ 12,327.55$ -$ -$ -$ -$ 22oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 991.60$ 4,958.00$ -$ -$ -$ -$ 22pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 1,357.62$ 6,788.10$ -$ -$ -$ -$ 22qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 1,716.99$ 8,584.95$ -$ -$ -$ -$ 22rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 2,558.68$ 12,793.40$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5')LF 5 -$ -$ -$ -$ 206.25$ 1,031.25$ -$ -$ -$ -$ 23b 4” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 343.75$ 1,718.75$ -$ -$ -$ -$ 23c 4” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 475.75$ 2,378.75$ -$ -$ -$ -$ 23d 4” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,111.50$ 5,557.50$ -$ -$ -$ -$ 23e 6” diameter (0' to 5')LF 25 -$ -$ -$ -$ 206.25$ 5,156.25$ -$ -$ -$ -$ 23f 6” diameter (5.1' to 10')LF 25 -$ -$ -$ -$ 346.50$ 8,662.50$ -$ -$ -$ -$ 23g 6” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23h 6” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23i 8” diameter (0' to 5')LF 50 -$ -$ -$ -$ 209.00$ 10,450.00$ -$ -$ -$ -$ 23j 8” diameter (5.1' to 10')LF 50 -$ -$ -$ -$ 365.75$ 18,287.50$ -$ -$ -$ -$ 23k 8” diameter (10.1' to 15')LF 10 -$ -$ -$ -$ 497.75$ 4,977.50$ -$ -$ -$ -$ 23l 8” diameter (15.1' to 20')LF 10 -$ -$ -$ -$ 1,114.25$ 11,142.50$ -$ -$ -$ -$ 23m 10” diameter (0' to 5')LF 100 -$ -$ -$ -$ 211.75$ 21,175.00$ -$ -$ -$ -$ 23n 10” diameter (5.1' to 10')LF 100 -$ -$ -$ -$ 368.50$ 36,850.00$ -$ -$ -$ -$ 23o 10” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 484.00$ 2,420.00$ -$ -$ -$ -$ 23p 10” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,117.00$ 5,585.00$ -$ -$ -$ -$ 23q 12” diameter (0' to 5')LF 500 -$ -$ -$ -$ 217.25$ 108,625.00$ -$ -$ -$ -$ 23r 12” diameter (5.1' to 10')LF 500 -$ -$ -$ -$ 354.75$ 177,375.00$ -$ -$ -$ -$ 23s 12” diameter (10.1' to 15')LF 250 -$ -$ -$ -$ 486.75$ 121,687.50$ -$ -$ -$ -$ 23t 12” diameter (15.1' to 20')LF 100 -$ -$ -$ -$ 1,122.00$ 112,200.00$ -$ -$ -$ -$ 23u 14”/15" diameter (0' to 5')LF 5 -$ -$ -$ -$ 225.50$ 1,127.50$ -$ -$ -$ -$ 23v 14”/15" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 365.75$ 1,828.75$ -$ -$ -$ -$ 23w 14”/15" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 495.00$ 2,475.00$ -$ -$ -$ -$ 23x 14”/15" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,130.75$ 5,653.75$ -$ -$ -$ -$ 23y 16”/18" diameter (0' to 5')LF 5 -$ -$ -$ -$ 294.25$ 1,471.25$ -$ -$ -$ -$ 23z 16”/18" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 371.25$ 1,856.25$ -$ -$ -$ -$ 23aa 16”/18" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23bb 16”/18" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,136.25$ 5,681.25$ -$ -$ -$ -$ 23cc 20”/21" diameter (0' to 5')LF 5 -$ -$ -$ -$ 247.50$ 1,237.50$ -$ -$ -$ -$ Page 14 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 23dd 20”/21" diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 385.00$ 1,925.00$ -$ -$ -$ -$ 23ee 20”/21" diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 517.00$ 2,585.00$ -$ -$ -$ -$ 23ff 20”/21" diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,152.75$ 5,763.75$ -$ -$ -$ -$ 23gg 24” diameter (0' to 5')LF 5 -$ -$ -$ -$ 297.00$ 1,485.00$ -$ -$ -$ -$ 23hh 24” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 448.25$ 2,241.25$ -$ -$ -$ -$ 23ii 24” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 596.75$ 2,983.75$ -$ -$ -$ -$ 23jj 24” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,271.00$ 6,355.00$ -$ -$ -$ -$ 23kk 30” diameter (0' to 5')LF 5 -$ -$ -$ -$ 352.00$ 1,760.00$ -$ -$ -$ -$ 23ll 30” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 503.25$ 2,516.25$ -$ -$ -$ -$ 23mm 30” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 651.75$ 3,258.75$ -$ -$ -$ -$ 23nn 30” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,323.25$ 6,616.25$ -$ -$ -$ -$ 23oo 36” diameter (0' to 5')LF 5 -$ -$ -$ -$ 409.75$ 2,048.75$ -$ -$ -$ -$ 23pp 36” diameter (5.1' to 10')LF 5 -$ -$ -$ -$ 561.00$ 2,805.00$ -$ -$ -$ -$ 23qq 36” diameter (10.1' to 15')LF 5 -$ -$ -$ -$ 709.50$ 3,547.50$ -$ -$ -$ -$ 23rr 36” diameter (15.1' to 20')LF 5 -$ -$ -$ -$ 1,287.50$ 6,437.50$ -$ -$ -$ -$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 115.50$ 115,500.00$ -$ -$ -$ -$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 137.50$ 137,500.00$ -$ -$ -$ -$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 154.00$ 154,000.00$ -$ -$ -$ -$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 181.50$ 90,750.00$ -$ -$ -$ -$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 203.50$ 203,500.00$ -$ -$ -$ -$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 293.70$ 293,700.00$ -$ -$ -$ -$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 -$ -$ -$ -$ 319.00$ 319,000.00$ -$ -$ -$ -$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 390.50$ 195,250.00$ -$ -$ -$ -$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 -$ -$ -$ -$ 577.50$ 288,750.00$ -$ -$ -$ -$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 -$ -$ -$ -$ 165.00$ 330,000.00$ -$ -$ -$ -$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 -$ -$ -$ -$ 192.50$ 96,250.00$ -$ -$ -$ -$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 220.00$ 220,000.00$ -$ -$ -$ -$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 258.50$ 25,850.00$ -$ -$ -$ -$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 286.00$ 286,000.00$ -$ -$ -$ -$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 -$ -$ -$ -$ 357.50$ 35,750.00$ -$ -$ -$ -$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 -$ -$ -$ -$ 412.50$ 412,500.00$ -$ -$ -$ -$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 -$ -$ -$ -$ 605.00$ 151,250.00$ -$ -$ -$ -$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 -$ -$ -$ -$ 715.00$ 143,000.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 -$ -$ -$ -$ 70,369.19$ 211,107.57$ -$ -$ -$ -$ 26b 6" diameter TON 3.00 -$ -$ -$ -$ 66,603.92$ 199,811.76$ -$ -$ -$ -$ 26c 8" diameter TON 3.00 -$ -$ -$ -$ 69,164.10$ 207,492.30$ -$ -$ -$ -$ 26d 10" diameter TON 3.00 -$ -$ -$ -$ 66,709.94$ 200,129.82$ -$ -$ -$ -$ 26e 12" diameter TON 3.00 -$ -$ -$ -$ 61,378.55$ 184,135.65$ -$ -$ -$ -$ Page 15 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 26f 14" diameter TON 3.00 -$ -$ -$ -$ 57,227.88$ 171,683.64$ -$ -$ -$ -$ 26g 16" diameter TON 3.00 -$ -$ -$ -$ 56,921.49$ 170,764.47$ -$ -$ -$ -$ 26h 18" diameter TON 3.00 -$ -$ -$ -$ 49,693.96$ 149,081.88$ -$ -$ -$ -$ 26i 20" diameter TON 3.00 -$ -$ -$ -$ 51,244.87$ 153,734.61$ -$ -$ -$ -$ 26j 24" diameter TON 3.00 -$ -$ -$ -$ 53,209.95$ 159,629.85$ -$ -$ -$ -$ 26k 30" diameter TON 3.00 -$ -$ -$ -$ 47,866.34$ 143,599.02$ -$ -$ -$ -$ 26l 36" diameter TON 3.00 -$ -$ -$ -$ 51,028.19$ 153,084.57$ -$ -$ -$ -$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 -$ -$ -$ -$ 572.00$ 28,600.00$ -$ -$ -$ -$ 27b 6” diameter LF 50 -$ -$ -$ -$ 577.50$ 28,875.00$ -$ -$ -$ -$ 27c 8” diameter LF 50 -$ -$ -$ -$ 610.50$ 30,525.00$ -$ -$ -$ -$ 27d 10” diameter LF 50 -$ -$ -$ -$ 616.00$ 30,800.00$ -$ -$ -$ -$ 27e 12” diameter LF 50 -$ -$ -$ -$ 594.00$ 29,700.00$ -$ -$ -$ -$ 27f 14” diameter LF 10 -$ -$ -$ -$ 610.50$ 6,105.00$ -$ -$ -$ -$ 27g 18” diameter LF 10 -$ -$ -$ -$ 616.00$ 6,160.00$ -$ -$ -$ -$ 27h 20” diameter LF 10 -$ -$ -$ -$ 643.50$ 6,435.00$ -$ -$ -$ -$ 27i 24” diameter LF 10 -$ -$ -$ -$ 748.00$ 7,480.00$ -$ -$ -$ -$ 27j 30” diameter LF 10 -$ -$ -$ -$ 836.00$ 8,360.00$ -$ -$ -$ -$ 27k 36” diameter LF 10 -$ -$ -$ -$ 935.00$ 9,350.00$ -$ -$ -$ -$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 -$ -$ -$ -$ 605.00$ 6,050.00$ -$ -$ -$ -$ 28b 6” diameter LF 25 -$ -$ -$ -$ 616.00$ 15,400.00$ -$ -$ -$ -$ 28c 8” diameter LF 50 -$ -$ -$ -$ 621.50$ 31,075.00$ -$ -$ -$ -$ 28d 10” diameter LF 10 -$ -$ -$ -$ 632.50$ 6,325.00$ -$ -$ -$ -$ 28e 12” diameter LF 10 -$ -$ -$ -$ 649.00$ 6,490.00$ -$ -$ -$ -$ 28f 14” diameter LF 5 -$ -$ -$ -$ 665.50$ 3,327.50$ -$ -$ -$ -$ 28g 18” diameter LF 5 -$ -$ -$ -$ 693.00$ 3,465.00$ -$ -$ -$ -$ 28h 20” diameter LF 5 -$ -$ -$ -$ 704.00$ 3,520.00$ -$ -$ -$ -$ 28i 24” diameter LF 5 -$ -$ -$ -$ 814.00$ 4,070.00$ -$ -$ -$ -$ 28j 30” diameter LF 5 -$ -$ -$ -$ 869.00$ 4,345.00$ -$ -$ -$ -$ 28k 36” diameter LF 5 -$ -$ -$ -$ 935.00$ 4,675.00$ -$ -$ -$ -$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 -$ -$ -$ -$ 155.00$ 1,550.00$ -$ -$ -$ -$ 29b 6” diameter LF 25 -$ -$ -$ -$ 155.00$ 3,875.00$ -$ -$ -$ -$ 29c 8” diameter LF 50 -$ -$ -$ -$ 157.00$ 7,850.00$ -$ -$ -$ -$ 29d 10” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29e 12” diameter LF 10 -$ -$ -$ -$ 257.00$ 2,570.00$ -$ -$ -$ -$ 29f 14” diameter LF 5 -$ -$ -$ -$ 257.00$ 1,285.00$ -$ -$ -$ -$ 29g 18” diameter LF 5 -$ -$ -$ -$ 260.00$ 1,300.00$ -$ -$ -$ -$ 29h 20” diameter LF 5 -$ -$ -$ -$ 262.00$ 1,310.00$ -$ -$ -$ -$ 29i 24” diameter LF 5 -$ -$ -$ -$ 267.00$ 1,335.00$ -$ -$ -$ -$ Page 16 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 29j 30” diameter LF 5 -$ -$ -$ -$ 272.00$ 1,360.00$ -$ -$ -$ -$ 29k 36” diameter LF 5 -$ -$ -$ -$ 284.00$ 1,420.00$ -$ -$ -$ -$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 -$ -$ -$ -$ 36,846.77$ 36,846.77$ -$ -$ -$ -$ 30b 6" diameter TON 1.00 -$ -$ -$ -$ 34,442.05$ 34,442.05$ -$ -$ -$ -$ 30c 8" diameter TON 1.00 -$ -$ -$ -$ 19,784.00$ 19,784.00$ -$ -$ -$ -$ 30d 10" diameter TON 1.00 -$ -$ -$ -$ 38,069.17$ 38,069.17$ -$ -$ -$ -$ 30e 12" diameter TON 1.00 -$ -$ -$ -$ 34,600.46$ 34,600.46$ -$ -$ -$ -$ 30f 14" diameter TON 1.00 -$ -$ -$ -$ 35,044.48$ 35,044.48$ -$ -$ -$ -$ 30g 16" diameter TON 1.00 -$ -$ -$ -$ 35,213.94$ 35,213.94$ -$ -$ -$ -$ 30h 18" diameter TON 1.00 -$ -$ -$ -$ 33,396.93$ 33,396.93$ -$ -$ -$ -$ 30i 20" diameter TON 1.00 -$ -$ -$ -$ 33,931.25$ 33,931.25$ -$ -$ -$ -$ 30j 24" diameter TON 1.00 -$ -$ -$ -$ 36,534.09$ 36,534.09$ -$ -$ -$ -$ 30k 30" diameter TON 1.00 -$ -$ -$ -$ 34,145.96$ 34,145.96$ -$ -$ -$ -$ 30l 36" diameter TON 1.00 -$ -$ -$ -$ 36,701.11$ 36,701.11$ -$ -$ -$ -$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31b 15" ID LF 5 -$ -$ -$ -$ 93.50$ 467.50$ -$ -$ -$ -$ 31c 18" ID LF 5 -$ -$ -$ -$ 99.00$ 495.00$ -$ -$ -$ -$ 31d 21" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31e 24" ID LF 5 -$ -$ -$ -$ 236.50$ 1,182.50$ -$ -$ -$ -$ 31f 27" ID LF 5 -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ -$ -$ 31g 30" ID LF 5 -$ -$ -$ -$ 1,650.00$ 8,250.00$ -$ -$ -$ -$ 31h 36" ID LF 5 -$ -$ -$ -$ 1,677.50$ 8,387.50$ -$ -$ -$ -$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4”EA 200 -$ -$ -$ -$ 1,657.69$ 331,538.00$ -$ -$ -$ -$ 32b 6”EA 250 -$ -$ -$ -$ 2,376.92$ 594,230.00$ -$ -$ -$ -$ 32c 8”EA 500 -$ -$ -$ -$ 3,724.16$ 1,862,080.00$ -$ -$ -$ -$ 32d 10” EA 100 -$ -$ -$ -$ 6,391.95$ 639,195.00$ -$ -$ -$ -$ 32e 12” EA 50 -$ -$ -$ -$ 7,892.95$ 394,647.50$ -$ -$ -$ -$ 32f 14” EA 10 -$ -$ -$ -$ 14,396.03$ 143,960.30$ -$ -$ -$ -$ 32g 18”EA 5 -$ -$ -$ -$ 23,689.09$ 118,445.45$ -$ -$ -$ -$ 32h 20” EA 5 -$ -$ -$ -$ 31,872.22$ 159,361.10$ -$ -$ -$ -$ Gate Valves with Valve Box 33a 4”EA 200 -$ -$ -$ -$ 2,073.39$ 414,678.00$ -$ -$ -$ -$ 33b 6”EA 250 -$ -$ -$ -$ 2,531.31$ 632,827.50$ -$ -$ -$ -$ 33c 8”EA 500 -$ -$ -$ -$ 3,299.50$ 1,649,750.00$ -$ -$ -$ -$ 33d 10” EA 100 -$ -$ -$ -$ 5,836.10$ 583,610.00$ -$ -$ -$ -$ 33e 12” EA 50 -$ -$ -$ -$ 7,120.80$ 356,040.00$ -$ -$ -$ -$ 33f 14” EA 10 -$ -$ -$ -$ 18,030.92$ 180,309.20$ -$ -$ -$ -$ 33g 18”EA 5 -$ -$ -$ -$ 38,357.81$ 191,789.05$ -$ -$ -$ -$ Page 17 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 33h 20” EA 5 -$ -$ -$ -$ 40,614.36$ 203,071.80$ -$ -$ -$ -$ 33i 24"EA 5 -$ -$ -$ -$ 53,348.43$ 266,742.15$ -$ -$ -$ -$ 33j Valve Box Only EA 50 -$ -$ -$ -$ 425.61$ 21,280.50$ -$ -$ -$ -$ Tapping Sleeves and Tapping Valves 34a 4”EA 25 -$ -$ -$ -$ 6,578.70$ 164,467.50$ -$ -$ -$ -$ 34b 6”EA 50 -$ -$ -$ -$ 7,915.06$ 395,753.00$ -$ -$ -$ -$ 34c 8”EA 50 -$ -$ -$ -$ 10,299.70$ 514,985.00$ -$ -$ -$ -$ 34d 10” EA 10 -$ -$ -$ -$ 17,814.56$ 178,145.60$ -$ -$ -$ -$ 34e 12” EA 25 -$ -$ -$ -$ 22,313.71$ 557,842.75$ -$ -$ -$ -$ 34f 14” EA 5 -$ -$ -$ -$ 49,373.59$ 246,867.95$ -$ -$ -$ -$ 34g 18”EA 5 -$ -$ -$ -$ 81,146.53$ 405,732.65$ -$ -$ -$ -$ 34h 20” EA 5 -$ -$ -$ -$ 94,362.42$ 471,812.10$ -$ -$ -$ -$ Linestops 35a 4”EA 10 -$ -$ -$ -$ 6,726.94$ 67,269.40$ -$ -$ -$ -$ 35b 6”EA 10 -$ -$ -$ -$ 7,143.33$ 71,433.30$ -$ -$ -$ -$ 35c 8”EA 10 -$ -$ -$ -$ 8,195.65$ 81,956.50$ -$ -$ -$ -$ 35d 10” EA 10 -$ -$ -$ -$ 11,003.39$ 110,033.90$ -$ -$ -$ -$ 35e 12” EA 10 -$ -$ -$ -$ 11,466.23$ 114,662.30$ -$ -$ -$ -$ 35f 14” EA 5 -$ -$ -$ -$ 14,685.39$ 73,426.95$ -$ -$ -$ -$ 35g 18”EA 5 -$ -$ -$ -$ 18,840.75$ 94,203.75$ -$ -$ -$ -$ 35h 20” EA 5 -$ -$ -$ -$ 19,894.11$ 99,470.55$ -$ -$ -$ -$ Repair Clamp 36a 4”EA 15 -$ -$ -$ -$ 1,406.64$ 21,099.60$ -$ -$ -$ -$ 36b 6”EA 15 -$ -$ -$ -$ 1,652.47$ 24,787.05$ -$ -$ -$ -$ 36c 8”EA 15 -$ -$ -$ -$ 2,007.52$ 30,112.80$ -$ -$ -$ -$ 36d 10” EA 15 -$ -$ -$ -$ 2,766.28$ 41,494.20$ -$ -$ -$ -$ 36e 12” EA 15 -$ -$ -$ -$ 3,255.81$ 48,837.15$ -$ -$ -$ -$ 36f 14” EA 5 -$ -$ -$ -$ 3,574.79$ 17,873.95$ -$ -$ -$ -$ 36g 18”EA 5 -$ -$ -$ -$ 4,168.84$ 20,844.20$ -$ -$ -$ -$ 36h 20” EA 5 -$ -$ -$ -$ 5,440.82$ 27,204.10$ -$ -$ -$ -$ 36i 24"EA 5 -$ -$ -$ -$ 5,715.17$ 28,575.85$ -$ -$ -$ -$ 36j 30"EA 5 -$ -$ -$ -$ 8,167.66$ 40,838.30$ -$ -$ -$ -$ 36k 36"EA 5 -$ -$ -$ -$ 8,579.19$ 42,895.95$ -$ -$ -$ -$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4")EA 20 -$ -$ -$ -$ 9,820.19$ 196,403.80$ -$ -$ -$ -$ 37b Fire Hydrant Assembly Without Valve (5-1/4")EA 10 -$ -$ -$ -$ 7,852.10$ 78,521.00$ -$ -$ -$ -$ Service Saddles (Water and RCW Only) 38a 4”EA 100 -$ -$ -$ -$ 189.00$ 18,900.00$ -$ -$ -$ -$ 38b 6”EA 150 -$ -$ -$ -$ 199.50$ 29,925.00$ -$ -$ -$ -$ 38c 8”EA 200 -$ -$ -$ -$ 241.50$ 48,300.00$ -$ -$ -$ -$ 38d 10” EA 50 -$ -$ -$ -$ 273.00$ 13,650.00$ -$ -$ -$ -$ 38e 12” EA 25 -$ -$ -$ -$ 283.50$ 7,087.50$ -$ -$ -$ -$ Page 18 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 38f 14” EA 5 -$ -$ -$ -$ 315.00$ 1,575.00$ -$ -$ -$ -$ 38g 18”EA 5 -$ -$ -$ -$ 430.50$ 2,152.50$ -$ -$ -$ -$ 38h 20” EA 5 -$ -$ -$ -$ 483.00$ 2,415.00$ -$ -$ -$ -$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 70.75$ 70,750.00$ -$ -$ -$ -$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 96.00$ 96,000.00$ -$ -$ -$ -$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 118.00$ 118,000.00$ -$ -$ -$ -$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 -$ -$ -$ -$ 135.00$ 67,500.00$ -$ -$ -$ -$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 191.00$ 191,000.00$ -$ -$ -$ -$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 287.00$ 287,000.00$ -$ -$ -$ -$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 370.00$ 370,000.00$ -$ -$ -$ -$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 500.00$ 500,000.00$ -$ -$ -$ -$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 550.00$ 550,000.00$ -$ -$ -$ -$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 -$ -$ -$ -$ 781.00$ 781,000.00$ -$ -$ -$ -$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 49.21$ 49,210.00$ -$ -$ -$ -$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 71.87$ 71,870.00$ -$ -$ -$ -$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 113.25$ 113,250.00$ -$ -$ -$ -$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 -$ -$ -$ -$ 165.07$ 82,535.00$ -$ -$ -$ -$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 235.08$ 235,080.00$ -$ -$ -$ -$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 521.51$ 521,510.00$ -$ -$ -$ -$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 863.13$ 863,130.00$ -$ -$ -$ -$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 1,201.81$ 1,201,810.00$ -$ -$ -$ -$ Page 19 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 -$ -$ -$ -$ 0.01$ 10.00$ -$ -$ -$ -$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 131.25$ 26,250.00$ -$ -$ -$ -$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 -$ -$ -$ -$ 270.38$ 54,076.00$ -$ -$ -$ -$ 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 -$ -$ -$ -$ 273.00$ 27,300.00$ -$ -$ -$ -$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 278.25$ 139,125.00$ -$ -$ -$ -$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 -$ -$ -$ -$ 283.50$ 141,750.00$ -$ -$ -$ -$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 294.00$ 73,500.00$ -$ -$ -$ -$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 328.13$ 82,032.50$ -$ -$ -$ -$ 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 354.38$ 88,595.00$ -$ -$ -$ -$ 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 -$ -$ -$ -$ 399.00$ 99,750.00$ -$ -$ -$ -$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 57,544,063.57$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION C = D. Sanitary Cleanouts and Laterals Page 20 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ 4,000.00$ 40,000.00$ -$ -$ -$ -$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 -$ -$ -$ -$ 500.00$ 250,000.00$ -$ -$ -$ -$ 3 Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.)3a Up to 5' deep LF 800 -$ -$ -$ -$ 660.00$ 528,000.00$ -$ -$ -$ -$ 3b More than 5' and up to 10' deep LF 500 -$ -$ -$ -$ 770.00$ 385,000.00$ -$ -$ -$ -$ 3c More than 10' and up to 15' deep LF 300 -$ -$ -$ -$ 880.00$ 264,000.00$ -$ -$ -$ -$ 3d More than 15' and up to 20' deep LF 200 -$ -$ -$ -$ 1,650.00$ 330,000.00$ -$ -$ -$ -$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 -$ -$ -$ -$ 225.00$ 112,500.00$ -$ -$ -$ -$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 -$ -$ -$ -$ 250.00$ 75,000.00$ -$ -$ -$ -$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 -$ -$ -$ -$ 275.00$ 13,750.00$ -$ -$ -$ -$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ -$ -$ 1,998,250.00$ -$ -$ Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. General E Manhole Surfacing – Polyurethane Coating Product: Spraywall TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Page 21 of 22 DBE Y/N DBE Y/N DBE Y/N DBE Y/N DBE Y/N Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Rowland Inc. 6855 102nd Ave N. Pinellas Park, FL 33782 USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Insituform Technologies, LLC 580 Goddard Avenue Chesterfield, MO 63005 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ -$ -$ -$ -$ -$ -$ -$ -$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ -$ -$ -$ -$ -$ -$ -$ -$ 10 Rear easement access EA 30 400.00$ 12,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 0.075 -$ 0.10 -$ 0.10 -$ 0.10 -$ 6,020,900.00$ -$ -$ -$ -$ General Item No. Description Units Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 -$ -$ -$ -$ -$ -$ 0.01$ 0.10$ -$ -$ 2 Smoke Testing of Sewer LF 25,000 -$ -$ -$ -$ -$ -$ 0.48$ 12,000.00$ -$ -$ 3 Dye Tracing of Sewer EA 20 -$ -$ -$ -$ -$ -$ 0.01$ 0.20$ -$ -$ 3 Dye Flooding of Sewer EA 5 -$ -$ -$ -$ -$ -$ 0.01$ 0.05$ -$ -$ 4 Replace 4" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 5 Replace 6" Diameter Cleanout Cap EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 -$ -$ -$ -$ -$ -$ 0.01$ 0.25$ -$ -$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed)0.10 -$ 0.075 -$ 0.10 -$ 0.10 1,200.14$ 0.10 -$ -$ -$ -$ 13,201.49$ -$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $1,500 for non emergency mobilization. F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any TOTAL SECTION F = TOTAL SECTION E = Page 22 of 22 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 (407) 472-0014 Everest Reinsurance Company 100 Everest Way, Warren NJ 07059 +1 (908) 604-3000 City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Inliner Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions, LLC, of the City of Sanford County of Seminole and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section A - Sanitary Sewer Trenchless Reconstruction Section B – Sewer Cleaning and Televising Inspection PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section A: $10,000,000.00 Section B: $ 3,000,000.00 for a total of $13,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i)A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j)A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Inliner Solutions, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Inliner Solutions, LLC. 2531 Jewett Ln Sanford, FL 32771 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes 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. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 18 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer point Repair & Improvement Project, Sections A and B (No. 22-0006-UT) CONTRACTOR: Inliner Solutions, LLC. BIDDER'S TOTAL Section A: $10,000.00 (Numbers) BIDDER'S TOTAL Section A: Ten Million dollars and zero cents (Words) BIDDER'S TOTAL Section B: $3,000,000.00 (Numbers) BIDDER'S TOTAL Section B: Three million dollars and zero cents (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections A & B: $13,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections A & B: Thirteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic Control1 LS/WO 20 3,000.00$ 60,000.00$ Original didn't calculate in total (see 91f) Trenchless Pipe Reconstruction System – CIPP 2a 6” Dia. Sanitary Sewer Mains 6.0 mm LF 500 41.00$ 20,500.00$ 2b 8” Dia. Sanitary Sewer Mains 6.0 mm LF 20,000 39.00$ 780,000.00$ 2c 10” Dia. Sanitary Sewer Mains 7.5 mm LF 5,000 46.00$ 230,000.00$ 2d 12” Dia. Sanitary Sewer Mains 7.5 mm LF 1,000 53.00$ 53,000.00$ 2e 15” Dia. Sanitary Sewer Mains 9.0 mm LF 100 65.00$ 6,500.00$ 2f 18” Dia. Sanitary Sewer Mains 9.0 mm LF 2,000 73.00$ 146,000.00$ 2g 20” Dia. Sanitary Sewer Mains 12.0 mm LF 100 85.00$ 8,500.00$ 2h 24” Dia. Sanitary Sewer Mains 12.0 mm LF 3,000 109.00$ 327,000.00$ 2i 30” Dia. Sanitary Sewer Mains 16.0 mm LF 150 175.00$ 26,250.00$ 2j 36" Dia. Sanitary Sewer Mains 18.5 mm LF 50 356.00$ 17,800.00$ CIPP Sectional Repair 3 6” Dia. Sanitary Sewer Mains 3a 0’-10’ EA 5 3,850.00$ 19,250.00$ 3b 10.1’-20’ EA 2 3,957.00$ 7,914.00$ 3c 20.1’-30’ EA 2 4,044.00$ 8,088.00$ 4 8” Dia. Sanitary Sewer Mains 4a 0’-10’ EA 5 3,843.00$ 19,215.00$ 4b 10.1’-20’ EA 2 4,316.00$ 8,632.00$ 4c 20.1’-30’ EA 2 4,350.00$ 8,700.00$ 5 10” Dia. Sanitary Sewer Mains 5a 0’-10’ EA 5 4,205.00$ 21,025.00$ 5b 10.1’-20’ EA 2 4,510.00$ 9,020.00$ 5c 20.1’-30’ EA 2 4,747.00$ 9,494.00$ 6 12” Dia. Sanitary Sewer Mains 6a 0’-10’ EA 5 4,216.00$ 21,080.00$ 6b 10.1’-20’ EA 2 4,622.00$ 9,244.00$ 6c 20.1’-30’ EA 2 4,894.00$ 9,788.00$ 7 15” Dia. Sanitary Sewer Mains 7a 0’-10’ EA 5 4,455.00$ 22,275.00$ 7b 10.1’-20’ EA 2 4,965.00$ 9,930.00$ 7c 20.1’-30’ EA 2 5,343.00$ 10,686.00$ 8 18” Dia. Sanitary Sewer Mains 8a 0’-10’ EA 3 5,259.00$ 15,777.00$ 8b 10.1’-20’ EA 1 6,004.00$ 6,004.00$ 8c 20.1’-30’ EA 1 6,452.00$ 6,452.00$ 9 20” Dia. Sanitary Sewer Mains 9a 0’-10’ EA 3 5,662.00$ 16,986.00$ 9b 10.1’-20’ EA 1 6,597.00$ 6,597.00$ 9c 20.1’-30’ EA 1 7,235.00$ 7,235.00$ 10 24” Dia. Sanitary Sewer Mains 10a 0’-10’ EA 3 5,887.00$ 17,661.00$ 10b 10.1’-20’ EA 1 6,909.00$ 6,909.00$ 10c 20.1’-30’ EA 1 7,635.00$ 7,635.00$ 11 30” Dia. Sanitary Sewer Mains General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal and disposal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the t t Th Cit f Cl t (Cit ) i t bli t d t h i i Inliner Solutions, LLC 2531 Jewett Ln Sanford, FL 32771 Group A: Sanitary Sewer Trenchless Reconstruction 11a 0’-10’ EA 3 7,967.00$ 23,901.00$ 11b 10.1’-20’ EA 1 9,410.00$ 9,410.00$ 11c 20.1’-30’ EA 1 10,556.00$ 10,556.00$ 12 36” Dia. Sanitary Sewer Mains 12a 0’-10’ EA 3 8,820.00$ 26,460.00$ 12b 10.1’-20’ EA 1 11,787.00$ 11,787.00$ 12c 20.1’-30’ EA 1 13,350.00$ 13,350.00$ Ancillary Services 13 Easement Access, additional 13a ≤ 15” Diameter LF 250 5.00$ 1,250.00$ 13b > 15” Diameter LF 500 5.00$ 2,500.00$ 14 Service Leak Sealing with Pressure Grouting EA 50 430.00$ 21,500.00$ 15 Open Cut Service Reconnection EA 250 89.00$ 22,250.00$ 16 Heavy Cleaning (6 Passes of the Cleaning Head) 16a 8”-10” Diameter LF 2,500 5.00$ 12,500.00$ 16b 12”-15” Diameter LF 1,500 6.00$ 9,000.00$ 16c 16”-24” Diameter LF 5,000 9.00$ 45,000.00$ 17 Root Removal 17a 8”-10” Diameter LF 100 3.00$ 300.00$ 17b 12”-15” Diameter LF 50 4.00$ 200.00$ 17c 16”-24” Diameter LF 25 7.00$ 175.00$ 18 Tuberculation Cleaning 18a 8”-10” Diameter LF 250 12.00$ 3,000.00$ 18b 12”-15” Diameter LF 250 12.00$ 3,000.00$ 18c 16”-24” Diameter LF 750 14.00$ 10,500.00$ 19 Bypass Pump setup with Piping 19a 8”-12” Diameter EA 75 4.00$ 300.00$ 19b 15”-18” Diameter EA 25 13.00$ 325.00$ 19c 24” Diameter EA 10 65.00$ 650.00$ 20 Miscellaneous Items -$ -$ 21 Miscellaneous Markup (10% maximum allowed) 0.075 Original amount $159,679.58 but did not include full 10% nor did it calculate in the $60,000.00 from line 14h TOTAL SECTION A = 2,189,061.00$ Original total $2,288,740.58 calculated at 7.5% contingency and also did not include mobilization fee of $60,000.00 General Item No. Description Units Quantity Unit Price Total Price 1a Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Sewer Line Cleaning 2a Heavy Cleaning from Right of Way - 8”-10” Diameter LF 150,000 5.25$ 787,500.00$ 2b Heavy Cleaning from Right of Way - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 2c Heavy Cleaning from Right of Way - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 2d Heavy Cleaning from Right of Way - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 3a Root Removal - 8”-10” Diameter LF 200 3.00$ 600.00$ 3b Root Removal - 12”-15” Diameter LF 25 7.00$ 175.00$ 3c Root Removal - 16”-24” Diameter LF 25 13.00$ 325.00$ 3d Root Removal - 30”-36” Diameter LF 10 27.00$ 270.00$ 4a Heavy Cleaning from Side and/or Rear Easements - 8”-10” Diameter LF 150,000 5.00$ 750,000.00$ 4b Heavy Cleaning from Side and/or Rear Easements - 12”-15” Diameter LF 25,000 7.00$ 175,000.00$ 4c Heavy Cleaning from Side and/or Rear Easements - 16”-24” Diameter LF 25,000 11.00$ 275,000.00$ 4d Heavy Cleaning from Side and/or Rear Easements - 30”-36” Diameter LF 50,000 27.00$ 1,350,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not B. Sewer Cleaning and Televising Inspection All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary proper removal and disposal. Contractor shall provide disposal receipts (i.e. dump tickets) as part of the work. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract Unit costs for all 5a Tuberculation Cleaning - 8”-10” Diameter LF 200 6.00$ 1,200.00$ 5b Tuberculation Cleaning - 12”-15” Diameter LF 200 8.00$ 1,600.00$ 5c Tuberculation Cleaning - 16”-24” Diameter LF 200 11.00$ 2,200.00$ 5d Tuberculation Cleaning - 30”-36” Diameter LF 200 22.00$ 4,400.00$ 6 Manhole Clean/Jet-vac EA 5,000 170.00$ 850,000.00$ CCTV pipe and manhole inspection with PACP/CUES Granite XP compatibility 7 Mobilization/Demobilization including Traffic 1 LS/WO 5 4,000.00$ 20,000.00$ 8a CCTV pipe inspection - includes light cleaning - 8”-10” Diameter LF 750,000 2.63$ 1,972,500.00$ 8b CCTV pipe inspection - includes light cleaning - 12”-15” Diameter LF 50,000 3.00$ 150,000.00$ 8c CCTV pipe inspection - includes light cleaning - 16”-24” Diameter LF 25,000 4.50$ 112,500.00$ 8d CCTV pipe inspection - includes light cleaning - 30”-36” Diameter LF 50,000 7.00$ 350,000.00$ 9 Manhole Inspection EA 100 130.00$ 13,000.00$ 10 Smoke Testing LF 10,000 1.00$ 10,000.00$ 11 Dye Testing LF 5,000 1.00$ 5,000.00$ 12 Miscellaneous Items 13 Miscellaneous Markup (10% maximum allowed) 0.075 -$ Original amount $650,345.25 but did not include full 10% TOTAL SECTION B = 8,671,270.00$ Original total $9,321,615.25 calculated at 7.5% contingency SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 17 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 18 SECTION V – Contract Documents SECTION V Page 1 of 18 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 727-545-3815 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 18 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 18 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Rowland, Inc. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 18 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Rowland, Inc., of the City of Pinellas Park County of Pinellas and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements Section C – Wastewater Point Repair Section D – Sanitary Cleanouts and Laterals PROJECT NO.: 22-0006-UT Each section in the amount of, not to exceed, for the initial contract term: Section C: $15,000,000.00 Section D: $ 1,000,000.00 for a total of $16,000,000.00 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 18 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 18 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 7 of 18 Updated: 5/4/2020 CONTRACT (4) 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) Jon P. Jennings City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: Frank Hibbard Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 8 of 18 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Rowland, Inc. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of Rowland, Inc. 6855 102nd Ave. N. Pinellas Park, FL 33782 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 18 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 18 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. ADDENDUM NO. 1 FOR 22-0006-UT 2023 Sewer Point Repair & Improvements Project DATE: June 15, 2022 SUBJECT: ADDENDUM NO. 1 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/14/22 due to a Classification Error. Please use the version with “REVISED” in the title. END OF NOTICE ADDENDUM NO. 2 FOR 2023 SEWER POINT REPAIR AND IMPROVEMENTS (22-0006-UT) DATE: JUNE 28, 2022 SUBJECT: ADDENDUM NO. 2 TO: PROSPECTIVE BIDDERS AND OTHERS CONCERNED 1.Question: Will this contract be able to be used as a piggyback? a.Response: Yes 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. 2.Question: For Section F, could a mobilization line item be added? a.Response: Yes. A line item for mobilization will be added. 3.Question: For Section F, Item 4, could bid items be added for 4-inch and 6-inch cleanout cap replacements? a.Response: Yes. Separate line items for 4-inch and 6-inch cleanout cap replacements will be added. 4.Question: For Section F, Item 5, could bid items be added for replacement of top 2 feet of 4-inch and 6-inch cleanouts? a.Response: Yes. Separate line items for replacement of the top two feet of 4-inch and 6- inch cleanouts. 5.Question: For Section F, Item 5, can cleanout replacements be SCH40 or SDR35? a.Response: Only Schedule 40 will be accepted. SDR 35 is not accepted. 6.Question: For Section F, Item 5, for replacing the top 2 feet of a cleanout, would this only be down to the tee? a.Response: Yes, replacement will stop at the tee. 7.Question: For Section F, the specifications call for an Excel format. Generally reports that are submitted for SSES requirements are in XLS, PDF, CSV, KML, and shapefiles. Would the City want reports in additional formats? a.Response: Yes. Additional formats are acceptable upon coordination with and approval by City project manager. 8.Question: For Section F, is a contractor’s license required for this section? This section requires no underground or heavy construction. Smoke testing essentially is a lawn mower engine that forces smoke into the sewer system. a.Response: Please refer to Section II of the City of Clearwater’s Contract Specifications. These documents must also be submitted with a prequalification application. 2.QUALIFICATION OF BIDDERS Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre-qualification may be obtained by contacting the City of Clearwater, Engineering Department, P.O. Box 4748, Clearwater, Florida 33758-4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address) or by phone at (727) 562-4750. Pre- qualification requirement information is also available on the City of Clearwater Website at address: www.myclearwater.com/government/city- departments/engineering/construction-management. Contractors wanting to pre-qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre-qualified by the City do not have to make reapplication. It is the Contractor’s responsibility to confirm pre-qualification status before a Bid Opening. The Contractor shall provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. 9.Question: Is there a plan holders list that can be provided? a.Response: The plan holders list is provided as the attendants listed on the Pre-Bid Agenda. 10.Question: Can multiple contractors be awarded for a given Section: a.Response: Yes, but that is not our intention. 11.Question: Will “or equal” products not named in the City specifications be considered? a.Response: After award, manufacturers can contact winning bidders to discuss potential submittal of products for consideration as “or equals.” 12.Question: Is a Proposal/Bid Bond required if we bid on an individual Section of a Maintenance Contract? a.Response: Maintenance contracts do not require a Public Construction Bond or a Bid Bond. 13.Question: Does the Bid Proposal need to be physically or electronically submitted? a.Response: Sealed Bids must be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid must be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids in any other form will not be accepted, as stated in Section II, Subsection 11: SUBMISSION OF BIDS of the City's Contract Specifications. END OF NOTICE ADDENDUM NO. 3 FOR DATE: SUBJECT: TO: 22-0006-UT 2023 Sewer Point Repair & Improvements Project June 28, 2022 ADDENDUM NO. 3 PROSPECTIVE BIDDERS AND OTHERS CONCERNED The Bid Tab for Project No. 22-0006-UT was Revised on 6/28/22 to reflect updates in mobilzation fee and line items for Section F only. Please use the version with “REVISED on 6.28.22” in the title. Reference Addendum No. 2 to review the requested changes. END OF NOTICE SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Sections C and D (No. 22-0006-UT) CONTRACTOR: Rowland, Inc. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C: $15,000.00 (Numbers) BIDDER'S TOTAL Section C Fifteen Million dollars and zero cents (Words) BIDDER'S TOTAL Section D: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section D: One million dollars and zero cents (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Sections C & D: $16,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Sections C & D: Sixteen million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. General Item No. Description Units Quantity Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1 (max $5,000) EA 30 5,000.00$ -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions1 (max $4,000) EA 75 4,000.00$ 300,000.00$ Bypass pump set up/demob. & maintenance 3a 8”-12” Diameter DAY 30 3,000.00$ 90,000.00$ 3b 15”-18” Diameter DAY 30 4,200.00$ 126,000.00$ 3c 24” Diameter WK 8 30,000.00$ 240,000.00$ 3d 30” Diameter WK 8 36,000.00$ 288,000.00$ Maintenance of Traffic 2 (If not already included in line items 4b-4f) 4a Flagman2 HR 200 50.00$ 10,000.00$ 4b Multilane (FDOT Index No. 613)EA/DAY 30 1,400.00$ 42,000.00$ 4c Multilane (FDOT Index No. 614)EA/DAY 30 1,400.00$ 42,000.00$ 4d Multilane (FDOT Index No. 615)EA/DAY 20 1,400.00$ 28,000.00$ 4e Multilane (FDOT Index No. 616)EA/DAY 20 1,000.00$ 20,000.00$ 4f Multilane (FDOT Index No. 617)EA/DAY 20 1,000.00$ 20,000.00$ 4g Arrow Board - 5' Minimum Horizontal Size2 EA/DAY 30 137.00$ 4,110.00$ 4h Variable Message Board2 EA/DAY 30 182.00$ 5,460.00$ 4i Concrete Barrier (FDOT Index No. 415)2 EA/DAY 60 500.00$ 30,000.00$ 4j Low Profile Barrier (FDOT Index No. 412)2 EA/DAY 60 500.00$ 30,000.00$ 4k Sign in Work Zone2 EA/DAY 100 1.98$ 198.00$ 4l FDOT Cone2 EA/DAY 100 1.60$ 160.00$ 4m FDOT Channelizing Drum2 EA/DAY 100 1.60$ 160.00$ 4n Barricade, Type III with Warning Light2 EA/DAY 100 2.28$ 228.00$ 4o Barricade, Type I or II with Warning Light2 EA/DAY 100 1.60$ 160.00$ Labor hours Labor hours and equipment bid items (5 and 6) shall only be used where not already included in a bid item. 5a Forman regular time HOUR 2,500 110.00$ 275,000.00$ 5b Forman overtime HOUR 500 120.00$ 60,000.00$ 5c Operator regular time HOUR 4,000 90.00$ 360,000.00$ 5d Operator overtime HOUR 500 100.00$ 50,000.00$ 5e Truck Driver regular time HOUR 1,500 55.00$ 82,500.00$ 5f Truck Driver overtime HOUR 150 65.00$ 9,750.00$ 5g Pipe Layer regular time HOUR 4,000 85.00$ 340,000.00$ 5h Pipe Layer overtime HOUR 400 95.00$ 38,000.00$ 5i Laborer regular time HOUR 4,000 80.00$ 320,000.00$ 5j Laborer overtime HOUR 550 90.00$ 49,500.00$ Equipment 6a Foreman's pickup truck with hand tools HOUR 3,000 55.00$ 165,000.00$ 6b Job truck with tools HOUR 3,500 60.00$ 210,000.00$ 6c Tractor & Trailer (Transport)HOUR 200 50.00$ 10,000.00$ 6d Track Hoe (to 100 HP)HOUR 1,100 120.00$ 132,000.00$ 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization and $5,000 for emergency mobilization. Emergency and non emergency mobilization are further defined in S ti IV f th C t t D t Group C: Wastewater Point Repair All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amo nt d ring the life of the contract Unit costs for all bid items shall not be 6e Track Hoe (101 HP to 170 HP) HOUR 500 140.00$ 70,000.00$ 6f Track Hoe (171 HP and up) HOUR 750 160.00$ 120,000.00$ 6g Rubber Tired Backhoe HOUR 25 40.00$ 1,000.00$ 6h Wheel Loader (to 150 HP) HOUR 2,000 80.00$ 160,000.00$ 6i Wheel Loader (151 HP and up) HOUR 250 85.00$ 21,250.00$ 6j Track Type Tractors (to 100 HP) HOUR 150 30.00$ 4,500.00$ 6k Track Type Tractors (101 HP and up) HOUR 25 32.00$ 800.00$ 6l Dump Truck (Tandem Axle)HOUR 750 70.00$ 52,500.00$ 6m Plate Tamp HOUR 250 15.00$ 3,750.00$ 6n 3” Trash Pump HOUR 250 15.00$ 3,750.00$ 6o 4” Double Diaphragm Pump HOUR 2,000 25.00$ 50,000.00$ 6p Air Compressor (125 CFM min.)HOUR 100 20.00$ 2,000.00$ 6q 4” Jet Pump DAY 25 20.00$ 500.00$ 6r Emergency Hauling up to 2500 gallons HOUR 25 500.00$ 12,500.00$ 6s Emergency Hauling over 2500 gallons HOUR 25 500.00$ 12,500.00$ 7a Adjust storm structures EA 10 525.00$ 5,250.00$ 7b Underdrains LF 200 52.50$ 10,500.00$ 7c Build Up type Structures EA 10 525.00$ 5,250.00$ 7d Precast Type EA 10 1,050.00$ 10,500.00$ 7e Gabions and Mattresses CY 10 210.00$ 2,100.00$ 8a Seeding SF 25,000 0.10$ 2,500.00$ 8b Sodding SF 75,000 1.00$ 75,000.00$ 8c Tree protection EA 250 100.00$ 25,000.00$ 8d Tree Removal (<6" Trunk Diameter) EA 5 753.92$ 3,769.60$ 8e Tree Removal (6"-12" Trunk Diameter) EA 3 1,960.19$ 5,880.57$ 8f Tree Removal (13"-18" Trunk Diameter) EA 3 4,825.09$ 14,475.27$ 8g Tree Removal (>18" Trunk Diameter) EA 3 6,031.36$ 18,094.08$ 9a Full Width Milling (Up to 2") SY 5,500 42.00$ 231,000.00$ 9b Full Width Milling (2" to 4") SY 5,500 42.00$ 231,000.00$ 9c SP 12.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9d SP 9.5 Asphalt Concrete Resurfacing TN 500 450.00$ 225,000.00$ 9e Pavement Marking - Crosswalks (Lane) LF 500 24.00$ 12,000.00$ 9f Pavement Marking - Stop Bars (Lane) EA 200 156.00$ 31,200.00$ 9g Pavement Marking - School Crossing/RR EA 50 240.00$ 12,000.00$ 9h Pavement Marking - Turn, Straight, Combo Arrows EA 50 180.00$ 9,000.00$ 9i Pavement Marking - Dashed (White, Yellow or Double Yellow)LF 500 8.40$ 4,200.00$ 9j Pavement Marking - Solid White LF 250 8.40$ 2,100.00$ 9k Pavement Marking - Solid Double Yellow LF 250 8.40$ 2,100.00$ 9l Pavement Marking - Solid Yellow LF 250 8.40$ 2,100.00$ 9m Temporary Pavement Marking - Turn, Straight, Combo Arrows EA 250 180.00$ 45,000.00$ 9n Preparation, Installation and Maintenance of Project Signs LS 25 120.00$ 3,000.00$ 9o Temporary Pavement Marking - Dashed (White, Yellow or Double Yellow) LF 250 4.80$ 1,200.00$ 9p Temporary Pavement Marking - Solid White LF 250 4.80$ 1,200.00$ 9q Temporary Pavement Marking - Solid Double Yellow LF 250 4.80$ 1,200.00$ 9r Temporary Pavement Marking - Solid Yellow LF 250 4.80$ 1,200.00$ 9s Remove and replace type I Curb (City Index 101 - Sheet 1 of 2) LF 500 66.00$ 33,000.00$ 9t Remove and replace valley gutter curb (City index 101 - Sheet 202) LF 500 110.40$ 55,200.00$ 9u Construct 5 foot wide ADA Ramp (City Index 109 - Sheet 2 of 3) EA 500 300.00$ 150,000.00$ Landscaping/Restoration Materials 9v Remove and Replace Concrete Sidewalk, (4" Min thickness) SF 500 15.00$ 7,500.00$ 9w Remove and Replace Concrete Sidewalk, (6" Min thickness) SF 500 25.00$ 12,500.00$ 9x Remove and Replace Concrete Driveway SY 250 155.00$ 38,750.00$ 9y 3000 psi Concrete CY 50 360.00$ 18,000.00$ 9z Off Site Selected Fill CY 1,500 30.00$ 45,000.00$ 9aa Limerock Base Material TON 1,000 100.00$ 100,000.00$ 9bb # 57 Washed Stone TON 750 60.00$ 45,000.00$ 9cc Crushed Concrete Base Material TON 750 130.00$ 97,500.00$ 9dd Stabilized Subgrade TON 750 73.62$ 55,215.00$ 9ee Removal of Unsuitable Soil TON 50 60.00$ 3,000.00$ 9ff Rip Rap TON 25 240.00$ 6,000.00$ 9gg Flowable Fill CY 25 240.00$ 6,000.00$ 9hh Brick Pavers SY 100 90.00$ 9,000.00$ 9ii Brick Paver Level Sand CY 10 36.00$ 360.00$ Well Point Dewatering 10 Well Point Dewatering LF/DAY 2,000 28.60$ 57,200.00$ Manholes and Gravity Main Appurtenances 11a Built up Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 300.00$ 75,000.00$ 11b Built up Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11c Built up Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 300.00$ 7,500.00$ 11d Precast Type Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 250 1,000.00$ 250,000.00$ 11e Precast Type Manhole-5' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,300.00$ 32,500.00$ 11f Precast Type Manhole-6' diameter (Inclusive of lining, drops, ring, cover, etc.) VF 25 1,500.00$ 37,500.00$ 11g Manhole Drop EA 10 500.00$ 5,000.00$ 11h HDPE Adjustment Ring EA 5 75.00$ 375.00$ 11i City’s standard manhole ring EA 30 1,100.00$ 33,000.00$ 11j City’s standard manhole cover EA 30 550.00$ 16,500.00$ 11k Abatement Inserts (dish/pan)EA 10 220.00$ 2,200.00$ 11l Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 11m Furnish and install Two-way Cleanouts EA 10 500.00$ 5,000.00$ 11n Bench/invert Repair - Replacement EA 70 750.00$ 52,500.00$ 11o Injection grouting as required to stop infiltration and inflow GAL 1,000 275.00$ 275,000.00$ 11p Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 11q Remove existing liner for 4’ diameter manhole VF 750 165.00$ 123,750.00$ 11r Remove existing liner for 5’ diameter manhole VF 750 220.00$ 165,000.00$ 11s Remove existing liner for 6’ diameter manhole VF 750 260.00$ 195,000.00$ 11t Reset/Adjust Frame and Cover EA 25 500.00$ 12,500.00$ 11u Replace Frame and Cover EA 250 1,500.00$ 375,000.00$ 11v Seal manhole frame to corbel connection EA 250 225.00$ 56,250.00$ 11w Rear easement access EA 30 1,500.00$ 45,000.00$ Manhole Surfacing (Epoxy) - Manhole Coating Product: Raven 405 12a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 12b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 12c Liner system for 5’ diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 12d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 12e Liner system for 6’ diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 12f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Manhole Surfacing (Cementitious) - Manhole Coating Product: Strong Seal MS-2C Coating System 13a Liner system for 4’ diameter manhole - 1/2 inch VF 500 195.00$ 97,500.00$ 13b Liner system for 5’ diameter manhole-1/2 inch VF 300 245.00$ 73,500.00$ 13c Liner system for 6’ diameter manhole- 1/2 inch VF 200 310.00$ 62,000.00$ Manhole Surfacing (Polyurethane) - Manhole Coating Product: Spraywall 14a Liner system for 4’ diameter manhole-125 MILS VF 1,500 295.00$ 442,500.00$ 14b Liner System for 4' diameter manhole-250 MILS VF 1,500 400.00$ 600,000.00$ 14c Liner system for 5’diameter manhole-125 MILS VF 1,500 368.75$ 553,125.00$ 14d Liner System for 5' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ 14e Liner system for 6’diameter manhole-125 MILS VF 1,500 375.00$ 562,500.00$ 14f Liner System for 6' diameter manhole-250 MILS VF 1,500 500.00$ 750,000.00$ Lateral Replacement and Lateral CIPP Furnish and replace existing service lateral from sewer main to new cleanout location (6"-8" Dia.) 15a Up to 5' deep LF 800 660.00$ 528,000.00$ 15c More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 15c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 15d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 16a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 16b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 16c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ Grout Fill and Abandon Main 17a 2"-6" LF 7,500 15.00$ 112,500.00$ 17b 8"-12" LF 7,500 16.00$ 120,000.00$ 17c 16"-24" LF 5,000 20.00$ 100,000.00$ 17d >30" LF 5,000 50.00$ 250,000.00$ Remove Abandoned Main (if not already removing for replacing) 18a 2"-6" LF 5,000 22.10$ 110,500.00$ 18b 8"-12" LF 5,000 29.46$ 147,300.00$ 18c 16"-24" LF 2,000 44.20$ 88,400.00$ 18d >30" LF 500 58.92$ 29,460.00$ Gravity Mains PVC Gravity Mains (Inclusive of all Labor, Material, 19a 4” diameter (0' to 5') LF 5 544.50$ 2,722.50$ 19b 4” diameter (5.1' to 10') LF 5 907.50$ 4,537.50$ 19c 4” diameter (10.1' to 15') LF 5 1,255.98$ 6,279.90$ 19d 4” diameter (15.1' to 20') LF 5 2,254.80$ 11,274.00$ 19e 6” diameter (0' to 5') LF 25 544.50$ 13,612.50$ 19f 6” diameter (5.1' to 10') LF 25 914.76$ 22,869.00$ 19g 6” diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19h 6” diameter (15.1' to 20') LF 5 3,305.18$ 16,525.90$ 19i 8” diameter (0' to 5') LF 1,000 551.76$ 551,760.00$ 19j 8” diameter (5.1' to 10') LF 1,000 965.58$ 965,580.00$ 19k 8” diameter (10.1' to 15') LF 500 1,314.06$ 657,030.00$ 19l 8” diameter (15.1' to 20') LF 500 2,261.62$ 1,130,810.00$ 19m 10” diameter (0' to 5') LF 1,000 559.02$ 559,020.00$ 19n 10” diameter (5.1' to 10') LF 1,000 972.84$ 972,840.00$ 19o 10” diameter (10.1' to 15') LF 500 1,277.76$ 638,880.00$ 19p 10” diameter (15.1' to 20') LF 500 2,268.88$ 1,134,440.00$ 19q 12” diameter (0' to 5') LF 500 573.54$ 286,770.00$ 19r 12” diameter (5.1' to 10') LF 500 936.54$ 468,270.00$ 19s 12” diameter (10.1' to 15') LF 250 1,285.02$ 321,255.00$ 19t 12” diameter (15.1' to 20') LF 100 2,082.80$ 208,280.00$ 19u 14”/15" diameter (0' to 5') LF 5 595.32$ 2,976.60$ 19v 14”/15" diameter (5.1' to 10') LF 5 965.58$ 4,827.90$ 19w 14”/15" diameter (10.1' to 15') LF 5 1,306.80$ 6,534.00$ 19x 14”/15" diameter (15.1' to 20') LF 5 2,305.00$ 11,525.00$ 19y 16”/18" diameter (0' to 5') LF 5 776.82$ 3,884.10$ 19z 16”/18" diameter (5.1' to 10') LF 5 980.10$ 4,900.50$ 19aa 16”/18" diameter (10.1' to 15') LF 5 1,328.58$ 6,642.90$ 19bb 16”/18" diameter (15.1' to 20') LF 5 2,319.70$ 11,598.50$ 19cc 20”/21" diameter (0' to 5') LF 5 653.40$ 3,267.00$ 19dd 20”/21" diameter (5.1' to 10') LF 5 1,016.40$ 5,082.00$ 19ee 20”/21" diameter (10.1' to 15') LF 5 1,364.88$ 6,824.40$ 19ff 20”/21" diameter (15.1' to 20') LF 5 2,363.26$ 11,816.30$ 19gg 24” diameter (0' to 5') LF 5 784.08$ 3,920.40$ 19hh 24” diameter (5.1' to 10') LF 5 1,183.38$ 5,916.90$ 19ii 24” diameter (10.1' to 15') LF 5 1,575.42$ 7,877.10$ 19jj 24” diameter (15.1' to 20') LF 5 2,675.44$ 13,377.20$ 19kk 30” diameter (0' to 5') LF 5 929.28$ 4,646.40$ 19ll 30” diameter (5.1' to 10') LF 5 1,328.58$ 6,642.90$ 19mm 30” diameter (10.1' to 15') LF 5 1,720.62$ 8,603.10$ 19nn 30” diameter (15.1' to 20') LF 5 2,813.88$ 14,069.40$ 19oo 36” diameter (0' to 5') LF 5 1,081.74$ 5,408.70$ 19pp 36” diameter (5.1' to 10') LF 5 1,481.04$ 7,405.20$ 19qq 36” diameter (10.1' to 15') LF 5 1,873.08$ 9,365.40$ 19rr 36” diameter (15.1' to 20') LF 5 2,719.00$ 13,595.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 20a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 20b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 20c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 20d 4” diameter (15.1' to 20') LF 5 1,061.50$ 5,307.50$ 20e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 20f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 20g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 20j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 20k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 20l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 20m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 20n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 20o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 20p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 20q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 20r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 20s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 20t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 20u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 20v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 20w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 20x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 20y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 20z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 20aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 20bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 20cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 20dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 20ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 20ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 20gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 20hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 20ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 20jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 20kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 20ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 20mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 20nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 20oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 20pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 20qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 20rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main PVC Force Main (Inclusive of all Labor, Material, and Associated Restraints) 21a 4” diameter (0' to 5') LF 25 499.13$ 12,478.25$ 21b 4” diameter (5.1' to 10') LF 5 831.88$ 4,159.40$ Original = $4,159.38 21c 4” diameter (10.1' to 15') LF 5 1,151.32$ 5,756.60$ Original = $5,756.58 21d 4” diameter (15.1' to 20') LF 5 1,899.83$ 9,499.15$ 21e 6” diameter (0' to 5') LF 25 499.13$ 12,478.25$ Original = $12,478.13 21f 6” diameter (5.1' to 10') LF 25 838.53$ 20,963.25$ 21g 6” diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21h 6” diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21i 8” diameter (0' to 5') LF 50 505.78$ 25,289.00$ 21j 8” diameter (5.1' to 10') LF 50 885.12$ 44,256.00$ 21k 8” diameter (10.1' to 15') LF 10 1,204.56$ 12,045.60$ Original = $12,045.55 21l 8” diameter (15.1' to 20') LF 10 1,906.49$ 19,064.90$ Original = $19,064.85 21m 10” diameter (0' to 5') LF 100 512.44$ 51,244.00$ Original = $51,243.50 21n 10” diameter (5.1' to 10') LF 100 891.77$ 89,177.00$ 21o 10” diameter (10.1' to 15') LF 5 1,171.28$ 5,856.40$ 21p 10” diameter (15.1' to 20') LF 5 1,913.14$ 9,565.70$ 21q 12” diameter (0' to 5') LF 500 525.75$ 262,875.00$ Original = $262,872.50 21r 12” diameter (5.1' to 10') LF 500 858.50$ 429,250.00$ Original = $429,247.50 21s 12” diameter (10.1' to 15') LF 250 1,177.94$ 294,485.00$ Original = $294,483.75 21t 12” diameter (15.1' to 20') LF 100 1,826.45$ 182,645.00$ 21u 14”/15" diameter (0' to 5') LF 5 545.71$ 2,728.55$ 21v 14”/15" diameter (5.1' to 10') LF 5 885.12$ 4,425.60$ Original = $4,425.58 21w 14”/15" diameter (10.1' to 15') LF 5 1,197.90$ 5,989.50$ 21x 14”/15" diameter (15.1' to 20') LF 5 1,946.42$ 9,732.10$ Original = $9,732.08 21y 16”/18" diameter (0' to 5') LF 5 712.09$ 3,560.45$ Original = $3,560.43 21z 16”/18" diameter (5.1' to 10') LF 5 898.43$ 4,492.15$ Original = $4,492.13 21aa 16”/18" diameter (10.1' to 15') LF 5 1,217.87$ 6,089.35$ 21bb 16”/18" diameter (15.1' to 20') LF 5 1,959.73$ 9,798.65$ Original = $9,798.63 21cc 20”/21" diameter (0' to 5') LF 5 598.95$ 2,994.75$ 21dd 20”/21" diameter (5.1' to 10') LF 5 931.70$ 4,658.50$ 21ee 20”/21" diameter (10.1' to 15') LF 5 1,251.14$ 6,255.70$ 21ff 20”/21" diameter (15.1' to 20') LF 5 1,999.66$ 9,998.30$ Original = $9,998.28 21gg 24” diameter (0' to 5') LF 5 718.74$ 3,593.70$ 21hh 24” diameter (5.1' to 10') LF 5 1,084.77$ 5,423.85$ Original = $5,423.83 21ii 24” diameter (10.1' to 15') LF 5 1,444.14$ 7,220.70$ Original = $7.220.68 21jj 24” diameter (15.1' to 20') LF 5 2,285.82$ 11,429.10$ 21kk 30” diameter (0' to 5') LF 5 851.84$ 4,259.20$ 21ll 30” diameter (5.1' to 10') LF 5 1,217.87$ 6,089.35$ Original = $6,089.33 21mm 30” diameter (10.1' to 15') LF 5 1,577.24$ 7,886.20$ Original = $7,886.18 21nn 30” diameter (15.1' to 20') LF 5 2,412.27$ 12,061.35$ Original = $12,061.33 21oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 21pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 21qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 21rr 36” diameter (15.1' to 20') LF 5 2,325.75$ 11,628.75$ DUCTILE IRON (Inclusive of all Labor, Material, and 22a 4” diameter (0' to 5') LF 5 559.02$ 2,795.10$ 22b 4” diameter (5.1' to 10') LF 5 891.77$ 4,458.85$ 22c 4” diameter (10.1' to 15') LF 5 1,157.97$ 5,789.85$ 22d 4” diameter (15.1' to 20') LF 5 1,859.90$ 9,299.50$ 22e 6” diameter (0' to 5') LF 25 545.71$ 13,642.75$ 22f 6” diameter (5.1' to 10') LF 25 878.46$ 21,961.50$ 22g 6” diameter (10.1' to 15') LF 5 1,191.25$ 5,956.25$ 22h 6” diameter (15.1' to 20') LF 5 1,919.80$ 9,599.00$ Original = $9,598.98 22i 8” diameter (0' to 5') LF 50 565.68$ 28,284.00$ 22j 8” diameter (5.1' to 10') LF 50 898.43$ 44,921.50$ Original = $44,921.25 22k 8” diameter (10.1' to 15') LF 10 1,177.94$ 11,779.40$ Original = $11,779.35 22l 8” diameter (15.1' to 20') LF 10 1,966.38$ 19,663.80$ 22m 10” diameter (0' to 5') LF 100 752.02$ 75,202.00$ Original = $75,201.50 22n 10” diameter (5.1' to 10') LF 100 785.29$ 78,529.00$ 22o 10” diameter (10.1' to 15') LF 5 1,237.83$ 6,189.15$ 22p 10” diameter (15.1' to 20') LF 5 1,986.35$ 9,931.75$ Original = $9,931.73 22q 12” diameter (0' to 5') LF 500 605.61$ 302,805.00$ Original = $302,802.50 22r 12” diameter (5.1' to 10') LF 500 938.36$ 469,180.00$ 22s 12” diameter (10.1' to 15') LF 250 1,104.73$ 276,182.50$ 22t 12” diameter (15.1' to 20') LF 100 1,796.31$ 179,631.00$ 22u 14”/15" diameter (0' to 5') LF 5 632.23$ 3,161.15$ Original = $3,161.13 22v 14”/15" diameter (5.1' to 10') LF 5 964.98$ 4,824.90$ Original = $4,824.88 22w 14”/15" diameter (10.1' to 15') LF 5 1,277.76$ 6,388.80$ 22x 14”/15" diameter (15.1' to 20') LF 5 2,032.93$ 10,164.65$ 22y 16”/18" diameter (0' to 5') LF 5 678.81$ 3,394.05$ 22z 16”/18" diameter (5.1' to 10') LF 5 798.60$ 3,993.00$ 22aa 16”/18" diameter (10.1' to 15') LF 5 838.53$ 4,192.65$ 22bb 16”/18" diameter (15.1' to 20') LF 5 2,072.86$ 10,364.30$ 22cc 20”/21" diameter (0' to 5') LF 5 692.12$ 3,460.60$ 22dd 20”/21" diameter (5.1' to 10') LF 5 1,024.87$ 5,124.35$ 22ee 20”/21" diameter (10.1' to 15') LF 5 1,331.00$ 6,655.00$ 22ff 20”/21" diameter (15.1' to 20') LF 5 2,092.83$ 10,464.15$ 22gg 24” diameter (0' to 5') LF 5 811.91$ 4,059.55$ 22hh 24” diameter (5.1' to 10') LF 5 1,177.94$ 5,889.70$ Original = $5,889.68 22ii 24” diameter (10.1' to 15') LF 5 1,537.31$ 7,686.55$ Original = $7,686.53 22jj 24” diameter (15.1' to 20') LF 5 2,378.99$ 11,894.95$ 22kk 30” diameter (0' to 5') LF 5 898.43$ 4,492.15$ Original = $4,492.13 22ll 30” diameter (5.1' to 10') LF 5 1,264.45$ 6,322.25$ 22mm 30” diameter (10.1' to 15') LF 5 1,623.82$ 8,119.10$ 22nn 30” diameter (15.1' to 20') LF 5 2,465.51$ 12,327.55$ Original = $12,327.53 22oo 36” diameter (0' to 5') LF 5 991.60$ 4,958.00$ Original = $4,957.98 22pp 36” diameter (5.1' to 10') LF 5 1,357.62$ 6,788.10$ 22qq 36” diameter (10.1' to 15') LF 5 1,716.99$ 8,584.95$ 22rr 36” diameter (15.1' to 20') LF 5 2,558.68$ 12,793.40$ Original = $12,793.38 HDPE (Inclusive of all Labor, Material, and Associated Restraints) 23a 4” diameter (0' to 5') LF 5 206.25$ 1,031.25$ 23b 4” diameter (5.1' to 10') LF 5 343.75$ 1,718.75$ 23c 4” diameter (10.1' to 15') LF 5 475.75$ 2,378.75$ 23d 4” diameter (15.1' to 20') LF 5 1,111.50$ 5,557.50$ 23e 6” diameter (0' to 5') LF 25 206.25$ 5,156.25$ 23f 6” diameter (5.1' to 10') LF 25 346.50$ 8,662.50$ 23g 6” diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23h 6” diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23i 8” diameter (0' to 5') LF 50 209.00$ 10,450.00$ 23j 8” diameter (5.1' to 10') LF 50 365.75$ 18,287.50$ 23k 8” diameter (10.1' to 15') LF 10 497.75$ 4,977.50$ 23l 8” diameter (15.1' to 20') LF 10 1,114.25$ 11,142.50$ 23m 10” diameter (0' to 5') LF 100 211.75$ 21,175.00$ 23n 10” diameter (5.1' to 10') LF 100 368.50$ 36,850.00$ 23o 10” diameter (10.1' to 15') LF 5 484.00$ 2,420.00$ 23p 10” diameter (15.1' to 20') LF 5 1,117.00$ 5,585.00$ 23q 12” diameter (0' to 5') LF 500 217.25$ 108,625.00$ 23r 12” diameter (5.1' to 10') LF 500 354.75$ 177,375.00$ 23s 12” diameter (10.1' to 15') LF 250 486.75$ 121,687.50$ 23t 12” diameter (15.1' to 20') LF 100 1,122.00$ 112,200.00$ 23u 14”/15" diameter (0' to 5') LF 5 225.50$ 1,127.50$ 23v 14”/15" diameter (5.1' to 10') LF 5 365.75$ 1,828.75$ 23w 14”/15" diameter (10.1' to 15') LF 5 495.00$ 2,475.00$ 23x 14”/15" diameter (15.1' to 20') LF 5 1,130.75$ 5,653.75$ 23y 16”/18" diameter (0' to 5') LF 5 294.25$ 1,471.25$ 23z 16”/18" diameter (5.1' to 10') LF 5 371.25$ 1,856.25$ 23aa 16”/18" diameter (10.1' to 15') LF 5 503.25$ 2,516.25$ 23bb 16”/18" diameter (15.1' to 20') LF 5 1,136.25$ 5,681.25$ 23cc 20”/21" diameter (0' to 5') LF 5 247.50$ 1,237.50$ 23dd 20”/21" diameter (5.1' to 10') LF 5 385.00$ 1,925.00$ 23ee 20”/21" diameter (10.1' to 15') LF 5 517.00$ 2,585.00$ 23ff 20”/21" diameter (15.1' to 20') LF 5 1,152.75$ 5,763.75$ 23gg 24” diameter (0' to 5') LF 5 297.00$ 1,485.00$ 23hh 24” diameter (5.1' to 10') LF 5 448.25$ 2,241.25$ 23ii 24” diameter (10.1' to 15') LF 5 596.75$ 2,983.75$ 23jj 24” diameter (15.1' to 20') LF 5 1,271.00$ 6,355.00$ 23kk 30” diameter (0' to 5') LF 5 352.00$ 1,760.00$ 23ll 30” diameter (5.1' to 10') LF 5 503.25$ 2,516.25$ 23mm 30” diameter (10.1' to 15') LF 5 651.75$ 3,258.75$ 23nn 30” diameter (15.1' to 20') LF 5 1,323.25$ 6,616.25$ 23oo 36” diameter (0' to 5') LF 5 409.75$ 2,048.75$ 23pp 36” diameter (5.1' to 10') LF 5 561.00$ 2,805.00$ 23qq 36” diameter (10.1' to 15') LF 5 709.50$ 3,547.50$ 23rr 36” diameter (15.1' to 20') LF 5 1,287.50$ 6,437.50$ Force Main Pipe Bursting (Includes connection to existing upstream and downstream force mains) 24a Furnish and Install 4" HDPE Pipe Bursting, DR 11 LF 1,000 115.50$ 115,500.00$ 24b Furnish and Install 6" HDPE Pipe Bursting, DR 11 LF 1,000 137.50$ 137,500.00$ 24c Furnish and Install 8" HDPE Pipe Bursting, DR 11 LF 1,000 154.00$ 154,000.00$ 24d Furnish and Install 10" HDPE Pipe Bursting, DR 11 LF 500 181.50$ 90,750.00$ 24e Furnish and Install 12" HDPE Pipe Bursting, DR 11 LF 1,000 203.50$ 203,500.00$ 24f Furnish and Install 16" HDPE Pipe Bursting, DR 11 LF 1,000 293.70$ 293,700.00$ 24g Furnish and Install 20" HDPE Pipe Bursting, DR 11 LF 1,000 319.00$ 319,000.00$ 24h Furnish and Install 24" HDPE Pipe Bursting, DR 11 LF 500 390.50$ 195,250.00$ 24i Furnish and Install 30" HDPE Pipe Bursting, DR 11 LF 500 577.50$ 288,750.00$ Gravity Main Pipe Bursting (Includes connection to existing upstream and downstream gravity main or manhole) 25a Furnish and Install 8" HDPE Pipe Bursting, to replace 6" or 8" gravity main LF 2,000 165.00$ 330,000.00$ 25b Furnish and Install 10" HDPE Sanitary Sewer Mains LF 500 192.50$ 96,250.00$ 25c Furnish and Install 12" HDPE Sanitary Sewer Mains LF 1,000 220.00$ 220,000.00$ 25d Furnish and Install 15" HDPE Sanitary Sewer Mains LF 100 258.50$ 25,850.00$ 25e Furnish and Install 18" HDPE Sanitary Sewer Mains LF 1,000 286.00$ 286,000.00$ 25f Furnish and Install 20" HDPE Sanitary Sewer Mains LF 100 357.50$ 35,750.00$ 25g Furnish and Install 24" HDPE Sanitary Sewer Mains LF 1,000 412.50$ 412,500.00$ 25h Furnish and Install 30" HDPE Sanitary Sewer Mains LF 250 605.00$ 151,250.00$ 25i Furnish and Install 36" HDPE Sanitary Sewer Mains LF 200 715.00$ 143,000.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Protecto 401 Lined) 26a 4” diameter TON 3.00 70,369.19$ 211,107.57$ 26b 6" diameter TON 3.00 66,603.92$ 199,811.76$ 26c 8" diameter TON 3.00 69,164.10$ 207,492.30$ 26d 10" diameter TON 3.00 66,709.94$ 200,129.82$ 26e 12" diameter TON 3.00 61,378.55$ 184,135.65$ 26f 14" diameter TON 3.00 57,227.88$ 171,683.64$ 26g 16" diameter TON 3.00 56,921.49$ 170,764.47$ 26h 18" diameter TON 3.00 49,693.96$ 149,081.88$ 26i 20" diameter TON 3.00 51,244.87$ 153,734.61$ 26j 24" diameter TON 3.00 53,209.95$ 159,629.85$ 26k 30" diameter TON 3.00 47,866.34$ 143,599.02$ 26l 36" diameter TON 3.00 51,028.19$ 153,084.57$ Water main replacement (Incidental to Sewer Repair) PVC (Inclusive of all Labor, Material, and Associated Restraints) 27a 4” diameter LF 50 572.00$ 28,600.00$ 27b 6” diameter LF 50 577.50$ 28,875.00$ 27c 8” diameter LF 50 610.50$ 30,525.00$ 27d 10” diameter LF 50 616.00$ 30,800.00$ 27e 12” diameter LF 50 594.00$ 29,700.00$ 27f 14” diameter LF 10 610.50$ 6,105.00$ 27g 18” diameter LF 10 616.00$ 6,160.00$ 27h 20” diameter LF 10 643.50$ 6,435.00$ 27i 24” diameter LF 10 748.00$ 7,480.00$ 27j 30” diameter LF 10 836.00$ 8,360.00$ 27k 36” diameter LF 10 935.00$ 9,350.00$ DUCTILE IRON (Inclusive of all Labor, Material, and Associated Restraints) 28a 4” diameter LF 10 605.00$ 6,050.00$ 28b 6” diameter LF 25 616.00$ 15,400.00$ 28c 8” diameter LF 50 621.50$ 31,075.00$ 28d 10” diameter LF 10 632.50$ 6,325.00$ 28e 12” diameter LF 10 649.00$ 6,490.00$ 28f 14” diameter LF 5 665.50$ 3,327.50$ 28g 18” diameter LF 5 693.00$ 3,465.00$ 28h 20” diameter LF 5 704.00$ 3,520.00$ 28i 24” diameter LF 5 814.00$ 4,070.00$ 28j 30” diameter LF 5 869.00$ 4,345.00$ 28k 36” diameter LF 5 935.00$ 4,675.00$ HDPE (Inclusive of all Labor, Material, and Associated Restraints) 29a 4” diameter LF 10 155.00$ 1,550.00$ 29b 6” diameter LF 25 155.00$ 3,875.00$ 29c 8” diameter LF 50 157.00$ 7,850.00$ 29d 10” diameter LF 10 257.00$ 2,570.00$ 29e 12” diameter LF 10 257.00$ 2,570.00$ 29f 14” diameter LF 5 257.00$ 1,285.00$ 29g 18” diameter LF 5 260.00$ 1,300.00$ 29h 20” diameter LF 5 262.00$ 1,310.00$ 29i 24” diameter LF 5 267.00$ 1,335.00$ 29j 30” diameter LF 5 272.00$ 1,360.00$ 29k 36” diameter LF 5 284.00$ 1,420.00$ Ductile Iron Fittings (Tees, Crosses, 90, 45, 22.5, 11.25, Sleeve, and inclusive all necessary restraints) (Cement Lined) 30a 4” diameter TON 1.00 36,846.77$ 36,846.77$ 30b 6" diameter TON 1.00 34,442.05$ 34,442.05$ 30c 8" diameter TON 1.00 19,784.00$ 19,784.00$ 30d 10" diameter TON 1.00 38,069.17$ 38,069.17$ 30e 12" diameter TON 1.00 34,600.46$ 34,600.46$ 30f 14" diameter TON 1.00 35,044.48$ 35,044.48$ 30g 16" diameter TON 1.00 35,213.94$ 35,213.94$ 30h 18" diameter TON 1.00 33,396.93$ 33,396.93$ 30i 20" diameter TON 1.00 33,931.25$ 33,931.25$ 30j 24" diameter TON 1.00 36,534.09$ 36,534.09$ 30k 30" diameter TON 1.00 34,145.96$ 34,145.96$ 30l 36" diameter TON 1.00 36,701.11$ 36,701.11$ Reinforced Concrete Pipe (Inclusive of all Labor, Material, and Associated Restraints) 31a 12" ID LF 5 93.50$ 467.50$ 31b 15" ID LF 5 93.50$ 467.50$ 31c 18" ID LF 5 99.00$ 495.00$ 31d 21" ID LF 5 0.01$ 0.05$ Original = $0.06 31e 24" ID LF 5 236.50$ 1,182.50$ 31f 27" ID LF 5 0.01$ 0.05$ Original = $0.06 31g 30" ID LF 5 1,650.00$ 8,250.00$ 31h 36" ID LF 5 1,677.50$ 8,387.50$ Appurtenances Plug Valves with Valve Box (Wastewater Only) 32a 4” EA 200 1,657.69$ 331,538.00$ 32b 6” EA 250 2,376.92$ 594,230.00$ 32c 8” EA 500 3,724.16$ 1,862,080.00$ 32d 10” EA 100 6,391.95$ 639,195.00$ 32e 12” EA 50 7,892.95$ 394,647.50$ 32f 14” EA 10 14,396.03$ 143,960.30$ 32g 18” EA 5 23,689.09$ 118,445.45$ 32h 20” EA 5 31,872.22$ 159,361.10$ Gate Valves with Valve Box 33a 4” EA 200 2,073.39$ 414,678.00$ 33b 6” EA 250 2,531.31$ 632,827.50$ 33c 8” EA 500 3,299.50$ 1,649,750.00$ 33d 10” EA 100 5,836.10$ 583,610.00$ 33e 12” EA 50 7,120.80$ 356,040.00$ 33f 14” EA 10 18,030.92$ 180,309.20$ 33g 18” EA 5 38,357.81$ 191,789.05$ 33h 20” EA 5 40,614.36$ 203,071.80$ 33i 24" EA 5 53,348.43$ 266,742.15$ 33j Valve Box Only EA 50 425.61$ 21,280.50$ Tapping Sleeves and Tapping Valves 34a 4” EA 25 6,578.70$ 164,467.50$ 34b 6” EA 50 7,915.06$ 395,753.00$ 34c 8” EA 50 10,299.70$ 514,985.00$ 34d 10” EA 10 17,814.56$ 178,145.60$ 34e 12” EA 25 22,313.71$ 557,842.75$ 34f 14” EA 5 49,373.59$ 246,867.95$ 34g 18” EA 5 81,146.53$ 405,732.65$ 34h 20” EA 5 94,362.42$ 471,812.10$ Linestops 35a 4” EA 10 6,726.94$ 67,269.40$ 35b 6” EA 10 7,143.33$ 71,433.30$ 35c 8” EA 10 8,195.65$ 81,956.50$ 35d 10” EA 10 11,003.39$ 110,033.90$ 35e 12” EA 10 11,466.23$ 114,662.30$ 35f 14” EA 5 14,685.39$ 73,426.95$ 35g 18” EA 5 18,840.75$ 94,203.75$ 35h 20” EA 5 19,894.11$ 99,470.55$ Repair Clamp 36a 4”EA 15 1,406.64$ 21,099.60$ 36b 6”EA 15 1,652.47$ 24,787.05$ 36c 8”EA 15 2,007.52$ 30,112.80$ 36d 10” EA 15 2,766.28$ 41,494.20$ 36e 12” EA 15 3,255.81$ 48,837.15$ 36f 14” EA 5 3,574.79$ 17,873.95$ 36g 18”EA 5 4,168.84$ 20,844.20$ 36h 20” EA 5 5,440.82$ 27,204.10$ 36i 24"EA 5 5,715.17$ 28,575.85$ 36j 30"EA 5 8,167.66$ 40,838.30$ 36k 36"EA 5 8,579.19$ 42,895.95$ Fire Hydrant 37a Fire Hydrant Assembly With Valve (5-1/4") EA 20 9,820.19$ 196,403.80$ 37b Fire Hydrant Assembly Without Valve (5-1/4") EA 10 7,852.10$ 78,521.00$ Service Saddles (Water and RCW Only) 38a 4” EA 100 189.00$ 18,900.00$ 38b 6” EA 150 199.50$ 29,925.00$ 38c 8” EA 200 241.50$ 48,300.00$ 38d 10” EA 50 273.00$ 13,650.00$ 38e 12” EA 25 283.50$ 7,087.50$ 38f 14” EA 5 315.00$ 1,575.00$ 38g 18” EA 5 430.50$ 2,152.50$ 38h 20” EA 5 483.00$ 2,415.00$ Trenchless Pipeline Installation (Wastewater and Water/Reclaimed Water Piping Incidental to Sewer Repair) Directional Drill 39a Furnish and Install 4" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 70.75$ 70,750.00$ 39b Furnish and Install 6" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 96.00$ 96,000.00$ 39c Furnish and Install 8" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 118.00$ 118,000.00$ 39d Furnish and Install 10" HDPE by directional drill, DR 11 with Transitional Ends LF 500 135.00$ 67,500.00$ 39e Furnish and Install 12" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 191.00$ 191,000.00$ 39f Furnish and Install 16" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 287.00$ 287,000.00$ 39g Furnish and Install 20" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 370.00$ 370,000.00$ 39h Furnish and Install 24" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 500.00$ 500,000.00$ 39i Furnish and Install 30" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 550.00$ 550,000.00$ 39j Furnish and Install 36" HDPE by directional drill, DR 11 with Transitional Ends LF 1,000 781.00$ 781,000.00$ 39k Furnish and Install 4" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 49.21$ 49,210.00$ 39l Furnish and Install 6" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 71.87$ 71,870.00$ 39m Furnish and Install 8" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 113.25$ 113,250.00$ 39n Furnish and Install 10" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 500 165.07$ 82,535.00$ 39o Furnish and Install 12" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 235.08$ 235,080.00$ 39p Furnish and Install 16" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 521.51$ 521,510.00$ 39q Furnish and Install 20" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 863.13$ 863,130.00$ 39r Furnish and Install 24" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 1,201.81$ 1,201,810.00$ 39s Furnish and Install 30" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ 39t Furnish and Install 36" Restrained PVC by directional drill, DR 18 with Transitional Ends LF 1,000 0.01$ 10.00$ Jack and Bore 40a Furnish and Install 4" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40b Furnish and Install 6" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 131.25$ 26,250.00$ 40c Furnish and Install 12" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 200 270.38$ 54,076.00$ Original = $54,075.00 40d Furnish and Install 14" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 100 273.00$ 27,300.00$ 40e Furnish and Install 16" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 278.25$ 139,125.00$ 40f Furnish and Install 20" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 500 283.50$ 141,750.00$ 40g Furnish and Install 24" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 294.00$ 73,500.00$ 40h Furnish and Install 30" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 328.13$ 82,032.50$ Original = $82,031.25 40i Furnish and Install 36" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 354.38$ 88,595.00$ Original = $88,593.75 40j Furnish and Install 42" OD Steel Casing Pipe by Jack and Bore per city standard detail LF 250 399.00$ 99,750.00$ 41 Miscellaneous Items 42 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 57,544,063.57$ Original = $63,463,450.58 Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 4,000.00$ 40,000.00$ Cleanout and Sewer Lateral 2 Furnish and install Cleanout EA 500 500.00$ 250,000.00$ 3 Furnish and replace existing service lateral from sewer main 3a Up to 5' deep LF 800 660.00$ 528,000.00$ 3b More than 5' and up to 10' deep LF 500 770.00$ 385,000.00$ 3c More than 10' and up to 15' deep LF 300 880.00$ 264,000.00$ 3d More than 15' and up to 20' deep LF 200 1,650.00$ 330,000.00$ Sewer Lateral CIPP 4 Trenchless (CIPP) reconstruction of sewer lateral, CCTV and cleaning 5a 4” Dia. Sanitary Sewer Lat. 4.0 mm LF 500 225.00$ 112,500.00$ 5b 6” Dia. Sanitary Sewer Lat. 6.0 mm LF 300 250.00$ 75,000.00$ 5c 8” Dia. Sanitary Sewer Lat. 6.0 mm LF 50 275.00$ 13,750.00$ 6 Miscellaneous Items 7 Miscellaneous Markup (10% maximum allowed) 0.10 -$ 1,998,250.00$ TOTAL SECTION C = D. Sanitary Cleanouts and Laterals General 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4 000 for non emergency mobilization TOTAL SECTION D = All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESROWLAND, KENNETH DEANDo not alter this document in any form.ROWLAND INCLICENSE NUMBER: CUC052617EXPIRATION DATE: AUGUST 31, 2022This is your license. It is unlawful for anyone other than the licensee to use this document.6855 102ND AVE NPINELLAS PARK FL 33782Always verify licenses online at MyFloridaLicense.com Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print)Title Signature Date 656954 Rowland, Inc. Lydia M Connolly Electronically Signed 03/28/2013 USCIS Verification Division Electronically Signed 03/28/2013 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 656954 Rowland, Inc. 6855 102nd Ave. North Pinellas Park, FL 33782 6855 102nd Ave. North Pinellas Park, FL 33782 PINELLAS 590978899 221 20 to 99 1 SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 18 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 19 SECTION V – Contract Documents SECTION V Page 1 of 19 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Engineered Spray Solutions, LLC. 1306 Banana Rd. Lakeland, FL 33810 (863) 577-4821 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section E – Manhole Surfacing Polyurethane PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________ , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 19 Updated: 5/4/2020 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 19 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellateproceedings, that Owner sustains because of a default by Contractor under the contract; and4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to,reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin the contract, then this bond is void; otherwise it remains in full force.6.Any action instituted by a claimant under this bond for payment must be in accordance with thenotice and time limitation provisions in Section 255.05(2), Florida Statutes.7.Any changes in or under the contract documents and compliance or noncompliance with anyformalities connected with the contract or the changes does not affect Surety’s obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Engineered Spray Solutions, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) NOT APPLICABLE (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 19 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Engineered Spray Solutions, LLC, of the City of Lakeland County of Polk and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section E) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $2,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 19 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 19 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 8 of 19 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Engineered Spray Solutions, LLC Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: NOT APPLICABLE ,SURETY, on bond of Engineered Spray Solutions, LLC 1306 Banana Rd.. Lakeland, FL 33810 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ NOT APPLICABLE (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 9 of 19 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ NOT APPLICABLE Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 19 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V – Contract Documents SECTION V Page 15 of 19 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section E (No. 22-0006-UT) CONTRACTOR: ENGINEERED SPRAY SOLUTIONS, LLC. BIDDER'S TOTAL Section A: $________________ (Numbers) BIDDER'S TOTAL Section A: __________________ (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: __________________ (Words) BIDDER'S TOTAL Section C: $________________ (Numbers) BIDDER'S TOTAL Section C: __________________ (Words) BIDDER'S TOTAL Section D: $________________ (Numbers) BIDDER'S TOTAL Section D: __________________ (Words) BIDDER'S TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S TOTAL Section E: Two million dollars and zero cents (Words) BIDDER'S TOTAL Section F: $ (Numbers) BIDDER'S TOTAL Section F: (Words) BIDDER'S GRAND TOTAL Section E: $ 2,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section E: Two million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. DBE NO Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 3 4,000.00$ 12,000.00$ 2a Liner system for 4’ diameter manhole-125 MILS VF 1,500 401.00$ 601,500.00$ 2b Liner System for 4' diameter manhole-250 MILS VF 1,500 541.00$ 811,500.00$ 2c Liner system for 5’diameter manhole-125 MILS VF 1,500 494.00$ 741,000.00$ 2d Liner System for 5' diameter manhole-250 MILS VF 1,500 677.00$ 1,015,500.00$ 2e Liner system for 6’diameter manhole-125 MILS VF 1,500 605.00$ 907,500.00$ 2f Liner System for 6' diameter manhole-250 MILS VF 1,500 786.00$ 1,179,000.00$ 3 Bench/invert Repair - Replacement EA 70 800.00$ 56,000.00$ 4 Injection grouting as required to stop infiltration and inflow GAL 1,000 185.00$ 185,000.00$ 5 Manhole clean/jet-vac EA 40 150.00$ 6,000.00$ 6a Remove existing liner for 4’ diameter manhole VF 150 314.00$ 47,100.00$ 6b Remove existing liner for 5’ diameter manhole VF 150 392.00$ 58,800.00$ 6c Remove existing liner for 6’ diameter manhole VF 150 470.00$ 70,500.00$ 7 Reset/Adjust Frame and Cover EA 25 1,000.00$ 25,000.00$ 8 Replace Frame and Cover EA 150 1,500.00$ 225,000.00$ 9 Seal manhole frame to corbel connection EA 150 450.00$ 67,500.00$ 10 Rear easement access EA 30 400.00$ 12,000.00$ 11 Miscellaneous Items 12 Miscellaneous Markup (10% maximum)0.10 -$ 6,020,900.00$ All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. Engineered Spray Solutions, LLC 1306 Banana Rd Lakeland, FL 33810 General E Manhole Surfacing – Polyurethane Coating Product: Spraywall 1Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not exceed $4,000 for non emergency mobilization. TOTAL SECTION E = SECTION V Page i Updated: 5/4/2020 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1 CONTRACT ................................................................................................................................................ 4 CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 8 PROPOSAL/BID BOND ............................................................................................................................ 9 AFFIDAVIT .............................................................................................................................................. 10 NON-COLLUSION AFFIDAVIT ........................................................................................................... 11 PROPOSAL ............................................................................................................................................... 12 CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 14 BIDDER’S PROPOSAL ........................................................................................................................... 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 16 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM...... 17 SECTION V – Contract Documents SECTION V Page 1 of 17 Updated: 5/4/2020 Bond No.: ________________ PUBLIC CONSTRUCTION BOND (1) N/A Not applicable. A bond will not be required for this project. This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 941-408-5091 NOT APPLICABLE City of Clearwater Engineering 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT NAME: 2023 Sewer Point Repair & Improvement Project PROJECT NO.: 22-0006-UT Section F – Smoke and Dye Testing PROJECT DESCRIPTION: To establish a multi-year contract for as-needed services for Wastewater infrastructure improvements and repairs. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $[x,xxx,xxx.xx], for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of the 2023 Sewer Point Repair & Improvement Project, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 17 Updated: 5/4/2020 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 3 of 17 Updated: 5/4/2020 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) N/A Not applicable. A bond will not be required for this project. 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6.Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7.Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). USSI, LLC. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 4 of 17 Updated: 5/4/2020 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 2022_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", USSI, LLC, of the City of Venice County of Sarasota and State of Florida, hereinafter designated as the "Contractor". [Or, if out of state:] NOT APPLICABLE This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, a/an _____________(State) Corporation authorized to do business in the State of Florida, of the City of ____________________ County of __________________________ and State of ____________, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2023 Sewer Point Repair & Improvements (Section F) PROJECT NO.: 22-0006-UT in the amount of, not to exceed, $1,000,000 for the initial contract term In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents SECTION V Page 5 of 17 Updated: 5/4/2020 CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents SECTION V Page 6 of 17 Updated: 5/4/2020 CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland St. Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents SECTION V Page 8 of 17 Updated: 5/4/2020 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2023 Sewer Point Repair & Improvement Project Engineering Dept. PROJECT NO.:22-0006-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO.: [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: USSI, LLC. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: N/A Not applicable. A bond will not be required for this project. NOT APPLICABLE ,SURETY, on bond of USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): SECTION V – Contract Documents SECTION V Page 9 of 17 Updated: 5/4/2020 PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) N/A Not applicable. A bond will not be required for this project. KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, ______________________ __________________________________ as Contractor, and _____________________________ ______________________________ as Surety, whose address is ___________________________ ____________________________________________________, are held and firmly bound unto the City of Clearwater, Florida, in the sum of ___________________________________________ Dollars ($_______________) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of ______________________ ____________________ as Contractor, and _______________________________________ as Surety, for work specified as: _____________________________________________________________ ____________________________________________________________________________________ all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual Signed this ______ day of ____________________, 20____. __________________________________________ Contractor __________________________________________ Principal By: _______________________________________ Title __________________________________________ __________________________________________ Surety The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 12 of 17 Updated: 5/4/2020 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. N/A Not applicable. A bond will not be required for this project. SECTION V – Contract Documents SECTION V Page 15 of 17 Updated: 5/4/2020 BIDDER’S PROPOSAL PROJECT: 2023 Sewer Point Repair & Improvement Project, Section F (No. 22-0006-UT) CONTRACTOR: USSI, LLC. BIDDER'S TOTAL Section A: $ (Numbers) BIDDER'S TOTAL Section A: (Words) BIDDER'S TOTAL Section B: $ (Numbers) BIDDER'S TOTAL Section B: (Words) BIDDER'S TOTAL Section C$ (Numbers) BIDDER'S TOTAL Section C (Words) BIDDER'S TOTAL Section D: $ (Numbers) BIDDER'S TOTAL Section D: (Words) BIDDER'S TOTAL Section E: $ (Numbers) BIDDER'S TOTAL Section E: (Words) BIDDER'S TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S TOTAL Section F: One million dollars and zero cents (Words) BIDDER'S GRAND TOTAL Section F: $1,000,000.00 (Numbers) BIDDER'S GRAND TOTAL Section F: One million dollars and zero cents (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. DBE Y/N General Item No. Description Units Quantity Unit Price Total Price 1 Mobilization/Demobilization including Traffic 1 LS/WO 10 0.01$ 0.10$ 2 Smoke Testing of Sewer LF 25,000 0.48$ 12,000.00$ 3 Dye Tracing of Sewer EA 20 0.01$ 0.20$ 3 Dye Flooding of Sewer EA 5 0.01$ 0.05$ 4 Replace 4" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 5 Replace 6" Diameter Cleanout Cap EA 25 0.01$ 0.25$ 6 Replace top 2' of 4" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 7 Replace top 2' of 6" Diameter Cleanout (Including Female Adapter and Plug) EA 25 0.01$ 0.25$ 8 Miscellaneous Items 9 Miscellaneous Markup (10% maximum allowed) 0.10 1,200.14$ 13,201.49$ 1 Mobilization shall be per work order as defined by the City. Each work order may include more than one individual project. The unit price for mobilization shall not F. Smoke and Dye Testing All bid items, unless otherwise specified, shall be inclusive of furnishing all material and labor for the complete installation of the bid item, inclusive of any necessary removal. Installation shall be completed in accordance with the specifications. The quantities provided are estimated per year for bidding purposes TOTAL SECTION F = USSI, LLC 752 Commerce Drive Suite 15 Venice, FL 34292 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0948 Agenda Date: 9/1/2022 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: City Council Agenda Number: 10.5 SUBJECT/RECOMMENDATION: Endorse the Safe Streets Pinellas Action Plan, a data driven plan to work towards zero traffic-related deaths and serious injuries by 2045 on the city transportation network, and adopt Resolution 22-12. SUMMARY: Forward Pinellas expressed safety concerns during their update at the August 29, 2022 work session, with interest in the City to participate in the Safe Streets Pinellas Working Group to coordinate safety improvements, advance local priorities that will make streets safer for the traveling public, and access technical assistance and support in reducing fatal and serious injury crashes. Page 1 City of Clearwater Printed on 8/31/2022 [GM07-1310-004/289064/1] Resolution No. 22- 12 Resolution No. 22-12_ A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, SUPPORTING SAFE STREETS PINELLAS ACTION PLAN, A VISION ZERO EFFORT TO ELIMINATE TRAFFIC-RELATED FATALITIES AND SEROUS INJURIES ON THE PINELLAS TRANSPORTATION NETWORK. WHEREAS, on average 70 people have been killed or seriously injured in vehicular crashes each year between 2015 and 2019 within the City of Clearwater, including vehicular crashes involving an average of 13 pedestrians and six bicyclists annually. WHEREAS, the number of people dying and suffering serious injuries on our streets is a serious public health problem that necessitates public action. WHEREAS, The City of Clearwater recognizes that traffic fatalities and serious injuries are preventable and not inevitable. WHEREAS, the City of Clearwater is a member of Forward Pinellas, which serves as the Pinellas County Planning Council, and as the metropolitan planning organization for Pinellas County. WHEREAS, Forward Pinellas has taken a leadership role in transportation safety by developing and adopting Safe Streets Pinellas Action Plan, a data-driven plan to work towards zero traffic-related deaths and injuries by 2045. WHEREAS, the Safe Streets Pinellas Action Plan has identified several areas within the City of Clearwater as part of the High Injury Network – roadways where fatalities and serious injuries have repeatedly occurred and must be systematically addressed. WHEREAS, the City of Clearwater is committed to safe and reliable transportation for all. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City of Clearwater endorses the Safe Streets Pinellas Action Plan as a guiding document for the City’s efforts towards zero traffic-related deaths by 2045. Section 2. The City of Clearwater is committed to working with Forward Pinellas and partner agencies to identify and implement projects and programs that reduce the potential for serious injuries and fatalities on roads within the City of Clearwater by taking a safe systems approach. [GM07-1310-004/289064/1] Resolution No. 22- 12 Section 3. The City Manager shall designate one or more city staff to participate in the Safe Streets Pinellas Working Group to coordinate safety improvements, to advance local priorities that will make streets safer for the traveling public, and to access technical assistance and support in reducing fatal and serious injury crashes. Section 4. Together with the annual budget, the City Manager shall report to the Mayor and City Council on progress towards zero traffic-related deaths in the City of Clearwater by 2045, and the proposed strategic actions and investments to be made during the next fiscal year. Section 5. The City Clerk is directed to provide copies of this resolution to Forward Pinellas officials as is directed by the City Council. Section 6. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1st day of September 2022. ____________________________ Frank Hibbard Mayor Approved as to form: Attest: __________________________ _____________________________ Laura Mahony Rosemarie Call Senior Assistant City Attorney City Clerk Clearwater City Council Meeting Whit Blanton, FAICP Aug. 29, 2022 Presentation Overview 2 Overview & Why Vision Zero Collision Analysis & High Injury Network ImplementationCountermeasures & Demonstration Projects Overview & Why Vision Zero Why Vision Zero? On average, 2 people are killed or severely injured (KSI) in traffic collisions every day in Pinellas County 4Auto & Other Bicycle Pedestrian Motorcycle 2%2% 94% 2% 15% 10% 60% 15% 40% 5%32% 23% All Collisions KSI Collisions Fatal Collisions Pinellas County, 2015-2019 Core Elements of Vision Zero Communities Leadership and Commitment Public, High Level and Ongoing Commitment Authentic Engagement Strategic Planning Project Delivery Data-driven Approach, Transparency and Accountability Equity-focused Analysis and Programs Proactive, Systemic Action Responsive, Hot Spot Planning Comprehensive Evaluation and Adjustments Safe Roadways and Safe Speeds Complete Streets for All Context Appropriate Speeds 5Source: Vision Zero Network Collision Analysis & High Injury Network Map of KSI Collisions by Mode, 2015-2019 87% of the High Injury Network roadways have speed limits of 40 mph or higher 73% of the High Injury Network bounds or runs through a community of concern Countermeasures & Demonstration Projects Engineering Countermeasures 10 Pedestrian Collision Profile Non-Engineering Countermeasures 11 Data Collection, Monitoring, Analysis Education Campaign Street & Roadway Design Funding Legislative Demonstration Projects 12 Alt. 19/Curlew Road (technology) 13 Alt. 19/Curlew Road (technology) Key highlights •360 people driving were observed driving 10 or more mph over the posted speed limit (35 mph for Curlew Road and 40 mph for Alt. 19) •60 people driving ran a red light •61 people walking or bicycling crossed on red •Over 3,000 potential near-misses were observed 14 Implementation Partner Agency Support Forward Pinellas Board adopted the Safe Streets Action Plan in March 2021 Staff is actively seeking support (draft resolution, comprehensive plan policies, etc.) from our local government partners Part of the Vision Zero Network, Pedestrian Bicycle Safety Coalition, etc. Forward Pinellas was the lead agency for the 4th Annual Gulf Coast Safe Streets Summit on November 2-4, 2021 16 2021 Partner Agency Support Local government partner support to date: •Belleair Beach •Belleair Bluffs •Belleair Shores •BIG-C •Dunedin •Gulfport •Indian Rocks Beach •Indian Shores •Kenneth City •Largo •Madeira Beach •North Redington Beach •Oldsmar •Redington Beach •Redington Shores •Safety Harbor •St. Pete Beach •St. Petersburg •Tarpon Springs •Treasure Island 17 High Injury Network and Hot Spots Analysis FDOT Geofencing Pilot Program addresses speeding which is the biggest safety challenge district wide 1-month pilot program targeted drivers along the Courtney Campbell Causeway •Geofenced messaging•Social media messaging•Survey•Variable message signs•Law enforcement partnerships Future evaluation of the High Injury Network to identify other corridors for the next phase 18 Key Takeaways There is support at the staff level for Safe Streets Pinellas Limited financial and/or staff resources Bureaucratic red tape is a barrier to accessing certain safety funding Need more proof points (i.e., before/after studies) Be willing to use different tools (i.e., technology, design concepts, etc.) Commitment must be sustained over the long-term 19 Whit Blanton, FAICP wblanton@forwardpinellas.org Resolution#_-_ A RESOLUTION OF <AGENCY> SUPPORTING SAFE STREETS PINELLAS, A VISION ZERO EFFORT TO ELIMINATE TRAFFIC FATALITIES AND SEROUS INJURIES ON THE PINELLAS TRANSPORTATION NETWORK WHEREAS, two people are killed or seriously injured in traffic crashes every day in Pinellas County; WHEREAS, minority and low-income communities face a disproportionate risk of serious traffic injuries and fatalities; WHEREAS, the number of people dying and suffering serious injuries on our streets is a serious public health problem that necessitates public action; WHEREAS, safe and reliable transportation is a priority fo r <AGE NCY>; WHEREAS, <AGENCY> commits to working with Forward Pinellas and partner agencies to identify and implement projects and programs that reduce the potential for serious traffic injuries and fatalities by taking a safe systems approach; and WHEREAS, <AGENCY> recognizes that traffic fatalities and serious injuries are preventable and not inevitable. NOW, THEREFORE, BE IT RESOLVED by <AGENCY> as follows: 1. <AG ENCY> adopts a goal of Vision Zero-that no loss of life is acceptable on our streets-by 2045; 2. <AG ENCY> will support the implementation of Safe Streets Pinellas, the Forward Pinellas Vision Zero Action Plan; 3. <AGENCY> will incorporate Vision Zero and Safe Systems into its plans, policies and department activities; and 4. Participate in the Safe Streets Pinellas Working Group to coordinate safety improvements, to advance local priorities that w ill make streets safer for the traveling public, and to access technical assistance and support in reducing fatal and serious injury crashes. This resolution offered and adopted at the <DATE> meeting of <AGENCY> as hereinafter set forth: _______ offered the foregoing resolution which was seconded by -------and the vote was: AYES : NAYS: Absent and not voting: ATIEST: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0927 Agenda Date: 9/1/2022 Status: City Manager ReportVersion: 1 File Type: City Manager Verbal Report In Control: City Manager's Office Agenda Number: 10.6 SUBJECT/RECOMMENDATION: Provide direction on the budget. SUMMARY: Page 1 City of Clearwater Printed on 8/31/2022 To: Mayor and City Council Members From: Jon P. Jennings, City Manager At the special budget meetfng held on August 4, 2022, it was requested by Council to identffy cost savings measures in the proposed fiscal year 2022/23 operatfng budget that would equate to a 25% roll back of the city’s millage rate. The proposed rate for the upcoming year is 5.9550 mills, the same rate as levied in the current year. The full roll back rate is 5.3264 mills. To accomplish a 25% roll back, the proposed millage rate would need to be reduced by 0.1572 mills, which would reduce ad valorem revenues by $2,288,740. Staff has compiled a list of cuts that would be necessary to accomplish this task. Although savings are being identffied, I would not recommend that council make any of these cuts. The proposed budget was created with a focus on making the necessary investments to ensure a vibrant future for the City of Clearwater. This budget begins the process of bridging the gap for departments that require additfonal staff to provide our residents with the levels of service they expect while ensuring the proper accountability measures are maintained for accuracy and dependability. In additfon, with the approval of the Imagine Clearwater project, it was always antfcipated that additfonal staff would be required to program and maintain the park area. While some service levels were increased, this was done in response to residents and/or neighborhoods who consistently requested the ability to access enhanced public services. These short-term savings would have a relatfvely small impact on taxpayers ($15 annually for every $100,000 of taxable value) at a tfme when these funds will provide for necessary investments in our community impactfng both residents and employees. • Economic Development & Housing ($96,700) – eliminate the new FTE, Sr. Real Estate Coordinator. This positfon was added to enhance the expertfse in the coordinatfon of all the City’s property transactfons to include interactfon with other agencies as necessary. Eliminatfon leaves the current void in processing transactfons which results in burdening other departments with tasks, inability to complete processes tfmely, and inability to provide oversight of property management. • Fire Department ($52,820) – eliminate the new FTE, Payroll Technician. This positfon was added to ensure resiliency in the complex payroll process for the fire department – a mission critfcal task. Eliminatfon of this positfon puts the City and department at risk with inadequate “bench strength” to back up administratfve staff. • Human Resources ($102,110) – eliminate the new FTE, HR Manager. This positfon was added to create a centralized training program that will provide organizatfon-wide learning, employee development programs, a supervisor certfficatfon program and leadership development classes. This program is essentfal to the development of existfng staff at a tfme when personnel shortages are at a natfonwide high – investfng in current employees is critfcal to providing a healthy workforce. Our HR-to-employee ratfo is lower than the average of our comparators with 0.9 HR employees for every 100 FTEs. The eliminatfon of this positfon will contfnue to highlight the lack of appropriate HR staff impactfng our ability to meet objectfves and contfnue to provide quality service. • Informatfon Technology ($40,000) – eliminate the new FTE, Network Analyst. This positfon was added to better support computer and network users Citywide as we increase both the number of personnel and systems/technologies used in daily operatfons. These recently added functfonal solutfons have increased demands for support due to increased infrastructure deployment. Not adding this positfon decreases the support needed for these specialized solutfons which require increased training. This will slow response tfmes impactfng a large number of users, expand the impact of downtfme periods and increase inefficiencies. • Library ($281,360) – eliminate additfonal hours added (1.5 FTEs) for North Greenwood Branch (NGW) and eliminate an additfonal 2.5 FTEs ultfmately impactfng existfng library hours. The additfonal hours at NGW were added in response to community requests for the library to open Saturdays and increase morning access, as well as staff’s desire to better serve the surrounding neighborhood by making hours more equitable to other branches. Additfonal FTE eliminatfons would result in fewer programs offered to the community and the inability to adequately staff all branches at current levels at a tfme when residents are consistently requestfng additfonal hours. • Office of Innovatfon ($138,480) – eliminate two new FTEs, Neighborhood Coordinators. These positfons were added to enhance the connectfon between city staff and members of the community. Not adding these positfons would leave a team of only 2 people to support the community engagement plans developed for all of Clearwater’s neighborhoods. • Parks and Recreatfon ($706,270) – eliminate the new FTEs for the Custodial Team, eliminate the new FTEs for Downtown Core Programming, other service/FTE reductfons ultfmately impactfng recreatfon center hours and programs. o The Custodial Team of 4 FTEs was added to reopen 6 closed restrooms in neighborhood parks and to provide a better level of service for existfng sites maintained by outside contract. These closed park restrooms are a consistent complaint from families who frequent their neighborhood parks. These would remain closed and existfng restrooms at larger parks would remain contracted, which is a lower level of service to the community. o The Downtown Core Programming Team of 4.5 FTEs was added to provide recreatfon programing at Imagine Clearwater Park, Statfon Square Park, Festfval Plaza, and Crest Lake Park. This staff would be responsible for creatfng daily programming such as special events, outdoor classes (yoga, fitness, health, dog training, fishing etc.), and youth camps. Eliminatfng this new team would be a disservice to the major capital investment made in the constructfon of Imagine Clearwater/Coachman Park and the goal to actfvate the park, downtown and Crest Lake Park. o Existfng service level cuts would also be required at our recreatfon facilitfes; this includes the eliminatfon of approximately 3.5 FTEs. Recreatfon Center pool operatfng hours would be reduced to just summer swimming only (10-11 weeks) vs. the current practfce of opening one month prior and one month after the summer season. This will significantly impact the number of swim lessons that can be provided through our school aged learn-to-swim programs as well as the availability of our pools to be utflized by the public, thus degrading our service levels. Additfonal reductfons could require a decrease in operatfonal hours at various Recreatfon Centers by one hour a day. These reductfons would have a negatfve impact on our users (partfcularly those who work) and would likely realize decreased membership levels and revenue due to customers utflizing other alternatfves. • Planning and Development ($55,000) – eliminate an existfng FTE, Development Review Technician. This positfon serves as the first point of contact with the department and is responsible for all aspects of customer service related to the intake of paper and electronic permits. Eliminatfng this positfon would reduce the department’s capacity to provide tfmely customer service impactfng both in-person and phone assistance for applicants routfng of plans for building review, and calculatfng fees and processing payments. It would also hinder efforts related to the maintenance and retentfon of permitting records. • Police Department ($586,220) – eliminate Traffic Unit Officers (2 FTEs), Community Liaison Officers (2 FTEs), and the funding for the Mental Health Co-Responder agreement with Pinellas County Sheriff's Office (PCSO). The additfonal Officer positfons added in fiscal year 2022/23 to support the beach was a critfcal public safety need. As such, approval to hire was requested in February and staffing has been assigned to address the need during the peak spring break and summer season. The following cuts to existfng operatfons (programs/FTEs) would be required in the Police Department: o The Traffic Unit would be reduced by 2 officers, resultfng in a reductfon in traffic enforcement and limitfng the ability to respond to community complaints of traffic issues. Many traffic enforcement responsibilitfes would need to be absorbed by patrol officers, which would only be able to handle complaints as tfme permits. Recent data has shown an increase in traffic crashes and traffic crash related fatalitfes. Any reductfon in enforcement would reduce the ability to address traffic safety issues and trends. o The Community Liaison Team would be reduced by 2 officers, resultfng in community outreach becoming the responsibility of patrol zone officers, as tfme permits. A relatfonship with the community is vital to the success of any police department. Reducing these positfons will decrease the ability of the department to identffy and respond to community issues, gain cooperatfon in criminal investfgatfons, and decrease the legitfmacy and public trust. o We would eliminate our Mental Health Co-Responder agreement with PCSO. This program provides for a staffing partnership with PCSO with our funds providing for two Crisis Response Specialist which work with CPD officers to handle calls for service involving people with mental or behavioral health issues to include follow-up care and long-term case management. This program, which has been in place since 2021, has proven to be a valuable resource for CPD in our response to approximately 1,400 calls for service annually which involve issues related to mental illness. • Public Works ($200,000) – reduce capital funding transferred to the streets and sidewalk maintenance project by $200,000 annually. This funding was budgeted to provide adequate resources needed for street and sidewalk maintenance and improvement city-wide. While a recent focus has been on the back log of repairs, consistent future investment is needed to establish proactfve planning for contfnuous improvements that will provide residents and visitors safe access to streets and sidewalks within the City. In closing, I strongly urge you to approve the proposed budget as submitted. This budget represents an opportunity for great change in our community; emphasizing programs which result in stronger connectfons between the city and our residents, neighborhoods, and employees. Respectiully submitted, Jon P. Jennings City Manager City of Clearwater Neighborhoods Division A COMPARISON BETWEEN CURRENT CAPACITY AND ASPIRATIONAL GOALS What is the “Neighborhoods Division”? The Neighborhoods Division aims to empower residents and neighborhood associations to build community and create flourishing, connected neighborhoods. This division provides resources to residents looking to form a neighborhood association, facilitates and attends neighborhood meetings, organizes important community building events like Neighborhoods Day, issues permits for neighborhood block parties, and refers residents to resources for resolving neighborhood issues. Registered neighborhood associations receive important benefits like monthly newsletters, notices of planned development, involvement in neighborhood programs and projects, assistance in resolving neighborhood issues when possible, and more. What our Neighborhoods Value Proactive communication Assistance with navigating city staff/resources Connections to community resources Placemaking & public art Recognition Resources and incentives Preserving neighborhood history/identity Neighborhoods Day Neighborhood Division Strategies 1. Create more meaningful and proactive engagement with the community 2. Improve efficiency through improved internal/community connections and leveraging data 3. Help create a sense of place by supporting and highlighting neighborhood efforts 1. Create more meaningful and proactive engagement with the community BUILD TRANSPARENT, TRUSTED, AND STRONG RELATIONSHIPS WITH RESIDENTS AND NEIGHBORHOODS INCREASE PRESENCE AT NEIGHBORHOOD MEETINGS & COMMUNITY EVENTS UNDERSTAND THE NEEDS OF THE COMMUNITY THROUGH AUTHENTIC CONVERSATION AND FEEDBACK 2. Improve efficiency through improved internal/community connections and leveraging data Use data and metrics to measure neighborhood equity, access to services, community engagement, etc. Collaborate with internal city departments and develop citywide community engagement strategies Engage with community partners and stakeholders 3. Help create a sense of place by supporting and highlighting neighborhood efforts Empower residents to embrace their neighborhood identity and create a sense of place with public art, preservation of neighborhood history, & events Recognize and celebrate neighborhood efforts Healthy Neighborhoods Neighborhood Services Manager Neighborhood Liaison 1 (Community Outreach) Neighborhood Liaison 2 (Identity and Placemaking) Neighborhood Liaison 3 (Data, Analytics, and Mapping) Recommended Liaison Responsibilities Identity, and Placemaking •Neighborhood grants •Placemaking programs •Block party facilitation •Recognition program •Preservation of neighborhood history & identity Data, Mapping, and Analytics •Neighborhood registration •New neighborhood onboarding •Data analysis •GIS/mapping •Emergency management assistance •Proactive monitoring of public platforms Community Outreach •Attending community events •Printed outreach resources •Neighborhood newsletter •City community engagement meetings •Online resources/website •Community partner relationships •Neighborhood trainings •Liaison to 1/3 of neighborhoods •Neighborhood concerns/issues •Attending neighborhood meetings •Neighborhoods Day •Liaison to 1/3 of neighborhoods •Neighborhood concerns/issues •Attending neighborhood meetings •Neighborhoods Day •Liaison to 1/3 of neighborhoods •Neighborhood concerns/issues •Attending neighborhood meetings •Neighborhoods Day Current Neighborhood Geography •Current neighborhood coverage vs. preferred neighborhood coverage •Neighborhood Coordinators would not necessarily be “zone” based, but assigned to specific neighborhoods depending on need & activity to build neighborhood/community relationships •Some neighborhoods are more active than others •Neighborhood concerns/issues may arise that may require shifting to add capacity •New neighborhoods/inactive neighborhoods Neighborhoods Manager Responsibilities Community relationship management City department relationship management Long range community vision & strategic planning Office of Innovation support Emergency management coordination Outreach and communication planning Policy & procedure development Budget & grant management Questions? “If we wish to rebuild our cities, we must first rebuild our neighborhoods” –Harvey Milk Samantha Moullet Neighborhood Services Manager Samantha.moullet@myclearwater.com 727-562--4559 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0924 Agenda Date: 9/1/2022 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Discuss Incubator - Mayor Hibbard SUMMARY: Page 1 City of Clearwater Printed on 8/31/2022