Loading...
10/06/2022Thursday, October 6, 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 October 6, 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 (October 5) 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 Manufacturing Month Proclamation - Megan Meyers, VP Human Resources for Monin and Beth Galic, Bay Area Manufacturers Association 4.2 Fire Prevention Week 2022 Proclamation - Fire Marshal Jim Warman 4.3 Hispanic Heritage Month Proclamation: September 15 - October 15, 2022 - Sherman Stroman, Diversity & Equity Manager 4.4 United Way Month Proclamation - Sept 22- Oct 29, 2022 - Tara Kivett and Trina Cacioppo City of Clearwater United Way Representatives Page 2 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 4.5 Public Natural Gas Week Proclamation: October 2 - 8, 2022 - Brian Langille, Interim Director Clearwater Gas System 4.6 Clearwater Housing Authority Presentation - Anmarie Benitez 4.7 Pinellas Aerial Gondola Study Presentation - Chris Jadick, TBARTA, Communications Director and Whit Blanton, Forward Pinellas, Executive Director 5. Approval of Minutes 5.1 Approve the minutes of the September 15, 2022 City Council Meeting as submitted in written summation by the City Clerk. 6. Citizens to be heard re items not on the agenda 7. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 7.1 Accept a Gas Utility Easement from Center Connect Development II, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, described as Parcel ID: 30-26-18-0080-00000-001B, Official Records of Pasco County, Florida, located on Focus Loop, Land O’Lakes, FL 34638, and lying within Suncoast Commercial Center-East Partial Replat, Lot 1B as recorded in Plat Book 83 Page 62 of the Public Records of Pasco County, Florida; and authorize the appropriate officials to execute same. (consent) 7.2 Authorize purchase orders to Bert Lowe Supply Company of Lakeland, FL, Devtech Sales Inc of Avon Park, FL and Tempaco Inc of Orlando, FL for the supply of galvanized steel pipe and fittings in the cumulative annual not-to-exceed amount of $200,000.00 with the option for two, one-year renewals, pursuant to Invitation to Bid No. 29-22 and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 7.3 Accept a Gas Utility Easement from Clearwater Tides, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, located at 880 N Osceola Avenue, Clearwater 33755, and authorize the appropriate officials to execute same. (consent) 7.4 Accept a Gas Utility Easement from Elevate Safepoint, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, located at 1555 Union Street, Clearwater 33755, and authorize the appropriate officials to execute same. (consent) 7.5 Authorize a Guaranteed Maximum Price proposal to Certus Builders, Inc., of Bristol, FL for repairs and renovations to Beach Walk, in the amount of $1,333,147.73, 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) 7.6 Authorize a Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, Florida, in the amount of $148,785.00, which includes a 5% contingency, for pavement milling and resurfacing at the Clearwater Municipal Cemetery located at 1300 South Myrtle Avenue, pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk (CMAR) Services Continuing Contracts and authorize the appropriate officials to execute same. (consent) 7.7 Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting a Shred-A-Thon and Operation Medicine Cabinet event on October 29, 2022, located at the Countryside Mall and authorize the appropriate officials to execute same. (consent) 7.8 Accept a Sidewalk Easement from HLSSIII Clearwater, LLC for installation, repair, maintenance, and replacement of a sidewalk on real property located at 2611 Seville Boulevard and authorize the appropriate officials to execute same. (consent) 7.9 Approve purchase orders to multiple vendors and provide funding for the acquisition of library books and materials in the cumulative not-to-exceed amount of $485,000.00 for the term October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 7.10 Authorize an increase on purchase orders to Quorum Services, Joe Payne Inc., and NOVA Engineering and Environmental, LLC for building inspection and plan review services in an amount of $300,000.00 for a cumulative total not-to-exceed amount of $850,000.00 pursuant to ITB 01-20, Code Inspection and Plan Review Services, and authorize the appropriate officials to execute same.  (consent) 7.11 Authorize a purchase order to Frontier, Inc. for the installation and operation of wireless internet services in an amount not to exceed $425,435.04 for the period October 1, 2022 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchase (Impractical), and authorize the appropriate officials to execute same. (consent) 7.12 Authorize staff to proceed with a study and preliminary design to determine if marina side service infrastructure can be integrated into the parking garage. (consent) 7.13 Authorize a purchase order to EnviroWaste Services Group, Inc. of Palmetto Bay, FL for emergency and non-emergency pumping and tankering services in the annual not-to-exceed amount of $125,000.00, beginning October 1, 2022 through September 13, 2023, with the option of four, one-year renewals, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.14 Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $1,700,000.00 for term October 1, 2022 through September 30, 2023 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single source, Section 2.563 (1)(b), Micro purchases, and Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.15 Approve a one-year lease agreement with four, one-year renewal terms for certain alarm equipment and associated maintenance and monitoring services with Maire Company, Inc. (Maire), authorize the associated purchase order to Maire for the services provided under the lease agreement as well as certain additional work outside of the lease in the amount of $121,000.00, for the term October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) Page 5 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 7.16 Approve a purchase order to Cliff Berry, Inc of Ft. Lauderdale, FL to pump, transport and dispose of leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $100,000.00 with two, one-year renewal options at the City’s discretion pursuant to Invitation to Bid (ITB) No. 34-22 Pump, Transport and Dispose of Leachate, and authorize the appropriate officials to execute same. (consent) 7.17 Authorize a purchase order to Enforcement One, Inc. of Oldsmar, FL for police vehicle upfitting services in the annual not-to-exceed amount of $250,000.00 with two, one-year renewal options pursuant to Invitation to Bid (ITB) No. 46-22, Police Vehicle Upfitting, and authorize the appropriate officials to execute same. (consent) 7.18 Approve an increase and extension on purchase order to Hose and Hydraulics, Inc. of Clearwater, FL, for the purchase of replacement hydraulic parts, repairs and road service for city vehicles and equipment in the amount of $180,000.00 for a new annual total of $505,000.00 and extending through January 31, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.19 Approve an Exchange Agreement between the City of Clearwater (City) and the Pinellas Suncoast Transit Authority (PSTA) providing that certain city-owned real property located at 704 Court Street, 710 Court Street, and 701 Franklin Street in Clearwater, Florida be exchanged for a PSTA parcel located at the northwest corner of South Garden Avenue and Pierce Street, Clearwater, Florida in order to allow for the construction of a new Multimodal Transit Facility in the downtown, and authorize the appropriate officials to execute same, together with all other instruments to affect closing. (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 Page 6 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 8.1 Adopt Ordinance 9614-22 on second reading, declaring the millage rate to be levied for the fiscal year beginning October 1, 2022 and ending September 30, 2023, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.8850 mills, which is a 9.93% increase from the rolled back rate of 5.3535 mills. 8.2 Adopt Ordinance 9615-22 on second reading, adopting an operating budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. 8.3 Adopt Ordinance 9616-22 on second reading, adopting the Capital Improvement Plan budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; approving the six-year Capital Improvement Program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the Capital Improvement Program; appropriating available and anticipate resources for the projects identified., adopting the Capital Improvement Plan budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; approving the six-year Capital Improvement Program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the Capital Improvement Program; appropriating available and anticipate resources for the projects identified. 8.4 Approve the request from Peace Memorial Presbyterian Church of Clearwater, FL, Inc, the owner of property addressed 110 S. Fort Harrison Avenue, Clearwater to vacate a portion of a 28-foot-wide platted Alley Right-of-Way, lying west of lots 20, 19, 18, 17 and 16 of Block B, being described in the Plat titled John R. Davey, et. al. Resubdivision, according to the map or plat thereof as recorded in Plat Book 1, Page 87, of the Public Records of Hillsborough County, Florida, of which Pinellas County, Florida, was formerly a part, subject to certain conditions, and pass Ordinance 9609-22 on first reading. Page 7 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 8.5 Approve the request from the City of Clearwater, owner of property addressed 300 Cleveland Street, to vacate the 18-foot-wide drainage and utility easement, as recorded in Book 926, Page 157, Official Records of Pinellas County, Florida (Easement) being further described as the South 18 feet of Lots 3, 4, and 5, Rompon’s and Baskin’s Corrected Map of Causeway Business District, as recorded in Plat Book 57, Page 1 of the Official Records of Pinellas County, FL, and pass Ordinance 9619-22 on first reading. 8.6 Approve the request from the owner of property addressed 3273 Beaver Drive, Clearwater to vacate the South 5 feet of the 10-foot-wide platted Utility and Drainage Easement, located on Lot 50, Countryside Tract 5, according to the map or plat thereof as recorded in Plat Book 78, Pages 57-58, Public Records of Pinellas County, Florida, less and except the east 5 feet thereof, and pass Ordinance 9633-22 on first reading. 9. Second Readings - Public Hearing 9.1 Adopt Adopt Ordinance 9594-22 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Residential Urban (RU) to Institutional (I)., amending the future land use plan element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Residential Urban (RU) to Institutional (I). 9.2 Adopt Ordinance 9595-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Low Medium Density Residential (LMDR) to Institutional (I). 9.3 Adopt Ordinance 9617-22 on second reading, amending the Operating Budget for the fiscal year ending September 30, 2022 to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Find, Marine Fund and Parking Fund. 9.4 Adopt Ordinance 9618-22 on second reading, amending the Capital Improvement Budget for the fiscal year ending September 30, 2022, to reflect an increase of $14,055,937. 10. City Manager Reports 10.1 Confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Ian and adopt Resolution 22-20. Page 8 City of Clearwater Printed on 10/5/2022 October 6, 2022City Council Meeting Agenda 11. City Attorney Reports 12. Closing comments by Councilmembers (limited to 3 minutes) 13. Closing Comments by Mayor 14. Adjourn Page 9 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1040 Agenda Date: 10/6/2022 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: Manufacturing Month Proclamation - Megan Meyers, VP Human Resources for Monin and Beth Galic, Bay Area Manufacturers Association SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0923 Agenda Date: 10/6/2022 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: Fire Prevention Week 2022 Proclamation - Fire Marshal Jim Warman SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1039 Agenda Date: 10/6/2022 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: 4.3 SUBJECT/RECOMMENDATION: Hispanic Heritage Month Proclamation: September 15 - October 15, 2022 - Sherman Stroman, Diversity & Equity Manager SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1041 Agenda Date: 10/6/2022 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: 4.4 SUBJECT/RECOMMENDATION: United Way Month Proclamation - Sept 22- Oct 29, 2022 - Tara Kivett and Trina Cacioppo City of Clearwater United Way Representatives SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1042 Agenda Date: 10/6/2022 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: 4.5 SUBJECT/RECOMMENDATION: Public Natural Gas Week Proclamation: October 2 - 8, 2022 - Brian Langille, Interim Director Clearwater Gas System SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0983 Agenda Date: 10/6/2022 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: 4.6 SUBJECT/RECOMMENDATION: Clearwater Housing Authority Presentation - Anmarie Benitez SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 October6, 2022 Senior Public Housing Family Public Housing OtherApartmentCommunities (mixedincome unsubsidized) OtherApartmentCommunities (mixedincomenon-subsidized) CorporateOffices PortfolioUpdate PortfolioUpdateContinued PortfolioUpdateContinued PortfolioUpdateContinued Continual Focus Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1043 Agenda Date: 10/6/2022 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: 4.7 SUBJECT/RECOMMENDATION: Pinellas Aerial Gondola Study Presentation - Chris Jadick, TBARTA, Communications Director and Whit Blanton, Forward Pinellas, Executive Director SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Pinellas Aerial Gondola Feasibility Study Presenter: Chris Jadick, TBARTA Director of Communications Chris.Jadick@tbarta.com Study by: SCJ Alliance and subcontractors An employee-owned company specializing in civil engineering, transportation planning & design, construction management, environmental & urban planning, landscape architecture & design, and public outreach. Pinellas Aerial Gondola Feasibility Study Advisory Committee •Jon Jennings, Clearwater •Michael Delk, Clearwater •Michael Lavery, Clearwater •Evan Mory, St. Petersburg•Cheryl Stacks, St. Petersburg•Cassandra Borchers, PSTA•Jacob Labutka, PSTA•Daniel Santos, FDOT Study Origins 1.2019: FL Legislature $1M appropriation to TBARTA to study Innovative Transit Technologies 2.2020: Innovative Transit Technologies Feasibility Study examined feasibility of aerial gondolas, air taxis, hyperloop https://tbarta.com/en/planning-programs/innovative-transit-technology/itt-study/ 3.2021: Pinellas County Aerial Gondola Study examines St. Petersburg and Clearwater 4.2022: Study prioritizes Clearwater corridor Purpose of Study 1.Are aerial gondolas well-suited to the Tampa Bay Area? 2.Are there suitable alignments to serve Clearwater? 3.Are the routes technically feasible? 4.Are the projects financially viable? 5.Is the public at large supportive of the projects? Determine: Stakeholder Feedback •Strong interest in connecting Downtown and Beach -Unification •Supportive of the improvements to Coachman Park -Imagine Clearwater •The gondola system could reduce traffic on the Memorial Causeway •The gondola system should reduce friction of movement between the beach, the aquarium and downtown •Study should continue with optionality Clearwater: Q1-Are aerial gondolas well-suited to the Area? •Aerial gondolas are successfully operating in similar environments: Point-of-interest attractions Urban-transit systems Heat Humidity Climate Control YES Rain Wind Lightning Marine environment ADA Compliance Toulouse, France Bolzano, ItalyPho Quoc, Vietnam Koblenz, Germany Q2-Are there suitable alignments? YES N Downtown StationWest Angle Point & Aquarium Station Marina Station Route Specifications: •Length:9,500-10,000 feet •Speed:Up to 17 mph •Cabin Capacity:Up to 28 seated passengers •System Capacity:Up to 3,600 pphpd* •Wait Time:As low as 28 seconds •Trip Time:As low as 11 min (Downtown to Beach) •Traffic:Not susceptible to mixed traffic. *pphpd = people per hour per direction Technically Feasible 1st / Last Mile Connectivity: •Sufficient parking Downtown (as little as 50 cents an hour). •Parking is under utilized during busiest times (weekends and holidays). •Proposed valet concept Downtown at gondola station •Jolly Trolly (route adjustments) •Micro-Mobility (e-bikes, e-scooters) •Autonomous transit •Porters Technically FeasibleBeachgoers Going Downtown/Beach Ridership Summary •Streetlight Data and transportation analysis reveals base ridership of ~1.4 million riders per year. •An additional ~500,000 novelty riders have been estimated, though some double-counting is likely. •Estimated ridership of 1.4 –1.9 million riders per year. •8.9% reduction in traffic on causeway •Fare is estimated at $15 / day. •Locals and beach employees could purchase annual pass. Financially Viable Ridership Summary •Streetlight Data and transportation analysis reveals base ridership of ~1.4 million riders per year. •An additional ~500,000 novelty riders have been estimated, though some double-counting is likely. •Estimated ridership of 1.4 –1.9 million riders per year. •8.9% reduction in traffic on causeway •Fare is estimated at $15 / day. •Locals and beach employees could purchase annual pass. Financially Viable Ridership Summary •Streetlight Data and transportation analysis reveals base ridership of ~1.4 million riders per year. •An additional ~500,000 novelty riders have been estimated, though some double-counting is likely. •Estimated ridership of 1.4 –1.9 million riders per year. •8.9% reduction in traffic on causeway •Fare is estimated at $15 / day. •Locals and beach employees could purchase annual pass. Financially Viable Delivery & Financing:Financially Viable•City Staff believe the project would need to be a PPP —Many forms of PPP exist •City may be willing to contribute modest funds to develop the project •City may be willing to provide conduit to municipal bonding •Forward Pinellas will support funding requests if Clearwater prioritizes •Seen as a private sector investment with some public sector involvement. •Capital expenditure of $124 -$184 million •Annual operations and maintenance costs of $10 million ±20% •Financial analysis reveals strong economics and financial indicators that should get interest from private sector •2 years to implementation after approvals, permitting and financing. Delivery & Financing:Financially Viable•City Staff believe the project would need to be a PPP —Many forms of PPP exist •City may be willing to contribute modest funds to develop the project •City may be willing to provide conduit to municipal bonding •Forward Pinellas will support funding requests if Clearwater prioritizes •Seen as a private sector investment with some public sector involvement. •Capital expenditure of $124 -$184 million •Annual operations and maintenance costs of $10 million ±20% •Financial analysis reveals strong economics and financial indicators that should get interest from private sector •2 years to implementation after approvals, permitting and financing. Delivery & Financing:Financially Viable•City Staff believe the project would need to be a PPP —Many forms of PPP exist •City may be willing to contribute modest funds to develop the project •City may be willing to provide conduit to municipal bonding •Forward Pinellas will support funding requests if Clearwater prioritizes •Seen as a private sector investment with some public sector involvement. •Capital expenditure of $124 -$184 million •Annual operations and maintenance costs of $10 million ±20% •Financial analysis reveals strong economics and financial indicators that should get interest from private sector •2 years to implementation after approvals, permitting and financing. Delivery & Financing:Financially Viable•City Staff believe the project would need to be a PPP —Many forms of PPP exist •City may be willing to contribute modest funds to develop the project •City may be willing to provide conduit to municipal bonding •Forward Pinellas will support funding requests if Clearwater prioritizes •Seen as a private sector investment with some public sector involvement. •Capital expenditure of $124 -$184 million •Annual operations and maintenance costs of $10 million ±20% •Financial analysis reveals strong economics and financial indicators that should get interest from private sector •2 years to implementation after approvals, permitting and financing. Q5-Is the public supportive of a gondola project? •Stakeholder engagement showed a generally positive impression •Public questionnaire showed a very favorable impression) YES Questionnaire Results:Public SupportOnline survey Aug 1 –31, 2022 8,306 total responses •17% Clearwater residents (1228) •33% Pinellas, outside Clearwater (2341) •48% Tampa Bay/FL residents (3416) •2% Outside Florida (119) Questionnaire Results:Public SupportAll Respondents (8306) Very Likely:47% Likely:26% Neither:10% Unlikely:8% Would not use:9% Questionnaire Results:Public SupportClearwater residents (1228) Very Likely:53% Likely:21% Neither:7% Unlikely:7% Would not use:12% Questionnaire Results:Public SupportClearwater residents (1228) Yes:81% No:16% No Opinion:3% Questionnaire Results:Public SupportClearwater Beach workers (650) Very Likely:54% Likely:19% Neither:8% Unlikely:7% Would not use:13% Questionnaire Results:Public SupportClearwater residents (1228) Yes, definitely:35% Possibly, with more info:34% Probably opposed:9% No, opposed:19% No Opinion:3% Study Conclusions: 1.A gondola is well-suited for the Causeway corridor and the route is technically feasible. 2.The gondola would reduce traffic on the causeway. 3.The gondola would create a single unified economic/recreation district with little friction of movement between the major nodes. 4.The project is financially viable and should be financeable by the private sector with public sector support. 5.Public survey demonstrates interest in the project. Pinellas Aerial Gondola Feasibility Study Study Conclusion Summer/Fall 2022 Purpose of Study 1.Are aerial gondolas well-suited to the Tampa Bay Area? 2.Are there suitable alignments to serve Clearwater? 3.Are the routes technically feasible? 4.Are the projects financially viable? 5.Is the public at large supportive of the projects? Determine: Stakeholder Feedback •Strong interest in connecting Downtown and Beach -Unification •Supportive of the improvements to Coachman Park -Imagine Clearwater •The gondola system could reduce traffic on the Memorial Causeway for Beachgoers •The gondola system should reduce friction of movement between the beach, the aquarium and downtown •Study should continue with optionality Clearwater: Purpose & Needs •Create a singular, unified economic district •Disaggregate activity, minimize friction •Alleviate congestion (perception) of congestion on Causeway •Provide convenient access to and from: •Aquarium •Downtown Clearwater •Coachman Park •The Beach •Relieve hotel, restaurant and beach capacity constraints •Improve employee access to Beach •Connect with transit Q1-Are aerial gondolas well-suited to the Area? •Aerial gondolas are successfully operating in similar environments: ØPoint-of-interest attractions ØUrban-transit systems ØHeat ØHumidity ØClimate Control YES ØRain ØWind ØLightning ØMarine environment ØADA Compliance Toulouse, France Bolzano, ItalyPho Quoc, Vietnam Koblenz, Germany Q2-Are there suitable alignments? YES N Ca u s e w a y I s l a n d Aq u a r i u m Downtown StationEas t A n g l e P o i n t West Angle Point & Aquarium Station Marina Station Route Specifications: •Length:9,500-10,000 feet •Speed:Up to 17 mph •Cabin Capacity:Up to 28 seated passengers •System Capacity:Up to 3,600 pphpd* •Wait Time:As low as 28 seconds •Trip Time:As low as 11 min (Downtown to Beach) •Traffic:Not susceptible to mixed traffic. *pphpd = people per hour per direction Technically Feasible 1st / Last Mile Connectivity: •Sufficient parking Downtown (as little as 50 cents an hour). •Parking is unutilized during busiest times (weekends and holidays). •Proposed valet concept Downtown at gondola station •Jolly Trolly (route adjustments) •Micro-Mobility (e-bikes, e-scooters) •Autonomous transit •Porters Technically FeasibleBeachgoers Going Downtown/Beach Existing User Groups •Residents: •Beach -> Downtown •Downtown -> Beach •Beachside Employees: •Drivers •Transit Users •Tourists Staying at Beach •Aquarium Visitors: •From Beach •From Downtown & Beyond Ridership Summary •Streetlight Data and transportation analysis reveals base ridership of ~1.4 million riders per year. •An additional ~500,000 novelty riders have been estimated, though some double-counting is likely. •Estimated ridership of 1.4 –1.9 million riders per year. •8.9% reduction in traffic on causeway •Fare is estimated at $15 / day. •Locals and beach employees could purchase annual pass. Financially Viable Delivery & Financing:Financially Viable•City Staff believe the project would need to be a PPP —Many forms of PPP exist •City may be willing to contribute modest funds to develop the project •City may be willing to provide conduit to municipal bonding •Seen as a private sector investment with some public sector involvement. •Capital expenditure of $124 -$184 million •Annual operations and maintenance costs of $10 million ±20% •Financial analysis reveals strong economics and financial indicators that should get interest from private sector •89 Full Time Equivalent jobs •2 years to implementation after approvals, permitting and financing. Q5-Is the public supportive of a gondola project? •Stakeholder engagement showed a generally positive impression •Public questionnaire showed a very favorable impression (see next slide) YES Questionnaire Results:Public SupportThe questionnaire was not a statistically representative survey. •8,300 Responses •17% Clearwater Residents •9% Clearwater Beach Employees •33% Pinellas County Residents (non-CW) •48% Florida Residents (outside Pinellas) •2% From Outside of Florida •76% Familiar/Very Familiar with aerial gondolas •73% Likely/Very Likely to use a gondola •31% to travel to the Beach •38% to travel back-and-forth •78% said Causeway traffic prevented trips •69% of CW residents possibly/definitely open to City tax dollars being used for the project •69% of Pinellas County residents possibly/definitely open to County tax dollars being used for the project Conclusions: 1.Aerial gondolas are well-suited to the Tampa Bay Area 2.Suitable alignments exist 3.The routes are technically feasible 4.The project is financially viable at this stage of analysis 5.The public is supportive of the project Main Talking Points: 1.The gondola would reduce traffic on the causeway. 2.The gondola would create a single unified economic/recreation district with little friction of movement between the major nodes. 3.Stakeholders and the general public are in favor of the project. 4.The project is financially viable and should be financeable by the private sector. 5.The gondola would reduce time and cost of transportation/parking to Clearwater Beach for locals and beach employees. 6.If Amplify Clearwater likes the project, they should advocate for it and prioritize it. Questions? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1011 Agenda Date: 10/6/2022 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the September 15, 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 10/5/2022 City Council Meeting Minutes September 15, 2022 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, September 15, 2022 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes September 15, 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 – Pastor Steve Kreloff from Lakeside Community Chapel 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 September Service Awards The August 2022 Employee of the Month award was presented to Joe Marshall, Solid Waste. The September 2022 Employee of the Month award was presented to Joann Palumbo, Engineering. 4.2 Constitution Week Proclamation, September 17- 23, 2022 - Daughters of the American Revolution Regent 4.3 Florida Climate Week Proclamation, October 3-7, 2022 - Thais Lopez Vogel, Cofounder, and Trustee, VoLo Foundation Draft City Council Meeting Minutes September 15, 2022 Page 3 City of Clearwater 5. Approval of Minutes 5.1 Approve the minutes of the September 1, 2022 City Council Meeting as submitted in written summation by the City Clerk. Councilmember Allbritton moved to approve the minutes of the September 1, 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 August 4, 2022 Special City Council meeting as submitted in written summation by the City Clerk. Vice Mayor Beckman moved to approve the minutes of the August 4, 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 Eliseo Santana thanked the City for allocating resources to bring the Latin flavor to the Cleveland Street area, which will attract economic development. He opposed changing the name of the Mercado. Joe Marshall thanked the City for continuing to support the Greenwood Panthers Youth Football League and presented Councilmembers with commemorative championship rings. Kathy Flaherty opposed changing the name of the Mercado. The City Manager said no action has been taken to change the name of the Mercado. He said staff refers to it as the Mercado and the wayfinding signage has been installed. There was council consensus to not change the Mercado name. Norm Bild, as part of National Hispanic Month, honored Lt. Baldomero Lopez from Tampa, who received the Medal of Honor for holding a hand grenade to save his platoon in 1950. Juan Baxcajay supported keeping the Mercado. Draft City Council Meeting Minutes September 15, 2022 Page 4 City of Clearwater Lisa Lanza opposed increasing the City's utility rate. The Mayor exited Chambers at 6:30 p.m. and returned at 6:31 p.m. 7. Consent Agenda – Approved as submitted. 7.1 Approve a local government contribution of $610,000 in General Fund Reserves to be set aside as a commitment for the Local Government Contribution that is required for Archway Clearwater Gardens, LLC (Archway) to receive a basis boost in the State of Florida’s Low Income Housing Tax Credit Program (LIHTC) for an 80-unit affordable housing development project at 1250 Cleveland Street; approve Section 15.18 of Development Agreement between the Community Redevelopment Agency of the City of Clearwater and Archway as amended; and authorize the appropriate officials to execute same. (consent) 7.2 Approve the purchase of excess liability, workers compensation and various specialty insurance policies from October 1, 2022 through September 30, 2023 at an amount not to exceed $1,400,000 pursuant to Clearwater Code of Ordinances Section 2.563(1)(i), Insurance, and authorize the appropriate officials to execute same. (consent) 7.3 Approve a one-year renewal and Amendment to the Professional Services Agreement with Evernorth Direct Health, LLC (formerly Cigna Onsite Health, LLC) to provide onsite health clinic services to employees, family members, and retirees who are covered by the City of Clearwater health insurance in a not-to-exceed amount of $1,536,823.00 pursuant to RFP 26-15, Onsite Medical and Prescription Drug Services, and authorize the appropriate officials to execute same. (consent) 7.4 Authorize funding and approve purchase order to Evernorth Behavioral Health (Evernorth) and contract to Cigna Healthcare (Cigna) for the employee assistance program and city medical insurance (under a self-insured funding arrangement) for the period January 1, 2023 through December 31, 2023, for a total not-to-exceed amount of $26,155,000 ($55,000 for Evernorth and $26.1 million for Cigna) pursuant to Request for Proposals (RFP) 26-22, Medical Insurance and Employee Assistance Program, to be funded by city budgeted funds, payroll deductions of employees and retiree premiums; and authorize the appropriate officials to execute same. (consent) 7.5 Approve the first addendum to the collective bargaining agreement as negotiated between the City of Clearwater and Communication Workers of America, Local 3179 (CWA) for Fiscal year 2022/2023 and authorize the appropriate officials to executive same. (consent) 7.6 Approve a one-year Agreement with Juvenile Welfare Board (JWB) and the City of Draft City Council Meeting Minutes September 15, 2022 Page 5 City of Clearwater Clearwater for funding youth programs, approve a first quarter budget amendment of $468,897 in special program G2107, JWB Youth Programming, and authorize the appropriate officials to execute same. (consent) 7.7 Accept the University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM), High Visibility Education (HVE) and Enforcement Campaign for Pedestrian and Bicycle Safety Grant Award in the amount of $21,836.07 for police overtime and authorize the appropriate officials to execute same. (consent) 7.8 Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting the National Night Out Event on October 4, 2022, located at the Countryside Mall, and authorize the appropriate officials to execute same. (consent) 7.9 Approve a purchase order to TriTech Software Systems, a CentralSquare Company, for the renewal of TriTech Software Support and Maintenance in the amount of $214,285.66, from October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(d), Non-competitive purchases - impractical to bid, and authorize the appropriate officials to execute same. (consent) 7.10 Approve the First Amendment to the Professional Services Agreement with Wright-Pierce, Inc. of Tampa, FL which extends the Agreement for one additional year and approves Supplemental Work Order 1 for Wastewater Collection System (WWCS) Flow Monitoring Services in the amount of $735,871, increasing the work order from $1,640,880 to $2,376,751 pursuant to Request for Qualifications (RFQ) 23-19 and authorize the appropriate officials to execute same. (consent) 7.11 Approve a proposal from Keystone Excavators, Inc. of Oldsmar, FL for Drainage Improvements at Sally Lane and Lakeview Road for the Guaranteed Maximum Price of $323,567.40, pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Services for Continuing Contracts, and authorize the appropriate officials to execute same. (consent) 7.12 Approve an Agreement between the City of Clearwater and Tampa Bay Psychology Associates, LLC, of Clearwater, FL, for psychological and educational services for Clearwater Fire and Rescue first responders, in a not to exceed amount of $70,000.00 through August 31, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1) (f), Professional services not subject to CCNA, and authorize the appropriate officials to execute same. (consent) 7.13 Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire Draft City Council Meeting Minutes September 15, 2022 Page 6 City of Clearwater District, and authorize the appropriate officials to execute same. (consent) 7.14 Approve the First Amendment of the Interlocal Agreement for Planning and Mapping Services and/or Special Project Work with Forward Pinellas for the term beginning October 1, 2022 through September 30, 2026 and authorize the appropriate officials to execute same. (consent) 7.15 Authorize a purchase order with Verizon Wireless for cellular and mobile data services in an amount of $720,000.00 for the term October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 7.16 Authorize a purchase order to the State of Florida Department of Management Services (DMS) for SUNCOM long distance service, State AIN Centranet lines, and toll-free lines, in an amount not to exceed $164,400.00 for the period October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) 7.17 Authorize a purchase order to Tencarva Machinery Co. LLC, dba Hudson Pump and Equipment of Greensboro, NC for Flygt Allis-Chalmers and Goulds pumps, parts, and factory services, in the annual amount of $200,000.00, effective October 1, 2022, with the option for two, one-year renewal options, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(d), Non-competitive purchases (impractical), and authorize the appropriate officials to execute same. (consent) 7.18 Authorize a purchase order to US Submergent Technologies, LLC. of Orlando, FL for tank cleaning services in the not-to-exceed amount of $600,000, beginning September 15, 2022 through June 10, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative purchasing, and authorize the appropriate officials to execute same. (consent) 7.19 Approve a purchase order to Pinellas County Solid Waste Management for the disposal of solid waste at the Pinellas County waste-to-energy plant/landfill for the term October 1, 2022, through September 30, 2023, in a not-to-exceed amount of $4,900,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 7.20 Approve an amendment to that certain Service and Access Agreement and Schedule D therein (now known as the Site License Agreement and formerly known as the Tower Lease) dated June 2, 2002 (Agreement), between L3Harris Corporation of Lynchburg, VA, (successor in interest to MA/COM) and the City of Clearwater, providing for a three-month extension, authorize the associated purchase order in a not-to-exceed amount of $83,000, and authorize the appropriate officials to execute same. (consent) Draft City Council Meeting Minutes September 15, 2022 Page 7 City of Clearwater 7.21 Request for authority to settle case of City of Clearwater v. Precision Hotel Management Company, et al., Case No. 21-004911-CI. (consent) Councilmember Bunker 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 Set final millage rate of 5.8850 mills for fiscal year 2022/23 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9614-22 on first reading. In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The adoption of this ordinance to establish the millage rate and the two related budget ordinances are an integral part of fulfilling these requirements. The City Council set a tentative millage rate of 5.9550 mills on July 21, 2022, which is the rate that appeared on the TRIM notices mailed to taxpayers in August. On September 1, 2022, City Council discussed the proposed budget for fiscal year 2022/23 and directed staff to bring forward a reduced millage rate of 5.8850 mills for final adoption. The millage rate of 5.8850 mills represents a 9.93% increase from the rolled back rate of 5.3535 mills. Ordinance 9614-22 is presented in order to adopt the millage rate of 5.8850 mills to support the operating and capital improvement budgets for the 2022/23 fiscal year. Budget Manager Kayleen Kastel provided a PowerPoint presentation. Ordinance 9614-22 was presented and read in full. Once individual expressed concerns with comparing long-time residents who purchased their homes many years ago with residents who recently Draft City Council Meeting Minutes September 15, 2022 Page 8 City of Clearwater purchased homes after moving from New York or California. Councilmember Teixeira moved to set final millage rate of 5.8850 mills for fiscal year 2022/23 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9614-22 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 8.2 Approve the City of Clearwater Annual Operating Budget for the 2022/23 fiscal year and pass Ordinance 9615-22 on first reading. In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The adoption of this ordinance and the related ordinances adopting the 2022/23 millage rate and the Capital Improvement Budget are an integral part of fulfilling these requirements. On June 30, 2022, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2022/23 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 21, 2022, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 4, 2022, for Council discussion of the proposed budget. On September 1, 2022, the City Council directed staff to bring forward a reduced millage rate of 5.8850 mills for final adoption. In response to this direction the following changes have been made to the preliminary operating budget and are included in the ordinance for adoption of the fiscal year 2022/23 operating budget. • A decrease of $1,000,000 in ad valorem tax revenues is recognized to provide for a millage rate reduction. • Updates made in Miscellaneous and Transfer In revenues (net zero) to account for revenues in the correct categories. • General Fund expenditures are reduced by $1,000,000 to provide for a millage rate reduction. The following changes are made by department: o The Library budget is reduced by $80,000. This accounts for the Draft City Council Meeting Minutes September 15, 2022 Page 9 City of Clearwater elimination of an additional of 1.5 FTE’s which were included in the proposed budget to increase hours at the North Greenwood branch. Instead, staff will look at current staffing levels and open hours to see if a shift in open days/times would better serve the needs of the community. o The Office of Innovation is reduced by $69,000. This accounts for the elimination of one neighborhood coordinator which was proposed to provide a staffing level of 4 FTEs to operate the neighborhoods division. This will leave 3 FTEs to support the division in fiscal year 2022/23. o The Parks and Recreation budget is being reduced by a total of $651,000. • This includes the elimination of an additional 4.0 FTE’s which were included in the proposed budget to create a custodial team to provide for the opening of 6 closed restrooms in neighborhood parks and shift existing custodial responsibilities to this new staff. Instead, these restrooms will remain closed to the public and existing sites will continue to be maintained by custodial contactors. • The Parks and Recreation department will be required to operate within the budgetary constraints of a reduction of an additional $460,000. This will allow the department time to analyze operations to implement changes over the course of fiscal year 2022/23 that will result in this savings. o The Public Works budget is reduced by $200,000. This reflects a reduction to the contribution of General Fund revenues transferred to the streets and sidewalks project by $200,000. In the proposed capital improvement budget, funding for fiscal year 2022/23 through 2027/28 in the streets and sidewalks project included $900,000 of General Fund revenue annually. This will be reduced to $700,000 annually in the 6-year plan. • In the Special Development Fund, revenues and expenditures are reduced by $50,000. This accounts for the reduction in road millage revenues to provide for a millage rate reduction. Vice Mayor Beckman moved to assign the ARPA interest accrued money, as well as any additional interest accrued from ARPA funds, back into an account called ARPA Interest. The motion was duly seconded. In response to questions, Budget Manager Kayleen Kastel said, for budget purposes on this ordinance, it does not change anything. Staff budgets an estimate of revenues based on the money in the bank. The Draft City Council Meeting Minutes September 15, 2022 Page 10 City of Clearwater funds would be moved to a project from a specific fund as part of a budget amendment next year. The ARPA accrued interest are in a special program fund. Ms. Kastel said the funds can be moved out of the special program fund next year via an amendment. Assistant City Manager Micah Maxwell said a budget amendment can be adopted at first quarter. The City Manager said staff will present an item that would move the ARPA interest into one of the buckets. Discussion ensued with comments made that this was not the appropriate time to raise the matter during this agenda item. The motion was withdrawn. One individual spoke in support. Ordinance 9615-22 was presented and read by title only. Councilmember Allbritton moved to approve the City of Clearwater Annual Operating Budget for the 2022/23 fiscal year and pass Ordinance 9615-22 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 8.3 Approve the fiscal year 2022/23 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9616-22 on first reading. In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearing to adopt the final budget. The adoption of this ordinance and the related ordinances adopting the 2022/23 millage rate and operating budget are an integral part of fulfilling these requirements. On June 30, 2022, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2022/23 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 21, 2022, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 4, 2022, for Council discussion of the proposed budget. On September 1, 2022, the City Council directed staff to bring forward a Draft City Council Meeting Minutes September 15, 2022 Page 11 City of Clearwater reduced millage rate of 5.8850 mills for final adoption. In response to this direction the following changes have been made to the preliminary capital improvement budget and are included in the ordinance for adoption of the capital improvement budget. • The road millage funding in the Streets and Sidewalks project is being reduced by $50,000 due to the reduction of the millage rate. • The General Fund revenue transferred to the Streets and Sidewalks project is being reduced by $200,000 as part of budget reductions required in response to the reduced millage rate. The preliminary budget included $900,000 of General Fund revenue annually, this will be reduced to $700,000 in each year of the 6-year plan. Ordinance 9616-22 was presented and read by title only. Vice Mayor Beckman moved to approve the fiscal year 2022/23 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9616-22 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 8.4 Approve the recommended Penny for Pinellas project list, as revised for fiscal years 2022/23 through 2029/30. (APH) On March 6, 1997, the City Council adopted Ordinance 6137-97. The ordinance established the requirement for a special hearing prior to adoption of the capital improvement budget to discuss the use of Penny for Pinellas tax, and at any time in which there is any proposed change to the Penny for Pinellas project funding of $500,000 or more. Changes to Penny for Pinellas projects that meet this criteria in the proposed 2022/23 capital improvement budget and six-year plan include the following: Fire Engines/Ladder Truck Replacement - The funding for this project is being increased by a total of $372,430 to recognize the increased costs realized for the purchase of fire trucks. Sports Fields & Facilities - project is reduced by $3,350,000 to provide funding for the following sub-projects: o Frank Tack Improvements - This project is established in the amount of $550,000 funded in fiscal years 2023/24 and 2024/25 to construct a new restroom and improve the parking lot. o McMullen Tennis Building Renovations - This project is established in the amount of $2,800,000, funded in fiscal years 2027/28 and 2028/29 to construct a new clubhouse and provide Draft City Council Meeting Minutes September 15, 2022 Page 12 City of Clearwater other improvements to courts. Neighborhood and Community Park Renovations - This project is decreased by $1,200,000 to provide a portion of funding for the Woodgate Park Renovation project which is established in the amount of $1,800,000 funded in fiscal year 2026/27 to provide multipurpose fields and improvements to restrooms and parking. Long Center Renovation - This project is added to the penny list for a total of $5,000,000 in fiscal years 2022/23 and 2023/24 to provide additional funding for renovations at the Long Center and reconstruction of the natatorium. Beach Marina Upgrades - The total project is being increased by $8,000,000 for a new total of $23,000,000. The increased funding is needed to fully fund the anticipated construction costs of the beach marina renovation project. Clearwater Harbor Marina Replacement/Upgrade - This project is added to the penny list for a total of $5,000,000 in fiscal years 2025/26 through 2029/30 to provide additional funding for the future replacement/upgrades of attenuators at the Clearwater Harbor Marina. Councilmember Bunker moved to approve the recommended Penny for Pinellas project list, as revised for fiscal years 2022/23 through 2029/30. The motion was duly seconded and carried unanimously. 8.5 Approve a Future Land Use Map Amendment from the Residential Urban (RU) category to the Institutional (I) category for portions of property located at 110 N. McMullen Booth Road and pass Ordinance 9594-22 on first reading. (LUP2022-06005) This Future Land Use Map Amendment involves a 0.891-acre portion of a 41.016-acre property located generally on the southwest corner of Drew Street and McMullen Booth Road. The amendment areas are located generally between Cleveland Street and Cherry Lane on the west side of McMullen Booth Road, and at the western terminus of Cleveland Street. The applicant, First Baptist Church of Clearwater, Inc., is requesting to amend the future land use category of the amendment areas from Residential Urban (RU) to Institutional (I). The applicant has submitted a Zoning Atlas amendment which is being processed concurrently with this case (REZ2022-06005). The property is currently developed with the Calvary Church and Calvary Christian High School as well as the high school’s athletic fields with parking interspersed between all the uses. The existing Residential Urban (RU) future land use category on the amendment areas are remnants from when the church purchased the properties as their previous uses were detached dwellings. Throughout the years, the church has assembled additional properties in the area and has also gone through the Future Land Use Map Draft City Council Meeting Minutes September 15, 2022 Page 13 City of Clearwater Amendment process to amend those properties to Institutional (I). The Residential Urban (RU) category has a maximum density of 7.5 dwelling units per acre and a maximum floor area ratio (FAR) of 0.40. The Institutional (I) category has a maximum density of 12.5 dwelling units per acre and a maximum floor area ratio (FAR) of 0.65. The proposed amendment would allow the property to have one consistent future land use category of Institutional (I). The applicant currently has a building permit in review for a revised parking lot and associated stormwater facilities, and the proposed amendment would allow for a more cohesive parking plan. The Planning and Development Department has determined that the proposed future land use amendment is consistent with the provisions of the Clearwater Community Development Code as specified below: • The proposed amendment is consistent with the Comprehensive Plan and the Countywide Plan Rules. • The proposed amendment is compatible with the surrounding properties and character of the neighborhood. • Sufficient public facilities are available to serve the property. • The proposed amendment will not have an adverse impact on the natural environment. • The proposed amendment will not have an adverse impact on the use of property in the immediate area. The proposed City of Clearwater future land use category of Institutional (I) will necessitate an amendment of the Countywide Plan Map from the Residential Low Medium (RLM) category to the Public/Semi-Public (P/SP) category. In accordance with the Countywide Plan Rules, the land use plan amendment is subject to the approval of Forward Pinellas, in its role as the Pinellas Planning Council, and the Board of County Commissioners acting as the Countywide Planning Authority. The application is a small-scale amendment so review and approval by the Florida Department of Economic Opportunity is not required. The Community Development Board reviewed this application at its August 16, 2022 public hearing and made a unanimous recommendation of approval to the Council. The Mayor said he is a member of Calvary Baptist Church but did not need to recuse himself from voting since he had no financial gain in the matter. Ordinance 9594-22 was presented and read by title only. Councilmember Teixeira moved to approve a Future Land Use Map Amendment from the Residential Urban (RU) category to the Institutional (I) category for portions of property located at 110 N. McMullen Booth Road and pass Ordinance 9594-22 on first reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes September 15, 2022 Page 14 City of Clearwater Ayes: 5 - Mayor Hibbard, Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker and Councilmember Teixeira 9. Quasi-Judicial Public Hearings 9.1 Approve a Zoning Atlas Amendment from the Low Medium Density Residential (LMDR) District to the Institutional (I) District for portions of property located at 110 N. McMullen Booth Road and pass Ordinance 9595-22 on first reading. (REZ2022-06005). This Zoning Atlas Amendment involves a 0.891-acre portion of a 41.016-acre property located generally on the southwest corner of Drew Street and McMullen Booth Road. The amendment areas are located generally between Cleveland Street and Cherry Lane west of McMullen Booth Road and at the western terminus of Cleveland Street. The applicant, First Baptist Church of Clearwater, is requesting to rezone the amendment areas from the Low Medium Density Residential (LMDR) District to the Institutional (I) District. The applicant has submitted a Future Land Use Map Amendment, which is being processed concurrently with this case (LUP2022-06005). The property is currently developed with the Calvary Church and Calvary Christian High School as well as the high school’s athletic fields with parking interspersed between all the uses. The existing Low Medium Density Residential (LMDR) District on the amendment areas are remnants from when the church purchased the properties as their previous uses were detached dwellings. The proposed Institutional (I) District is compatible with the surrounding zoning districts and the surrounding uses consisting of detached dwellings, an office and RV park, and athletic fields. The proposed Institutional (I) District would also allow the property to have one consistent zoning district across the entire property. The applicant currently has a building permit in review for a revised parking lot and associated stormwater facilities, and the proposed amendment would allow for a more cohesive parking plan. The Planning and Development Department has determined that the proposed Zoning Atlas Amendment is consistent with the provisions of the Community Development Code as specified below: • The proposed amendment is consistent with the Comprehensive Plan and the Community Development Code. • The proposed amendment is compatible with the surrounding properties and character of the neighborhood. • The available uses in the Institutional (I) District are compatible with the surrounding area. • The proposed amendment will not adversely impact or unreasonably affect the use of other property in the area. • The proposed amendment will not adversely burden public facilities, including traffic carrying capabilities of streets in an unreasonably or disproportionate manner, and Draft City Council Meeting Minutes September 15, 2022 Page 15 City of Clearwater • The proposed Institutional (I) District boundaries are appropriately drawn in regard to location and classification of street, ownership lines, existing improvements, and the natural environment. The Community Development Board reviewed this application at its August 16, 2022 public hearing and made a unanimous recommendation of approval to the Council. Ordinance 9595-22 was presented and read by title only. Councilmember Allbritton moved to approve a Zoning Atlas Amendment from the Low Medium Density Residential (LMDR) District to the Institutional (I) District for portions of property located at 110 N. McMullen Booth Road and pass Ordinance 9595-22 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 10. Second Readings - Public Hearing 10.1 Adopt Ordinance 9610-22 on second reading, 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-wideplatted 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. Ordinance 9610-22 was presented and read by title only. Vice Mayor Beckman moved to adopt Ordinance 9610-22 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 11. City Manager Reports 11.1 Amend the City’s fiscal year 2021/22 operating and capital improvement budgets at third quarter and pass Ordinances 9617-22 and 9618-22 on first reading. The fiscal year 2021/22 operating and capital improvement budgets were Draft City Council Meeting Minutes September 15, 2022 Page 16 City of Clearwater adopted in September 2021 by Ordinances 9498-21 and 9499-21. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. Ordinances 9617-22 and 9618-22 were presented and read by title only. Councilmember Bunker moved to amend the City’s fiscal year 2021/22 operating and capital improvement budgets at third quarter and pass Ordinances 9617-22 and 9618-22 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 11.2 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. 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 Draft City Council Meeting Minutes September 15, 2022 Page 17 City of Clearwater 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 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. Engineering Division Manager Jeremy Brown provided a PowerPoint presentation. One individual questioned if the project addresses saltwater intrusion associated with rising sea level and if the expenses were part of the current rate study. It was stated the expenses are part of the rate study. Draft City Council Meeting Minutes September 15, 2022 Page 18 City of Clearwater Mr. Brown said the item before Council is for infrastructure maintenance, replacing existing infrastructure where needed. The manhole covers that address saltwater and stormwater intrusion are handled via another contract. One individual questioned if the contract would address the sinkholes in the streets caused by rehabbing the sewer lines. One individual expressed concerns with sinkholes in her neighborhoods caused by failing sewer lines. Mr. Brown said the contract includes rehabilitating impacted roads and testing prior to road paving. He said the goal is to complete 50% of the city within the first year. He said the sinkholes may not always be caused by failing sewer lines; there are other utilities and geotechnical issues that could be causing the sinkholes. Councilmember Teixeira moved to 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. The motion was duly seconded and carried unanimously. 11.3 Approve work order and professional service agreement with Wannemacher Jensen Architects Inc., of St. Petersburg, FL, for the design of the new City Hall (22-0019-EN) in the amount of $2,948,340, pursuant to Request for Qualifications (RFQ) 24-22 and authorize the appropriate officials to execute same. With the aging city hall building (constructed in 1964), the City coordinated with the County and PSTA on a possible shared facility. A 2008 report showed promising efficiencies and a follow up feasibility study was completed in 2019. The County significantly increased their required square footage. The 2019 study showed a considerable reduction in efficiencies and operational and construction cost savings of a shared facility. Contributing factors include the increase in the County’s space needs, scheduling conflicts and lack of overlap and shared resources in City-County services. The County moved forward with an area-wide space utilization plan. City Hall staff moved to 600 Cleveland Street in January 2019. RFQ 10-20 was advertised in October 2019. Harvard Jolly was selected to Draft City Council Meeting Minutes September 15, 2022 Page 19 City of Clearwater prepare numerous concept studies and sketches for potential city hall sites. November 18, 2019, staff presented their proposed site selection criteria and a list of nine potential sites to City Council. Council reached consensus that the study should consider housing all staff in the future city hall. Other items discussed were having an iconic building at a visible location, adding the Main Library to the list of sites and possible remodeling of the MSB. Incorporating council direction from November 2019, staff ranked the two blocks south of MSB, and west of Myrtle Avenue as the preferred location. A collection of parcels on the east side of Myrtle between Park and Pierce Streets ranked as the second site. Harvard Jolly then completed a feasibility study of the two sites considering a stand-alone city hall, a combined government center, and possible construction of a parking garage. The results of the analysis were presented to Council on March 2, 2020. High-level estimated construction costs of the proposed options ranged from $22 to $64 million. April 1, 2022, RFQ 24-22 for design services for a new city hall was advertised. The selection committee consisted of the City Manager, and representatives from Engineering, Planning and Legal. Five firms responded to the RFQ. The committee short listed three firms for oral presentations and selected Wannemacher Jensen Architects due to their innovative concepts. The work order includes three concepts of varying architectural styles and locations (connected to MSB and on parcel south of MSB) for an approximately 40,000 square foot, LEED silver building. Design is expected to take 15 months through end of permitting (December 20, 2023), including city review time, DRC review and final building permit review and issuance. The scope also includes an update to the older space needs analysis, construction administration through end of the project along with design of the south parcel public space and parking if the current MSB parcel is chosen for the city hall building. Possible redevelopment of Pierce Street and East Avenue, between Franklin and Park Streets, to a convertible street (more pedestrian friendly) is included in the design scope. A parking garage is not anticipated. Construction via construction manager at risk (CMAR) is estimated to start in January 2024 and be completed in summer of 2025. The City will solicit owner’s representative and CMAR firms shortly. APPROPRIATION CODE AND AMOUNT: ENGF220001-DSGN-PROSVC $2,948,340 Funds are available in capital improvement project ENGF220001, City Hall, to fund this Work Order. In response to a question, the City Manager said staff will provide updates every other month. A comment was made that the City should not build a new city hall and that one could be incorporated into the Main Library for much less. Draft City Council Meeting Minutes September 15, 2022 Page 20 City of Clearwater Councilmember Allbritton moved to approve work order and professional service agreement with Wannemacher Jensen Architects Inc., of St. Petersburg, FL, for the design of the new City Hall (22-0019-EN) in the amount of $2,948,340, pursuant to Request for Qualifications (RFQ) 24-22 and authorize the appropriate officials to execute same. The motion was duly seconded and carried with the following vote: Ayes: 4 - Vice Mayor Beckman, Councilmember Allbritton, Councilmember Bunker and Councilmember Teixeira Nays: 1 - Mayor Hibbard The Council recessed from 7:36 p.m. to 7:46 p.m. 11.4 Approve the Selection Committee’s recommendation for the Clearwater Airpark Fixed Base Operator (RFP 38-22), authorize city staff to engage in negotiations with FlyUsa Inc. and Paradise Ventures, for the purpose of establishing a lease and operating agreement for Fixed Base Operator (FBO) services at Clearwater Airpark. The Clearwater Airpark has been in operation since 1939. It is currently leased to and operated by Clearwater Airpark Incorporated. This company has operated the Airpark under the terms of that lease for twenty-two years. The lease’s final option expires on November 31, 2022. Accordingly, the City was required to issue RFP 38-22 to identify a vendor capable and interested in entering into a new lease agreement for the management and operation of Clearwater Airpark. The RFP was issued on June 29, 2022 and closed on August 8, 2022. Four responses were received. Of the four respondents, the development partnership of FlyUSA Inc. and Paradise Ventures was unanimously selected by the committee tasked with evaluating those proposals. The committee requested that the top three respondents, identified after the review of those proposals, make presentations to the committee. The presentations took place on August 22, 2022. Again, the committee felt that the development partnership of FlyUSA and Paradise Ventures presented a vision that was most closely aligned with the RFP. The RFP solicited proposals that envisioned the possibility of higher value but safer and less intensive operations, a commitment to capital improvements, as well as an understanding of the Airpark’s relationship with the neighborhoods and a commitment to maintain and enhance communications with all users and the neighborhoods. City staff is requesting council approval to negotiate with the development partnership of FlyUSA and Paradise Ventures in advance of preparing a final agreement to include financial obligations and returns, operational considerations, and management terms. Once negotiations have concluded, a final agreement will be brought back to Council for approval. Draft City Council Meeting Minutes September 15, 2022 Page 21 City of Clearwater Eight individuals spoke in opposition. One individual supported community events and consideration to allow existing employees to remain. One individual expressed concern mixing small and big planes and suggested having an expert review and provide a professional opinion. Two individuals expressed concerns with the proposed expansion, hours of operation, and noise levels. One individual spoke in support. One individual submitted an email opposing Item 11.4 that was read into the record (see page 26). In response to a comment, the City Attorney said The Landings Golf Course is zoned OSR (Open Space Recreation) and cannot be anything other than open space or recreation. Furthermore, the City Charter has restrictions on any real estate within the city that is zoned OSR; a referendum is required to change the zoning. In response to questions, FlyUSA representative Barry Shevlin said the group understands the intensity of the flight training activity, from a noise perspective, is an issue for the neighborhood. The flight training intensity is also an issue for other pilots using the facility. He said the volume of flight training has doubled in the last 12 months, creating an imbalance. The flight school has always been a part of the plan, but the volume of flight training will be reduced. The proposal was guided by the Master Plan, which contemplates removing 30 shade hangars and replacing them with 30 T-hangars. Mr. Shevlin said the impacted tenants will have options. The derelict planes found at the facility will be removed, creating additional space. The RFP included a question to include the value of the improvements that the City receives as part of the total compensation, which totaled approximately $7 million. The value included the anticipated FDOT grant funding. He said the group will not move forward if the FDOT grant funding is not provided. Marine and Aviation Director Eric Gandy said staff prepared an extension for the current FBO but initiated an RFP after the Airpark Advisory Board met and discussed the facility. He said there are many competing interests surrounding the facility that it would be difficult to incorporate all concerns in Draft City Council Meeting Minutes September 15, 2022 Page 22 City of Clearwater a lease agreement. For example, if the flight school was eliminated due to public feedback, it would negatively impact the Airpark’s business plan as the flight school keeps the facility afloat. He said the provisions of the contract should be enforced. If the City accepts FAA money, the City cannot discriminate against types of aircraft. Mr. Gandy said any general aviation airport has a component of their business model that is reliant on a flight school. Mr. Shevlin said over the course of a few years, FlyUSA would like to see 10% of the planes based at the facility be in the turbo-prop category. These planes would take off a few times per week, not several times per day. The flight school at PIE is busier than the Clearwater Airpark. Clearwater Airpark FBO David King said he did not send an announcement of the RFP or inform tenants of the RFP. Discussion ensued with comments made that not everyone will be happy, that efforts should be made to address the neighborhood's concerns, that expectations for the City and FlyUSA are clearly outlined in the agreement, and that tenant expectations should be included in the contract. Vice Mayor Beckman moved to approve the Selection Committee’s recommendation for the Clearwater Airpark Fixed Base Operator (RFP 38-22), authorize city staff to engage in negotiations with FlyUsa Inc. and Paradise Ventures, for the purpose of establishing a lease and operating agreement for Fixed Base Operator (FBO) services at Clearwater Airpark. The motion was duly seconded and carried unanimously. 11.5 Approve the 2023 City Council Meeting Schedule. Per City Council Rule 1, Scheduling Council Meetings/Work Session Agendas, city council meetings are at 6:00 p.m. on the first and third Thursday of each month. The accompanying work sessions are at 9:00 a.m. on the preceding Monday, unless the Monday is a holiday, in which case the work session is on Tuesday. No meetings are held the first Thursday in January and July and the third Thursday in December. Staff has identified the following exceptions: 1. Passover next year takes place Wednesday, April 5 through Thursday, April 15, conflicting with the April 6 council meeting. Staff recommends rescheduling the meeting to Tuesday, April 4 (no work session on Monday, April 3). 2. The US Conference of Mayors’ Annual Conference will be held June 2-5, 2023 in Columbus, OH and FCCMA’s Annual Conference will be held Draft City Council Meeting Minutes September 15, 2022 Page 23 City of Clearwater May 31 - June 3, 2023. Staff is recommending moving the Thursday, June 1 council meeting to Thursday, June 8, with the work session on Monday, June 5. 3. To accommodate Jazz Holiday, staff recommends moving the Thursday, October 19 council meeting to Wednesday, October 18. 4. To accommodate holiday travel, staff is recommending moving the Thursday, December 21 council meeting to Tuesday, December 19 (no work session on Monday, December 18). In addition, staff is proposing to hold a special work session on Monday, January 23, 2023 for the annual strategic planning meeting. At the September 12 work session, there was council consensus to move the January 17 work session to Monday, January 9 at 1:00 p.m. and the January 18 council meeting to Thursday, January 12 at 6:00 p.m. Staff was directed to move the following work sessions to 1:00 p.m. as they conflict with the Tampa Bay Regional Planning Council meetings: January 9, June 12, August 14, and November 13. Councilmember Bunker moved to approve the 2023 City Council Meeting Schedule. The motion was duly seconded and carried unanimously. 11.6 Appoint an individual to serve on the Library Board for an unexpired term through February 28, 2025. APPOINTMENT WORKSHEET BOARD: Library Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required STAFF LIAISON: Library Director RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 CHAIRPERSON: Donna Dennis MEETING DATES: Quarterly PLACE: Main Library APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND NOW REQUIRES A REPLACEMENT BY A NEW APPOINTEE: 1. Barbara Ann Murphy - 1304 Jeffords St., 33756 - Retired Library Director Draft City Council Meeting Minutes September 15, 2022 Page 24 City of Clearwater Original Appointment: 1/13/11 Resigned: 07/26/22 THE NAMES BELOW ARE BEING SUBMITTED FOR COSNIDERATION TO FILL THE VACANCY: 1. Christine Dulligan - 1473 S. Betty Ln., 33756 - Retired Legal Sec/State Attorney’s Office 2. Angela Gates - 2269 Manor Blvd. N., 33765 - Self-employed/Digital Marketing 3. Lawrence Jaffe - 1357 Admiral Woodson Ln, 33755 - Writer 4. Kelly Malizia - 314 S. Lincoln Ave., 33756 - Librarian 5. Pamela Mastruserio - 602 Lime Ave., #601, 33756 - Retired/Chamber of Commerce (OH,KY) 6. Joseph Smiley - 1275 Wood Ave., 33755 - College Administrator/SPC 7. Linda Stuckey - 2187 College Sr., 33764 - Teacher 8. Sharon Swallwood - 2619 Cedar View Court, 33761 - College Professor/SPC 9. Aleksandra Vangeli - 2386 Moore Haven Dr. W., 33763 - Nurse 10. Debra Wilson - 886 Island Way, 33767 - Retired/Office Manager Zip codes of current members on board: 2 at 33755 1 at 33759 1 at 33763 1 at 33765 1 at 33767 Discussion ensued with comments made that there were many individuals interested in serving on the board. Support was expressed to appoint Kelly Malizia. A concern was expressed with responses provided in Ms. Malizia's application. Councilmember Allbritton moved to appoint Kelly Malizia to serve on the Library Board for an unexpired term through February 28, 2025. The motion was duly seconded and carried with the following vote: Ayes: 4 - Mayor Hibbard, Councilmember Allbritton, Councilmember Bunker and Councilmember Teixeira Nays: 1 - Vice Mayor Beckman 12. City Attorney Reports – None. 13. Other Council Action Draft City Council Meeting Minutes September 15, 2022 Page 25 City of Clearwater 13.1 New City Hall Site - Vice Mayor Beckman No action or discussion. 14. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Teixeira wished all a good week. Councilmember Bunker said newspapers are struggling and encouraged all to subscribe to their local newspaper. He reviewed a recent newspaper article written by Tracey McManus regarding the Blue Sky housing development. Vice Mayor Beckman thanked those who attended and spoke at tonight's council meeting and expressed disappointment in the Blue Sky development falling through. Discussion ensued with concerns expressed that Council was not aware of the discussions regarding the Blue Sky parcel. The City Manager said he spoke several times with Council regarding the status of the housing project. He said the newspaper article was incomplete. Councilmember Allbritton said the first Yes for Clearwater meeting was held at Island Way Grill. He encouraged all to attend the meetings regarding the upcoming referendum. 15. Closing Comments by Mayor – None. 16. Adjourn The meeting adjourned at 9:30 p.m. Mayor City of Clearwater Attest City Clerk Draft INDIVIDUALSPEAKER CitizenCommentCard Name: 71 Address: Ptioe \lkikl ISSFic1544auQ City: (1tLZip3316'? TelephoneNumber: CJO')iI"2C6z EmailAddress: 1\V004A # GiMijg d Speakingundercitizenstobeheardre itemsnotontheagenda? Agendaitem(s) towhichyouwishtospeak. Whatisyourpositionontheitem? ForAgainst INDIVIDUAL SPEAKER Citizen Comment Card Name: 04) (9G‘,€ -(\v Address: City: W— Zip: 3Y4s .S Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? 4d 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\\IIA e74 Clef SIa-s) Address: l City: )'los 4., i €l Zip: C Telephone Number: ('/57) Email Address: OK )til Speaking under citizens to be eard re items not on the agenda? Agenda item(s) to which you wish to speak. ite,i(a Co V12:,— Sa,(4 vi? I; What is your position on the item? For V Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1008 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Accept a Gas Utility Easement from Center Connect Development II, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, described as Parcel ID: 30-26-18-0080-00000-001B, Official Records of Pasco County, Florida, located on Focus Loop, Land O’Lakes, FL 34638, and lying within Suncoast Commercial Center-East Partial Replat, Lot 1B as recorded in Plat Book 83 Page 62 of the Public Records of Pasco County, Florida; and authorize the appropriate officials to execute same. (consent) SUMMARY: Center Connect Development II, LLC (Grantor) has granted a non-exclusive five-foot wide natural gas utility easement on property addressed as 16934, 16858, 16800, 16732, 16960, 16988, 16912, 16722, 16728, 16734, 16740, 16794, 16810, 16852, 16856, 16864, 16908, 16916, 16930, 16936, 16940, 16948, 16958, 16964, 16970, 16984, and 16992 Focus Loop, Land O Lakes, FL 34638, and identified as Parcel ID, 30-26-18-0080-00000-001B, Public Records of Pasco County, Florida, for the installation of a natural gas distribution line. This line will serve commercial business. The easement grant is sufficient for the City to maintain and replace its facilities as necessary in perpetuity, or until such time as the City determines to abandon its use. Page 1 City of Clearwater Printed on 10/5/2022 The Hub at Bexley Ranch - Gas Easement Parcel ID: 30-26-18-0080-00000-001B 16934, 16858, 16800, 16732, 16960, 16988, 16912, 16722, 16728, 16734, 16740, 16794, 16810, 16852, 16856, 16864, 16908, 16916, 16930, 16936, 16940, 16948, 16958, 16964, 16970, 16984, & 16992 FOCUS LOOP, LAND O LAKES, FL 34638 Exhibit A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1030 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Authorize purchase orders to Bert Lowe Supply Company of Lakeland, FL, Devtech Sales Inc of Avon Park, FL and Tempaco Inc of Orlando, FL for the supply of galvanized steel pipe and fittings in the cumulative annual not-to-exceed amount of $200,000.00 with the option for two, one-year renewals, pursuant to Invitation to Bid No. 29-22 and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) No. 29-22 was released on July 11, 2022, for the supply of galvanized steel pipe and fittings for the Clearwater Gas System (CGS) and three responsive, responsible bids were received. Product samples were requested from all responses and were reviewed and evaluated for specification compliance and suitability for application. CGS is recommending award of ITB No. 29-22, Galvanized Steel Pipe and Fittings as follows: ·Devtech Sales, Inc. of Avon Park, FL: All Fittings, Groups 1-8 and Group 10 ·Tempaco Inc. of Orlando, FL: Nipples, Group 9 ·Bert Lowe Supply Company of Lakeland, FL: Galvanized Pipe, Group 11 To ensure a continuity of supply, CGS is requesting flexibility to use the secondary and tertiary source (if needed) for galvanized steel pipe and fittings. All materials are code approved and will be used in CGS’s distribution network to include new customers as well as replacement pipe and fittings on meters that have reached the end of their useful life. APPROPRIATION CODE AND AMOUNT: Capital project funds are budgeted and available in Gas New Mains and Service Lines 323-96377 (Pinellas), 323-96378 (Pasco). Funds are also budgeted and available in 4232068-531100 (Pinellas Installation) and 4232174-531100 (Pasco Installation). USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/5/2022 September 14, 2022 NOTICE OF INTENT TO AWARD The Clearwater Gas System and the Procurement Division recommend award of ITB No. 29-22, Galvanized Steel Pipe and Fittings as follows: • Devtech Sales, Inc. of Avon Park, FL: All Fittings, Groups 1-8 and Group 10 • Tempaco Inc. of Orlando, FL: Nipples, Group 9 • Bert Lowe Supply Company of Lakeland, FL: Galvanized Pipe, Group 11 These vendors represent the lowest most responsible bidders overall, in accordance with the bid specifications, in the estimated amount of $200,000.00 annually, for a period of one (1) year, with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the October 3, 2022, Work Session (9:00 a.m.) and voted on at the October 6, 2022, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to Scott Burrows at (727) 562-4634 or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Scott Burrows Scott Burrows, MPA Procurement Analyst 1) Bert Lowe Supply Company 2) Devtech Sales, Inc. 2500 South Combee Road 118 South Lake Avenue Lakeland, FL 33801 Avon Park, FL 33825863-665-5601 863-453-5959 3) Tempaco Inc. 1984 W. New Hampshire Street Orlando, FL 32804 727-532-4691 ADVERTISED: TAMPA BAY TIMES 7/20/2022 POSTED:myclearwater.com 7/11/2022 Due/Opening: August, 12, 2022; 10:00 a.m. INVITATION TO BID No. 29-22 Galvanized Steel Pipe and Fittings Solicitation Response Listing FOR THE CITY OF CLEARWATER CITY OF CLEARWATERITB # 29-22, Galvanized Steel Pipe and FittingsNOTE: Highlighted Cell indicates no bidDUE DATE: August 9, 2022; 10:00 AMBID TABULATION SUMMARYITEM DESCRIPTION Bert Lowe Supply Company Devtech Sales, Inc. Tempaco1 Group 1: Caps8,481.75$ 8,517.44$ 8,969.25$ 2 Group 2: 90 Elbows16,074.20$ 14,262.09$ 15,015.38$ 3 Group 3: Reducer 90 Elbows 10,981.10$ 10,694.85$ 11,262.04$ 4 Group 4: Plugs5,962.15$ 7,912.21$ 8,327.69$ 5 Group 5: 45 Elbows1,193.10$ 1,148.46$ 1,211.01$ 6 Group 6: Tees (without item 57, which was listed incorrectly) 11,846.15$ 13,299.85$ 12,374.06$ 6.1 Group 6.1: 3/4" x 1/4" x 3/4" Tee (Item 50, per Addendum) 55,500.00$ 36,090.00$ 37,500.00$ 7 Group 7: Couplings1,769.40$ 1,877.30$ 1,971.86$ 8 Group 8: Reducer Couplings 8,790.10$ 10,158.84$ 10,667.58$ 9 Group 9: Nipples64,391.50$ 53,487.93$ 46,766.10$ 10 Group 10: Unions13,309.50$ 11,385.90$ 11,986.90$ 11 Group 11: Galvanized Pipe 39,527.00$ -$ -$ Total Bid Items 1 – 20: 237,825.95$ 168,834.87$ 166,051.87$ NOTE: Items with a star ( ) indicates intent to award. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1033 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Accept a Gas Utility Easement from Clearwater Tides, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, located at 880 N Osceola Avenue, Clearwater 33755, and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Tides, LLC (Grantor) has granted a non-exclusive five-foot wide natural gas utility easement on property located at 880 N Osceola Avenue, Clearwater, and identified as Parcel ID# 09-29-15-55249-000-0020 for the installation of a natural gas distribution line. This line will serve the Marina Bay Townhomes. The easement grant is sufficient for the City to maintain and replace its facilities as necessary in perpetuity, or until such time as the City determines to abandon its use. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/5/2022 [GM15-2064-066/258069/1] GM15-2064-066/257077/1 Exhibit “A” [INSERT SKETCH AND LEGAL DESCRIPTION] [TO BE REPLACED WITH AS-BUILT SURVEY AFTER INSTALLATION OF FACILITIES AND BEFORE RECORDING] Marina Bay Townhomes - Gas Easement Parcel ID: 09-29-15-55249-000-0020 880 N Osceola Ave Clearwater, FL 33755 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1034 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Accept a Gas Utility Easement from Elevate Safepoint, LLC, for the construction, installation, and maintenance of gas utility facilities on a parcel of real property, located at 1555 Union Street, Clearwater 33755, and authorize the appropriate officials to execute same. (consent) SUMMARY: Elevate Safepoint, LLC (Grantor) has granted a non-exclusive five-foot wide natural gas utility easement on property located at 1555 Union Street, Clearwater, and identified as Parcel ID# 02-29-15-25580-000-0010 and 02-29-15-25580-000-0020 for the installation of a natural gas distribution line. This line will serve commercial business. The easement grant is sufficient for the City to maintain and replace its facilities as necessary in perpetuity, or until such time as the City determines to abandon its use. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/5/2022 Exhibit “A” (Legal Description of Property) A PARCEL OF LAND BEING A PORTION OF THE NORTHWEST 1/4 OF SECTION 2, TOWNSHIP 29 SOUTH, RANGE 15 EAST, PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE NORTHWEST CORNER OF THE EAST 1/2 OF THE NORTHEAST 1/4 OF THE NORTHWEST 1/4 OF SAID SECTION 2, TOWNSHIP 29 SOUTH, RANGE 15 EAST, THENCE RUN SOUTH 00° 09'21" EAST, A DISTANCE OF 33.00 FEET TO THE SOUTH RIGHT-OF-WAY LINE OF UNION STREET, SAID POINT ALSO BEING THE POINT OF BEGINNING; THENCE RUN SOUTH 89°09'36" EAST ALONG THE SOUTH RIGHT-OF-WAY LINE OF UNION STREET, A DISTANCE OF 418.03 FEET TO THE NORTHWEST CORNER OF LOT 63, WALDEN WOODS PLAT, AS RECORDED IN PLAT BOOK 70, PAGE 49, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; THENCE LEAVING SAID SOUTH RIGHT-OF-WAY LINE OF UNION STREET, RUN SOUTH 00°05'24" EAST, ALONG THE WEST BOUNDARY LINES OF LOTS 52 THROUGH 63, OF SAID WALDEN WOODS PLAT, A DISTANCE OF 730.26 FEET TO THE INTERSECT/ON OF LOTS 50 AND 52, OF SAID WALDEN WOODS PLAT; THENCE RUN NORTH 89°14'27" WEST, ALONG THE NORTH BOUNDARY LINE OF LOTS 44 THROUGH 50, OF SAID WALDEN WOODS PLAT, A DISTANCE OF 417.40 FEET TO THE NORTHWEST CORNER OF SAID LOT 44 OF SAID WALDEN WOODS PLAT; THENCE LEAVING SAID NORTH BOUNDARY LINE OF SAID WALDEN WOODS PLAT, RUN NORTH 00°08'20" WEST, A DISTANCE OF 730.86 FEET TO THE SOUTH RIGHT-OF-WAY LINE OF UNION STREET AND THE POINT OF BEGINNING. CONTAINING 7.00 ACRES MORE OR LESS. Elevate Safepoint - Gas Easement 1551 Union St, Clearwater FL 33755 Parcel ID 02-29-15-25580-000-0020 02-29-15-25580-000-0010 [GM15-2064-066/258069/1] GM15-2064-066/257077/1 Exhibit “A” [INSERT SKETCH AND LEGAL DESCRIPTION] [TO BE REPLACED WITH AS-BUILT SURVEY AFTER INSTALLATION OF FACILITIES AND BEFORE RECORDING] Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0978 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Authorize a Guaranteed Maximum Price proposal to Certus Builders, Inc., of Bristol, FL for repairs and renovations to Beach Walk, in the amount of $1,333,147.73, 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 13 firms to serve as construction managers for the City under RFQ 40-20 and Certus Builders, Inc., was selected as one of the approved firms. The Beach Walk Promenade is a pedestrian corridor directly parallel to the Gulf of Mexico, which spans over 3,000 feet in length of colored concrete walkways, stone sand walls and seat caps, amber-lighted bollards, wayfinding signage, shower towers, water fountains and other park amenities for use by beachgoers of Clearwater Beach. Beach Walk officially opened in July of 2008 and was refurbished in 2016 to include re-staining of the colored concrete and minor infrastructure repairs. On June 1, 2020, Council held a Work Session discussion pertaining to the existing condition and future upkeep requirements of Beach Walk. Staff provided an overview of the current maintenance activities on Beach Walk, and informed Council that renovations would be necessary in 2022 to preserve the facilities for years to come. During 2021 the Parks and Recreation Department developed a test project site to determine the best methods and products to refurbish Beach Walk. The test site was very successful and was used in order to develop the contract. This proposal is for all work needed to refurbish the entire Beach Walk promenade on both the east and west side of Gulf Boulevard from Opal Sands Resort, north to Pier 60 Park. Refurbishment will include surface preparation, removal of contaminants (gum), pressure washing, sealing of all concrete walkways and structures, replace joint sealants, repair and replacement of broken seat walls, grinding of concrete trip hazards and repair of cracked or depressed sidewalks. Additionally, several amenities will be repaired or replaced including shower towers, water fountains, wayfinding signage, shade structures, lighthouse towers, I. D. signs etc. Page 1 City of Clearwater Printed on 10/5/2022 File Number: ID#22-0978 Access to the beach for pedestrians and users of beachwalk will be available throughout the project. Pedestrians will be able to walk the length of beach walk throughout the duration of the project by using a combination of walkways on the east and west sides of beach walk. A maintenance of pedestrians (MOP) like a maintenance of traffic (MOT) plan will be used throughout the project. At times pedestrians will be routed to either the east or west side of beach walk and in some cases a linear path adjacent to the work area from north to south will be provided for traffic flow. Staff and the contractor will work closely with all businesses and hotel owners to provide access to their properties. We will provide weekly and monthly updates on the progress of the project via the city web site as it relates to each phase, work area and MOP. Due to the length, width, and breadth of the project it is difficult to give a definitive MOP for each phase at this time as there are many variables which will need to be addressed as the project progresses. Each of the five phases is broken down into separate work areas which have their own MOP plan (total of eighteen (18) work areas). This is a 9-month contract which will commence in October 2022 and will be completed in five phases starting on the south end of Beachwalk. The project is expected to be complete by June 2023. In conjunction with the refurbishment of Beach Walk hardscapes, city staff will use this time to refurbish the landscaping along Beach Walk. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2208, Beach Walk/Pier 60 Park R&R. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/5/2022 Proposal 9/7/2022 TO: Matt Anderson, Parks Senior Manager City of Clearwater Parks & Recreation 100 S. Myrtle Ave. Clearwater, FL 33756 RE: BEACH WALK RENOVATIONS CONTRACT NO. CITY PROJECT NO. As requested, enclosed is the proposal for Renovation of Clearwater Beach – Beach Walk along East and West side of Gulf View Blvd. from Parking Lot 32 south end of Beach Walk to Pier to Park Restroom Concession Bldg. in accordance with technical specs/plans/study/clarifications of this letter/attached line item work,etc., for a Guaranteed Maximum Price of $1,333,147.73. Scope of Work: As per five plans named “Beach WalkSq Footage” with file date of 12/10/2021, report named “Beach Walk Renovations Report 12-5-2021”, and attached Summary Of Costs with list of clarifications dated 8/15/2022. Cost Detail: Description Amount Cost of Work $964,704.74 Subtotal $964,704.74 General Conditions $99,947.92 General Liability/Workers Comp/Automotive Insurance $20,025.00 P&P Bond $42,720.00 Construction Management Fee $84,554.82 Contingency 10% $121,195.25 Guaranteed Maximum Price $1,333,147.73 Project Duration shall be (continuous) 36 weeks plus event shutdowns from the date of the Notice to Proceed. Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on September 23, 2020, based on RFQ #40-20. If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. For work performed, invoices shall be submitted to the City of Clearwater, Parks & Recreation Department, Attn: Matt Anderson, Parks Senior Manager, P.O. Box 4748, Clearwater, Florida, 33758-4748. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. CERTUS BUILDERS, INC. By: _________________________________ Sharon A Sumner President _____________________________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Frank Hibbard Jon Jennings Mayor City Manager ____________________________ ___________________________________ Date Date Clearwater Beach Beach Walk Renovations 8/15/2022 SUMMARY OF COSTS Unit QTY Type Unit Price Total 1 Prepare surfaces, by power washing removal of gum and any element not part of finish surfaces of stone caps, concrete seat wall, color concrete paving allowing to dry & apply BASF H1000 Penetrating Sealer 234,750 SF 1.13$ 264,225.21$ a. Remove and replacement of joint sealants 33,600 LF 6.10$ 204,993.60$ b. Remove and replacement of depressed color concrete beneath shower tower in kind and releveled to adjacent surfaces 1 LS 5,700.00$ 5,700.00$ 1 mobilization 2 Remove & Replace Stone Seat Caps 725LF, skateboard stops 35 725 LF 280.55$ 203,400.00$ Remove grout and re-grout and tuck point large chips on rest of seatwall 1 LS 9,500.00$ 9,500.00$ 3 Surf Side 30-inch wide Stone Seat Caps Power wash & reseal 500 LF 37.30$ 18,650.00$ 4 Plumbing to remove and reinstall shower tower pole & water fountains 26 EA 1,200.00$ 31,200.00$ 5 Refurbish shower tower towers 9 EA 1,300.00$ 11,700.00$ 6 Refurbish water fountains 7 EA 700.00$ 4,900.00$ 7 Deliver & collect shower tower & water fountains 26 EA 350.00$ 9,100.00$ 8 Power wash precast concrete light bollards and repair chipped concrete and reseal as necessary 140 EA 185.87$ 26,021.80$ 9 Power wash concrete piers with stone caps remove & replace stone cap damaged – Owner to provide stone cap CMAR to collect cap at Armory caulk and seal as necessary 39 EA 201.67$ 7,865.13$ 10 Aerial Photo Wayfinding Signs front and back remove plexiglass and replace with new, clean sign, clean post and prepare for electric static painting 4 EA 2,098.00$ 8,392.00$ 11 Stainless Steel Triangle Umbrella Structures CMAR to provide new shade covering with multiple color fabric of same material that is existing in yellow, blue, and teal, clean stainless steel & rub down structure with WD 40 5 EA 3,200.00$ 16,000.00$ 12 Concrete Light House Columns – Power wash and re-paint as required to bring back luster of Light House 4 EA 2,162.50$ 8,650.00$ 13 North Stainless Steel Beach Walk Sign Remove & ReplaceStructure with same facade but LED and sealed watertight. 1 EA 57,842.50$ 57,842.50$ 14 South Stainless Steel Beach Walk Sign Remove & Replace Structure with same facade but LED and sealed watertight 1 EA 19,894.50$ 19,894.50$ 15 Provide temporary construction fencing of sidewalk closed signs MOT all by CMAR 5 Set Ups 11,334.00$ 56,670.00$ Subtotal Cost of Work 964,704.74$ Item Description Clearwater Beach Beach Walk Renovations 8/15/2022 SUMMARY OF COSTS Unit QTY Type Unit Price TotalItem Description 16 CMAR General Conditions 99,947.92$ a. P&P Bond 42,720.00$ b. Insurance 20,025.00$ 17 CMAR Fee 84,554.82$ 18 Subtotal Number of Items 1 to 18 1,211,952.48$ 19 10% Contingency of line 18 121,195.25$ 20 Grand Total GMP 1,333,147.73$ Clarifications 1 2 3 4 5 Project is limited to Beachwalk areas only. No work will take place within Pier 60 Park. 6 Portions of Beachwalk within each phase may be re-opened while remaining phase work is completed. Project phasing will be as shown in Phasing Plans 1 - 5 dated 8/15/22. MOT (as needed) will be per FDOT Standard Details and approved by the City. Shower tower and water fountain refurbishment will take place during each phase for only those fixtures located within each phase's closed area. Fabrication of replacement seatwall caps requires a $74,000.00 deposit in order to make molds and secure color specific materials. Installation is 4 weeks after receipt of deposit. Price is based on a Oct 2022 start and work is assumed to be conutinus except for intermittent stoppages (requested by City) during the Spring Break "High Season". Bond No.:_6061034664___ 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 Certus Builders, Inc. PO Box 116 Bristol, FL 32321 (850) 558-5693 United States Fire Insurance Company 305 Madison Avenue Morristown, NJ 07960 973-490-6600 City of Clearwater Parks & Recreation Department 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4856 PROJECT NAME: Beach Walk Renovations PROJECT NO.: PROJECT DESCRIPTION: Renovation of miscellaneous items along Clearwater Beach Walk BY THIS BOND, We Certus Builders, Inc., as Contractor, and United States Fire Insurance Company, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $1,333,147.73, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the proposal dated [ ], between Contractor and Owner for construction of Beach Walk Renovations, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and Bond No.:__6061034664_ PUBLIC CONSTRUCTION BOND (2) 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Certus Builders, Inc. By: _____________________________ Title: ____________________________ Print Name: _______________________ WITNESS: WITNESS: _________________________________ _________________________________ Corporate Secretary or Witness Print Name: _______________________ Print Name: _______________________ (affix corporate seal) United States Fire Insurance Company By: _____________________________ ATTORNEY-IN-FACT Print Name: __Kevin R. Wojtowicz___ (affix corporate seal) (Power of Attorney must be attached) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1028 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Authorize a Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, Florida, in the amount of $148,785.00, which includes a 5% contingency, for pavement milling and resurfacing at the Clearwater Municipal Cemetery located at 1300 South Myrtle Avenue, pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk (CMAR) Services Continuing Contracts and authorize the appropriate officials to execute same. (consent) SUMMARY: On September 17, 2020, Council approved the use of 13 firms to serve as Construction Managers at Risk for Continuing Contracts under RFQ 40-20 and Keystone Excavators, Inc. was selected as one of the approved firms. This proposal is for the refurbishment of the existing asphalt paving throughout the cemetery grounds, which includes the widening of a driveway apron, milling and resurfacing of the asphalt pavement, and associated site work. The milling of the existing surface and application of a new asphalt layer will provide additional years of service for the facility, while repairing pavement sections which have deteriorated. The proposal is a unit price contract, utilizing pricing established from the September 2022 index for asphalt and paving costs. The work will be completed in two separate phases, at which time portions of the cemetery will be temporarily closed for vehicular traffic. Pedestrian access for visitation and processional services will remain unimpeded for the duration of the project. This contract is for a period of 30 days, to begin upon issuance of a notice to proceed. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2210, Clearwater Municipal Cemetery Renovations USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1017 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting a Shred-A-Thon and Operation Medicine Cabinet event on October 29, 2022, located at the Countryside Mall and authorize the appropriate officials to execute same. (consent) SUMMARY: Jones Lang LaSalle Americas, Inc and the Clearwater Police Department have entered into a cooperative agreement to allow the police department access to use the property at Countryside Mall during the Shred-A-Thon and Operation Medicine Cabinet event on October 29, 2022. The property manager requests the Clearwater Police Department (CPD) agree to the terms and conditions outlined in the Event License Agreement between Jones Lang LaSalle Americas, Inc., and CPD. Additionally, the property manager requests CPD hold harmless Jones Lang LaSalle Americas, Inc. from and against any and all loss liability, damage, cost or expense arising out of or related to CPD’s use of the property. Nothing in the agreement, however, shall be deemed a waiver of the limitations on liability contained in Section 768.28, Florida Statutes, or the doctrine of sovereign immunity. There are no costs associated with this Event License Agreement. Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1027 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.8 SUBJECT/RECOMMENDATION: Accept a Sidewalk Easement from HLSSIII Clearwater, LLC for installation, repair, maintenance, and replacement of a sidewalk on real property located at 2611 Seville Boulevard and authorize the appropriate officials to execute same. (consent) SUMMARY: The Sidewalk Easement will allow the City rights for repair, maintenance, and future replacement of a new sidewalk recently constructed by a commercial development. There is not adequate right-of-way for the required sidewalk. Page 1 City of Clearwater Printed on 10/5/2022 DESCRIPTIVE SKETCH ONLY/SIDEWALK EASEMENT NOT A SURVEY LEGAL DESCRIPTION: A PARCEL OF LAND LYING IN SECTION 17, TOWNSHIP 29 SOUTH, RANGE 16 EAST, PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF SAID SECTION 17; THENCE N 01° 03'04" E, ALONG THE CENTERLINE OF US HIGHWAY 19 NORTH, ALSO BEING THE WEST LINE OF SAID SECTION 17, 760.00 FEET; THENCE DEPARTING SAID LINE, S 88° 57' 02'' E, ALONG THE SOUTH EASEMENT LINE OF SEVILLE BOULEVARD, 400.00 FEET TO THE POINT OF BEGINNING; THENCE CONTINUE S 88° 57' 02'' E, 244.36 FEET TO A POINT ON THE NORTHWESTERLY LINE OF SEVILLE CONDOMINIUM 1 AS RECORDED IN CONDOMINIUM BOOK 5, PAGE 1 OF THE PUBLIC RECORDS OF SAID PINELLAS COUNTY; THENCE ALONG SAID NORTHWESTERLY LINE OF SEVILLE CONDOMINIUM 1, S 36° 29' 05" W, 18.00 FEET; THENCE DEPARTING SAID NORTHWESTERLY LINE OF SEVILLE CONDOMINIUM 1. N 88° 57' 06" W, 233.92 FEET, THENCE N 01° 03' 04" E, 14.67 FEET TO THE POINT OF BEGINNING. LINE BEARING DISTANCE Lt N 01° 03' 04" E 760.00' L2 s aa· 57' 02" E 400.00' L3 s aa· 57' 02" E 244.36' L4 s 36° 29' 05" w 18.00' LS N aa· 57' 06" w 233.92' L6 N 01° 03' 04" E 14.67' SECTION 17. TOWNSHIP 29 SOUTH. RANGE 16 EAST PINELLAS COUNTY. FLORIDA S HEET 1 OF 2 NOT VALID WITHOUT SHEET 2 OF 2 EVANS LAND SURVEYING, INC. SURVEYOR'S NOTES: 1.) THIS JS NOT A BOUNDARY SURVEY. THIS IS A DESCRIPTIVE SKETCH ONLY. 2.) BEARINGS REFERENCED TO THE WEST LINE OF SECTION 17 AS BEING N 01" 03' 04" E. 3.) THIS SKETCH NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER. DRAWN BY: JCB CAD FILE: SEVILLE-SIDEWALK 1 1460 BEL TREES STREET UNIT 9 DUNEDIN, FL. 34698 (727'734-3821 TYPE DATE INV. NO. DESCR/PI'IVE SKETCH 7/18/2022 2022-181 REVISED SKETCH 8/30/2022 2022-211 I HEREBY CERTIFY THAT THE SKETCH REPRESENTED HEREON MEETS THE MINIMUM REQUIREMENTS OF CHAPTERS 61-G17-6 OF THE FLORIDA ADMINISTRATIVE CODE LARF L./'f.vANS '- FL. R G. W). 2937 JOHN C. BINDER FL. REG. NO. 4888 EXHIBIT A &l ..... ~ lt.) 0) "' lt.) -::,,. ~ l)... ~ ~iq C ._, ~ ,i,.-~~~ E--.::t:.i:-~~~ ~~~ ~ 0:: t--..... !c'; 0 e:; L2 / -'-' ~[;; ! ... 0 ~ ..... -4 E-. C/J kl .::: P.O.C. S. W. CORNER OF 17-29-16 DESCRIPTIVE SKETCH ONLY/SIDEWALK EASEMENT NOT A SURVEY P.O.B. • c.o' . ,-.,:i ,, •, .. SEVILLE BOULEVARD 100' RIGHT OF WAY WIDTH SOUTH EASEMENT LINE OF SEVILLE BLVD, L3 1o·'coNCRETE WA.LK ... ,, ••••. , · . . -.. . . .. . .. HLSSIII CLEARWATER LLC PARCEL # 17-29-16-00000-330-0200 LEGEND WALK ENCROACHES 0.5' WALK ENCROACHES 0.1' SECTION 17, TOWNSHIP 29 SOUTH, RANCE 16 EAST PINE'LLAS COUNTY, FLORIDA P.O.C. ;;: POINT OF COMMENCEMENT P.O.B. = POINT OF BEGINNING . u z 1----4 ... l9 z :.:: ...:i 1----4 ~ >-kl w q .... > C/J I 0::: kl ...:i ::) ::: ::,,. c.. C> (f) C/J '<t ~ II 0 ...:i . ;;: -z q w <( G ...J _j <t u V) (f) CQ z S:; <( :;.; CQ > ~ w ~ q EXHIBIT A 0 10091012 20073 20069 19995 2611SEVILLE BLVD E US-19 FRONTAGE RDPEARCE DR SKYHARBOR DR ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com JB TM N.T.S.300A 17-29s-16e09/01/2022Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: 2611 Seville BoulevardProposed Sidewalk Easement Document Path: C:\Users\James.Benwell\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\2611SevilleEasAerial.mxd AERIAL MAP Proposed Sidewalk Easement Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1014 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Library Agenda Number: 7.9 SUBJECT/RECOMMENDATION: Approve purchase orders to multiple vendors and provide funding for the acquisition of library books and materials in the cumulative not-to-exceed amount of $485,000.00 for the term October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Public Library System is requesting authorization to purchase library books and materials utilizing competitive awarded piggyback and cooperative contracts. Piggyback Contract #LVA-MAT-22-007: Commonwealth of Virginia through the Library of Virginia on behalf of Mid-Atlantic Library Alliance (MALiA) valid July 1, 2022 through June 30, 2025. ·Baker and Taylor, LLC: $165,000.00 ·Ingram Library Services, LLC: $150,000.00 The Clearwater Public Library System is part of the Pinellas County Library Cooperative (term: October 1, 2018 through September 30, 2023). Pursuant to that Library Interlocal Agreement, the Clearwater Public Library System provides funding to the Pinellas Public Library Cooperative in order for the Cooperative to purchase materials and services. Pinellas Public Library Cooperative: $170,000.00 APPROPRIATION CODE AND AMOUNT: Appropriation Code: 0101731-564400, Books and Publications Amount: $485,000.00 Page 1 City of Clearwater Printed on 10/5/2022 Glossary of Terms Offeror: A person who makes an offer in response to a Request for Proposals. Contractor: An individual or firm that has entered into an agreement to provide goods or services to the Commonwealth. Bidder: One who submits a competitively priced offer in response to an Invitation for Bids (IFB). Vendor - One who sells goods or services. 1 Library lnterlocal Agreement THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between the undersigned Governmental Units as set forth on the signature pages attached hereto ("Parties"), for the participation in a cooperative library service for Pinellas County (the "Cooperative"). RECITALS: WHEREAS, Pinellas County and various municipalities entered into an Interlocal Agreement providing for the establishment of the Cooperative dated the 10th day of January 1989, which was subsequently amended and extended, and which was superseded by an Interlocal Agreement entered into on the 10th day of September 2001, which expired on September 30, 2013; and which was superseded by an Interlocal Agreement entered into on the 1st day of October, 2013, which expired on September 30, 2018; and which was superseded by an Interlocal Agreement entered into on the 1st day of October 2018, which expires on September 30, 2023; and WHEREAS, it is in the public interest to provide a free public library service for the use of the permanent residents of Pinellas County ("County"); and WHEREAS, this Agreement is authorized by Section 163.01 of the Florida Interlocal Cooperation Act of 1969, which was promulgated to permit local governmental units to make the most effective use of their powers by enabling them to cooperate with other governmental units thereby providing services and facilities in a manner and pursuant to forms of governmental organization that will include geographic, economic, population, and other factors influencing the needs and development of local communities; and WHEREAS, any public agency of this state may exercise jointly with any other public agency of this state any power, privilege, or authority which such agencies share in common and which each might exercise separately; and WHEREAS, the Parties to this Agreement have determined that in order to most effectively utilize their separate powers, a cooperative effort in the form of an Interlocal Agreement is needed; and WHEREAS, Sections 257.12 through 257.25, Florida Statutes (“Free Library Service” verified 2017), provide state funds to assist in the furnishing of library services. NOW THEREFORE, in consideration of the mutual benefits and in consideration of the covenants and agreements set forth herein, the Parties hereto agree as follows: 2 I. PURPOSE; EXECUTION; EFFECTIVE DATE; TERM OF AGREEMENT A. Purpose: The purpose and intent of this Agreement is to continue to operate the Cooperative to extend library services to the unincorporated areas of the County and to municipalities that do not have such services as of the effective date of this Agreement, and to improve library services to residents of municipalities and Municipal Services Taxing Units with Libraries as of the date of this Agreement. The primary functions of the Cooperative are as follows: 1. To receive and disburse funds from federal, state, and local sources. 2. To maintain a shared library automation system serving Member Libraries. 3. To maintain a shared materials delivery system serving Member Libraries. 4. Where agreed by individual Member Libraries for the most efficient use of fiscal resources, to assist Member Libraries in the collective purchase of library resources and services. B. Execution; Effective Date This Interlocal Agreement may be signed in counterparts by the Parties hereto. This Agreement shall become effective on October 1, 2018. C. Term of Agreement: This Agreement will be in force for a period of five (5) years, ending September 30, 2023. The Agreement may be renewed for an additional period of five (5) years to September 30, 2028 with the mutual consent of the Parties. II. DEFINITIONS: A. Articles of Incorporation: "Articles of Incorporation” as used in this Agreement refer to the Articles of Incorporation of the Pinellas Public Library Cooperative, Inc., (PPLC) approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative and executed and filed with the Secretary of State pursuant to Chapter 617, Florida Statutes (1987), as may be amended. B. Board: "Board" as used in this Agreement refers to the Board of Directors of the Pinellas Public Library Cooperative, Inc. C. Board of County Commissioners: "Board of County Commissioners" as used in this Agreement refers to the Pinellas County Board of County Commissioners and may be delineated as "BCC”. 3 D. By-Laws: “By-Laws” as used in this Agreement refer to the By-Laws of the Pinellas Public Library Cooperative, Inc., approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative, as may be amended by the Board as needed. E. Cooperative: "Cooperative" as used in this Agreement refers to the Pinellas Public Library Cooperative, Inc. and may be delineated as "PPLC”. F. County: “County” as used in this Agreement refers to Pinellas County, a political subdivision of the State of Florida. The County as used in this Agreement is a Party to this Agreement but is not a Member of the Cooperative. G. Disbursement Formula: “Disbursement Formula” as used in this Agreement refers to the formula according to which disbursements to Members with Libraries shall be made pursuant to this Agreement. The Disbursement Formula is attached hereto and incorporated herein as Exhibit “B”. H. Governmental Unit: "Governmental Unit" as used in this Agreement refers to municipalities; Municipal Services Taxing Units (MSTU) with Libraries; a municipal consortium offering library services; and the County. Governmental Units which are parties to this Agreement are included within the definition of Governmental Unit and may also be delineated as "Members" of the Cooperative. I. Library: "Library" as used in this Agreement refers to the public Libraries and Library systems operated by Members. To qualify as a " Library" for purposes of this Agreement, the Library must be approved by the Board, which shall determine if the Library meets the basic standards set forth in the Policy on Admission, a copy of which is attached hereto and incorporated herein as Exhibit “A.” J. Library MSTU "Library MSTU” shall mean the Pinellas County Library Services District municipal services taxing unit as established by Ordinance 1989-5, and codified at Pinellas County Code Section 78-2; and excludes any individual MSTU for library services subsequently established. K. Local Support: "Local Support" as used in this Agreement refers to the dollar amount of funds expended for allowable costs by each Member with a Library during the fiscal year for library operations. Funds received from the County for the support of a Library that exists wholly in the unincorporated area of Pinellas County (Library MSTU), excluding all monies received by such 4 Libraries from the Cooperative, shall be considered as additional local support for the Member Library for purposes of the application of the disbursement formula. Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and “Books, Publications, Subscriptions, and Memberships” (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. L. Member: "Member" as used in this Agreement refers to a Governmental Unit which is a Party to this Agreement and which forms part of the Cooperative either as a Member with a Library or as a Member without a Library. M. MSTU: “Municipal Services Taxing Unit” as used in this agreement refers to unincorporated Pinellas County. The Pinellas County Board of County Commissioners serves as the local government for the MSTU. A portion of the County budget (MSTU) is paid by residents of the unincorporated area and is devoted to providing municipal services, such as public library services. N. Reciprocal Borrower: “Reciprocal Borrower” is a cardholder from cooperating Libraries which have reciprocal borrowing agreements with PPLC. N. Year: "Year" as used in this Agreement, unless otherwise indicated, means the fiscal year from October 1 to September 30. The fiscal year of the Cooperative shall run from October 1 to September 30. III. GOVERNING STRUCTURE OF THE COOPERATIVE: A. Corporate Structure: The Cooperative is a private non-profit organization incorporated under the Florida Not- For-Profit Corporation Act, Chapter 617, Florida Statutes (2000). Additional Members may be admitted in the manner specified in the Articles of Incorporation or the By-laws. B. Board of Directors: 1. Membership. Each Board member represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. Each Board member can envision the future of countywide library services. The Board of Directors shall consist of nine (9) voting members who shall be selected and appointed in 5 accordance with the provisions of the Articles of Incorporation and the By-laws, as amended, as follows: a. Four members of the Board of Directors shall be the City Administrator of the City of St. Petersburg and the City Managers of Clearwater, Largo and Pinellas Park, or their senior management designees. b. Three members of the Board of Directors shall be county senior management employees, representing Pinellas County, who shall be appointed by the BCC upon the recommendation of the Pinellas County Administrator. c. Two members of the Board of Directors shall be appointed by the Board of County Commissioners and shall serve a term of three (3) years. Criteria for such appointment shall be as follows: 1) The candidate has previous experience serving on a board or similar body and the capacity to evaluate a full range of perspectives, from library service providers to library users. 2) The candidate represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. 3) The candidate can envision the future of countywide library services. 4) The candidate may not be an employee or member of the governing body of a PPLC Member Library. 2. Terms. The Articles of Incorporation shall specify the term of office for Directors in conformance with Section III.B.1 above. 3. Officers. The Officers of the Cooperative shall be: Chair of the Board of Directors, Vice-Chair of the Board of Directors, and Secretary/Treasurer. The terms of office, election and duties of Officers shall be as specified in the By-- laws. 4. Compensation. Directors and Officers shall not be paid a salary or wages but may be reimbursed for travel and per diem expenses on behalf of the Cooperative as approved by the Board, based on the PPLC Policies and Procedures Manual and in accordance with Section 112.061, Florida Statutes (“Per diem and travel expenses” verified 2017). 6 5. Meetings. The Board of Directors shall meet at least six (6) times each year. Meetings shall be conducted pursuant to the Sunshine Law, Chapter 286, Florida Statutes. The Chairperson or a simple majority of the Board may call emergency meetings. Such meetings shall require at least 24 hours' notice. 6. Duties. The duties of the Board of Directors shall include, but not be limited to: a. Managing the affairs of the Cooperative; b. Amending the Articles of Incorporation and the By-laws; c. Establishing administrative policy for the operation of the Cooperative; d. Receiving and disbursing funds from local, state and federal sources and entering into arrangements as appropriate in connection therewith, and receiving and disbursing funds from Members without Libraries participating in the Cooperative; e. Investing the Cooperative funds; f. Employing and directing an Executive Director; g. Conducting open and public meetings, the time and place to be decided by the Board of Directors; h. Establishing the operating budget for the Cooperative, which is subject to the review upon request of the BCC, and overseeing its execution, including approving expenditures for administration; i. Advising the Parties and Members with respect to the budget, disbursements, extension and expansion of library services and other affairs of the Cooperative; j. Submission of funding requirements in accordance with the provisions of Section V.C. k. Developing, in collaboration with the Executive Director and Library directors of Members, the Long-Range Plan for the Cooperative to improve library services to residents of municipalities, library taxing districts, and unincorporated areas. l. Review and approve the Annual Plan of Service. C. Executive Director: 1. Duties. The duties of the Executive Director shall include, but not be limited to: 7 a. Facilitating joint planning for coordination of library services among Members with Libraries and other Libraries within the County that participate in reciprocal borrowing and joint planning as recipients of State Aid to Libraries. b. Maintaining information for and submitting applications on behalf of the Cooperative for available local, State, and Federal library funds with Board approval, and filing reports with the Division of Library and Information Services pursuant to Section 257.16, Florida Statutes (2000), as may be amended; c. Preparing, in coordination with the library directors of Members, the annual operating and capital budgets of the Cooperative, and presenting the annual operating budget of the Cooperative to the Board and Members. d. Developing, in collaboration with the library directors of Members, the Annual Plan of Service that shall include goals, objectives and activities, and the budget that will support library services for the year. This plan must clearly demonstrate that resources will be allocated in a way that serves the goal of access to library services throughout the area. 2. Qualifications. The Executive Director must have an American Library Association accredited Master’s degree in Library Science (MLS), and a minimum of five (5) years library administration experience, with experience in library cooperative administration preferred. D. Advisory Council: A Library Directors Advisory Council (LDAC) made up of all library directors of Members, or their designees, will collaborate with the Executive Director in coordination, planning and other matters as appropriate. The Officers of the LDAC shall be: Chair, Vice- Chair, and Secretary. The terms of office, election, and duties of Officers shall be as specified in the LDAC By-laws. The By-laws of the LDAC shall provide that the office of Chair will be rotated yearly among the members of the Advisory Council and that the Chair will participate in the meetings of the Cooperative Board of Directors and represent the LDAC. The duties of the LDAC shall be as follows: 1. Conduct open and public meetings, the time and place to be decided by LDAC. 2. Collaborate with the Executive Director on the establishment and revision of the PPLC Public Service Policies for Member Libraries. 8 3. Review and provide recommendations in the preparation of the annual budget. 4. Advise the Board on Board meeting agenda items as needed. E. Long-Range and Annual Plans of Service: Each year an Annual Plan of Service and Budget shall be adopted by the Board of Directors. The Long-Range Plan must be updated every five years. The Plans will meet the requirements for participation in the State Aid to Libraries Program. The Executive Director will disseminate the Plans. F. Reports: The Executive Director will provide annual reports on the progress toward meeting the objectives of the Long-Range Plan and the Annual Plan of service. The reports will include audited statements of operating expenditures, capital expenditures, and reserve accounts. Annual reports will be presented to the Board, the Members, and the Division of Library and Information Services. IV. PARTICIPATION: A. General: Participation will be voluntary and open to any Governmental Unit. People residing in participating areas will be eligible to use the services of Member Libraries of the Cooperative without charge. People residing in Governmental Units or areas not electing to participate will be excluded from the use of the Cooperative's services unless individual people join Member Libraries by paying an annual fee; such fee may be adjusted by a majority of Parties to this Agreement. People who join by paying the annual fee to a Member Library will then be counted as residents of that Member Library's governmental unit. Members may withdraw pursuant to the provisions of Section VI. B. Members With Libraries: 1. Admission. Governmental units applying for the first time for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board which shall determine if the Library meets the statutory requirements and operational standards established in Exhibit “A”: Policy on Admission. 2. Membership. Members with Libraries will adhere to the operational standards established in Exhibit “A”: Policy on Admission, and comply with participation requirements as detailed in this section. 3. Noncompliance and Enforcement. Any Member with a Library that fails to 9 maintain the requirements established in the Policy on Admission or the Participation requirements, may be provided a Notice of Deficiency as follows: a. Subject to Board authorization, any Member with a Library that is found to be non-compliant may be issued a Notice of Deficiency effective upon the date of such Notice. A Member with a Library that has received a Notice of Deficiency will be granted a period not to exceed 12 months (as determined by the Board based on the nature of the deficiency) from the date of the Notice to achieve compliance with the requirements of Membership and to provide documentation of such compliance to the Board. Upon determination that the Member successfully demonstrated compliance with the requirements, the Board shall authorize a written Notice of Compliance to be provided to the Member. b. A Member with a Library that has received a Notice of Deficiency and has failed to successfully demonstrate compliance within the prescribed time period will be considered to have withdrawn from the Cooperative. Such Member will comply with the requirements for withdrawal indicated in Section VI. B. of this Agreement. 4. Autonomy. Each Member with a Library shall continue to decide the level of library service for its community and shall prepare its own budget. Each Library shall remain autonomous and retain control of its operations and functions, i.e.: a. Trust funds, individual gifts or donations made to a Library shall remain the property of that Library. b. All Library staff shall remain employees of the various Members with no loss in benefits. c. Each Library shall remain the property of the Member in which it is located, and all maintenance and repairs shall be affected through operating budgets from allocated local appropriations. d. Members with Libraries will continue to fund their local Libraries and are not required to make any payment to the Cooperative for participation in the Cooperative. 5. Audits. Each Member with a Library shall provide to the Cooperative by March 31 of each year an audited statement of its Library operating costs for its last completed fiscal year. The audits are to be reviewed by the Cooperative 10 to determine the dollars expended locally for library operations. Allowable costs for each Library shall consist of all personnel and direct operating costs, and non-fixed capital as provided for in the State of Florida Chart of Accounts. All other costs, including fixed capital items and debt expenses, are not allowable. 6. Materials and Services. a. Members with Libraries agree to allow all circulating materials (non- electronic formats) of existing Libraries to be freely available to cardholding residents of all participants in the Cooperative. b. Members with Libraries agree to allow all circulating materials (electronic formats) to be freely available to all cardholders of that specific Library regardless of cardholder’s address. c. Reciprocal Borrowers may borrow circulating materials in non-electronic formats only. d. Within policies established by the Cooperative all reference and public programming services are equally available to the public. 7. Staff Development. All Members with Libraries will agree to have their Libraries closed on Columbus Day (or alternately designated day) each year, unless otherwise prohibited, for participation in an annual county-wide staff development day. Staff development day planning will be coordinated by PPLC staff in collaboration with Member Library directors and staff. C. Members Without Libraries: 1. Basis for Funding: The County, on behalf of the Library MSTU, and subject to the provisions and limitations in Section V.A. and any other Member without a Library, shall provide annual financial support to the Cooperative which, when calculated on a per capita (of population of such Member) basis for any year, shall be equivalent to the average per capita funding, excluding all monies received from the Cooperative, provided during the most recent preceding year by the Members having Libraries subject to the provision of, and limitations in, Section V.A., the funding shall be calculated as follows: The total expenditures, as adjusted for monies received from the Cooperative, of the Members from the prior year shall be divided by the total population of the Members to obtain the aggregate average per capita cost. For purposes of this subsection C, "funding" means the amount of Library expenditures 11 for any year as described in Section V.A. by a Member having a Library, and "population" means the number of residents residing in the Member governmental unit determined in accordance with Section V.B. Payments shall be made by the County and each Member without a Library of annual financial support due from it in four (4) quarterly payments of twenty-five percent (25%) each. 2. Underfunding: If financial support paid to the Cooperative by a Member without a Library is less than the amount due under Section V, written notice shall be provided by PPLC, to such unit of the deficiency and all funds due under Section V shall be immediately due and payable as specified in Section VI.C. Such unit shall be deemed to have withdrawn from the Cooperative notwithstanding the provisions of Section VI.A or VI.C effective thirty (30) days following the receipt of written notice of deficiency unless payment of such deficiency is made within that thirty (30) day period. V. FUNDING MECHANISM: A. Fiscal Funding: The County will provide an amount of annual financial support equal to the financial support provided by all Members with Libraries, calculated on a per capita basis for the previous year, excluding all monies received from the Cooperative, provided that the amount shall not exceed the ad valorem revenue, excluding statutory payments to the Tax Collector and Property Appraiser, generated by the millage rate levied by the County in support of Cooperative Library services. At no time shall the millage rate levied by the County in support of Cooperative Library services exceed 0.5 mill. The County shall submit the funds to the Cooperative in quarterly payments. The County shall notify the Cooperative of any changes to the population figures subject to the amount of annual per capita financial support for the new fiscal period prior to May 30 of each year. The obligations of the County as to any funding required pursuant to this Agreement are subject to annual approval of the Library MSTU millage by the County. If funds are not appropriated by the County through the Library MSTU for any or all the obligations in this Agreement, the County shall not be obligated to pay for the services provided pursuant to this Agreement beyond the portion for which funds are appropriated. The County agrees to promptly notify the Cooperative in writing of such failure of appropriation, and upon such notice, the provisions of Section IV shall govern. 12 B. Determination and Notification of Per Capita Amounts for Members Without Libraries: The Cooperative shall advise each Member without a Library by June 1 of each year, of such unit's funding requirement for the next fiscal year, together with the calculations by which such funding requirement was determined and the backup information for such calculation, consisting of (i) average per capita locally funded library expenditures of Members with Libraries for the last completed year and (ii) appropriate population statistics. The expenditures shall be based on audited financial statements for such last completed year in accordance with budget line items identified in Section IV.B.5. The population statistics used to calculate such per capita expenditures shall be for such year and shall be from one of the following sources: the Bureau of Economics and Business Research of the University of Florida, the Pinellas County Planning Department, or the U.S. Census Bureau. C. Fiduciary Responsibility for Funds: 1. All funds of the Cooperative shall be maintained in an interest-bearing public depository as set forth in Florida Statutes, Chapter 280 (“Security for Public Deposits,” verified 2017), as may be amended; 2. Complete and accurate records shall be kept of the receipts and disbursement of all funds of the Cooperative, subject to the PPLC adopted Record Retention and Document Destruction Policy, which will comply with Florida Department of State General Schedule for State and Local Government Agencies GS1-SL, Internal Revenue Code 501(c)(3), and all other applicable federal, state, and local law; 3. An annual audit of the Cooperative by an independent certified public accountant, to be paid for from the operating funds of the Cooperative, shall be made and filed annually with the Department of State; 4. The Cooperative shall abide by the terms and provisions of the laws of the State of Florida and the provisions of this Agreement and any other applicable Federal, State, or local laws, rules and regulations including the County's Investment Policy. D. Disbursement: The Board of Directors shall disburse funds received by the Cooperative according to the formula below: 1. The Board of Directors shall annually establish the budgeted administrative costs of the Cooperative, including salary, office supplies, and any rents or other costs related to the administrative operations of the Cooperative. 13 2. The remaining funds shall be distributed to Members with Libraries in accordance with the disbursement formula, which is attached hereto and incorporated herein as Exhibit “B.” This distribution is to be based on submittal of annual library operating costs with descriptive codes in accordance with the State of Florida Uniform Chart of Accounts. All funds collected from sources other than Members shall be allocated as determined by the Board. In no instance shall the total allocation to a Member Library exceed the amount of the Local Support. Funds received by the Cooperative shall be disbursed within a reasonable time after receipt. Payments to Member Libraries shall be made in quarterly disbursements. The Libraries shall use those funds for materials and operations of their Libraries. The disbursement formula may only be amended by the Board, with the approval of a simple majority of the Members with Libraries and the approval of the BCC. 3. State Aid funds and program grants received from the state shall be used in accordance with the provisions of applicable state law, Florida Statutes 257 (“Public Libraries and State Archives” verified 2017) and Florida Administrative Code 1B-2 (“Library Grant Programs” verified 2017). VI. WITHDRAWAL: A. All Participants: 1. Any Member wishing to withdraw shall submit written notice thereof to the Cooperative no later than six (6) months prior to the beginning of any fiscal year of the Cooperative. 2. Withdrawal of Members without Libraries may occur in the manner specified in Section IV.C.2. B. Members with Libraries: A Member with a Library that submits a withdrawal notice to the Cooperative shall: 1. At the request of the Cooperative's Board, promptly furnish usage statistics and an audit of library operating costs for such Library's last fiscal year completed prior to the date the withdrawal is effective to ensure maintenance of proper accounting for the Cooperative; and 2. Return to the Cooperative within sixty (60) days after withdrawal, any special equipment or collections purchased for such Member with funds from the Cooperative capital improvements fund within the previous five years. In lieu of returning the equipment or collection so purchased, the amortized balance 14 thereof based on an amortization period of five years from date of purchase may be repaid to the Cooperative during the year following withdrawal; and 3. Repay to the Cooperative within sixty (60) days after withdrawal any then remaining unexpended and uncommitted funds received from the Cooperative; C. Members Without a Library: A Member without a Library that submits or receives a withdrawal notice shall pay all sums due for library services provided prior to the date of withdrawal pursuant to Sections IV and V prior to withdrawal. VII. TERMINATION OF AGREEMENT: In the event that Members representing more than fifty percent (50 %) of the total population of all Members withdraw under Section VI or are deemed to have withdrawn under Section IV.C.2 of this Agreement, the remaining Members shall consider the continuation or termination of the Agreement and may terminate the Agreement by consent of a simple majority of the Members. IN WITNESS WHEREOF, the Parties hereto have caused this Interlocal Agreement to be executed on the day and year first above written. 15 EXHIBIT "A" Policy on Admission Pinellas Public Library Cooperative, Inc. For a Library Seeking Membership Libraries applying for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board, which shall determine if the Library meets the basic eligibility requirements outlined below: 1. The Library meets the Essential level of Core Standards as defined in the Florida Public Library Standards (FLA, 2006 Revision, updated 2015 “Standards for Customer Focused Library Facilities” verified 2017). 2. The Library meets the Florida Public Library Standards (FLA 2006 Revision, updated 2015, verified 2017) for Interconnectivity, Lending Services, Services-Resource Sharing and Interlibrary Cooperation. 3. The governing entity must have an established budget for the maintenance and operation of the Library and must be audited each year. 4. There must be evidence that such funding is available, restricted for the Library and will continue to be available. 5. The Library has a long-range plan, an annual plan of service, and an annual budget [Florida Statutes 257.17(2)(e)] (long range plan statement, verified 2017). 6. The Library engages in joint planning for coordinating of library services within the county or counties that receive operating grants from the state [Florida Statutes 257.17(2)(f)] (joint planning statement, verified 2017). 7. The Library adapts its services to meet the needs of people with disabilities as required by the Americans with Disabilities Act and its attendant regulations. 8. The Library has established hiring practices that are in accordance with Equal Employment regulations. When the Library and its governing entity determine that these eligibility requirements can be met the attached Procedures for Admission must be followed. Such requests may be initiated at any time but the funding cycle for the subsequent fiscal year requires a March 31 deadline. See the Procedures for Admission for steps to be taken. 16 Procedures for Admission To the Pinellas Public Library Cooperative, Inc. As a Member Library 1. The Library seeking admission to the Cooperative must provide documentation that it can meet the standards spelled out in the Policy on Admission. 2. The Library must submit a letter of request signed by its governing entity (city commission, Board of Directors, etc.) to the Board/Executive Director. 3. The Library must submit with its letter of request documentation that it meets the basic eligibility standards for admission to the Pinellas Public Library Cooperative, Inc. as provided for in the Policy on Admission. 4. Upon receipt of the letter of request and documentation, the Board and Executive Director will review the request and appoint a committee to visit and evaluate the Library. 5. The committee will determine readiness for services by the requesting Library and will report any deficiencies in writing to the Board and to the Library's governing entity. 6. If the Library's governing entity wishes to pursue membership, it will be given a period of time in which to correct deficiencies, if any, and to prepare the Library for final evaluation by the Board. 7. Upon receipt of the final evaluation, the Board will have up to sixty (60) days in which to vote upon admission. 8. Following a positive vote, the Board will present the Library's governing entity with a copy of the Interlocal Agreement, which must be executed and returned, and an agreement form for the basic policies and procedures in effect for Member Libraries, including all public service policies such as patron registration, patron cards, materials circulation rules and others. 9. In order to be included in the subsequent year's funding allocations, the Procedures for Admission must be completed by March 31st in any given year. 17 EXHIBIT "B" Disbursement Formula Base Allocations to Members with Libraries shall be 90% of the balance remaining after the adjustments stated in Section V.D.1 and V.D.2 of the Library Interlocal Agreement. Each Library's percentage of the total Local Support extended, as determined through the review of the Certified Annual Financial Reports (CAFR), shall then be determined and translated into dollar amounts. The percentage of the total Local Support extended shall be determined by dividing the sums expended locally by the total Local Support for all Members. As set forth in Section IV.B.5 of the agreement, the Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and books, publications, and library materials (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. The Members shall receive a percentage of the available funds equal to the percentage of their total support extended as a base allocation subject to a maximum of 16% and a minimum of 4%. Circulation Allocations to Members with Libraries shall be 10% after the adjustments stated in Section V.D.1. and V.D.2. The dollars available for distribution include the balance remaining after the base allocation. The circulation pool allocation percentage shall be derived by taking non-resident (residents from unincorporated Pinellas County and other Member cities) circulation figures for each Library and dividing it by the total non-resident circulation for all Members. Total Allocations to Members with Libraries shall not exceed the amount of the Local Support. Final 7.11.18 18 Member signature and date page Each member decides what signatures will appear: Mayor / Commissioner City Manager City / Town Attorney City / Town Clerk County Commission for Palm Harbor and East Lake BCC page PPLC page Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0947 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 7.10 SUBJECT/RECOMMENDATION: Authorize an increase on purchase orders to Quorum Services, Joe Payne Inc., and NOVA Engineering and Environmental, LLC for building inspection and plan review services in an amount of $300,000.00 for a cumulative total not-to-exceed amount of $850,000.00 pursuant to ITB 01-20, Code Inspection and Plan Review Services, and authorize the appropriate officials to execute same.  (consent) SUMMARY: On December 19, 2019, City Council approved the award of ITB # 01-20, Code Inspection and Plan Review Services to Quorum Services of Tampa, FL, Joe Payne, Inc. of Tampa, FL, and NOVA Engineering and Environmental, LLC of Tampa, FL, in the annual not-to-exceed amount of $500,000.00. The number of permits issued in Fiscal Year (FY) 2022 will be over 11,000 which is 20% higher than when the bids were received in 2019. The number of plan reviews for FY2022 will be approximately 35,000 compared to 29,000 in FY 2019 which is also 20% higher than when the bids were received in 2019. Due to the volume of projects and lack of staff to maintain target building plan review time and next-day inspections, the City Manager authorized a 10% increase on September 8, 2022, bringing the total contract amount to $550,000.00. Due to this ongoing increase in permit activity, the Planning and Development Department is requesting authorization for an additional $300,000.00 to be able to maintain these needed services through the contract term which ends on December 31, 2022. While this request exceeds the 20% increase in permits, it also accounts for needs due to staff vacancies . Flexibility is also requested to allocate the additional funds between the three contractors based on work needs and availability. Typically, the Department utilizes Quorum Services as the primary contractor and Joe Payne and NOVA Engineering & Environmental as secondary contractors.   The Planning and Development Department and Procurement are working on a new bid for these services which will be presented to City Council in December once an intent to award has been made. APPROPRIATION CODE AND AMOUNT: Funds are available in the Planning and Development Department cost code 0101430-530300, contractual services, to fund the current year of this contract.  USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/5/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0955 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 7.11 SUBJECT/RECOMMENDATION: Authorize a purchase order to Frontier, Inc. for the installation and operation of wireless internet services in an amount not to exceed $425,435.04 for the period October 1, 2022 through September 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchase (Impractical), and authorize the appropriate officials to execute same. (consent) SUMMARY: Frontier is the sole RBOC (Regional Bell Operating Company) in Pinellas County and is a Certified Ethernet and Managed Solutions provider. Frontier Communications will be providing internet and communication services for the City’s Imagine Park and Amphitheater. It is also being added as the 4th internet services provider (ISP) to the City’s wide-area network (other providers: Spectrum, Crown Castle, CenturyLink/Lumen). The Wi-Fi solution will be installed along the Cleveland Street corridor, between the intersection of Osceola and Cleveland to the intersection of Myrtle and Cleveland. This service will be joined with the service coverage provided by Frontier throughout the Imagine Project. Using one provider (Frontier) will create a seamless overage area for activities in the downtown district. Using two providers would require users to disconnect/reconnect when traveling between the Imagine Park and downtown district. In addition, using a different provider would require the City to incur additional build out costs. The services will be provided via wireless access points mounted on existing light poles in the service area. Frontier will provide all system hardware support and replacement for all equipment through the term of the service. The solution will provide free internet access capabilities to all public users in the service zone and will also provide a communications platform for text messaging to network users within defined timeframes during and after user logins (approximately 48 hours). The Wi-Fi service and communications platform will also provide for branding and sponsorship revenue opportunities that can be used to offset costs. The potential revenue is estimated to be up to $150,000 annually (per Superlative Group). Page 1 City of Clearwater Printed on 10/5/2022 File Number: ID#22-0955 APPROPRIATION CODE AND AMOUNT: Funds are available in the Information Technology operating budget, in cost code 5559862-530300. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/5/2022 • • • • • First Name Last Name Mac Email Address Mobile Number Gender Age Group Splash Page Type First Login Date Last Login Date First 4 Last 4 DEMO_MAC email4@gmail.com N/A NA N/A Manual 2021-03-12 07:17:39:AM 2022-07-20 09:32:44:AM • • • • • •Mailchimp or constant contact are platforms that can support email communications to Customers •Customer would take survey data from the Wi-Fi network and upload to mailchimp or constant contact. -If more automation is required, we can discuss it. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1026 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 7.12 SUBJECT/RECOMMENDATION: Authorize staff to proceed with a study and preliminary design to determine if marina side service infrastructure can be integrated into the parking garage. (consent) SUMMARY: The Clearwater Beach Marina has been in existence since the 1950’s. The last significant renovations occurred in the late 1970’s and early 80’s. In 2005, the city pursued a replacement of the docks only at an estimated cost of 8 million dollars. That project was never initiated. In October of 2021, due to advanced age and accelerating deterioration of overwater structures and utilities, City Council authorized the Engineering Consulting Firm Moffatt & Nichol to begin the design and permitting process to replace all these components. At that time, the design team was provided the direction to incorporate resiliency, a vision for a Marina Walk to integrate with Beach Walk, and to solicit input from the commercial fleet to accommodate their needs. The design team held meetings with commercial fleet representatives and presented the master plan to the Marine Advisory Board in March of 2022. It must be noted that replication of existing “overwater” structures and equipment maintained by the commercial fleet is not permittable and in some cases subject to removal by permitting authorities. The unavoidable biproduct of accommodating one of the commercial fleet’s primary needs, sales kiosks, and the creation of a marina walk is the projected loss of approximately 40 parking spaces. Based in part on these discussions and additional staff review of the overall infrastructure needs necessary to support the commercial operations, it was determined that rebuilding of the marina without considering upland needs for supporting services and storage would exacerbate existing deficiencies in marina operations. A parking garage design developed concurrently or in cooperation with the marina design would address upland support needs currently unavailable to the marina project design team, such as storage and a location for FEMA required elevated utilities. Moffatt and Nichol will give a presentation on the design and planning exercise to date, including efforts to incorporate resiliency and means/methods to accommodate the commercial fleet’s needs. Marine and Aviation will be recommending an option that falls within the current marina replacement budget for council discussion. Additionally, Marine and Aviation is soliciting council input and direction on conducting preliminary research and design for a marina parking garage. If council authorizes this analysis, the Parking Division will research parking needs and Engineering would determine the best preliminary design option to ensure coordination with final Marina Design. Staff would come back to council with a pro-forma and design costs. At the October 3 work session, staff provided an update on the beach marina dock and utilities Page 1 City of Clearwater Printed on 10/5/2022 File Number: ID#22-1026 replacement project and requested authority to expand the project for the purpose of integrating a parking garage design with marina side service infrastructure. There was council consensus for staff to proceed with the study and preliminary design to determine if marina side service infrastructure can be integrated into the parking garage. Staff was directed to place the item on the Consent Agenda. Page 2 City of Clearwater Printed on 10/5/2022 Clearwater Beach Marina Redevelopment Project Goals •Replace aging docks with floating docks•Replace and modernize marina utilities •Optimize marina slip mix and layout •Maximize city-owned submerged lands, but maintain existing slip count and balance •Provide upland storage and ticket sales opportunities •Reduce congestion along Coronado Drive•Activate “Marina Walk”•Maintain commercial operations during construction •Provide 2 boat slips for water taxi 2 3 Project Area Project Progress Market Study Commercial Tenant Outreach Marina Master Plan Development Fieldwork Marine Advisory Board Meeting (March) BPRC Meeting (March) Initiated Environmental Permitting Phase Grant Application CMAR Selection What’s next?Completed Tasks Permitting Review 30% Design 60% Design 100% Design 4 Project Risks Parking Reduction Federal Channel Deauthorization Dredge Disposal Inflation & Supply chain issues Marina Market Study Regional Market •Regional market has more than 100 marinas and 5,000 boat slips •Eight (8) marinas totaling ~1,600 slips selected as comparable marinas based on •Geographic Market •Demographic Market •Marina Size •Location relative to a population center •Occupancy rates generally exceed 90% and several marinas have wait lists •Steady growth observed in quantity of boats > 40 ft •Market average lease rate is $19.00 per foot per month •Transient rates general between $2 and $3 per foot per day •Most older marinas have fixed docks, but newer, high-end marinas primarily have floating docks.Greater Tampa Bay Regional Gulf Market 5 Marina Market Study ClearwaterBeach Marina •165 slip marina’s recreational, commercial, and transient slips in high demand with wait lists for all vessel sizes •There is demand for larger slips which result in more revenue generation than smaller slips •Slip widths are narrower than industry standards and sometimes limit vessel size 6 •Slip rates are below market average •Basic utilities and onsite amenities consistent with comparable destination marinas, but utilities are outdated. •Fuel sales are a significant portion of the marina’s revenue Comparable Marinas Outreach – Commercial Tennant Survey •Locate commercial slips in highly visible locations •West half of the marina is more desirable due to pedestrian traffic •Point of sale at/near their slip is important •Storage at/near their slip is important •Additional parking is desired •Fixed docks were generally preferred 7 8 Master Plan 9 Master Plan 10 West Promenade & Plaza UNDERWATER LIGHTING 11 East Promenade UNDERWATER LIGHTING Master Plan Summary •Recreational slip mix aligns with market study results •Commercial slip mix increased to accommodate future market •Commercial boats slips remain along perimeter of marina •Kiosks located upland near primary dock entrances •Fish cleaning stations and limited storage options to be provided on docks and adjacent to marina. •Creation of “Marina Walk” with wayfinding, art, shade, and seating to increase pedestrian flow to east end of marina 12 13 Master Plan Cost Estimate Slip Mix Impact: No reduction in slip countSlip Mix Impact: No reduction in slip count Value Engineering – Alternative 1 Reconstruct entire marina but reduce footprint and experience. Revisions: •Reduce upland footprint to sidewalk replacement and plaza with kiosks •Minimal landscaping, seating, shade, and lighting improvements •Reduce dock dimensions to industry minimums •Remove fuel office and reduce footprint of fuel docks Budgetary Estimate: ~$22M Value Engineering – Alternative 2 Slip Mix Impact: No reduction in slip countSlip Mix Impact: No reduction in slip count Budgetary Estimate: ~$19M Shift west half of marina redevelopment to a future phase, leaving existing commercial docks and associated utilities in place until future phase commences. Revisions: •Reduce upland footprint to sidewalk replacement and minor upland improvements on east side only •Minimal landscaping, seating, shade, and lighting improvements •Existing, aging fixed docks on west side would remain. Value Engineering – Alternative 3 Shifts one recreational dock tree to a future phase, leaving 3 existing commercial finger piers in place until future phase commences. Revisions: •Reduce upland footprint to sidewalk replacement and plaza with kiosks •Minimal landscaping, seating, shade, and lighting improvements •Remove B Dock (reduction in 26 recreational slips) •Existing fixed docks between A Dock and C Dock remain. Slip Mix Impact: Reduction of 26 recreational slipsSlip Mix Impact: Reduction of 26 recreational slips Budgetary Estimate: ~$19M 17 Hybrid Alternative Hybrid Alternative Includes: •1300 LF of seawall replacement at/above +5.1’ NAVD •Floating docks for recreational, transient, and fuel docks only •Fixed timber boardwalk around perimeter of marina basin for commercial docks •ADA access to all docks •Angled boat slips along Coronado •Requires ~2500 CY additional dredging Budgetary Estimate: ~$28M Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0941 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 7.13 SUBJECT/RECOMMENDATION: Authorize a purchase order to EnviroWaste Services Group, Inc. of Palmetto Bay, FL for emergency and non-emergency pumping and tankering services in the annual not-to-exceed amount of $125,000.00, beginning October 1, 2022 through September 13, 2023, with the option of four, one-year renewals, pursuant to Clearwater Code of Ordinances Section 2.563(1) (c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: Public Utilities is requesting a purchase order to utilize emergency and non-emergency pumping and tankering services for preventative maintenance at lift stations, Water Production Facilities and Water Reclamation Facilities (WRF) located within the Public Utilities Department’s service area. Emergency and non-emergency pumping and tankering services are needed to pump and transport domestic wastewater from lift stations and holding tanks at Water Reclamation Facilities, wastewater collections systems and Water Production Facilities. Authorization is requested to piggyback off Pinellas County’s contract Number 22-0073-B-BW Pumping and Tankering Services - Domestic Wastewater (Emergency and Non-Emergency), which was awarded on June 7, 2022, for the initial contract period of October 1, 2022, through September 13, 2025, with two, one-year renewal options pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY23 are available in Public Utilities’ operating cost centers, cost code 530300 Other Contractual Service. Funding for future years will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 10/5/2022 PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 SEALED BID • DO NOT OPEN SEALED BID NO.: 22-0073-B-BW BID TITLE: Pumping and Tankering Services - Domestic Wastewater DUE DATE/TIME: December 14, 2021 @ 3:00 P.M. EST SUBMITTED BY: _____________________ (Name of Company) Please Note: From time to time, addenda may be issued to this bid. Any such addenda will be posted on the same Web site, www.pinellascounty.org/purchase/Current_Bids1.htm , from which you obtained this bid. Before submitting your bid you should check our Web site to download any addenda that may have been issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid package if applicable. 22-0073-B-BW Page 1 of 30 PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS 400 S. FT. HARRISON AVENUE ANNEX BUILDING – 6TH FLOOR CLEARWATER, FL 33756 INVITATION TO BID ISSUE DATE: November 3, 2021 BID SUBMITTALS RECEIVED AFTER SUBMITTAL DATE & TIME WILL NOT BE CONSIDERED TITLE: Pumping and Tankering Services - Domestic Wastewater BID NUMBER: 22-0073-B-BW SUBMITTAL DUE: December 14, 2021 @ 3:00 P.M. EST AND MAY NOT BE WITHDRAWN FOR 120 DAYS FROM DATE LISTED ABOVE. PRE-BID DATE & LOCATION: NOT APPLICABLE DEADLINE FOR WRITTEN QUESTIONS: December 7, 2021 BY 3:00 P.M. EST SUBMIT QUESTIONS: ALL QUESTIONS MUST BE SUBMITTED IN PINELLAS EPRO WITHIN THE Q & A TAB. THE MISSION OF PINELLAS COUNTY Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow. MERRY CELESTE, CPPB Division Director Purchasing and Risk Management BIDDER MUST COMPLETE THE FOLLOWING BIDDERS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIBLE BID RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A BIDDER DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE BID OPENING DATE AS ADVERTISED. BY SIGNING THIS PROPOSAL FORM BIDDERS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER BID TERMS AND CONDITIONS, INCLUDING ALL INSURANCE REQUIREMENTS. PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) *BID DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _________ BIDDER (COMPANY NAME): _______________________________ D/B/A _____________________________________ MAILING ADDRESS: ______________________________________ CITY / STATE / ZIP ___________________________ COMPANY EMAIL ADDRESS: ______________________________ PHN: (__)__________ FAX: (__)__________ CONTACT NAME: _______________________ *REMIT TO NAME: ________________________________________ (As Shown On Company Invoice) ____________________________________FEIN#_______________ Proper Corporate Identity is needed when you submit your bid, especially how your firm is registered with the Florida Division of Corporations. Please visit www.sunbiz.org for this information. It is essential to return a copy of your W-9 with your bid. Thank you. PRINT NAME: _______________________________ EMAIL ADDRESS: ___________________________ I HEREBY AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS BID, INCLUDING ALL INSURANCE REQUIREMENTS & CERTIFY I AM AUTHORIZED TO SIGN THIS BID FOR THE BIDDER. AUTHORIZED SIGNATURE: ____________________________ PRINT NAME/TITLE: ________________________________________ FORMS CHECKLIST COPY OF COMPANY INVOICE W-9 (TAXPAYER ID) SEE SECTION F FOR BID PRICING SUMMARY 22-0073-B-BW Page 2 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 1. PREPARATION OF BID: Bid will be prepared in accordance with the following: (a) Our enclosed Bid Summary is to be used in submitting your bid. (b) All information required by the Bid Summary shall be furnished. The bidder should print or type his name and manually sign the schedule and each continuation sheet on which an entry is made. (c) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (d) Alternate bids will not be considered unless authorized by the Invitation to Bid. (e) Proposed delivery time must be shown and shall include Sundays and holidays. (f) The County is exempt from all state and federal sales, use, transportation and excise taxes. Taxes of any kind and character, payable on account of the work performed and materials furnished under the award, shall be paid by the bidder and deemed to have been included in the bid. The Laws of the State of Florida provide that sales and use taxes are payable by the bidder upon the tangible personal property incorporated in the work and such taxes shall be paid by the bidder and be deemed to have been included in the bid. (g) Bidders shall thoroughly examine the drawings, specifications, schedule, instructions and all other contract documents. (h) Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. Plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the vendor. (i) Bidders are advised that all County Contracts are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. 2. DESCRIPTION OF SUPPLIES: (a) Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. SUCH REFERENCES ARE NOT INTENDED TO BE RESTRICTIVE. Bids will be considered for all brands which meet the quality of the specifications listed for any items. (b) Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. (c) Bidders will submit, with their proposal, data necessary to evaluate and determine the quality of the item(s) they are bidding. 3. ALTERNATES: Unless otherwise provided in an Invitation to Bid or Request for Proposals, ALTERNATIVES may be included in the plans, specifications, and/or proposals. When the County includes alternates in the solicitation, the Bidder or Offerer shall indicate on the proposal the cost of said alternate and sum to be deducted or added to the Base Bid. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. If the Bidder or Offerer is proposing an alternate that is not provided in the solicitation, alternate(s) must be submitted within the Pinellas ePro Q & A Tab prior to the question deadline, and receive approval prior to the bid opening date in order to be considered for award. 4. SUBMISSION OF BID: (a) Bids or proposals shall be submitted utilizing Pinellas ePro procurement website. Failure to comply could result in the bid or proposal being rejected. (b) Bid must be submitted on the forms furnished. Emails and facsimile bids will not be considered. The County reserves the right to modify the Bid Proposal by emails and facsimile notice. 5. REJECTION OF BID: (a) The County may reject a bid if: 1. The bidder misstates or conceals any material fact in the bid. 2. The bid does not strictly conform to the law or requirements of bid, including insurance requirements. 3. The bid is conditional, except that the bidder may qualify his bid for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis bid must include all items upon which the bid was invited. (b) The respective constitutional officer, county administrator on behalf of the board of county commissioners or within his/her delegated financial approval authority, or director of purchasing, within his/her delegated financial approval authority shall have the authority when the public interest will be served thereby to reject all bids or parts of bids at any stage of the procurement process through the award of a contract. 22-0073-B-BW Page 3 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 (c) The County reserves the right to waive minor informalities or irregularities in any bid. 6. WITHDRAWAL OF BID: (a) Bid may not be withdrawn after the time set for the bid submittal for a period of time as specified. (b) Bid may be withdrawn prior to the time set for the bid submittal. Such request must be in writing. 7. LATE BID OR MODIFICATIONS: (a) Bid and modifications received after the time set for the bid submittal will not be considered. This upholds the integrity of the bidding process. (b) Modifications in writing received prior to the time set for the bid submittal will be accepted. 8. PUBLIC REVIEW AT BID OPENING: Pursuant to Florida Statute, Section 119.071(1)(b)2, all bids submitted shall be subject to review as public records after 30 days from opening, or earlier if an intended decision is reached before the thirty day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims shall be dispositively determined by a court of law prior to trade secret protection being granted. 9. BID TABULATION INQUIRIES: Inquiries relating to the results of this bid, prior to the official bid award by the Pinellas County Board of County Commissioners may be made by visiting Pinellas ePro or calling the Purchasing Office. Tabulations will be posted on the Purchasing Website (www.pinellascounty.org/purchase/Current_Bids1.htm) after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. 10. AWARD OF CONTRACT: (a) The contract will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the Invitation to Bid, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. (b) The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. See Rejection of Bids. (c) If two or more bids received are for the same total amount or unit price, or in the case of proposals, the qualifications, quality and service are equal, the contract shall be awarded to the local bidder/proposer. A local firm is defined as a firm with headquarters in geographical Pinellas County. Headquarters shall mean the office location that serves as the administrative center and principal place of business. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal and no firms are deemed local, then the contract shall be awarded by drawing lots in public. (d) Prices quoted must be FOB Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. (e) A written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful bidder, shall result in a binding contract without further action by either party. 11. BIDS FROM RELATED PARTIES OR MULTIPLE BIDS RECEIVED FROM ONE VENDOR: Where two (2) or more related parties each submit a bid or proposal or multiple bids are received from one (1) vendor, for any contract, such bids or proposals shall be judged non-responsive. Related parties mean bidders or proposers or the principles thereof, which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principles thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. 22-0073-B-BW Page 4 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Florida apply to any purchase made under this Invitation to bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this contract. 13. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, and municipalities the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Florida agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 14. COLLUSION: The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder certifies that his bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 15. CONTRACTOR LICENSE REQUIREMENT: All contractors performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any bid and/or contract award. 16. SAFETY DATA SHEETS REQUIREMENTS: If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by the County as a result of this bid, the successful bidder shall provide a Safety Data Sheet at the time of each delivery. 17. RIGHT TO AUDIT: Pinellas County reserves the privilege of auditing a vendor's records as such records relate to purchases between Pinellas County and said vendor. Such audit privilege is provided for within the text of the Pinellas County Code §2- 176(j). Records should be maintained for five (5) years from the date of final payment. 18. PUBLIC ENTITY CRIME AND SCRUTINIZED COMPANIES: Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and Contractor agrees that its bid and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. Contractor represents and certifies that Contractor is and will at all times remain eligible to bid for and perform the services subject to the requirements of these, and other applicable, laws. Contractor agrees that any contract awarded to Contractor will be subject to termination by the County if Contractor fails to comply or to maintain such compliance. 19. COUNTY INDEMNIFICATION: Contractor agrees to indemnify, pay the cost of defense, including attorney’s fees, and hold harmless the County, its officers, employees and agents from all damages, suits, actions or claims, including reasonable attorney’s fees incurred by the County, of any character brought on account of any injuries or damages received or sustained by any person, persons, or property, or in any way relating to or arising from the Agreement; or on account of any act or omission, neglect or misconduct of Contractor; or by, or on account of, any claim or amounts recovered under the Workers’ Compensation Law; or of any other laws, regulations, ordinance, order or decree; or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon; or for any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) except when such injury, damage, or violation was caused by the sole negligence of the County. 22-0073-B-BW Page 5 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 20. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in Section A apply to this contract except as specifically stated in the subsequent sections of the document, which take precedence over Section A, and should be fully understood by bidders prior to submitting a bid on this requirement. 21. ADA REQUIREMENT FOR PUBLIC NOTICES: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727/464-4062 (voice/tdd) fax 727/464-4157, not later than seven days prior to the proceeding. 22. "OR EQUAL" DETERMINATION: Where bidding other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized person. 23. INSURANCE: Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C). Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. 24. PROCUREMENT POLICY FOR RECYCLED MATERIALS: Pinellas County wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. When awarding a purchase of $5,000 or less, or recommending a purchase in excess of $5,000 for products, materials, or services, the Director of Purchasing may allow a preference to a responsive bidder who certifies that their product or material contains the greatest percentage of postconsumer material. If they are bidding on paper products they must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. On all bids over fifty thousand dollars ($50,000) and formal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying bid received. DEFINITIONS: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 22-0073-B-BW Page 6 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 25. ASBESTOS MATERIALS: The contractor shall perform all work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful bidder. The contractor must keep this copy on site at all times during the actual demolition. 26. PAYMENT/INVOICES: SUPPLIER shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 Each invoice shall include, at a minimum, the Supplier’s name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the Supplier also include the information shown in below. The County may dispute any payments invoiced by SUPPLIER in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. INVOICE INFORMATION: Supplier Information Company name, mailing address, phone number, contact name and email address as provided on the PO Remit To Billing address to which you are requesting payment be sent Invoice Date Creation date of the invoice Invoice Number Company tracking number Shipping Address Address where goods and/or services were delivered Ordering Department Name of ordering department, including name and phone number of contact person PO Number Standard purchase order number Ship Date Date the goods/services were sent/provided Quantity Quantity of goods or services billed Description Description of services or goods delivered Unit Price Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total Sum of all of the line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge vendors to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at www.pinellascounty.org/purchase. 22-0073-B-BW Page 7 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 27. TAXES: Payments to Pinellas County are subject to applicable Florida taxes. 28. TERMINATION: (a) Pinellas County reserves the right to terminate this contract without cause by giving thirty (30) days prior notice to the contractor in writing of the intention to terminate or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified. (b) Failure of the contractor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of Pinellas County. (c) In the event sufficient budgeted funds are not available for a new fiscal period, the County shall notify the vendor of such occurrence and contract shall terminate on the last day of current fiscal period without penalty or expense to the County. (d) In addition to all other legal remedies available to Pinellas County, Pinellas County reserves the right to terminate and obtain from another source, any items/services which have not been delivered within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order as determined by Pinellas County. 29. BIDDER CAPABILITY/REFERENCES: Prior to contract award, any bidder may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Bidders must furnish a reference list of at least four (4) customers for whom they have performed similar services (SEE SECTION D). 30. DELIVERY/CLAIMS: Prices quoted shall be F.O.B. Destination, FREIGHT INCLUDED and unloaded to location(s) within Pinellas County. Actual delivery address(es) shall be identified at time of order. Successful bidder(s) will be responsible for making any and all claims against carriers for missing or damaged items. 31. MATERIAL QUALITY: All materials purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the Contractor at no charge to the County. 32. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid/proposal must be sent in writing (electronically) to the Purchasing Department and received by the date specified in ITB. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the bid. All such addenda shall become part of the contract documents. The County will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. The Purchasing Department will be unable to respond to questions received after the specified time frame. 33. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. If a bidder intends to subcontract a portion of this work, the bidder must disclose that intent in the bid. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the County within thirty (30) business days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the ITB, without exception shall constitute approval for purposes of this Agreement. The Contractor must inform the County in writing within forty-five (45) business days if the Contractor’s business entity’s name changes. The Contractor will bear all responsibility and waive any rights it may have to relief for any delay in processing a payment associated with the County’s inability to issue payment to the Contractor for a business entity name change that the County was not made aware of as reflected herein. 22-0073-B-BW Page 8 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 34. EXCEPTIONS: Contractor is advised that if it wishes to take exception to any of the terms contained in this Bid or the attached service agreement it must identify the term and the exception in its response to the Bid. Failure to do so may lead County to declare any such term non-negotiable. Contractor's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 35. NON-EXCLUSIVE CONTRACT: Award of this Contract shall impose no obligation on the County to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple-term contracts, this provision shall apply separately to each term. 36. PUBLIC RECORDS/TRADE SECRETS: Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that Proposer/Bidder/Quoter desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and Proposer/Bidder/Quoter shall provide an additional copy of the proposal/bid/quote that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the Proposer/Bidder/Quoter Signature Page, Proposer/Bidder/Quoter acknowledges and agrees: (i) that after notice from the County that a public records request has been made for the materials designated as a trade secret, the Proposer/Bidder/Quoter shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than 10 calendar days from the date of notification or Proposer /Bidder/Quoter will be deemed to have waived the trade secret designation of the materials; (ii) that to the extent that the proposal/bid/quote with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating contract terms, approving any contract based on the proposal/bid/quote, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final contract award; (iii) to indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the Proposer/Bidder/Quoter, including actions or claims arising from the County’s non-disclosure of the trade secret materials. (iv) that information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statues and Pinellas County public record policies. Proposer/Bidder/Quoter agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County Policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statues. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire proposal/bid/quote document, line item and/or total proposal/bid/quote prices, the work, services, project, goods, and/or products to be provided by Proposer/Bidder/Quoter, or any information, data, or materials that may be part of or incorporated into a contract between the County and the Proposer/Bidder/Quoter is not acceptable to the County and will result in a determination that the proposal/bid/quote is nonresponsive; the classification as trade secret of any other portion of a proposal/bid/quote document may result in a determination that the proposal/bid/quote is nonresponsive. 22-0073-B-BW Page 9 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 37. LOBBYING: Lobbying shall be prohibited on all County competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the Purchasing Department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, County government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the Board, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, "lobbying" shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, County government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the Director. 38. ADDITIONAL REQUIREMENTS: The County reserves the right to request additional goods or services relating to this Agreement from the Contractor. When approved by the County as an amendment to this Agreement and authorized in writing, the Contractor shall provide such additional requirements as may become necessary. 39. ADD/DELETE LOCATIONS SERVICES: The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 40. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original Bid Form(s) provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations a bidder wishes to propose must be clearly stated in the bidder’s proposal response and presented in the form of an addendum to the original bid documents. 22-0073-B-BW Page 10 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 41. PUBLIC EMERGENCIES: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County shall require a “First Priority” for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. Vendor/contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a “first priority” basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 42. JOINT VENTURES: All Bidders intending to submit a bid as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting the bid (see Section 489.119 Florida Statutes). Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture Agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 43. CONFLICT OF INTEREST: a) The Bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Bidder further represents that no person having any such interest shall be employed by him/her during the agreement term and any extensions. In addition, the Bidder shall not offer gifts or gratuities to County Employees as County Employees are not permitted to accept gifts or gratuities. By signing this bid document, the Bidder acknowledges that no gifts or gratuities have been offered to County Employees or anyone else involved in this competitive invitation to bid process. b) The Bidder shall promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor’s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Bidder may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the Bidder. The County agrees to notify the Bidder of its opinion, by certified mail, within thirty days of receipt of notification by the Bidder. c) It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: Pinellas County Clerk of Circuit Court – Division of Inspector General Phone – (727) 45FRAUD (453-7283) Fax – 727-464-8386 22-0073-B-BW Page 11 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 44. PROTEST PROCEDURE: As per Section 2-162 of County Code (a) Right to Protest. A Vendor who is aggrieved by the contents of the bid or proposal package, or a Vendor who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the Director, as provided herein. This right to protest is strictly limited to those procurements of goods and/or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to F.S. § 287.055, the "Consultants' Competitive Negotiation Act." No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations, negotiations, qualifications or letters of interest; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non-responsive or non-responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section shall not be reviewed. (b) Posting. The Purchasing Department shall post the recommended award on or through the departmental website. (c) Requirements to Protest. (1) If the protest relates to the content of the bid or proposal package, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full Business Day after issuance of the bid or proposal package. (2) If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full Business Day after posting of the award recommendation. (3) The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds. (4) A formal written protest is considered filed with the County when the Purchasing Department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the Purchasing Department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder or proposer. (d) Sole Remedy. These procedures shall be the sole remedy for challenging the content of the bid or proposal package or the recommended award. (e) Lobbying. Protestors and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any County official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the Purchasing Department's or county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided, however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this Code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration. (f) Time Limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the bid or proposal. (g) Authority to Resolve. The Director shall resolve the protest in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. EST on the tenth full Business Day after the filing thereof. (h) Review of Director's Decision. (1) The protesting party may request a review of the Director's decision to the county administrator by delivering written request for review of the decision to the Director by 5:00 p.m. EST on the fifth full Business Day after the date of the written decision. The written notice shall include any materials, statements, and arguments which the bidder or proposer deems relevant to the issues raised in the request to review the decision of the Director. (2) The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m. EST on the seventh full Business Day after receipt of the request for review. The decision shall be final and conclusive as to the County unless a party commences action in a court of competent jurisdiction. (i) Stay of Procurement During Protests. There shall be no stay of procurement during protests. 22-0073-B-BW Page 12 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 45. DISPUTE RESOLUTION FOR PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS IN MATTERS OF INVOICE PAYMENTS: Payment of invoices for work performed for Pinellas County Board of County Commissioners (County) is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non-payment of a payment request or invoice the following Dispute Resolution process shall apply: A. Pinellas County shall notify a vendor in writing within ten (10) days after receipt of an improper invoice, that the invoice is improper. The notice should indicate what steps the vendor should undertake to correct the invoice and resubmit a proper invoice to the County. The steps taken by the vendor shall be that of initially contacting the requesting department to validate their invoice and receive a sign off from that entity that would indicate that the invoice in question is in keeping with the terms and conditions of the agreement. Once sign off is obtained, the vendor should then resubmit the invoice as a “Corrected Invoice” to the requesting department which will initiate the payment timeline. 1 Requesting department for this purpose is defined as the County department for whom the work is performed. 2 Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas County. B. Should a dispute result between the vendor and the County about payment of a payment request or an invoice then the vendor should submit their dissatisfaction in writing to the Requesting Department. Each Requesting Department shall assign a representative who shall act as a “Dispute Manager” to resolve the issue at departmental level. C. The Dispute Manager shall first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures shall be commenced no later than forty-five (45) days after the date on which the payment request or invoice was received by Pinellas County, and shall not extend beyond sixty (60) days after the date on which the payment request or invoice was received by Pinellas County. D. The Dispute Manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas County’s satisfaction and duly accepted by the Proper Authority. Proper Authority for this purpose is defined as the Pinellas County representative who is designated as the approving authority for the work performed in the contractual document. The Dispute Manager shall perform the required investigation and arrive at a solution before or at the sixty (60) days timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The County Administrator or his or her designee shall be the final arbiter in resolving the issue before it becomes a legal matter. The County Administrator or his or her designee will issue their decision in writing. E. Pinellas County Dispute Resolution Procedures shall not be subject to Chapter 120 of the Florida Statutes. The procedures shall also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. F. Should the dispute be resolved in the County’s favor interest charges begin to accrue fifteen (15) days after the final decision made by the County. Should the dispute be resolved in the vendor’s favor the County shall pay interest as of the original date the payment was due. G. Pursuant to sections 218.70 et. seq., Florida Statues, an award will be made to cover court costs and reasonable attorney fees, including fees incurred as a result of an appeal to the prevailing party. This provision is applicable if the non-prevailing party held back payment that was the reason for the dispute without any reasonable lawful basis or fact to dispute the prevailing party’s claim to those amounts. 22-0073-B-BW Page 13 of 30 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 46. PUBLIC RECORDS – CONTRACTOR’S DUTY If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor’s duty to provide public records relating to this contract, contact the Pinellas County Board of County Commissioners, Purchasing Department, Operations Manager custodian of public records at 727-464-3311, purchase@pinellascounty.org, Pinellas County Government, Purchasing Department, Operations Manager, 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756. 47. E-VERIFY The Contractor and Subcontractor must register with and use the E-verify system in accordance with Florida Statute 448.095. A Contractor and Subcontractor may not enter into a contract with the County unless each party registers with and uses the E-verify system. If a Contractor enters a contract with a Subcontractor, the Subcontractor must provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized aliens. The Contractor must maintain a copy of the affidavit for the duration of the contract. If the County, Contractor, or Subcontract has a good faith belief that a person or entity with which it is contracting has knowingly violated Florida Statute 448.09(1) shall immediately terminate the contract with the person or entity. If the County has a good faith belief that a Subcontractor knowingly violated this provision, but the Contractor otherwise complied with this provision, the County will notify the Contractor and order that the Contractor immediately terminate the contract with the Subcontractor. A contract terminated under the provisions of this section is not a breach of contract and may not considered such. Any contract termination under the provisions of this section may be challenged to Section 448.095(2)(d), Florida Statute. Contractor acknowledges upon termination of this agreement by the County for violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor acknowledges that Contractor is liable for any additional costs incurred by the County as a result of termination of any contract for a violation of this section. Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in this section, requiring the subcontracts to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any Subcontractor or Lower Tier Subcontractor with the clause set for in this section. 46. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986: Consultant acknowledges that it is functioning as an independent contractor in performing under the terms of this contract, and it is not acting as an employee of Pinellas County. The consultant acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et seq., and regulations relating thereto. Failure to comply with the above provisions of the contract shall be considered a material breach and shall be grounds for immediate termination of the contract. 47. TRUTH IN NEGOTIATIONS: The Consultant certifies to truth-in-negotiation and that wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of contracting. Further, the original contract amount and any additions thereto shall be adjusted to exclude any significant sums where the County determines the contract price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs. Such adjustments must be made within one (1) year following the end of the contract. 22-0073-B-BW Page 14 of 30 SECTION B - SPECIAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW IMPORTANT NOTICE: Changes have been made to the Insurance process. INSURANCE IS NOW DUE WITH BID SUBMITTAL. See SECTION C – Insurance Requirements. 1. INTENT: In accordance with attached specifications, it is the intent of Pinellas County to establish a contract for Pumping and Tankering Services – Domestic Wastewater, to be used in emergency events and as needed or required. 2. QUANTITIES: Quantities stated are an estimate only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous use and/or anticipated needs. PRICING/PERIOD OF CONTRACT: Duration of the contract shall be for a period of sixty (60) months with unit prices held firm for the first thirty-six (36) months of the contract. One (1) price adjustment will be allowed for the remaining twenty-four (24) months in an amount not to exceed the average of the Consumer Price Index (CPI) or 3%, whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100. It is the vendor’s responsibility to request any pricing adjustment under this provision. The vendor’s request for adjustment should be submitted 90-120 days prior to the thirty-seventh (37) month from contract award. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without pricing adjustment. Any adjustment request received after the thirty-seventh (37) month from contract award may not be considered. 3. TERM EXTENSION(S) OF CONTRACT The contract may be extended subject to written notice of agreement from the County and successful bidder, for two (2) additional twelve (12) month period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing & Risk Management. 4. PRE-COMMENCEMENT MEETING: Within ten (10) calendar days after the effective date of the contract and prior to start of any work, a pre-commencement conference will be held with the successful contractor. The meeting will require contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood. 5. BREACH OF CONTRACT: Failure of Contractor to perform any of the services required by this contract within ten (10) days of receipt of written demand for performance from the County shall constitute breach of contract. 6. PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE BY CONTRACTOR: The Contractor is responsible for (1) determining and paying any fees that may be necessary to perform this contract and (2) determining and acquiring any and all permits and licenses required by any Federal, State or local government entity, agency or board that may be necessary to perform this contract. The Contractor shall maintain any and all permits and licenses required to complete this contract. 7. WORKSITE SANITATION: At the end of each workday, the contractor shall remove from the premises the daily accumulation of waste materials or rubbish caused by his operations. Safety hazards will be immediately corrected by the contractor. The contractor is also responsible for ensuring that any subcontractor hired by him or his subcontractors totally cleanup the worksite at the completion of the work. If the contractor fails to clean up at the completion of the work, the County may do so and deduct the cost of such cleanup from the contractor's most current invoice. The contractor will not be responsible for cleaning up debris left by the County's employees, the public utilizing other areas in the vicinity of the worksite, or left by other contractors. 22-0073-B-BW Page 15 of 30 SECTION B - SPECIAL CONDITIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 8. SUBMISSION OF BIDS: The preferred method is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. Instructions for Providing Files in PDF Format to Pinellas County Government A. How do I convert my files to PDF format? Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. B. Should I scan everything and save as PDF? Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) 22-0073-B-BW Page 16 of 30 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 The recommended vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below, prior to award of contract. Failure to provide the required insurance within the requested timeframe may result in your bid submittal deemed non-responsive. The Contracted vendor shall obtain and maintain, and require any sub-contractors to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Contractor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. a) Bid submittals should include, the Bidder’s current Certificate(s) of Insurance. If Bidder does not currently meet insurance requirements, bidder shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place prior to the award of contract. b) Upon selection of vendor for award, the selected Vendor shall email certificate that is compliant with the insurance requirements to Bryant Jasper-Williams at brwilliams@pinellascounty.org . If the certificate received is compliant, no further action may be necessary. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). The Certificate holder section shall indicate Pinellas County, a Subdivision of the State of Florida, 400 S Fort Harrison Ave, Clearwater, FL 33756. Pinellas County shall be named as an Additional Insured for General Liability. A Waiver of Subrogation for Workers Compensation shall be provided if Workers Compensation coverage is a requirement. c) Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. d) All policies providing liability coverage(s), other than professional liability and workers compensation policies, obtained by the Bidder and any subcontractors to meet the requirements of the Agreement shall be endorsed to include Pinellas County a Political subdivision of the State of Florida as an Additional Insured. e) If any insurance provided pursuant to the Agreement expires or cancels prior to the completion of the Work, you will be notified by CTrax, the authorized vendor of Pinellas County. Upon notification, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org and to CTrax c/o JDi Data at PinellasSupport@ididata.com by the Bidder or their agent prior to the expiration date. (1) Bidder shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Bidder from its insurer Notice shall be given by email to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org. Nothing contained herein shall absolve Bidder of this requirement to provide notice. (2) Should the Bidder, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement, or at its sole discretion may purchase such coverages necessary for the protection of the County and charge the Bidder for such purchase or offset the cost against amounts due to bidder for services completed. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance shall in no way be construed to be a waiver of any of its rights under the Agreement. f) The County reserves the right, but not the duty, to review and request a copy of the Contractor’s most recent annual report or audited financial statement when a self-insured retention (SIR) or deductible exceeds $50,000. 22-0073-B-BW Page 17 of 30 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 g) If subcontracting is allowed under this Bid, the Prime Bidder shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. (1) All subcontracts between Bidder and its subcontractors shall be in writing and are subject to the County’s prior written approval. Further, all subcontracts shall (1) require each subcontractor to be bound to Bidder to the same extent Bidder is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the subcontractor; (2) provide for the assignment of the subcontracts from Bidder to the County at the election of Owner upon termination of the Contract; (3) provide that County will be an additional indemnified party of the subcontract; (4) provide that the County will be an additional insured on all insurance policies required to be provided by the subcontractor except workers compensation and professional liability; (5) provide waiver of subrogation in favor of the County and other insurance terms and/or conditions as outlined below; (6) assign all warranties directly to the County; and (7) identify the County as an intended third-party beneficiary of the subcontract. Bidder shall make available to each proposed subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the subcontractor will be bound by this Section C and identify to the subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. h) Each insurance policy and/or certificate shall include the following terms and/or conditions: (1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. If Bidder is a Joint Venture per Section A. titled Joint Venture of this Bid, Certificate of Insurance and Named Insured must show Joint Venture Legal Entity name and the Joint Venture must comply with the requirements of Section C with regard to limits, terms and conditions, including completed operations coverage. (2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County or any such future coverage, or to County's Self-Insured Retentions of whatever nature. (5) All policies shall be written on a primary, non-contributory basis. (6) Any Certificate(s) of Insurance evidencing coverage provided by a leasing company for either workers compensation or commercial general liability shall have a list of covered employees certified by the leasing company attached to the Certificate(s) of Insurance. The County shall have the right, but not the obligation to determine that the Bidder is only using employees named on such list to perform work for the County. Should employees not named be utilized by Bidder, the County, at its option may stop work without penalty to the County until proof of coverage or removal of the employee by the contractor occurs, or alternatively find the Bidder to be in default and take such other protective measures as necessary. Insurance policies, other than Professional Liability, shall include waivers of subrogation in favor of Pinellas County from both the Bidder and subcontractor(s). 22-0073-B-BW Page 18 of 30 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 i) The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: (1) Workers’ Compensation Insurance: Worker’s Compensation Insurance is required if required pursuant to Florida law. If, pursuant to Florida law, Worker’s Compensation Insurance is required, employer’s liability, also known as Worker’s Compensation Part B, is also required in the amounts set forth herein. Limit Florida Statutory Employers’ Liability Limits Per Employee Per Employee Disease Policy Limit Disease $ 500,000 $ 500,000 $ 500,000 If Licensee/Vendor/Contractor is not required by Florida law, to carry Workers Compensation Insurance in order to perform the requirements of this Agreement, County Waiver Form for workers compensation must be executed, submitted, and accepted by Risk Management. Failure to obtain required Worker’s Compensation Insurance without submitting and receiving a waiver from Risk Management constitutes a material breach of this Agreement. (2) Commercial General Liability Insurance including, but not limited to, Independent Contractor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence Products/Completed Operations Aggregate Personal Injury and Advertising Injury General Aggregate $ 1,000,000 $ 2,000,000 $ 1,000,000 $ 2,000,000 (3) Business Automobile or Trucker’s/Garage Liability Insurance covering owned, hired, and non-owned vehicles. If the Bidder does not own any vehicles, then evidence of Hired and Non-owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Bidder can show that this coverage exists under the Commercial General Liability policy. Limit Combined Single Limit Per Accident $ 1,000,000 (4) Excess or Umbrella Liability Insurance excess of the primary coverage required, in paragraphs (1), (2), and (3) above: Limits Each Occurrence General Aggregate $ 1,000,000 $ 1,000,000 22-0073-B-BW Page 19 of 30 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 (5) Pollution Legal/Environmental Legal Liability Insurance for pollution losses arising from all services performed to comply with this contract. Coverage shall apply to sudden and gradual pollution conditions including the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury or Property Damage. If policy is written on a Claims Made form, a retroactive date is required, and coverage must be maintained for 3 years after completion of contract or “tail coverage must be purchased. Coverage should include and be for the at least the minimum limits listed below: 1) Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death; property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, clean up costs, and the loss of use of tangible property that has not been physically injured or destroyed; 2) Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages. 3) Cost of Cleanup/Remediation. Limits Per Claim or Occurrence General Aggregate $ 1,000,000 $ 1,000,000 For acceptance of Pollution Legal/Environmental Legal Liability coverage included within another policy coverage required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Pollution Legal/Environmental Legal Liability and other coverage combined. (6) Property Insurance Bidder will be responsible for all damage to its own property, equipment and/or materials. 22-0073-B-BW Page 20 of 30 SECTION D – VENDOR REFERENCES PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR BID MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ____________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: _____________________________________________ BUSINESS ADDRESS: _________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ____________________________________________________________ TELEPHONE NUMBER: ____________________________ FAX NUMBER: ______________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax or phone call to obtain answers to questions, as applicable before an evaluation decision is made. LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: ______________________________________ COMPANY: ______________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: ________________________________ TELEPHONE/FAX: ________________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL: ________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ 3. 4. COMPANY: _____________________________________ COMPANY: _____________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: ________________________________ TELEPHONE/FAX: ________________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL:________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ 22-0073-B-BW Page 21 of 30 SECTION E – SPECIFICATIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW A. OBJECTIVE Pinellas County Utilities (PCU) seeks a contractor to provide, during emergency and non-emergency events, all management, supervision, labor and equipment (to include pump trucks and tractor trailer tankers) to pump and transport domestic wastewater from sanitary sewer pump stations, wastewater treatment facilities and collection systems located throughout the PCU service area to other designated points in the collection system or wastewater treatment facilities. B. VEHICLE REQUIREMENTS – Contractor must have a minimum dedicated fleet of five (5) or more pump trucks and/or tractor trailer units for each group bid. Group 1 - MINIMUM PUMP TRUCK SPECIFICATIONS: a) Pumper trucks shall have a minimum tank capacity of 4,000 gallons. b) Pumper trucks shall have a minimum of 1,000 CFM (cubic feet per minute) under load at 18” (Hg) vacuum. c) Pumper trucks shall have a minimum of a four inch (4”) or maximum of six inch (6”) camlock connection on both suction and discharge ports. d) Minimum 100’ 4” or maximum of 6” self-contained bypass hose for filling and discharge. Group 2 - MINIMUM TRACTOR TRAILER TANKER SPECIFICATIONS: a) Tractor Trailer tankers shall have a minimum tank capacity of 6,500 gallons. b) Tractor Trailer tankers shall have a minimum of a four inch (4”) or maximum of six inch (6”) camlock connection on suction and discharge ports. c) Minimum 100’ of 4” or maximum 6” self-contained bypass hose for filling and discharge. Group 3 - MINIMUM HIGH OUTPUT MOBILE PUMP SPECIFICATIONS: a) High Output Mobile pump utilized to load tractor trailer tankers shall have a minimum output capacity of 4,000 GPM at 18’ (Hg) suction head. b) High Output Mobile pump shall have dri-prime capability. Group 4 - MINIMUM JET-VAC TRUCK SPECIFICATIONS: a) Jet-Vac Truck equipped with a minimum of 3,500 PSI (pounds per square inch) water-cleaning device. b) Truck-mounted vacuum system that at a minimum, can remove sand and foreign debris at 3,800 CFM (cubic feet per minute) under load at 18” (Hg) vacuum. c) Jet hose must be a minimum of 1 inch in diameter and must be equipped with a sled to prevent the hose from traveling up a sewer lateral. 22-0073-B-BW Page 22 of 30 SECTION E – SPECIFICATIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 C. MOBILIZATION/DEMOBILIZATION: activities include, but are not limited to any required insurance, permits and any other pre-construction expenses necessary for the start of the work, excluding the cost of materials and labor included in the other pay items. Demobilization activities include, but are not limited to, site cleanup and restoration due to spills, termination and removal of temporary utility services; demolition and removal of temporary structures and facilities; restoration of Contractor’s storage and staging areas; disposal of trash and rubbish and any other post-construction work necessary for the proper conclusion of the work. D. SAFETY & SECURITY: 1. Emergency events may span over 24-Hour periods to several days. Contractor shall have adequate relief personnel to maintain continuous hauling without service interruptions while maintaining compliance within FDOT regulations. 2. Due to environmental conditions at work sites, PCU recommends the Contractor offer Hepatitis B shots for all employees prior to the commencement of work at PCU sites. 3. Contractor employees may not grant access to any person or persons to any of the secured areas of the County. 4. The Contractor shall provide the necessary training for Permit-Required Confined Space of its staff in accordance with OSHA 29 CFR 1910.146. E. PERMITTING: The Contractor shall be required to provide all associated approved Federal, State, and Local regulatory permits for all activities through the entire term of the contract. The successful bidder shall provide PCU evidence of agreement or valid leases for equipment operating permits, approval by the regulatory agency or agencies having jurisdiction over solid waste disposal and any other leases, licenses, or permits required in the execution of this contract. It is the bidder’s responsibility to be familiar with the solid waste disposal requirements of all regulatory agencies having jurisdiction, and the bid submittal should reflect an amount sufficient to enable the bidder(s) to fully comply with all regulatory agency requirements. All necessary permits must be obtained and submitted to PCU prior to commencement of work, if needed. County personnel and authorized agents shall be permitted to inspect the Contractor’s disposal site(s) at any time without prior notification to the Contractor. F. WORK ATTIRE: The Contractor will require all employees, including supervisors, to wear corporate uniform clothing for ready identification, and assure that every employee is in uniform prior to commencing work. Footwear shall be steel toe shoes or boots appropriate for industrial work. (No sandals, flip-flops, tennis shoes, sport shoes, etc.) The uniform must have the Contractor’s name, easily identifiable, affixed in a permanent or semi-permanent manner such as a badge or monogram. Any color or color combination may be used for the uniforms. Contractor will be required to dress commensurate with the tasks being performed. G. CLEANUP: Contractor shall be responsible for the proper cleanup and removal of any spilled material during the removal and disposal operations detailed within this specification. Any spillage, accidental or otherwise, that occurs onsite or offsite shall be the responsibility, including all related costs, of the contractor. Spills that occur due to hauling or pumping activity shall be cleaned and restored by the contractor. Site spills shall be immediately reported to PCU for regulatory reporting. 22-0073-B-BW Page 23 of 30 SECTION E – SPECIFICATIONS PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 H. DISPOSAL: 1. WASTEWATER: After the performance of Wastewater Removal Services, the Contractor shall dispose of vehicle contents (wastewater materials) as directed by a Pinellas County representative. It is anticipated, but not guaranteed, that most of the pumped wastewater shall be returned to the service system at manholes or structures at wastewater plants. 2. SAND AND FOREIGN MATERIALS: The Contractor shall be responsible for proper disposal of all sand, rags, grit and foreign material in accordance with all Local, State and Federal requirements and these materials shall not be introduced back into the service system. The County will not allow the Contractor to dispose of these materials at County sites removed in performance of this contract. The County will require evidence from the Contractor that identifies its third party disposal site for the disposal of sand and foreign wastewater materials from countywide locations. The Contractor shall identify a Primary and Secondary (back-up) site that meets permitted disposal requirements. The County reserves the right to approve or reject the Contractor’s primary and secondary (third party) disposal sites. The County will require documented evidence of the sand and foreign material disposal with any third parties utilized by the Contractor for disposal with this Contract. The location of the Contractor third party disposal site must be within one (1) hour driving time from Pinellas County. I. COMMUNICATION: The Contractor shall provide and maintain a means of direct communication allowing the Pinellas County representative to communicate with the Contractor twenty-four hours a day, seven days a week. Prior to commencing any work, the Contractor shall furnish the Pinellas County representative, the name, telephone number, facsimile number, and e-mail address of its representative and the representative’s back up for this Contract. It is the responsibility of the Contractor to report all changes of its representatives to the Pinellas County representative. J. TYPE OF SERVICE: 1. EMERGENCY: Emergency services require an on-site response, at any point, 24 hours a day, 365 days a year, throughout Pinellas County, within one (1) hour of receiving the call from staff requesting activation. A failure to meet this time requirement will deem the vendor nonresponsive to this requirement. The County will not prepay to reserve trucks during an emergency. It is the vendor’s responsibility to be able to provide the County emergency services as awarded and to provide the County with all trucks, staffing and services necessary during an emergency activation. 2. NONEMERGENCY: Nonemergency services require an on-site response, at any point, on any day throughout Pinellas County, within twenty-four (24) hours or less after receiving the call from staff requesting activation. Work to be performed between 8 am and 5 pm seven days a week, 365 days a year excluding National Holidays: New Year’s Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day. K. PRICING: All-inclusive rate to include mobilization/demobilization and all other fees including overhead, profit, transportation, labor, travel, etc. 22-0073-B-BW Page 24 of 30 SECTION F – BID SUBMITTAL PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW **See attached Section F Bid Submittal and Summary. Pricing must be submitted on Section F - Bid Submittal (Excel)** DELIVERY _________ DAYS AFTER RECEIPT OF ORDER FOR NONEMERGENCY ORDERS An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 (http://www.flsenate.gov/Laws/Statutes/2011/607.1501). A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit www.sunbiz.org for this information on how to become registered. 22-0073-B-BW Page 25 of 30 SECTION F – BID SUBMITTAL PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 BID SUBMITTAL CHECKLIST Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW The following checklist is included to help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid response. Items are checked if they are required with your bid submittal or if they must be on file prior to award. Additional documentation may be requested by the County to ensure contract compliance.  DESCRIPTION OF SUBMITTAL PAGE SUBMIT WITH BID SUBMIT PRIOR TO AWARD Sign the Bidder Acceptance Form 1  Current Certificate(s) of Insurance 18  Complete the Vendor References Form 22  Section F – Bid Submittal and Summary (Excel) *note fill in General Information section in addition to Pricing attachment  ePayables Form 32  W-9 33  Sign the Addenda Acknowledgement Form (if applicable) 34  Appendix 1 – E-Verify Affidavit  22-0073-B-BW Page 26 of 30 SECTION F – ELECTRONIC PAYMENT PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid Number: 22-0073-B-BW Electronic Payment (ePayables) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See Section A, Payment/Invoices. Would your company accept to participate in the ePayables credit card program? Yes No For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase. Company Name Signature Printed Signature Phone Number Email Address 22-0073-B-BW Page 27 of 30 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 22-0073-B-BW Page 28 of 30 SECTION G - ADDENDA ACKNOWLEDGMENT FORM PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 Bid Title: Pumping and Tankering Services - Domestic Wastewater Bid No: 22-0073-B-BW PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS ITB/RFP BY SIGNING AND DATING BELOW: ADDENDUM NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding Addenda issued is available on the Purchasing Department’s website at, www.pinellascounty.org/purchase/Current_Bids1.htm , listed under category ‘Current Bids’. 22-0073-B-BW Page 29 of 30 SECTION H - STATEMENT OF NO BID PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 NOTE: If you do not intend to bid on this requirement, please complete this form. Thank you. We, the undersigned have declined to submit a bid for No. 22-0073-B-BW for Pumping and Tankering Services - Domestic Wastewater Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation to Bid. We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet specifications. Unable to meet Bond requirement. Specifications unclear (explain below). Unable to Meet Insurance Requirements. Remove Us from Your "Notification List" Altogether Other (specify below). REMARKS: We understand that if the "No Bid" letter is not executed and returned our name may be deleted from the Bidders List of Pinellas County. COMPANY NAME: DATE: SIGNATURE: TYPED NAME OF ABOVE: TELEPHONE: FAX: EMAIL: 22-0073-B-BW Page 30 of 30 APPENDIX 1 – E-VERIFY AFFIDAVIT PINELLAS COUNTY PURCHASING AND RISK MANAGEMENT ITB – SERVICES REVISED: 10-2021 CONTRACTOR E-VERIFY AFFIDAVIT I hereby certify that ___________________________ [insert contractor company name] does not employ, contract with, or subcontract with an unauthorized alien, and is otherwise in full compliance with Section 448.095, Florida Statutes. All employees hired on or after January 1, 2021 have had their work authorization status verified through the E-Verify system. A true and correct copy of _______________________________ [insert contractor company name] proof of registration in the E-Verify system is attached to this Affidavit. Signature:______________________________ Print Name:______________________________ Date:______________________________ Federal Work Authorization User Identification No.:_____________________________ Name of Pinellas County Contract and Contract No.:____________________________ STATE OF FLORIDA COUNTY OF PINELLAS The foregoing instrument was acknowledged before me by means of 1) physical presence __ or 2) online notarization ___, this __________________________ (date) by ____________________________ (name of officer or agent, title of officer or agent) of _____________________________________ (name of contractor company acknowledging), a __________________________________ (state or place of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has produced __________________________________ (type of identification) as identification. [Notary Seal] Notary Public:_________________________________________ Name typed, printed, or stamped:_________________________________________ My Commission Expires:_________________________________________ BOARD OF COUNTY COMMISSIONERS Joseph Lauro, CPPO/CPPB Director PLEASE ADDRESS REPLY TO: 400 South Ft. Harrison, Sixth Floor Clearwater, Florida 33756 Phone: (727) 464-3311 FAX: (727) 464-3925 Website: www.pinellascounty.org/purchase DATE: March 23, 2022 TIME POSTED: 5:03 P.M. EST PROCUREMENT ANALYST: Bryant Jasper-Williams SUBJECT: Recommendation of Bid Award Bid No.: 22-0073-B-BW Bid Title: Pumping and Tankering Services - Domestic Wastewater - SCBWRF Pinellas County staff recommends award to Envirowaste Services Group Inc in the amount of $4,837,500.00. PINELLAS COUNTY GOVERNMENT, FLORIDA Cost Proposal Tabulation Date & Time Due: January 27, 2022 @ 3:00P.M. EST Bid Total 4,837,500.00$ 6,750,000.00$ Bid No.: 22-0073-B-BW Bid Title : Pumping and Tankering Services - Domestic Wastewater - SCBWRF Description Envirowaste Services Group Inc FCS Inc INSR ADDLSUBRLTRINSRWVD DATE (MM/DD/YYYY) 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) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $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 LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED 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 any 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. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Steadfast Insurance Company Colony Insurance Company Zurich American Insurance Company Aspen American Insurance Company 7/28/2022 USI Insurance Services, LLC/CL 201 Alhambra Circle, Suite 1401 Coral Gables, FL 33134-5108 305 669-6000 Jennifer Warrington 305 669-6000 jennifer.warrington@usi.com Envirowaste Services Group, Inc 18001 Old Cutler Rd Ste 554 Miami, FL 33157-6440 26387 39993 16535 43460 A X X Contractors Pollution Included X X X GPL180638902 07/31/2022 07/31/2023 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 C X X X X X BAP557133810 07/31/2022 07/31/2023 2,000,000 B A X X X NIL X X EXO4267441 SXS187844802 07/31/2022 07/31/2022 07/31/2023 07/31/2023 20,000,000 20,000,000 C N X WC017636208 07/31/2022 07/31/2023 X 1,000,000 1,000,000 1,000,000 D Inland Marine X X IM10Q0000451511 07/31/2022 07/31/2023 Scheduled/Rented/Leased RE: Job #20-051T, Vactor & Pumping Service. The General Liability and Automobile Liability policies include an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder, only when there is a written contract that requires such status, and only with regard to work performed by or on behalf of the named insured. City Of Clearwater PO BOX 4748 CLEARWATER, FL 33758 1 of 1 #S36874627/M36873028 ENVIRSER19Client#: 1840410 SP1ZP 1 of 1 #S36874627/M36873028 This page has been left blank intentionally. Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End.Producer Add'l Prem.Return Prem. Named Insured and Mailing Address:Producer: USI INSURANCE SERVICES, LLC PO BOX 141916 CORAL GABLES, FL 33114-1916 ---------- ---------- Additional Insured-Automatic-Owners, Lessees Or Contractors Coverage Part One-Commercial General Liability Coverage Part Two-Contractor's Pollution Liability THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: Environmental Services Package Policy COVERAGE PART ONE-COMMERCIAL GENERAL LIABILITY COVERAGE PART TWO-CONTRACTOR'S POLLUTION LIABILITY 1.Who is an Insured (Section I.) in the COMMON COVERAGE PROVISIONS is amended to include as an additional insured any person(s) or organization(s) whom you are required to add as an additional insured on this policy under a written contract or written agreement. 2.The insurance provided to the additional insured person(s) or organization(s) applies only to: a."Bodily injury”, “property damage” or "personal and advertising injury" under COVERAGE PART ONE- COMMERCIAL GENERAL LIABILITY, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B - PERSONAL AND ADVERTISING INJURY LIABILITY caused, in whole or in part, by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf; and resulting directly from: (a)Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement; or (b)“Your work” completed as included in the "products-completed operations hazard", performed for the additional insured, which is the subject of the written contract or written agreement; and/or b."Claims" arising out of a "pollution event" under COVERAGE PART TWO - CONTRACTOR'S POLLUTION LIABILITY, caused, in whole or in part, by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf, and resulting directly from: (a)"Covered operations" performed for the additional insured, which is the subject of the written contract or written agreement; or X X Page of STF-ESP-101-F CW (04/13) 1 3 ENVIROWASTE SERVICES GROUP, INC. 18001 OLD CUTLER RD # 554 PALMETTO BAY, FL 33157-6440 GPL-1806389-02 07/31/2022 07/31/2023 07/31/2022 84179000 (b)"Completed operations" of the "covered operations" performed for the additional insured, which is the subject of the written contract or written agreement. 3.However, regardless of the provisions of paragraphs 1. and 2. above, the insurance afforded to such additional insured: a.Only applies to the extent permitted by law; and b.Will not be broader than that which you are required by the written contract or written agreement to provide to such additional insured. 4.With respect to the insurance afforded to the additional insured under this endorsement, the following is added to Section III – Limits Of Insurance and Deductible: The most we will pay on behalf of the additional insured is the amount of insurance: a.Required by the written contract or written agreement you have entered into with the additional insured; or b.Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations 5.The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: (1)The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2)Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any architectural, engineering or surveying services. 6.The additional insured must see to it that: a.We are notified as soon as practicable of an "occurrence", offense or “pollution event”, as applicable, that may result in a claim; b.We receive written notice of a claim or "suit" as soon as practicable; and c.A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. 7.For the coverage provided by this endorsement: a.The following paragraph is added to Paragraph 8.a. Other Insurance, Conditions (Section V.) in the COMMON COVERAGE PROVISIONS: Primary and Noncontributory Insurance This Insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this endorsement provided that: (1)The additional insured is a Named Insured under such other insurance; and (2)You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. b.The following paragraph is added to Paragraph 8.b. Other Insurance, Conditions (Section V.) in the COMMON COVERAGE PROVISIONS: This insurance is excess over: Page of STF-ESP-101-F CW (04/13) 2 3 Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. 8.This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. Page of STF-ESP-101-F CW (04/13) 3 3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0802 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.14 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $1,700,000.00 for term October 1, 2022 through September 30, 2023 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a), Single source, Section 2.563 (1)(b), Micro purchases, and Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same . (consent) SUMMARY: The Fleet Division is requesting authorization to purchase vehicle parts from various vendors for heavy and light duty city vehicles and equipment. Purchases will be obtained through various methods to include single source, micro purchases, and piggyback contracts. In addition, the Fleet Division is requesting approval to engage additional vendors as needed in accordance to Code Section 2.561(5) with the Procurement Division providing oversite. Competitive quotes will be obtained and no one vendor will exceed $50,000 in a fiscal year. APPROPRIATION CODE AND AMOUNT: 5666611-550600, Vehicle Parts These funds are available in the operating expense of fleet maintenance as budgeted in fiscal year 22/23. Page 1 City of Clearwater Printed on 10/5/2022 6902 East 7th Ave. Tampa FL 33619 www.MOWERMAX.com July 12, 2022 City of Clearwater, FL General Services/Fleet Clearwater, FL RE: Single Source This letter is to inform you that the MowerMax Boom mower is a single source product manufactured and distributed exclusively by ATMAX Equipment Co. of Tampa FL. We do not have a dealer in Florida and therefore sell our MowerMax Boom Tool Carriers and mower parts directly to the end user in Florida. Our pricing is structured for government purchases. One particular national contract is Florida Sheriffs Association. We list the MSRP and the percent discount for governments. If you desire additional information, don’t hesitate to contact me at 813-781-1888 at any time or visit our website at www.mowermax.com. Thank you for your interest in our products. Sincerely, Tim Timothy B Ward President PETERBILT MOTORS COMPANY A COMPANY 1700 WOODBROOK STREET DENTON, TEXAS 76205-7864 940-591-4000 FAX: 940-591-4260 July 13, 2022 City of Clearwater Fleet Maintenance Clearwater, Florida Subject: Peterbilt Dealership Single Source Letter Mrs. Pride, This letter is to inform all parties that Rush Truck Center, Tampa is the single Peterbilt dealer located in the Clearwater/Tampa area authorized to sell and service Peterbilt trucks, tractors, parts and accessories manufactured by or for Peterbilt and Paccar Parts. The dealership is the only Peterbilt dealer specifically authorized by Peterbilt to do so in the following counties in the state of Florida: • Charlotte • Sarasota • Citrus • Glades • Hernando • Hillsborough • Manatee • Pasco • Pinellas If you have additional questions, please feel free to contact me at 940.591.4218 PETERBILT MOTORS COMPANY By: ______________________________ John Ball Title: Manager of Dealer Network Development Date: July 13, 2022 DAIMLER TRUCK NORTH AMERICA | 2477 DEERFIELD DRIVE, FORT MILL, SC 29715 | 803.578.3466 | WWW.DAIMLERTRUCKNORTHAMERICA.COM July 13, 2022 The City of Clearwater 1900 Grand Ave. Clearwater, FL. 33755 To whom it may concern: This letter is to confirm that Tampa Truck Center LLC, DBA: Southport Truck Group, located at 7528 US HWY 301 North, Tampa, FL. is an authorized Freightliner, Western Star, Sterling and Detroit Diesel dealership in the Tampa, FL. market. Southport Truck Group is the single source and exclusive sales franchise for Freightliner and Western Star in the following counties: Charlotte De Soto Hardee Hernando Highlands Hillsborough Lee Manatee Pasco Pinellas Sarasota Should you require any additional information, please feel free to contact us at (803) 280-1208. Sincerely, Doug Rogers Business Development Manager Distribution Network Strategy & Operations D A I M L E R T R U C K M: 803-280-1208 8111 Lyndale Avenue South, Bloomington, Minnesota 55420-1196 ▪ Phone 952-888-8801 ▪ www.thetorocompany.com ▪ Fax 952/887-8258 September 13, 2022 Joyce Hunt Senior Accountant, General Services City of Clearwater 1900 Grand Ave. Clearwater, FL 33758 Dear Joyce Hunt, This letter is to inform you that Wesco Turf, Inc. at 2101 Cantu Court, Sarasota, FL (941-377-6777) is the single source distributor for Toro commercial turf equipment, parts and service and Toro golf course irrigation products for your geographic area. If you have any questions, please contact me. Sincerely, Troy von Holdt Troy von Holdt District Sales Manager-Sports Fields and Grounds The Toro Company Commercial Products Division The Toro Company Solicitation FB-00399-S4 PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4 Solicitation Designation: Public Miami-Dade County Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 1 Solicitation FB-00399-S4 PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4 Solicitation Number    FB-00399-S4  Solicitation Title    PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4    Solicitation Start Date  May 18, 2020 3:31:25 PM EDT Solicitation End Date  Jun 1, 2020 6:00:00 PM EDT Question & Answer End Date  May 29, 2020 7:00:00 AM EDT   Solicitation Contact    Robert Mendoza    Procurement Contracting Officer 2    ISD - Strategic Procurement Division    305-375-3704    Robert.Mendoza@miamidade.gov    Solicitation Contact    Vanessa Stroman    Procurement Contracting Manager    ISD - Procurement Management Services    305-375-4263    Vanessa.Stroman@miamidade.gov    Solicitation Contact    Shantrell Page    Procurement Contracting Associate    ISD - Procurement Management Services    305-375-4708    pages@miamidade.gov    Contract Duration  See Bid Documents Contract Renewal  See Bid Documents   Prices Good for  See Bid Documents   Solicitation Comments This is a supplemental Request to Qualify (RTQ) to contract FB-00399, establishing a new Prequalified Pool of Vendors (Pool) group (Group 8) to be used for soliciting vehicle repair, installation and maintenance services not awarded in Group 3. Placement into the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this RTQ. Vendor Submittals are accepted throughout the term of FB-00399 for placement in such Pool. Please refer to section 2.3 for qualification requirements and complete section 4 in order to be qualified into the pool. Addendum # 1 New Documents         FB-00399-S4 Solicitation Addendum - No. 1.pdf   Previous Q & A End Date  May 26, 2020 7:00:00 AM EDT    New Q & A End Date  May 29, 2020 7:00:00 AM EDT   Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 2 Addendum # 2 New Documents         FB-00399-S4 Solicitation Addendum - No. 2.pdf   Addendum # 3 New Documents         FB-00399-S4 Solicitation Addendum - No. 3.pdf   Item Response Form   Item    FB-00399-S4--01-01 - See Section 4 Quantity  1 each Prices are not requested for this item. Delivery Location         Miami-Dade County     No Location Specified        Qty 1 Description Please refer to section 2.3 Qualification Criteria and complete Section 4 in order to be prequalified into the pool. Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 3 ADDENDUM NO. 3 June 1, 2020 TO: ALL PROSPECTIVE BIDDERS SUBJECT: SOLICITATION NO.: FB-00399-S4 TITLE: PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4 This Addendum becomes part of the subject solicitation. Please note if your firm has not been previously awarded under group 3, you may still submit documents to be added to the pre-qualification pool under group 8. Section 2.3 is split to show different requirements based on whether or not a vendor is already awarded in group 3. Also please keep in mind this is a pre-qualification pool which will stay open to run concurrent with contract FB-00399. Vendors may submit documentation to become pre-qualified at any time. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami-Dade County, Robert Mendoza Robert Mendoza Procurement Contracting Officer cc: Clerk of the Board Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 4 ADDENDUM NO. 2 June 1, 2020 TO: ALL PROSPECTIVE BIDDERS SUBJECT: SOLICITATION NO.: FB-00399-S4 TITLE: PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4 This Addendum becomes part of the subject solicitation. The following are the inquiries received and the corresponding responses. Questions and Answers: Question 2: It appears from the instructions that if a company (like mine) has already been awarded under Group 3 of FB-00399 we only need to fill out and submit the vendor contract information section of section 4, correct? Also, how best do we document the previous Group 3 award? I have the original tally sheet from MDC that shows all those who were awarded, will that suffice? Answer 2: If your company has already been previously awarded a brand on Group 3, you only need to supply the information from section 2.3.1 (Vendor Contact information) and the Section 4 Bid Submittal Documents. Please disregard the vendor reference section as it is not needed. Documentation of Group 3 award is not necessary. As part of the evaluation process, the County will cross-reference vendors who submit a response to the solicitation to check for prior award. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami-Dade County, Robert Mendoza Robert Mendoza Procurement Contracting Officer cc: Clerk of the Board Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 5 ADDENDUM NO. 1 May 27, 2020 TO: ALL PROSPECTIVE BIDDERS SUBJECT: SOLICITATION NO.: FB-00399-S4 TITLE: PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4 This Addendum becomes part of the subject solicitation. Please note the following changes: Question and Answer Date: May 26, 2020, 7:00 AM EST, has been changed to May 29, 2020 7:00 AM EST. The following are the inquiries received and the corresponding responses. Questions and Answers: Q) 1: I need to clarify that our company only supply parts, we do not have service. Can we participate as a part supplier only? A) 1: This supplement is only for vendors who are capable of providing repair, installation and maintenance services. Supplement 3 established Group 7, which is a pre-qualification pool group for the purchase of parts only. In order to become Pre-Qualified for Group 7 please reach out to myself at Robert.Mendoza@miamidade.gov and Shantrell Page at Shantrell.Page@miamidade.gov and express interest in becoming a pre-qualified vendor for this group. Upon receipt of your interest we will provide the necessary information needed to become pre-qualified. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami-Dade County, Robert Mendoza Robert Mendoza Procurement Contracting Officer cc: Clerk of the Board Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 6 05052020 Rev.20-1 MIAMI-DADE COUNTY, FLORIDA R E Q U E S T T O Q U A L I F Y ( R T Q ) Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 7 05052020 Rev.20-1 NOTICE TO ALL VENDORS: To establish the pool of prequalified vendors, the County will accept electronic submittals through a secure mailbox at BidSync (www.bidsync.com) until the end date and time indicated in this solicitation document. There is no cost to the vendor submitting a response to a Miami-Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. To offer a submittal through BidSync, all information and documents must be fully entered, uploaded, acknowledged (“Confirm”) and recorded into BidSync before the BidSync Solicitation End Date. To request information prior to the BidSync Question & Answer End Date, use the question/answer feature provided within the solicitation by BidSync at www.bidsync.com. Material changes, if any, to the solicitation will only be transmitted by written addendum. (See addendum section of BidSync site). Vendors in the Pool will be invited to participate in future spot market competitions, as needed. The spot market competition may be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and applicable provisions. Spot Market Competitions may not be restricted to vendors in this Pool; however, vendors must have a Complete Submittal to be awarded a contract pursuant to this Pool. Vendors must anticipate the inclusion of the General Terms and Conditions of Miami-Dade County Procurement Contracts in all contracts resulting from spot market competitions. These general terms and conditions are considered non-negotiable. All current applicable terms and conditions pertaining to a resultant contract may be viewed online at the Miami-Dade County Strategic Procurement Division’s webpage: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r20-1.pdf The following Section 1 General Terms and Conditions provisions shall not apply to federally funded projects: Local Preferences, User Access Program (UAP) Fee, Small Business Enterprises (SBE) Measure, Local Certified Service - Disabled Veteran’s Business Enterprise Preference, First Source Hiring Referral Program, Prompt Payment Terms, and Office of Inspector General Fee. Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 8 Rev.072518 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE This is a supplemental Request to Qualify (RTQ) to contract FB-00399, establishing a new Prequalified Pool of Vendors (Pool) group (Group 8) to be used for soliciting vehicle repair, installation and maintenance services not awarded in Group 3. Placement into the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this RTQ. Vendor Submittals are accepted throughout the term of FB-00399 for placement in such Pool. It shall be the sole prerogative of the County as to the total number of prequalified vendors in the Pool. During the term of the Pool, the County reserves the right to receive additional submittals, add, or delete prequalified vendors as it deems necessary. If the County elects to add vendors, they must meet the same minimum requirements established on contract FB-00399 and all subsequent supplements along with the qualifications outlined throughout this RTQ. DEFINITIONS Invitation to Quote (ITQ) – Shall refer to the solicitation of quotes from the Pool for specific goods and/or services; and awarded based on lowest price, or other quantifiable criteria. Prequalified Pool of Vendors (Pool) – Shall refer to business entities/individuals determined by the County’s Internal Services Department, Strategic Procurement Division, as meeting the minimum standards of business competence, financial ability, and/or product quality for placement in the Pool, and which may submit a quote or proposal, at the time of need. Vendor – Shall refer to a business entity/individual responding to this RTQ. Submittal - Shall refer to all information, attachments and forms submitted in response to this RTQ. Work Order Proposal Request (WOPR) – Shall refer to the solicitation of offers from the Prequalified Pool of Vendors for specific goods and/or services; and evaluated and awarded based on best value. Vehicles: Refers to Medium/Heavy Trucks, Construction, Agricultural, Material Handling or any other equipment which is not deemed as automotive. 2.2 TERM The term of this supplement shall run concurrently with contract FB-00399, and any options to renew if applicable. 2.3 QUALIFICATION CRITERIA Responsive and responsible vendors previously awarded under Group 3 of contract FB-00399 are considered eligible for placement in the Pool and for participation in future solicitations upon submittal of the following: 2.3.1. Vendor(s) shall provide contact information to receive future spot market quotations, and provide the County with general support to include questions, information concerning orders, placed and Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 9 Rev.072518 repair services. An e-mail address shall be available to receive spot market quotations and general information between 7 A.M. and 5 P.M. Monday through Friday, exclusive of observed County Holidays and Weekends. (Section 4: Vendor Contact information) Vendor(s) not previously awarded under group 3 of contract FB-00399 shall meet the following criteria to be considered for placement in the Pool and for participation in future solicitations: 2.3.2. Vendor(s) shall provide contact information to receive future spot market quotations, and provide the County with general support to include answers to questions, information concerning orders placed, and repair services. An email address shall be available to receive spot market quotations and general information between 7 A.M and 5 P.M Monday through Friday, exclusive of observed County Holidays and Weekends. (Section 4: Vendor Contact Information) 2.3.3. Vendor shall provide either three signed professional reference letters on the referenced company’s letterhead, or three different Commercial Business and/or Governmental Agency references to demonstrate that the Vendor is regularly engaged in the business of providing vehicle repair, installation and maintenance services within the past three years. The References shall provide at a minimum, the customer’s company name, address, contact name, title, e-mail address, telephone number, and length of service to verify that the vendor has successfully provided or is providing the requested repair, installation and/or maintenance services (Section 4: Vendor References). The County must be able to ascertain from Vendor provided references, to its satisfaction, and at the County’s sole discretion, that the Vendor holds sufficient experience and capacity in providing repair, installation and/or maintenance services. 2.3.4. Vendor must have a facility within the Miami-Dade County, Broward County, and/or Palm Beach County area. To meet this requirement, the vendor must provide a local business tax receipt with their submittal as proof of an established/operation facility location. Vendor shall provide all of the specified information, documents and attachments listed above with their Submittal as proof of compliance with the requirements of this RTQ. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement or supply the required documents throughout the term of the RTQ. It shall be the sole right of the County to determine the number of Vendors which will be included in the Pool. During the term of the RTQ, the County reserves the right to add or delete Vendors as it deems necessary, and in its best interest. The County may request photographs, diagrams of the facility, conduct a site inspection or hold a qualification hearing prior to approval of the RTQ submittal to determine if the vendor is capable of qualification. As part of the determination of the vendor’s suitability and/or competency, the County may consider any evidence available regarding the financial, technical, or other qualifications and abilities of the vendor, to include past performance satisfactorily completing prior awards with the County, or any other governmental or private entity. 2.4 INSURANCE Insurance is not required in order to be prequalified under this RTQ. Insurance requirements will be detailed in the subsequent ITQ or WOPR. 2.5 SPOT MARKET QUOTES Vendors in the Pool will be invited to participate in future spot market competition, as needed. The spot market competition will be in the form of an ITQ or WOPR that will include the specific goods and/or services required, and may include provisions, as applicable, such as: Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 10 Rev.072518  Small Business Enterprise (SBE) Measures  Warranty Requirements  Liquidated Damages  Living Wage For federally funded projects/programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempted from such solicitations, as indicated in the ITQ or WOPR. • Local Preferences • User Access Program (UAP) Fee • SBE Measures • Local Certified Veteran Business Enterprise Preference • First Source Hiring Referral Program • SBE Prompt Payment Terms • Office of Inspector General Fee Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 11 Rev.072518 SECTION 3 SCOPE OF WORK/TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK/TECHNICAL SPECIFICATIONS Vendors pre-qualified in this group shall be eligible to participate in spot market solicitations to provide vehicle repair, installation and maintenance services not awarded in Group 3 for multiple County departments, on an “as needed basis.” 3.2 GOODS/SERVICES TO BE PROVIDED Vendors may be required, in subsequent spot market solicitations to provide vehicle repair, installation, and maintenance services. Subsequent spot market quotations may be for services only, or service to be inclusive of parts which may be used in the completion of the requested service. Services may include, but are not be limited to, vehicle or component repairs, rebuilding, retrofit, diagnostic, or routine maintenance services to include but not be limited to the following systems. 1. Engine, Transmission and Driveline 2. Axle, Suspension and Steering System 3. Emission and Exhaust Systems 4. Fuel and Ignition System 5. Brake System 6. HVAC System 7. Electrical/Computer System 8. Charging System 9. Cooling System 10. Hydraulic System 11. Vocation Specific Bodies and/or Components (Dump, Lifts, Cranes, Mixers, Packers, etc.) Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 12 SECTION 4 QUALIFICATION CRITERIA Vendor Name: FEIN: Qualification Criteria (2.3) Please identify in the space below that your firm has provided all required information. Refer to the Qualification Criteria Section to ensure that Submittal and attachments comply with solicitation requirements. Please note this checklist is for reference purposes only. Reference Section Criteria Copy Attached 2.3 Vendor currently awarded under Group 3 of contract FB-00399 ☐ 2.3.1 / 2.3.2 Vendor Contact Information ☐ 2.3.3 Provide either three signed professional reference letters or three different commercial business and/or governmental agency references ☐ 2.3.4 Miami-Dade County, Broward County, or Palm Beach County Local Business Tax Receipt ☐ Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 13 SECTION 4: VENDOR CONTACT INFORMATION Vendor Name: FEIN: Vendor Contact Information (2.3.1/2.3.2) Provide name and contact information of a designated representative capable of providing information and support to the County during normal business hours. Company Contact Person Name: Contact Telephone Number: Contact E-Mail Address: Provide an e-mail address available between 7 A.M. and 5 P.M. Monday through Friday, exclusive of observed County Holidays and Weekends to receive spot market quotations and orders from the County. Contact E-Mail Address: Print Additional Pages As Needed Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 14 SECTION 4: VENDOR REFERENCES Vendor Name: FEIN: References of Previous or Current Customers (2.3.3) Please identify below if three reference letters are attached with the Submittal. If reference letters are not available, please provide the reference contact information for three different references below. Failure to provide this information will result in the submittal being deemed incomplete. Criteria Initial If Submitted Provided three signed professional reference letters on the referenced company’s letterhead. The reference letter shall include the company name, address, contact name, title, e-mail address, telephone number and length of service for verification of records. Client Reference #1 Company Name: Contact Name: Contact Title: Contact Telephone Number: Contact E-Mail Address: Client Reference #2 Company Name: Contact Name: Contact Title: Contact Telephone Number: Contact E-Mail Address: Client Reference #3 Company Name: Contact Name: Contact Title: Contact Telephone Number: Contact E-Mail Address: Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 15 SUBCONTRACTING FORM Solicitation Number FB-00399-S4 *Vendor Name   *FEIN # Complete “A” or “B”: A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation. B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation:  Business Name and Address of First Tier Subcontractor/ Subconsultant Name of Principal Owner Scope of Work to be Performed by Subcontractor Subconsultant Subcontractor/ Subconsultant License (if applicable)  Business Name and Address of First Tier Direct Supplier Name of Principal Owner Supplies, Materials, and/or Services to be Provided by Supplier And Below and/or attached is a detailed statement of the firm’s policies and procedures for awarding subcontractors: (Duplicate this form if additional space is needed to provide the required information) When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code – Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to each subcontractor via the BMWS at http://mdcsbd.gob2g.com. Pursuant to Section 2-8.1(f) of the Code – Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com. The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified except upon written approval of the County. I certify that the information contained in this form is to the best of my knowledge true and accurate. *Signature of Vendor’s Representative *Print Name *Print Title *Date Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 16 Miami-Dade County Contractor Due Diligence Affidavit   Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Officer overseeing this solicitation/ contract/purchase order. The Vendor/Contractor attests to providing all of the above information, if applicable, to the County. NOTE: "Pursuant to Florida Statutes s. 92.525, under penalties of perjury......" vendors who are unable to obtain a Notary Public during the COVID-19 declared emergency are permitted to use the below declaration in lieu of (notarized) affidavits for responses to solicitations. Written Declaration: Pursuant to Florida Statutes s. 92.525, under penalties of perjury, I declare that I have read the foregoing Contractor Due Diligence Affidavit and that the facts stated in it (attached to it) are true. Contract No. : Federal Employer Identification Number (FEIN):   Contract Title:   Printed Name of Affiant Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public – State of County of Subscribed and sworn to (or affirmed) before me this day of, by He or she is personally known to me or has produced identification Signature of Notary Public Serial Number Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 17 Print or Stamp of Notary Public Expiration Date Notary Public Seal rev. COVID-19 declared emergency Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 18 Solicitation No.                                                                              Solicitation Title:  Bidder’s Legal Company Name (include d/b/a if applicable): *  Bidder’s Federal Tax Identification Number: *  If Corporation - Date Incorporated/Organized:  State Incorporated/Organized: *  Company Operating Address: *  City *  State *  Zip Code * Miami-Dade County Address (if applicable): City  State  Zip Code  Company Contact Person: *  Email Address: *  Phone Number (include area code): *  Company’s Internet Web Address: Pursuant to Section 2-8.6 of the Code of Miami-Dade County (County), any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base. Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to affirm this certification at this time may render the Bidder ineligible for Local Preference.   IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “locally-headquartered business” is a Local Business whose “principal place of business” is in Miami-Dade County. Place a check mark here only if affirming the Bidder meets the requirements for the Locally-Headquartered Preference (LHP). Failure to affirm certification at this time may render the Bidder ineligible for the LHP. The address of the Locally-Headquartered office is: IN ACCORDANCE WITH CFR 200.319(b), LOCALLY-HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION:  A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County; and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification must be submitted with the bid. IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE. Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 19 Bidder’s Authorized Representative’s Signature: * Date * Representative’s Name: * Representative’s Title: * SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable): A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact SBD at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE Program during the contract may remain on the contract.   Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise. IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST, THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST:  By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, as those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies that Boycott Israel List.                                                                                  OR In the event that the Bidder is unable to provide such certification, but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid through a duly authorized representative and shall also initial this space: ______________. In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or 215.4725 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception could be applicable.   IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE.  WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID: The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws, as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a bid pursuant to this solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this solicitation which the Bidder considers to be a trade secret, proprietary or confidential.   In the event that the bid contains a claim that all or a portion of the bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED BELOW BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.   Bidder’s Authorized Representative’s Signature: * Date * Representative’s Name: * Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 20 Representative’s Title: *   Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 21 Question and Answers for Solicitation #FB-00399-S4 - PURCHASE OF OEM AND OE PARTS AND SERVICES- SUPPLEMENT 4   Overall Solicitation Questions Question 1      It appears from the instructions that if a company (like mine) has already been awarded under Group 3 of FB- 00399 we only need to fill out and submit the vendor contract information section of section 4, correct? Also, how best do we document the previous Group 3 award? I have the original tally sheet from MDC that shows all those who were awarded, will that suffice? (Submitted: May 28, 2020 12:45:40 PM EDT) Answer - Please see Addendum No. 2 for response to the above question. (Answered: Jun 1, 2020 11:37:15 AM EDT)    FB-00399-S4--01-01 - See Section 4 Question 1      Dear Team, I need to clarify that our company only supply parts, we do not have service. Can we participate as a part supplier only? Please let me Know, Best Regard, Oscar Lucero (Submitted: May 19, 2020 6:57:28 PM EDT) Answer - Please see Addendum No. 1 for response to the above question. (Answered: Jun 1, 2020 11:37:15 AM EDT)    Solicitation FB-00399-S4Miami-Dade County 6/10/2020 6:19 AM p. 22 Line / Item No.Group 2 will be used to procure OEM, OE parts for County owned vehicles. Estimated Annual Expenditure Percentage (%) Discount from MSRP/Price List MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 1 ACME (pumps)15,000.00$ 2 ACTRON (light towers)15,000.00$ 3 ALLMAND (arrow boards)42,000.00$ 4 ALTEC INDUSTRIES 50,000.00$ 5 AMERICAN HAWK (grapple cranes)60,000.00$ 6 AMIDA (light towers and arrow boards) 10,000.00$ 7 AMTHOR INTERNATIONAL (fuel truck body)5,000.00$ 8 ANDERSON MANUFACTURING (trailers) 3,000.00$ 9 ARBOC SPECIALTY VEHICLES 5,000.00$ 10 ARROW SAFETY DEVICE CO.5,000.00$ 11 BERKELEY (agricultural pumps)5,000.00$ 12 BOBCAT (construction equipment) 10,000.00$ 13 BOSS LTG (light tower)10,000.00$ 14 BROYHILL MANUFACTURING $ 125,000.00 15 CALAVAR (aerial platform)10,000.00$ 16 CLUB CAR (utility vehicles) 8,000.00$ 17 COBUS INDUSTRIES (Transportation Buses)20,000.00$ 18 CROWN (material handling)10,000.00$ 19 CUB CADET (utility vehicles) 4,000.00$ 20 DEUTZ (diesel engines)5,000.00$ 21 DITCH WITCH (construction equipment) 5,000.00$ 22 DIVERSIFIED (utility vehicles and trams)3,000.00$ 23 DODGEN MOBILE TECHNOLOGIES (specialty vehicles) 10,000.00$ 24 DUETZ (aerial platform)10,000.00$ 25 E-Z-GO (utility vehicles) 10,000.00$ 26 GMC (medium and heavy duty trucks)20,000.00$ 27 GODWIN (water pumps)2,000.00$ 28 GRADALL INDUSTRIES (construction equipment) 30,000.00$ 29 GROVE (mobile cranes, aerial lifts )30,000.00$ 30 GRT UTILICORP (post auger truck)5,000.00$ 31 HARLAN GLOBAL (ground support equipment) 5,000.00$ 32 HARLEY-DAVIDSON MOTORCYCLE 150,000.00$ 33 HAULOTTE GROUP (material handling)3,000.00$ 34 HONDA (ATV and utility vehicles)5,000.00$ 35 HYSTER (material handling)5,000.00$ 36 HYUNDAI (material handling)5,000.00$ 37 ICX TACTICAL (aerial platform)3,000.00$ 38 IMT (crane and body)10,000.00$ 39 Kassbohrer All-Terrain Vehicles (Pistenbully) $ 75,000.00 40 KAWASAKI MOTORS (atv and utility vehicles) 5,000.00$ 41 LA BOIT SPECIALTY VEHICLES 5,000.00$ 42 LAND PRIDE (agricultural equipment)5,000.00$ 43 LANDOLL CORPORATION (trailers) 20,000.00$ 44 LENCO ARMORED VEHICLES 3,000.00$ 45 MAC TRAILER 10,000.00$ 46 MACS (pump)1,000.00$ 47 MANITOWOC CRANES 10,000.00$ 48 MATHEWS SPECIALTIES VEHICLES 10,000.00$ 49 MBF INDUSTRIES (specialty vehicles) $ 10,000.00 50 MERCEDES-BENZ (diesel engines) $ 15,000.00 51 MITSUBISHI (material handling)5,000.00$ 52 Mobility Ventures $ 10,000.00 53 MOFFETT (material handling)5,000.00$ 54 MORGAN (truck and van bodies)10,000.00$ 55 MPH INDUSTRIES (radar trailers) 5,000.00$ 56 MQ MUTIQUIP (generators)5,000.00$ 57 MUSTANG MANUFACTURING (construction equipment)5,000.00$ 58 NATIONAL CRANE (mobile crane and boom trucks) 20,000.00$ 59 NEW HOLLAND (construction equipment)10,000.00$ 60 NISSAN FORKLIFT 10,000.00$ 61 NORSTAR REACH-ALL EQUIPMENT 5,000.00$ 62 OILMAN’S TRUCK TANK (fuel truck body)5,000.00$ 63 PAC MAC / HOL MAC CORP. (trash truck body) 5,000.00$ 64 PACCAR ENGINES 20,000.00$ 65 PALFINGER PK CRANES 100,000.00$ 66 PETERSON INDUSTRIES (grapple cranes) $ 30,000.00 67 PIERCE MANUFACTURING 10,000.00$ 68 POLARIS (ATV and utility vehicles)3,000.00$ 69 PRECISION SOLAR CONTROLS (radar trailer) 3,000.00$ 70 PROTECTION SERVICES (sign trailer) 3,000.00$ 71 RAYMOND (material handling)3,000.00$ 72 READING (service truck bodies)5,000.00$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 21 Line / Item No.Group 2 will be used to procure OEM, OE parts for County owned vehicles. Estimated Annual Expenditure Percentage (%) Discount from MSRP/Price List MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 73 RHINO (agricultural equipment)3,000.00$ 74 ROSENBAUER (battalion trucks)3,000.00$ 75 SAF-T-GREEN (aerial platform)1,000.00$ 76 SIMPLEX (trailer mounted load banks) 3,000.00$ 77 SLOAN (pumps)40,000.00$ 78 SPECIALTY (light tower)5,000.00$ 79 STAMM MANUFACTURING (traffic signal bodies) $ 10,000.00 80 STERLING TRUCK $ 200,000.00 81 STONE (concrete mixer)3,000.00$ 82 SUPREME (van and cargo bodies)5,000.00$ 83 TCM (material handling)5,000.00$ 84 TENNANT COMPANY (sweepers and scrubbers) 10,000.00$ 85 TEREX (light towers)40,000.00$ 86 TESCO EQUIPMENT (signal lift trucks)5,000.00$ 87 THERMO KING (refrigeration) 10,000.00$ 88 THERMO LAY (asphalt equipment)5,000.00$ 89 THOMAS BUILT BUS 50,000.00$ 90 TRACK-MOBILE (railcar mover)3,000.00$ 91 TRAIL KING INDUSTRIES (trailers) 3,000.00$ 92 TUG TECHNOLOGIES CORP. (utility vehicles)5,000.00$ 93 TWIN DISK (marine transmission)5,000.00$ 94 UNION CITY BODY (utility vans) 5,000.00$ 95 UTILIMASTER (van bodies)5,000.00$ 96 VERMEER (agricultural equipment)60,000.00$ 97 WARREN EQUIPMENT 90,000.00$ 98 Weldco Hydra-Lift $ 5,000.00 99 WORKHORSE CUSTOM CHASSIS 40,000.00$ 100 YALE (material handling)7,000.00$ 101 YAMAHA (ATV and utility vehicles)3,000.00$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 22 Line / Item No. Group 3 will be used to procure OEM and/ or OE parts and repair /installation services to County owned vehicles Labor Rate Per Hour Estimated Annual Labor hours Expenditure Total Labor Cost (Annually)Estimated Annual Parts Expeditures Discount Percentage (%) from MSRP / Price List Total Parts Cost (Annually) Total Cost to the County Annually (Total Labor Cost+ Total Parts Cost) MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 1 A.R.E. ACCESSORIES (pickup truck bed caps and covers)10 -$ $ 2,000.00 -$ -$ 2 ADRIAN STEEL (cargo management accessories)40 -$ $ 10,000.00 -$ -$ 3 ALTEC INDUSTRIES 555 -$ 75,000.00$ -$ -$ 4 AMEREX VEHICLE FIRE SUPPRESSION SYSTEM 50 -$ 3,000.00$ -$ -$ 5 AMERICAN HAWK (grapple cranes)200 -$ 40,000.00$ -$ -$ 6 AMIDA (light towers and arrow boards) 50 -$ 2,000.00$ -$ -$ 7 AMTHOR INTERNATIONAL (fuel truck body)50 -$ 2,000.00$ -$ -$ 8 ANDERSON MANUFACTURING (trailers) 50 -$ 2,000.00$ -$ -$ 9 ARBOC SPECIALTY VEHICLES 200 -$ 2,000.00$ -$ -$ 10 BAK INDUSTRIES (pickup truck bed covers)10 -$ $ 2,000.00 -$ -$ 11 BLUE BIRD CORPORATION (Bus Products)500 -$ 10,000.00$ -$ -$ 12 BOBCAT (construction equipment and utility vehicles) 105 -$ 12,000.00$ -$ -$ 13 BRAUN INDUSTRIES 50 -$ 2,000.00$ -$ -$ 14 BUS AIR MANUFACTURING (HVAC products)50 -$ 2,000.00$ -$ -$ 15 CLARK (Material handling)30 -$ 4,000.00$ -$ -$ 16 CLUB CAR (Utility vehicles)100 -$ 10,000.00$ -$ -$ 17 COLEMAN RV AIR CONDITIONERS 50 -$ 2,000.00$ -$ -$ 18 CROWN (material handling)50 -$ 2,000.00$ -$ -$ 19 CURT MANUFACTURING (towing accessories)20 -$ $ 2,000.00 -$ -$ 20 DEUTZ (diesel engines)50 -$ 4,000.00$ -$ -$ 21 DINEX USA (exhaust after treatment systems)40 -$ $ 5,000.00 -$ -$ 22 DTAC (air conditioning products) 50 -$ 2,000.00$ -$ -$ 23 DYNAMIC MANUFACTURING (Tow Trucks)60 -$ $ 15,000.00 -$ -$ 24 E-Z-GO (utility vehicles) 190 -$ 12,000.00$ -$ -$ 25 FEDERAL SIGNAL CORPORATION (Emergency Lighting)100 -$ 10,000.00$ -$ -$ 26 GENIE (Material Handling)30 -$ 4,000.00$ -$ -$ 27 GMC (medium and heavy duty trucks)170 -$ 4,000.00$ -$ -$ 28 GODWIN (water pumps )30 -$ 2,000.00$ -$ -$ 29 GRADALL INDUSTRIES (construction equipment) 100 -$ 6,000.00$ -$ -$ 30 GROENEVELD LUBRICATION SOLUTIONS 230 -$ 2,000.00$ -$ -$ 31 GROVE (mobile cranes, aerial lifts )150 -$ 6,000.00$ -$ -$ 32 HARLEY-DAVIDSON MOTORCYCLE 500 -$ 50,000.00$ -$ -$ 33 HAULOTTE GROUP (material handling)30 -$ $ 5,000.00 -$ -$ 34 HD INDUSTRIES (patch truck)40 -$ 2,000.00$ -$ -$ 35 HONDA (ATV and utility vehicles)50 -$ 3,000.00$ -$ -$ 36 HYSTER (material handling)120 -$ 4,000.00$ -$ -$ 37 HYUNDAI (material handling)50 -$ 4,000.00$ -$ -$ 38 IMT (Crane and Body)40 -$ 4,000.00$ -$ -$ 39 INGERSOLL-RAND (portable air compressors) 75 -$ 2,000.00$ -$ -$ 40 JASPER REMANUFACTURED PRODUCTS 150 -$ 20,000.00$ -$ -$ 41 JOHNSTON SWEEPER 100 -$ 4,000.00$ -$ -$ 42 KARGO MASTER (cargo management accessories)40 -$ $ 10,000.00 -$ -$ 43 KAWASAKI MOTORS (atv and utility vehicles) 150 -$ 12,000.00$ -$ -$ 44 KEITH MANUFACTURING (trailer floors)160 -$ 20,000.00$ -$ -$ 45 LA BOIT SPECIALTY VEHICLES 30 -$ 5,000.00$ -$ -$ 46 LANDOLL CORPORATION (trailers) 150 -$ 4,000.00$ -$ -$ 47 LEER (pickup truck bed caps and covers)10 -$ $ 3,000.00 -$ -$ 48 LENCO ARMORED VEHICLES 100 -$ 2,000.00$ -$ -$ 49 MAC TRAILER 80 -$ 10,000.00$ -$ -$ 50 MANITOWOC CRANES 100 -$ 2,000.00$ -$ -$ 51 MASTER RACK (cargo management accessories)40 -$ $ 10,000.00 -$ -$ 52 MATHEWS SPECIALTIES VEHICLES 150 -$ 2,000.00$ -$ -$ 53 MBF INDUSTRIES (specialty vehicles)100 -$ 10,000.00$ -$ -$ 54 MCNEILUS 80 -$ $ 20,000.00 -$ -$ 55 MERCEDES-BENZ (diesel engines)80 -$ 4,000.00$ -$ -$ 56 MITSUBISHI (material handling)30 -$ $ 5,000.00 -$ -$ 57 Mobility Ventures 100 -$ $ 10,000.00 -$ -$ 58 MOFFETT (material handling)30 -$ 2,000.00$ -$ -$ 59 MORGAN (truck and van bodies)30 -$ 4,000.00$ -$ -$ 60 MPH INDUSTRIES (radar trailers) 40 -$ 2,000.00$ -$ -$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 23 Line / Item No. Group 3 will be used to procure OEM and/ or OE parts and repair /installation services to County owned vehicles Labor Rate Per Hour Estimated Annual Labor hours Expenditure Total Labor Cost (Annually)Estimated Annual Parts Expeditures Discount Percentage (%) from MSRP / Price List Total Parts Cost (Annually) Total Cost to the County Annually (Total Labor Cost+ Total Parts Cost) MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 61 MQ MUTIQUIP (generators)100 -$ 2,000.00$ -$ -$ 62 MUSTANG MANUFACTURING (construction equipment)30 -$ 2,000.00$ -$ -$ 64 NATIONAL CRANE (mobile crane and boom trucks) 170 -$ 4,000.00$ -$ -$ 65 NEW HOLLAND (construction equipment)50 -$ 2,000.00$ -$ -$ 66 NORSTAR REACH-ALL EQUIPMENT 140 -$ 2,000.00$ -$ -$ 68 OILMAN’S TRUCK TANK (fuel truck body)40 -$ 2,000.00$ -$ -$ 69 ONAN / CUMMINS GENERATORS 40 -$ 4,000.00$ -$ -$ 70 PACCAR ENGINES 80 -$ $ 40,000.00 -$ -$ 71 PALFINGER PK CRANES 370 -$ $ 20,000.00 -$ -$ 72 PARKER HANNIFIN HYBRID DRIVE SYSTEMS 2300 -$ 50,000.00$ -$ -$ 73 PETERSON INDUSTRIES (grapple cranes)100 -$ 20,000.00$ -$ -$ 74 POLARIS (ATV and utility vehicles)200 -$ 18,000.00$ -$ -$ 76 PRECISION SOLAR CONTROLS (radar trailer) 90 -$ 2,000.00$ -$ -$ 77 PROTECTION SERVICES (sign trailer) 100 -$ 2,000.00$ -$ -$ 78 RAYMOND (material handling)30 -$ $ 5,000.00 -$ -$ 79 READING (service truck bodies)90 -$ 3,000.00$ -$ -$ 80 ROLL-N-LOCK (pickup truck bed covers)10 -$ $ 2,000.00 -$ -$ 81 ROSENBAUER (battalion trucks)30 -$ 2,000.00$ -$ -$ 82 SETINA MANUFACTURING (vehicle accessories)20 -$ $ 3,000.00 -$ -$ 83 SIMPLEX (trailer mounted load banks) 30 -$ 2,000.00$ -$ -$ 84 STAMM MANUFACTURING (traffic signal bodies)40 -$ 4,000.00$ -$ -$ 85 STAR EV (Electric recreational vehicles)50 -$ 3,000.00$ -$ -$ 86 SUPREME (van and cargo bodies)30 -$ 4,000.00$ -$ -$ 87 TCM (material handling)40 -$ 2,000.00$ -$ -$ 88 TENNANT COMPANY (sweepers and scrubbers) 80 -$ 2,000.00$ -$ -$ 89 TESCO EQUIPMENT (signal lift trucks)30 -$ 2,000.00$ -$ -$ 90 TEXAS TRAILERS (Trailers)40 -$ 3,000.00$ -$ -$ 91 THERMO KING (refrigeration) 80 -$ 4,000.00$ -$ -$ 92 THERMO LAY (asphalt equipment)30 -$ 2,000.00$ -$ -$ 93 THOMAS BUILT BUS 50 -$ $ 10,000.00 -$ -$ 94 TORINO TRAILERS (Trailers)40 -$ $ 3,000.00 -$ -$ 95 TOYOTA (Material Handling equipment)30 -$ $ 4,000.00 -$ -$ 96 TRIVERUS 32 -$ $ 8,000.00 -$ -$ 97 TROY PRODUCTS (vehicle accessories)20 -$ $ 3,000.00 -$ -$ 98 TWIN DISK (marine transmission)100 -$ 4,000.00$ -$ -$ 99 UNION CITY BODY (utility vans) 30 -$ 4,000.00$ -$ -$ 100 UTILIMASTER (van bodies)30 -$ 2,000.00$ -$ -$ 101 VERMEER (agricultural equipment)150 -$ $ 55,000.00 -$ -$ 102 VOGEL (auto lube system)30 -$ 2,000.00$ -$ -$ 103 WACKER NEUSON (Light Tower, Construction Equipment 100 -$ 4,000.00$ -$ -$ 104 WANCO 24 -$ 6,000.00$ -$ -$ 105 WARN INDUSTRIES (winch and accessories)30 -$ $ 3,000.00 -$ -$ 106 WARREN EQUIPMENT 300 -$ 18,000.00$ -$ -$ 107 WATERBLASTING TECHNOLOGIES 32 -$ 55,000.00$ -$ -$ 108 WEATHER GUARD (cargo management accessories)40 -$ $ 10,000.00 -$ -$ 109 WHELEN ENGINEERING COMPANY (emergency lighting)140 -$ $ 10,000.00 -$ -$ 110 WORKHORSE CUSTOM CHASSIS 30 -$ 4,000.00$ -$ -$ 111 YALE (material handling)120 -$ 6,000.00$ -$ -$ 112 YAMAHA (ATV and utility vehicles) 75 -$ 9,000.00$ -$ -$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 24 Line / Item No. Group 4 will be used to procure supplies or accessory items specific to the automotive industry for repair or maintenance of County owned vehicles Estimated Annual Expeditures (1 year) Percentage (%) Discount from MSRP/Price List MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 1 3M (chemicals, abrasives and automotive products)$3,000.00 2 BLASTER CORPORATION (chemicals)$1,000.00 3 HTP (American Products Enterprises Corporation oil absorbents) $66,000.00 4 CRC INDUSTRIES (chemicals and automotive products)$3,000.00 5 DUPLI-COLOR (paints)$1,000.00 6 DUPONT (chemicals, PPE supplies and automotive products)$2,000.00 7 FORMULA 88 (chemicals)$29,000.00 8 GOJO INDUSTRIES (cleaners)$1,000.00 9 GUNK (cleaners & chemicals)$500.00 10 JOHNSONS PRODUCTS (chemicals)$500.00 11 KRYLON (paints)$500.00 12 LIQUID WRENCH (chemicals)$1,000.00 13 LOCTITE (chemicals)$500.00 14 LPS (chemicals)$500.00 15 LUCAS OIL (chemicals)$500.00 16 MICROFLEX (PPE supplies)$500.00 17 OIL DRY CORPORATION (absorbents)$2,000.00 18 PERMATEX (chemicals)$3,000.00 19 PYROIL (cleaners & chemicals)$1,000.00 20 RUSTOLEUM (paints)$1,000.00 21 SAS SAFETY CORPORATION (PPE supplies)$3,000.00 22 SCOTT (shop towels)$500.00 23 SEA-FOAM (cleaners & chemicals)$500.00 24 WD40 COMPANY (chemicals)$500.00 25 ZEP PROFESSIONAL (cleaners & chemicals)$500.00 26 SPILLTEC (absorbents)$1,000.00 Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 25 Line / Item No. Group 5 will be used to procure general parts and repair/installation servicesto County owned vehicles by vehicle type or vocation only in the event that an awarded brand is not available under Group 3 Labor Rate Per Hour Estimated Annual Labor hours Expenditure Total Labor Cost (Annually)Estimated Annual Parts Expeditures Percentage (%) Markup Total Parts Cost (Annually) Total Cost to the County Annually (Total Labor Cost+ Total Parts Cost) 5A General repair of heavy duty truck.1420 $55,000.005BGeneral repair of utility and boat trailers 200 $10,000.005CGeneral repair of heavy duty trailers (tag, transport, refuse, dry freight etc.)360 $26,000.00 5D General repair of forklift and other warehouse material handling equipment.500 $35,000.005EGeneral repair of aerial bucket trucks, man lifts and platform lifts, either truck or trailer mounted 200 $40,000.005FGeneral repair of electric or hydraulic utility cranes under 7 ton capacity 300 $40,000.005GGeneral repair of heavy duty hydraulic cranes and knuckle booms over 7 ton capacity 200 $40,000.00 5H General repair of vehicle or trailer mounted ancillary equipment. (air compressors, light towers, water pumps, generators, etc.) 765 $37,000.005IGeneral repairs to gasoline powered all terrain and utility vehicles 200 $15,000.005JGeneral repairs to diesel powered utility vehicles 90 $2,000.00 5K General repairs to golf carts 220 $9,000.00 5L General repairs to construction equipment (loaders, dozers, backhoe, skidsteers, etc.)110 $25,000.005MGeneral repairs to agricultural equipment (farm tractors, mowers, implements)260 $62,000.00 Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 26 Line / Item No.Group 6 will be used to procure aftermarket parts for County owned vehicles. Estimated Annual Expenditure (1 year) Percentage (%) Discount from MSRP/Price List MSRP / Price List ID or Number and Date Is MSRP/Price list Available from Manufacturer? Yes or No 1 A.R.E. ACCESSORIES (pickup truck bed caps and covers) $ 2,000.00 2 AA AMERICAN AUTOMOTIVE (tire and wheel products) $ 2,000.00 3 ADRIAN STEEL (cargo management accessories) $ 5,000.00 4 AIR-MAC (air compressors)10,000.00$ 5 AIRMAN (generators)5,000.00$ 6 AIRTEX (automotive parts) $ 28,000.00 7 ALLIANCE TRUCK PARTS (TRUCK PARTS)10,000.00$ 8 ANCO (wiper blades) $ 43,000.00 9 ATLAS COPCO (air compressors)50,000.00$ 10 AVIATION SUPPLIES & ACADEMICS (carbon monoxide detector) $ 2,000.00 11 AVS (automotive accessories) $ 2,000.00 12 BAK INDUSTRIES (pickup truck bed covers) $ 2,000.00 13 BALDWIN (filters) $ 2,000.00 14 BENDIX (automotive brake products) $ 2,000.00 15 BOSAL (Exhaust) $ 6,000.00 16 BOSCH (automotive parts) $ 93,000.00 17 BUS AIR MANUFACTURING (HVAC products)6,000.00$ 18 BUYERS PRODUCTS COMPANY (truck and trailer parts) $ 2,000.00 19 CARDONE INDUSTRIES (automotive parts) $ 22,000.00 20 CARRIER CORPORATION (HAVC products)5,000.00$ 21 CATCO (emission) $ 7,000.00 22 CHILD CHECKMATE SYSTEMS 4,000.00$ 23 CODE 3 (emergency lighting)5,000.00$ 24 COLEMAN RV AIR CONDITIONERS 6,000.00$ 25 CONMET (wheel and brake) $ 5,000.00 26 COOPER BUSSMAN (fuses) $ 2,000.00 27 CURT MANUFACTURING (towing accessories) $ 2,000.00 28 DEFENDER EMERGENCY PRODUCTS (American LaFrance aftermarket parts) $ 10,000.00 29 DENSO (automotive parts) $ 3,000.00 30 DEXTER AXLE (trailer axles) $ 5,000.00 31 DINEX USA (exhaust aftertreatment systems) $ 10,000.00 32 DONOVAN ENTERPRISES (tarp products)10,000.00$ 33 DTAC (air conditioning products) 5,000.00$ 34 E J WARD FUEL MANAGEMENT 240,000.00$ 35 ECCO (lighting and accessories) $ 2,000.00 36 FEL-PRO (gaskets) $ 2,000.00 37 FIRE RESEARCH CORPORATION (lighting)5,000.00$ 38 FONTAINE FIFTH WHEEL 10,000.00$ 39 GROENEVELD LUBRICATION SOLUTIONS 10,000.00$ 40 HEAVY DUTY MANUFACTURING (exhaust)40,000.00$ 41 INTERMOTIVE INC. (vehicle control systems)5,000.00$ 42 JASPER REMANUFACTURED PRODUCTS 40,000.00$ 43 KARGO MASTER (cargo management accessories) $ 5,000.00 44 KD LAMP / ATC LIGHTING AND PLASTICS 5,000.00$ 45 KEITH MANUFACTURING (trailer floors) $ 20,000.00 46 KELSEY HAYES (Braking System)5,000.00$ 47 KOHLER (generators)5,000.00$ 48 KUSMAUL ELECTRONICS (lighting, electronics)5,000.00$ 49 LEER (pickup truck bed caps and covers) $ 3,000.00 50 LUBERFINER (filters) $ 3,000.00 51 MASTER RACK (cargo management accessories) $ 5,000.00 52 MOOG (suspension) $ 92,000.00 53 MR. GASKET (automotive products) $ 2,000.00 54 NAPA (automotive and truck parts)553,000.00$ 55 ONAN / CUMMINS GENERATORS 5,000.00$ 56 OPTIMA (batteries) $ 1,500.00 57 PAR-KAN (dump/flipper body)3,000.00$ 58 PETERSON MANUFACTURING (lighting) $ 5,000.00 59 PHILIPS (lighting) $ 2,000.00 60 POWER TEC GENERATOR 3,000.00$ 61 PRO-VISION (video systems)6,000.00$ 62 RAYBESTOS 126,000.00$ 63 REACH COOLING (radiators) $ 6,000.00 64 RED DOT CORPORATION (HVAC products)5,000.00$ 65 REMY / BORG WARNER (starters and alternators) $ 6,000.00 66 ROLL-N-LOCK (pickup truck bed covers) $ 2,000.00 67 SAFETY VISION (video systems)5,000.00$ 68 SEALED POWER (engine components) $ 2,000.00 69 SETINA MANUFACTURING (vehicle accessories) $ 3,000.00 70 SKF (bearing & seals) $ 3,000.00 71 STANDARD MOTOR PRODUCTS (electrical & ignition ) $ 5,000.00 72 TAYLOR MADE GROUP (HVAC systems)5,000.00$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 27 73 TECHTRAN (truck components) $ 50,000.00 74 TROY PRODUCTS (vehicle accessories) $ 2,000.00 75 TRUCK AIR PARTS (HVAC) $ 5,000.00 76 TYC GENERA (lighting) $ 3,000.00 77 VOGEL (auto lube system)10,000.00$ 78 WAGNER (brakes & lighting) $ 3,000.00 79 WARN INDUSTRIES (winch and accessories) $ 3,000.00 80 WEATHER GUARD (cargo management accessories) $ 5,000.00 81 WEATHER TECH (automotive accessories) $ 2,000.00 82 WELDON (lighting)5,000.00$ 83 WEP PARTS (waste equipment parts)100,000.00$ Solicitation FB-00399-S3Miami-Dade County 1/17/2020 9:42 AM p. 28 OEM Parts for AC Delco, Mopar, Motorcraft, Toyota, Honda, and Nissan (% Discount from Price List) Glades Parts Company. Inc. d/b/a Original Equipment Miami IEH Auto Parts LLC d/b/a Auto Plus Auto Parts TPH Holdings, LLC Ignition and Switches 63%55%- Bearings and Oil Seals 56%-50% Gauges & Cables 63%50%50% Radiators 46%40%40% Shocks & Struts 57%50%50% Batteries 50%-57% Vehicle Care / Fluids -55%50% Thermostats and Caps 56%50%- Brakes 63%52%- Air Conditioning 62%58%- Wires & Cables 64%50%50% Brakes (Components)60%52%- Electrical Motors 58%50%50% Emissions, Fuel Injection & Control Modules 62%55%- Water Pumps 64%50%50% Electronics 53%50%50% Heavy Duty Filters -64%35% Alternators & Starters 62%52%- Aftermarket Alternators & Starters (non OEM applications)62%58%- Belts & Hoses 63%59%- Steering & Drive 57%55%- Transmission Components 54%-45% Clutches --- Spark Plugs 57%50%50% Oil Filters 57%52%- Fuel Pumps 58%58%- Chassis Parts 64%55%- Fuel Filters 59%52%- Air Filters 59%52%- Transmission Filters 55%52%- Engine Components 47%-40% Light Bulbs 55%50%50% G. Pricing for Group 1: AC DELCO Procurement Roadmap Procurement Roadmap OEM Parts for AC Delco, Mopar, Motorcraft, Toyota, Honda, and Nissan (% Discount from Price List) Glades Parts Company. Inc. d/b/a Original Equipment Miami IEH Auto Parts LLC d/b/a Auto Plus Auto Parts TPH Holdings, LLC Ignition and Switches 42%40% Bearings and Oil Seals 42%40% Gauges & Cables 42%40% Radiators 42%40% Shocks & Struts 42%40% Batteries 42%40% Vehicle Care / Fluids 42%40% Thermostats and Caps 42%40% Brakes 42%40% Air Conditioning 42%40% Wires & Cables 42%40% Brakes (components)42%40% Electrical Motors 42%40% Emissions, Fuel Injection & Control Modules 42%40% Water Pumps 42%40% Electronics 42%40% Heavy Duty Filters 42%40% Alternators & Starters 42%40% Aftermarket Alternators & Starters (non OEM applications)42%40% Belts & Hoses 42%40% Steering & Drive 42%40% Transmission Components 42%40% Clutches 42%40% Spark Plugs 42%40% Oil Filters 42%40% Fuel Pumps 42%40% Chassis Parts 42%40% Fuel Filters 42%40% Air Filters 42%40% Transmission Filters 42%40% Engine Components 42%40% Light Bulbs 42%40% MOPAR No Bid Procurement Roadmap OEM Parts for AC Delco, Mopar, Motorcraft, Toyota, Honda, and Nissan(% Discount from Price List) Glades Parts Company. Inc. d/b/a Original Equipment Miami IEH Auto Parts LLC d/b/a Auto Plus Auto Parts TPH Holdings, LLC Ignition and Switches 54%45% Bearings and Oil Seals 46%40% Gauges & Cables 56%- Radiators -- Shocks & Struts 47%58% Batteries 25%40% Vehicle Care / Fluids 27%15% Thermostats and Caps 56%50% Brakes 48%40% Air Conditioning 57%40% Wires & Cables 62%40% Brakes (components)48%40% Electrical Motors 48%40% Emissions, Fuel Injection & Control Modules 52%45% Water Pumps 47%40% Electronics 54%- Heavy Duty Filters 50%45% Alternators & Starters 48%40% Aftermarket Alternators & Starters (non OEM 48%- Belts & Hoses 60%55% Steering & Drive 48%35% Transmission Components 47% Clutches -- Spark Plugs 56%50% Oil Filters 60%45% Fuel Pumps 47%45% Chassis Parts 48%40% Fuel Filters 60%45% Air Filters 50%45% Transmission Filters 60%45% Engine Components 47%- Light Bulbs 47%-No BidMOTORCRAFT OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % ACC CLIMATE CONTROL (HVAC Products)Florida Transportation Systems, Inc.20% ACCURIDE (Wheel Products)Total Truck Parts, Inc.27% AGILITY CNG FUEL SYSTEM (CNG Products)TP Investment Group, LLC d/b/a Kenworth of South Florida 15% TPH Holdings, LLC 41% Total Truck Parts, Inc.38% AKEBONO (Brake Products)Genuine Parts Company d/b/a Napa Auto Parts 60.30% ALAMO INDUSTRIAL (Agricultural Equipment)South Florida New Holland Equipment Corp. d/b/a Fortrac 12% ALLISON TRANSMISSION Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison 23% ALTEC INDUSTRIES Altec Industries 0% AMPLIROLL / MARREL CORP (Roll Off Truck)Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Miami-Dade 2% ANGEL TRAX (Surveillance Products)Florida Transportation Systems, Inc.20% AUTO CRANE (Crane and Body)Knapheide Truck Equipment Southeast 2% K.V.P. Enterprises, Inc. d/b/a Expert Diesel 40% Bachrodt FT, LLC d/b/a Palmetto Ford of Miami 0% Total Truck Parts, Inc.56% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 53% Power Brake Exchange Inc 50% BLUE BIRD CORPORATION (Bus Products)Florida Transportation Systems, Inc.10% BOMAG (Construction Equipment)Dobbs Equipment, LLC 0% BOSS INDUSTRIES (PTO Driven Air Compressor)Knapheide Truck Equipment Southeast 4% BOSTROM SEATING Total Truck Parts, Inc.34.66% BRAUN ABILITY (Wheelchair Lifts)Florida Transportation Systems, Inc.20% BUSH HOG (Agricultral Equipment)Richards Tractors & Implements, Inc.12% CARON COMPACTOR CO. (Compactor Products)Dobbs Equipment, LLC 0% CATERPILLAR (Construction and Landfill Equipment)Kelly Tractor Co 0% CATERPILLAR (Industrial Engines)Kelly Tractor Co 0% CATERPILLAR (Material Handling)Kelly Tractor Co 0% CATERPILLAR (Transmissions)Kelly Tractor Co 0% CATERPILLAR (Truck Engine Parts)Kelly Tractor Co 0% Procurement Roadmap H. Pricing for Group 2: AIR SOURCE, MEI CORPORATION (HVAC Products) AUTOCAR LLC (Truck Parts) BENDIX (Commercial Vehicle Brake) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: CHALLENGER (Agricultural and Construction Equipment)Kelly Tractor Co 0% CHAMPION MOTOR GRADER Alta Construction Equipment Florida, LLC d/b/a Flagler Construction Equipment 0% Jack Lyons Truck Parts, Inc.50% Hydradyne, LLC 40% Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment 10% CLARKE EQUIPMENT (Material Handling)W.E. Johnson Equipment Company 11% Miami Alec's Truck Accessories LLC 10% Trailer Tech Miami Inc 5% CUMMINS (Industrial Engine Parts)K.V.P. Enterprises, Inc. d/b/a Expert Diesel 20% Florida Transportation Systems, Inc.25% K.V.P. Enterprises, Inc. d/b/a Expert Diesel 20% Rechtien International Trucks Inc.20% DANA (Steer and Drive Line Products)Total Truck Parts, Inc.72% DAVCO TECHNOLOGY (filters)TP Investment Group, LLC d/b/a Kenworth of South Florida 15% DAYCO IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 65% Rose Spring Corp.50% Total Truck Parts, Inc.50% DELPHI Diesel Power & Injection, Inc.35% DETROIT DIESEL (Industrial Engines)Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison 25% Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison 25% Bachrodt FT, LLC d/b/a Palmetto Ford of Miami 17% SBL Freightliner, LLC d/b/a Lou Bachrodt Freightliner 15% DEWEZE / HARPER INDUSTRIES (Slope Mower)Hydraulic Sales & Service, Inc.0% DOMETIC (RV Air Conditioner)Miami Alec's Truck Accessories LLC 5% Total Truck Parts, Inc.63% Truckmax, Inc.20% Hydraulic Sales & Service, Inc.0% CHELSEA (Power Take Off) CONTINENTAL TRAILERS CUMMINS (Truck Engine Parts) DAYTON PARTS (Suspension Components) DETROT DIESEL (Truck Engine Parts) DONALDSON COMPANY OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: TruckPro Holding Corp. TruckPro, LLC d/b/a CCC Heavy Duty Truck Parts 22% Total Truck Parts, Inc.10% E-Z-Go (Utility Vehicles)Advantage Golf Cars, Inc.5% EATON (Drive Line Products)Truckmax, Inc.20% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 58% Rechtien International Trucks Inc.25% Tim Halpin Equipment Corporation 25% ELGIN SWEEPER COMPANY Environmental Products Group, Inc. d/b/a Environmental Products of Florida 10% Total Truck Parts, Inc.60% Rose Spring Corp.50% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 70.50% National Auto Parts Warehouse Inc 44% FEDERAL SIGNAL CORPORATION (Emergency Lighting) Signal Technology Enterprises d/b/a Public Safety USA 44% FLEETGUARD (Filters)Truckmax, Inc.20% FORD (Medium and Heavy Duty Truck)Bachrodt FT, LLC d/b/a Palmetto Ford of Miami 20% FOURSEASONS IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 59% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 71% Total Truck Parts, Inc.64% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 71% Total Truck Parts, Inc.64% FREIGHTLINER TRUCK SBL Freightliner, LLC d/b/a Lou Bachrodt Freightliner 30% GALBREATH (Roll Off Hoist)WEP South Florida, LLC 10% GALFAB (Waste bodies)Wastebuilt Environmental Solutions, LLC 1% National Auto Parts Warehouse Inc 67% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 65% Total Truck Parts, Inc.55% ECCO ELECTRONICS CONTROL COMPANY EUCLID (Brake and Suspension) EXIDE DORMAN FRAM FRAM (Filters) GATES OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: GENIE (Aerial and Construction Equipment)Kelly Tractor Co 0% GORMAN-RUPP (Water Pumps)Aero Hardware & Supply, Inc.d/b/a Hydraulic Supply Co.10% GRIZZLY (Cranes)Crane Equipment Manufacturing Corp.10% GROENEVELD LUBRICATION SOLUTIONS Hydraulic Sales & Service, Inc.0% TPH Holdings, LLC 63% Total Truck Parts, Inc.56% GUNITE (Brake Components)Total Truck Parts, Inc.33% TPH Holdings, LLC 60% Wastebuilt Environmental Solutions, LLC 59% Total Truck Parts, Inc.55% HARLEY-DAVIDSON MOTORCYCLES Peterson’s Harley-Davidson of Miami, LLC 10% HAVIS INC. (Vehicle Accessories)Dana Safety Supply Inc 30% HD INDUSTRIES (Patch Truck)Hydraulic Sales & Service, Inc.0% HEIL (Refuse Vehicles)Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment 5% Jack Lyons Truck Parts, Inc.35% Rose Spring Corp.25% Truckmax, Inc.20% HOLLAND (Landing Gears and Coupling)Total Truck Parts, Inc.40% HONDA (Generators)South Florida New Holland Equipment Corp. d/b/a Fortrac 12% HORTON (Cooling System Components)Total Truck Parts, Inc.31% INGERSOLL-RAND (Portable Air Compressors)Genuine Parts Company d/b/a Napa Auto Parts 53.40% INTERNATIONAL / NAVISTAR TRUCKS Rechtien International Trucks Inc.20% INTERSTATE TRAILERS Dobbs Equipment, LLC 0% ISUZU COMMERCIAL TRUCK Truckmax, Inc.25% ISUZU INDUSTRIAL ENGINES Truckmax, Inc.10% ITR AMERICA (Undercarriage Parts)Dobbs Equipment, LLC 0% JLG INDUSTRIES (Aerial Lifts)Kelly Tractor Co 0% JOHN DEERE (Agricultural Equipment)Richards Tractors & Implements, Inc.12% JOHN DEERE (Construction Equipment)Dobbs Equipment, LLC 0% JOHN DEERE (Marine Engine)Richards Tractors & Implements, Inc.12% JOHN DEERE (Utility Vehicles)Richards Tractors & Implements, Inc.12% JOHNSTON SWEEPER Pat's Pump & Blower, L.L.C 2% KALMAR OTTOWA TRUCK (Yard Tractor)Rechtien International Trucks Inc.5% HALDEX (Brake and Suspension Components) HENDRICKSON (Suspension Components) GROTE INDUSTRIES (Lighting Products) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: K.E.I ALTERNATORS Electric Sales & Services, Inc.50% KENWORTH TP Investment Group, LLC d/b/a Kenworth of South Florida 15% Sigma Equipment Company 3% Hydraulic Sales & Service, Inc.0% KIT MASTERS (Fan Clutches)Total Truck Parts, Inc.35% KNAPHEIDE MANUFACTURING (Service Truck Bodies)Knapheide Truck Equipment Southeast 7% KUBOTA ENGINES CORPORATION Richards Tractors & Implements, Inc.12% KUBOTA TRACTOR CORPORATION Richards Tractors & Implements, Inc.12% LABRIE Wastebuilt Environmental Solutions, LLC 3% LABRIE (Refuse Bodies)Wastebuilt Environmental Solutions, LLC 3% LANDOLL CORPORATION (Trailers)TruckMax, Inc.5% LEACH (Refuse Bodies)Wastebuilt Environmental Solutions, LLC 3% LINK-BELT CRANES Kelly Tractor Co 0% MACK TRUCK Nextran Corporation 30% MARATHON (Compactors)L.J.B. Equipment Sales, Inc.20% MASTER CRAFT INDUSTRIAL EQUIPMENT Kelly Tractor Co 0% Tim Halpin Equipment Corporation 20% Knapheide Truck Equipment Southeast 11% MCNEILUS MCNeilus Financial, Inc. d/b/a McNeilus Truck and Manufacturing Co.10% Total Truck Parts, Inc.60% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 55% Rose Spring Corp.50% MGM (brake components)TruckPro Holding Corp. TruckPro, LLC d/b/a CCC Heavy Duty Truck Parts 52% National Auto Parts Warehouse Inc 61% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 57% MUNCIE POWER PRODUCTS Total Truck Parts, Inc.35% TPH Holdings, LLC 70% Total Truck Parts, Inc.68% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 66% KINSHOFFER (Crane and Excavator Attachments) MAXON LIFT CORP. (liftgates) MONROE NATIONAL SEALS / FEDERAL-MOGUL MERITOR (brake and suspension componenets) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: NEW HOLLAND (agricultural equipment)South Florida New Holland Equipment Corp. d/b/a Fortrac 15% NEW WAY (refuse bodies)SSES Inc d/b/a Southern Sewer Equipment Sales 0% National Auto Parts Warehouse Inc 72% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 60% NISSAN UD TRUCKS Rechtien International Trucks Inc.10% OLD DOMINION (Sweeper Replacement Parts)Old Dominion Brush Co 20% PARKER HANNIFIN HYBRID DRIVE SYSTEMS Hydradyne, LLC 5% PERKINS ENGINES Diesel Power & Injection, Inc.0% PETERBILT TRUCK Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Miami-Dade 15% RACOR PARKER (Fuel Filters)Hydradyne, LLC 20% RUBBERAGE LLC (Rubber Cutting Edges)Kelly Tractor Co 0% SIGALARM (Proximity Alarm)Hydraulic Sales & Service, Inc.0% SIGNAL TECHXLOGY (Video Systems)Signal Technology Enterprises d/b/a Public Safety USA 50% STECO TRAILERS Jack Lyons Truck Parts, Inc.40% TPH Holdings, LLC 58% Total Truck Parts, Inc.55% Jack Lyons Truck Parts, Inc.40% STEP-ID PARTS Wastebuilt Environmental Solutions, LLC 25% SULLAIR (Air Compressor)Kelly Tractor Co 0% SURE-PLUS MANUFACTURING (Mirrors)Total Truck Parts, Inc.35% Tim Halpin Equipment Corporation 15% Knapheide Truck Equipment Southeast 5% TIMKEN Total Truck Parts, Inc.57% TIMKEN (Seals and Bearings)Total Truck Parts, Inc.57% Tim Halpin Equipment Corporation 10% Knapheide Truck Equipment Southeast 3% TOWMASTER TRAILERS Kelly Tractor Co 0% TPH Holdings, LLC 73% Total Truck Parts, Inc.62% VAC-CON (Sewer Cleaning Trucks)SSES Inc d/b/a Southern Sewer Equipment Sales 0% THIEMAN TAILGATES (Lift Gates) TOMMY GATE (Liftgates) TRUCK-LITE (Truck Lighting) STEMCO (Seals and Bearings) NGK OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)VENDORS DISCOUNT % Procurement Roadmap H. Pricing for Group 2: VACTOR (Sewer Cleaning Trucks)Environmental Products Group, Inc. d/b/a Environmental Products of Florida 10% VALUE PART, INC (Track and Undercarriage)Dobbs Equipment, LLC 0% VISHAY PRECISION (Onboard Scales)Gulfstream Scale Co., Inc.5% VOLVO CONSTUCTION EQUIPMENT Alta Construction Equipment Florida, LLC d/b/a Flagler Construction Equipment 0% VOLVO TRUCKS Truckmax, Inc.25% VULCAN SCALES (Onboard scales)Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment 0% WACKER NEUSON (Light Towers, Construction Equipment)Kelly Tractor Co 0% WACKER NEUSON (Light Towers, Construction Equipment)Kelly Tractor Co 0% WALKER EXHAUST Total Truck Parts, Inc.52% Tim Halpin Equipment Corporation 20% Knapheide Truck Equipment Southeast 11% Truckmax, Inc.10% WANCO TRAILERS (Sign Trailers)Tim Halpin Equipment Corporation 11% Total Truck Parts, Inc.61% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 60% Dana Safety Supply Inc 45% Tim Halpin Equipment Corporation 25% Total Truck Parts, Inc.19% National Auto Parts Warehouse Inc 83% IEH Auto Parts Holding LLC d/b/a Auto Plus Auto Parts 81% WHELEN ENGINEERING COMPANY (Emergency Lighting) WIX WALTCO (Liftgates) WEBB WHEEL PRODUCTS OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)Vendor Labor Rate Per Hour Parts % Discount ACC CLIMATE CONTROL (HVAC Products)Florida Transportation Systems, Inc.$90.00 20% AIR SOURCE, MEI CORPORATION (HVAC Products)Total Truck Parts, Inc.$81.00 0% ALLISON TRANSMISSION Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison $110.00 23% ALTEC INDUSTRIES Altec Industries, Inc.$122.00 0% AMPLIROLL / MARREL CORP (Roll Off Truck)Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Fort Lauderdale $96.00 2% Knapheide Truck Equipment Southeast $70.00 5% Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment $98.00 12% K.V.P. Enterprises, Inc. d/b/a Expert Diesel $88.00 40% Bachrodt FT, LLC d/b/a Palmetto Ford of Miami $105.00 0% BAK INDUSTRIES (Pickup Truck bed covers)Miami Alec’s Truck, Trailer & RV $120.00 10% BOMAG Dobbs Equipment, LLC $122.15 0% BOSS INDUSTRIES (PTO Driven Air Compressor)Knapheide Truck Equipment Southeast $70.00 7% BRAUN ABILITY (Wheelchair Lifts)Florida Transportation Systems, Inc.$90.00 20% CATERPILLAR (Construction and Landfill Equipment)Kelly Tractor Co $120.00 0% Kelly Tractor Co $120.00 0% Pantropic Power, Inc.$125.00 0% CATERPILLAR (Material Handling)Kelly Tractor Co $120.00 0% Kelly Tractor Co $120.00 0% Pantropic Power, Inc.$125.00 0% TP Investment Group, LLC d/b/a Kenworth of South Florida $90.00 10% Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Fort Lauderdale $96.00 5% Kelly Tractor Co $120.00 0% CHALLENGER (Agricultural and Construction Equipment)Kelly Tractor Co $120.00 0% CLARKE EQUIPMENT (Material Handling)W.E. Johnson Equipment Company $85.00 11% COLEMAN RV AIR CONDITIONERS Miami Alec’s Truck, Trailer & RV $150.00 0% Procurement Roadmap AUTO CRANE (Crane and Body) AUTOCAR LLC (Truck Parts) CATERPILLAR (Industrial Engines) I. Pricing for Group 3: CATERPILLAR (Transmissions) CATERPILLAR (Truck Engine Parts) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)Vendor Labor Rate Per Hour Parts % Discount Procurement Roadmap I. Pricing for Group 3: Miami Alec's Truck Accessories LLC $98.00 10% Trailer Tech Miami Inc $125.00 5% CUMMINS (Industrial Engines)K.V.P. Enterprises, Inc. d/b/a Expert Diesel $76 20% Truckmax, Inc.$80 20% K.V.P. Enterprises, Inc. d/b/a Expert Diesel $88 20% Florida Transportation Systems, Inc.$90 25% DETROIT DIESEL (Industrial Engines)Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison $110 25% SBL Freightliner, LLC d/b/a Lou Bachrodt Freightliner $95.00 15% Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison $110.00 25% DEWEZE / HARPER INDUSTRIES (Slope Mower)Hydraulic Sales & Service, Inc.$125.00 0% DINEX USA (Exhaust After Treatment Systems)Total Truck Parts, Inc.$100.00 10% DOMETIC (RV Air Conditioner)Miami Alec's Truck Accessories LLC $115.00 5% DONOVAN ENTERPRISES (Tarp Products)Total Truck Parts, Inc.$81.00 0% DYNAMIC MANUFACTURING (Tow Trucks)Tim Halpin Equipment Corp.$70.00 10% Jack Lyons Truck Parts, Inc.$65.00 40% SBL Freightliner, LLC d/b/a Lou Bachrodt Freightliner $95.00 25% Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Fort Lauderdale $96.00 10% Tim Halpin Equipment Corporation $70.00 25% Total Truck Parts, Inc.$81.00 0% ELGIN SWEEPER COMPANY Environmental Products Group, Inc. d/b/a Environmental Products of Florida $105.00 10% FORD (Medium And Heavy Duty Truck)Bachrodt FT, LLC d/b/a Palmetto Ford of Miami $105.00 20% FREIGHTLINER TRUCK SBL Freightliner, LLC d/b/a Lou Bachrodt Freightliner $95.00 30% Nextran Corporation $95.00 0% Waste Equipment & Parts, LLC $105.00 10% GALFAB (Waste Bodies)Wastebuilt Environmental Solutions, LLC $102.00 1% GENIE (Aerial And Construction Equipment)Kelly Tractor Co $120.00 0% GROENEVELD LUBRICATION SOLUTIONS Hydraulic Sales & Service, Inc.$125.00 0% CUMMINS (Truck Engine Parts) CONTINENTAL TRAILERS DETROIT DIESEL (Truck Engine Parts) EATON (Drive Line Products) ECCO ELECTRONICS CONTROL COMPANY GALBREATH (Roll Off Hoist) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)Vendor Labor Rate Per Hour Parts % Discount Procurement Roadmap I. Pricing for Group 3: GROVE (Mobile Crane And Aerial Lifts)Ring Power Crane $203.30 0% HARLEY-DAVIDSON MOTORCYCLES Peterson’s Harley-Davidson of Miami LLC $117.97 10% HEIL (Refuse Vehicles)Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment $98.00 5% Rose Spring Corp.$48.75 25% Jack Lyons Truck Parts, Inc.$65.00 50% Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Fort Lauderdale $96.00 10% HONDA (Generators)South Florida New Holland Equipment Corp. d/b/a Fortract $75.00 12% INTERNATIONAL / NAVISTAR TRUCKS Rechtien International Trucks Inc.$127.00 20% INTERSTATE TRAILERS Dobbs Equipment, LLC $117.03 0% Truckmax, Inc.$80.00 25% Nextran Corporation $95.00 16.25% Truckmax, Inc.$85.00 15% TP Investment Group, LLC d/b/a Kenworth of South Florida $85.00 10% ITR AMERICA (Undercarriage Parts)Dobbs Equipment, LLC $82.12 0% JLG INDUSTRIES (Aerial Lifts)Kelly Tractor Co $120.00 0% JOHN DEERE (Agricultural Equipment)Richards Tractors & Implements, Inc.$75.00 12% JOHN DEERE (Construction Equipment)Dobbs Equipment, LLC $122.15 0% JOHN DEERE (Marine Engine)Stewart & Stevenson FDDA LLC d/b/a Florida Detroit Diesel-Allison $110.00 0% JOHN DEERE (Utility Vehicles)Richards Tractors & Implements, Inc.$75.00 12% KENWORTH TP Investment Group, LLC d/b/a Kenworth of South Florida $85.00 15% Sigma Equipment Company $90.00 5% Hydraulic Sales & Service, Inc.$125.00 0% KNAPHEIDE MANUFACTURING (Service Truck Bodies)Knapheide Truck Equipment Southeast $75.00 7% KUBOTA ENGINES CORPORATION Richards Tractors & Implements, Inc.$75.00 12% KUBOTA TRACTOR CORPORATION Richards Tractors & Implements, Inc.$75.00 12% LABRIE Wastebuilt Environmental Solutions, LLC $84.00 3% LABRIE (Refuse Bodies)Wastebuilt Environmental Solutions, LLC $84.00 3% LANDOLL CORPORATION (Trailers)TruckMax, Inc.$80.00 5% LAND PRIDE (Agricultural Equipment)Richards Tractors & Implements, Inc.$75.00 14% KINSHOFFER (Crane and Excavator Attachments) ISUZU INDUSTRIAL ENGINES HENDRICKSON (Suspension Components) ISUZU COMMERCIAL TRUCK OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)Vendor Labor Rate Per Hour Parts % Discount Procurement Roadmap I. Pricing for Group 3: LEACH (Refuse Bodies)Wastebuilt Environmental Solutions, LLC $84.00 3% LEER (Pickup Truck Bed Caps And Covers)Miami Alec’s Truck, Trailer & RV $150.00 0% LINK-BELT CRANES Kelly Tractor Co $120.00 0% MANITOWOC CRANES Ring Power Crane $203.30 0% MARATHON L.J.B. Equipment Sales, Inc.$140.00 0% MASTER CRAFT INDUSTRIAL EQUIPMENT Kelly Tractor Co $120.00 0% Tim Halpin Equipment Corporation $70.00 20% Knapheide Truck Equipment Southeast $70.00 9% MQ MULTIQUIP (Generators)Blanchard Machinery, Inc.$95.00 0% NATIONAL CRANE (Mobile Crane And Boom Trucks)Ring Power Crane $209.30 0% NEW HOLLAND (Agricultural Equipment)South Florida New Holland Equipment Corp. d/b/a Fortract $75.00 12% NEW WAY (Refuse Bodies)SSES Inc d/b/a Southern Sewer Equipment Sales $115.00 0% NISSAN UD TRUCKS Rechtien International Trucks Inc.$127.00 10% PARKER HANNIFIN HYBRID DRIVE SYSTEMS Jack Lyons Truck Parts, Inc.$65 50% PERKINS ENGINES Diesel Power & Injection, Inc.$95 0% PETERBILT TRUCK Peterbilt Store South Florida, LLC d/b/a Peterbilt Store Fort Lauderdale $96 15% STERLING TRUCK Bachrodt FT, LLC d/b/a Palmetto Ford of Miami $105 25% Knapheide Truck Equipment Southeast $70 15% Tim Halpin Equipment Corporation $70 15% Knapheide Truck Equipment Southeast $70 15% Tim Halpin Equipment Corporation $70 10% TOWMASTER TRAILERS Kelly Tractor Co $120 0% VAC-CON (Sewer Cleaning Trucks)SSES Inc d/b/a Southern Sewer Equipment Sales $115 0% VACTOR (Sewer Cleaning Trucks)Environmental Products Group, Inc. d/b/a Environmental Products of Florida $105 10% VALUE PART, INC (Track And Undercarriage)Dobbs Equipment, LLC $82.12 0% VISHAY PRECISION (Onboard Scales)Gulfstream Scale Co., Inc.$160 5% VOLVO CONSTUCTION EQUIPMENT Alta Construction Equipment, LLC d/b/a Flagler Construction Equipment $115 0% TOMMY GATE (Liftgates) MAXON LIFT CORP. (Liftgates) THIEMAN TAILGATES (Liftgates) OEM and/or OE Parts for County Owned Vehicles (% Discount from Price List)Vendor Labor Rate Per Hour Parts % Discount Procurement Roadmap I. Pricing for Group 3: VOLVO TRUCKS Truckmax, Inc.$80 20% VULCAN SCALES (Onboard Scales)Sunbelt Waste Equipment, LLC d/b/a Sunbelt Hydraulic & Equipment $98 0% Tim Halpin Equipment Corporation $70 20% Knapheide Truck Equipment Southeast $70 15% Truckmax, Inc.$80 10% WANCO Tim Halpin Equipment Corporation $70 15% WANCO TRAILERS (Sign Trailers)Tim Halpin Equipment Corporation $75 11% WALTCO (Liftgates) Hillsborough County Public Schools Page 1 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts BUSINESS SERVICES DIVISION PROCUREMENT SERVICES INVITATION TO BID December 3, 2020 Solicitation No. and Name. 20204-DST-KJ Truck, Bus, and Vehicle Parts Purpose. Public notice is hereby given that Hillsborough County Public Schools (“HCPS” or the “District”) on behalf of The School Board of Hillsborough County, Florida (the “Board”) has issued this Invitation to Bid (“ITB”) for the goods and services herein. HCPS seeks bids from qualified vendors to provide parts for trucks, buses, and vehicles (new and rebuilt). The work to be done under this contract includes, but is not limited to; providing all labor, materials, supervision, equipment, incidentals, and related items necessary to complete the work in accordance with the specifications contained herein. HCPS currently owns and maintains approximately 1,950 vehicles and pieces of equipment and inventories. Questions Due Date. Tuesday, January 5, 2021 at 12:00 PM (Noon) EST Bid Due Date. Tuesday, January 12, 2021 at 12:00 PM (Noon) EST Bid Submittal. ELECTRONIC COPY SUBMITTAL. BIDDER MUST SUBMIT THEIR BID VIA UPLOAD at WWW.MYVENDORLINK.COM. HCPS no longer accepts paper submittals. The Bidder is solely responsible for submittal of their Bid through VendorLink no later than the time and date specified in the solicitation or subsequent addenda. The Bidder must allow adequate time to upload their submittal on VendorLink. The Bidder is responsible to contact VendorLink technical support at support@evendorlink.com if technical difficulties arise during submission of the Bid. HCPS shall not be responsible for delays caused in any occurrence and shall reject Bids submittals via any other means. The Bidder must transmit their Bid electronically via VendorLink at www.myvendorlink.com. Acceptable file formats for upload are Microsoft Excel (.xls or .xlsx), Adobe Portable Document (.pdf), or .ZIP file formats and printing must be enabled on all files submitted. Vendorlink. HCPS will post all solicitations and supporting documents on www.myvendorlink.com. It is the sole responsibility of interested parties to monitor VendorLink for solicitation opportunities and updates. Each Bidder must have a current vendor application on file with Vendorlink to conduct business, receive updates and addenda, and ask questions under any HCPS solicitation. HCPS may disqualify a Bidder for failure to comply with this condition. For technical support contact the Vendor Registration Helpdesk via email at support@evendorlink.com for additional registration questions. Lobbying/Cone of Silence. The Cone of Silence, HCPS policy 6320 – Procurement, prohibits any communication regarding an active competitive solicitation between any District employee or School Board member and any third party, representative, or lobbyist of that party, in effect from the time of release of the competitive solicitation until the contract is awarded by the School Board. Notice. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. [INTENTIONALLY BLANK] Superintendent of Schools Addison G. Davis School Board Lynn L. Gray, Chair Stacy A. Hahn, Ph.D., Vice Chair Nadia T. Combs Karen Perez Melissa Snively Jessica Vaughn Henry “Shake” Washington Hillsborough County Public Schools Page 2 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 1 INTRODUCTION ......................................................................................................................................................................... 3 1.1 HCPS BACKGROUND ........................................................................................................................................................................................ 3 1.2 DEFINITIONS .................................................................................................................................................................................................... 3 2 GENERAL TERMS AND CONDITIONS ........................................................................................................................................... 5 2.1 LEGAL REQUIREMENTS ................................................................................................................................................................................... 5 2.2 DISCRIMINATION ............................................................................................................................................................................................ 7 2.3 VENDOR SANCTIONS ....................................................................................................................................................................................... 7 2.4 HCPS’ RIGHTS .................................................................................................................................................................................................. 8 2.5 ALTERNATIVE PURCHASING OPTIONS (NON-EXCLUSIVITY) ............................................................................................................................ 9 2.6 CONTRACT TERMINATION & DEFAULT ......................................................................................................................................................... 10 2.7 CONTRACTOR’S OBLIGATIONS ...................................................................................................................................................................... 11 2.8 ACCOUNTING & INVOICING .......................................................................................................................................................................... 12 2.9 CONFLICT OF INTEREST ................................................................................................................................................................................. 13 2.10 HAZARDOUS MATERIALS............................................................................................................................................................................... 14 2.11 INDEMNIFICATION ........................................................................................................................................................................................ 16 2.12 WARRANTY ................................................................................................................................................................................................... 17 2.13 INFORMATION TECHNOLOGY ....................................................................................................................................................................... 17 3 BIDDER INSTRUCTIONS ............................................................................................................................................................ 19 3.1 VENDORLINK ................................................................................................................................................................................................. 19 3.2 PRE-BID MEETING ......................................................................................................................................................................................... 19 3.3 BID SUBMITTAL ............................................................................................................................................................................................. 19 3.4 NOTICE OF INTENT ........................................................................................................................................................................................ 21 3.5 CONTRACT ..................................................................................................................................................................................................... 22 4 SPECIAL CONDITIONS ............................................................................................................................................................... 23 4.1 CONTACT INFORMATION & CERTIFICATION ................................................................................................................................................. 23 4.2 SUBSTITUTE W-9 AND VENDOR INFORMATION FORM................................................................................................................................. 24 4.3 BIDDER’S STATEMENT OF PRINCIPAL PLACE OF BUSINESS ........................................................................................................................... 25 4.4 STATEMENT OF QUALIFICATIONS ................................................................................................................................................................. 26 4.5 PAYMENT OPTIONS ....................................................................................................................................................................................... 27 4.6 DRUG-FREE WORKPLACE CERTIFICATION ..................................................................................................................................................... 28 4.7 SCRUTINIZED COMPANY CERTIFICATION ...................................................................................................................................................... 29 4.8 CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION ....................................................... 30 4.9 TRUTH AND ACCURACY STATEMENT ............................................................................................................................................................ 31 4.10 BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM ........................................................................................................................ 32 4.11 SMALL BUSINESS ENCOURAGEMENT (SBE) PROGRAM LETTER OF INTENT .................................................................................................. 33 4.12 ADDENDA AND BID FORM ............................................................................................................................................................................ 34 4.13 ESTIMATED BUDGET ..................................................................................................................................................................................... 35 4.14 CONTRACT TERM/RENEWALS ....................................................................................................................................................................... 35 4.15 MINIMUM QUALIFICATIONS ......................................................................................................................................................................... 35 4.16 THE JESSICA LUNSFORD ACT (JLA) BADGES (APPLICABLE UPON AWARD) .................................................................................................... 37 4.17 INSURANCE REQUIREMENTS (APPLICABLE UPON AWARD) .......................................................................................................................... 37 4.18 SCOPE OF WORK/SERVICES ........................................................................................................................................................................... 38 5 JUST-IN-TIME INVENTORY ........................................................................................................................................................ 40 5.2 CUSTOMER SERVICE/DELIVERY ..................................................................................................................................................................... 40 5.3 GENERAL PARTS INFORMATION ................................................................................................................................................................... 40 5.4 REBUILT/REFURBISHED OR RECYCLED PARTS ............................................................................................................................................... 40 5.5 CORE EXCHANGE ........................................................................................................................................................................................... 40 5.6 INVENTORY TRACKING .................................................................................................................................................................................. 40 5.7 WARRANTY RECORDS ................................................................................................................................................................................... 41 6 BID RESPONSE FORM/PRICING SHEET...................................................................................................................................... 42 6.1 PRICING SHEET .............................................................................................................................................................................................. 42 EXHIBIT A: SAMPLE AGREEMENT ..................................................................................................................................................... 44 Hillsborough County Public Schools Page 3 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 1 INTRODUCTION 1.1 HCPS BACKGROUND Hillsborough County Public Schools, Florida (“HCPS” or the “District”) is a political subdivision organized under Section 4, Article IX, of the State Constitution and Florida Statutes. HCPS, which is coterminous with Hillsborough County, is the nation’s seventh largest school system. HCPS presently has 235 PreK-12 schools, specialty centers and technical colleges with approximately 225,000 students and approximately 24,000 employees. Management of HCPS is independent of metropolitan and city governments. The School Board of Hillsborough County, Florida (the “Board”), a public corporation existing under the Laws of the State of Florida, is the policy-making body of HCPS. The Board consists of seven members elected by geographic area. Among other duties, the Board has broad financial responsibilities, including the approval of the annual budget, which for the 2019–2020 fiscal year is approximately $3 billion. The Chief Executive Officer is the Superintendent of Schools, Mr. Addison Davis, appointed by the Board, who is responsible for all financial transactions and records of HCPS. 1.1.1 Vision. Preparing Students for Life. 1.1.2 Mission. To provide an education and the supports that enable each student to excel as a successful and responsible citizen. 1.2 DEFINITIONS Whenever the following terms are used, its intent and meaning shall be as follows. - Addendum. All written or graphic instruments issued prior to the date for opening of the proposal, which modify or interpret the solicitation by additions, deletions, corrections, or clarifications. - Bidder. The term "Bidder" as used within this Invitation to Bid (ITB) refers to the person, company or organization responding to this ITB. The Bidder is responsible for understanding and complying with the terms and conditions herein. - Board. The term “Board” refers to The School Board of Hillsborough County, Florida. - Competitive Solicitation. “Competitive solicitation” or “solicitation” is the process of requesting and receiving two or more sealed bids submitted by responsive vendors in accordance with the terms of a competitive process, regardless of the method of procurement § 287.012(6), Florida Statutes. - Contract. “Contract” includes this competitive solicitation, all related addenda and answers to questions via www.myvendorlink.com, the Bid, all mutually agreed amendments, and subsequent renewals covering the provision of goods and services herein. - Contractor. The “Contractor” refers to any type of business entity awarded by The School Board of Hillsborough County, Florida or approved by Hillsborough County Public Schools in accordance with a proposal submitted by that organization in reply to any HCPS competitive solicitation. - Default. The omission or failure to fulfill a duty, observe a promise, discharge an obligation, or perform as agreed. - Florida Statutes (F.S.). The Florida Statutes are the codified, statutory laws of Florida. - Goods. “Goods” means any of the various supplies, materials, commodities, merchandise, food, equipment, information technology, and other personal property, including a mobile home, trailer, or other portable structure that has less than 5,000 square feet of floor space, purchased, leased, or otherwise contracted for by HCPS. - Invitation to Bid (ITB). Per 6A-1.012(1)(b) Purchasing Policies, “Invitation to bid” is a written publicly posted solicitation for competitive sealed bids. The ITB is used when HCPS is capable of specifically defining the scope of work for which a service is required or when HCPS is capable of establishing precise specifications defining the goods required. - Procurement Officer. HCPS contracting personnel, as identified in the cover sheet of all competitive solicitations. - Protest. A formalized process, governed by § 120.57(3), F.S., § 287.042(2), F.S., and § 28-110, Florida Hillsborough County Public Schools Page 4 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts Administrative Code, by which providers have an opportunity to challenge a procurement practice or contract award. - Renewal. “Renewal” means contracting with the same contractor for an additional contract period after the initial contract period, only if pursuant to contract terms specifically providing for such renewal. - Responsive Bid. “Responsive bid,” “responsive proposal,” or “responsive reply” means a bid, or proposal, or reply submitted by a responsive and responsible vendor which conforms in all material respects to the solicitation. - Responsive Vendor. “Responsive vendor” means a vendor that has submitted a bid, proposal, or reply that conforms in all material respects to the solicitation. - Small Business Encouragement (SBE) Program. Per School Board policy 6320.02 - Supplier Diversity, www.sdhc.k12.fl.us/policymanual/detail/502 the School Board commits to doing business with contractors, vendors, and other suppliers who reflect the diversity of our community. It is the policy of the School Board to promote and attain that diversity through the Small Business Encouragement (SBE) Program that encourages and facilitates the participation of small businesses, including those that are woman and minority owned, in every aspect of the School Board's procurement activities. The SBE Program is gender/race neutral and is open to any small, certified business that meets the eligibility requirements set forth in this policy. - Service. “Service” means the rendering by a contractor of its time and effort rather than the furnishing of specific goods. The term applies only to those services rendered by individuals and firms who are independent contractors, and such services may include, but are not limited to, evaluations; consultations; maintenance; accounting; security; management systems; management consulting; educational training programs; research and development studies or reports on the findings of consultants engaged thereunder; and professional, technical, and social services. The term does not include a contract for the furnishing of labor or materials for the construction, renovation, repair, modification, or demolition of a facility, building, portion of building, utility, park, parking lot, or structure or other improvement to real property entered into pursuant to chapter 255 and rules adopted thereunder. - Subcontractor. The Bidder understands that, as a prime contractor, said contractor is responsible for all actions taken by its subcontractor(s) and shall bare all liability for the subcontractors’ action under this agreement. HCPS must pre-approve each subcontractor and must follow all the Contractor’s requirements herein. All the Contractor’s requirements and references to the Contractor herein shall apply to all HCPS approved subcontractor(s). The subcontractor includes any organization whom the Contractor utilizes for the provision of goods and services subject to this contract. The Contractor must notify HCPS for prior approval as to the use of any subcontractor. The subcontractor must adhere to the Contractor’s obligations and the Contractor shall remain responsible for the subcontractor’s actions. - Superintendent. The term “superintendent” shall mean the District “superintendent or designee.” For the purposes of this solicitation, the General Manager of Procurement Services will serve as the designee. - Term Contract. “Term contract” means an indefinite quantity contract to furnish goods or services during a defined period. - Vendor. The term “vendor” shall apply to any business entity or organization that sells goods and services to achieve certain commercial goals. [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 5 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 2 GENERAL TERMS AND CONDITIONS The following General Terms and Conditions are incorporated and applicable to all Hillsborough County Public Schools (HCPS)-issued competitive solicitations and to each purchase made by any authorized method of acquisition. HCPS shall deem that each organization or entity (the “Bidder”) submitting a bid (Bid), to have assented to these non-negotiable conditions by the act of responding to this competitive solicitation (solicitation) and acceptance of a request for purchase via duly issued purchase order (PO). Prior to the solicitation due date. During the active solicitation process, HCPS may incorporate additional conditions, without limitation, referenced as Addendum, Attachment, Appendix, or Exhibit. Any conflict in terms between any additional conditions, and any HCPS-issued addenda will require the following descending order of precedence: addenda, answers to questions on www.myvendorlink.com, appendix, attachment, exhibition, and the solicitation. Unless specifically stated, the terms and conditions in this solicitation are nonnegotiable. HCPS will reject all Bids that fail to accept the stated terms and conditions as "non-responsive." 2.1 LEGAL REQUIREMENTS The Contractor must be knowledgeable of and in compliance with all applicable federal, state, county, and local laws, ordinances, rules, regulations, and Board Policy (www.sdhc.k12.fl.us/policymanual/policy/7) that may affect the provision of commodities and contractual services covered herein. The Contractor’s lack of knowledge shall not be a cause for relief from responsibility. 2.1.1 Governing Law, Jurisdiction, and Venue. This contract shall be governed by and interpreted in accordance with the laws of the State of Florida other than its conflict of laws principles. The parties agree that if any suit or proceeding is brought in connection with this Agreement, such suit or proceeding shall be brought in the state or federal courts located in Hillsborough County, Florida, and the parties shall submit to the exclusive jurisdiction of such courts and waive any and all jurisdictional, venue, and inconvenient forum objections to such courts. Each party shall be responsible for its own attorneys’ fees and costs incurred because of any action or proceeding under this Agreement. 2.1.2 Protest. Any protest concerning bid specifications, a decision, or intended decision pursuant to this solicitation shall be made in accordance with § 120.57(3) F.S. and Board Policy chapter 6320 (Bid Protest). Questions to Procurement Services, Board member, or any HCPS employee shall not constitute formal notice of a protest. HCPS shall post Board recommendations and tabulations for this solicitation on www.myVendorLink.com. It shall be the sole responsibility of each Proposer to review this solicitation on VendorLink. HCPS will not mail tabulations, recommendations, or notices. A Bidder who wishes to file a bid protest must file such notice and follow procedures prescribed by F.S. 120.57(3) for resolution shall file a Notice of Intent to Protest, in writing, within 72 hours after the solicitation document is posted or after the notice of decision is posted, respectively, excluding Saturdays, Sundays, and state holidays. For solicitations by Procurement Services, the notice must be filed with the General Manager of Procurement Services, 901 East Kennedy Boulevard, Tampa, Florida 33602. Any person who files an action protesting a decision or intended decision pertaining to a solicitation pursuant to F.S. 120.57(3)(b) shall post, at the time of filing the formal written protest that states, with particularity, the facts and law upon which the protest is based. A bond payable to the Board in an amount of five percent (5%) of the lowest accepted bid for all other projects, conditioned upon payment of all costs and fees which may be adjudged against the protestor in the administrative hearing. If at the hearing the Board prevails, it shall recover all costs excluding attorney's fees from the protestor; if the protestor prevails, the protestor shall recover from the Board all costs excluding attorney's fees. Failure to file a protest within the time prescribed in § 120.57(3) b, F.S., shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Florida Department of State, Division of Corporations Registration Requirements. Proposers that are required to be registered with the Florida Department of State, Division of Corporations or who are incorporated within the State of Florida must furnish their Florida document number, and written documentation of “active” status. All registered proposers must have an active status in order to be eligible to do business with HCPS. Proposer doing business under a fictitious name must submit their proposal using the company’s complete registered legal name, i.e. ABC, Inc. d/b/a XYZ Company. To register with the State of Florida, visit: www.Sunbiz.org. 2.1.3 Severability. In case of any one or more of the provisions contained in this solicitation shall be for any reason be held to be invalid, illegal, unlawful, unenforceable or void in any respect, the invalidity, illegality, unenforceability, Hillsborough County Public Schools Page 6 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts unlawful, or void nature of that provision shall not affect any other provision and this Agreement shall be considered as if such invalid, unlawful, unenforceable, or void provision had never been included herein. 2.1.4 Fair Labor Standards Act (“Hot Goods”). The proposer certifies that the production of the provided commodities and contractual services shall be compliant with all applicable requirements of sections 6, 7, and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under section 14 thereof. 2.1.5 Student Confidentiality. Any records, materials, documents or other objects containing confidential information, and copies thereof, obtained by the Contractor during the provision of commodities and contractual services for HCPS are confidential and shall not be used or disclosed in any manner by the Contractor, except as allowed by applicable law and regulations and the policies and practices of HCPS. Notwithstanding the policies and practices of HCPS, in no event shall the Contractor use or disclose confidential information in violation of the Health Insurance Portability and Accountability Act (HIPAA), Family Educational Rights and Privacy Act (FERPA), Americans with Disabilities Act (ADA), Family and Medical Leave Act (FMLA), or other applicable laws or regulations. After the termination of the contract with HCPS, the Contractor shall not use or disclose the contents of such confidential information for any purpose whatsoever, except as may be required by law if the Contractor must first furnish prompt notice thereof to HCPS to permit HCPS an opportunity to contest such disclosure. The Contractor agrees to not remove from HCPS premises, except as a contractor, acting on behalf of HCPS and in pursuit of the business for HCPS or except as authorized or directed by HCPS, any records, materials, documents or objects containing or reflecting any confidential information. The Contractor recognizes that all such documents and objects, whether developed by the Contractor or someone else, are the exclusive property of HCPS. Upon contract expiration, or at any other time upon request by HCPS, and at the sole discretion of HCPS, the Contractor shall promptly deliver to HCPS all documents and records which are in the Contractor's possession or control and which are confidential information as defined in this contract. The Contractor’s failure to comply with the provisions of this contract pertaining to confidential information is a breach of this contract and may result in the termination of the contract and further legal action against contractor. The provisions of this contract pertaining to confidential information shall survive termination of the contract between HCPS and the Contractor. The Contractor shall be solely responsible for any claims, damages, costs, and expenses, including reasonable attorney fees incurred by HCPS because due to the Contractor's breach of the confidentiality provisions of this contract. The contractor further agrees that HCPS may obtain injunctive or other equitable relief in a court action to restrain further breach of this contract or to prevent unauthorized uses or disclosures of confidential information by the Contractor. 2.1.6 Tax Exemption. HCPS is exempt from federal and state taxes for tangible personal property. HCPS’ State Sales Tax Exemption Number is 85-8012621971C-8 and the Federal Excise Tax Exemption Number is 59 72-0088 K. The Sales Tax Exemption Form is available for download at https://www.sdhc.k12.fl.us/doc/163. Note, the contractor cannot claim exemption from taxes for materials to fulfill its contractual obligations to HCPS. HCPS shall not authorize the use HCPS’ tax exemption number to purchase such materials. 2.1.7 Public Records Laws. The Contractor acknowledges that this contract and all documents submitted to The School Board of Hillsborough County, Florida related to this contract are a matter of public record and are subject to the State of Florida Public Records Law Ch. 119 F.S., Art. I s. 24, of the State Constitution, and any other comparable federal laws. The Contractor further acknowledges that HCPS may post this contract on The School Board of Hillsborough County, Florida website. The Contractor also understands the broad nature of these laws and agrees to comply with Florida’s public records laws and laws relating to records retention. If the Contractor is acting on behalf of HCPS pursuant to s. 119.0701 F.S., the Contractor shall:  keep and maintain public records that ordinarily and necessarily would be required by HCPS to perform the service, and  provide the public with access to public records on the same terms and conditions that HCPS would provide the records and at a cost that does not exceed the cost provided in s. 119 F.S. or as otherwise provided by law, and  ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law, and  meet all requirements for retaining public records and transfer, at no cost, to HCPS all public records in Hillsborough County Public Schools Page 7 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts possession of the contractor upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, and  can provide all electronically stored records in a format that is compatible with the HCPS information technology systems IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE HCPS OFFICE OF COMMUNICATIONS AT PHONE: (813) 272-4060, EMAIL: PRR@SDHC.K12.FL.US, 901 E. KENNEDY BOULEVARD, TAMPA, FLORIDA 33602. 2.2 DISCRIMINATION The Contractor shall comply with all applicable laws, ordinances, codes, and statutes of all local, state, or national governing bodies included within this section. In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this Agreement or with any of such rules, regulations, or orders, this Agreement may be cancelled, terminated, or suspended in whole or in part. 2.2.1 Statement of Assurance. The Contractor must comply with the regulations of Title VII of the Civil Rights Act of 1964, as amended, and the Florida Civil Rights Act of 1992, in which no person in the United States shall on the grounds of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status be excluded from participation in or be denied the proceeds of or be subject to discrimination in the performance of this contract. Also, all the funds, services, materials, property, etc. inclusive in the contract shall not be used in the performance of any partisan political activity or to further the election or defeat of any candidate for public office. 2.2.2 Americans with Disabilities Act. Any Proposer submitting a proposal to HCPS for the provision of commodities and contractual services may not exclude any person(s) from participating in; deny any person(s) the proceeds or benefits of; not otherwise subject any person(s) or subcontractors to any form of discrimination based on grounds of race, creed, color, national origin, age, sex, or disability. All contractors and subcontractors providing commodities and contractual services must comply with the pertinent portion of the Americans with Disabilities Act of 1990, Public Law 101-336. 2.3 VENDOR SANCTIONS The Bidder certifies that it complies fully with the Federal Debarment Certification regarding debarment suspension, ineligibility, and voluntary exclusion. HCPS may, by written notice to the Contractor, immediately terminate this contract if HCPS determines that the Contractor has been disbarred, suspended or otherwise lawfully prohibited from participating in any public procurement activity, including but not limited to, being disapproved as a subcontractor of any public procurement unit or other governmental body. 2.3.1 Public Entity Crimes (§287.133(2)(A). "A person or affiliate who has been placed on the convicted vendor(s) list following a conviction for a public entity crime may not submit a Bid on a contract to provide any commodities and contractual 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 vendor(s), supplier, subcontractor(s) 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 Florida Statute 287.01 7 for category two ($35,000) for a period of 36 months from the date of being placed on the convicted vendor(s) list." 2.3.2 Convicted and Discriminatory Vendor Lists (ss. 287.133(2)(a) and 287.134, F.S., and Rule 60A1.006 (1), F.A.C.). A person or affiliate who has been placed on the State of Florida Discriminatory Vendor List or the Convicted Vendor List: following a conviction for a public entity crime may not submit a Bid on a contract to provide commodities and contractual 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 of $35,000 for a period of 36 months following the date of being placed on the convicted vendor list. www.dms.myflorida.com/business_operations/state_purchasing/state_agency_resources/vendor_registration_and_ vendor_lists/convicted_vendor_list. Hillsborough County Public Schools Page 8 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 2.3.3 Bankruptcy. At the time of Proposal submission, the Proposer shall not be in the process of or engaged in any type of proceedings relating to insolvency or bankruptcy, either voluntary or involuntary, or receivership proceedings. If Proposer is awarded a contract for one (1) year or longer, and files for bankruptcy, insolvency, or receivership thereafter, HCPS may, at its option, terminate the contract. 2.3.4 Employment of Unauthorized Aliens. The employment of unauthorized aliens by the Contractor is considered a violation for §274A (e) of the Immigration and Nationality Act. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the Contract. 2.3.5 Scrutinized Companies Lists/Business Operations in Cuba or Syria. Per the provisions of s. 287.135 F.S., a company that, at the time of bidding or submitting a Proposal for a new contract or renewal of an existing contract, is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, created pursuant to s. 215.473 F.S., or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a Bid for, or enter into or renew a contract with an agency or local governmental entity for commodities and contractual services exceeding one-million dollars. The Proposer certifies by submission and signature of this Proposal that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List or been engaged in business operations in Cuba or Syria. Any contract for commodities and contractual services of $1,000,000 or more may be terminated at the option of the awarding body if the company is found to have submitted false certification or been placed on either of these lists or been engaged in business operations in Cuba or Syria. 2.4 HCPS’ RIGHTS This solicitation will comply with all applicable HCPS policies, federal, state, and local laws. HCPS reserves the right to qualify Proposals that HCPS deems to meet the qualifications listed in this solicitation. HCPS is therefore not bound to accept a Proposal solely based on lowest price. In addition, HCPS at its sole discretion, reserves the right to cancel, recall, or reissue all, or parts of the solicitation, to reject any Bid, to waive any formality and irregularity, or to re-advertise the identical or revised specifications. HCPS may investigate the qualifications of any Proposer under consideration, require confirmation of information furnished by a Proposer, and require additional evidence of qualifications to perform the services described in this solicitation. Furthermore, HCPS reserves, but not limited to, the following rights:  A Bidder’s past performance may be used in the evaluation of this solicitation.  Reject any or all the Proposals; and  issue subsequent solicitation for the same statement of work; and  cancel the entire solicitation; and  remedy solicitation errors; and  reduce the scope of work (if deemed in HCPS’ best interest and at HCPS sole discretion); and  appoint evaluation committees to review Proposals; and  seek the assistance of technical experts to review Proposals; and  approve or disapprove the use of subcontractors and suppliers; and  award a contract to one or more (or none) of the Proposers; and  accept other than the lowest priced Proposal; and  waive informalities and irregularities in Proposals; and  award a contract without discussions or negotiations; and  disqualify proposals upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer; and  this solicitation does not commit HCPS to enter into a contract nor obligate HCPS to pay for any costs incurred in the preparation and submission of Proposals or in anticipation of a contract. 2.4.1 Submittal Confidentiality. Pursuant to s. 119.071(1) (b) 2 Florida Statutes, proposals received by HCPS pursuant Hillsborough County Public Schools Page 9 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts to a competitive solicitation are exempt from ss. 119.07 (1) and 24 (a), Art. I of the State Constitution until HCPS provides notice of an intended decision or until thirty (30) days after receipt of the proposals, whichever is earlier. All proposal evaluation meetings and discussions with the Proposer shall be subject to § 286.0113, F.S. 2.4.2 Submittal Rejection. HCPS, at its discretion, may reject any, or part(s) of any proposal; advertise, postpone, or cancel, at any time, the competitive solicitation process, or waive any irregularities in the solicitation in the proposal received. HCPS also reserves the right to request clarification of information from any Proposer. 2.5 ALTERNATIVE PURCHASING OPTIONS (NON-EXCLUSIVITY) This solicitation does not establish an exclusive arrangement between HCPS and the Contractor. Additionally, HCPS reserves the following additional unrestrictive rights:  Use additional vendors to provide the commodities and contractual services, or deliver the same or similar products, as described herein when it is to the economic benefit of HCPS; and  Propose any work, products, or services as described herein when it is to the economic benefit of HCPS; and  May purchase items on this solicitation from any State of Florida public entity, the General Services Administration (GSA), Bay Area Schools Purchasing Council (BASPC), or any purchasing cooperative that serves school districts; and  Generate emergency purchases from the next highest-ranked Proposer(s); and  Generate additional purchases due to the Contractor’s inability provide the commodities and contractual services under the requested timeframe. 2.5.1 Purchases by Other Public Agencies. In accordance with the State of Florida Department of Education (FLDOE) Purchasing Rule 6A-1.012 (6), in lieu of requesting competitive solicitations from three (3) or more sources, district school boards may make purchases at or below the specified prices from contracts awarded by other city or county governmental agencies, other district school boards, community colleges, federal agencies, the public or governmental agencies of any state, or from state university system cooperative bid contracts, when the Proposer awarded a contract by another entity defined herein will permit purchases by a district school board at the same terms, conditions, and prices (or below such prices) awarded in such contract, and such purchases are to the economic advantage of the district school board. 2.5.2 Purchases from Other Public Agencies (within Hillsborough County). In accordance with Laws of Florida, Chapters 69-1112 and 69-1119, any public agency or authority existing within Hillsborough County that may desire to purchase commodities and contractual services under a contract, entered into pursuant to law by any other political subdivision, such authority existing within Hillsborough County may purchase the commodities and contractual services at the contract price. Submission of a Proposal in response to this solicitation also constitutes a Bid under the same contract conditions and at the same contract price, during the effective period of the contract, to all the other public entities there listed (Governmental Purchasing Council of Hillsborough County). Each member of the Governmental Purchasing Council of Hillsborough County will issue their own purchase orders, issue payments, and coordinate the service locations with the Contractor, as applicable. The Hillsborough County Governmental Purchasing Council consists of the following agencies.  Children’s Board of Hillsborough  Hillsborough County Clerk of Courts  City of Plant City  Hillsborough County Property Appraiser  City of Tampa  Hillsborough County Sheriff  City of Tampa Housing Authority  Hillsborough County Supervisor of Elections  City of Temple Terrace  Hillsborough County Tax Collector  Hillsborough Area Regional Transit  Office of the State Attorney, Hillsborough County, FL  Hillsborough Community College  Tampa Hillsborough Expressway Authority  Hillsborough County Aviation Authority  Tampa Palms Community Development  Hillsborough County Board of County Commissioners  Tampa Sports Authority Hillsborough County Public Schools Page 10 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 2.5.3 Charter Schools. Commodities and Contractual services awarded under this contract shall be made available to Hillsborough County charter schools approved by the Board. The Board is not responsible or liable for purchases that may be made by charter schools. 2.6 CONTRACT TERMINATION & DEFAULT In accordance with Board Policy chapter 6320 - Procurement Procedures, Suspension or Debarment, the General Manager of Procurement Services may debar contractors for a defined period from bidding on or performing as a subcontractor on any HCPS contract. The suspended or debarred contractor may request removal from suspended or debarred status after the expiration of the suspension or debarment period. The General Manager of Procurement Services shall have the authority to suspend or debar any contractor for the following:  default on awarded contract; or  violation of contract terms and conditions without cure or remedy; or  default of any payment or other monies due to HCPS; or  conviction of fraud or criminal acts while performing as a contractor on any contracts, even those not associated or written by HCPS; or  consistent past performance record of habitual or continuous unsatisfactory performance, safety violations, failure to adhere to the Jessica Lunsford Act, as defined in the contract, repeated violations of any contract provisions, or delinquent performance by the Contractor; or  possession of firearms on HCPS property; or  violation of Federal or State law and any applicable HCPS policy regarding Drug-Free Workplace (will be subject to the immediate termination of any contract) 2.6.1 Termination for Convenience. HCPS shall have the right to terminate this contract, with or without cause, upon written notice of such termination provided not less than 30 days prior to the date that such termination is to be effective, or with such lesser notice as HCPS may deem appropriate under the circumstances. If HCPS elects to terminate this contract without cause, HCPS shall compensate the Contractor for all satisfactory commodities and contractual services provided prior to the date of termination. If a notice of termination is given, the Contractor agrees to abide and perform all covenants and provisions of this contract until the date of the termination specified in the written notice of termination. The Contractor shall have no further rights, and HCPS shall have no further obligation to the Contractor, after the date of termination of this contract as specified in the written notice. HCPS may discontinue the provision of commodities and contractual services to any HCPS site as it deems necessary, that portion of the contract shall be void for the said site. 2.6.2 Non-Appropriation of Funds (Funding Out). It is understood and agreed between the parties hereto that HCPS shall be bound and obligated hereunder only to the extent that the funds shall have been appropriated and budgeted for the contract. In the event funds are not appropriated and budgeted in any fiscal year for payments due under the contract, HCPS will notify the Contractor of such occurrence and the contract must terminate on the last day of the fiscal year for which appropriation(s) received, sans penalty or expense to HCPS. 2.6.3 Termination for Cause. HCPS will periodically inspect commodities and contractual services to ensure that the Contractor meets all requirements. HCPS reserves the right to terminate this contract for cause, which shall include without limitation the Contractor’s failure to comply with any provision of this contract. Prior to the district terminating a contract, the General Manager of Procurement Services or designee may initiate an internal review of the situation; HCPS may invite the Contractor to participate. If HCPS determines that grounds exist to declare the Contractor in default, the Superintendent or designee shall provide the Contractor written notice of default and termination, making specific reference to the provision(s) that gave rise to the breach. Inaction by HCPS to exercise its rights is not a waiver of such rights. HCPS may notify the Contractor as follows:  Initial Cure Notice. An initial notification will require the correction of any discrepancies, inconsistencies, or items not meeting the specifications contained herein at no additional cost to HCPS. Within ten (10) days upon receipt of notice, or as mutually agreed, the Contractor must provide a written response describing the Contractor’s steps to correct the noted deficiencies. Hillsborough County Public Schools Page 11 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts  Second Notice. A second discrepancy notification shall serve, upon receipt, as notification of immediate termination due to the discrepancies, inconsistencies, or commodities or contractual services not meeting specifications contained herein and the Contractor shall cease with the provision of commodities and contractual services. In such event, HCPS shall pay the Contractor only for satisfactory commodities and contractual services. The Contractor and its sureties may be liable to HCPS for any additional HCPS-incurred costs to complete the job and repair of damages to the site and shall be deemed a breach of contract, subject to termination, and shall be a factor during the evaluation of future HCPS solicitations. o If Performance Security Was Required. HCPS may elect to execute the performance security as liquidated damages. o If Performance Security Was Not Required. The Contractor shall pay HCPS, as liquidated damages, an amount not to exceed five (5%) percent of the total estimated value of the item(s) in question. If the proposed pricing is a lump sum amount then the amount due is five (5%), percent of the remaining value of the contract. The Contractor’s failure to pay the liquidated damages within thirty (30) days after notification that liquidated damages are due, shall lose eligibility to transact business with HCPS for a period of not less than one (1) year, but no more than two (2) years after the date of the default, as determined by the General Manager of Procurement Services. Thereafter, the Contractor may request reinstatement to the Active Bidders List. HCPS reserves the right, upon contract cancellation, to award the contract to the next highest rated Proposal for the unexpired contract term or publish a new competitive solicitation. 2.6.4 Force Majeure. No default, delay, or failure to perform on the part of the either party will be considered a default, delay, or failure to perform otherwise chargeable, hereunder, if such default, delay, or failure to perform is due to causes beyond either party’s reasonable control including, but not limited to, strikes, lockouts, or inactions of governmental authorities; pandemics; epidemics; acts of terrorism; war; embargoes; fire; earthquake; acts of God; or default of common carrier. In the event of such default, delay, or failure to perform, any date or times by which either party is otherwise scheduled to perform will be extended automatically for a period equal in duration to the time lost by reason of the excused default, delay, or failure to perform. 2.7 CONTRACTOR’S OBLIGATIONS The Contractor shall keep HCPS fully informed as to the progress of the provision of commodities and contractual services. The Contractor may do so not only through regularly issued progress reports, cost reports, and minutes, but also through close liaison between such designated HCPS personnel. The Contractor shall submit to HCPS minutes of any meetings attended by the Contractor and HCPS relating to the commodities and contractual services within (10) business days following such meetings. 2.7.1 HCPS Procurement Policy (6320). HCPS Procurement Policy (www.sdhc.k12.fl.us/policymanual/) is incorporated into this solicitation (and, therefore, any contract awarded as the result of this solicitation) by reference. HCPS Procurement Policy binds the Contractor, by participation in this solicitation, in any issue or action related to this solicitation or subsequent contract resulting from this solicitation. 2.7.2 Subcontractors. The Contractor is responsible for performance and meeting all specifications and for the performance of any subcontractor used in conjunction with an award hereunder. The Proposer must disclose the name(s) of any sub-contractor(s) used to satisfy performance herein and ensure that the subcontractor(s) are qualified, insured, and that subcontractor’s employees meet all requirements set forth herein. 2.7.3 Assignment. The Contractor, whether under separate contract or not, shall not assign any part or whole of this contract to another party, subcontractor, or company nor shall they assign any money due or to become due to him hereunder, without the previous written consent of HCPS. HCPS may transfer this contract to any successor performing the same functions. The parties acknowledge that HCPS may transfer any or all its interest in this contract to any successor of HCPS. 2.7.4 Licenses & Taxes. The Contractor shall remain compliant with all federal, state, and local regulations as to licenses, permits, and tax obligations required for the operation of the Contractor’s business activities. 2.7.5 Bid Cost. All expenses involved with the preparation and submission of the Proposal to HCPS, or any services performed in connection therewith, shall be borne by the Proposer. HCPS shall not provide payment for any submittals Hillsborough County Public Schools Page 12 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts received, or for any other effort required of or made, or expenses incurred by the Proposer. 2.8 ACCOUNTING & INVOICING In accordance with the Florida Prompt Payment Act (ss. 218.70218.80). Invoice payment is Net 45 days from the date of delivery or the receipt of satisfactory invoice, whichever occurs last, unless invoices specify early payment discounts. All payments due and not made within the time specified by this section bear interest from thirty (30) days after the due date at the rate of one (1%) percent per month on the unpaid balance. 2.8.1 Purchase Order (PO) Number. All accounting and invoicing correspondence must reference an HCPS PO number. HCPS may generate Individual purchases via blanket or multiple POs against the contract as item(s) are required. 2.8.2 Offered Prices. All pricing shall be based on FOB Destination and will include all packaging, handling, and shipping charges. HCPS is exempt and does not pay Federal Excise and State of Florida sales taxes. 2.8.3 Invoice Submittal. The Contractor shall submit an original invoice to the HCPS Accounts Payable Department. P.O. Box 3408, Tampa, Florida, 33601-3408. Per s. 287.058(1)(a), F.S.: bills for fees or other compensation for services or expenses shall be submitted with enough detail for a proper pre-audit and post-audit thereof. 2.8.4 “Duplicate” or “Copy” Invoice. All service contracts require a duplicate invoice, identified as a “duplicate” or “copy” to the ordering department or designated project leader. 2.8.5 Payment Assignment. Any PO or contract issued pursuant to an award hereunder, and the monies that may become due are not assignable except with prior written approval by HCPS Procurement Services. 2.8.6 Request for Payment. The Contractor, unless under mutual written contract, shall provide invoices that will include all scheduled services, products purchased, and services completed during the previous 1-month period. The Contractor represents and agrees that information submitted in support of its requests for payment is the basis of payment and is true and accurate to the best knowledge of the responsible signatory. A violation of this provision shall subject the violator to the provisions of s. 68.082, F.S., pertaining to false claims against the State, and s. 837.06, F.S., pertaining to false official statements. 2.8.7 Excess Funds. A Contractor who receives funds paid by HCPS under this contract agrees to promptly notify HCPS of any funds erroneously received from HCPS upon discovery of erroneous payment or overpayment. The excess funds must be refunded to HCPS with interest calculated from the date of the erroneous payment or overpayment. Interest shall be calculated using the interest rate for judgments under s. 55.03, F.S., applicable at the time the erroneous payment or overpayment was made by HCPS. 2.8.8 Stop Work Order. HCPS may at any time by written notice to the Contractor stop all or any part of the contractual services for this solicitation. Upon receiving such notice, the Contractor will take all reasonable steps to minimize additional costs during the period of work stoppage. HCPS may subsequently either cancel the stop work order resulting in an equitable adjustment in the delivery schedule and the price or terminate the work in accordance with the provisions of the solicitation terms and conditions. 2.8.9 Deliveries. HCPS shall provide payment for deliveries on a per order basis and delivery shall be to any point within Hillsborough County, Florida to a secure area or inside delivery, as requested by the school site. 2.8.10 Travel Expenses. Per s. 287.058(1)(b), F.S.: bills for HCPS-approved travel expenses will be reimbursed only if expressly authorized by the contract terms. Bills for any travel expenses shall be submitted in accordance with s. 112.061, F.S. 2.8.11 Right to Audit Provisions. The Contractor’s records shall include, but not be limited to, accounting records, payroll time sheets, audited and unaudited financial statements to substantiate payment rates and income, written policies and procedures, subcontractor’s files and any other supporting evidence necessary to substantiate payments and income related to this contract (records) shall be open to inspection and subject to audit and reproduction, during normal working hours, by an HCPS authorized representative to adequately permit evaluation and verification of any invoices, payments, or claims submitted by the Contractor or any of his/her payees pursuant to the execution of the contract. Such records subject to examination shall also include, but not be limited to, those records necessary to evaluate and verify payments and any other matters or items associated with this contract. For such audits, inspections, examinations, and evaluations, the HCPS authorized representative shall have access to the Hillsborough County Public Schools Page 13 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts records from the effective date of this contract, for the duration of the work, and until five (5) years after the date of the Contractor’s final payment pursuant to this contract. All payments which cannot be documented as paid as required by the contract and found not to follow the provisions of this contract, shall be reimbursed to HCPS. The HCPS agent or its authorized representative shall have access to the Contractor’s facilities, all necessary records, and shall be provided adequate and appropriate workspace to conduct audits in compliance with this section. The HCPS authorized representative shall give the Contractor reasonable notice of intended audits. The Contractor shall certify that payments are accurate and correct on each payment. If an audit reveals a discrepancy, such as an over payment, the Contractor must reimburse HCPS for the discrepancy with a minimum of 18% per annum interest. If an audit inspection or examination in accordance with this article, discloses overpayments (of any nature) by HCPS to the Contractor of more than 10% of the total payments, the actual cost of HCPS’s audit shall be paid by the Contractor in addition to the overpayments by HCPS. 2.9 CONFLICT OF INTEREST The award made pursuant to this solicitation is subject to the provisions of ss. 112.313(3), 112.313(7), Part III Code of Ethics, F.S., and Board Policy 6460.01 – Conflict of Interest. Employees shall not engage in or have a financial interest, directly or indirectly, in any activity that conflicts or raises a reasonable question of conflict with their duties and responsibilities in the school system. Employees shall not engage in business, private practice of their profession, the rendering of services, or the sale of goods of any type where advantage is taken of any professional relationship they may have with any student, client, or parents of students, or clients during their employment with HCPS. Employees shall not make use of materials, equipment, or facilities of the District in private practice. Examples would be the use of facilities before, during, or after regular business hours for service to private practice clients, or the checking out of items from an instructional materials center for private practice. HCPS shall not enter into a contract knowingly with any supplier of materials, supplies, and services to HCPS that any Board member or the Superintendent has any material interest. This prohibition shall not prevent any person from receiving royalties upon the sale of any educational material of which she/he is the author, and which has been properly approved for use in HCPS’ schools. Any employee who knowingly is in a capacity to influence, approve, or cause the purchase of any item to the Board that can render him/her, or an immediate relative personal gain must immediately disclose that fact. Any violation of these policies by an HCPS employee shall be subject to disciplinary actions up to and including termination of employment. Personnel Qualifications/Behavior. The Contractor will provide a written list of, and qualifications, of new or additional people working under the Contract for approval prior to the provision of commodities and contractual services under this Contract. Personnel Appearance & Conduct. The Contractor’s staff members are to present a professional appearance Personnel shall be neat, clean, well groomed, if applicable properly uniformed, and conduct themselves in a respectable and courteous manner. 2.9.1 Uniforms. If applicable, employees shall wear a recognizable uniform, no hats indoors. Each employee, performing services for HCPS, must carry a government issued picture ID and be presented upon request while on HCPS property. 2.9.2 Tobacco Products. Use of tobacco products must be in designated areas. 2.9.3 Disruptive Behavior. The Contractor’s personnel shall not play loud music, make unnecessary noises, or use language that causes offense to others. 2.9.4 Site Security. The Contractor’s personnel must coordinate with the site's front office or security personnel and shall be properly identified and must sign-in and sign-out when working or making deliveries during operational hours. All personnel must remain in the assigned work area. 2.9.5 Contractor’s Tools and Equipment. The Contractor is solely responsible for safeguarding its own materials, tools, and equipment while at an HCPS site. HCPS shall not assume any responsibility for vandalism or theft of the Contractor’s materials or property. Hillsborough County Public Schools Page 14 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 2.9.6 Firearms & Narcotics. HCPS will not tolerate the possession of firearms and narcotics while on HCPS property; nor violations of Federal and State laws and any applicable HCPS policy regarding Drug Free Workplace. Violators will be subject to the immediate termination of any contract resulting from this solicitation.  “Firearm” shall mean any weapon (including a starter gun or antique firearm) which can, is designed to, or may readily, be converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon; any destructive device; or any machine gun.  No person who has a firearm in their vehicle may park their vehicle on HCPS property.  If any employee of a Contractor or its subcontractor brings a firearm on HCPS property, the Contractor or subcontractor will terminate said employee from the HCPS contract. HCPS shall terminate the contract if Contractor or its subcontractor fails to remove said employee from this Contract. 2.10 HAZARDOUS MATERIALS THIS SECTION APPLIES TO ALL VENDORS WHOSE COMMODITIES OR CONTRACTUAL SERVICES ENABLE OR REQUIRE THE PROVISION OR USE OF HAZARDOUS MATERIALS.  The HCPS Safety (Safety Office) Office will monitor and enforce compliance by all contractors and sub- contractors that provide HCPS with commodities and contractual services. It is HCPS intent that all contractors and sub-contractors shall at no time cause unsafe conditions or acts that may affect the safety and health of students, employees, or visitors to HCPS operations.  HCPS may require the Contractor to supply a written copy of their Safety Program/Manual for review after contract award and may conduct periodic review of the Contractor's safety manual and operations.  Contractors and their employees, including sub-contractors, performing work under the terms of this contract will follow safe working practices always, as well as comply with all Federal, State, Local, and HCPS safety policies and procedures, including the operation of vehicles and equipment on HCPS-owned property.  The Contractor must report any accident, injury, or incident occurring on HCPS property to the District Safety Office. 2.10.1 Safety Data Sheets (SDS). In compliance with Chapter 442, Florida Statutes, any item delivered or used when providing services under this contract must have a published SDS. 2.10.2 The Hazard Communication Standard (HCS) (29 CFR 1910.1200(g)). The HCS, revised in 2012, requires that the chemical manufacturer, distributor, or importer provide Safety Data Sheets (SDS) (formerly MSDS or Material Safety Data Sheets) for each hazardous chemical to downstream users to communicate information on these hazards. The information contained in the SDS is largely the same as the MSDS, except now the SDS is required in a consistent user friendly, 16-section format. The SDS includes information such as the properties of each chemical; the physical, health, and environmental health hazards; protective measures; and safety precautions for handling, storing, and transporting the chemical. The information contained in the SDS must be in English and Spanish. In addition, OSHA requires that SDS preparers provide specific minimum information as detailed in Appendix D of 29 CFR 1910.1200. Sections 1 through 8 contain general information about the chemical, identification, hazards, composition, safe handling practices, and emergency control measures (e.g., firefighting). This information should be helpful to those that need to get the information quickly. Sections 9 through 11 and 16 contain other technical and scientific information, such as physical and chemical properties, stability and reactivity information, toxicological information, exposure control information, and other information including the date of preparation or last revision. The SDS must state the lack of applicable information found when the preparer does not find relevant information for any required element. The SDS must also contain Sections 12 through 15, to be consistent with the UN Globally Harmonized System of Classification and Labeling of Chemicals (GHS), but OSHA will not enforce the content of these sections because they concern matters handled by other agencies. Each SDS Must be written in English and Spanish; and include information regarding the specific chemical identity of the hazardous chemical(s) involved and the common names. Information must be provided regarding:  the physical and chemical characteristics of the hazardous chemical; and  known acute and chronic health effects and related health information; and Hillsborough County Public Schools Page 15 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts  exposure limits; and  whether the chemical is a carcinogen as identified by the National Toxicology Program (NTP), International Agency for Research on Cancer (IARC) or the Occupational Safety and Health Administration (OSHA), emergency first aid procedures; and  the identification of the organization responsible for preparing the SDS. 2.10.3 Hazardous Material. The Safety Office defines Hazardous Material as, "Any material or substance for which there is sufficient data to indicate a reasonable risk to physical and environmental health." These substances, classified as poisonous, toxic, corrosive and flammable, explosive, radioactive, or otherwise have any warning on the product label. The Contractor must:  provide current and legible SDS to the Safety Office for each hazardous material they may use at an HCPS site at least five (5) working days prior to use; and  provide its safety plan (precautions needed by the Contractor's employees); and  maintain a copy of the approved SDS at the job location. After review by the Safety Office, HCPS may provide the Contractor a stamped SDS, as approved, approved with or without restrictions, or not approved. 2.10.4 Approval of Hazardous Materials. Prior to the Contractor’s use, the Safety Office must approve all hazardous materials. The Contractor must submit all requests for product approval to the Safety Office, at 4224 W. Crest Avenue, Tampa, Florida 33614. Telephone (813) 872-5263, Facsimile (813) 356-1471. The Contractor using the product must follow any identified restrictions. The Contractor’s use of any product at an HCPS site must be in accordance with the manufacturer's instructions and applicable HCPS Policies. Sites where no students or employees are present do not require approval, provided the materials are not within 250 feet of sites with students or employees. All Federal, State, and Local regulations shall apply. 2.10.5 Contractor’s Use of Product. Product approval for use by HCPS employees does not constitute an automatic approval for use by the Contractor for all applications. The Safety Office must specifically approve each product used by the Contractor and must be specifically approved for each HCPS assignment. 2.10.6 HCPS Employee Use of Products. The Contractor (prior to use by HCPS employees) must submit the approved SDS to the HCPS supervisor and ensure filing of the SDS in the worksite’s SDS Book (even if approved for use by the Contractor). 2.10.7 Rejection of Hazardous Materials. HCPS may ban certain products for use in HCPS to prevent any incidence of exposure to students or employees. HCPS may apply restrictions to the use of certain materials to reduce or eliminate the incidence of exposure. 2.10.8 Product Removal. The Contractor is responsible for removal of all materials used on projects immediately upon completion. The Contractor must list all materials left for HCPS use on a manifest identifying the container type, amount, and where located. The HCPS employee that originated the service or contract shall sign the manifest and deliver to the District Safety Office. 2.10.9 Hazard Notification-Asbestos Containing Materials (ACM) and Lead Based Paint (LBP). ACM and LBP are present in many HCPS buildings. The presence of ACM and LBP does not necessarily mean that a hazard exists; however, it may be hazardous to disturb ACM and LBP. The Contractor must contact the Safety Office prior to commence any work that may affect ACM or LBP materials. 2.10.10 Unsafe Conditions. The Contractor will:  perform work under the terms of this contract will follow the best environmental working practices always; and  not cause any unsafe conditions or perform acts that could have an impact on the safety and health of students, employees, or visitors to HCPS operations; and  comply with all Federal, State, Local, and HCPS environmental policies and procedures; and Hillsborough County Public Schools Page 16 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts  supply, upon request, a written copy of its Environmental Program/Manual for review after contract award (HCPS may periodically review the Contractor's environmental manual and operations); and  be responsible for removal and clean-up of all contamination (or potential contamination) upon occurrence or when identified by the Safety Office; and  immediately report all incidents to the Safety Office. 2.11 INDEMNIFICATION The Contractor agrees to indemnify, hold harmless, and defend HCPS, its agents, servants, and employees servants, and employees from any and all claims, judgments, costs, and expenses including, but not limited to, reasonable attorney’s fees, reasonable investigative and discovery costs, court costs, and all other sums which HCPS, its agents, servants, and employees may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, or any claim or action founded thereon, arising or alleged to have arisen out of the commodities and contractual services furnished by the Contractor, its agents, servants, or employees; the Contractor’s equipment, its agents, servants, or employees while such equipment is on premises owned or controlled by HCPS; or the negligence of the Contractor or the negligence of Contractor's agents when acting within the scope of their employment, whether such claims, judgements, costs, and expenses be for damages, damage to property including HCPS’s property, and injury or death of any person whether employed by the Contractor, HCPS or otherwise. Indemnification (Copyright Infringement). The Contractor shall defend, indemnify, and hold HCPS and its successors and assigns harmless from and against all third-party claims, suits and proceedings, and any and all damages, liabilities, costs and expenses (including reasonable attorneys’ fees and court costs) incurred as a result of (i) infringement by the Contractor of any third-party patent, copyright or trademark, or (ii) misappropriation by the Contractor of any third party trade secret in connection with any of the foregoing. 2.11.1 The Patient Protection and Affordable Care Act. The Contractor agrees that it will offer Minimum Essential Coverage, as that term is defined in the Patient Protection and Affordable Care Act (PPACA) and related regulations, to any agents, servants, employees, assigns, independent contractors, or anyone else retained by the Contractor for the performance of the Contractor’s obligations under this Agreement who spends more than 30 hours per week on average performing services for HCPS. Except as expressly provided herein, the Contractor agrees to assume complete responsibility and liability and indemnify HCPS for any fines, penalties, taxes, excise taxes or other amounts incurred by HCPS related to agents, servants, employees, assigns, independent contractors, or anyone else retained by the Contractor for the performance of the Contractor’s obligations under this Agreement. This includes any fines, penalties, taxes, excise taxes, or other amounts incurred by HCPS based on the Contractor’s failure to comply with requirements under the PPACA including any failure to offer PPACA compliant minimum essential coverage that is affordable and provides minimum value to any agents, servants, employees, assigns, independent contractors, or anyone else retained by the Contractor for the performance of the Contractor’s obligations under this Agreement. 2.11.2 No Waiver of Sovereign Immunity. Nothing herein contained shall be deemed or construed as a waiver of sovereign immunity as provided by § 768.28, Florida Statutes, by any agency or political subdivision to which sovereign immunity may be applicable. HCPS shall not be liable to pay a claim or a judgment by any one person which exceeds the sum of $200,000 or any claim or judgment, or portions thereof, which, when totaled with all other claims or judgments paid by HCPS arising out of the same incident or occurrence, exceeds the sum of $300,000. Nothing herein shall be construed as consent by HCPS to be sued by third parties in any matter arising out of this Agreement. 2.11.3 Independent Contractor. HCPS engages the Contractor as an independent business. The Contractor agrees to provide the commodities and contractual services in the manner of and as an independent contractor. In accordance with the status of an independent contractor the Contractor covenants and agrees that the Contractor will conduct itself consistent with such status, that the Contractor will neither hold HCPS as, nor claim to be an officer or employee of HCPS for any right or privilege applicable to an officer or employee of HCPS, including, but not limited to workers’ compensation coverage, unemployment insurance benefits, social security coverage or retirement membership or credit. [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 17 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 2.12 WARRANTY The Contractor warrants that provided commodities and contractual services supplied hereunder will be of good workmanship and of proper materials, free from defects and in accordance with specifications. If the Contractor knows of the purchaser’s intended use, the Contractor warrants that the commodities and contractual services are suitable for that intended use. Repeated failure to meet established inspection and repair timeframes below will be cause for default. The minimum warranty on product shall be one (1)-year. The Contractor shall warranty and guarantee all commodities and contractual services for a period of one (1)-year from the date of acceptance and shall repair or replace any and all defects in material or workmanship which are discovered or exist during the warranty period. The Contractor shall bear all labor, products, and transportation costs. Labor shall have a warranty of one (1)-year from the date of completion. Rework for incomplete, insufficient or failed work under a current warranty shall be at no cost to HCPS. A “No Charge” invoice shall be submitted on all warranty repairs detailing the any and all product replaced including dimensions and quantity in writing. The Contractor shall respond to all warranty requests within 24-hours of notification. Effective date on all warranties shall begin at time of complete installation and acceptance by HCPS. 2.13 INFORMATION TECHNOLOGY THIS SECTION APPLIES TO ALL CONTRACTORS WHOSE COMMODITIES OR CONTRACTUAL SERVICES ENABLE OR REQUIRE THE PROVISION THE CONTRACTOR’S ONLINE SOFTWARE SERVICES OR USE OF HCPS’ COMPUTER DATA. 2.13.1 Web Content Accessibility. If the online services will be used by:  students, parents, and the community: the Contractor supplying online services on behalf of HCPS must adhere to the Americans with Disabilities Act (ADA) and with Section 508 of the Rehabilitation Act of 1973. The Contractor will indemnify and defend HCPS from and against any and all losses, liabilities , and claims (including reasonable attorneys’ fees) arising out of any claims by a third party alleging that the online services provided by the Contractor do not adhere to the ADA or with Section 508 of the Rehabilitation Act of 1973.  HCPS Employees: the Contractor supplying online services on behalf of HCPS must adhere to the Americans with Disabilities Act (ADA) and with Section 508 of the Rehabilitation Act of 1973. 2.13.2 Data Re-Use. The Contractor agrees that any and all data exchanged shall be used expressly and solely for the purposes enumerated in this contract. The Contractor must not distribute, repurpose, or share across any other application, environment, or business unit. As required by Federal law, the Contractor further agrees that no HCPS data shall be revealed, transmitted, exchanged, or otherwise passed to other contractors or interested parties except as agreed, in writing, by HCPS’ Procurement Services or its General Manager of Information Technology. 2.13.3 Data Breach. The Contractor agrees to comply with § 501.171 the State of Florida Database Breach Notification process and all applicable laws that require the notification of individuals in the event of unauthorized release of personally identifiable information or other event requiring notification. In the event of a breach of any of the Contractor’s security obligations or other event requiring notification under applicable law (“Notification Event”), the Contractor agrees to notify HCPS immediately and assume responsibility for informing all such individuals in accordance with applicable law and to indemnify, hold harmless, and defend HCPS and its trustees, officers, and employees from and against any claims, damages, or other harm related to such Notification Event. 2.13.4 Data Storage and Backup. The Contractor agrees that any and all HCPS data will be stored, processed, and maintained solely on designated servers and that no HCPS data at any time will be processed on or transferred to any portable or laptop computing device or any portable storage medium, unless that storage medium is in use as part of the Contractor’s designated backup and recovery processes. All servers, storage, backups, and network paths utilized in the delivery of the service shall be contained within the states, districts, and territories of the United States unless specifically agreed to in writing by an HCPS officer with designated data, security, or signature authority. An appropriate officer with the necessary authority can be identified by HCPS’ General Manager of Information Technology for any general or specific case. The Contractor agrees to store all HCPS’ backup data stored as part of its backup and recovery Hillsborough County Public Schools Page 18 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts processes in encrypted form, using no less than 128-bit key. 2.13.5 End of Agreement Data Handling. The Contractor agrees that upon termination of this contract it shall return all data to HCPS in a useable electronic form, and erase, destroy, and render unreadable all HCPS data in its entirety in a manner that prevents its physical reconstruction through the use of commonly available file restoration utilities, and certify in writing that these actions have been completed within thirty (30) days of the termination of this contract or within seven (7) days of the request of an agent of HCPS, whichever shall come first. [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 19 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 3 BIDDER INSTRUCTIONS 3.1 VENDORLINK VendorLink (www.myvendorlink.com), HCPS’ primary vendor/supplier portal, is a web-based, vendor self-service solution that allows HCPS to collaborate with vendors in a secure, online environment 24×7. HCPS requires Bidders to have a current vendor application on file with www.myvendorlink.com. HCPS may rescind an award for failure to comply with this condition. Potential HCPS contractors must sign-up to register and receive electronic email notification of upcoming solicitations and addenda as they become available. When a solicitation matching those selections becomes available, the VendorLink system automatically sends an email notification to the email address provided during the registration process. The email notification contains the link and information necessary for the solicitation to be viewed and downloaded from any computer. Suppliers can view solicitations by selecting the Bid Solicitations link: www.myvendorlink.com/common/searchsolicitations.aspx. To receive automatic notifications, VendorLink requires all suppliers to be registered by completing the supplier registration process. A vendor with additional questions regarding this solicitation or a related document(s) may submit a written request for clarification to the solicitation at www.myvendorlink.com no later than the “last day to request additional information or clarification,” see coversheet. Any interpretation to a vendor shall be via written addenda posted on VendorLink prior to the bid due date. Any information that amends any portion of this solicitation, received by any method other than an addendum issued to the solicitation, is not binding on HCPS. Where there appears to be a conflict between the solicitation and any addenda issued, the last addendum issued will prevail. 3.2 PRE-BID MEETING If applicable, HCPS may conduct a Pre-Bid Meeting (attendance may be mandatory or voluntary, as required by HCPS) to explain the procurement requirements. HCPS will hold the Pre-Bid Meeting long enough after the issuance of the solicitation to allow vendors to familiarize themselves with the solicitation, but sufficiently before the due date to allow consideration of the meeting results in preparing their bid. Nothing stated at the Pre-Bid Meeting shall change the solicitation until addressed via an HCPS-issued addendum via www.myvendorlink.com. 3.3 BID SUBMITTAL HCPS WILL NOT ACCEPT PAPER (HARDCOPY) BIDS. The Bidder must transmit their Bid electronically through VendorLink at www.myvendorlink.com. Acceptable file formats for upload are Microsoft Excel (.xls or .xlsx), Adobe Portable Document (.pdf), or .ZIP file formats and printing must be enabled on all files submitted. If applicable, the price sheet is available electronically on VendorLink. 3.3.1 On-Time Submittal. The vendor is solely responsible for on-time bid submittal via VendorLink. The vendor must allow adequate time to upload their submittal on VendorLink and shall contact VendorLink’s technical support at support@evendorlink.com if technical difficulties arise during bid upload. HCPS shall not be responsible for delays caused in any occurrence and shall reject bids submitted via any other means. 3.3.2 Weather Closures. Should weather conditions require HCPS to close its offices on the Bid due date, said date will become effective on the same hour of the following HCPS business day or will post any additional extensions via www.myvendorlink.com. 3.3.3 Bid Withdrawal. The Bidder may not withdraw their bid for a period of 120 days after the due date unless otherwise specified. 3.3.4 Variance from Terms. The Bidder must indicate in the bid any variances from specifications, terms, and/or conditions regardless of how slight. HCPS will assume that the goods and services fully comply with the specifications, terms, and conditions herein. 3.3.5 Discrepancies. HCPS is not responsible for discrepancies or inconsistencies provided in the bid and may reject any bid it deems as non-responsive. 3.3.6 Forms. The Bidder, unless otherwise specified, must use the form(s) furnished by HCPS. Failure to do so may be cause for rejection of the bid. 3.3.7 Missing Attachments/Documents. The bid must include all required attachments and requested documentation. Hillsborough County Public Schools Page 20 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts HCPS will not review any Bid prior to the due date and time. HCPS cannot accept any missing documents after the due date unless HCPS deems the missing document as non-material to evaluation of the bid. The Bidder shall promptly provide said documents prior to School Board submittal and/or award. 3.3.8 Signatures. An officer or employee having the authority to contractually bind the vendor must sign the bid. 3.3.9 Trade Secret. The Bidder must submit all “trade secret” information, in response to this solicitation, in compliance with ss. 119.07 F.S., and 812.081 in a separate file and so titled. The Bidder’s failure to prepare and label the confidential or exempt portions of their bid in the manner specified in this section shall constitute a waiver by the Bidder of any applicable exemptions from disclosure or any confidential status including ones that may be applicable to trade secrets under Florida law. If challenged, the Bidder who submits the trade secret information shall bear all costs associated with defending their position. 3.3.10 Joint Bid. HCPS will recognize a single Bidder as the primary contractor, should multiple Bidders submit a joint bid in response to the solicitation. If offering a joint bid, the primary contractor must:  include the names and addresses of all parties of the joint bid; and  provide all bonding and insurance requirements, execute the contract, complete the bid, and have overall and complete accountability to resolve any dispute arising within the contract. Only a single contract with one Bidder shall be acceptable; and  be responsible for performance of services associated with response to this solicitation and overall contract administration; and  preside over other Bidders participating or present at HCPS meetings, oversee preparation of reports and presentations, and file any notice of protest and final protest as described herein; and  prepare and present consolidated invoice(s) for services performed. HCPS shall issue only one check for each consolidated invoice to the prime contractor for services performed. 3.3.11 Costs. All prices/costs/fees/charges offered herein shall be firm against any increase for the initial term of the contract, unless mutually agreed or as stated otherwise in this solicitation or addenda. The Contractor shall bear sole responsibility to notify Procurement Services no less than 60 days prior to any anticipated changes in prices. Any request for changes requires the submittal of bona-fide manufacturer's documents, including but not limited to Producer Price Index information, Consumer Price Index for the affected market, industry, goods, and/or manufacturer’s price list for evaluation by HCPS. HCPS reserves the right to accept or reject within thirty (30) days after the request for a price change. HCPS will cease orders for items rejected for price change. If HCPS approves the requested price change, the price will remain firm for at least one (1) year or as stated in a written mutually signed renewal letter. 3.3.12 Favored Nation Clause. The Contractor agrees, based on comparable size and quantity, that the Contractor is providing HCPS the same or better pricing than other organizations and governmental agencies. If during the term of this agreement, HCPS identifies better pricing for the same item, the Contractor agrees to offer HCPS the reduced price. 3.3.13 Prompt Payment Discount. The Bidder may offer a cash discount for prompt payment. However, HCPS shall not consider such discounts in determining the lowest net cost for proposal evaluation purposes. HCPS shall compute discounts from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. 3.3.14 Additional Charges and Fees. The Bidder must provide all additional charges such as installation, shipping, insurance, normal service consumables, shop supplies, environmental fees, administration fees, etc. in the Bid. HCPS will not be responsible for any type of miscellaneous surcharges or fees. Post award, the Contractor may not add any additional fees to the order including, but not limited to, special handling charges, hazardous materials fees, fuel surcharges, etc. after award without written HCPS approval. 3.3.15 Orders for Goods. The Bidder shall adhere to the following:  Delivered Cost. Delivered costs shall be included in your Bid. Unit pricing shall be inclusive of inside delivery.  FOB Destination. Offered prices for all items shall be F.O.B. Destination and include all shipping charges to all HCPS locations. Hillsborough County Public Schools Page 21 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts  Unit Of Measure. Unit of measure should be as stated on the Bid Response Form/Pricing Sheet.  Minimum Order. HCPS assumes that it will purchase goods on either the smallest unit of measure or as stated in the solicitation. A Bidder’s minimum order requirement exceeding the stated unit of measure is cause for rejection of the Bid as non-responsive.  Stated Quantities. HCPS may provide stated quantities and amounts for the Bidder’s guidance only and does not guarantee quantities utilized during the agreement period. HCPS may base quantities and amounts on historical or projected needs for a specified period.  Bid Only/Or Equal. Specifications in this solicitation may reference specific manufacturers’ products and list their model or part numbers, followed by the words “or equal,” or “approved brands.” Unless the words “only” or “No Substitutes” is used in place of “or equal,” these references are intended to establish a quality and performance standard only. Anything listed, herein, of a proprietary nature is without express knowledge or intent to exclude other manufacturers’ products from consideration.  Return of Goods. All goods returned for any reason other than the Contractor’s error, misrepresentation of specifications, or due to defect may be subject to return freight charges, negotiable between HCPS and the Contractor. HCPS agrees to return goods in the original factory sealed packaging, when possible. The Contractor must provide a return merchandise authorization (RMA) without requiring a purchase order or credit card. If applicable, the Contractor shall ship replacement goods prior to receipt of returned merchandise. 3.3.16 Service Contracts. The Contractor shall adhere to the following:  Rental Equipment. HCPS will reimburse for labor and equipment rental costs in quarter (1/4)-hour increments (when and where applicable and if pre-approved in writing). HCPS will reject Invoices for non-pre-approved rental equipment or "tools of trade." Detailed cost sheets for each project denoting equipment, labor, disposal fees, etc. must accompany invoices. The Contractor must provide the HCPS representative the request for payment no less than ten (10) working days prior to the deadline for submission of the request for payment date.  Materials Markup. The Bidder may only charge a maximum price of cost-plus ten percent (10%) for materials. The parties shall approve cost-plus pricing for unspecified miscellaneous items “balance of line” or “catalog items.” Offered discounts will remain firm for the contract term. The Contractor must provide supporting documentation for said items. The Contractor shall limit this approach to unforeseen goods and services, which should account for a small percentage of purchases for this agreement. HCPS may request additional evidence to identify reasonable charges.  Materials. HCPS will pay only for actual quantity of materials installed for repairs.  Premium Or Weekend Rates. HCPS will not pay any premium for weekends or holidays unless approved in writing prior to the provisions of services.  Travel Time/Call Out Fees. HCPS will not pay for call-out fees or travel time to and from the work site or any travel made during lunch breaks.  Quote Fees. HCPS will not pay for quotes, estimates, or estimator fees.  Minor Consumables. The submitted rates shall be inclusive of minor consumables. HCPS will not provide separate payment for these items. Minor consumables or items listed under the hourly rate are NOT eligible for reimbursement or percentage markup. The cost for these items will be inclusive to the submitted hourly rates. Any discounts offered with the Bid will remain firm for the term of the agreement. 3.4 NOTICE OF INTENT HCPS will post a Notice of Intent to Award/Rejection to enter into one or more agreements with Bidder(s) identified therein, on www.myvendorlink.com. A notice of intent to award under this solicitation shall not constitute or form any agreement between HCPS and a Bidder. Hillsborough County Public Schools Page 22 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 3.5 CONTRACT This solicitation, all related addenda, and the submitted bid, upon award by the School Board or approved by HCPS shall constitute a legally binding agreement (the “Agreement”). The Contractor shall not provide goods and services nor shall HCPS compensate a Contractor for said goods and services until the Contractor has submitted the required insurance certificate, met Jessica Lunsford Act compliance (if applicable), and is in receipt of an HCPS award letter and related purchase order. [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 23 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4 SPECIAL CONDITIONS 4.1 CONTACT INFORMATION & CERTIFICATION The Bidder must supply the information listed below for consideration. In case of dispute or if further clarification becomes necessary, please indicate your representative’s contact information. The General Manager of Procurement Services shall serve as the HCPS representative. LOCAL CONTACT INFORMATION Account Representative Name Title Local Address Phone Number Cell Phone Number Email Address Fax Number X Signature of Owner or Authorized Officer CORPORATE INFORMATION Representative's Name Telephone Number Company Name Principal Place of Business Address Remit-To Address (if different from above) ☐ Corporation ☐ Sole Proprietor/Partnership ☐ Limited Liability Corp. FEIN or SS# ________________________________ ☐ Other. ______________________________________ Preferred method to receive purchase order. ☐ US Mail ☐ Fax ☐ Yes ☐ No. Is vendor Workers’ Compensation Exempt? If Yes, attach proof of exemption ☐ Yes ☐ No. Is your company registered as an SBE with the HCPS Office of Supplier Diversity? ☐ Yes ☐ No. Is your company M/SBE certified with any of the following agencies? - City of Tampa: www.tampagov.net/minority-business-development - FL. Statewide & Inter-Local Certification: www.tampagov.net/minority-business-development - Hillsborough County: www.hillsboroughcounty.org/en/businesses/doing-business-with-hillsborough/minorities-and- women - Florida State Minority Supplier Development Council: www.fsmsdc.org/mbe.php#new-app - City of St. Petersburg: www.stpete.org/assistance/small_business_enterprise_program.php Hillsborough County Public Schools Page 24 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.2 SUBSTITUTE W-9 AND VENDOR INFORMATION FORM To conform to IRS regulations for Form 1099 reporting, HCPS must have a Federal Tax Identification Number or Social Security Number in our files for ALL VENDORS and INDIVIDUALS receiving payments from HCPS; therefore, we request that you provide the following information. Notwithstanding, all inquiries regarding Ethnicity, Race, Gender or Business Certification/Designation are of a purely voluntary nature. ☐ New Request ☐ Change ☐ Name ☐ Tax ID ☐ Remit Address ☐ Other Entity Designation (check only one type) ☐ Individual/Sole Proprietorship ☐ Partnership, ☐ C Corporation ☐ S Corporation ☐ Limited Liability Company – Individual ☐ Limited Liability Company – Partnership ☐ Limited Liability Company – Corporation ☐ Government Entity ☐ Estate / Trust ☐ Organization Exempt from Tax – Nonprofit (under Section 501 (a)(b)(c)(d)) Exemption (See Instructions) ☐ Exempt payee code (if any) ☐ Exemption from FATCA Reporting Code (if any) Legal Name (as shown on your income tax return) ______________________________________________________ Business Name, if different from above (use if doing business as (DBA) or enter business name of Sole Proprietorship) ______________________________________________________ Primary Address (for purchase orders) PO Box or Number and Street, City, State, Zip + 4 ______________________________________________________ ______________________________________________________ ______________________________________________________ Remittance/Accounts Receivable Information (if different from above) PO Box or Number and Street, City, State, Zip + 4 ______________________________________________________ Contact Name, Phone, Email (accounts receivable) ______________________________________________________ ______________________________________________________ ______________________________________________________ Services Provided ☐ Medical ☐ Legal HCPS is committed to doing business with contractors, vendors and other suppliers who reflect the great diversity of our community. We encourage Small Business Enterprises to register with our Office of Supplier Diversity, (813) 635-1240. Please complete the following information: ______________________________________________________ Taxpayer Identification Number (TIN) Provide Only One (If sole proprietorship, provide EIN, if applicable) ______________________________________________________ Social Security Number (SSN) or Employer Identification Number (EIN) NOTE: Our standard payment terms are 45 days net. Would you like to discuss “pay upon approval” terms? ☐ Yes ☐ No Accepted Payment Types ☐ Check ☐ Visa ☐ ACH Service-Disabled Veteran ☐ Yes ☐ No Small/Small Local Business Enterprise ☐ Yes ☐ No Minority Classification ☐ African American, ☐ Asian American ☐ Caucasian Female, ☐ Hispanic American ☐ Native American Certification: The Internal Revenue Service does not require your consent to any provision of this document other than the certifications required to avoid backup withholding. Under penalties of perjury, I certify that: The number shown on this form is my correct taxpayer identification number, and I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and I am a U.S. citizen or other U.S. person (including a U.S. resident alien), and The FATCA code(s) entered on this form (if any) indicating I am exempt from FATCA reporting is correct. Majority Owner’s Gender ☐ Female ☐ Male Certified/Registered Agency (select most recent approval) ☐ FSMSDC (Florida State Minority Supplier Development Council) ☐ WBENC (Women’s Business Enterprise National Council) ☐ City of Tampa, ☐ Hillsborough County ☐ State of Florida, ☐ Other Printed Name Title Telephone Number X Signature Date Email Address Hillsborough County Public Schools Page 25 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.3 BIDDER’S STATEMENT OF PRINCIPAL PLACE OF BUSINESS ☐ If box is checked. Name of Vendor: _______________________________ whose principal place of business is in the state of: ___________________________________________ Vendor’s Signature: X___________________________________________________ INSTRUCTIONS. IF your principal place of business above is located within the State of Florida, provide the information as indicated above and return this form with your bid response. No further action is required. IF your principal place of business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid response. Failure to comply shall be considered to be non-responsive to the terms of this solicitation. OPINION OF OUT-OF-STATE BIDDER’S ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for an Out-of-State Vendor) NOTICE. Section 287.084(2), Florida Statutes, provides that “a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts.” See also. Section 287.084(1), Florida Statutes. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One)  The Vendor’s principal place of business is in the State of _____________________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state.  The Vendor’s principal place of business is in the State of _________________________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One)  The Vendor’s principal place of business is in the political subdivision of ___________________________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision.  The Vendor’s principal place of business is in the political subdivision of _______________________________ and it is my legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ___________________________. Signature of out-of-state Bidder’s attorney Printed name of out of state Bidder’s attorney Attorney’s state(s) of bar admission. Telephone number of out of state Bidder’s attorney. Email of out of state Bidders’ attorney Hillsborough County Public Schools Page 26 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.4 STATEMENT OF QUALIFICATIONS Please provide written responses to the following questions. If the answer to any of the questions is “Yes,” the Proposer shall describe fully the circumstances, reasons therefore, the current status, and ultimate disposition of each matter that is the subject of this inquiry. If additional space is needed for any question, please attach to this document. Has Proposer been declared in default of any contract? ☐ Yes ☐ No Has Bidder forfeited any payment of performance bond issued by a surety company on any contract? ☐ Yes ☐ No Has an uncompleted contract been assigned by Bidder’s surety company on any payment of performance bond issued to Bidder arising from its failure to fully discharge all contractual obligations there under? ☐ Yes ☐ No Within the past three (3) years, has Bidder filed for reorganization, protection from creditors, or dissolution under the bankruptcy statutes? ☐ Yes ☐ No Is Bidder now the subject of any litigation in which an adverse decision might result in a material change in the firm’s financial position or future viability? ☐ Yes ☐ No Is Bidder currently involved in any state of a fact-finding, negotiations, or resistance to a merger, friendly acquisition, or hostile take-over, either as a target or as a pursuer? ☐ Yes ☐ No License Sanctions: List any regulatory or license agency sanctions. HCPS may perform a background check on any Bidder with all state and regulatory agencies. ☐ Yes ☐ No X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 27 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.5 PAYMENT OPTIONS ☐ P-Card If box is checked, HCPS personnel may choose to use a P-card in place of a PO to make purchases from this solicitation. Unless exception is communicated to HCPS, the Contractor, by submitting a bid, agrees to accept the P-card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the P-card. Refusal to accept this condition may cause your bid to be declared as non-responsive. I accept the Purchasing Card conditions stated in this solicitation. If yes, please check the level of reporting your firm offers its customers who utilize the P-Card: Level Date Supplier Transaction Amount Sales Tax Customer-Defined Code Line-Item Detail ☐ Level 1 X X X ☐ Level 2 X X X X X ☐ Level 3 X X X X X X Other Payment Options. Please check one: ☐ Net 21 Days (E-Payables Option; Visa Virtual Credit Card). Contact Procurement Services for specific information for the E-Payable option. This option will require the use of credit cards through your financial institution and/or credit card processor. ☐ NET 45 (Standard Payment Terms). Invoice payment is Net 45 days from the date of delivery or the receipt of satisfactory invoice, whichever occurs last, unless invoices specify early payment discounts. All payments, other than payments for construction services, due and not made within the time specified by this section bear interest from 30 days after the due date at the rate of one (1%) percent per month on the unpaid balance. HCPS provides payment to its OSD-registered vendors as Net 14 days with no cash discount. ☐ _____ % 21 Days, Net 45. (Discount for early payment; i.e.: 2% 21, NET 45). Invoices less agreed upon discount are paid in 21 days. This option requires you to enter a discount percent. X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 28 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.6 DRUG-FREE WORKPLACE CERTIFICATION HCPS shall provide tie bid preference to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by HCPS for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. HCPS shall establish procedures for processing tie bids if none of the tie bids have a drug-free workplace program. To have a drug-free workplace program, a business shall:  Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.  Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.  Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).  In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States, or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.  Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any convicted employee.  Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS COMPANY COMPLIES FULLY WITH THE ABOVE DRUG-FREE WORKPLACE REQUIREMENTS. X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 29 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.7 SCRUTINIZED COMPANY CERTIFICATION I hereby swear or affirm that as if the date below this company is not listed on a Scrutinized Companies list created pursuant ss. 215.4725, 215.473, or 287.135, Florida Statutes. Pursuant to s. 287.135, Florida Statutes I further affirm that: This company is not participating in a boycott of Israel such that is not refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli- controlled territories, in a discriminatory manner. This Company does not appear on the Scrutinized Companies with Activities in Sudan List where the State Board of Administration has established the following criteria: Have a material business relationship with the government of Sudan or a government-created project involving oil related, mineral extraction, or power generation activities, or Have a material business relationship involving the supply of military equipment, or Impart minimal benefit to disadvantaged citizens that are typically located in the geographic periphery of Sudan, or Have been complicit in the genocidal campaign in Darfur. This Company does not appear on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List where the State Board of Administration has established the following criteria: Have a material business relationship with the government of Iran or a government-created project involving oil related or mineral extraction activities, or Have made material investments with the effect of significantly enhancing Iran‘s petroleum sector. This Company is not engaged in business operations in Cuba or Syria. X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 30 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.8 CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). By signing and submitting this certification the potential contractor accepts the following terms: ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS BELOW ***** (1) The prospective lower tier participant certifies, by submission of this Bid, 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 prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name of Potential Contractor Name and Title of Authorized Representative. X Signature of Authorized Representative Date INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Hillsborough County Public Schools Page 31 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.9 TRUTH AND ACCURACY STATEMENT The signer of this bid guarantees, as evidence by the affidavit required herein, the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. The undersigned hereby: authorizes any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor or any person, firm, or corporation to furnish any HCPS-requested pertinent information, or its representative, deemed necessary to verify the statements made in this qualification form or regarding the standing and general reputation of the organization; and states that all information given is an accurate representation of the office location and resources from where the services are to be rendered; and certifies that he/she is authorized to sign this bid for the organization and that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. The undersigned certifies acceptance of this solicitation’s terms, conditions, exhibits, specifications, attachments, and addenda. “I certify (or declare) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct.” X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 32 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.10 BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM TO BE SUBMITTED WITH EACH BID EXCEEDING $100,000 The undersigned Contractor certifies to the best of his or her knowledge that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub- awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 33 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.11 SMALL BUSINESS ENCOURAGEMENT (SBE) PROGRAM LETTER OF INTENT ☐If box is checked: The Office of Supplier Diversity (OSD) www.sdhc.k12.fl.us/doc/list/office-of-supplier- diversity/about/25-117/ registers vendors who desire to compete as part of HCPS’ Small Business, Woman-Owned Business, Minority-Owned, and/or a Service-Disabled Veteran-Owned business. The SBE Program provides a means to measure the HCPS use of Tampa Bay area small businesses. As a result, HCPS contractors, staff, and Bidders are encouraged to utilize businesses registered with the OSD to assist HCPS in reaching its small business reinvestment objectives. HCPS expects participation of OSD-registered SBE vendors in the provision of commodities or contractual services. If third-party agreements are necessary for Contractor to complete the Contract, HCPS recommends using an OSD-registered SBE vendor. The Bidder must note that only those companies that are small or minority certified and meet HCPS’ SBE Program criteria are eligible for participation and/or recognition in HCPS’ SBE Program. A searchable vendor directory is designed to inform interested parties of registered vendors, at: www.sdhc.k12.fl.us/doc/list/office- of-supplier-diversity/documents-forms/25-119/. HCPS will accept only vendors who appear as a registered SBE on the website. The Bidder must submit with the bid a copy of the SBE’s OSD certificate. The Bidder must indicate whether and how third-party vendors are incorporated into the bid. A Bidder who plans to utilize HCPS OSD vendor(s), either as secondary or tertiary sub-contractors, must provide evidence, below. The Bidder-submitted information shall be part of the Contract with HCPS and agrees to submit regular updates, as mutually agreed with the OSD Supplier Diversity Officer. The Contractor (vendor who will receive payment(s) directly from HCPS) must identify SBE utilization expenditures to HCPS’ OSD-registered SBE subcontractor(s) that perform a function in the provision of commodities and contractual services in the Bid. Subcontractor(s) must identify whether they enter second tier subcontracts with an SBE sub- contractors to ensure completion of work. SBE(s) (________ %) percent of the TOTAL dollar value of this Bid or commensurate with actual dollars to be paid by HCPS. A Bidder who claims to utilize HCPS SBE vendors must sign, below, and list the i) names of all proposed SBE subcontractors, ii) contact information, and (iii) description of the commodities and contractual services to be provided. The parties understand that they will enter into a formal agreement for the commodities and contractual services listed herein upon award to Contractor by the Board or HCPS. To be signed by each proposed SBE Subcontractor: The undersigned is currently an OSD-registered SBE who is prepared to perform the described provision of the commodities and contractual services relating to this ITB. The subcontractor understands that services are provided on behalf of the Contractor. HCPS is not responsible for any remuneration on behalf of, or monies owed by the Contractor. SBE Subcontractor Name (A copy of the SBE OSD certificate must be attached. Contact Name, Address, & Telephone Name of Bidder/Prime Contractor Percentage (%) of Total Contract Dollars to Subcontractor Description of Commodities and Contractual Services Name of SBE Vendor Representative Phone Number x Signature of Authorized SBE Representative Email Address Hillsborough County Public Schools Page 34 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.12 ADDENDA AND BID FORM The signer of this bid guarantees, as evidence by the affidavit required herein, the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. The undersigned hereby authorizes any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by HCPS or its representative, deemed necessary to verify the statements made in this qualification form or regarding the standing and general reputation of the applicant. The signer also states that all information given is an accurate representation of the office location and resources from where the commodities and contractual services are to be rendered. The Bidder is not responsible for acknowledging the final HCPS-uploaded addenda (addenda provided after the Question Due Date) if the final addenda does not create a fundamental change to the Bid. Receipt of the following Addenda are hereby acknowledged. (List all Addenda as follows): Addendum No.: 1 Dated: Addendum No.: 2 Dated: Addendum No.: 3 Dated: Addendum No.: 4 Dated: Addendum No.: 5 Dated: Addendum No.: 6 Dated: Addendum No.: 7 Dated: Addendum No.: 9 Dated: X Signature Title Print Name Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 35 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts THE BIDDER MUST READ AND RESPOND TO THIS SECTION IN ITS ENTIRETY AND MAY SUPPLEMENT THIS SECTION WITH ADDITIONAL PAGES AS TO PROVIDE HCPS WITH A MORE DETAILED BREAKDOWN, BACKUP AND/OR OPTIONS OF RELATED COSTS ASSOCIATED WITH THE SOLICITED COMMODITIES AND CONTRACTUAL SERVICES. 4.13 ESTIMATED BUDGET Estimated yearly spend for the commodities and contractual herein are $3,000,000, subject to the availability of funds. HCPS’ performance and obligation to pay under this contract is contingent upon an annual appropriation by The School Board of Hillsborough County, Florida. The costs of commodities and contractual services paid under any other contract or from any other source are not eligible for reimbursement under this Contract. 4.14 CONTRACT TERM/RENEWALS The Contract period will be for a one (1) year period with an option to renew for four (4) additional one (1) year periods as appropriations allow in the budget. Renewals shall be based on vendor performance and mutual agreement between HCPS and the Contractor to provide the identical services required under this Contract as outlined in the Scope of Work/Services and maintain the same terms, conditions, and cost structure as delineated herein. All renewals shall be in writing at least ninety (90) days prior to the termination of the current Contract period. 4.14.1 Temporary Renewal. If HCPS has a need to extend this Contract beyond the stated renewal periods, HCPS and the Contractor may agree to renew the Contract for a period not to exceed 180 days. 4.14.2 Temporary Unilateral Renewal. If the Contractor requests to not renew this Contract at the end of an effective term, it is understood and agreed that HCPS may unilaterally renew this Contract, for a period not to exceed ninety (90) days, under the same prices, terms, conditions, and specifications to allow for resoliciting this Contract. 4.15 MINIMUM QUALIFICATIONS The Bidder must provide and/or be compliant with all the below documentation. HCPS will not evaluate Bids that fail to provide the documentation below and shall deem the Bidder as non-responsible. Additionally, HCPS reserves the right to request documentation at any time during the agreement period. THE BIDDER MUST PROVIDE DOCUMENTATION TO PROVIDE PROOF OF THE REQUIREMENTS BELOW. 4.15.1 Experience. The Bidder shall have been in the provision of the required commodities and contractual services herein for a minimum of three (3) year(s) and shall provide proof along with the bid (including but not limited to articles of incorporation, business tax receipts…). Failure to provide said proof may be grounds for rejection of bid. Bidders must prove validity of the stated documents to be in effect at the time of Bid opening. HCPS will not award on assumptions that a granting of a license will occur at a future date. The Bidder must provide written evidence that it maintains a permanent place of business and have adequate equipment, finances, and personnel to furnish the goods and services offered satisfactorily and expeditiously. 4.15.2 Business References (Three). The Bidder must submit the requested reference information with the Bid. HCPS may contact these references during the evaluation process and may utilize other references’ information to predict the Bidder's capabilities. Negative references, in HCPS’ sole discretion, may be cause for the Bidder’s disqualification.  Included references should be customers from the previous three (3) years; and  Provide at least three (3) filled-in reference forms; and  HCPS-Preferred references shall be in the following order: o School districts o Hillsborough County, Florida based references o State of Florida based references o Large municipalities or local governments o Private sector Hillsborough County Public Schools Page 36 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts REFERENCE # 1. Vendor Name Telephone # Contact Name E-mail Address Scope of Work Provided Contract/Project Dollar Value REFERENCE # 2. Vendor Name Telephone # Contact Name E-mail Address Scope of Work Provided Contract/Project Dollar Value REFERENCE # 3. Vendor Name Telephone # Contact Name E-mail Address Scope of Work Provided Contract/Project Dollar Value Hillsborough County Public Schools Page 37 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 4.15.3 Licenses/Permits/Business Tax. The Bidder must provide proof that it is in possession of and is current with all applicable business/occupational licenses, business taxes, and able to obtain all applicable permits, whether municipal, county, state, or federally, required for the provision of the Contractor’s obligations and functions hereunder upon the Bid’s due date. Failure to adhere to this paragraph or provide any necessary licenses or qualifications to lawfully provide the required goods and services shall be cause for rejection of the Bid, agreement default, or, if not specifically stated in this solicitation, shall be cause for immediate termination and further sanctions. 4.15.4 Proof of Insurance. The Bidder must provide with the bid a copy of any policy evidencing the insurance coverages and limits required by the ITB. However, it does not constitute approval or agreement by HCPS that the insurance requirements have been satisfied or that the insurance policies shown on the Certificates of Insurance follow the requirements of the solicitation. 4.16 THE JESSICA LUNSFORD ACT (JLA) BADGES (APPLICABLE UPON AWARD) ☐ If box is checked. To comply with ss. 1012.465 and 1012.467, Florida Statutes, the “Jessica Lunsford Act”, a Contractor meeting any of the three (3) criteria, below, upon award, must be Level II fingerprinted and Florida Department of Law Enforcement (FDLE)/Federal Bureau of Investigations (FBI) screened by the HCPS Professional Standards Department. Those Contractor’s employees must have the statewide JLA badge and the HCPS yellow badge to access HCPS sites. Site personnel will deny access to all Contractors violating this requirement. More information is available at www.sdhc.k12.fl.us/doc/164/procurement-jla.  be at school when students are present, or  have direct contact with students, or  have access to or control of school funds. The only applicable exception is the "six-foot fence" rule where the Contractor shall perform work, and always remain, in an area separated from students by a chain link fence that is at least six (6) feet high. 4.17 INSURANCE REQUIREMENTS (APPLICABLE UPON AWARD) At its sole expense, the Contractor shall maintain the following insurance during the term of this Bid and such insurance will apply to the Contractor, its employees, agents, and subcontractors. 4.17.1 Workers’ Compensation and Employers’ Liability. The Contractor must comply with all requirements of the State of Florida Division of Workers’ Compensation. The Workers’ Compensation insurance coverage (inclusive of any amount provided by an umbrella or excess policy) shall be as required by s. 440, F.S. Coverage shall be for all its employees connected with the services of the contract. Unless insured by the Provider, the Provider shall require its subcontractors similarly to provide Workers’ Compensation Insurance for all subcontractor employees. THE BIDDER, IF EXEMPT BY THE STATE OF FLORIDA, MUST PROVIDE PROOF OF EXEMPTION (UNLESS A SOLE PROPRIETOR OR PARTNERSHIP). Employers’ Liability/Accident. $100,000 Disease Policy Limit. $500,000 Disease Each Employee. $100,000 4.17.2 Commercial/General Liability Insurance (Occurrence Form Only). The Contractor must submit a certificate of insurance for contractors/subcontractors showing the coverages below. Hillsborough County Public Schools, 901 East Kennedy Boulevard, Tampa, FL 33602, its board members, officials, employees and volunteers are to be covered as an additional insured in respect to liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; or automobile owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to HCPS, its officials, employees, or volunteers. COMMERCIAL GENERAL LIABILITY - Occurrence Form Only Projects < $1 million Projects > $1 million General Aggregate. $1,000,000 $2,000,000 Each Occurrence. $500,000 $1,000,000 Products/Completed Operations Aggregate. $500,000 $1,000,000 Personal and Advertising Injury. $500,000 $1,000,000 Damage to Rented Premises [Fire Legal Liability]. $50,000 $50,000 Hillsborough County Public Schools Page 38 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts Medical Payments. $5,000 $5,000 General Aggregate. $1,000,000 $2,000,000 Each Occurrence. $500,000 $1,000,000 4.17.3 Business Automobile Liability Insurance. A Contractor who utilizes automobiles that stay on public roads and parking lots only need to have insurance as required by the State of Florida to operate on public roadways. Automobile operation anywhere else on HCPS property requires the below listed insurance. This coverage shall be an "Any Auto" form policy. Hillsborough County Public Schools, 901 East Kennedy Boulevard, Tampa, FL 33602, its board members, officials, employees and volunteers are to be covered as an additional insured in respect to liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; or automobile owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to HCPS, its officials, employees, or volunteers. Coverage must be afforded under a per occurrence from policy for limits not less than: Not Transporting Students/Employees Transporting Students/Employees Bodily Injury [per person/per accident]. $500,000 $1,000,000 Personal Injury Protection (No Fault). $10,000 $10,000 Property Damage. $500,000 $1,000,000 Hired – Non-Owned Liability. $500,000 $1,000,000 Medical Expense. $5,000 $5,000 Combined Single Limit [in lieu of above split limits]. $1,000,000 $5,000,000 4.17.4 Professional Liability and/or Errors and Omissions Liability Insurance. ☐ If box is checked. Claims Made, Professional (E&O) Liability must be afforded for: Bodily Injury. $ 1,000,000 Property Damage. $ 1,000,000 Policy Aggregate. $ 1,000,000 4.17.5 Pollution Liability Insurance. ☐ If box is checked. When this agreement includes the pick-up, transportation and/or disposal of hazardous wastes as governed under title 40 or 49 of the Code of Federal Regulations, the transporter's Automobile Insurance shall be endorsed to include the ICC Form MSC90 (Motor Carrier Act of 1980) and the ISO Form CA 9948 (Pollution Liability-Broadened Coverage for Covered Autos-Business Auto and Truckers Coverage Forms).Occurrence or Claims Made, Pollution Liability must be afforded for: Bodily Injury: $ 1,000,000 Property Damage: $ 1,000,000 4.17.6 No Waiver of Sovereign Immunity. Nothing herein contained shall be deemed or construed as a waiver of sovereign immunity as provided by § 768.28, Florida Statutes, by any agency or political subdivision to which sovereign immunity may be applicable. 4.18 SCOPE OF WORK/SERVICES HCPS is seeking Bids from experienced and qualified Bidders interested in providing the goods and services referenced herein. All specifications in this solicitation are designed to enable a Contractor to satisfy a requirement for a product, material, process, or service. A specification may be expressed as a standard, a part of a standard, or independent of a standard. No specification is intended to unnecessarily limit competition by eliminating items capable of satisfactorily meeting HCPS actual needs and preferences. The fact that a manufacturer or supplier chooses not to produce or supply equipment, supplies, or services to meet these specifications will not be considered sufficient cause to adjudge these specifications as restrictive. The Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment, and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good workmanlike manner the goods and services required by this Agreement. Hillsborough County Public Schools Page 39 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts In order to increase the efficiency of the HCPS Transportation Department, the awarded vendor(s) will be required to do the following:  Provide sufficient new and rebuilt parts for trucks, buses, and vehicles to meet the requirements of HCPS Transportation Department, on as needed basis, for our just in time (JIT) Inventory and,  Assist HCPS in determining industry nomenclature/descriptions, purchasing UOM’s, and manufacturer’s part numbers and,  Keep abreast of new merchandise of interest to HCPS, as well as, any items identified as discontinued. Supply HCPS with an equal substituted item for all discontinued items. All substitutions are to be approved by the Procurement Department first and substitutions will only be allowed for items that have been discontinued by vendors’ manufacturer and,  If needed, have a local facility were items are available for pickup. 4.18.1 At its discretion, HCPS may elect to purchase and maintain ownership of certain specialized items. 4.18.2 HCPS reserves the right to add any items(s) to this bid as a permanent item at a set price, should HCPS have the need to stock the items at the Transportation Department warehouses. 4.18.3 Changes in Scope of Work. HCPS may order changes in the products or services consisting of additions, deletions, or other revisions within the general scope of the solicitation. Unless accepted by a mutually signed written amendment, Contractor may make no changes related to the scope of the project, amount of compensation, or any other adjustments to the Contract. 4.18.4 Out Of Scope. If the Contractor believes that any goods and services is not within the scope of work/services of the agreement, is a material change, or will otherwise require more compensation to the Contractor, the Contractor must notify the General Manager of Procurement Services, in writing, of this belief. If the General Manager of Procurement Services agrees that the goods and services is within the Contract’s scope, as written, the Contractor shall continue providing the goods and services as changed and at the cost stated for the product or service within the scope. The Contractor must assert its right to an adjustment under this clause within thirty (30) days from the date of receipt of the written order. The General Manager of Procurement Services reserves the right to negotiate with the Contractor without completing the competitive bidding process for goods and services like those specified within the solicitation for which requirements were unknown upon release of the solicitation. 4.18.5 Tasks. The required tasks are listed herein, including necessary resources, deliverables, quality of performance and project requirements that the Contractor must comply with during the provision of commodities and contractual services.  Vendor must deliver product to four facilities. 4.18.6 Deliverables. Below, HCPS identifies project deliverables required for the services to be successfully completed, including any time-sensitive milestones or deliverables: SIGNATURE ACKNOWLEDGES THAT THE BIDDER HAS READ THE TERMS AND CONDITIONS HEREIN PRIOR TO SUBMITTING A BID AND IS READY, WILLING, AND ABLE TO FULFILL THE APPLICABLE OBLIGATIONS IN ACCORDANCE TO SAID TERMS AND CONDITIONS AND IS SUBMITTING WITHOUT COLLUSION WITH ANY OTHER INDIVIDUAL OR FIRM. Vendor’s Name Signature of Bidder’s Authorized Official Date Print Name and Title of Authorized Official Hillsborough County Public Schools Page 40 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 5 JUST-IN-TIME INVENTORY HCPS Transportation Department will work with the awarded vendor throughout the contract period to determine the parts, supplies, and equipment to carry in inventory. This determination will be based on usage, fleet size, and critical need of the part, ordering specifications, turnaround time, or any combination of these factors. The vendor shall have access to usage reports and will be able to offer suggestions based on usage, delivery time and/or availability. Prompt response requests for parts is crucial to establish and maintain a high level of maintenance shop productivity. Any decision to make changes that impact response times will be mutually agreeable with the HCPS Transportation Fleet Manager and the Vendor. 5.1.1 Quality: The vendor shall provide stock and non-stock original equipment parts, supplies and equipment, or aftermarket items in equal or higher quality. All hydraulic equipment, components, and parts must meet JIC and SAE specifications. 5.1.2 Periodic Inspection: HCPS reserves the right to inspect the quality of materials, supplies, and equipment proposed to be furnished and to reject any item(s) deemed not to meet original equipment standards and performance. All such items provided by the selected vendor for resale to HCPS will remain the property of the vendor until used by HCPS. 5.2 CUSTOMER SERVICE/DELIVERY Provide efficient and rapid customer response at all times. Rapid response shall include delivery to the end user(s) warehouses at all times, or other locations throughout the school district if the need should arise or in the case of an emergency. Delivery expectations: 5.2.1 Delivery hours are Monday through Friday 7:00 AM to 5:00 PM. Warehouse stock deliveries are to be made within two (2) days of receipt of purchase order. 5.2.2 Vendor is to notify HCPS within 24 hours of receipt of purchase order if unable to meet delivery requirements as noted above. 5.2.3 Vendor must be able to provide delivery of non-stocked items within five (5) days of receipt of purchase order. 5.2.4 Vendor must be able to provide emergency deliveries by start of business the day following request/receipt of purchase order to the designated location or warehouse. 5.2.5 HCPS reserves the right to purchase parts and/or services from other sources if the vendor cannot obtain the desired part(s) by start of the next business day to procure parts immediately (for emergencies), if the vendor cannot supply the part(s) in an acceptable period. 5.3 GENERAL PARTS INFORMATION Original equipment quality parts, supplies, and equipment or the equivalent or better are required. HCPS Transportation Department reserves the right to purchase parts and other supplies that are not provided by the vendor within the timeframes specified, or that do not meet original equipment quality, or that are deemed inferior or unacceptable by the fleet facility. 5.3.1 HCPS reserves the right to solicit repairs from any private vendor where said vendor may provide parts and/or labor for the repair of fleet equipment. 5.4 REBUILT/REFURBISHED OR RECYCLED PARTS HCPS requires that in every application, where reasonable and acceptable, the supplier provide retreaded, rebuilt, refurbished, recycled, or re-refined products that meet or exceed OEM, SAE, UL, Mil-spec, ANSI or other industry quality standards, HCPS Transportation Department reserves the right, over the course of the contract period to determine which products must be new, refurbished, recycled, or retreaded. 5.5 CORE EXCHANGE The vendor shall also accept industry standard cores for rebuilding where the parts are acceptable as core exchanges, including water pumps, carburetors, pumps, alternators, engine blocks, etc. 5.6 INVENTORY TRACKING All invoices, packing slips, or receipts shall contain specific tracking information, i.e. equipment number, reference Hillsborough County Public Schools Page 41 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts number, receiving employee name, parts quantities, part number and alpha description, price detail and any other data deemed necessary for effective accounting tracking. 5.7 WARRANTY RECORDS The vendor shall maintain warranty records of items sold to the HCPS and issue any credits, including labor and parts, due the HCPS covered under these warranties. Hillsborough County Public Schools Page 42 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts 6 BID RESPONSE FORM/PRICING SHEET 6.1 PRICING SHEET HCPS may provide the Response Form as a separate Microsoft Word or Excel file. The Bidder must submit the Response Form in the same format or as requested below. HCPS may deem the bid as “non-responsive” for failure to comply with this provision. All prices offered must include all labor, supervision, equipment, travel, charges, and any other incidentals to complete the solution, application, or service. Labor categories shall be cost per hour, either all-inclusive or cost per position (director, technical architect, project manager, etc.). ☐ Statement of Work or Quote. The Bidder must supply Statement of Work or Quote for services (including timeline and payment information). The Statement of Work (SOW) or quote for services, as applicable, shall describe the framework within which the Contractor is expected to operate — that is, the work to be performed and/or the results to be achieved. The SOW should contain the following elements:  Introduction & Background identifies the need for the work, cites the Contract’s goals, describes the location of the work, and identifies how the Contract work fits into the project/program’s mission and goals.  Objectives are well-defined statements of the results to be achieved for the overall mission of the work to be accomplished. They should be quantifiable criteria that must be met for the work to be considered successful.  Scope gives a brief description of what the work does and does not cover. It should be limited to what is necessary to convey the intent of the Contract. It may include an outline of the extent of the work, a brief overview of the steps of the project, a brief description of the methodology used, and a description of the location of the work.  Tasks are activities and milestones to accomplish the Contract objectives. The Bidder may structure the work using milestones, deliverables, or processes. The following may be part of this section.  Time Frame and Deliverables specifies timeframes applicable to the completion of tasks, milestones, and/or completion of the entire Contract and states what the Contractor is responsible for delivering during the work and at the end of the project, as applicable.  Associated Costs specifies costs associated with all required tasks, including rates (hourly/flat) and fees (e.g. for travel, materials & supplies, and miscellaneous expenses).  Signatures from Involved Parties should require signatures from HCPS and the Contractor, including titles/positions and date. ☐ The Bidder must provide a self-generated MS Excel spreadsheet with all applicable pricing and rates. ☒ The Bidder must provide an MS Excel spreadsheet (provided as a separate attachment or on VendorLink). ☐ The Bidder must provide prices for items in HCPS-provided later in this section. 6.1.1 Delivery. What is your company’s delivery time after receipt of order? _____________________________. 6.1.2 Minimum Order. A minimum order requirement may be cause for rejection of the Bid. Preference may go to those Bids with no minimum order requirement, even if the price is higher. HCPS assumes that it will purchase goods on either the smallest unit of measure or as stated in the solicitation. A Bidder’s minimum order requirement exceeding the said unit of measure is cause for rejection of the bid as non-responsive. However, HCPS authorizes additional discounts for quantity purchases (as an alternative). ☐ Yes ☐ No. Does Bidder require a minimum order” If yes, please explain. _________________________________. 6.1.3 On-Line Ordering Information. Please answer the following on-line ordering questions. ☐ Yes ☐ No. The Bidder can offer on-line ordering. If yes, what is the URL? _____________________________________ ☐ Yes ☐ No. The Bidder can customize Its website for the needs of HCPS at no additional charge. Hillsborough County Public Schools Page 43 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts If yes, how long would customization take? ______________________________________________________. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS ORGANIZATION, UPON ACCEPTANCE BY HCPS OR AWARD BY THE BOARD, SHALL COMPLY FULLY WITH THE REQUIREMENTS IN THIS SECTION. Vendor’s Name Print Name Title Signature Date [INTENTIONALLY BLANK] Hillsborough County Public Schools Page 44 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts EXHIBIT A: SAMPLE AGREEMENT HILLSBOROUGH COUNTY PUBLIC SCHOOLS CONTINUING SERVICES AGREEMENT This Hillsborough County Public Schools Continuing Services Agreement (“Agreement”) is hereby entered into by and between The School Board of Hillsborough County, Florida, a body corporate and public, (the "Board") as the governing body of Hillsborough County Public Schools (“HCPS”), and Contractor Name ("Contractor”) as of the date last signed below (“Effective Date”). HCPS and Contractor will collectively be known herein as “the Parties.” NOW THEREFORE, the Parties hereby agree as follows: 1. Award/Order of Precedence. This Agreement is being entered pursuant to HCPS’ Invitation to Bid ITB# ITB number and name (“ITB”) to which Contractor was a bidder. This Agreement is subject to compliance with all the terms and conditions of the ITB and specifications set forth therein, as well as, any amendment or revision thereto, as applicable. The terms of the ITB and the Contractor’s proposal in response to the ITB (“Contractor’s Bid”) are expressly incorporated into this Agreement. The terms of this Agreement, the ITB, and the Contractor’s Bid are intended to be read in conjunction with each other to every extent possible; however, in the event of a conflict, the documents will control in the following priority: 1) Agreement; 2) ITB; and 3) Contractor’s Bid. 2. Services. HCPS hereby engages Contractor to provide the commodities and contractual services (“Services”) as described in the ITB and Contractor’s Bid incorporated herein by reference. 3. Term. The initial term of this Agreement is Click or tap here to enter text. [#] year(s) beginning on Click or tap to enter a date.the “Effective Date.” Any renewals will be in accordance with the ITB. 4. Termination. HCPS may terminate this Agreement with thirty (30) days’ prior written notice to the other Party. HCPS shall be responsible only for payments still due to Contractor for services performed in accordance with this Agreement up to the time of termination. a. Termination for Breach. Contractor agrees to the use of liquidated damages in the event Contractor fails to perform in accordance with the provisions herein. On the occasion where Contractor is in default of contract, or any material provision thereof, or fails to remedy any deficiency in performance, HCPS may procure the necessary commodities and contractual services from an alternative source and hold Contractor financially responsible for any excess costs incurred. HCPS may deduct the difference between the proposed price of the commodity or contractual service and the actual price paid from any current or future obligations owed to Contractor. In addition, default will result in termination of this Agreement and a prohibition against future business with HCPS for a term of not less than two (2) years. b. Non-Appropriation of Funds (Funding Clause). HCPS’ payment obligations are conditioned upon the availability of funds that are appropriated or allocated for the payment of commodities and contractual services. If such funds are not allocated and available, HCPS may terminate this Agreement at the end of the period for which funds are available and shall notify the Consultant at the earliest possible time before such termination. No penalty shall accrue to HCPS and shall not be obligated or liable for any future payments due or for any damages due to termination under this section. 5. Indemnification. Contractor agrees to indemnify, hold harmless, and defend HCPS from and against all claims, suits, actions, damages, or causes of action arising out of the negligent acts of Contractor arising out of or regarding the provisions of this Agreement. 6. Amount. There is no minimum or maximum total contract amount guaranteed pursuant to this Agreement. HCPS will engage Contractor as needed on a project-by-project basis in accordance with the terms and conditions of the ITB. 7. Payment. All accounting and invoicing correspondence must reference an HCPS purchase order number. HCPS complies with the Florida Prompt Payment Act (ss. 218.70-218.80, Florida Statutes). Invoice payment is Net 45 days from the date of delivery or the receipt of a proper invoice, whichever occurs last, unless invoices specify early payment discounts. All payments due and not made within the time specified by this section bear interest from Hillsborough County Public Schools Page 45 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts thirty (30) days after the due date at the rate of one (1%) percent per month on the unpaid balance. The Consultant must ensure that each invoice contains the following:  Purchase order number. Contractor must not provide the commodities and contractual services without an HCPS- issued purchase order.  Contractor’s contact information (phone number, shipped quantities, item descriptions, and units of measure).  Addressed to Hillsborough County Public Schools, Attn. Accounts Payable Department, P.O. Box 3408, Tampa, FL 33601-3408.  Include all provided commodities and contractual services provided during the invoice period. c. Service invoices. Contractor must provide a duplicate invoice for all services, identified as a “duplicate” or “copy” to the ordering department or designated the hcps contact. d. Commodity Invoices. Payment is on a per order basis. 8. Jessica Lunsford Act. Per §§ 1012.465 and 1012.467, Florida Statutes, the “Jessica Lunsford Act” requires that Contractors who meet any of the three (3) criteria below must be Level II fingerprinted and Florida Department of Law Enforcement (FDLE)/Federal Bureau of Investigations (FBI) screened by the HCPS Professional Standards:  be at school when students are present, or  have direct contact with students, or  have access to or control of school funds The only applicable exception is the "six-foot fence" rule where the Consultant shall perform work, and always remain, in an area separated from students by a chain link fence that is at least six (6) feet high. The Consultant’s employees will be required to have the statewide JLA badge and the HCPS yellow badge to access school sites. HCPS site personnel will deny access to the Consultant’s personnel who violate this requirement. HCPS will not use the “in-line-of-sight” rule. All fingerprinting is through the HCPS Fingerprinting Department located at the Instructional Services Center, 2920 N. 40th Street, Tampa, FL 33605. If you have any specific questions regarding fingerprinting procedures or hours of operation, please call (813) 840-7178, or go to www.sdhc.k12.fl.us/Procurement/JessicaLunsfordAct.asp for additional information 9. Amendments. Any changes, amendments, or modifications to this Agreement must be in writing and signed by both parties to be effective. 10. Assignment. Contractor may not, without the advance written approval of HCPS, assign any right or delegate any duties hereunder nor may it transfer, pledge, surrender, or otherwise encumber or dispose of its interest in any portion of this Agreement. 11. Public Records Law. Contractor acknowledges that this Agreement and all documents submitted to HCPS related to this Agreement are a matter of public record and are subject to the State of Florida Public Records Law Ch. 119 F.S., Art. I s. 24, of the State Constitution, and any other comparable federal laws. Contractor further acknowledges that HCPS may post this Agreement on HCPS’ website. Contractor also understands the broad nature of these laws and agrees to comply with Florida’s public records laws and laws relating to records retention. If Contractor is acting on behalf of HCPS pursuant to § 119.0701, Florida Statutes Contractor shall:  keep and maintain public records that ordinarily and necessarily would be required by HCPS to perform the service, and  provide the public with access to public records on the same terms and conditions that HCPS would provide the records and at a cost that does not exceed the cost provided in chapter 119, Florida Statutes or as otherwise provided by law, and  ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law, and  meet all requirements for retaining public records and transfer, at no cost, to HCPS all public records in possession of the Consultant upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, and Hillsborough County Public Schools Page 46 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts  can provide all electronically stored records in a format that is compatible with HCPS’ information technology systems IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE HCPS OFFICE OF COMMUNICATIONS AT 901 E. KENNEDY BOULEVARD, TAMPA, FLORIDA 33602. PHONE: (813) 272-4060, EMAIL: PRR@SDHC.K12.FL.US. 12. Force Majeure. No default, delay, or failure to perform on the part of the either Party will be considered a default, delay, or failure to perform otherwise chargeable, hereunder, if such default, delay, or failure to perform is due to causes beyond either Party’s reasonable control including, but not limited to, strikes, lockouts, or inactions of governmental authorities; epidemics; pandemics; acts of terrorism; war; embargoes; fire; earthquake; acts of God; or default of common carrier. In the event of such default, delay, or failure to perform, any date or times by which either Party is otherwise scheduled to perform will be extended automatically for a period equal in duration to the time lost because of the excused default, delay, or failure to perform. 13. Notice. When either Party desires to give notice to the other, such notice must be in writing, sent by email, U.S. Mail, postage prepaid, addressed to the Party for whom it is intended at the place last specified; the place for giving notice shall remain such until it is changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice: If to HCPS: With a copy to: Corey A. Murphy, General Manager Procurement Services 901 East Kennedy Boulevard Tampa, Florida 33602 Phone: (813) 272-4374 Email: corey.murphy@hcps.net Department contact, title Department Address 1 Address 2 Phone: (813) 999-9999 Email: Email To Consultant: Contact name and title Address 1 Address 2 Phone: (999) 999-9999 Email: Email 14. No Third-Party Beneficiaries. This Agreement is made and entered into for the sole protection and benefit of HCPS and Contractor, and their respective successors, and no other person or entity shall have any right or action under this Agreement. 15. Statement of Assurance. Contractor shall comply with all applicable laws, ordinances, codes, and statutes of all local, state, or national governing bodies included within this section. Contractor shall comply with the regulations of Title VII of the Civil Rights Act of 1964, as amended, and the Florida Civil Rights Act of 1992, in which no person in the United States shall on the grounds of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status be excluded from participation in or be denied the proceeds of or be subject to discrimination in the performance of this Agreement. 16. Assignment. Contractor shall not assign, sublet, or otherwise dispose of, without prior written consent of HCPS, any portion of services or responsibilities under this Agreement. 17. Counterparts. This Agreement may be executed in two or more counterparts, each of which together shall be deemed an original, but all of which together shall constitute one and the same instrument. If any signature is delivered by facsimile transmission or by e-mail delivery of a “PDF” format data file, such signature shall create a valid and binding obligation of the Party executing (or on whose behalf such signature is executed) with the same force and effect as if such facsimile or PDF signature page were an original thereof. 18. Governing Law & Venue. This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any controversies or legal problems arising out of this Agreement and any action Hillsborough County Public Schools Page 47 of 47 Invitation to Bid: 20204-DST-KJ Truck, Bus, and Vehicle Parts involving the enforcement or interpretation of any rights hereunder shall be submitted exclusively to the authority of the State courts of the Thirteenth Judicial Circuit of Hillsborough County, Florida or to the authority of the United States District Court for the Middle District of Florida. Each Party agrees and admits that the state courts of the Thirteenth Judicial Circuit of Hillsborough County, Florida or the United States District Court for the Middle District of Florida shall have authority over it for any dispute arising under this Agreement. 19. Authority. Each person signing on behalf of the Parties to this Agreement represents and warrants that they have full authority to execute this Agreement on behalf of such party and that this Agreement will constitute a legal and binding obligation of such party. By their duly authorized signatures below, the Parties hereby enter into this Agreement: IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed by their duly authorized representatives on the day and date written below. Contractor’s legal name The School Board of Hillsborough County, Florida Signature Board Chair Print Name Print Name Date Date HillsboroughSchools.org • P.O. Box 3408 • Tampa, FL 33601‐3408 • (813) 272‐4000  Raymond O. Shelton School Administrative Center • 901 East Kennedy Blvd. • Tampa, FL 33602‐3507    HILLSBOROUGH COUNTY PUBLIC SCHOOLS   RENEWAL AGREEMENT   FIRST RENEWAL   TO  20204‐DST‐KJ   TRUCK, BUS AND VEHICLE PARTS  This Renewal Agreement (“Renewal”), is entered into between Hillsborough County Public Schools (“HCPS”) and Fleet  Acquisitions, Inc. (“Contractor”), each a “Party” and collectively the “Parties.” All capitalized terms used herein have the  meanings assigned to them in the Agreement unless otherwise defined herein.  WHEREAS, HCPS entered into the above‐referenced Agreement with Contractor for the provisions of Truck, Bus and  Vehicle Parts/Fleet Acquisitions, Inc. on March 10, 2021; and  WHEREAS, pursuant to above‐referenced Agreement, the Agreement may be amended by mutual agreement; and   WHEREAS, the Parties agree to renew the Agreement.   NOW, THEREFORE, in consideration of the mutual promises contained below, and other good and valuable  consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following:  1. Agreement Renewal. The Agreement is renewed for a period of one (1) year pursuant to the same terms and  conditions, or as amended herein, and agree on the compensation to be received by Contractor for delivery of the  commodities and contractual services to be performed beginning March 10, 2022 and ending on March 9, 2023.   2. Additional Terms.   a. Debarment. Contractor certifies, by submission and signature on this Renewal, that neither it nor its  principals are presently debarred, suspended, proposed for debarment, declared ineligible, or involuntarily  excluded from participation in this transaction per the provisions of § 287.133(2) (a), Florida Statutes, and  pursuant to Executive Order 12549, Debarment and Suspension.  b. Jessica Lunsford Act. Per §§ 1012.465 and 1012.467, Florida Statutes, the “Jessica Lunsford Act,” all  contractors meeting any of the three (3) criteria, i) be at school when students are present, or  ii) have direct  contact with students, or  iii) have access to or control of school funds, must be Level II fingerprinted and  Florida Department of Law Enforcement (FDLE)/Federal Bureau of Investigations (FBI) screened by the HCPS  Professional Standards Department. Those contractor’s employees must be in possession and display the  statewide JLA badge and the HCPS yellow badge to access HCPS sites. Site personnel will deny access to any  personnel violating this requirement.  c. E‐Verify. Per Section 448.095, Florida Statutes, all employers within the state shall use the U.S. Agency of  Homeland Security’s E‐Verify system, https://e‐verify.uscis.gov/emp, to verify the employment eligibility of  all employees hired during the term of this Amendment. Contractor shall also require all subcontractors  performing work under this Amendment to use the E‐Verify system for any employees they may hire during  the term of this Renewal. Contractor must provide evidence of compliance with Section 448.095, Florida  Statutes. Evidence may consist of, but not limited to, providing notice of Contractor’s E‐Verify number.  Failure to comply with this provision is a material breach of the Agreement and HCPS may choose to  terminate the Agreement at its sole discretion. Contractor may be liable for all costs associated with HCPS  securing the same services, inclusive, but not limited to, higher costs for the same services and rebidding  costs (if necessary).   3. Compliance. Contractor shall comply with all applicable laws, ordinances, codes, and statutes of all local, state, or  national governing bodies included within this section. Contractor shall comply with the regulations of Title VII of the  Civil Rights Act of 1964, as amended, and the Florida Civil Rights Act of 1992, in which no person in the United States  shall on the grounds of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status be  excluded from participation in or be denied the proceeds of or be subject to discrimination in the performance of  the Agreement.  DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 Hillsborough County Public Schools     Page 2 of 7 Truck, Bus and Vehicle Parts  4. Governing Law. This Renewal shall be governed by and interpreted in accordance with the laws of the State of  Florida. The parties agree that in the event that any suit or proceeding is brought in connection with this Renewal,  such suit or proceeding shall be brought in the state or federal courts located in Hillsborough County, Florida, and  the parties shall submit to the exclusive jurisdiction of such courts and waive any and all jurisdictional, venue, and  inconvenient forum objections to such courts. Each party shall be responsible for its own attorneys’ fees and costs  incurred because of any action or proceeding under the Agreement.  5. Counterparts. This Renewal may be executed in two or more counterparts, each of which together shall be deemed  an original, but all of which together shall constitute one, and the same, instrument. If any signature is delivered by  facsimile transmission or by e‐mail delivery of a PDF formatted data file, such signature shall create a valid and  binding obligation of the party executing (or on whose behalf such signature is executed) with the same force and  effect as if such facsimile or PDF signature page were an original thereof.  6. Conflict. By accepting and executing this Renewal, Contractor certifies that, upon approval by HCPS of the Renewal  award, Contractor shall operate in accordance with all applicable current program regulations except as expressly  amended by the terms of this Renewal. To the extent any of the terms of this Renewal conflict with the terms of the  Agreement, the terms of this Renewal shall control.   7. Warranty of Authority. Each person signing this Renewal warrants that they are duly authorized to do so and to  bind the respective party.   8. Effect. Unless otherwise modified by this Renewal, all terms and conditions contained in the Agreement shall  continue in full force and effect.    [INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.]     DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 Hillsborough County Public Schools     Page 3 of 7 Truck, Bus and Vehicle Parts  IN WITNESS WHEREOF, the parties have duly executed this Amendment as of the date first above written.    Fleet Acquisitions, Inc.  Hillsborough County Public Schools  Stace Williams, President Nigel Burrell, Fleet Manager Transportation Date Date Approved: Corey A. Murphy, General Manager Procurement Services Date   CC: End-User Department Representative Senior Procurement Officer DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 March 8, 2022 | 3:31 PM EST March 9, 2022 | 4:49 AM EST March 10, 2022 | 6:39 AM EST Hillsborough County Public Schools     Page 4 of 7 Truck, Bus and Vehicle Parts ATTACHMENT A RENEWAL TERMS AND CONDITIONS Solicitation #:       20204‐DST‐KJ     Vendor Name:     Fleet Acquisitions, Inc.      Description Part # (No Lawson #’s)UOMQTYCurrent Price Current SpendProposed Price Proposed TotalPenetrant, Inhibitor 88862628 EA 1  $           6.58  $6.58  $              7.05  $7.05 Wiper Blade 28" 3128 EA 1  $           2.20  $2.20  $              2.55  $2.55 Air Bag Assy, Bluebird  0058600 EA 1  $       135.46  $135.46  $           135.46 $135.46 Draglink, International 463.DS1214 EA 1  $         56.47  $56.47  $             61.40 $61.40 Draglink, International 463.DS5515 EA 1  $         71.42  $71.42  $             81.55 $81.55 Draglink, C2 14‐17288‐000 EA 1  $         84.43  $84.43  $             91.80 $91.80 Draglink, C2 463.DS4615 EA 1  $         84.43  $84.43  $             91.80 $91.80 Draglink, Freightliner 463.DS1276 EA 1  $         97.55  $97.55  $           106.06 $106.06 Tie Rod End, R/H, BB 4316279 EA 1  $         24.38  $24.38  $             26.50 $26.50 Tie Rod End, Left 462.ES411L EA 1  $         22.94  $22.94  $             24.94 $24.94 Tie Rod End, Right 462.ES411R EA 1  $         22.94  $22.94  $             24.94 $24.94 Tie Rod End, Left 462.ES423L EA 1  $         18.36  $18.36  $             19.96 $19.96 Tie Rod End, L/H,  C2, MBE900 MBA/6073380610 EA 1  $         32.49  $32.49  $             37.10 $37.10 Tie Rod End, R/H, C2, MBE900 MBA/6073382010 EA 1  $         32.49  $32.49  $             37.10 $37.10 Breaker, Circuit ATC 10A 0097836 EA 1  $           2.58  $2.58  $              2.73  $2.73 Drum, Brake, Front (3721AX) 61528B EA 1  $         85.02  $85.02  $           118.51 $118.51 Drum, Brake, Rear 3757 EA 1  $       112.43  $112.43  $           165.64 $165.64 Drum, Brake, Rear (3757)  66353B EA 1  $       112.43  $112.43  $           165.64 $165.64 Blank, Dash Filler  931046000 EA 1  $           1.00  $1.00  $              1.25  $1.25 DPF 466MAX 2ND GEN. C0078‐SA EA 1  $       811.11  $811.11  $           825.26 $825.26 EGR Cooler (VT365) 4C3Z9P456AJ EA 1  $       148.57  $148.57  $           208.73 $208.73 EGR Cooler (VT365) 1845145C99 EA 1  $       148.57  $148.57  $           208.73 $208.73 EGR Valve (466Max 1st Gen) 1878918C2 EA 1  $       339.80  $339.80  $           393.28 $393.28 Flex Tube, R/H, VT365 5C3Z6K854AA EA 1  $         80.82  $80.82  $             85.31 $85.31 Flex Tube, R/H, VT365 1845235C1 EA 1  $         80.82  $80.82  $             85.31 $85.31 CAP, FILLER, VT365 3C3Z‐6766‐CA EA 1  $         15.38  $15.38  $             16.25 $16.25 Headlight Assy L/S IHC 3765681C93 EA 1  $       114.74  $114.74  $           121.11 $121.11 Alarm, Backup 850X EA 1  $         60.52  $60.52  $             72.62 $72.62 Bulb, Warning, C2 886 EA 1  $           2.15  $2.15  $              2.42  $2.42 DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 Hillsborough County Public Schools     Page 5 of 7 Truck, Bus and Vehicle Parts Belt, A/C, 444E 5060775 EA 1  $         12.57  $12.57  $             14.79 $14.79 Belt, A/C, 444E K060775 EA 1  $         12.57  $12.57  $             14.79 $14.79 Belt, Air Compressor, 466Max 4061203 EA 1  $         26.58  $26.58  $             31.76 $31.76 Belt, Air Compressor, 466Max K061203 EA 1  $         26.58  $26.58  $             31.76 $31.76 Belt, A/C, ISB 6.7L, C2 K060458HD EA 1  $         13.25  $13.25  $             14.58 $14.58 Belt, A/C, MBE900 4060790 EA 1  $         15.63  $15.63  $             18.53 $18.53 Belt, A/C, MBE900 K060790 EA 1  $         15.63  $15.63  $             18.53 $18.53 Belt, A/C, VT365 K060509 EA 1  $           9.75  $9.75  $             11.25 $11.25 Belt, A/C, VT365 4060512 EA 1  $         11.43  $11.43  $             12.05 $12.05 Belt, A/C, VT365 K060512 EA 1  $         11.43  $11.43  $             12.05 $12.05 Belt, ISB 6.7L,Navistar K080830HD EA 1  $         27.62  $27.62  $             32.51 $32.51 Belt, Main, VT365 4080952 EA 1  $         34.72  $34.72  $             40.81 $40.81 Belt, Inner, 6.8L Propane K061099 EA 1  $         20.73  $20.73  $             23.61 $23.61 Belt, Inner, 6.8L Propane 25‐061099 EA 1  $         20.76  $20.76  $             23.61 $23.61 Belt, Outer, 6.8L Propane 25‐081025HD EA 1  $         23.26  $23.26  $             30.26 $30.26 Belt, Outer, 6.8L Propane K081025HD EA 1  $         23.26  $23.26  $             30.26 $30.26 Air Bag Assy AB1DF23‐9781 EA 1  $         52.63  $52.63  $             55.56 $55.56 Air Bag Assy, C2 16‐19768‐00 EA 1  $         52.63  $52.63  $             55.56 $55.56 Lamp Assy, Amber (LED) 55983 EA 1  $         37.67  $37.67  $             42.77 $42.77 Shoe, Kit, Brake, Front EL4702QSB EA 1  $         36.55  $36.55  $             49.99 $49.99 Shoe, Kit, Brake, Front BK4702QPEN EA 1  $         39.72  $39.72  $             54.21 $54.21 Shoe, Kit, Brake, Front BK4703QPEX EA 1  $         42.19  $42.19  $             56.25 $56.25 Shoe, Kit, Brake, Front BK4720QPEX EA 1  $         37.49  $37.49  $             50.47 $50.47 Shoe, Kit, Brake, Rear BK4707QPEX EA 1  $         34.82  $34.82  $             46.87 $46.87 Fan Clutch (VT365) BorgWarner 3588739C3 EA 1  $       223.68  $223.68  $           236.15 $236.15 Fan Clutch (466Max) BorgWarner 3609117C2 EA 1  $       256.19  $256.19  $           277.18 $277.18 Fan Clutch (466Max) BorgWarner 010021288 EA 1  $       256.19  $256.19  $           277.18 $277.18 FAN CLUTCH (IHC ISB6.7L) 010021526 EA 1  $       225.55  $225.55  $           238.08 $238.08 Grease, Multipurpose BDTL0034094 EA 1  $           4.37  $4.37  $              6.10  $6.10 Compressor, Air, 444E (Bendix) 107514X EA 1  $       270.25  $270.25  $           342.25 $342.25 Cartridge, Air Dryer (Bendix) 107794X EA 1  $         17.74  $17.74  $             25.99 $25.99 Air Brake Chamber Rear (MGM) ZAJ3232951X EA 1  $         57.03  $57.03  $             69.36 $69.36 Shock, Front, International 83456 EA 1  $         25.77  $25.77  $             29.95 $29.95 Shock, Rear, International 3601600C3 EA 1  $         46.29  $46.29  $             53.80 $53.80 Seal, Wheel Rear (SKF) 38776 EA 1  $         25.35  $25.35  $             26.76 $26.76 Engine Degreaser EB1 EA 1  $           2.79  $2.79  $              3.99  $3.99 Washer Fluid M5‐06 EA 1  $           1.00  $1.00  $              1.33  $1.33 Drum, Brake, Front, BB Vision 19/20 0043875 EA 1  $       136.03  $136.03  $           230.00 $230.00 DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 Hillsborough County Public Schools     Page 6 of 7 Truck, Bus and Vehicle Parts Shoe, Kit, Brake, Front (Meritor) XK2124702QP EA 1  $         38.52  $38.52  $             49.00 $49.00 Shoe, Kit, Brake, Front (Meritor) XK3124703QP EA 1  $         56.86  $56.86  $             72.33 $72.33 Shoe, Kit, Brake, Rear (Meritor) XK3124707QP EA 1  $         49.72  $49.72  $             61.66 $61.66 Shoe, Kit, Brake, Front (Meritor) XK23124720QP EA 1  $         65.02  $65.02  $             82.71 $82.71 Mirror 3365T EA 1  $         27.79  $27.79  $             29.33 $29.33 TURBO ACTUATOR (IHC & BB ISB6.7L) 5601240NX EA 1  $       841.89  $841.89  $        1,424.45 $1,424.45 Injector (C2 ISB6.7L) 5254261PX EA 1  $       399.32  $399.32  $           485.57 $485.57 Lamp, Marker Amber 12003Y EA 1  $           5.16  $5.16  $              6.59  $6.59 Lamp, Marker Assy Red 12003R EA 1  $           5.23  $5.23  $              6.69  $6.69 Light, Marker, Red 12001R EA 1  $           5.69  $5.69  $              7.37  $7.37 Flasher EL12 EA 1  $           4.36  $4.36  $              4.60  $4.60 Pump, Washer 61‐18 EA 1  $         12.32  $12.32  $             13.00 $13.00 Drum, Brake, Front 3800X EA 1  $         86.00  $86.00  $           124.99 $124.99 Drum, Brake, Front (3800X) 65548B EA 1  $         86.00  $86.00  $           124.99 $124.99 Drum, Brake, Rear (3600A) 77807BW EA 1  $         65.70  $65.70  $           131.25 $131.25 Bulb, Low Beam, C2 9006XS EA 1  $           3.01  $3.01  $              3.05  $3.05 FILTER, AIR (OLD# 46870) LAF9099 EA 1  $         25.84  $25.84  $             29.47 $29.47 FILTER, AIR BB#  49519 EA 1  $         24.45  $24.45  $             27.88 $27.88 FILTER, AIR SECONDARY P616400 EA 1  $           9.64  $9.64  $             11.01 $11.01 FILTER, AIR, SECONDARY LAF3234 EA 1  $           9.64  $9.64  $             11.01 $11.01 FILTER, FUEL (3126B) 33377 EA 1  $           5.02  $5.02  $              5.74  $5.74 FILTER, FUEL (OLD # 33377) LFF4783 EA 1  $           5.02  $5.02  $              5.74  $5.74 FILTER, OIL (444E) 51734 EA 1  $           6.29  $6.29  $              6.60  $6.60 FILTER, OIL (OLD # 1884508C2) LFP6035 EA 1  $         19.63  $19.63  $             22.80 $22.80 FILTER, OIL (OLD # 51734) LFP2286 EA 1  $           6.29  $6.29  $              6.60  $6.60 FILTER, P/S 57528 EA 1  $           8.05  $8.05  $              9.66  $9.66 FILTER, P/S (OLD # 57528) LH7528 EA 1  $           8.05  $8.05  $              9.66  $9.66 FILTER, TRANSMISSION 6.8L BC3Z‐7A098‐B EA 1  $         12.38  $12.38  $             10.12 $10.12 FILTER, TRANSMISSION, INTERNAL WL10057 EA 1  $           8.49  $8.49  $             10.19 $10.19 FILTER, W/S 33630 EA 1  $         13.61  $13.61  $             15.52 $15.52 FILTER, W/S 33231 EA 1  $         14.37  $14.37  $             16.38 $16.38 FILTER, W/S (OLD # 33630) LFF5849 EA 1  $         13.61  $13.61  $             15.52 $15.52 FILTER, W/SEP 33411 EA 1  $         11.70  $11.70  $             13.34 $13.34 FILTER, W/SEP, 2017 ‐ IHC/CUMMINS LFF1065 EA 1  $         16.46  $16.46  $             18.77 $18.77 FILTER, AIR 46870 EA 1  $         25.84  $25.84  $             29.47 $29.47 FILTER, AIR BB  LAF8430 EA 1  $         24.45  $24.45  $             27.88 $27.88 FILTER, AIR BB 2020 0087782 EA 1  $         24.45  $24.45  $             27.88 $27.88 FILTER, COMPRESSOR 6.8L V10 BX243009N EA 1  $           2.32  $2.32  $              2.65  $2.65 DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 Hillsborough County Public Schools     Page 7 of 7 Truck, Bus and Vehicle Parts FILTER, W/SEP (LFF5851) 33813 EA 1  $         14.36  $14.36  $             16.38 $16.38 STRAINER, FUEL 1825181C91 EA 1  $           7.35  $7.35  $              8.39  $8.39 Starter (VT365) Leece Leville M105603 EA 1  $       148.53  $148.53  $           156.78 $156.78 Starter (VT365) 8300063 EA 1  $       148.53  $148.53  $           156.78 $156.78 Starter (VT365) 8200972 EA 1  $       148.53  $148.53  $           156.78 $156.78 Starter (VT365) Leece Neville 3571513C92 EA 1  $       194.73  $194.73  $           205.56 $205.56 Starter (466Max) Leece Neville M105602 EA 1  $       157.98  $157.98  $           166.76 $166.76 Starter (ISB6.7L) 8200571 EA 1  $       170.53  $170.53  $           185.04 $185.04 EGR Valve (VT365) 5C4Z9F452AA EA 1  $         99.94  $99.94  $           178.06 $178.06 Alternator, 320AMP Pad‐Mount 4962PARS EA 1  $       356.84  $356.84  $           376.67 $376.67 Harness, Wire, Headlight, C2 HAL224396007 EA 1  $           8.33  $8.33  $             17.99 $17.99 FILTER, AIR STEPWELL MBE900 C2 BSM526431 EA 1  $           3.25  $3.25  $              3.75  $3.75 BREATHER, KIT 466MAXX 2ND GEN 2512559C91 EA 1 $ 772.22 $772.22 $ 1,105.56 $1,105.56 FILTER, AIR MS16D EA 1 $ 50.00 $50.00 $ 64.95 $64.95 Nozzle, Wiper TBB65001046 EA 1 $ 3.21 $3.21 $ 3.99 $3.99 DocuSign Envelope ID: 0BA384F8-D830-4337-9B44-DF93E59130E4 HillsboroughSchools.org • P.O. Box 3408 • Tampa, FL 33601‐3408 • (813) 272‐4000  Raymond O. Shelton School Administrative Center • 901 East Kennedy Blvd. • Tampa, FL 33602‐3507    HILLSBOROUGH COUNTY PUBLIC SCHOOLS   RENEWAL AGREEMENT   FIRST RENEWAL   TO  20204‐DST‐KJ   TRUCK, BUS, AND VEHICLE PARTS  This Renewal Agreement (“Renewal”), is entered into between Hillsborough County Public Schools (“HCPS”) and  Sunstate International Trucks (“Contractor”), each a “Party” and collectively the “Parties.” All capitalized terms used  herein have the meanings assigned to them in the Agreement unless otherwise defined herein.  WHEREAS, HCPS entered into the above‐referenced Agreement with Contractor for the provisions of Truck, Bus, and  Vehicle Parts/Sunstate International Trucks on March 10, 2021; and  WHEREAS, pursuant to above‐referenced Agreement, the Agreement may be amended by mutual agreement; and   WHEREAS, the Parties agree to renew the Agreement.   NOW, THEREFORE, in consideration of the mutual promises contained below, and other good and valuable  consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following:  1. Agreement Renewal. The Agreement is renewed for a period of one (1) year pursuant to the same terms and  conditions, or as amended herein, and agree on the compensation to be received by Contractor for delivery of the  commodities and contractual services to be performed beginning March 10, 2022 and ending on March 9, 2023.   2. Additional Terms.   a. Debarment. Contractor certifies, by submission and signature on this Renewal, that neither it nor its  principals are presently debarred, suspended, proposed for debarment, declared ineligible, or involuntarily  excluded from participation in this transaction per the provisions of § 287.133(2) (a), Florida Statutes, and  pursuant to Executive Order 12549, Debarment and Suspension.  b. Jessica Lunsford Act. Per §§ 1012.465 and 1012.467, Florida Statutes, the “Jessica Lunsford Act,” all  contractors meeting any of the three (3) criteria, i) be at school when students are present, or  ii) have direct  contact with students, or  iii) have access to or control of school funds, must be Level II fingerprinted and  Florida Department of Law Enforcement (FDLE)/Federal Bureau of Investigations (FBI) screened by the HCPS  Professional Standards Department. Those contractor’s employees must be in possession and display the  statewide JLA badge and the HCPS yellow badge to access HCPS sites. Site personnel will deny access to any  personnel violating this requirement.  c. E‐Verify. Per Section 448.095, Florida Statutes, all employers within the state shall use the U.S. Agency of  Homeland Security’s E‐Verify system, https://e‐verify.uscis.gov/emp, to verify the employment eligibility of  all employees hired during the term of this Amendment. Contractor shall also require all subcontractors  performing work under this Amendment to use the E‐Verify system for any employees they may hire during  the term of this Renewal. Contractor must provide evidence of compliance with Section 448.095, Florida  Statutes. Evidence may consist of, but not limited to, providing notice of Contractor’s E‐Verify number.  Failure to comply with this provision is a material breach of the Agreement and HCPS may choose to  terminate the Agreement at its sole discretion. Contractor may be liable for all costs associated with HCPS  securing the same services, inclusive, but not limited to, higher costs for the same services and rebidding  costs (if necessary).   3. Compliance. Contractor shall comply with all applicable laws, ordinances, codes, and statutes of all local, state, or  national governing bodies included within this section. Contractor shall comply with the regulations of Title VII of the  Civil Rights Act of 1964, as amended, and the Florida Civil Rights Act of 1992, in which no person in the United States  shall on the grounds of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status be  excluded from participation in or be denied the proceeds of or be subject to discrimination in the performance of  the Agreement.  DocuSign Envelope ID: 9E5170F7-E343-4462-A283-2556B5D1AE7A Hillsborough County Public Schools     Page 2 of 5 Truck, Bus, and Vehicle Parts  4. Governing Law. This Renewal shall be governed by and interpreted in accordance with the laws of the State of  Florida. The parties agree that in the event that any suit or proceeding is brought in connection with this Renewal,  such suit or proceeding shall be brought in the state or federal courts located in Hillsborough County, Florida, and  the parties shall submit to the exclusive jurisdiction of such courts and waive any and all jurisdictional, venue, and  inconvenient forum objections to such courts. Each party shall be responsible for its own attorneys’ fees and costs  incurred because of any action or proceeding under the Agreement.  5. Counterparts. This Renewal may be executed in two or more counterparts, each of which together shall be deemed  an original, but all of which together shall constitute one, and the same, instrument. If any signature is delivered by  facsimile transmission or by e‐mail delivery of a PDF formatted data file, such signature shall create a valid and  binding obligation of the party executing (or on whose behalf such signature is executed) with the same force and  effect as if such facsimile or PDF signature page were an original thereof.  6. Conflict. By accepting and executing this Renewal, Contractor certifies that, upon approval by HCPS of the Renewal  award, Contractor shall operate in accordance with all applicable current program regulations except as expressly  amended by the terms of this Renewal. To the extent any of the terms of this Renewal conflict with the terms of the  Agreement, the terms of this Renewal shall control.   7. Warranty of Authority. Each person signing this Renewal warrants that they are duly authorized to do so and to  bind the respective party.   8. Effect. Unless otherwise modified by this Renewal, all terms and conditions contained in the Agreement shall  continue in full force and effect.    [INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.]     DocuSign Envelope ID: 9E5170F7-E343-4462-A283-2556B5D1AE7A Hillsborough County Public Schools     Page 3 of 5 Truck, Bus, and Vehicle Parts  IN WITNESS WHEREOF, the parties have duly executed this Amendment as of the date first above written.    Sunstate International Trucks  Hillsborough County Public Schools  Matthew Belmore, Senior Director Parts Operations Nigel Burrell, Fleet Manager Transportation Date Date Approved: Corey A. Murphy, General Manager Procurement Services Date   CC: End-User Department Representative Senior Procurement Officer DocuSign Envelope ID: 9E5170F7-E343-4462-A283-2556B5D1AE7A March 7, 2022 | 9:35 AM EST March 7, 2022 | 9:57 AM EST March 10, 2022 | 6:40 AM EST Hillsborough County Public Schools     Page 4 of 5 Truck, Bus, and Vehicle Parts ATTACHMENT A RENEWAL TERMS AND CONDITIONS A: Current State B(a): Proposed Price/Rate ($) Description Part # (No Lawson #'S) UOM Historic QTY Current Price Current Spend Proposed Price Proposed Total FOAM W/COVER, DRIVER BACK, 5000 SERIES 2608198C91 EA 1  $                  162.50 $162.50  $                        173.24 $173.24 FOAM W/COVER, DRIVER BOTTOM, 5000 SERIES 2608197C91 EA 1  $                  143.26 $143.26  $                        159.34 $159.34 FOAM, 26" HIGH BACK LR438623005 EA 1  $                    18.65 $18.65  $                          19.34 $19.34 FOAM, DRIVER BOTTOM ASSY  2587099C91 EA 1  $                  268.92 $268.92  $                        294.72 $294.72 Fan Clutch (VT365) RV0410100-00 - 010020791 EA 1  $                  223.54 $223.54  $                        231.96 $231.96 Cover, A/C 796203602 EA 1  $                  140.37 $140.37  $                        217.52 $217.52 Filter, A/C 380057308 EA 1  $                       5.45 $5.45  $                             5.71 $5.71 Filter, A/C 380057301 EA 1  $                       5.21 $5.21  $                             5.46 $5.46 Pulley, A/C, Grooved 506205100 EA 1  $                    15.24 $15.24  $                          16.50 $16.50 Harness, Engine Sensor (VT365) 7082935C91 EA 1  $                  464.33 $464.33  $                        464.33 $464.33 Fluid, Hydraulic, Braun 32840KS EA 1  $                    36.61 $36.61  $                          47.88 $47.88 Indicator, Air Flow, Push-on 3532811C1 EA 1  $                    33.82 $33.82  $                          41.57 $41.57 Lamp, Dash, Gray 2506796C1 EA 1  $                       5.06 $5.06  $                             5.62 $5.62 Lamp, Dash, Green 2512164C1 EA 1  $                       3.46 $3.46  $                             3.84 $3.84 Bolt, Exhaust Manifold 1821640C1 EA 1  $                       8.18 $8.18  $                             8.78 $8.78 Extention, Exhaust 1617480C2 EA 1  $                    17.63 $17.63  $                          19.25 $19.25 Filter, A/C 380057301 EA 1  $                       5.21 $5.21  $                             5.46 $5.46 Filter, A/C 380057308 EA 1  $                       5.45 $5.45  $                             5.71 $5.71 BREATHER, KIT 466MAXX 1ST GEN 1876921C92 EA 1  $                  424.50 $424.50  $                        461.34 $461.34 BREATHER, KIT 466MAXX 2ND GEN 7093618C92 EA 1  $                  480.58 $480.58  $                        515.98 $515.98 CARTRIDGE, OIL, C2 A9061810086 EA 1  $                    16.04 $16.04  $                          17.08 $17.08 FILTER, AIR 46922 EA 1  $                    23.86 $23.86  $                          25.40 $25.40 FILTER, AIR SECONDARY 2602211C1 EA 1  $                    30.85 $30.85  $                          37.69 $37.69 FILTER, OIL (VT365) FL-2016 EA 1  $                       8.49 $8.49  $                             9.04 $9.04 FILTER, OIL,6.8L,PROPANE FL-820S EA 1  $                       2.19 $2.19  $                             2.40 $2.40 FILTER, OIL,6.8L,PROPANE (OLD # FL-820S) PH820 EA 1  $                       2.19 $2.19  $                             2.40 $2.40 FILTER, TRANSMISSION 29539579 EA 1  $                       7.56 $7.56  $                             8.04 $8.04 FILTER, TRANSMISSION 6011358C1 EA 1  $                       7.30 $7.30  $                             7.77 $7.77 DocuSign Envelope ID: 9E5170F7-E343-4462-A283-2556B5D1AE7A Hillsborough County Public Schools     Page 5 of 5 Truck, Bus, and Vehicle Parts FILTER, TRANSMISSION (OLD # 29539579) LFH8737 EA 1  $                       7.56 $7.56  $                             8.04 $8.04 FILTER, W/ SEP S3226T EA 1  $                    14.06 $14.06  $                          14.97 $14.97 FILTER, W/SEP, CUMMINS, BB, VISION LFF8957 EA 1  $                    13.06 $13.06  $                          13.90 $13.90 FILTER, W/SEP,CUMMINS,BB 1966993 EA 1  $                    12.36 $12.36  $                          13.16 $13.16 INDICATOR, AIR FLOW 3719538C1 EA 1  $                    46.14 $46.14  $                          50.14 $50.14 INDICATOR, AIR FLOW, SCREW ON 539245C1 EA 1  $                    25.06 $25.06  $                          30.99 $30.99 Bulb, High Beam, C2 9005XS EA 1  $                       2.52 $2.52  $                             2.80 $2.80 Lamp, Marker Amber 12002Y EA 1  $                       2.28 $2.28  $                             4.21 $4.21 Lamp, Marker Red 12002R EA 1  $                       2.08 $2.08  $                             4.24 $4.24 Strobe Light Navistart 4026015C1 EA 1  $                  237.56 $237.56  $                        250.98 $250.98 Blade, Crossarm IHC 68196 EA 1  $                    34.72 $34.72  $                          42.79 $42.79 Blade, Crossing ISB6.7 Nvstr 68197 EA 1  $                    32.75 $32.75  $                          40.99 $40.99 Stoparm, Assy, Rear SMCSA12981SP EA 1  $                  242.81 $242.81  $                        300.79 $300.79 Stoparm, Assy, Rear, C2 SMA2981C EA 1  $                  242.81 $242.81  $                        300.79 $300.79 Lubricant 16PB EA 1  $                       3.64 $3.64  $                             3.99 $3.99 Lubricant WD40 EA 1  $                       3.64 $3.64  $                             3.99 $3.99 GRAND TOTALS         $3,489.44   $3,900.12     DocuSign Envelope ID: 9E5170F7-E343-4462-A283-2556B5D1AE7A HillsboroughSchools.org • P.O. Box 3408 • Tampa, FL 33601‐3408 • (813) 272‐4000  Raymond O. Shelton School Administrative Center • 901 East Kennedy Blvd. • Tampa, FL 33602‐3507    HILLSBOROUGH COUNTY PUBLIC SCHOOLS   RENEWAL AGREEMENT   FIRST RENEWAL   TO  20204‐DST‐KJ   TRUCK, BUS AND VEHICLE PARTS  This Renewal Agreement (“Renewal”), is entered into between Hillsborough County Public Schools (“HCPS”) and Tampa  Spring Company (“Contractor”), each a “Party” and collectively the “Parties.” All capitalized terms used herein have the  meanings assigned to them in the Agreement unless otherwise defined herein.  WHEREAS, HCPS entered into the above‐referenced Agreement with Contractor for the provisions of Truck, Bus and  Vehicle Parts/Tampa Spring Company on March 10, 2021; and  WHEREAS, pursuant to above‐referenced Agreement, the Agreement may be amended by mutual agreement; and   WHEREAS, the Parties agree to renew the Agreement.   NOW, THEREFORE, in consideration of the mutual promises contained below, and other good and valuable  consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following:  1. Agreement Renewal. The Agreement is renewed for a period of one (1) year pursuant to the same terms and  conditions, or as amended herein, and agree on the compensation to be received by Contractor for delivery of the  commodities and contractual services to be performed beginning March 10, 2022 and ending on March 9, 2023.   2. Additional Terms.   a. Debarment. Contractor certifies, by submission and signature on this Renewal, that neither it nor its  principals are presently debarred, suspended, proposed for debarment, declared ineligible, or involuntarily  excluded from participation in this transaction per the provisions of § 287.133(2) (a), Florida Statutes, and  pursuant to Executive Order 12549, Debarment and Suspension.  b. Jessica Lunsford Act. Per §§ 1012.465 and 1012.467, Florida Statutes, the “Jessica Lunsford Act,” all  contractors meeting any of the three (3) criteria, i) be at school when students are present, or  ii) have direct  contact with students, or  iii) have access to or control of school funds, must be Level II fingerprinted and  Florida Department of Law Enforcement (FDLE)/Federal Bureau of Investigations (FBI) screened by the HCPS  Professional Standards Department. Those contractor’s employees must be in possession and display the  statewide JLA badge and the HCPS yellow badge to access HCPS sites. Site personnel will deny access to any  personnel violating this requirement.  c. E‐Verify. Per Section 448.095, Florida Statutes, all employers within the state shall use the U.S. Agency of  Homeland Security’s E‐Verify system, https://e‐verify.uscis.gov/emp, to verify the employment eligibility of  all employees hired during the term of this Amendment. Contractor shall also require all subcontractors  performing work under this Amendment to use the E‐Verify system for any employees they may hire during  the term of this Renewal. Contractor must provide evidence of compliance with Section 448.095, Florida  Statutes. Evidence may consist of, but not limited to, providing notice of Contractor’s E‐Verify number.  Failure to comply with this provision is a material breach of the Agreement and HCPS may choose to  terminate the Agreement at its sole discretion. Contractor may be liable for all costs associated with HCPS  securing the same services, inclusive, but not limited to, higher costs for the same services and rebidding  costs (if necessary).   3. Compliance. Contractor shall comply with all applicable laws, ordinances, codes, and statutes of all local, state, or  national governing bodies included within this section. Contractor shall comply with the regulations of Title VII of the  Civil Rights Act of 1964, as amended, and the Florida Civil Rights Act of 1992, in which no person in the United States  shall on the grounds of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status be  excluded from participation in or be denied the proceeds of or be subject to discrimination in the performance of  the Agreement.  DocuSign Envelope ID: 3246AC58-D604-4AD9-90F5-38A39875298C Hillsborough County Public Schools     Page 2 of 3 Truck, Bus and Vehicle Parts  4. Governing Law. This Renewal shall be governed by and interpreted in accordance with the laws of the State of  Florida. The parties agree that in the event that any suit or proceeding is brought in connection with this Renewal,  such suit or proceeding shall be brought in the state or federal courts located in Hillsborough County, Florida, and  the parties shall submit to the exclusive jurisdiction of such courts and waive any and all jurisdictional, venue, and  inconvenient forum objections to such courts. Each party shall be responsible for its own attorneys’ fees and costs  incurred because of any action or proceeding under the Agreement.  5. Counterparts. This Renewal may be executed in two or more counterparts, each of which together shall be deemed  an original, but all of which together shall constitute one, and the same, instrument. If any signature is delivered by  facsimile transmission or by e‐mail delivery of a PDF formatted data file, such signature shall create a valid and  binding obligation of the party executing (or on whose behalf such signature is executed) with the same force and  effect as if such facsimile or PDF signature page were an original thereof.  6. Conflict. By accepting and executing this Renewal, Contractor certifies that, upon approval by HCPS of the Renewal  award, Contractor shall operate in accordance with all applicable current program regulations except as expressly  amended by the terms of this Renewal. To the extent any of the terms of this Renewal conflict with the terms of the  Agreement, the terms of this Renewal shall control.   7. Warranty of Authority. Each person signing this Renewal warrants that they are duly authorized to do so and to  bind the respective party.   8. Effect. Unless otherwise modified by this Renewal, all terms and conditions contained in the Agreement shall  continue in full force and effect.    [INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.]     DocuSign Envelope ID: 3246AC58-D604-4AD9-90F5-38A39875298C Hillsborough County Public Schools     Page 3 of 3 Truck, Bus and Vehicle Parts  IN WITNESS WHEREOF, the parties have duly executed this Amendment as of the date first above written.    Tampa Spring Company  Hillsborough County Public Schools  John Messina, President Nigel Burrell, Fleet Manager Transportation Date Date Approved: Corey A. Murphy, General Manager Procurement Services Date   CC: End-User Department Representative Senior Procurement Officer DocuSign Envelope ID: 3246AC58-D604-4AD9-90F5-38A39875298C March 9, 2022 | 9:29 AM EST March 9, 2022 | 10:30 AM EST March 10, 2022 | 6:37 AM EST PO'S / Direct Pay PREVIOUS YEAR 22'Piggyback / Micro Purchase / Single Source Altec Industries Inc 5,000.00$ 5,000.00$ City Of Miami FB-00399 02/28/23 Dobbs Equipment, LLC 10,000.00$ 10,000.00$ City Of Miami FB-00399 02/28/23 Environmental Products Group INC 10,000.00$ 40,000.00$ City Of Miami FB-00399 02/28/23 TP Investment Group dba Kenworth South FL 45,000.00$ 60,000.00$ City Of Miami FB-00399 02/28/23 Genuine Parts CO - NAPA 10,000.00$ 10,000.00$ City Of Miami FB-00399 02/28/23 Glades Parts Company Inc 17,000.00$ 25,000.00$ City Of Miami FB-00399 02/28/23 McNeilus Financial LLC 30,000.00$ 35,000.00$ City Of Miami FB-00399 02/28/23 Pats Pump and Blower 15,000.00$ 15,000.00$ City Of Miami FB-00399 02/28/23 Ring Power Corporation 25,000.00$ 20,000.00$ City Of Miami FB-00399 02/28/23 SSES INC 53,000.00$ 75,000.00$ City Of Miami FB-00399 02/28/23 Stewart & Stevenson FDDA LLC 9,000.00$ 10,000.00$ City Of Miami FB-00399 02/28/23 TPH Acquisition LLLP 125,000.00$ 120,000.00$ City Of Miami FB-00399 02/28/23 Total 354,000.00$ 425,000.00$ No Renewal Options Available Past 02/28/2023 Fleet Acquisitions LLC dba Fleet Products 135,000.00$ 150,000.00$ Hillsborough County Public Schools 20204-DST-KJ (03/09/2023) Sun State International Trucks LLC 35,000.00$ 50,000.00$ Hillsborough County Public Schools 20204-DST-KJ (03/09/2023) Tampa Spring Company 15,000.00$ 45,000.00$ Hillsborough County Public Schools 20204-DST-KJ (03/09/2023) Total 185,000.00$ 245,000.00$ Three (3), One (1) Renewal Options available Dayton Andrews 5,000.00$ 5,000.00$ Micro Purchase DHS 2,500.00$ 10,000.00$ Micro Purchase Keystone 5,000.00$ 5,000.00$ Micro Purchase Kussmaul 10,000.00$ 5,000.00$ Micro Purchase Quality Mowers 5,000.00$ 5,000.00$ Micro Purchase Walker Ford 5,000.00$ 5,000.00$ Micro Purchase Zone Defense 5,000.00$ 5,000.00$ Micro Purchase Advance Auto Parts 5,000.00$ Micro Purchase Altech-eco 5,000.00$ Micro Purchase Autoway Parts Center 5,000.00$ Micro Purchase Barney's Automotive 5,000.00$ Micro Purchase Distributor Operations 5,000.00$ Micro Purchase Maher Chevrolet 5,000.00$ Micro Purchase OneSource Parts 5,000.00$ Micro Purchase 5,000.00$ Micro Purchase Total 37,500.00$ 80,000.00$ Atmax 10,000.00$ 20,000.00$ Single Source Broyhill 15,000.00$ 30,000.00$ Single Source Cummins 70,000.00$ 70,000.00$ Single Source Everglades Equipment Group 35,000.00$ 50,000.00$ Single Source Rush Truck 151,000.00$ 150,000.00$ Single Source Southport Truck 20,000.00$ 50,000.00$ Single Source Ten-8 75,000.00$ 80,000.00$ Single Source Wesco 83,000.00$ 70,000.00$ Single Source Total 459,000.00$ 520,000.00$ 1,270,000.00$ 430,000.00$ Small dollar purchases (with competive quotes not exceeding $50K in FY per vendor) $ 1,700,000.00 Total Requested for 22-23 Fiscal Year 0566-06611-550600-519 Vendor FY 23 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-0879 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.15 SUBJECT/RECOMMENDATION: Approve a one-year lease agreement with four, one-year renewal terms for certain alarm equipment and associated maintenance and monitoring services with Maire Company, Inc. (Maire), authorize the associated purchase order to Maire for the services provided under the lease agreement as well as certain additional work outside of the lease in the amount of $121,000.00, for the term October 1, 2022 through September 30, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 1987, Maire has provided the city devices, instruments, appliances, cabinets, and wires/conduit throughout the city facilities with the addition of the maintenance and monitoring alarm services in accordance with Florida Fire Prevention Code 907, and NFPA 72 requirements. The City and Maire are interested in entering into a new lease agreement so that Maire may continue to provide these services to the City. The new agreement calls for a one-year contract with four, one-year renewal terms that must be agreed to by both parties before the agreement is extended. Work covered as part of the lease agreement totals $90,840.00 of the $121,000. Work done by Maire outside of the lease agreement is also being requested and this additional work includes the patron counts at all libraries within the city, fire drills for childcare facilities required by Pinellas County Licensing Board, Fire Alarm resets, and inspections of all city-owned fire alarm systems among other items. This is estimated at $30,160. Seeking the services Maire provides from another potential vendor would be impractical to bid as it would require the removal of all the equipment currently provided by Maire in numerous city facilities. The cost of contracting with a new fire alarm contractor to purchase and install new systems city wide would create significant budgetary increases as well. Furthermore, there would be separate additional costs ongoing for monthly fire alarm monitoring fees. APPROPRIATION CODES AND AMOUNTS: Funds are available as part of the FY 2022- FY2023 Operating Budget of the General Service Funds. The expenditure allocation is as follows: · 56556531-530300 Contractual Services Page 1 City of Clearwater Printed on 10/5/2022 Annual Lease Agreement – Covers installation, maintenance (including batteries), inspections and 24/7 monitoring for all Maire Company owned security and fire alarm systems as well as 24/7 monitoring of city owned systems. Variances in this billing cycle: Year Over Year Financials 2021 / 2022: $84,900.00 2022 / 2023: $90,840.00 $ 5,940.00 Annual Increase or $495.00 per month or 7%. This increase represents new systems added to the Lease Agreement since last year as well as the increase in full data cell costs, fuel charges and shortage demand mark-ups. 1 Car New Systems/Additions: Fire Station #46 Modular Jack Russell Stadium Offices – Added Elevator Monitoring – MSB - Added Elevator Monitoring – 2 Cars Sid Lickton Field - Added Elevator Monitoring – 1 Car Systems Removed: Gas Office – New Port Richey – 12/2/2021 Fire Station #46 – 4/20/2022 580 Police Sub Pistol Range Trailer – 6/2/2022 Upcoming Adds Not Included in Financials: Fire Station #46 Fire Station #47 $25,000 - $30,00.00 - Work Outside the Lease Agreement – These are additional expenses outside of the Lease Agreement that vary month to month dependent on the system or issue. Old City Hall – Month to Month Fire and Security alarms until demolition as part of Imagine Clearwater Pinellas County Licensing Board Fire Drills – Monthly drill required for childcare at Ross Norton & Greenwood Rec Centers Patron Count Report – Monthly report of library utilization for each library branch Engineered Drawings – CFD required engineered drawings for each new city build that includes a fire system. Fire alarm system re-sets (within 4 hours per fire code) for systems that are triggered and result in fire dispatch. Knox Box purchases and installations as required by CFD. Battery replacement on city owned alarm systems. Annual fire inspections on city owned fire alarm systems. Device replacements on city owned alarm systems. Duct detector purchases for new city builds. Account Number Building / Property Monthly Cost Annual Cost Security Fire Other Devices/ Services 15000132 City of Clearwater 580 Office $45.00 $540.00 X X 15005003 City of Clearwater Armory/Special Events $130.00 $1,560.00 X X Digital Back-up 15007009 City of Clearwater Beach Recreation Center & Library $110.00 $1,320.00 X Patron Counter Cell Back-up 15005056 City of Clearwater City Hall Downtown $60.00 $720.00 X X 2 - Panic Buttons Digital Back-up 15005042 City of Clearwater Coachman Marina $45.00 $540.00 X 1 - Panic Button Digital Back-up 15005541 City of Clearwater Countryside Library $295.00 $3,540.00 X X Patron Counter 1-Panic Button Full Data Cell 15000465 City of Clearwater Countryside Recreation Center $45.00 $540.00 X 15005085 City of Clearwater Countryside Sports Complex $130.00 $1,560.00 X X Digital Back-up 15005018 City of Clearwater Eddie C. Moore Field $110.00 $1,320.00 X X Elevator Recall 15005082 City of Clearwater FDOT Building $75.00 $900.00 X Digital Back-up 15000486 City of Clearwater Fire Station #44 $155.00 $1,860.00 X 5 - CO2 Detectors Elevator Monitor Elevator Recall 15000406 City of Clearwater Fire Station #45 $325.00 $3,900.00 X Elevator Recall 5 - CO2 Detectors 15007423 City of Clearwater Fire Station #46 Modular $225.00 $2,700.00 15000475 City of Clearwater Fire Station #48 $45.00 $540.00 X 6 - CO2 Detectors 15000418 City of Clearwater Fire Station #48 Training Center & EOC $95.00 $1,140.00 X 15007449 City of Clearwater Fire Station #49 $45.00 $540.00 X StarLink Cell 15000434 City of Clearwater Fire Station #50 $175.00 $2,100.00 X CO2 Detectors 15005567 $80.00 $960.00 15007451 City of Clearwater Fire Station #51 $45.00 $540.00 X StarLink Cell 15000631 City of Clearwater Garden Avenue Parking Garage $45.00 $540.00 X 15000401 City of Clearwater Garden Avenue Parking Garage $50.00 $600.00 X 15005547 City of Clearwater Gas Complex Buiding A $395.00 $4,740.00 X X Full Data Cell 15005546 City of Clearwater Gas Complex Buiding C $80.00 $960.00 X X Full Data Cell 15005510 City of Clearwater General Services $50.00 $600.00 X Full Data Cell 1500551089 City of Clearwater General Services A/C Shop $25.00 $300.00 X Full Data Cell City of Clearwater - Active Alarms Maire Company Security October 1, 2022 - September 30, 2023 1500551087 City of Clearwater General Services Electrical Shop N $25.00 $300.00 X Full Data Cell 1500551083 City of Clearwater General Services Fire $50.00 $600.00 X Covers all of GS Except Wood Shop 1500551081 City of Clearwater General Services Main Area $90.00 $1,080.00 X Digital Back-up Temperature Alarm in Server Room Full Data Cell 1500551088 City of Clearwater General Services North Storage $25.00 $300.00 X Full Data Cell 1500551086 City of Clearwater General Services Police/SWAT Area N $25.00 $300.00 X Full Data Cell 1500551082 City of Clearwater General Services Radio Shop $25.00 $300.00 X Full Data Cell 1500551084 City of Clearwater General Services Woodshop West $25.00 $300.00 X Full Data Cell 15005543 City of Clearwater Health Center $75.00 $900.00 1 - Panic Button 15000136 City of Clearwater Infrastructure-A Supervisor Building $40.00 $480.00 X 15005057 City of Clearwater Infrastructure-B Administration Office $45.00 $540.00 X Digital Back-up 15005079 City of Clearwater Infrastructure-C Meter Shop/Offices $65.00 $780.00 X Digital Back-up 15000139 City of Clearwater Infrastructure-D Storage $40.00 $480.00 X 15005540 City of Clearwater Infrastructure-E Signal & Sign Shop $100.00 $1,200.00 X Full Data Cell 15000138 City of Clearwater Infrastructure-F Welding Shop $40.00 $480.00 X 15000137 City of Clearwater Infrastructure-G Equipment/Storage $50.00 $600.00 X 15005571 City of Clearwater Jack Russell Stadium $135.00 $1,620.00 X Elevator Recall Elevator Monitor Full Data Cell 15000439 City of Clearwater Joe DiMaggio Complex $45.00 $540.00 X Elevator Recall 15005549 City of Clearwater Kings Highway Recreation Center $80.00 $960.00 X X Full Data Cell 15000407 City of Clearwater Main Library - Fire $45.00 $540.00 X Leased Dialer 15005068 City of Clearwater Main Library - Security $150.00 $1,800.00 X 6 - Panic Buttons Patron Counter Digital Back-up Video Intercom Access 15000209 City of Clearwater Marina Fuel Dock $40.00 $480.00 1 - Panic Button 15005074 City of Clearwater Marina Office $50.00 $600.00 X X 1 - Panic Button Digital Back-up 15000416 City of Clearwater Marshall Street Treatment Plant $45.00 $540.00 X Elevator Recall 15005078 City of Clearwater McMullen Tennis Center $85.00 $1,020.00 X Digital Back-up 15005011 City of Clearwater Moccasin Lake Classrooms $45.00 $540.00 X Digital Back-up 15005081 City of Clearwater Moccasin Lake Welcome Center $45.00 $540.00 X Digital Back-up 15005083 City of Clearwater Morningside Rec Center $285.00 $3,420.00 X X Digital Back-up 15000420 City of Clearwater MSB - Fire $65.00 $780.00 X Leased Dialer Elevator Monitor 15005507 City of Clearwater MSB - Security $125.00 $1,500.00 X 5 - Panic Buttons Temperature Alarms In Server Room & UPS Room Full Data Cell 15005076 City of Clearwater N Greenwood Library $55.00 $660.00 X X Patron Counter Digital Back-up 15005006 City of Clearwater N Greenwood Rec Center $60.00 $720.00 X Digital Back-up 15000415 City of Clearwater N.E. Water Pollution Plant $45.00 $540.00 X Elevator Recall 15000485 City of Clearwater North Greenwood Rec Center $45.00 $540.00 X 15005525 City of Clearwater North Ward $80.00 $960.00 X Full Data Cell 15005061 City of Clearwater Nursery $45.00 $540.00 X Digital Back-up 15005545 City of Clearwater PBI - East Area $80.00 $960.00 X Full Data Cell 15005548 City of Clearwater PBI - West Area $80.00 $960.00 X Full Data Cell 15005002 City of Clearwater Pier 60 Bait House $50.00 $600.00 X X 1 - Panic Button Digital Back-up 15005009 City of Clearwater Pier 60 Parking/Lifeguard $130.00 $1,560.00 X X Digital Back-up 15000427 City of Clearwater Pierce Street Garage $50.00 $600.00 X 15000403 City of Clearwater Police Department - Beach $50.00 $600.00 X Elevator Monitor 15000451 City of Clearwater Police Department - Downtown $45.00 $540.00 X Leased Dialer 15005004 City of Clearwater Police Department - MLK $95.00 $1,140.00 X X Full Data Cell 15005054 City of Clearwater Police Impound Lot Countryside $55.00 $660.00 X X Digital Back-up 15005005 City of Clearwater R.O. #2 (U.S. 19) $285.00 $3,420.00 X X Elevator Recall Digital Back-up Knox Box Alarm 15005520 City of Clearwater R.O. #1 - N Building (Saturn)$80.00 $960.00 X Full Data Cell 15005080 City of Clearwater Radio Tower - North $50.00 $600.00 X X Temperature Alarm Smoke Detector Digital Back-up 15000240 City of Clearwater Radio Tower - South $45.00 $540.00 X Temperature Alarm 15000404 City of Clearwater Rec West Area - Long Center $180.00 $2,160.00 X 15005521 City of Clearwater Reservoir #1 (Saturn)$80.00 $960.00 X Full Data Cell 15005017 City of Clearwater Reservoir #3 (580)$45.00 $540.00 X Digital Back-up 15005053 City of Clearwater Ross Norton Rec Center $60.00 $720.00 X Digital Back-up 15000433 City of Clearwater Ross Norton Rec Center $45.00 $540.00 X Leased Dialer 15000408 City of Clearwater Seminole Boat Ramp $65.00 $780.00 X Elevator Recall Elevator Monitoring 15005016 City of Clearwater Sid Lickton Field $140.00 $1,680.00 X X Elevator Recall Elevator Monitor Digital Back-up 15005513 City of Clearwater Solid Waste - Scale Building $110.00 $1,320.00 X X Full Data Cell 15005514 City of Clearwater Solid Waste - Tipping Building $295.00 $3,540.00 X X Full Data Cell 15005062 City of Clearwater Solid Waste Maintenance Building B $45.00 $540.00 X Digital Back-up 15005012 City of Clearwater Solid Waste Office Building A $50.00 $600.00 X Digital Back-up 15000409 City of Clearwater Union Street Station $45.00 $540.00 X 15000476 City of Clearwater WPC Lab $100.00 $1,200.00 X 15005051 City of Clearwater WPC Lab $45.00 $540.00 X Digital Back-up TOTAL $7,570.00 $90,840.00 15005542 City of Clearwater Gas Office - New Port Richey $95.00 $1,140.00 System Off-Line 12/2/2021 15007446 City of Clearwater Fire Station #46 $40.00 $480.00 System Off-Line 4/20/2022 15005008 City of Clearwater Police Department Pistol Range Trailer $60.00 $720.00 $2,340.00 System Off-Line 6/2/2022 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1007 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.16 SUBJECT/RECOMMENDATION: Approve a purchase order to Cliff Berry, Inc of Ft. Lauderdale, FL to pump, transport and dispose of leachate from the Solid Waste Transfer Station in the annual not-to-exceed amount of $100,000.00 with two, one-year renewal options at the City’s discretion pursuant to Invitation to Bid (ITB) No. 34-22 Pump, Transport and Dispose of Leachate, and authorize the appropriate officials to execute same. (consent) SUMMARY: On July 18, 2022, Procurement issued ITB 34-22 Pump, Transport and Dispose of Leachate and three responsive and responsible bids were received. Cliff Berry, Inc. was the lowest responsive and responsible bidder in accordance with the bid specifications. The Florida Department of Environmental Protection (FDEP) requires all liquid waste (Leachate) created at the City of Clearwater Transfer Station is collected in a closed system . The leachate flows from the transfer station’s tipping floor and the transfer station’s truck tunnel into a holding tank. The holding tank requires regular pumping, and the leachate requires proper disposal at a FDEP registered processing facility. The contract purchase order with Cliff Berry, Inc enables the City of Clearwater to comply with the FDEP at the lowest qualified price. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY2022/2023 operating budget of the solid waste fund. Funds are available in cost code 4242084-530300. Page 1 City of Clearwater Printed on 10/5/2022 September 7, 2022 NOTICE OF INTENT TO AWARD The Solid Waste Department and the Procurement Division recommend award of ITB No. 34- 22, Pump, Transport and Dispose of Leachate, to Cliff Berry, Inc of Ft. Lauderdale, FL, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $100,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the October 3, 2022, Work Session (9:00 a.m.) and voted on at the October 6, 2022, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kelly.Rogers@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst CITY OF CLEARWATER ITB # 34-22, PUMP, TRANSPORT AND DISPOSE OF LEACHATE DUE DATE: AUGUST 18, 2022; 10:00 AM BID TABULATION Cliff Berry, IncP.O. Box 13079 Ft. Lauderdale, FL 33316 NRC Gulf Environmental Services, Inc 9204 US Hwy 287 NWFt. Worth, TX 76131 Safety-Kleen Systems, Inc42 Longwater Drive Norwell, MA 02061 Item No.Description Unit of Measure Unit Price (UOM) Unit Price (UOM) Unit Price (UOM) 1 Price per gallon to provide pumping, transportation, and disposal of all forms of Leachate (liquid, suspended organic solids and sediments) Per Gallon $0.52 $1.05 $.50 per gallon up to 30% solids $.75 per gallon over 40% solids 2 Additional Fee (s): Per Service n/a $1800 per service $300 per project$188 recover fee per project 3 - 5 %no limit 0 - 30% 30 - 50% NOTE: Items with a star ( ) indicates intent to award. What percentage (%) of solids can be taken per trip, if any? Page 1 of 1 1) Cliff Berry, Inc 2) NRC Gulf EnvironmentalP.O. Box 13079 9204 US Hwy 287 NW Ft. Lauderdale, FL 33316 Ft. Worth, TX 76131 954-763-3390 813-774-1970 3) Safety-Kleen Systems, Inc 42 Longwater Dr Norwell, MA 02061 800-669-5840 ADVERTISED: TAMPA BAY TIMES 7/20/2022 POSTED:myclearwater.com 7/18/2022 Due/Opening: August 18, 2022 @ 10:00 a.m. INVITATION TO BID No. 34-22 PUMP, TRANSPORT AND DISPOSE OF LEACHATE Solicitation Response Listing FOR THE CITY OF CLEARWATER Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1012 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.17 SUBJECT/RECOMMENDATION: Authorize a purchase order to Enforcement One, Inc. of Oldsmar, FL for police vehicle upfitting services in the annual not-to-exceed amount of $250,000.00 with two, one-year renewal options pursuant to Invitation to Bid (ITB) No. 46-22, Police Vehicle Upfitting, and authorize the appropriate officials to execute same. (consent) SUMMARY: ITB 46-22 was issued in August 2022, and only one response was received. The ITB pricing structure was based on specific equipment and installation needs necessary for the Up-Fitting of police vehicles to be purchased in fiscal year 2023: ·9 Marked Police Ford Interceptor Utility Vehicles with Road Ready Package ·3 Marked Police Ford F150 Interceptor Trucks ·1 Civilian Ford Explorer ·1 Civilian Ford Maverick The requested authorization for $250,000.00 annually includes contract pricing for vehicles on the approved vehicle replacement list requiring upfitting as well as the additional costs associated with damaged or totaled vehicles that require upfitting during the fiscal year. APPROPRIATION CODE AND AMOUNT: Funds for FY23 are budgeted in 0101131-541500 (Garage Services Variable) ·FY23 $250,000.00 Future fiscal year budgets will include requests for funding. Page 1 City of Clearwater Printed on 10/5/2022 1) Enforcement One, Inc 381 Roberts Road Oldsmar, FL 34677 727-816-9833 ADVERTISED: TAMPA BAY TIMES 8/3/2022 POSTED:myclearwater.com 7/28/2022 FOR THE CITY OF CLEARWATER Due/Opening: August 30, 2022; 10:00 a.m. INVITATION TO BID No. 46-22 POLICE VEHICLE UPFITTING SERVICES Solicitation Response Listing September 9, 2022 NOTICE OF INTENT TO AWARD The Police and Fleet Departments along with the Procurement Division recommend award of ITB No. 46-22, Police Vehicle Upfitting, to Enforcement One, Inc., of Oldsmar, Fl., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $250,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the October 3, 2022, Work Session (9:00 a.m.) and voted on at the October 6, 2022, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kelly.Rogers@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst CITY OF CLEARWATER ITB #46-22, Police Upfitting Services DUE DATE: August 30, 2022; 10:00 AM BID TABULATION Enforcement One, Inc381 Roberts Rd Oldsmar, FL 34677 Item No.Description Unit of Measure (UOM) Unit Price A Marked Police Ford Interceptors with Road Ready 1 Each $9,071.43 B Un-Marked Police Interceptors with Road Ready 1 Each $6,005.04 C Marked Police Ford Interceptors without Road Ready 1 Each $11,053.80 D Un-Marked Police Ford Interceptors without Road Ready 1 Each $8,780.45 E Marked Ford F150 Interceptor 1 Each $8,544.44 F Ford Explorer-Civilian 1 Each $5,719.44 G Ford Maverick Crew Cab-Civilian 1 Each $4,301.37 H Hourly service rate for equipment removal from damaged vehicles Per Hour $75.00 Page 1 of 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1025 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.18 SUBJECT/RECOMMENDATION: Approve an increase and extension on purchase order to Hose and Hydraulics, Inc. of Clearwater, FL, for the purchase of replacement hydraulic parts, repairs and road service for city vehicles and equipment in the amount of $180,000.00 for a new annual total of $505,000.00 and extending through January 31, 2023, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: On September 18, 2017, Council approved a purchase order to Hose and Hydraulics in the annual amount of $225,000.00 for purchase of replacement hydraulic parts, repairs, and services for use on city vehicles and equipment, piggybacking off of Pinellas County Contract 167-0444-Q(RF), which was to expire on August 10, 2022. On September 3, 2020, an increase of to the purchase order was approved bringing the new annual amount to $325,000.00. The scope originally was for hydraulic service at the Fleet Division. Fleet subsequently expanded use of Hose and Hydraulic to include road service. The additional allocation of funds to the road services incurring more frequently are due to current staffing issues which allows for mechanics to remain at fleet to keep up with demand. The services include hydraulic hoses, fittings, pumps, and motors for various heavy equipment vehicles, including but not limited to refuse vehicles, dump trucks, beach rakes and streetsweepers. Pinellas County Contract 167-0444-Q(RF) has been extended until January 31, 2023. Authorization is requested to increase our current purchase order by $180,000.00 bringing the new amount to $505,000 and extending term to end on January 31, 2023. APPROPRIATION CODE AND AMOUNT: 5666611-550600 $180,000 FY22/23 Page 1 City of Clearwater Printed on 10/5/2022 Blanket Purchase Agreement: 427924 Revision No: 0 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 S Ft Harrison Ave 6th Floor Annex Bldg Clearwater FL 33756 The Standard Purchase Order Number must appear on all packages, shipping notices, invoices and correspondence PO Date 10-AUG-2017 Revision Date Buyer/Phone No Suzanne Otocki-Pascarella 727-464-4123 Sales Tax Exempt No 85-8013287050C-7 Requisitioner Director Approval Quote/Contact Supplier:Ship To:Invoice To: Hose & Hydraulics Inc 504 S Myrtle Ave Clearwater FL 33756 727-461-2079 BLANK_SPACE?> Fleet Management 9685 Ulmerton Rd Largo, FL 33771 727-582-3000 Finance Division Accounts Payable Board of County Commissioners Pinellas County PO Box 2438 Clearwater, FL 33757 727-464-8389 Notes: 167-0444-Q(RF) Hydraulic Repair, Parts & Service The contracted hourly rates include all labor, supervision, materials, supplies, equipment, tools, disposal, freight charges and travel necessary to provide all contracted services. Response to Road Service (field repair) requests required within thirty (30) minutes of call from County Representative and provide time commitment for field repair. Pick-up and delivery of parts shall be provided within twenty-four (24) hours of request, from and to all Fleet Management locations. Repairs shall be completed with new, quality brand replacement parts. Time commitment for completion shall be provided to County Representative for all shop repairs. Invoices must be itemized to show Purchase Order Number, amount of time spent on repair, part information including part numbers with list price, discount percentage and discounted price to Pinellas County. Notes: Supplier No Payment Terms Freight Terms FOB Ship Via 194 Net 45 Freight Included Destination Best Way Effective Start Date Effective End Date Delivery Date Amount Agreed 11-AUG-2017 10-AUG-2022 $230,000.00 This Blanket Purchase Agreement (BPA) is not a guaranteed amount. It may be increased or decreased during the contract period internally. Standard Purchase Order(s) will be issued against the BPA as services or goods are needed. The SPO will contain a statement "This PO Line references BPA Number" so you may identify that services should begin. Any other direction to provide goods or services other than a SPO authorized by the Purchasing Department may result in non-payment. Line County Item Number / Description Quantity UOM Unit Price Amount 1 Hydraulic Repair, Parts & Service Dollar (s)1.0000 .0000 Fixed hourly labor rate is $55.00 for general hydraulic shop work performed at Vendor's or County Fleet location, hydraulic machine shop work, and/or field repair (Road Service). 40% Discount off List Price for parts. TOTAL Blanket Purchase Agreement: 427924 Revision No: 0 Page 2 of 4 It is hereby certified that all provisions of the laws of Florida were complied with in issuing this order, and that there are sufficient and properly appropriated funds to liquidate this obligation. This purchase order is governed by the terms and conditions below. Notice: Vendors doing business with Pinellas County are required to show proof of current Pinellas Construction licenses, if applicable Board of County Commissioners Pinellas County, Florida (Authorized Signature) Blanket Purchase Agreement: 427924 Revision No: 0 Page 3 of 4 TERMS AND CONDITIONS ACCEPTANCE -ENTIRE AGREEMENT -Acceptance of this Purchase Order will be unqualified,unconditional,and subject to and expressly limited by the Terms and Conditions hereon.Pinellas County and the Contractor shall not be bound by additional provisions or provisions at variance herewith that may appear in the Contractor's quotation,acknowledgement in force,or any other communication from Contractor to Pinellas County unless such provision is expressly agreed to and confirmed to in writing. ASSIGNMENT/SUBCONTRACTING -The Contractor shall provide the Services required by this Agreement.No assignment or subcontracting shall be allowed without prior written consent of the Pinellas County.In the event of a corporate acquisition and/or merger,the Contractor shall provide written notice to the Pinellas County,within (30)business days of Contractor's notice of such action or upon the occurrence of said action,whichever occurs first.In that event,the Pinellas County may terminate this Agreement in those instances in which a corporate acquisition and/or merger represents a conflict of interest or contrary to any local,state or federal laws. CAPTIONS -Captions have been provided for the benefit of the parties,and for referenceonly,and are not deemed to be part of the agreement created. COMPENSATION - Pinellas County shall pay Contractor upon Contractor's completion of, and Pinellas County's acceptance of, the services required herein, as specified. All payments shall be made in accordance with the Local Government Prompt Payment Act, Florida Statutes Section 218.70. ·Invoicing - Invoice(s) must be submitted to the billing address indicated on the face of the Standard Purchase Order. Each invoice shall include, at a minimum, the Supplier's name, contact information and the standard purchase order number. The County may dispute any payments invoiced by Supplier in accordance with the County's Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County's Dispute Resolution Process. ·Name Changes - The successful contractor is responsible for immediately notifying the Purchasing Department of any company name change, which would cause invoicing to change from the name used at the time of the original purchase order or solicitation. ·ePayables -Pinellas County offers a credit card payment process (ePayables)through Bank of America.Pinellas County does not charge vendors to participate in the program;however,there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at www.pinellascounty.org/purchase COMPLIANCE WITH APPLICABLE LAWS -Contractor certifies that all of the products and services to be furnished hereunder will be manufactured or supplied by Contractor in accordance with all applicable provisions of State,Local and Federal laws,as of this date. The laws of the State of Florida apply to any and all purchases made.Contractors shall comply with all local,state,and federal directives,orders and laws including,but not limited to,Equal Employment Opportunity (EEO),Minority Business Enterprise (MBE),and OSHA. DISCOUNTS -Delay in receiving an invoice,invoicing for materials shipped ahead of specified schedule,or invoices rendered with errors or omissions will be considered just cause for Pinellas County to withhold payment without losing discount privileges. Discount privilege will apply from date of scheduled delivery,the date or receipt of goods,or the date of approved invoice,whichever is later. FISCAL NON-FUNDING -In the event that sufficient budgeted funds are not available for a new fiscal period,the Pinellas County shall notify the Contractor of such occurrence and the Agreement shall terminate on the last day of then current fiscal period without penalty or expenseto the Pinellas County. GOVERNING LAW -The laws of the State of Florida shall govern this agreement. INDEMNITY PROVISION -Contractor shall indemnify,pay the costs of defense, including attorney's fees and hold harmless the Pinellas County from all suits,actions or claims of any character brought on account of any injuries or damages received or sustained by any person,persons or property,by or from said Contractor;or by or in consequence of any neglect in safeguarding the work;or through the use of unacceptable materials in the construction or improvements;or by,or on account of, any act of omission,neglect or misconduct of the said Contractor,on account of any act or amounts recovered under the "Workers Compensation Law"or of any other laws,bylaws,ordinance,order of decrees,except only such injury or damage as shall have been occasioned by the sole negligence of the Pinellas County.The first ten dollars ($10.00)of compensation received by the Contractor represents specific considerationfor thisindemnification obligation. The successful bidder(s)agrees to indemnify the Pinellas County and hold it harmless from and against all claims,liability,loss,damage or expense,including counsel fees,arising from or by reason of any actual or claimed trademark,patent or copyright infringement or litigation based thereon,with respect to the goods or any part thereof covered by this order,and such obligation shall survive acceptance of the goods and payment thereof by the Pinellas County. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 -The Contractor is and shall remain an independent contractor and is neither agent,employee,partner,nor joint venture of the Pinellas County.Contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 located at 8 U.S.C.1324 et.seq.,and regulations thereto,as either may be amended from time to time.Failure to comply with the above provisions shall be considered a material breach and shall be grounds for immediate termination of the agreement,at the discretion of the Pinellas County. INQUIRIES -Any inquiries relative to Purchase Order should be directed to the Purchasing Department.Collect telephone calls will not be accepted. INSPECTION -Goods rejected due to inferior quality orworkmanship will be returned to Contractor with charge for transportation both ways,plus labor,loading,packing, etc.,and are not to be replaced except upon receipt of written instructions from Pinellas County. INSURANCE -The Contractor shall maintain insurance acceptable to Pinellas County,in full force and effect throughout the term of this Agreement.The Contractor must provide a Certificate of Insurance in accordance with the insurance requirements,evidencing such coverage prior to the commencement of any work under this agreement. MATERIAL QUALITY -All materials purchased and delivered against this agreement will be of first quality and not damaged and/or factory seconds.Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24)hours of notice to the Contractor at no charge to the Pinellas County. MATERIAL SAFETY DATA -In accordance with OSHA Hazardous Communications Standards,it is the seller's duty to advise if a product is a toxic substance and to provide a Material Safety Data Sheet at time of delivery. NON-EXCLUSIVE AGREEMENT -Award of this Agreement shall impose no obligation on the Pinellas County to utilize the vendor for all work of this type,which may develop during the agreement period.This is not an exclusive agreement. Pinellas County specifically reserves the right to concurrently agree with other companies to provide similar work if it deems such action to be in the Pinellas County's best interest.In the case of multiple-term agreements,this provision shall apply separately to each term. PERMITS,FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE BY CONTRACTOR -The Contractor is responsible for (1)determining and paying any fees that may be necessary to perform this agreement and (2)determining and acquiring any and all permits and licenses required by any Federal,State or local government entity,agency or board that may be necessary to perform this agreement. The Contractor shall maintain any and allpermits and licenses required to complete this agreement. Blanket Purchase Agreement: 427924 Revision No: 0 Page 4 of 4 PRICES -Prices are F.O.B.destination unless otherwise specified and agreed to by the Pinellas County. ·DELIVERY/CLAIMS -Prices quoted shall be F.O.B.Destination, FREIGHT INCLUDED and unloaded to location(s)within Pinellas County. Actual delivery address (es)shall be identified at time of order. Successful bidder(s)will be responsible for making any and all claims againstcarriers for missing or damaged items PURCHASE ORDER NUMBER -Purchase Order Number must appear on all packing slips,invoices and all correspondence relating to the Order.Pinellas County will not be responsible for goods delivered without a Purchase Order Number. REMEDIES -Buyer and Seller shall have all remedies afforded by the Uniform Commercial Code and applicable law. RIGHT TO AUDIT -The Contractor shall retain records relating to this agreement for a period of at least three (3)years after final payment is made.All records shall be kept in such a way as will permit their inspection pursuant to Chapter 119,Florida Statutes.In addition,Pinellas County reserves the right to audit such records pursuant to Pinellas CountyCode,§2-176(j). SEVERABILITY -If any section,subsection,sentence,clause,phrase,or portion of this Agreement is for any reason held invalid or unconstitutional by any court of competent Jurisdiction,such portion shall be deemed separate,distinct,and independent provision,and such holding shall not affect the validity of the remaining portion thereof. TAX EXEMPTION -The Florida State Sales Tax Exemption Number for Pinellas County is on page one of the purchase order.Federal Excise Tax Exemption Number is available by contacting the Purchasing Department. TAXES -Payments to Pinellas County are subject to applicable Florida taxes. TERMINATION -Pinellas County reserves the right to terminate this agreement, without cause by giving thirty (30)days prior written notice to the Contractor of the intention to terminate or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the Contractor to comply with any of the provisions of this Agreement shall be considered a material breach of Agreement and shall be cause for immediate termination of the Agreement at the sole discretion of Pinellas County. In addition to all other legal remedies available to the Pinellas County,the Pinellas County reserves the right to terminate and obtain from another source any services which have not been provided within the period of time stated in the proposal,or if no such time is stated,within a reasonable period of time from the date of request,as determined by the Pinellas County. In the event that sufficient budgeted funds are not available for a new fiscal period, the Pinellas County shall notify the Contractor of such occurrence and the Agreement shall terminate on the last day of the then current fiscal year period without penalty or expense to the Pinellas County. VARIATION IN QUANTITY -Pinellas County assumes no liability for material produced,processed or shipped in excess of theamount specified herein. WARRANTY -Seller warrants that the goods are merchandisable and as described in Purchase Order. ~ HOSE&HY-01 SR~ID ACORD• CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) ~ 4/6/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR Nl=GATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHEPOUCIES 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 ADDmONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy, certain pollcles may require an endorsement A statement on this certtncate does not confer rights to the certificate holder In lleu of such endorsement(si. PRODUCER S'lrw.'CT Hub lntematlonal Southeast rA'jg~J'o.Extl: (727) 797-0441 I f~. Noi:(727) 669-0673 600 Cleveland Street Sulte600 f;&\Jl!oo. Clearwater, FL 33766 INSURERISI AFFORDING COVERAGE NAIC# .~J!.~A:Cinclnnatl lndemnltv Comoanv 23280 INSURED INSURER a : Cincinnati Insurance Comoanv 10677 Hose & Hydraullcs, Inc. INSURER c: Brldaefleld Emolovers Insurance Comoanv 10701 Jason Bonin 13088 60th St N INSURERD: Clearwater, FL 33760 INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTV\1THSTANDING 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 HEREINISSUBJECTTOALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 't't: TYPE OF INSURANCE 1~k 't:t.'tl POUCY NUMBER POUCYEFF POUCYEXP UWTS A X COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE s 1,000,000 -D ClAll\lS-MADE 00 OCCUR ~~fi,'i,lQ_RENTED 100,000 CAP6249024 0112112017 0112112018 s -5,000 MED EXP tAr,v ono noraonl s -PERSONAL & ADV INJURY s 1,000,000 -1,000,000 ~L AGGR□I: LIMIT APPLIES PER: GE"'"a"' Annas:r.:ATE s POLICY ~e@r □ LOC PRODUCTS -COMP/OP AGG s 1,000,000 OTHER: s AUTOMOBIL£ UAalUTY -~~~~~INGlE LIMIT s ;.NYAI/TO BODll Y INJURY IPer netsanl s -O~ED ~ SCHEOULED -AUTOS ONLY -AUTOS BODILY INJURY !Pet acdd<ln11 s -~fMPsONLV 1--~~~ fle9~~AMAGE s s B X UMSRELLA LIAS ~OCCUR EACH OCCURRENCE s 1,000,000 -CAP5249024 0112112017 0112112018 EXCESSUA8 CLAIM~E AGGREGATE s DED l I RETENTION s s 1,000,000 C WORKERS COMPENSATION X l~fmn:: I I~~ AND EMPLOYERS' LIABIU1Y Y/N 83009063 04/0112017 0410112018 1,000,000 Aff'f PROPRIETOR/PARTNERll:XECl/TIVE □ E.L EACH ACCIDENT s 8[lJ.'a:=~~Mll EXCLUOEO? NIA 1,000,000 E.L. DISEASE -EA EMPLOYEE S ,~i~~:r:= ~~PERATIONS below E.l. DISEASE· POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEMICU!S (ACORD 101, Addltlonal Rtmarl<a Schodulo, may bo 1t11chtd If more space Is requln1d) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Pinellas County Purchasing Department THE EXPIRATION DATE THEREOF, NOTICE Will. BE DELIVERED IN 6th Floor ACCORDANCE WITH THE POLICY PROVISIONS. 400 s. Fort Harrison Avenue Clearwater, FL 33666 AUTHORIZED REPRESEN::2 .. ---·· I ~-~r ~- ACORD 26 (2016/03) © 1988-2015 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD HOSE & HYDRAULICS, INC. 13088 60TH STREET NORTH CLEARWATER, FL 33760 Voice: 727-538-4903 Fax: 727-535-6867 Bil! ifo: PINELLAS CO FLEET MAINT FINANCE DIVISION ACCTS. PAYABL 9685 ULMERTON ROAD LARGO, FL 33771 €us tome IT 10 • 001945 Sales Rep 110, ~uantlt~ Item 1.00 MISC Thank you for your Business SALES ARE ALL FINAL Customer PO ,Shipping, Method Courier 1Descriptiori VOID INVOICE Subtotal Sales Tax Total Invoice Amount Payment/Credit Applied 1T©TAL t Ship to: V CE Invoice Number: CS42089 Invoice Date: Page: Jul 21, 2017 1 FINANCE DIVISION ACCTS. PAYABL 9685 ULMERTON ROAD LARGO, FL 33771 Payment Terms Net 30 Days Ship Date l "' 0JJe Date I 8/20/17 Unit Pric'e ~mount - f ,., -- -· I 0.00 0.00 0.00 File #:ID#17-3775 Version:1 Name:Hose & Hydraulics Parts, Repairs & Service Contract Type:Action Item Status:Passed File created:8/9/2017 In control:Solid Waste/General Services On agenda:9/18/2017 Final action:9/18/2017 Title: Approve a Contract (Blanket Purchase Order) to Hose and Hydraulics, Inc. of Clearwater, FL in the amount of $225,000 annually for the purchase of replacement hydraulic parts, repairs and service for vehicles and equipment used by city departments, in accordance with Sec. 2.564(1)(d), Other Government Entities Bids, and authorize the appropriate officials to execute same. SUBJECT/RECOMMENDATION: Title Approve a Contract (Blanket Purchase Order) to Hose and Hydraulics, Inc. of Clearwater, FL in the amount of $225,000 annually for the purchase of replacement hydraulic parts, repairs and service for vehicles and equipment used by city departments, in accordance with Sec. 2.564(1)(d), Other Government Entities Bids, and authorize the appropriate officials to execute same. Body SUMMARY:   This blanket purchase order is a piggyback off of Pinellas County Contract 167-0444-Q(RF); contract term through August 2022 and covers the purchase of replacement hydraulic parts, repairs and services for use on city vehicles and equipment. The services include hydraulic hoses, fittings, pumps, and motors for various heavy equipment vehicles, which include but not limited to; refuse vehicles, dump trucks, beach rakes and streetsweepers. APPROPRIATION CODE AND AMOUNT: 566-06611-550600-519-000 $225,000 This is budgeted in the operating expenses for Fiscal Year 16/17 and Fiscal Year 17/18 Sign In Home Legislation Calendar City Council Departments People Archived Meetings Details Reports History (1)Text Thursday, September 15, 2022 1:28:54 PM - City of Clearwater - File #: ID#20-8109 and 8 more pages - Work - Microsoft Edg Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1019 Agenda Date: 10/6/2022 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Legal Department Agenda Number: 7.19 SUBJECT/RECOMMENDATION: Approve an Exchange Agreement between the City of Clearwater (City) and the Pinellas Suncoast Transit Authority (PSTA) providing that certain city-owned real property located at 704 Court Street, 710 Court Street, and 701 Franklin Street in Clearwater, Florida be exchanged for a PSTA parcel located at the northwest corner of South Garden Avenue and Pierce Street, Clearwater, Florida in order to allow for the construction of a new Multimodal Transit Facility in the downtown, and authorize the appropriate officials to execute same, together with all other instruments to affect closing. (consent) SUMMARY: On June 17, 2021, the Clearwater City Council declared the subject city-owned parcels as surplus for the purpose of exchanging the three parcels for a parcel owned by the PSTA to allow for the construction of a PSTA Multimodal facility in the downtown. The parcels are described as follows: Parcel 1:704 Court St. - Tax Assessor Parcel Number: 15/29/15/54450/011/0020. Parcel 2:710 Court St. - Tax Assessor Parcel Number: 15-29-15-54450-011-0030 Parcel 3:701 Franklin St. - Tax Assessor Parcel Number:15/29/15/54450/011/0010 (All as more particularly described in the deeds therefor.) Parcel 1, located at 704 Court Street is approximately 0.43 acres of vacant land, acquired by the City on 10/27/2011 at the purchase price of $475,000.00 for the long-range purpose of acquiring a strategically located parcel well suited for transit and/or government purposes. Parcel 2, located at 710 Court Street is approximately 0.94 acres of vacant land, acquired by the City on 8/26/2011 at the purchase price of $1,950,000.00 for the long-range purpose of acquiring a strategically located parcel well suited for transit and/or government purposes. Parcel 3, located at 701 Franklin Street is approximately 0.26 acres in size with a 5,600 SF warehouse located thereon. The parcel was acquired by the CRA on 08/05/2019 at the purchase price of $525,000.00 for the purpose of acquiring a strategically located parcel to Page 1 City of Clearwater Printed on 10/5/2022 File Number: ID#22-1019 assemble with the adjacent City owned parcels for future transit or governmental purposes. The CRA has since conveyed the parcel to the City. The appraised value of the combined three parcels as determined by James Millspaugh & Associates, Inc., on March 2, 2021, is $3,600,000.00 and by Tobias Realty Advisors, on March 12, 2021, is $3,300,000.00. The above city parcels will be exchanged for the PSTA Parcel, which is an unaddressed parcel at the northwest corner of S. Garden Avenue and Pierce Street - Tax Assessor Parcel Number: 16-29-15-32292-005-0070. (As more particularly described in the deed therefor.) The appraised value of the PSTA Parcel as determined by James Millspaugh & Associates, Inc. on February 24, 2021, is $1,800,000.00 and by Tobias Realty Advisors, Inc. on March 12, 2021, is $1,730,000.00. The following excerpts, taken from the City of Clearwater Planning Department’s Downtown Development Plan, support an intermodal transit facility in downtown Clearwater. ·Objective 2J: Pursue a premium transit system between Downtown, Clearwater Beach, Tampa International Airport, and St. Pete/Clearwater International Airport. ·Objective 2D: Maintain and improve the Pinellas Trail as both a recreational amenity and as a unique opportunity for economic development. Enhance Trail connectivity from the Downtown to the waterfront and Beach. Promote Downtown Clearwater as a destination accessible by the Pinellas Trail. ·Policy 10: The CRA may evaluate participating with the private sector in land assembly to facilitate projects consistent with this Plan. ·Table 4.4: Coordinate with all transportation service providers on infrastructure and program improvements including the water taxi, trolley, bus system, rail, elevated transit, bike share and others. ·Table 4.5: Work with the County to create a comprehensive transit plan. The Exchange Agreement contemplates that the PSTA parcel will be leased back to the PSTA at closing for continued use as its current bus depot at no rental cost, however, PSTA shall be responsible for all other costs associated with its occupancy and operations. The lease will terminate the earlier of: (1) termination as provided for in the lease; (2) 30 days after PSTA receives a Certificate of Occupancy for its Multimodal Facility; or (3) at such time as the Clearwater City Council exercises its right to recapture the property for a public purpose upon at least 180 days’ prior written notice. If the recapture clause is exercised, the City will be required to lease an alternative parcel to the PSTA in downtown Clearwater. Should the lease term exceed five years, the lease will become subject to the City Council declaring the PSTA Parcel as surplus in accordance with the City of Clearwater Charter, Article II, Section 2.01(d) (5)(vi). APPROPRIATION CODE AND AMOUNT: N/A Page 2 City of Clearwater Printed on 10/5/2022 Page 1 of 8 EXCHANGE AGREEMENT THIS AGREEMENT is made and entered into by and between PINELLAS SUNCOAST TRANSIT AUTHORITY, a Florida independent special district (“PSTA”), and THE CITY OF CLEARWATER, FLORIDA, a municipal corporation (“City”). PSTA and the City are sometimes referred to collectively herein as the “parties” and each, separately, as a “party.” BACKGROUND: A. PSTA is the fee owner of that certain parcel of real property and improvements thereon located in Pinellas County, Florida, more particularly described on Exhibit "A" attached hereto and by reference made a part hereof (the “PSTA Parcel”). B. The City is the fee owner of three certain parcels of real property and improvements thereon located in Pinellas County, Florida, more particularly described on Exhibit “B” attached hereto and by reference made a part hereof (the “City Parcels”). C. PSTA has been awarded a grant in the amount of $20 Million from the U.S. Department of Transportation Rebuilding American Infrastructure with Sustainability and Equity (RAISE) Grant Program for the construction of a transit station on the City Parcels generally depicted in the concept plans attached as Exhibit “C” (the “Grant”). D. PSTA now desires to transfer and convey to the City, the PSTA Parcel in exchange solely for the City Parcels, and the City now desires to transfer and convey to PSTA the City Parcels in exchange solely for the PSTA Parcel. NOW THEREFORE, in consideration of the premises, the mutual covenants herein contained, and for $10.00 and other consideration, the receipt and sufficiency of which is conclusively acknowledged by the parties, it is agreed as follows: 1. Exchange. PSTA hereby agrees to transfer and convey fee simple title to the PSTA Parcel to the City and, in exchange therefor, the City agrees to transfer and convey to PSTA fee simple title to the City Parcels, on the terms and conditions stated herein. 2. Conveyance. PSTA shall convey to the City at Closing (as hereafter defined) fee simple title to the PSTA Parcel by special warranty deed (the “PSTA Parcel Deed”) free and clear of all mortgages, liens and encumbrances of any type or nature whatsoever, except for easements, covenants and restrictions of record and other matters of record not timely objected to by the City. At Closing, the City shall convey to PSTA at Closing fee simple title to the City Parcels by special warranty deed (the “City Parcels Deed”), free and clear of all mortgages, liens and encumbrances of any type or nature whatsoever, except for easements, covenants and restrictions of record, and other matters of record not timely objected to by PSTA. Any matters not timely objected to pursuant to Section 4 below shall be deemed accepted. 3. Consideration. The parties acknowledge that they have obtained and reviewed appraisals for the respective parcels and the Federal Transit Administration (FTA) will have to Page 2 of 8 determine that the appraisals for the City Parcels are in accordance with FTA C 5010.1E circular requirements, App’x D (rev. July 16, 2018) and establish just compensation and the fair market value of the City Parcels. The parties acknowledge such appraisals may be required to be updated. The exchange of the PSTA Parcel to the City at Closing shall constitute the sole consideration to be given by PSTA for the City Parcels. The exchange of the City Parcels to PSTA shall constitute the sole consideration to be given by the City for the PSTA Parcel. The appraised value of the City Parcels may be used by PSTA as the required local match for any federal or state grant for construction of PSTA’s facility on the City Parcels. 4. Inspections. Each of PSTA and the City shall have ninety (90) days from and after the Effective Date, as such term is defined in Section 13 below, (the “Inspection Period”) in which to conduct such inspections and investigations (including, without limitation, to conduct any title searches and reviews, and to obtain any title insurance commitments, surveys, environmental surveys and soil tests) of the City Parcels (as to PSTA) and the PSTA Parcel (as to the City), respectively, as such party may deem necessary and appropriate to determine (i) the quality of its title to such parcel; (ii) its fitness for such party’s intended purposes; (iii) its compliance with zoning and land use laws, permitting matters and applicable building codes and development laws, rules and regulations; (iv) the environmental condition of the City Parcels in compliance with required Federal standards, including, without limitation, National Environmental Policy Act (NEPA) due diligence requirements; (v) the environmental condition of the PSTA Parcel; and (vi) any other matters such party deems pertinent to any of the foregoing. If either party is not satisfied with the results of any such inspections or investigations for any reason, then it may, in its sole discretion, elect to give the other party written notice of such objections and opportunity to cure as provided below before terminating this Agreement. Notice of such election shall be made by either party giving written notice of such election to the other party prior to 5:00 p.m. on the last day of the Inspection Period. If either party timely gives the other party written notice of any objections or defects, then the party receiving such notice (the “Recipient Party”) shall have five (5) days after receipt thereof in which to elect (by written return notice) to cure such objections or defects, or to refuse to cure the same. The return notice shall be given within five (5) days after receipt of the original notice of objection by the Recipient Party. If the Recipient Party elects to cure the objection or defect, it shall have a reasonable time, not to exceed thirty (30) days, or in the event remediation is required for cure, until March 31, 2023, whichever is later, to do so. In such case, the time for Closing shall be extended on a day-for-day basis for each day by which the time required to effect the cure exceeds the last day of the Inspection Period. If the Recipient Party fails to timely provide any return notice of its intent to cure, it will be deemed to have refused to cure. If the Recipient Party refuses to cure, then the objecting party shall then have five (5) days in which to elect to terminate this Agreement and neither party shall have any further obligations hereunder; or (ii) proceed to Closing under this Agreement in accordance with its terms without any concession or set-off. If either party timely terminates this Agreement pursuant to this Section 4, then neither party shall have any further duties or obligations hereunder. However, if neither party timely elects to give notice of such objections, then both parties will be deemed to be satisfied with the results of their respective inspections. 5. Closing. The consummation of the exchange of real properties as contemplated hereby shall occur at a mutually agreed time and place not later than April 30, 2023 (the “Closing” Page 3 of 8 or the “Closing Date”). The Parties shall have a right to extend the Closing Date by sixty (60) days if the condition set forth in Section 6(c) below has not been satisfied. 6. Conditions to Closing. The obligation of the City and PSTA to consummate the Closing is subject to the satisfaction, as of the Closing Date (and any extensions thereof) of each of the following “Conditions to Closing” unless otherwise waived in whole or in part by the parties at or prior to Closing: (a) All of the warranties and representations of the City and PSTA contained in this Agreement shall be true and correct; (b) The City and PSTA shall have each performed their respective obligations and/or cured any notice of default under this Agreement; (c) This Agreement and the transactions contemplated herein shall be approved by each of the parties’ governing bodies; (d) The commitment by each parties’ respective title insurance company to issue any required title insurance policies; and (e) Proof by PSTA that the PSTA has, through grants, funding agreements, loans, reallocation of existing funds, or any other lawful sources, secured one hundred percent (100%) of the estimated costs for funding necessary to construct a transit facility on the City Parcels that substantially conforms to the concept drawings depicted in Exhibit C, which are not otherwise covered by the Grant or other previously programmed funds. If any of the contingencies listed in this Section have not been satisfied or waived by the Parties, then either party may terminate this Agreement by providing written notice thereof to the other party, so long as such failure was not the fault or responsibility of the party giving such notice and this Agreement shall be of no force and effect. 7. Prorations. All charges and assessments shall be prorated as of the date of Closing. Each party understands and agrees that it may be required to bring cash to Closing to provide for payment of its proration obligations and Closing costs. 8. Lease of the PSTA Parcel. At Closing, PSTA and the City shall enter into a written lease agreement, pursuant to which PSTA shall lease from the City the PSTA Parcel (the "Lease"). If the parties are unable to agree to the final form of Lease prior to the end of the Inspection Period, then either party may, by giving written notice to the other not later than the fifth (5th) day following the last day of the Inspection Period, terminate this Agreement. In the event of such a termination, neither party shall have any further obligations hereunder. The Lease shall contain the following terms: (a) The term of the Lease shall commence on the Closing Date and end thirty (30) days after PSTA receives a Certificate of Occupancy for the Facility, or until such time as the Page 4 of 8 City exercises its right to recapture the property in accordance with subsection (b) below, whichever occurs sooner, or unless sooner terminated as otherwise provided for in the Lease. Should the Lease exceed a five-year period, any term exceeding five (5) years shall be subject to the Clearwater City Council declaring the PSTA Parcel as surplus in accordance with City of Clearwater Charter, Article II, Section 2.01(d)(5)(vi) for continued lease of the property beyond the five (5) year term. (b) In accordance with City of Clearwater Charter, Article II, Section 2.01(d)(5)(viii), the parties will include in the Lease a right to recapture the PSTA Parcel if needed by the City for a public purpose upon at least one hundred eighty (180) days’ prior written notice to PSTA and upon alternatively leasing another parcel of real property and improvements to PSTA that may exist thereon, located in Pinellas County, Florida, as agreed to by the parties and as acceptable to PSTA for the purpose of operating a temporary transit facility (“Alternate Lease Parcel”). The Alternative Lease Parcel will be located in downtown Clearwater, which shall be defined for this purpose as the area within or immediately adjacent to the area coterminous with the City of Clearwater Community Redevelopment Area boundary. (c) PSTA shall lease the PSTA Parcel (the Alternative Lease Parcel, or other parcel identified by Clearwater, as applicable) at no rental cost; however, PSTA shall be responsible for all other costs associated with its occupancy and operations as described in subsection (d) below. (d) In addition, PSTA shall be responsible for all costs and expenses whatsoever in connection with the construction of improvements on the PSTA Parcel or the Alternative Lease Parcel as PSTA deems necessary for its use and operations, including, but not limited to, design, permitting, construction, infrastructure, paving, and other associated appurtenances. At the termination of the Lease, PSTA may, at its sole discretion, remove its installations, alterations, additions, partitions, fixtures, and anything in the nature of improvements made or installed by PSTA on the PSTA Parcel or the Alternative Lease Parcel. All improvements not so removed shall vest in the City upon termination of the Lease. (e) The Lease shall be a “triple net” lease, and PSTA shall be responsible for and shall either pay or reimburse the City for all costs and expenses whatsoever in connection with its occupancy and use of the PSTA Parcel (or the Alternative Lease Parcel, as applicable) and the maintenance thereof and its operations thereon. Such costs shall include (without limitation) the following: (i) all costs of electrical and water utilities, water and sewer services, and telephone, internet, Wi-Fi, computer and other telecommunication services; (ii) all costs of janitorial services, trash and garbage removal, and lawn and parking lot maintenance; (iii) all applicable dues and assessments; (iv) all costs of any routine, non-capital maintenance or capital maintenance and repairs to any part of the Lease Parcel and the improvements thereon (and all fixtures); (v) costs of obtaining and maintaining policies of hazard and casualty insurance and liability insurance; and (vi) any other costs arising in connection with the occupancy, maintenance and use of the Lease Parcel (or the Alternative Lease Parcel, as applicable) by PSTA. Without limiting the foregoing, PSTA shall be responsible for and shall pay all costs of any repairs or replacements, including capital repairs, for damage to the Lease Parcel and/or improvements and fixtures thereon. Page 5 of 8 (f) The Lease shall contain such other terms and conditions as are customary for similar commercial leases and as to which the parties may agree. 9. Warranties, Representations and Covenants. Each of the parties hereby warrants, represents, and covenants to the other as follows: (a) That the recitations above are true and correct in all material respects. (b) That it is the sole owner of the parcel(s) to be conveyed and exchanged to the other party pursuant to this Agreement, and that no other person has any right to or interest in such parcel(s). (c) That it has the full lawful power and authority to enter into this Agreement and perform its obligations hereunder, and that the person signing this Agreement on its behalf has the full corporate power and authority to do so. (d) That it will convey the parcel(s) to be exchanged to the other party pursuant to this Agreement free and clear of all mortgages, liens, encumbrances and claims or interests of any type or nature whatsoever, in favor or any person; except for easements, restrictions and covenants of record. Each party will, at or before Closing, cause any mortgage or other monetary lien affecting the parcel to be exchanged by it hereunder to be either paid and discharged in full (including any prepayment penalties), or will cause said parcel to be fully released from the lien of said mortgage or other monetary lien. (e) That it will maintain the parcel(s) to be exchanged by it hereunder in the same condition (including, without limitation, physical condition, and condition of title) as it was on the last day of the Inspection Period. 10. Closing Costs. Each party shall be responsible and shall pay for its own (i) costs incurred in conducting its inspections (including, without limitation, title searches, surveys, appraisals and other inspections or reports); (ii) costs of removing any liens or encumbrances affecting the property being exchanged by it hereunder (including, without limitation, paying and discharging any prepayment penalties or other charges associated therewith); (iii) costs of preparing and recording any corrective instruments (including, without limitation, any satisfactions and/or releases); (iv) costs of any title search and insurance premiums for any title insurance policy purchased by such party on the parcel it is acquiring; and (v) costs of recording the special warranty deed delivered to it at Closing. 11. Post-Closing Covenants. PSTA agrees that no discrimination will occur on the City Parcels during the useful life of the Facility and that such covenant shall be included in the City Parcels Deed and run with the land. The City, in turn, will support such construction and development by expediting all related permit review, approval and issuance processes in accordance with then-effective City policies and procedures; however, the City makes no warranties or representations as to disposition or outcome of its regulatory permit review, approval or issuance processes as a result of such expedition, nor should this Agreement be construed as approval of any final plans all of which must meet the requirements of the City’s regulatory review Page 6 of 8 and permitting process. The City also acknowledges that PSTA is exempt from all permit fees under Section 7 of Chapter 00-424, Laws of Florida, as amended. These covenants shall survive the Closing. 12. Default. If either party fails or refuses to perform its obligations hereunder, or breaches any of its warranties or representations hereunder, then such party shall be in default. In the case of a default, the non-defaulting party may, by giving written notice to the other, elect to (i) terminate this Agreement and, in addition, pursue all other remedies for damages that may be available under Florida law for breach of this Agreement, or (ii) seek to enforce specific performance of this Agreement. 13. Effective Date. For purposes hereof, “Effective Date” means the later of the dates on which this Agreement is fully executed by PSTA and the City, as shown beneath their respective signatures below. 14. Calculation of Time Periods. If the final day of any time period provided for in this Agreement falls on a Saturday, Sunday, or day on which federal and/or state banking institutions are closed for business in the State of Florida (a “Banking Holiday”), then such time period shall be automatically extended until and through the next day that is not a Saturday, Sunday or Banking Holiday. 15. Counterparts. This Agreement may be executed in counterparts, each of which shall be an original but, when taken together, shall be deemed to constitute a single instrument. 16. Attorneys’ Fees. If any party takes any action to enforce its rights under this Agreement, then the prevailing party to such action may recover from the other all of such prevailing party’s costs incurred in bringing or defending such action, as the case may be, including (without limitation) reasonable attorneys’ fees and costs of appeals. 17. Disclosure and Consent. The City understands that this Agreement has been prepared by the law firm of Bryant Miller Olive P.A. (“BMO”), as counsel for PSTA. The City further understands that BMO may also serve as closing attorney for the exchange of real properties as contemplated hereby. The City understands that: (i) BMO has not acted as counsel to it for this transaction, and (ii) BMO’s representation of PSTA, or in its capacity as closing attorney, under this Agreement, is not a conflict to any prior or current representation of the City by BMO. The City further acknowledges that it has had the full and fair opportunity to consult with its own independent advisors regarding said transactions. 18. Brokers. Each party represents to the other that it has not engaged any other broker or realtor in connection with the transactions contemplated by this Agreement. 19. Risk of Loss. Each party shall bear the risk of loss due to casualty or hazard to its property occurring prior to the Closing. 20. Severability. If any provision of this Agreement is determined to be void or unenforceable for any reason, then such provision shall be served from the remainder of this Page 7 of 8 Agreement. In such a case, this Agreement shall then be enforced without reference to the void or unenforceable provision as though such provision had never been included herein. [This space intentionally left blank. Signatures are on the next succeeding page.] Page 8 of 8 IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the date last written below. ATTEST: __________________________________ Print Name:___________________________ APPROVED AS TO FORM: __________________________________ Nikki C. Day Acting General Counsel PINELLAS SUNCOAST TRANSIT AUTHORITY, a Florida independent special district By: Name: Brad Miller, Chief Executive Officer Date: 9/28/2022 Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ By: __________________________ Frank V. Hibbard Jon P. Jennings Mayor City Manager Approved as to form: Attest: ___________________________ ________________________________ David Margolis Rosemarie Call City Attorney City Clerk Date: 10/6/2022 A 1 Exhibit "A" Legal Description for the PSTA Parcel Garden Ave: Tax ID: 16-29-15-32292-005-0070 Legal Description: GOULD & EWING'S 2ND ADD BLK 5, LOTS 7 THRU 10 INCL As may be more particularly described in the deeds therefor B 1 Exhibit "B" Legal Description for the City Parcels City of Clearwater owned parcels: 704 Court Street: Tax ID: 15-29-15-54450-011-0020 Legal Description: MAGNOLIA PARK BLK 11, PART OF LOTS 2, 3, 8 & 9 DESC FROM SW COR OF BLK 11 TH E 73.45FT FOR POB TH N00D15'12"E 314.34 FT TO S R/W OF FRANKLIN ST TH S89D58'00"E 58.82FT TH S00D52'44"E 314.34FT TO S BNDRY OF BLK 11 TH W 65.03 FT TO POB (MAP N-16-29-15) 710 Court Street: Tax ID: 15-29-15-54450-011-0030 Legal Description: MAGNOLIA PARK BLK 11, LOTS 4, 5, 6 & 7 & E 27.50FT OF LOTS 3 & 8 (MAP N-16-29- 15) 701 Franklin Street: Tax ID: 15-29-15-54450-011-0010 Legal Description: MAGNOLIA PARK BLK 11, PART LOTS 1, 2, 9 & 10 DESC FROM NW COR OF SD BLK 11 TH E 15FT FOR POB TH S89D58'E 63.68FT TH S00D15'12"W 185.16FT TH S89D49'30"W 60.6FT TH N00D42'W 185.4FT TO POB As may be more particularly described in the deeds therefor C 1 Exhibit "C" Concept Plan Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9614-22 2nd rdg Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9614-22 on second reading, declaring the millage rate to be levied for the fiscal year beginning October 1, 2022 and ending September 30, 2023, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.8850 mills, which is a 9.93% increase from the rolled back rate of 5.3535 mills. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance No. 9614-22 MILLAGE ORDINANCE ORDINANCE NO. 9614-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, DECLARING THE MILLAGE RATE TO BE LEVIED FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2022, AND ENDING SEPTEMBER 30, 2023, FOR OPERATING PURPOSES INCLUDING THE FUNDING OF PENSIONS, DEBT SERVICE, AND ROAD MAINTENANCE FOR CAPITAL IMPROVEMENT EXPENDITURES AT 5.8850 MILLS; PROVIDING AN EFFECTIVE DATE. THE LEVY OF 5.8850 MILLS CONSTITUTES A 9.93% INCREASE FROM THE ROLLED BACK RATE OF 5.3535 MILLS. WHEREAS, the estimated revenue to be received by the City for the fiscal year beginning October 1, 2022, and ending September 30, 2023, from ad valorem taxes is $85,015,120; and WHEREAS, based upon the taxable value provided by the Pinellas County Property Appraiser, 5.8850 mills are necessary to generate $85,015,120; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. It is hereby determined that a tax of 5.8850 mills against the non-exempt real and personal property within the City is necessary to raise the sums to be appropriated for operation purposes, including pensions, debt service, and road capital improvement projects, for the fiscal year beginning October 1, 2022. Section 2. The levy of 5.8850 mills constitutes a 9.93% increase from the rolled back rate. Section 3. This ordinance shall take effect October 1, 2022. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ Frank Hibbard Mayor Approved as to form: Attest: _____________________________ _________________________________ David Margolis Rosemarie Call City Attorney City Clerk |1CITY OF CLEARWATER ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGET myclearwater.com Fiscal Year 2022/23 |2CITY OF CLEARWATER Total Budget (All City Operations) Amended FY 2021/22 Proposed FY 2022/23 % Inc/(Dec) $628,775,509 $651,115,095 4% |3CITY OF CLEARWATER All Funds Fund Amended FY 2021/22 Proposed FY 2022/23 Increase/ (Decrease) General Fund $ 178,938,624 $ 183,629,760 3% Utility Funds 217,977,385 205,890,040 (6%) Enterprise Funds 16,320,112 27,316,370 67% Internal Service Funds 71,052,954 77,754,940 9% Special Revenue Funds 23,526,315 31,261,805 33% Capital Fund 120,960,119 125,262,180 4% |4CITY OF CLEARWATER $0 $3 $6 $9 $12 $15 $18 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 $7.5 $7.7 $8.7 $10.2 $11.9 $13.4 $15.2 Taxable Property Values Billion |5CITY OF CLEARWATER Millage Rate •A “mill” is the property tax levy of $1 per $1,000 of taxable property value •Current Millage Rate 5.9550 mills •Proposed Millage Rate 5.8850 mills •(9.93% greater than rolled-back rate) •The rolled-back rate is the millage rate that will provide the same revenues as prior year if applied to the current tax roll (after adjusting for new construction) •Rolled-back Rate 5.3535 mills |6CITY OF CLEARWATER $0 $10 $20 $30 $40 $50 $60 $70 $80 $90 $37.2 $40.8 $46.6 $63.8 $71.9 $76.2 $85.0 Ad Valorem Tax Revenues Million |7CITY OF CLEARWATER General Fund Revenues Source Amended FY 21/22 Proposed FY 22/23 Inc/(Dec) Ad Valorem Tax $ 72,648,340 $ 80,964,710 11% Utility Taxes 17,270,000 17,890,000 4% Other Taxes 6,080,000 6,430,000 6% Franchise Fees 10,527,550 11,000,000 4% Intergovernmental 24,399,380 28,768,720 18% Charges for Service 15,799,810 17,218,270 9% Transfers In 11,425,143 12,497,802 9% All Other Revenue 7,356,726 8,860,258 20% Transfer (to)/from Surplus 13,431,675 TOTAL $ 178,938,624 $183,629,760 3% |8CITY OF CLEARWATER General Fund Expenditures Department Amended FY 21/22 Proposed FY 22/23 Inc/(Dec) Police $ 50,129,397 $ 53,505,918 7% Fire 31,289,534 33,798,143 8% Parks & Recreation 37,206,825 38,162,462 3% Library 8,416,841 9,445,675 12% Planning & Development 7,457,846 7,605,355 2% Public Works 8,492,000 12,890,943 52% Non-Departmental 21,494,351 11,763,576 (45%) All Other Departments 14,451,830 16,457,688 14% TOTAL $ 178,938,624 $ 183,629,760 3% |9CITY OF CLEARWATER General Fund -By Category Personnel 60.5% Operating 16% Internal Service 12% Interfund Transfers 10% Debt and Capital 1.5% $183.6 Million |10CITY OF CLEARWATER 1,685.5 1,709.7 1,790.3 1,834.6 1,840.0 1,848.7 1,876.0 0.0 200.0 400.0 600.0 800.0 1,000.0 1,200.0 1,400.0 1,600.0 1,800.0 2,000.0 Full Time Equivalent Positions (All Funds) |11CITY OF CLEARWATER Additional FTEs Proposed Category General Fund Other Funds Total Accountability Audit, Fire (Payroll), Planning, Information Technology, Marine and Aviation 4.0 4.0 8.0 Operational Efficiency –CM Initiative Office of Innovation –neighborhoods, sustainability Public Works Human Resources –training City Clerk –grant coordination Economic Development –real estate 15.0 0.0 15.0 New Capital Parks & Recreation –Downtown Core Maintenance and Programming (Imagine Clearwater, Cleveland Streetscape) 18.8 0.0 18.8 |12CITY OF CLEARWATER Additional FTEs Proposed Category General Fund Other Funds Total Increased Levels of Service Parks & Recreation –Juvenile Welfare Board programs Police –Officers to support increased service demands Marine & Aviation –Additional after-hours security, increased peak-hour staffing 11.2 3.3 14.5 Total –New FTEs 49.0 7.3 56.3 Reduced FTEs; Positions Repurposed Positions vacant in excess of one year, reclassed between funds (11.0)(18.0)(29.0) Net change in FTEs (from FY22)38.0 (10.7)27.3 |13CITY OF CLEARWATER Capital Improvement Fund Utility Operations 44% General Government 26%Internal Service 10% Small Enterprise 20% $125.3 Million |14CITY OF CLEARWATER Homesteaded Property Save Our Homes Cap –3.0% 2021 2022 Increase Taxable Value $100,000 $103,000 $3,000 City Taxes $595.50 $606.16 $10.66 |15CITY OF CLEARWATER Where your property taxes go - 31% 30% 30% 9%School Board Pinellas County Clearwater Other Agencies |16CITY OF CLEARWATER Public Hearings Thursday, September 15 –6 p.m. Thursday, September 29 –6 p.m. |17CITY OF CLEARWATER ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGET myclearwater.com Fiscal Year 2022/23 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9615-22 2nd rdg Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9615-22 on second reading, adopting an operating budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance No. 9615-22 OPERATING BUDGET ORDINANCE ORDINANCE NO. 9615-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING AN OPERATING BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2022, AND ENDING SEPTEMBER 30, 2023; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE SERVICE PROGRAMS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONIES AND PROGRAMS AMONG THE DEPARTMENTS AND ACTIVITIES WITHIN ANY FUND AS PROVIDED BY CHAPTER 2 OF THE CLEARWATER CODE OF ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted an estimate of the expenditures necessary to carry on the City government for the fiscal year beginning October 1, 2022, and ending September 30, 2023; and WHEREAS, an estimate of the revenues to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the operating budget, and notice of the times and places where copies of the budget message and operating budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing on September 15, 2022, upon said budget and tax levy; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Pursuant to the City Manager's Annual Budget Report for the fiscal year beginning October 1, 2022, and ending September 30, 2023, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the operation of the City, a copy of which is attached as Exhibit A, and a summary of which is attached as Exhibit B. Ordinance No. 9615-22 Section 2. The budget as adopted shall stand and be the budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 3. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the service programs authorized by the adoption of this budget. Section 4. The City Manager is authorized for reasons of economy or efficiency to transfer part or all of any unencumbered appropriation balance among programs within an operating fund, provided such action does not result in the discontinuance of a program. Section 5. It is the intent of the City Council that this budget, including amendments thereto, is adopted to permit the legal appropriation and encumbering of funds for the purposes set forth in the budget. All appropriated and encumbered but unexpended funds at the end of the fiscal year may be expended during the subsequent fiscal year for the purposes for which they were appropriated and encumbered, and such expenditures shall be deemed to have been spent out of the current budget allocation. It shall not be necessary to reappropriate additional funds in the budget for the subsequent fiscal year to cover valid open encumbrances outstanding as of the end of the current fiscal year. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2022. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ______________________________ ________________________________ David Margolis Rosemarie Call City Attorney City Clerk Page 1 Special Special Other Housing Total General Development Program Assistance Trust Governmental GOVERNMENTAL FUNDS Fund Fund Fund Funds Funds Balances Brought Forward 54,247,789 14,277,582 15,469,440 2,622,089 86,616,900 Budgeted Revenues Ad Valorem Taxes 80,964,710 4,050,410 85,015,120 Utility Taxes 17,890,000 17,890,000 Local Option, Fuel & Other Taxes 6,430,000 17,768,150 24,198,150 Franchise Fees 11,000,000 11,000,000 Other Permits and Fees 3,908,500 3,908,500 Intergovernmental Revenue 28,768,720 897,475 1,291,060 30,957,255 Charges for Services 17,218,270 140,000 17,358,270 Judgments, Fines and Forfeits 1,439,000 1,439,000 Miscellaneous Revenues 3,512,758 450,000 125,000 4,087,758 Transfers In 12,497,802 557,080 13,054,882 Other Financing Sources TOTAL BUDGETED REVENUES 183,629,760 22,408,560 1,579,555 1,291,060 208,908,935 TOTAL REVENUES, TRANSFERS, AND BALANCES 237,877,549 36,686,142 17,048,995 3,913,149 295,525,835 Budgeted Expenditures City Council 459,136 459,136 City Manager's Office 1,032,745 1,032,745 City Attorney's Office 2,549,409 2,549,409 City Audit 372,930 372,930 City Clerk 1,274,878 1,274,878 CRA Administration 691,422 691,422 Economic Development and Housing 2,019,501 2,019,501 Finance 2,938,832 2,938,832 Fire 33,798,143 33,798,143 Human Resources 2,233,506 2,233,506 Library 9,445,675 9,445,675 Non-Departmental 11,763,576 11,763,576 Office of Innovation 899,534 899,534 Parks and Recreation 38,162,462 38,162,462 Planning and Development 7,605,355 7,605,355 Police 53,505,918 173,200 53,679,118 Public Communications 1,573,275 1,573,275 Public Utilities 412,520 412,520 Public Works 12,890,943 12,890,943 General Government Services 312,380 312,380 Economic Environment 498,117 988,161 1,486,278 Human Services 1,500 1,500 Culture and Recreation 70,000 70,000 Transfers Out 28,466,190 449,358 302,899 29,218,447 TOTAL BUDGETED EXPENDITURES 183,629,760 28,466,190 1,504,555 1,291,060 214,891,565 Fund Balances/Reserves/Net Assets 54,247,789 8,219,952 15,544,440 2,622,089 80,634,270 TOTAL EXPENDITURES AND BALANCES 237,877,549 36,686,142 17,048,995 3,913,149 295,525,835 EXHIBIT A CITY OF CLEARWATER 2022-23 BUDGET Ordinance No. 9615-22 Page 2 Water Stormwater Solid Waste Total & Sewer Utility & Recycling Gas Utility UTILITY FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 114,776,044 29,596,429 19,543,587 5,522,457 169,438,517 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees 1,350 1,350 Intergovernmental Revenue Charges for Services 103,669,490 17,340,280 29,431,969 55,595,170 206,036,909 Judgments, Fines and Forfeits 271,000 73,000 103,000 100,000 547,000 Miscellaneous Revenues 2,939,610 301,560 845,281 321,370 4,407,821 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 106,880,100 17,714,840 30,381,600 56,016,540 210,993,080 TOTAL REVENUES, TRANSFERS, AND BALANCES 221,656,144 47,311,269 49,925,187 61,538,997 380,431,597 Budgeted Expenditures Water & Sewer Fund Public Utilities Administration 3,137,339 3,137,339 Wastewater Collection 13,624,801 13,624,801 Public Utilities Maintenance 8,225,723 8,225,723 WPC Plant Operations 26,602,163 26,602,163 WPC Laboratory Operations 611,067 611,067 WPC Industrial Pretreatment 999,062 999,062 Water Distribution 19,485,328 19,485,328 Water Supply 23,124,370 23,124,370 Reclaimed Water 5,018,157 5,018,157 Stormwater Fund Stormwater Management 10,773,256 10,773,256 Stormwater Maintenance 6,018,454 6,018,454 Solid Waste & Recycling Fund Administration 1,362,394 1,362,394 Solid Waste Collection 20,030,254 20,030,254 Solid Waste Transfer 2,467,042 2,467,042 Solid Waste Container Maintenance 958,445 958,445 Recycling Residential 1,670,431 1,670,431 Recycling Multi Family 430,139 430,139 Recycling Commercial 1,519,275 1,519,275 Gas Fund Administration and Supply 29,734,623 29,734,623 Pinellas Gas Operations 14,305,023 14,305,023 Pasco Gas Operations 9,115,613 9,115,613 Gas Marketing and Sales 6,677,081 6,677,081 TOTAL BUDGETED EXPENDITURES 100,828,010 16,791,710 28,437,980 59,832,340 205,890,040 Fund Balances/Reserves/Net Assets 120,828,134 30,519,559 21,487,207 1,706,657 174,541,557 TOTAL EXPENDITURES AND BALANCES 221,656,144 47,311,269 49,925,187 61,538,997 380,431,597 EXHIBIT A CITY OF CLEARWATER 2022-23 BUDGET Ordinance No. 9615-22 Page 3 Clearwater Total Harbor Other Airpark Marine Marine Parking Enterprise OTHER ENTERPRISE FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 890,216 3,629,504 1,900,687 22,568,128 28,988,535 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 18,000 6,399,710 913,500 9,561,080 16,892,290 Judgments, Fines and Forfeits 3,200 1,000 990,000 994,200 Miscellaneous Revenues 364,000 149,000 31,500 200,000 744,500 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 382,000 6,551,910 946,000 10,751,080 18,630,990 TOTAL REVENUES, TRANSFERS, AND BALANCES 1,272,216 10,181,414 2,846,687 33,319,208 47,619,525 Budgeted Expenditures Airpark Fund Airpark Operations 406,990 406,990 Marine Fund Marina Operations 7,038,640 7,038,640 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,003,610 1,003,610 Parking Fund Parking System 16,472,238 16,472,238 Parking Enforcement 1,046,022 1,046,022 Beach Guard Operations 1,194,937 1,194,937 Seminole Street Boat Ramp 153,933 153,933 TOTAL BUDGETED EXPENDITURES 406,990 7,038,640 1,003,610 18,867,130 27,316,370 Fund Balances/Reserves/Net Assets 865,226 3,142,774 1,843,077 14,452,078 20,303,155 TOTAL EXPENDITURES AND BALANCES 1,272,216 10,181,414 2,846,687 33,319,208 47,619,525 EXHIBIT A CITY OF CLEARWATER 2022-23 BUDGET Ordinance No. 9615-22 Page 4 Administrative General Central Service Service Garage Insurance INTERNAL SERVICE FUNDS Fund Fund Fund Fund Total Balances Brought Forward 4,910,651 11,235,473 1,696,770 19,956,737 37,799,631 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 16,050,270 6,368,650 18,908,130 35,413,700 76,740,750 Judgments, Fines and Forfeits Miscellaneous Revenues 100,000 130,000 625,000 340,000 1,195,000 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 16,150,270 6,498,650 19,533,130 35,753,700 77,935,750 TOTAL REVENUES, TRANSFERS, AND BALANCES 21,060,921 17,734,123 21,229,900 55,710,437 115,735,381 Budgeted Expenditures Administrative Services FundInformation Technology/Administration 515,877 515,877 Network Services 4,854,345 4,854,345 Network Security & Architecture 2,646,074 2,646,074 Software Applications 2,761,577 2,761,577 Enterprise Systems & Training 1,091,360 1,091,360 Courier 198,577 198,577 Utility Customer Service 4,001,420 4,001,420 General Services Fund Administration 512,198 512,198 Building and Maintenance 5,950,782 5,950,782 Garage Fund Fleet Maintenance 17,789,189 17,789,189 Radio Communications 1,681,211 1,681,211 Central Insurance Fund Risk Management 438,663 438,663 Employee Benefits 414,160 414,160 Employee Health Center 1,731,900 1,731,900 Non-Departmental 33,167,607 33,167,607 TOTAL BUDGETED EXPENDITURES 16,069,230 6,462,980 19,470,400 35,752,330 77,754,940 Fund Balances/Reserves/Net Assets 4,991,691 11,271,143 1,759,500 19,958,107 37,980,441 TOTAL EXPENDITURES AND BALANCES 21,060,921 17,734,123 21,229,900 55,710,437 115,735,381 EXHIBIT ACITY OF CLEARWATER 2022-23 BUDGET Ordinance No. 9615-22 Page 1 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service AllALL FUNDS Funds Funds Funds Funds Funds Balances Brought Forward 86,616,900 169,438,517 28,988,535 37,799,631 322,843,583 Budgeted Revenues Ad Valorem Taxes 85,015,120 85,015,120 Utility Taxes 17,890,000 17,890,000 Local Option, Fuel & Other Taxes 24,198,150 24,198,150 Franchise Fees 11,000,000 11,000,000 Other Permits and Fees 3,908,500 1,350 3,909,850 Intergovernmental Revenue 30,957,255 30,957,255 Charges for Services 17,358,270 206,036,909 16,892,290 76,740,750 317,028,219 Judgments, Fines and Forfeits 1,439,000 547,000 994,200 2,980,200 Miscellaneous Revenues 4,087,758 4,407,821 744,500 1,195,000 10,435,079 Transfers In 13,054,882 13,054,882 Other Financing Sources TOTAL BUDGETED REVENUES 208,908,935 210,993,080 18,630,990 77,935,750 516,468,755 TOTAL REVENUES, TRANSFERS, AND BALANCES 295,525,835 380,431,597 47,619,525 115,735,381 839,312,338 Budgeted Expenditures City Council 459,136 459,136 City Manager's Office 1,032,745 1,032,745 City Attorney's Office 2,549,409 2,549,409 City Audit 372,930 372,930 City Clerk 1,274,878 1,274,878 CRA Administration 691,422 691,422 Economic Development and Housing 2,019,501 2,019,501Finance2,938,832 2,938,832 Fire 33,798,143 33,798,143 Human Resources 2,233,506 2,233,506 Library 9,445,675 9,445,675 Non-Departmental 11,763,576 11,763,576 Office of Innovation 899,534 899,534 Parks and Recreation 38,162,462 38,162,462 Planning and Development 7,605,355 7,605,355 Police 53,679,118 53,679,118 Public Communications 1,573,275 1,573,275 Public Services 412,520 412,520 Public Works 12,890,943 12,890,943 General Government Services 312,380 312,380 Economic Environment 1,486,278 1,486,278 Human Services 1,500 1,500 Culture and Recreation 70,000 70,000 Transfers Out 29,218,447 29,218,447 Water & Sewer Fund Expenditures Public Utilities Administration 3,137,339 3,137,339 Wastewater Collection 13,624,801 13,624,801 Public Utilities Maintenance 8,225,723 8,225,723 WPC Plant Operations 26,602,163 26,602,163 WPC Laboratory Operations 611,067 611,067 WPC Industrial Pretreatment 999,062 999,062 Water Distribution 19,485,328 19,485,328 Water Supply 23,124,370 23,124,370 Reclaimed Water 5,018,157 5,018,157 Stormwater Fund Stormwater Management 10,773,256 10,773,256 Stormwater Maintenance 6,018,454 6,018,454 EXHIBIT B CITY OF CLEARWATER 2022-23 BUDGET Ordinance No. 9615-22 Page 2 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service AllALL FUNDS Funds Funds Funds Funds Funds Budgeted Expenditures Solid Waste & Recycling Fund Administration 1,362,394 1,362,394 Solid Waste Collection 20,030,254 20,030,254 Solid Waste Transfer 2,467,042 2,467,042 Solid Waste Container Maintenance 958,445 958,445 Recycling Residential 1,670,431 1,670,431 Recycling Multi Family 430,139 430,139 Recycling Commercial 1,519,275 1,519,275 Gas Fund Administration and Supply 29,734,623 29,734,623 Pinellas Gas Operations 14,305,023 14,305,023 Pasco Gas Operations 9,115,613 9,115,613 Gas Marketing and Sales 6,677,081 6,677,081 Airpark Fund Airpark Operations 406,990 406,990 Marine Fund Marina Operations 7,038,640 7,038,640 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 1,003,610 1,003,610 Parking Fund Parking System 16,472,238 16,472,238 Parking Enforcement 1,046,022 1,046,022 Beach Guard Operations 1,194,937 1,194,937 Seminole Street Boat Ramp 153,933 153,933 Administrative Services Fund Information Technology/Administration 515,877 515,877 Network Services 4,854,345 4,854,345 Network Security & Architecture 2,646,074 2,646,074 Software Applications 2,761,577 2,761,577 Enterprise Systems & Training 1,091,360 1,091,360 Courier 198,577 198,577 Clearwater Customer Service 4,001,420 4,001,420 General Services Fund Administration 512,198 512,198 Building and Maintenance 5,950,782 5,950,782 Garage FundFleet Maintenance 17,789,189 17,789,189 Radio Communications 1,681,211 1,681,211 Central Insurance Fund Risk Management 438,663 438,663 Employee Benefits 414,160 414,160 Employee Health Center 1,731,900 1,731,900 Non-Departmental 33,167,607 33,167,607 TOTAL BUDGETED EXPENDITURES 214,891,565 205,890,040 27,316,370 77,754,940 525,852,915 Fund Balances/Reserves/Net Assets 80,634,270 174,541,557 20,303,155 37,980,441 313,459,423 TOTAL EXPENDITURES AND BALANCES 295,525,835 380,431,597 47,619,525 115,735,381 839,312,338 2022-23 BUDGET EXHIBIT B CITY OF CLEARWATER Ordinance No. 9615-22 Proposed Final FY 22/23 Adjustments FY 22/23 Budgeted Revenues: Ad Valorem Taxes 81,964,710 (1,000,000) 80,964,710 (1) Utility Taxes 17,890,000 17,890,000 Local Option, Fuel & Other Taxes 6,430,000 6,430,000 Franchise Fees 11,000,000 11,000,000 Other Permits and Fees 3,908,500 3,908,500 Intergovernmental Revenues 28,768,720 28,768,720 Charges for Services 17,218,270 17,218,270 Judgments, Fines & Forfeits 1,439,000 1,439,000 Miscellaneous Revenues 3,553,600 (40,842) 3,512,758 (2) Transfers In 12,456,960 40,842 12,497,802 (2) Total Budgeted Revenues 184,629,760 (1,000,000) 183,629,760 Transfer (to) from Surplus - Total Revenues 184,629,760 (1,000,000) 183,629,760 Budgeted Expenditures: City Council 459,136 459,136 City Manager's Office 1,032,745 1,032,745 City Attorney's Office 2,549,409 2,549,409 City Audit 372,930 372,930 City Clerk 1,274,878 1,274,878 CRA Administration 691,422 691,422 Economic Development & Housing 2,019,501 2,019,501 Finance 2,938,832 2,938,832 Fire 33,798,143 33,798,143 Human Resources 2,233,506 2,233,506 Library 9,525,675 (80,000) 9,445,675 (3) Non-Departmental 11,763,576 11,763,576 Office of Innovation 968,534 (69,000) 899,534 (3) Parks & Recreation 38,813,462 (651,000) 38,162,462 (3) Planning & Development 7,605,355 7,605,355 Police 53,505,918 53,505,918 Public Communications 1,573,275 1,573,275 Public Utilities - Maintenance Facility 412,520 412,520 Public Works 13,090,943 (200,000) 12,890,943 (3) Total Budgeted Expenditures 184,629,760 (1,000,000) 183,629,760 (3) To decrease General Fund expenditures by $1,000,000 to provide for a millage rate reduction as approved by the Council on September 1, 2022. As amended for final budget ordinance - September 15, 2022 public hearing General Fund Operating Budget 2022/23 (2) To adjust miscellaneous revenues and transfer in revenues (net zero) to account for revenues in the correct categories. (1) To decrease ad valorem tax revenues by $1,000,000 to provide for a millage rate reduction as approved by the Council on September 1, 2022. Page 1 Proposed Final FY 22/23 Adjustments FY 22/23 Budgeted Revenues: Ad Valorem Taxes 4,100,410 (50,000) 4,050,410 (1) Utility Taxes Local Option, Fuel & Other Taxes 17,768,150 17,768,150 Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 140,000 140,000 Judgments, Fines and Forfeits Miscellaneous Revenues 450,000 450,000 Transfers In Other Financing Sources Total Revenues 22,458,560 (50,000) 22,408,560 Budgeted Expenditures: Transfers Out 28,516,190 (50,000) 28,466,190 (2) Total Budgeted Expenditures 28,516,190 (50,000) 28,466,190 Special Development Fund Operating Budget 2022/23 As amended for final budget ordinance for September 15, 2022 public hearing (1) To decrease Ad Valorem Taxes (Road Millage) revenues by $50,000 to provide for a millage rate reduction as approved by the Council on September 1, 2022. (2) To decrease transfers out by $50,000 to provide for a millage rate reduction as approved by the Council on September 1, 2022. Page 2 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9616-22 2nd rdg Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9616-22 on second reading, adopting the Capital Improvement Plan budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; approving the six-year Capital Improvement Program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the Capital Improvement Program; appropriating available and anticipate resources for the projects identified., adopting the Capital Improvement Plan budget for the fiscal year beginning October 1, 2022 and ending September 30, 2023; approving the six-year Capital Improvement Program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the Capital Improvement Program; appropriating available and anticipate resources for the projects identified. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance No. 9616-22 CAPITAL IMPROVEMENT ORDINANCE ORDINANCE NO. 9616-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING THE CAPITAL IMPROVEMENT PROGRAM BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2022, AND ENDING SEPTEMBER 30, 2023; APPROVING THE SIX-YEAR CAPITAL IMPROVEMENT PROGRAM WHICH SHALL BE REEVALUATED AT THE BEGINNING OF EACH FISCAL YEAR; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE CAPITAL IMPROVEMENTS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONEY BETWEEN PROJECTS IN THE CAPITAL IMPROVEMENT PROGRAM; APPROPRIATING AVAILABLE AND ANTICIPATED RESOURCES FOR THE PROJECTS IDENTIFIED; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted a proposed Six-Year Capital Improvement Program, and has submitted an estimate of the amount of money necessary to carry on said Capital Improvement Program for the fiscal year beginning October 1, 2022, and ending September 30, 2023; and WHEREAS, an estimate of the resources available and income to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the Capital Improvement Budget, and notice of the times and places when copies of the budget message and capital budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing upon said proposed budget on September 15, 2022; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Pursuant to the Capital Improvement Program Report and Estimated Budget for the fiscal year beginning October 1, 2022, and ending September 30, 2023, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the Ordinance No. 9616-22 capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. The Six-Year Capital Improvement Program and Budget, a summary of which is attached hereto, marked Exhibit B, is approved in its present form, but prior to the beginning of each fiscal year the City Council shall reevaluate priorities, hold public hearings and formally adopt additions or corrections thereto. Section 3. The budget as adopted shall stand and be the Capital Improvement Program Budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 4. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the capital improvements authorized by the adoption of this budget. Section 5. The City Manager is authorized to transfer appropriations within the capital budget, provided such transfer does not result in changing the scope of any project or the fund source included in the adopted capital budget. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2022. PASSED ON FIRST READING AS AMENDED _____________________ PASSED ON SECOND READING _____________________ AND ADOPTED ________________________________ Frank V. Hibbard Mayor Approved as to form: Attest: _____________________________ ________________________________ David Margolis Rosemarie Call City Attorney City Clerk Budgeted RevenuesGENERAL SOURCES:2022/23 General Operating Revenue 14,819,980 Penny for Pinellas 22,948,630 Road Millage 4,050,410 Local Option Fuel Tax 1,327,150 Grants 200,000 County Fire Reimbursements 340,170 Special Program Fund 50,000 Multi-Modal Impact Fees 140,000 SELF SUPPORTING FUNDS: Parking Revenue 11,295,000 Marine Revenue 1,400,000 Clearwater Harbor Marina Fund 175,000 Airpark Revenue 75,000 Utility System: Water Revenue 10,606,750 Sewer Revenue 11,691,790 Utility R & R 12,225,590 Water Impact Fees 160,000 Sewer Impact Fees 50,000 Stormwater Utility Revenue 6,958,010 Gas Revenue 13,625,000 Solid Waste Revenue 450,000 INTERNAL SERVICE FUNDS: Garage Revenue 260,000 Administrative Services Revenue 1,900,000 General Services Fund 100,000 Central Insurance Fund 172,000 BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 9,791,700 Lease Purchase - Administrative Services 450,000 TOTAL ALL FUNDING SOURCES:$125,262,180 CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2022/23 Exhibit A Ordinance No. 9616-22 Budgeted Expenditures FUNCTION:2022/23 Other General Government 22,981,700 Police Protection 305,000 Fire Protection 1,044,250 Fire Rescue Services 538,000 Gas Utility Services 13,625,000 Solid Waste Services 450,000 Water-Sewer Services 30,500,040 Flood Protection/Stormwater Mgmt 6,958,010 Other Physical Environment 570,000 Road and Street Facilities 10,451,650 Airports 275,000 Water Transportation Systems 150,000 Parking Facilities 11,179,000 Other Transportation 56,500 Libraries 735,000 Parks & Recreation 4,065,000 Cultural Services 40,000 Special Recreation Facilities 21,338,030 TOTAL PROJECT EXPENDITURES $125,262,180 Exhibit A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2022/23 Ordinance No. 9616-22 Function 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Other General Government 22,981,700 22,176,790 21,664,390 15,110,610 16,036,650 16,193,730 114,163,870 Police Protection 305,000 345,000 345,000 335,000 335,000 335,000 2,000,000 Fire Protection 1,044,250 990,560 1,964,540 273,520 2,200,760 1,238,400 7,712,030 Fire Rescue Services 538,000 571,000 304,500 297,320 680,920 234,080 2,625,820 Gas Utility Services 13,625,000 12,225,000 9,225,000 7,375,000 7,125,000 7,125,000 56,700,000 Solid Waste Services 450,000 7,200,000 7,200,000 450,000 450,000 450,000 16,200,000 Water-Sewer Services 30,500,040 39,102,210 45,997,350 63,473,670 55,931,220 25,989,770 260,994,260 Flood Protection/ Stormwater Mgmt 6,958,010 3,475,100 8,911,290 4,048,580 5,144,290 7,724,850 36,262,120 Other Physical Environment 570,000 3,486,460 22,884,980 12,364,600 20,163,850 10,607,130 70,077,020 Road and Street Facilities 10,451,650 9,831,010 12,250,560 15,734,270 10,876,930 9,129,430 68,273,850 Airports 275,000 3,061,600 625,000 25,000 5,425,000 25,000 9,436,600 Water Transportation Systems 150,000 150,000 150,000 150,000 150,000 150,000 900,000 Parking Facilities 11,179,000 10,909,000 1,109,000 924,000 1,024,000 924,000 26,069,000 Other Transportation 56,500 56,500 56,500 56,500 56,500 91,500 374,000 Libraries 735,000 110,000 110,000 110,000 110,000 110,000 1,285,000 Parks & Recreation 4,065,000 3,731,500 2,556,000 2,520,000 4,322,500 3,777,500 20,972,500 Cultural Services 40,000 40,000 40,000 40,000 40,000 40,000 240,000 Special Recreation Facilities 21,338,030 24,074,530 3,483,500 5,703,000 3,575,000 4,688,000 62,862,060 125,262,180 141,536,260 138,877,610 128,991,070 133,647,620 88,833,390 757,148,130 Exhibit B Schedule of Planned Expenditures CAPITAL IMPROVEMENT PROGRAM EXPENDITURE SUMMARY BY FUNCTION FY 2022-2023 THROUGH FY 2027-2028 CAPITAL IMPROVEMENT FUND CITY OF CLEARWATER Ordinance No. 9616-22 Preliminary CIP Budget Net Change Project Funding Source 6-year Total 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 6-year Total Prelim vs. Final ENRD180004 Streets & Sidewalks Road Millage 25,582,060 4,005,420 4,136,530 4,219,260 4,303,640 4,389,710 4,477,500 25,532,060 (50,000) ENRD180004 Streets & Sidewalks General Fund 5,400,000 700,000 700,000 700,000 700,000 700,000 700,000 4,200,000 (1,200,000) 30,982,060$ 4,705,420$ 29,732,060$ (1,250,000)$ change from preliminary budget CIP Budget Final Project changes as amended for final budget ordinance September 15, 2022 public hearing Page 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD 9609-22 Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.4 SUBJECT/RECOMMENDATION: Approve the request from Peace Memorial Presbyterian Church of Clearwater, FL, Inc, the owner of property addressed 110 S. Fort Harrison Avenue, Clearwater to vacate a portion of a 28-foot-wide platted Alley Right-of-Way, lying west of lots 20, 19, 18, 17 and 16 of Block B, being described in the Plat titled John R. Davey, et. al. Resubdivision, according to the map or plat thereof as recorded in Plat Book 1, Page 87, of the Public Records of Hillsborough County, Florida, of which Pinellas County, Florida, was formerly a part, subject to certain conditions, and pass Ordinance 9609-22 on first reading. SUMMARY: The property owner at 110 S. Fort Harrison Avenue, Clearwater, has requested that the City vacate a portion of the 28-foot-wide platted Alley Right-of-Way along the western lot line of 110 S. Fort Harrison Avenue. The northern portion of said Alley Right-of-Way was previously vacated in Ordinance 8363-12. The purpose of this vacation is to accommodate improvements to the handicap ramp and covered entrance to the building and prevent dangerous through traffic. There are city and private utilities present within the subject property. Utility easements will be reserved and retained by the City within the right-of-way for the continued use, installation, maintenance, repair, and replacement of any and all city utility infrastructure and related access. Utility easements will be reserved and retained for private utility interests as they may appear at the Effective Date of the ordinance. A Pedestrian Ingress and Egress Easement will be reserved and retained over, across and through the entire vacated right-of-way in favor of the general public. As a prerequisite to the effectiveness of the vacation, all conditions precedent set forth therein must be met. City staff have reviewed this vacation and have no objection subject to the conditions of the ordinance. Page 1 City of Clearwater Printed on 10/5/2022 Pierce Street 40' R/W Lot 23 S Osceola Avenue(40' R/W Per Plat)55' R/WS Fort Harrison Avenue70' R/WAlley 17' R/W Vacated Alley Per OR 17754-1270 Lot 22 Lot 21 Lot 20 Lot 19 Lot 18 Lot 17 Lot 16 Lot 8 Lot 9 Lot 10 Lot 11 Lot 12 Lot 13 Lot 14 Lot 15John R. Davey et al Re-Subdivision,Block B,Plat Book 1, Page 87DRAWN BY CHECKED BY DATE DRAWN SECT-TWNSP-RNG SHEETDWG. NO. OF -- CITY OF CLEARWATER ENGINEERING DEPARTMENT Exhibit A 28' Platted Alley Right-of-Way VacationJABTLM 06/15/2022 Lgl_2022-14 1 2 16 29S 15E This is not a survey N.T.S. Legal description28' Alley Vacation described as follows:All of that certain 28'wide alley lying west of Lots 20,19,18,17 and 16 of Block B, parcels depicted in the plat titled "John R. Davey, et al Re­subdivision" in Plat Book 1, page 87 of the Public Records of Hillsborough County, FI, of which Pinellas County was formerly a part.I have prepared the above legal description this 24th day of April, 2022. My Florida Licensed Professional Land Surveyor # is LS005062wmmmfi■i/R. Mark Pitchfordi- [RE22-1313-178/295010/1] 1 Ord. No. 9609-22 ORDINANCE NO. 9609-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THAT CERTAIN PORTION OF A 28- FOOT-WIDE ALLEY RIGHT-OF-WAY LYING WEST OF LOTS 20, 19, 18, 17 AND 16 OF BLOCK B, BEING DESCRIBED IN THE PLAT TITLED “JOHN R. DAVEY, ET. AL. RESUBDIVISION” LOCATED IN PLAT BOOK 1, PAGE 87 OF THE PUBLIC RECORDS OF HILLSBOROUGH COUNTY, FLORIDA, OF WHICH PINELLAS COUNTY, FLORIDA WAS FORMERLY A PART; SUBJECT TO CERTAIN CONDITIONS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of the real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, (the “Property”), has requested that the City vacate a 28-foot-wide platted alley right-of-way lying therein, subject to conditions as further described below; and WHEREAS, the City of Clearwater (“City”), Duke Energy Florida, LLC, d/b/a Duke Energy (“Duke”), including successors, and Frontier Communications, Inc. (“Frontier”), each have utilities lying within the Property and each desires sufficient easements for continued use, maintenance, repair, and replacement of said utilities infrastructure; and WHEREAS, the City desires to reserve a pedestrian ingress and egress easement over the Property in favor of the general public; and WHEREAS, the City Council of the City of Clearwater, Florida (“City”) finds that said right-of-way described herein and depicted in Exhibit “A” is not necessary for use as public right-of-way, other than as provided for below, and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A right-of-way described as follows: See Exhibit “A” is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto, contingent upon, and subject to, the following conditions precedent: [RE22-1313-178/295010/1] 2 Ord. No. 9609-22 1. The City hereby reserves and retains a Pedestrian Ingress and Egress Easement over, across, and through the entire Property in favor of the general public. 2. The City hereby reserves and retains a non-exclusive Blanket Utility Easement in favor of the City for the continued use, installation, maintenance, repair, and replacement of any and all City utility infrastructure over, across, under and through the entire Property and necessary ingress and egress related thereto. 3. Non-exclusive Public Utility Easements are hereby reserved and retained in favor of Duke Energy and Frontier, respectively, consistent with each party’s conditional Letter of No Objection to this vacation, and any vested rights of occupation, use and access in existence at the Effective Date of this ordinance, including any rights vested under any valid franchise agreement between each party and the City or its use of city rights-of-way then in existence. Should applicable reserved easements ever be determined to be legally insufficient for the matters reserved, Owner shall grant recordable easements to the City, Duke Energy, and Frontier, respectively. Said easements shall be recorded as Official Records with the Pinellas County Clerk of the Circuit Court as a pre-requisite to this vacation becoming effective. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Mahony Rosemarie Call Senor Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD 9619-22 Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.5 SUBJECT/RECOMMENDATION: Approve the request from the City of Clearwater, owner of property addressed 300 Cleveland Street, to vacate the 18-foot-wide drainage and utility easement, as recorded in Book 926, Page 157, Official Records of Pinellas County, Florida (Easement) being further described as the South 18 feet of Lots 3, 4, and 5, Rompon’s and Baskin’s Corrected Map of Causeway Business District, as recorded in Plat Book 57, Page 1 of the Official Records of Pinellas County, FL, and pass Ordinance 9619-22 on first reading. SUMMARY: The City of Clearwater is the owner of 300 Cleveland St, the former Harborview Center, and requests that the City vacate the 18-foot-wide Platted Drainage and Utility Easement located on the South 18 feet of Lots 3, 4, and 5, “Rompon’s & Baskin’s Corrected Map of Causeway Business District”, as recorded in Plat Book 57, Page 1 of the Official Records of Pinellas County, FL. By operation of law, the easement interests provided for in the Easement merged into the City’s fee simple interest upon conveyance of the subject parcel to the City in that certain Special Warranty Deed dated July 14, 1992, recorded at Book 7998, Page 606, Official Records of Pinellas County, Florida. This vacation is intended to clear any cloud on title remaining as to the Easement interests, by the City formally vacating said interest and recording evidence thereof on the Official Records of the Clerk of the Circuit Court, Pinellas County, Florida. Clearing of title via this vacation is intended to allow for subsequent conveyance and development of the parcel. There are no city utilities present within this easement. City staff have no objection to this vacation. Page 1 City of Clearwater Printed on 10/5/2022 [RE15-1313-080/295113/1] 1 Ord. 9619-22 ORDINANCE NO. 9619-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE 18-FOOT-WIDE DRAINAGE & UTILITY EASEMENT AS RECORDED IN BOOK 926, PAGE 157, OFFICIAL RECORDS OF PINELLAS COUNTY, FLORIDA, BEING FURTHER DESCRIBED AS THE SOUTH 18 FEET OF LOTS 3, 4, AND 5, “ROMPON’S & BASKIN’S CORRECTED MAP OF CAUSEWAY BUSINESS DISTRICT”, AS RECORDED IN PLAT BOOK 57, PAGE 1 OF THE OFFICIAL RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater is the owner in fee title of real property described and depicted in Exhibit “A” attached hereto, and to clear a cloud on title, requests to vacate said easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The easement described is as follows: See Exhibit “A” Is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto, however, this vacation is in no way intended to impact the City’s fee simple title in the property, which is reserved and remains unaffected by this vacation. [RE15-1313-080/295113/1] 2 Ord. 9619-22 Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk DREW ST N OSCEOLA AVE CLEVELAND ST ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com JB TM N.T.S.286B 16-29s-15e08/26/2022Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: VAC2022-1218' Drainage and Utility Easement Vacation Document Path: C:\Users\James.Benwell\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\VAC2022_12Aerial.mxd AERIAL MAP 18' Easement Vacation Lot 1 Rompon's & Baskin's Corrected Map of Causeway Business District Plat Book 57, Page 1 Lot 1A Lot 2 Lot 3 Lot 4 Lot 5 Edward Mills Subdivision Plat Book 9, Page 36 Osceola AvenueR/W VariesCleveland Street R/W Varies 18' Drainage and Utility Easement Per OR 926-157 An 18' Drainage and Utility Easement Vacation as recorded in Official Records Book 926, Page 157 of the Public Records of Pinellas County, FL being further described as follows: The South 18' of Lots 3, 4, and 5, "Rompon's & Baskin's Corrected Map of Causeway Business District", as recorded in Plat Book 57, Page 1 of the Public Records of Pinellas County, FL. DRAWN BY CHECKED BY DATE DRAWN SECT-TWNSP-RNG SHEETDWG. NO. OF -- CITY OF CLEARWATER ENGINEERING DEPARTMENT Exhibit A 18' Drainage and Utility Easement OR 926-157JABTLM 09/08/2022 Lgl_2022-18 1 1 16 29S 15E This is not a survey N.T.S. Legal Description Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD 9633-22 Agenda Date: 10/6/2022 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.6 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed 3273 Beaver Drive, Clearwater to vacate the South 5 feet of the 10-foot-wide platted Utility and Drainage Easement, located on Lot 50, Countryside Tract 5, according to the map or plat thereof as recorded in Plat Book 78, Pages 57-58, Public Records of Pinellas County, Florida, less and except the east 5 feet thereof, and pass Ordinance 9633-22 on first reading. SUMMARY: The property owner at 3273 Beaver Dr, Clearwater, has requested that the City vacate the South 5 feet of the 10-foot-wide platted Utility and Drainage Easement near the northern property line, less and except the East 5 feet. The purpose of this vacation is to allow for a swimming pool that was constructed in the easement in 1979 and is preventing closing on the property until it is vacated. There are no city utilities present within this easement. Spectrum has no objections provided the applicant bears the expense for relocation of any Spectrum facilities to maintain service to customers affected by the vacation. All other 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 10/5/2022 [RE15-1313-080/295332/1] Ord. 9633-22 ORDINANCE NO. 9633-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE SOUTH 5 FEET OF THE 10- FOOT-WIDE PLATTED UTILITY AND DRAINAGE EASEMENT, LOCATED ON LOT 50, COUNTRYSIDE TRACT 5, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 78, PAGES 57-58, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, LESS AND EXCEPT THE EAST 5 FEET THEREOF; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said utility and drainage easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said utility and drainage easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A utility and drainage easement described as follows: See Exhibit “A” is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto, contingent upon, and subject to, the following conditions precedent: 1. Spectrum has no objections provided applicant bears the expense for relocation of any Spectrum facilities to maintain service to customers affected by the proposed vacation. Therefore, an easement for Spectrum is hereby reserved and retained in favor of Spectrum, consistent with Spectrum’s conditional Letter of No Objection to this vacation, and any vested rights of occupation, use and access in existence at the Effective Date of this ordinance, including any rights vested under any valid franchise agreement between each party and the City or its use of City rights-of-way then in existence. Should the applicable reserved easement ever be determined to be legally insufficient for the matters reserved, Owner shall grant a recordable easement to the Spectrum. Said easement shall be recorded as Official Records with the Pinellas County Clerk of the Circuit Court. [RE15-1313-080/295332/1] Ord. 9633-22 Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ Frank Hibbard Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Mahony Rosemarie Call Senior Assistant City Attorney City Clerk N00° 20' 13"E100.00'N00° 20' 13"E5.00'S89° 39' 47"E 65.80'S11° 26' 51"W5.10'N89° 39' 47"W 64.82' P.O.C. SOUTHWEST CORNER LOT 50 P.O.B. 5' UTILITY & DRAINAGE EASEMENT WEST LINE LOT 50 PARALLEL TO NORTH LINE LOT 50 SKETCH OF DESCRIPTION This sketch and description has been issued by the followingLandtec Surveying office: ANDREW SNYDER PROFESSIONAL SURVEYOR AND MAPPER FLORIDA REGISTRATION No. 5639 (NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF THE FLORIDA LICENSED SURVEYOR AND MAPPER SHOWN ABOVE) SIGNED: DATE: I HEREBY CERTIFY THAT THIS SKETCH AND DESCRIPTION MEETS THE STANDARDS OF PRACTICE AS OUTLINED IN CHAPTER 5J-17.051 & 5J-17.052 OF THE FLORIDA ADMINISTRATIVE CODE, PURSUANT TO SECTION 472.027, FLORIDA STATUTES, AND THAT THE ELECTRONIC SIGNATURE AND SEAL HEREON MEETS PROCEDURES AS SET FORTH IN CHAPTER 5J-17.062. PURSUANT TO SECTION 472.025, FLORIDA STATUTES. SURVEYOR'S CERTIFICATION:SKETCH OF DESCRIPTION LEGEND: P.O.B. - POINT OF BEGINNING P.O.C. - POINT OF COMMENCEMENT P.B. - PLAT BOOK P.G. - PAGE 08.15.22 LEGAL DESCRIPTION: A 5' UTILITY & DRAINAGE EASEMENT LOCATED IN LOT 50, COUNTRYSIDE TRACT 5, PLAT BOOK 78, PAGES 57 AND 58, PUBLIC RECORDS OF PINELLAS COUNTY,FLORIDA. MORE PARTICULARLY DESCRIBED AS: COMMENCING AT THE SOUTHWEST CORNER OF SAID LOT 50, THENCE N00°20'13”E, ALONG THE WEST LINE OF LOT 50, A DISTANCE OF 100.00 FEET, TO THE POINT OF BEGINNING; THENCE CONTINUE N00°20'13”E, ALONG THE WEST LINE OF LOT 50, A DISTANCE OF 5.00 FEET; THENCE S89°39'47”E, A DISTANCE OF 65.80 FEET; THENCE S11°26'51”W A DISTANCE OF 5.10 FEET; THENCE N89°39'47”W ALONG A LINE PARALLEL TO THE NORTH LINE OF LOT 50, A DISTANCE OF 64.82 FEET TO THE POINT OF BEGINNING. SAID LANDS LYING IN PINELLAS COUNTY, FLORIDA; CONTAINING 326 SQ. FT.(0.007 AC.) MORE OR LESS. SCALE:1"=20' LB # 8007 700 West Hillsboro Boulevard, Suite 4-100 Deerfield Beach, FL 33441 Office: (561) 367-3587 Fax: (561) 465-3145 www.LandtecSurvey.com MULBERRY DR NORTHSIDE DR ELDERBERRY DR BEAVER DR 3275 3253258325872575256732773259327332743261 3265 25913281 3255 3271 327825713267 325732693282 3263 2579²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com JB TM N.T.S.188B 19-28s-16e09/01/2022Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: VAC2022-11Proposed 5' Drainage and Utility Easement Vacation3273 Beaver Drive Document Path: C:\Users\James.Benwell\City of Clearwater\Engineering Geographic Technology - GIS\Engineering\Location Maps\VAC2022_11Aerial.mxd AERIAL MAP Proposed 5' Easement Vacation Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9594-22 2nd rdg Agenda Date: 10/6/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adopt Adopt Ordinance 9594-22 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Residential Urban (RU) to Institutional (I)., amending the future land use plan element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Residential Urban (RU) to Institutional (I). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance No. 9594-22 ORDINANCE NO. 9594-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE DESIGNATION FOR A PORTION OF CERTAIN REAL PROPERTY LOCATED GENERALLY ON THE SOUTHWEST CORNER OF DREW STREET AND MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 110 N MCMULLEN BOOTH ROAD, CLEARWATER, FLORIDA 33759, FROM RESIDENTIAL URBAN (RU), TO INSTITUTIONAL (I); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described properties, as follows: Properties Land Use Category See attached Exhibit “A” for legal description; From: Residential Urban (RU) To Institutional (I) (LUP2022-06005) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect contingent upon approval of the countywide plan land use designation by the Pinellas County Board of Commissioners, where applicable, and thirty-one (31) days post-adoption. If this ordinance is appealed within thirty (30) days after adoption, then this ordinance will take effect only after approval of the countywide plan land use designation by the Pinellas County Board of Commissioners and upon issuance of a final order determining this amendment to be in compliance either by the Department of Economic Opportunity (DEO) or the Administration Commission, where applicable, pursuant to section 163.3187, Florida Statutes. The Community Development Coordinator is authorized to transmit to Forward Pinellas, in its role as the Pinellas Planning Council, an application to amend the Ordinance No. 9594-22 Countywide Plan in order to achieve consistency with the Future Land Use Plan Element of the City’s Comprehensive Plan as amended by this ordinance. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Matthew J. Mytych, Esq. Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PARCEL II :  Begin at the Northeast corner of the South ½ of the SW ¼ of the NW ¼ of the NW ¼ of SecƟon 16, Township 29 South,  Range 16 East; run thence West 115 feet M.O.L.; thence run North 169 feet; thence run East 115 feet; thence run South  169 feet to the Point of Beginning, less and except the South 20 feet thereof for road right of way as described in O.R.  Book 6275, Page 724, Public Records of Pinellas County, Florida.  Parcel IS # 16‐29‐16‐00000‐220‐1400  Address: 3042 Cleveland Street, Clearwater, Florida 33759  PARCEL III :  The East 75 feet of the West 311.05 feet of the North 110 feet of the South 220 feet of the South ½ of the Southeast ¼ of  the Northwest ¼ of the Northwest ¼ of SecƟon 16, Township 29 South, Range 16 East, less and except the South 20 feet  thereof conveyed to the City of Clearwater, Florida, by Deed recorded in OR Book 3308, Page 500, Public Records of  Pinellas County, Florida.  Parcel ID # 16‐29‐16‐00000‐220‐2500  Address: 3060 Cherry Lane, Clearwater, Florida 33759  PARCEL IV :  The East 75 feet of the West 386.05 feet of the North 110 feet of the South one‐half of the Southeast One Quarter of the  Northwest One Quarter of the Northwest One Quarter of SecƟon 16, Township 29 South, Range 16 East  LESS the Northerly 20 feet as Deeded to the City of Clearwater as recorded in O.R. Book 9412, page 2094, of the Public  Records of Pinellas County, Florida.  Parcel ID # 16‐29‐16‐00000‐220‐2700  Address: 3065 Cleveland Street, Clearwater, Florida 33759  PARCEL V :  The East 75.00 Feet of the West 386.05 Feet of the North 110.0 Feet of the South 222.0 Feet of the South ½ Of The  Southeast Quarter (SE ¼) Of The Northwest Quarter (NW ¼) of the Northwest Quarter (NW ¼) of SecƟon 16, Township  29 South, Range 16 East, Pinellas County, Florida. Subject To An Easement Over The South 20.0 Feet Thereof For Street  Purposes.  Parcel ID # 16‐29‐16‐00000‐220‐2800  Address: 3076 Cherry Lane, Clearwater, Florida 33759    110 N McMullen Booth Road, Clearwater, FL 33759  PROPOSED FUTURE LAND USE MAP Owner(s): First Baptist Church of Clearwater, Inc. Case: LUP2022-06005 Site: 110 N. McMullen Booth Road Property Size(Acres): 0.891 Land Use Zoning PIN: 16-29-16-15074-001-0010 From: Residential Urban (RU) Low Medium Density Residential (LMDR) To: Institutional (I) Institutional (I) Atlas Page: 292A US 19-RC US 19-RC Exhibit "B" Background: This case involves a 0.891-acre portion of a 41.016-acre property located generally on the southwest corner of Drew Street and McMullen Booth Road. The two amendment areas are located generally between Cleveland Street and Cherry Lane on the west side of McMullen Booth Road, and at the western terminus of Cleveland Street. Calvary Church and Calvary Christian High School occupy the northern portion of the overall property, with athletic facilities and fields to the west and south, and off-street parking interspersed between the uses. The request is to change the Future Land Use Map designation of the amendment areas from Residential Urban (RU) to Institutional (I) to allow the property to have one future land use designation and create a more comprehensive parking plan. A request to rezone the amendment areas from the Low Medium Density Residential (LMDR) District to the Institutional (I) District is being processed concurrently with this case (see REZ2022-06005). The church has been operating since 1866 and was located in Downtown Clearwater from 1926 until the early 2000s. The church began assembling property in the late 1990s along Drew Street and McMullen Booth Road, which became their main campus and where they relocated to in 2005. There has been a history of rights-of-way being vacated in this area starting in 1982, which was petitioned for by a previous landowner and vacated portions of Kentucky Avenue located to the southwest off Bayview Avenue. The first major vacation of rights-of-way and easements requested by the church occurred in early 2004. This vacation eliminated the former Chesapeake Villas subdivision, which was located roughly halfway between Drew Street and Virginia Avenue along Bayview Avenue. As a result of these vacations of rights-of-way and lot assembly through the years, a single large parcel was created that was generally bounded by Bayview Avenue to the west, Drew Street to the north, McMullen Booth Road to the east, and Virginia Avenue to the south. PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: August 16, 2022 AGENDA ITEM: E.1. CASE: LUP2022-06005 REQUEST: To amend the Future Land Use Map designation for portions of a 41.016- acre property from Residential Urban (RU) to Institutional (I) GENERAL DATA: Agent............................... Owner............................. Brian J. Aungst, Esq., Macfarlane, Ferguson & McMullen First Baptist Church of Clearwater, Inc. Location .......................... 110 N. McMullen Booth Road, located generally on the southwest corner of Drew Street and McMullen Booth Road Property Size ................... 0.891 acres Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 2 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The church continued to purchase residential properties, and additional vacations occurred between 2010 and 2015, which expanded the church’s property to the south and west. As these vacations occurred and properties were annexed and assembled, future land use and zoning amendments were also approved to ensure the overall property would have a consistent institutional designation. Further development occurred on the church campus between 2010 and 2015, with the football stadium along Bayview Avenue being constructed between 2010 and 2012, the baseball stadium between 2012 and 2013, and an addition to the main church building between 2014 and 2015. The parking lot was also rearranged and expanded with these additions. A plat application was approved in 2014 that formally created the main parcel, which has since been expanded with additional property annexations. Currently, the church has a building permit application in review for a revised and expanded parking lot which includes the amendment areas. The area between Cleveland Street and Cherry Lane, the “L” shaped area, currently goes around a detached dwelling fronting on Cleveland Street. The current building permit application shows the southern portion of that “L” shaped area south of the detached dwelling to remain open and undeveloped, with the eastern portion that fronts both Cleveland Street and Cherry Lane to be used as a stormwater facility. Drive aisles are proposed to connect to both Cleveland Street and Cherry Lane and will be gated and closed during non-use periods. The remaining amendment area at the western terminus of Cleveland Street is proposed to be incorporated into the expanded parking lot. The church also owns two additional properties to the east of the amendment area along Cherry Lane. The property adjacent to the east is currently a detached dwelling and will remain as such for use as a parsonage. The property further east of the amendment area is currently vacant, and plans are to keep it vacant. Both properties are within unincorporated Pinellas County, and the church has indicated no plans to annex them into the City. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 3 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Vicinity Characteristics: Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 1 Map 2 Map 3 shows the existing surrounding uses. The proposed amendment areas have already been combined by the Property Appraiser’s Office into the main Calvary Baptist Church parcel and campus, which consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. An office and RV park exist to the west across Bayview Avenue, and north across Drew Street is the Eddie C. Moore Softball Complex. To the east, across McMullen Booth Road, are a mix of detached and attached dwellings, a mobile home park and a place of worship. To the south, exists a single detached dwelling along Cleveland Street and a few detached dwellings along Cherry Lane. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 4 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 As shown on Map 4, the future land use categories abutting the amendment areas are Institutional (I) along with Residential Urban (RU) which exists to the southeast along the Cleveland Street and Cherry Lane properties and to the southwest for the properties near Tennessee Avenue and Meadow Lark Lane. To the west across Bayview Avenue is the US 19 – Regional Center (US 19-RC) future land use category, to the north across Drew Street is the Recreation/Open Space (R/OS) future land use category, and across McMullen Booth Road to the east are Residential/Office Limited (R/OL), Residential Urban (RU), Residential Low Medium (RLM), and Institutional (I) future land use categories. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 5 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 4 A comparison between the uses, densities and intensities allowed by the existing and proposed Future Land Use Map (FLUM) designations appears in Table 1, along with the consistent zoning districts. Table 1. Uses, Densities and Intensities Allowed by Existing and Proposed Future Land Use Map Designations Existing FLUM Designations Residential Urban (RU) Proposed FLUM Designation Institutional (I) Primary Uses: Urban Low Density Residential; Residential Equivalent Public/Private Schools, Churches, Public Offices, Hospitals, Residential Equivalent Maximum Density: 7.5 Dwelling Units per Acre 12.5 Dwelling Units per Acre Maximum Intensity: FAR 0.40; ISR 0.65 FAR 0.65; ISR 0.85 Consistent Zoning Districts: Low Medium Density Residential (LMDR); Medium Density Residential (MDR) Institutional (I) Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 6 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan [Sections 4-603.F.1 and 4-603.F.2] Recommended Findings of Fact: Applicable goal, objective and policies of the Clearwater Comprehensive Plan which support the proposed amendment include: Objective A.2.2 Future Land Use in the City of Clearwater shall be guided by the City’s Future Land Use Map, which shall be consistent with the Countywide Plan for Pinellas County (The Countywide Plan) including the Countywide Plan Map and shall be implemented through the City’s Community Development Code. Policy A.2.2.13 All land use categories on the Future Land Use Map shall be consistent with the density and intensity standards and other standards contained in the Pinellas Planning Council Countywide Plan Rules, including criteria and standards for nomenclature, continuum of plan classifications and categories, use and locational characteristics, map delineation, other standards, and special rules. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood. Policy B.1.4.1 The City will continue to review potential trips generated by requests for amendment to the Future Land Use Map. The amendment areas currently have a future land use designation of Residential Urban (RU), with the majority of the remaining parcel being Institutional (I) and the entirety of the parcel being used as the church and high school campus. Historically, as the church acquired additional properties and expanded the parcel, the future land use and zoning designations of those properties were also amended to Institutional so that one designation encompassed the property. This proposed amendment would follow historical precedence and would allow for the last remaining portions of the church’s property to be amended to the Institutional (I) future land use category. While Residential Urban (RU) exists along the eastern portion of the property and the southwestern portion of the property, the character of this area is largely institutional because of the church’s past expansion and ownership in the area. The Institutional (I) future land use also provides for a transition from the high-intensity US 19 – Regional Center (US 19-RC) future land use to the west to the residential neighborhood consisting largely of Residential Urban (RU) to the east. The property is served by city solid waste and water service and has a mix of privately- and city-owned sanitary sewer lines. The proposed amendment and subsequent development would be supported by the available public facilities. Potential traffic impacts have been reviewed and details provided below in the report. The property is currently accessed via Bayview Avenue, Drew Street, and McMullen Booth Road and the proposed amendment will not degrade the level of service for these streets. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 7 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Recommended Conclusions of Law: The request is consistent with the goals, objectives and policies of the Clearwater Comprehensive Plan and furthers said plan as indicated above. Consistency with the Countywide Rules Recommended Findings of Fact: The underlying Countywide Plan Map category on the proposed amendment area is Residential Low Medium (RLM). This Residential Low Medium (RLM) category is also to the east and southwest, and further east across McMullen Booth Road. Properties to the south and west are designated with the Public/Semi-Public (P/SP) category. Section 2.3.3.2 of the Countywide Rules states that the current Residential Low Medium (RLM) category is intended to depict areas that are now developed, or appropriate to be developed, in a suburban, low density or moderately dense residential manner; and to recognize such areas as primarily well-suited for residential uses that are consistent with the suburban qualities, transportation facilities, including transit, and natural resources of such areas. The Residential Low Medium (RLM) category also contains maximum acreage thresholds for certain uses. Any use that exceeds the acreage threshold is required to undergo an amendment to a category where the use does not have an acreage maximum. Institutional uses in the Residential Low Medium (RLM) category are permitted up to five acres, and since the overall parcel is just over 41 acres, this provision would apply, requiring an amendment to the Public/Semi-Public (P/SP) category. The proposed City of Clearwater future land use designation of Institutional (I) will necessitate a Countywide Plan Map amendment from the Residential Low Medium (RLM) category to the Public/Semi-Public (P/SP) category in order to maintain consistency between the City’s Future Land Use Map and the Countywide Plan Map. Section 2.3.3.10 of the Countywide Rules states that the Public/Semi-Public (P/SP) category is intended to recognize institutional and transportation/utility uses that serve the community or region, especially larger facilities having acreage exceeding the threshold established in other plan categories, and which are consistent with the need, character, and scale of such uses relative to the surrounding uses, transportation facilities, and natural resource features. Additionally, McMullen Booth Road is a Primary Scenic/Noncommercial Corridor with a classification of Residential. According to Table 10 of the Countywide Rules, the Public/Semi-Public (P/SP) category is found to be potentially consistent with the Scenic/Noncommercial Corridor, Residential classification. As the remainder of the property is already designated as Public/Semi-Public (P/SP) on the Countywide Plan Map, the uses and intensity of uses have already been found to be consistent with the provisions of the Residential classification. The addition of approximately one acre to the Public/Semi-Public (P/SP) category will have a de-minimus effect. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 8 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Recommended Conclusions of Law: The proposed Future Land Use Map Amendment will require an amendment to the Countywide Plan Map category from Residential Low Medium (RLM) to Public/Semi Public (P/SP). The proposed amendment is consistent with the purpose of the proposed Public/Semi-Public (P/SP) category in the Countywide Rules, which is required due to the acreage threshold provision in the current Residential Low Medium (RLM) category in the Countywide Rules. Further, the proposed amendment is consistent with the provisions of the Scenic/Noncommercial Corridor for which the property is located within. Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-603.F.3 and Section 4-603.F.6] Recommended Findings of Fact: The proposed amendment areas are part of a large parcel which currently has a future land use designation of Institutional (I), and consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. To the south, exists a single detached dwelling along Cleveland Street and a few detached dwellings along Cherry Lane. An office and RV park exist to the west across Bayview Avenue, and north across Drew Street is the Eddie C. Moore Softball Complex. To the east, across McMullen Booth Road, are a mix of detached and attached dwellings, a mobile home park and a place of worship. The proposed Institutional (I) future land use category primarily permits residential equivalent uses at a density of 12.5 dwelling units per acre and 3 beds per dwelling unit, or nonresidential development at a floor area ratio (FAR) of 0.65. The future land use designations of surrounding properties include Residential Urban (RU), Institutional (I), Residential/Office Limited (R/OL), Recreation/Open Space (R/OS), and US 19 – Regional Center (US 19-RC). The proposed Institutional (I) future land use category, which primarily allows for public/private schools, churches, public offices, or residential equivalent, is consistent with the overall church property, and would allow the property to have one consistent future land use category. The Institutional (I) future land use category has existed in the area for numerous years, and the proposed use of a parking lot is compatible with the surrounding properties and neighborhood. Recommended Conclusions of Law: The proposed Institutional (I) future land use category would allow development that is in character with the Future Land Use Map designations in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhood. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 9 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Sufficiency of Public Facilities [Section 4-603.F.4] Recommended Findings of Fact: To assess the sufficiency of public facilities needed to support potential development on the proposed amendment area, the maximum development potential of the property under the current and requested City Future Land Use Map designations were analyzed. Table 2. Development Potential for Existing & Proposed FLUM Designations Existing FLUM Designation “RU” Proposed FLUM Designation “I” Net Change Site Area 0.891 AC (38,811 SF) 0.891 AC (38,811 SF) Maximum Development Potential 6 DUs / 0 Beds1 15,524 SF 0.40 FAR 0 DUs2 / 33 Beds 25,227 SF 0.65 FAR -6 DUs / +33 Beds +9,703 SF +0.25 FAR Notes: 1. Residential equivalent uses are not permitted in the consistent Low Medium Density Residential (LMDR) District; therefore, the development potential is zero. 2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential equivalent uses are permitted (3 beds per unit per acre). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet As shown in the table, there is an increase in development potential of under 10,000 square feet, but there is a reduction in the number of dwelling units able to be constructed. The following analysis compares the maximum potential development of the proposed Institutional (I) future land use developed with a 25,227 square foot non-residential use to the maximum development potential of the existing Residential Urban (RU) future land use category developed with a maximum of 6 dwelling units. Potable Water The change in development potential from this amendment would result in an increase in potable water use of up to 795 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage allowed (2,523 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designations (1,728 gallons per day). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of potable water generated would likely not change from what is being generated by the existing uses on the remainder of the property. The City’s current potable water demand is 10.64 million gallons per day (MGD). The City’s adopted level of service (LOS) standard for potable water service is 120 gallons per day per capita, while the actual usage is estimated at 72 gallons per day per capita (2020 Annual Water Report). The City’s 10-year Water Supply Facilities Work Plan (2016-2026 Planning Period), completed October 2017, indicates that based on the Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 10 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION updated water demand projections and other factors, the City has adequate water supply and potable water capacity for the 10-year planning horizon. Wastewater The change in development potential from this amendment would result in an increase in wastewater use of up to 463 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage allowed (2,018 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designation (1,555 gallons per day). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of wastewater generated would likely not change from what is being generated by the existing uses on the remainder of the property. The subject property is served by the East Water Reclamation Facility, which presently has excess permitted capacity estimated to be 1 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would decrease up to 11.4 tons per year of solid waste generated. This decrease is determined by taking the utilization of the proposed land use developed with the maximum square footage permitted (3.8 tons per year) and subtracting it from the potential utilization of a residential use built out at the maximum density permitted by the current land use designation (15.2 tons per year). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of solid waste generated would likely not change from what is being generated by the existing uses on the remainder of the property. Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland Under both the existing and proposed future land use, the LOS citywide will continue to exceed the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per 1,000 residents. This is calculated using the most recent American Community Survey (ACS) estimate of 2.4 persons per household within the City of Clearwater. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale Oliver) May 23, 2022]. Amending a property’s future land use or zoning designation does not have an immediate impact on the City’s Parks and Recreation system and parkland requirements. Impacts are felt when development occurs. This Future Land Use Map Amendment will have no additional impact on parkland. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 11 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Stormwater Site plan approval will be required before the property can be redeveloped. At that time, the stormwater management system for the site will be required to meet all City and Southwest Florida Water Management District stormwater management criteria. Streets The amendment areas are located generally between Cleveland Street and Cherry Lane on the west side of McMullen Booth Road, and at the western termini of Cleveland Street and Cherry Lane, respectively. To evaluate potential impacts to streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (60 trips) is calculated based on the traffic generation numbers for the Residential Low Medium (RLM) category (67 trips per day per acre), and the proposed number of trips under the Public/Semi-Public (P/SP) category would be 171 trips (192 trips per day per acre). This could be an increase of 111 trips from the amendment areas on the subject property. The proposed use of the amendment areas is an expansion of a parking lot, which would likely not create any additional trips, but would help create better efficiency of the current parking. Drew Street is a four-lane, divided collector roadway and McMullen Booth Road is a six-lane, divided arterial roadway, and Bayview Avenue is a two-lane, undivided roadway. As part of site development over the years, Calvary Church has installed deceleration right-turn lanes into their property on Drew Street, Bayview Avenue and McMullen Booth Road, and there are additional ingress and egress points along Bayview Avenue. Recommended Conclusions of Law: Based upon the findings of fact, the proposed expansion would increase the demand on several of the public facilities when compared to the existing residential development; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management, and streets. Impact on Natural Resources [Section 4-603.F.5] Recommended Findings of Fact: No wetlands appear to be located on the subject property. The City’s codes require that development is compliant with the City’s tree preservation, landscaping and stormwater management requirements. Recommended Conclusions of Law: Based on the findings of fact, it is determined that the proposed Future Land Use Map Amendment will not negatively impact natural resources on the subject property. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 LUP2022-06005 - Page 12 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Comprehensive Plan or Future Land Use Map shall be recommended for approval or receive a final action of support unless it complies with the standards contained in Section 4-603.F, Community Development Code. Table 3 below depicts the consistency of the proposed amendment with the standards under to Section 4-603.F: Table 3. Consistency with Community Development Code Standards for Review CDC Section 4-603 Standard Consistent Inconsistent F.1 The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies and objectives contained in the Plan. X F.2 The amendment is not inconsistent with other provisions of the Comprehensive Plan. X F.3 The available uses, if applicable, to which the properties may be put are appropriate to the properties in question and compatible with existing and planned uses in the area. X F.4 Sufficient public facilities are available to serve the properties. X F.5 The amendment will not adversely affect the natural environment. X F.6 The amendment will not adversely impact the use of properties in the immediate area. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Future Land Use Map Amendment from Residential Urban (RU) to Institutional (I). Prepared by Planning and Development Department Staff: Kyle Brotherton Senior Planner ATTACHMENTS: Ordinance No. 9594-22 Resume Photographs of Site and Vicinity LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3042 Cleveland Street) View looking northwest at subject property 110 N. McMullen Booth Road South of the subject property East of the subject property Across the street, to the southeast of the subject property View looking easterly along Cleveland Street LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3060 Cherry Lane) View looking north at subject property 110 N. McMullen Booth Road East of the subject property Across the street, to the south of the subject property View looking easterly along Cherry Lane View looking westerly along Cherry Lane LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3065 Cleveland Street) View looking south at subject property 110 N. McMullen Booth Road West of the subject property East of the subject property Across the street, to the north of the subject property View looking easterly along Cleveland Street View looking westerly along Cleveland Street LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3076 Cherry Lane) View looking north at subject property 110 N. McMullen Booth Road West of the subject property East of the subject property Across the street, to the south of the subject property View looking easterly along Cherry Lane View looking westerly along Cherry Lane Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9595-22 2nd rdg Agenda Date: 10/6/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9595-22 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 110 N. McMullen Booth Road, Clearwater, Florida 33759, from Low Medium Density Residential (LMDR) to Institutional (I). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance No. 9595-22 ORDINANCE NO. 9595-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY REZONING A PORTION OF CERTAIN REAL PROPERTY LOCATED GENERALLY ON THE SOUTHWEST CORNER OF DREW STREET AND MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 110 N MCMULLEN BOOTH ROAD, CLEARWATER, FLORIDA 33759, FROM LOW MEDIUM DENSITY RESIDENTIAL (LMDR) TO INSTITUTIONAL (I); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in the City of Clearwater, Florida, is hereby rezoned as indicated, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect contingent upon and at such time that Ordinance 9594-22 becomes effective. Property Zoning District See attached Exhibit “A” for legal description; From: Low Medium Density Residential (LMDR) To: Institutional (I) (REZ2022-06005) Ordinance No. 9595-22 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Matthew J. Mytych, Esq. Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PARCEL II :  Begin at the Northeast corner of the South ½ of the SW ¼ of the NW ¼ of the NW ¼ of SecƟon 16, Township 29 South,  Range 16 East; run thence West 115 feet M.O.L.; thence run North 169 feet; thence run East 115 feet; thence run South  169 feet to the Point of Beginning, less and except the South 20 feet thereof for road right of way as described in O.R.  Book 6275, Page 724, Public Records of Pinellas County, Florida.  Parcel IS # 16‐29‐16‐00000‐220‐1400  Address: 3042 Cleveland Street, Clearwater, Florida 33759  PARCEL III :  The East 75 feet of the West 311.05 feet of the North 110 feet of the South 220 feet of the South ½ of the Southeast ¼ of  the Northwest ¼ of the Northwest ¼ of SecƟon 16, Township 29 South, Range 16 East, less and except the South 20 feet  thereof conveyed to the City of Clearwater, Florida, by Deed recorded in OR Book 3308, Page 500, Public Records of  Pinellas County, Florida.  Parcel ID # 16‐29‐16‐00000‐220‐2500  Address: 3060 Cherry Lane, Clearwater, Florida 33759  PARCEL IV :  The East 75 feet of the West 386.05 feet of the North 110 feet of the South one‐half of the Southeast One Quarter of the  Northwest One Quarter of the Northwest One Quarter of SecƟon 16, Township 29 South, Range 16 East  LESS the Northerly 20 feet as Deeded to the City of Clearwater as recorded in O.R. Book 9412, page 2094, of the Public  Records of Pinellas County, Florida.  Parcel ID # 16‐29‐16‐00000‐220‐2700  Address: 3065 Cleveland Street, Clearwater, Florida 33759  PARCEL V :  The East 75.00 Feet of the West 386.05 Feet of the North 110.0 Feet of the South 222.0 Feet of the South ½ Of The  Southeast Quarter (SE ¼) Of The Northwest Quarter (NW ¼) of the Northwest Quarter (NW ¼) of SecƟon 16, Township  29 South, Range 16 East, Pinellas County, Florida. Subject To An Easement Over The South 20.0 Feet Thereof For Street  Purposes.  Parcel ID # 16‐29‐16‐00000‐220‐2800  Address: 3076 Cherry Lane, Clearwater, Florida 33759    110 N McMullen Booth Road, Clearwater, FL 33759  Exhibit “B” PROPOSED ZONING MAP Owner(s): First Baptist Church of Clearwater, Inc. Case: REZ2022-06005 Site: 110 N. McMullen Booth Road Property Size(Acres): 0.891 Land Use Zoning PIN: 16-29-16-15074-001-0010 From: Residential Urban (RU) Low Medium Density Residential (LMDR) To: Institutional (I) Institutional (I) Atlas Page: 292A PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: August 16, 2022 AGENDA ITEM: E.2. CASE: REZ2022-06005 REQUEST: To amend the Zoning Atlas designation for a portion of a 41.016-acre property from Low Medium Density Residential (LMDR) to Institutional (I) GENERAL DATA: Agent................................ Owner ............................. Brian J. Aungst, Jr., Esq., Macfarlane, Ferguson & McMullen First Baptist Church of Clearwater, Inc. Location ......................... 110 N. McMullen Booth Road, located generally on the southwest corner of Drew Street and McMullen Booth Road Property Size................... 0.891 acres Background: This case involves a 0.891-acre portion of a 41.016-acre property located generally on the southwest corner of Drew Street and McMullen Booth Road. The two amendment areas are located generally between Cleveland Street and Cherry Lane on the west side of McMullen Booth Road, and at the western terminus of Cleveland Street. Calvary Church and Calvary Christian High School occupy the northern portion of the overall property, with athletic facilities and fields to the west and south, and off-street parking interspersed between the uses. The request is to change the Zoning Atlas designation of the amendment areas from the Low Medium Density Residential (LMDR) District to the Institutional (I) District. A request to amend the amendment areas Future Land Use Map (FLUM) category from Residential Urban (RU) to Institutional (I) is being processed concurrently with this case (see LUP2022-06005). The church has been operating since 1866 and was located in Downtown Clearwater from 1926 until the early 2000s. The church began assembling property in the late 1990s along Drew Street and McMullen Booth Road, which became their main campus and where they relocated to in 2005. There has been a history of rights-of-way being vacated in this area starting in 1982, which was petitioned for by a previous landowner and vacated portions of Kentucky Avenue located to the southwest off Bayview Avenue. The first major vacation of rights-of-way and easements requested by the church occurred in early 2004. This vacation eliminated the former Chesapeake Villas subdivision, which was located roughly halfway between Drew Street and Virginia Avenue along Bayview Avenue. As a result of these vacations of rights-of-way and lot assembly through the years, a single large parcel was created that was generally bounded by Bayview Avenue to the west, Drew Street to the north, McMullen Booth Road to the east, and Virginia Avenue to the south. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 2 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The church continued to purchase residential properties, and additional vacations occurred between 2010 and 2015, which expanded the church’s property to the south and west. As these vacations occurred and properties were annexed and assembled, future land use and zoning amendments were also approved to ensure the overall property would have a consistent institutional designation. Further development occurred on the church campus between 2010 and 2015, with the football stadium along Bayview Avenue being constructed between 2010 and 2012, the baseball stadium between 2012 and 2013, and an addition to the main church building between 2014 and 2015. The parking lot was also rearranged and expanded with these additions. A plat application was approved in 2014 that formally created the main parcel, which has since been expanded with additional property annexations. Currently, the church has a building permit application in review for a revised and expanded parking lot which includes the amendment areas. The area between Cleveland Street and Cherry Lane, the “L” shaped area, currently goes around a detached dwelling fronting on Cleveland Street. The current building permit application shows the southern portion of that “L” shaped area south of the detached dwelling to remain open and undeveloped, with the eastern portion that fronts both Cleveland Street and Cherry Lane to be used as a stormwater facility. Drive aisles are proposed to connect to both Cleveland Street and Cherry Lane and will be gated and closed during non-use periods. The remaining amendment area at the western terminus of Cleveland Street is proposed to be incorporated into the expanded parking lot. The church also owns two additional properties to the east of the amendment area along Cherry Lane. The property adjacent to the east is currently a detached dwelling and will remain as such for use as a parsonage. The property further east of the amendment area is currently vacant, and plans are to keep it vacant. Both properties are within unincorporated Pinellas County, and the church has indicated no plans to annex them into the City. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 3 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Vicinity Characteristics: Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 1 Map 2 Map 3 shows the existing surrounding uses. The proposed amendment areas have already been combined by the Property Appraiser’s Office into the main Calvary Baptist Church parcel and campus, which consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. An office and RV park exist to the west across Bayview Avenue, and north across Drew Street is the Eddie C. Moore Softball Complex. To the east, across McMullen Booth Road, are a mix of detached and attached dwellings, a mobile home park and a place of worship. To the south, exists a single detached dwelling along Cleveland Street and a few detached dwellings along Cherry Lane. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 4 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 As shown on Map 4, the Zoning Atlas designations abutting the amendment areas are Institutional (I) along with Low Medium Density Residential (LMDR), R-2 Single Family Residential (Pinellas County) along the portion to the southeast along the Cleveland Street and Cherry Lane properties, and R-3 Single Family Residential (Pinellas County) to the southwest for the properties near Tennessee Avenue. To the west across Bayview Avenue is the US 19 District, to the north across Drew Street is the Open Space/Recreation (OS/R) District, and across McMullen Booth Road to the east are the Office (O), Low Medium Density Residential (LMDR), Mobile Home Park (MHP), and Institutional (I) Districts. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 5 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 4 REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan and Community Development Code and Regulations [Section 4-602.F.1] Recommended Findings of Fact: Applicable goal, objective and policies of the Clearwater Comprehensive Plan that support the proposed amendment include: Objective A.2.2 Future Land Use in the City of Clearwater shall be guided by the City’s Future Land Use Map, which shall be consistent with the Countywide Plan for Pinellas County (The Countywide Plan) including the Countywide Plan Map and shall be implemented through the City’s Community Development Code. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood. Policy B.1.5.1 The City shall continue to review trips generated by land development projects through the Mobility Management System. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 6 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Applicable section of the Community Development Code which is applicable to the proposed amendment: Division 12. Institutional District, Section 2-1201. Intent and Purpose. The intent and purpose of the Institutional “I” District is to establish areas where public and private organizations can establish and operate institutions with a public interest in support of the quality of life of the citizens of the City of Clearwater without adversely impacting the integrity of adjacent residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the sage and efficient movement of people and things within the City of Clearwater. The amendment areas currently have a zoning designation of Low Medium Density Residential (LMDR), with the majority of the remaining parcel being Institutional (I) and the entirety of the parcel being used as the church and high school campus. Historically, as the church acquired additional properties and expanded the parcel, the future land use and zoning designations of those properties were also amended to Institutional so that one designation encompassed the property. This proposed amendment would follow historical precedence and would allow for the last remaining portions of the church’s property to be amended to the Institutional (I) zoning district. While Low Medium Density Residential (LMDR), R-2 Single Family Residential (Pinellas County), and R-3 Single Family Residential (Pinellas County) exist along the eastern portion of the property and the southwestern portion of the property, the character of this area is largely institutional. The Institutional (I) zoning also provides for a transition from the high-intensity US 19 zoning to the west to the residential neighborhood consisting largely of Low Medium Density Residential (LMDR) to the east. The property is served by city solid waste and water service and has a mix of privately- and city- owned sanitary sewer lines. The proposed amendment and subsequent development would be supported by the available public facilities. Potential traffic impacts have been reviewed and details provided below in the report. The property is currently accessed via Bayview Avenue, Drew Street, and McMullen Booth Road and the proposed amendment will not degrade the level of service for these streets. Recommended Conclusions of Law: The request is consistent with the goals, objectives and policies of the Clearwater Comprehensive Plan and furthers said plan and the Community Development Code as indicated above. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 7 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-602.F.2, 4-602.F.3 and Section 4-602.F.4] Recommended Findings of Fact: The proposed amendment areas are part of a large parcel which is currently zoned as Institutional (I), and consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. An office and RV park exist to the west across Bayview Avenue, and north across Drew Street is the Eddie C. Moore Softball Complex. To the east, across McMullen Booth Road, are a mix of detached and attached dwellings, a mobile home park and a place of worship. To the south, exists a single detached dwelling along Cleveland Street and a few detached dwellings along Cherry Lane. The proposed Institutional (I) zoning district, which primarily allows for public/private schools, churches, public offices or residential equivalent, is consistent with the remainder of the church property. The abutting zoning districts are residential (both city and Pinellas County), but the area is largely institutional in nature. The proposed Institutional (I) zoning district would allow the property to have one consistent zoning district, and this district has existed in the area for numerous years. The proposed use of a parking lot is compatible with the surrounding properties and neighborhood. Recommended Conclusions of Law: The proposed Institutional (I) District is in character with the zoning districts in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhoods. Sufficiency of Public Facilities [Section 4-602.F.5] Recommended Findings of Fact: Even though this is a Zoning Atlas Amendment application, maximum development potential is based on the underlying future land use, so to assess the sufficiency of public facilities needed to support potential development on the proposed property, the maximum development potential under the current Future Land Use Map designation was analyzed. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 8 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Table 1. Development Potential for Existing & Proposed FLUM Designations Existing FLUM Designation “RU” Proposed FLUM Designation “I” Net Change Site Area 0.891 AC (38,811 SF) 0.891 AC (38,811 SF) Maximum Development Potential 6 DUs / 0 Beds1 15,524 SF 0.40 FAR 0 DUs2 / 33 Beds 25,227 SF 0.65 FAR -6 DUs / +33 Beds +9,703 SF +0.25 FAR Notes: 1. Residential equivalent uses are not permitted in the consistent Low Medium Density Residential (LMDR) District; therefore, the development potential is zero. 2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential equivalent uses are permitted (3 beds per unit per acre). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet As shown in the table, there is an increase in development potential of under 10,000 square feet, but there is a reduction in the number of dwelling units able to be constructed. The following analysis compares the maximum potential development of the proposed Institutional (I) future land use developed with a 25,227 square foot non-residential use to the maximum development potential of the existing Residential Urban (RU) future land use category developed with a maximum of 6 dwelling units. Potable Water The change in development potential from this amendment would result in an increase in potable water use of up to 795 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage allowed (2,523 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designations (1,728 gallons per day). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of potable water generated would likely not change from what is being generated by the existing uses on the remainder of the property. The City’s current potable water demand is 10.64 million gallons per day (MGD). The City’s adopted level of service (LOS) standard for potable water service is 120 gallons per day per capita, while the actual usage is estimated at 72 gallons per day per capita (2020 Annual Water Report). The City’s 10-year Water Supply Facilities Work Plan (2016-2026 Planning Period), completed October 2017, indicates that based on the updated water demand projections and other factors, the City has adequate water supply and potable water capacity for the 10-year planning horizon. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 9 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Wastewater The change in development potential from this amendment would result in an increase in wastewater use of up to 463 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage allowed (2,018 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designation (1,555 gallons per day). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of wastewater generated would likely not change from what is being generated by the existing uses on the remainder of the property. The subject property is served by the East Water Reclamation Facility, which presently has excess permitted capacity estimated to be 1 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would decrease up to 11.4 tons per year of solid waste generated. This increase is determined by taking the utilization of the proposed land use developed with the maximum square footage permitted (3.8 tons per year) and subtracting it from the potential utilization of a residential use built out at the maximum density permitted by the current land use designation (15.2 tons per year). Since the amendment areas are currently vacant, and the proposed use is a parking lot, the amount of solid waste generated would likely not change from what is being generated by the existing uses on the remainder of the property. Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland Under both the existing and proposed future land use, the LOS citywide will continue to exceed the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per 1,000 residents. This is calculated using the most recent American Community Survey (ACS) estimate of 2.4 persons per household within the City of Clearwater. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale Oliver) May 23, 2022]. Amending a property’s future land use or zoning designation does not have an immediate impact on the City’s Parks and Recreation system and parkland requirements. Impacts are felt when development occurs. This Future Land Use Map amendment will have no additional impact on parkland. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 10 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Stormwater Site plan approval will be required before the property can be redeveloped. At that time, the stormwater management system for the site will be required to meet all City and Southwest Florida Water Management District stormwater management criteria. Streets The amendment areas are located generally between Cleveland Street and Cherry Lane on the west side of McMullen Booth Road, and at the western termini of Cleveland Street and Cherry Lane, respectively. To evaluate potential impacts to streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (60 trips) is calculated based on the traffic generation numbers for the Residential Low Medium (RLM) category (67 trips per day per acre), and the proposed number of trips under the Public/Semi-Public (P/SP) category would be 171 trips (192 trips per day per acre). This could be an increase of 111 trips from the amendment areas on the subject property. The proposed use of the amendment areas is an expansion of a parking lot, which would likely not create any additional trips, but would help create better efficiency of the current parking. Drew Street is a four-lane, divided collector roadway and McMullen Booth Road is a six-lane, divided arterial roadway, and Bayview Avenue is a two-lane, undivided roadway. As part of site development over the years, Calvary Church has installed deceleration right-turn lanes into their property on Drew Street, Bayview Avenue and McMullen Booth Road, and there are additional ingress and egress points along Bayview Avenue. Recommended Conclusions of Law: Based upon the findings of fact, the proposed expansion would increase the demand on several of the public facilities when compared to the existing residential development; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management, and streets. Location of District Boundaries [Section 4-602.F.6] Recommended Findings of Fact: The location of the proposed Institutional (I) District boundaries is consistent with the legal descriptions provided and with the boundaries on the subject property. Recommended Conclusions of Law: The District boundaries are appropriately drawn in regard to location and classifications of streets, ownership lines, existing improvements and the natural environment. Community Development Board – August 16, 2022 Revised for City Council First Reading – September 15, 2022 REZ2022-06005 - Page 11 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Zoning Atlas shall be recommended for approval or receive a final action of approval unless it complies with the standards contained in Section 4-602.F, Community Development Code. Table 2 below depicts the consistency of the proposed amendment with the standards under Section 4-602.F: Table 2. Consistency with Community Development Code Standards for Review CDC Section 4-602 Standard Consistent Inconsistent F.1 The proposed amendment is consistent with and features the goals, policies and objectives of the Comprehensive Plan and furthers the purposes of this Development Code and other city ordinances and actions designed to implement the plan. X F.2 The available uses to which the property may be put are appropriate to the property which is subject to the proposed amendment and compatible with existing and planned uses in the area. X F.3 The amendment does not conflict with the needs and character of the neighborhood and the city. X F.4 The amendment will not adversely or unreasonably affect the use of other property in the area. X F.5 The amendment will not adversely burden public facilities, including the traffic-carrying capacities of streets, in a unreasonably or disproportionate manner. X F.6 The district boundaries are appropriately drawn with due regard to locations and classifications of streets, ownership lanes, existing improvements and the natural environment. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Zoning Atlas Amendment from the Low Medium Density Residential (LMDR) District to the Institutional (I) District. Prepared by Planning and Development Department Staff: ________ Kyle Brotherton Senior Planner ATTACHMENTS: Ordinance No. 9595-22 Resume Photographs of Site and Vicinity LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3042 Cleveland Street) View looking northwest at subject property 110 N. McMullen Booth Road South of the subject property East of the subject property Across the street, to the southeast of the subject property View looking easterly along Cleveland Street LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3060 Cherry Lane) View looking north at subject property 110 N. McMullen Booth Road East of the subject property Across the street, to the south of the subject property View looking easterly along Cherry Lane View looking westerly along Cherry Lane LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3065 Cleveland Street) View looking south at subject property 110 N. McMullen Booth Road West of the subject property East of the subject property Across the street, to the north of the subject property View looking easterly along Cleveland Street View looking westerly along Cleveland Street LUP2022-06005 & REZ2022-06005 First Baptist Church of Clearwater, Inc. Portions of 110 N. McMullen Booth Road (Formerly 3076 Cherry Lane) View looking north at subject property 110 N. McMullen Booth Road West of the subject property East of the subject property Across the street, to the south of the subject property View looking easterly along Cherry Lane View looking westerly along Cherry Lane Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9617-22 2nd rdg Agenda Date: 10/6/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9617-22 on second reading, amending the Operating Budget for the fiscal year ending September 30, 2022 to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Find, Marine Fund and Parking Fund. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance #9617-22 ORDINANCE NO. 9617-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2022 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, SPECIAL DEVELOPMENT FUND, SPECIAL PROGRAM FUND, MARINE FUND, AND PARKING FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2022, for operating purposes, including debt service, was adopted by Ordinance No. 9498-21; and WHEREAS, at the third quarter review it was found that an increase of $65,902,827 is necessary for revenues and an increase of $48,084,222 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9498-21 is amended to read: Pursuant to the Amended City Manager's Annual Report and estimate for the fiscal year beginning October 1, 2021 and ending September 30, 2022 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Frank Hibbard, Mayor Approved as to form: Attest: _______________________________ ________________________________ David Margolis, City Attorney Rosemarie Call, City Clerk EXHIBIT A 2021-22 BUDGET REVENUE First ThirdQuarterMid-Year Quarter Budgeted Amended Amended AmendedRevenuesBudgetBudgetBudget Budget 2021/22 2021/22 2021/22 2021/22 Amendment General Fund: Ad Valorem Taxes 72,648,340 72,648,340 72,648,340 73,183,836 535,496 Utility Taxes 17,270,000 17,270,000 17,270,000 17,750,000 480,000 Local Option, Fuel & Other Taxes 6,080,000 6,080,000 6,080,000 6,155,000 75,000 Franchise Fees 10,527,550 10,527,550 10,527,550 11,270,000 742,450 Other Permits & Fees 2,808,500 2,808,500 3,208,500 4,278,500 1,070,000 Intergovernmental Revenues 24,259,680 24,399,380 24,399,380 28,399,234 3,999,854 Charges for Services 15,799,810 15,799,810 15,799,810 16,199,810 400,000 Judgments, Fines & Forfeitures 1,429,000 1,429,000 1,429,000 1,429,000 - Miscellaneous Revenues 2,719,226 2,719,226 2,719,226 4,474,726 1,755,500 Transfers In 11,276,294 11,395,080 11,425,143 33,609,036 22,183,893 Transfer (to) from Reserves - 3,741,980 13,431,675 6,868,036 (6,563,639) Total, General Fund 164,818,400 168,818,866 178,938,624 203,617,178 24,678,554 Special Revenue Funds: Special Development Fund 18,133,820 18,133,820 18,483,820 23,821,367 5,337,547 Special Program Fund 1,574,736 4,764,006 5,568,036 28,623,704 23,055,668 Local Housing Asst Trust Fund 1,231,489 1,231,489 1,231,489 1,231,489 - Utility & Other Enterprise Funds: Water & Sewer Fund 110,251,710 110,251,710 110,251,710 110,251,710 - Stormwater Utility Fund 24,042,640 24,042,640 24,042,640 24,042,640 - Solid Waste & Recycling Fund 29,366,280 29,366,280 29,366,280 29,366,280 - Gas Fund 49,235,700 49,235,700 55,738,677 55,738,677 - Airpark Fund 350,000 350,000 350,000 350,000 - Marine Fund 5,723,810 5,723,810 6,723,810 7,073,810 350,000 Clearwater Harbor Marina 928,730 928,730 928,730 928,730 - Parking Fund 9,544,080 9,544,182 9,544,182 22,025,240 12,481,058 Internal Service Funds: Administrative Services Fund 15,025,780 15,025,984 15,025,984 15,025,984 - General Services Fund 6,146,260 6,146,260 6,146,260 6,146,260 - Garage Fund 17,623,060 17,623,060 17,623,060 17,623,060 - Central Insurance Fund 32,285,530 32,285,530 32,285,530 32,285,530 - Total, All Funds 486,282,025 493,472,067 512,248,832 578,151,659 65,902,827 Ordinance #9617-22 EXHIBIT A (Continued) 2021-22 BUDGET EXPENDITURES First ThirdQuarterMid Year Quarter Original Amended Amended AmendedBudgetBudgetBudgetBudget Budget 2021/22 2021/22 2021/22 2021/22 Amendment General Fund: City Council 419,450 419,450 419,450 419,450 - City Manager's Office 1,485,330 1,485,384 1,485,384 1,485,384 - City Attorney's Office 1,826,656 1,966,428 1,966,428 1,966,428 - City Audit 233,752 233,764 233,764 233,764 - City Clerk 1,307,108 1,307,156 1,307,156 1,307,156 - CRA Administration 504,274 619,304 619,304 619,304 - Economic Development & Housing 1,992,482 1,992,554 2,042,554 2,042,554 - Engineering 8,492,000 8,492,000 8,492,000 8,492,000 - Fire 30,788,310 31,289,534 31,289,534 31,687,566 398,032 Finance 2,800,130 2,800,310 2,800,310 2,800,310 - Human Resources 1,662,773 1,904,855 1,904,855 1,904,855 - Library 8,416,337 8,416,841 8,416,841 8,416,841 - Non-Departmental 8,854,656 11,854,656 21,494,351 45,649,351 24,155,000 Parks & Recreation 37,205,403 37,206,825 37,206,825 37,206,825 - Planning & Development 7,057,846 7,057,846 7,457,846 7,457,846 - Police 50,099,334 50,099,334 50,129,397 50,254,919 125,522 Public Communications 1,274,489 1,274,555 1,274,555 1,274,555 - Public Utilities 398,070 398,070 398,070 398,070 - Total, General Fund 164,818,400 168,818,866 178,938,624 203,617,178 24,678,554 Special Revenue Funds: Special Development Fund 16,451,790 16,451,790 16,801,790 16,801,790 - Special Program Fund 1,499,736 4,689,006 5,493,036 28,548,704 23,055,668 Local Housing Asst Trust Fund 1,231,489 1,231,489 1,231,489 1,231,489 - Utility & Other Enterprise Funds: Water & Sewer Fund 110,251,710 110,251,710 110,251,710 110,251,710 - Stormwater Utility Fund 24,042,640 24,042,640 24,042,640 24,042,640 - Solid Waste & Recycling Fund 28,044,120 28,044,120 28,044,120 28,044,120 - Gas Fund 49,176,970 49,176,970 55,638,915 55,638,915 - Airpark Fund 333,690 333,690 333,690 333,690 - Marine Fund 5,723,810 5,723,810 6,723,810 7,073,810 350,000 Clearwater Harbor Marina 909,680 909,680 909,680 909,680 - Parking Fund 6,852,830 6,852,932 8,352,932 8,352,932 - Internal Service Funds: Administrative Services Fund 15,025,780 15,025,984 15,025,984 15,025,984 - General Services Fund 6,146,260 6,146,260 6,146,260 6,146,260 - Garage Fund 17,595,180 17,595,180 17,595,180 17,595,180 - Central Insurance Fund 32,285,530 32,285,530 32,285,530 32,285,530 - Total, All Funds 480,389,615 487,579,657 507,815,390 555,899,612 48,084,222 Ordinance #9617-22 Third Quarter Budget Review Fiscal Year 2021-22 Memorandum TO: Mayor and City Council FROM: Jon P. Jennings, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager SUBJECT: Third quarter budget review - amended City Manager's annual budget report DATE: September 2, 2022 Attached is the third quarter budget review in accordance with the City Code of Ordinances. This report is based on the first nine months of activity in the current fiscal year (October 2021 through June 2022). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $24,678,554. The General Fund increase at third quarter includes Council approved recognition of $22,483,893 in American Rescue Plan Act (ARPA) revenue recovery funds. The monies are being used as revenue recovery to fund fiscal 2022 Police Department operating expenditures. A total of $20,125,000 of General Fund reserves resulting from the revenue recovery is being transferred to special programs and capital projects to fund the approved expenditure priorities. Other amendments include an increase which totals $523,554 to police and fire supplemental pension to bring the budget in line with actual revenues and expenditures, an increase of $370,000 for initial debt payments on Imagine Clearwater bonds; a transfer of $610,000 to fund the demolition of old City Hall; a transfer of $700,000 to fund the construction of athletic field shade structures; a transfer of $200,000 to the Public Works Complex project to provide temporary office buildings; a transfer of $200,000 to create the neighborhood reinvestment fund; a transfer of $1,000,000 to the traffic signals project; a transfer of $700,000 to the citywide connectivity project; and a transfer of $250,000 to the business process review project. In addition, various revenues are amended which will bring the budget in line with anticipated receipts for the year. The fiscal year 2021/2022 budget was adopted with conservative estimates as we were still responding to unknown impacts of the COVID-19 pandemic. The revenue sources originally impacted (sales tax, revenue sharing, beach contracts) have fully been restored with exponential growth and building permit revenues are at an all-time high. Adjusted for the expenditure increases noted above, these amendments result in a revenue surplus of $6,563,639 to General Fund reserves at third quarter. This surplus reduces the use of reserves previously allocated this year resulting in a net use of $6,868,036 of fund reserves at fiscal year-end. Third Quarter Budget Review Fiscal Year 2021-22 General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at third quarter are approximately $60.3 million, or 32.6% of the preliminary fiscal year 2022/23 General Fund budget, exceeding our minimum reserve requirement by $44.6 million. Significant amendments to other city operating funds are noted as follows: Marine Fund Amendments to Marine Fund expenditures reflect an increase of $350,000 for marine fuel for resale due to increased prices and demand. Offsetting amendments are made to increase fuel sales revenues. Parking Fund Amendments to Parking Fund revenues reflect an increase of $12,481,058 to recognize the funds received for the sale of the Pelican Walk Garage. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $14,055,937. Amendments previously approved by Council include an increase of $359,150 in lease purchase revenues in the Motorized Equipment Purchases project; an increase of $610,000 in General Fund revenue in the City Hall Demolition project; an increase of $600,000 of General Fund revenues in the Clearwater Municipal Cemetery project; and increases in General Fund ARPA revenue recovery funds to establish projects for approved expenditure categories of $3,500,000 for Fiber Upgrades, $2,000,000 for Solar Panels, $2,000,000 for Streets and Sidewalks, $625,000 for Main Library Renovations, and $700,000 for State Street Park Improvements. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include a transfer of $300,000 in Administrative Services Fund revenue and $700,000 in General Fund revenue in the Citywide Connectivity project; an increase of $250,000 in General Fund revenue in the Business Process Review project, an increase of $197,848 reimbursed from Florida Department of Environmental Protection in the Greenprint Implementation project; an increase of $200,000 in General Fund revenues to create the Neighborhood Reinvestment Fund project; increases in property owner share revenues of $35,027 in the Pinellas New Mains/Service Lines and $32,767 in the Pasco New Mains/Service Lines projects; an increase of $152,103 reimbursed from Pinellas County in the Line Relocation Maintenance project; a decrease of $110,288 in grant revenues from the Southwest Florida Water Management District (SWFMD) in the Hillcrest Bypass Culvert project; an increase of $200,000 in General Fund revenue in the Public Works Complex project; and increase of $1,000,000 of General Fund revenues in the Traffic Signals project, and an increase of $700,000 in General Fund revenues to create the Athletic Field Shade Structures project. Third Quarter Budget Review Fiscal Year 2021-22 Special Program Fund The Special Program Fund reflects a net budget increase of $23,055,668 at third quarter. Significant amendments include an increase of $11,241,947 to recognize the second payment of ARPA funds received, total ARPA funding of $22,483,893 is transferred to the General Fund to be recognized as revenue recovery. Other significant amendments include increases in General Fund ARPA revenue recovery funds to establish special programs for the approved expenditure categories of $5,000,000 for North Greenwood CRA, $3,300,000 for Affordable Housing programs, $1,000,000 for Pinellas Community Foundation, $1,000,000 for Non-profit Grants, $750,000 for Education Grants and Partnerships, and $250,000 for Business Incubator; an increase of $7,841 in public safety grant revenues for Federal Forfeiture Sharing; $302,186 in contractual service revenue for police extra duty; $45,936 in donation revenues to support Police, Parks and Library programs; $25,000 in grant revenues from Duke Energy for Economic Development initiatives; $4,200 in foreclosure registry fees collected; $77,050 in fines and court proceeds for public safety programs, and the tree replacement program; and $51,504 transferred between existing police programs. CITY OF CLEARWATER THIRD QUARTER SUMMARY2021/22 FY 21/22 Mid Variance % Adopted Year Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 164,818,400 178,938,624 142,676,958 36,261,666 80%24,678,554 203,617,178 Expenditures 164,818,400 178,938,624 137,637,986 41,300,638 77%24,678,554 203,617,178 Utility Funds: Water & Sewer Fund Revenues 110,251,710 110,251,710 78,453,823 31,797,887 71%- 110,251,710 Expenditures 110,251,710 110,251,710 93,401,473 16,850,237 85%- 110,251,710 Stormwater Fund Revenues 24,042,640 24,042,640 13,172,543 10,870,097 55%- 24,042,640 Expenditures 24,042,640 24,042,640 21,305,655 2,736,985 89%- 24,042,640 Gas Fund Revenues 49,235,700 55,738,677 36,966,346 18,772,331 66%- 55,738,677 Expenditures 49,176,970 55,638,915 41,052,428 14,586,487 74%- 55,638,915 Solid Waste and Recycling Fund Revenues 29,366,280 29,366,280 23,803,533 5,562,747 81%- 29,366,280 Expenditures 28,044,120 28,044,120 19,577,724 8,466,396 70%- 28,044,120 Enterprise Funds: Marine Fund Revenues 5,723,810 6,723,810 5,251,073 1,472,737 78%350,000 7,073,810 Expenditures 5,723,810 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Airpark Fund Revenues 350,000 350,000 246,042 103,958 70%- 350,000 Expenditures 333,690 333,690 236,279 97,411 71%- 333,690 Clearwater Harbor Marina Fund Revenues 928,730 928,730 779,996 148,734 84%- 928,730 Expenditures 909,680 909,680 649,575 260,105 71%- 909,680 Parking Fund Revenues 9,544,080 9,544,182 20,870,095 (11,325,913) 219%12,481,058 22,025,240 Expenditures 6,852,830 8,352,932 6,538,434 1,814,498 78%- 8,352,932 Internal Service Funds: General Services Fund Revenues 6,146,260 6,146,260 4,706,228 1,440,032 77%- 6,146,260 Expenditures 6,146,260 6,146,260 3,937,230 2,209,030 64%- 6,146,260 Administrative Services Revenues 15,025,780 15,025,984 10,563,856 4,462,128 70%- 15,025,984 Expenditures 15,025,780 15,025,984 10,196,816 4,829,168 68%- 15,025,984 Garage Fund Revenues 17,623,060 17,623,060 12,558,158 5,064,902 71%- 17,623,060 Expenditures 17,595,180 17,595,180 11,758,505 5,836,675 67%- 17,595,180 Central Insurance Fund Revenues 32,285,530 32,285,530 21,229,308 11,056,222 66%- 32,285,530 Expenditures 32,285,530 32,285,530 24,305,108 7,980,422 75%- 32,285,530 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2021-22 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 35 Special Development Fund ........................................................................................................... 42 Administrative Change Orders ...................................................................................................... 45 Ordinances ..................................................................................................................................... 46 The amended 2021/22 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2021 through June 30, 2022. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2022. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 30, 2021. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2021/22 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2021, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description 535,496 At third quarter,approximately all property tax revenue has been received.The budget is increased by $535,496.00 to reflect actual collections to date. 480,000 At third quarter,amendments reflect an increase of $480,000.00 for water utility taxes to bring the budget in line with anticipated receipts for the year. 75,000 At third quarter,local business tax receipts are increased by $75,000.00 to bring the budget in line with anticipated receipts for the year. 742,450 At third quarter,electric franchise fee revenues are increased by 742,450.00,this will bring the budget in line with anticipated receipts for the year. 1,070,000 Amendments to other permits and fees revenues include an increase of $1,070,000.00 to building/sign permit revenues to bring the budget in line with anticipated receipts for the year. 3,999,854 Third quarter amendments to other governmental revenue reflect a net increase $3,999,854.00. Amendments include the following increases:1) $1,226,300.00 to state revenue sharing;2)$1,710,000.00 to local 1/2 cent sales tax;3)$523,554.00 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments;4) $240,000.00 to Fire Tax; and 5) $300,000.00 to EMS Tax. 400,000 Third quarter amendments to charges for service revenues reflect increases totaling $400,000.00 to Pier 60 revenues. Local Option, Fuel & Other Taxes Charges for Service Intergovernmental Other Permits and Fees Franchise Fees City of Clearwater General Fund Revenues Third Quarter Amendments FY 2021/22 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2021/22 1,755,500 Third quarter amendments to miscellaneous revenue reflect a net increase $1,755,500.00.Amendments include the following increases:1)$200,000.00 to interest earnings;2)$950,000.00 to beach rental contracts;and 3)$605,500.00 to surplus land sales for the proceeds for the Range Road property. 22,183,893 Third quarter amendments to transfer in revenues reflect a net increase of $22,183,893.00.Amendments include: 1)an increase of $22,483,893 to recognize ARPA funding from the Special Revenue Fund as approved by the Council on August 4,2022,and 2)a decrease of $300,000.00 to bring revenues in line with actual Gas Dividends received. (6,563,639) Third quarter amendments reflect a net surplus of $6,563,639.This represents the net of revenue amendments noted above and expenditure amendments. This will reduce the use of reserves allocated earlier this year to a new total of $6,868,036. 24,678,554 Transfer (to) from Surplus Net General Fund Revenue Amendment Transfers In Miscellaneous 4 Increase/ (Decrease)Description 398,032 Amendments to Fire Department reflect an increase of $398,032.24 to Fire supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue. - Third Quarter amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $600,000.00 in salary savings to capital project M2210, Clearwater Municipal Cemetery Renovations,as approved by the Council on September 1, 2022. 125,522 At third quarter,amendments to the Police Department include an increase of $125,521.94 to the Police supplemental pension plans which is offset by an amendment increasing supplemental pension revenue. Non-Departmental 370,000 A third quarter amendment to Non-Departmental reflects an increase of $370,000.00 for initial debt payments of Imagine Clearwater bonds. Amendments to Non-Departmental also reflect Council approved interfund transfers to capital improvement projects and special programs as follows: 5,000,000 1)A transfer of $5,000,000.00 to special program G2210, ARPA North Greenwood CRA,as approved by the Council on August 4, 2022. 3,500,000 2)A transfer of $3,500,000.00 to capital improvement project G2211,ARPA Fiber Upgrades,as approved by the Council on August 4, 2022. 3,300,000 3)A transfer of $3,300,000.00 to special program G2212, ARPA Affordable Housing,as approved by the Council on August 4, 2022. 2,000,000 4)A transfer of $2,000,000.00 to capital improvement project G2213,ARPA Streets and Sidewalks,as approved by the Council on August 4, 2022. 2,000,000 5)A transfer of $2,000,000.00 to capital improvement project G2214,ARPA Solar Panels,as approved by the Council on August 4, 2022. Police Parks & Recreation Fire City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 Non-Departmental (continued) 1,000,000 6)A transfer of $1,000,000.00 to special program G2215, ARPA Pinellas Community Foundation,as approved by the Council on August 4, 2022. 1,000,000 7)A transfer of $1,000,000.00 to special program G2216, ARPA Non-profit Grants,as approved by the Council on August 4, 2022. 1,000,000 8)A transfer of $1,000,000.00 to special program G2217, ARPA Education Grants and Partnerships,as approved by the Council on August 4, 2022. 700,000 9)A transfer of $700,000.00 to capital improvement project G2218,ARPA State Street Park Improvements,as approved by the Council on August 4, 2022. 625,000 10)A transfer of $625,000.00 to capital improvement project C2211,Main Library Renovation,as approved by the Council on August 4, 2022. 610,000 11)A transfer of $610,000.00 to capital improvement project C2212,City Hall Demo,as approved by the Council on September 1, 2022. 700,000 12)A transfer of $700,000.00 to capital improvement project C2213,Athletic Field Shade Structures,to fund the construction of shade structures over bleachers at Sid Lickton and Countryside little league fields. 200,000 13)A transfer of $200,000.00 to capital improvement project C2214,Public Works Complex to provide funding for temporary office buildings. 200,000 14)A transfer of $200,000.00 to capital improvement project M2211,Neighborhood Reinvestment Fund to provide initial funding for placemaking and neighborhood engagement projects. 1,000,000 15)A transfer of $1,000,000.00 to capital improvement project ENRD180006,Traffic Signals to provide funding for signal integrations with the County's Intelligent Transportation System (ITS). 700,000 16)A transfer of $700,000.00 to capital improvement project 94729,Citywide Connectivity to provide additional funding needed for scheduled build out of the City's fiber network. 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 Non-Departmental (continued) 250,000 17)A transfer of $250,000.00 to capital improvement project 94883,Business Process Review &Improvement to provide additional funding needed for evaluation of business process and innovative solutions. 23,785,000 24,678,554 Net General Fund Expenditure 7 2021/22 Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 72,648,340 73,139,232 (490,892) 101%535,496 73,183,836 Utility Taxes 17,270,000 11,666,389 5,603,611 68%480,000 17,750,000 Local Option, Fuel and Other Taxes 6,080,000 4,426,789 1,653,211 73%75,000 6,155,000 Franchise Fees 10,527,550 6,857,188 3,670,362 65%742,450 11,270,000 Other Permits & Fees 3,208,500 3,397,781 (189,281) 106%1,070,000 4,278,500 Intergovernmental 24,399,380 17,150,084 7,249,296 70%3,999,854 28,399,234 Charges for Services 15,799,810 12,289,199 3,510,611 78%400,000 16,199,810 Judgments, Fines and Forfeitures 1,429,000 955,179 473,821 67%- 1,429,000 Miscellaneous Revenues 2,719,226 4,034,938 (1,315,712) 148%1,755,500 4,474,726 Transfers In 11,425,143 8,760,180 2,664,963 77%22,183,893 33,609,036 Total Revenues 165,506,949 142,676,958 22,829,991 86%31,242,193 196,749,142 Transfer (to) from Surplus 13,431,675 - 13,431,675 0%(6,563,639) 6,868,036 Adjusted Revenues 178,938,624 142,676,958 36,261,666 80%24,678,554 203,617,178 General Fund Expenditures City Council 419,450 318,150 101,300 76%- 419,450 City Manager's Office 1,485,384 1,053,371 432,013 71%- 1,485,384 City Attorney's Office 1,966,428 1,369,582 596,846 70%- 1,966,428 City Audit 233,764 168,436 65,328 72%- 233,764 City Clerk 1,307,156 959,640 347,516 73%- 1,307,156 CRA Administration 619,304 406,669 212,635 66%- 619,304 Economic Development and Housing 2,042,554 1,590,148 452,406 78%- 2,042,554 Engineering 8,492,000 5,432,219 3,059,781 64%- 8,492,000 Fire 31,289,534 24,329,655 6,959,879 78%398,032 31,687,566 Finance 2,800,310 1,858,868 941,442 66%- 2,800,310 Human Resources 1,904,855 1,095,296 809,559 58%- 1,904,855 Library 8,416,841 5,929,872 2,486,969 70%- 8,416,841 Non-Departmental 21,494,351 20,673,776 820,575 96%24,155,000 45,649,351 Parks & Recreation 37,206,825 28,366,089 8,840,736 76%- 37,206,825 Planning & Development 7,457,846 5,011,642 2,446,204 67%- 7,457,846 Police 50,129,397 37,893,442 12,235,955 76%125,522 50,254,919 Public Communications 1,274,555 891,009 383,546 70%- 1,274,555 Public Utilities 398,070 290,122 107,948 73%- 398,070 Total Expenditures 178,938,624 137,637,986 41,300,638 77%24,678,554 203,617,178 For the Nine Month Period of October 1, 2021 - June 30, 2022 GENERAL FUND THIRD QUARTER REVIEW 8 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 97,290,030 76,839,612 20,450,418 79%- 97,290,030 Judgments, Fines and Forfeits 271,000 281,526 (10,526) 104%- 271,000 Miscellaneous 1,010,000 1,332,686 (322,686) 132%- 1,010,000 Transfers In - - - ~- - Fund Equity 11,680,680 - 11,680,680 0%- 11,680,680 Total Revenues 110,251,710 78,453,823 31,797,887 71%- 110,251,710 Water & Sewer Expenditures: Public Utilities Administration 2,036,598 1,482,634 553,964 73%- 2,036,598 Wastewater Collection 15,789,628 14,139,908 1,649,720 90%- 15,789,628 Public Utilities Maintenance 8,503,140 6,632,625 1,870,515 78%- 8,503,140 WPC / Plant Operations 29,942,959 24,265,489 5,677,470 81%- 29,942,959 WPC / Laboratory Operations 546,103 429,638 116,465 79%- 546,103 WPC / Industrial Pretreatment 1,048,590 640,175 408,415 61%- 1,048,590 Water Distribution 25,566,884 23,101,599 2,465,285 90%- 25,566,884 Water Supply 22,115,654 18,926,982 3,188,672 86%- 22,115,654 Reclaimed Water 4,702,154 3,782,423 919,731 80%- 4,702,154 Total Expenditures 110,251,710 93,401,473 16,850,237 85%- 110,251,710 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Water and Sewer Fund revenues at third quarter. Expenditures reflect 85%of total budget due to transfers to the capital fund which happen in the first period of the year. No amendments are proposed to Water and Sewer Fund expenditures at third quarter. 9 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,019,900 12,818,181 4,201,719 75%- 17,019,900 Judgments, Fines and Forfeits 73,000 53,859 19,141 74%- 73,000 Miscellaneous 281,560 300,503 (18,943) 107%- 281,560 Transfers In - - - ~- - Fund Equity 6,668,180 - 6,668,180 0%- 6,668,180 Total Revenues 24,042,640 13,172,543 10,870,097 55%- 24,042,640 Stormwater Expenditures: Stormwater Management 18,331,501 17,459,524 871,977 95%- 18,331,501 Stormwater Maintenance 5,711,139 3,846,131 1,865,008 67%- 5,711,139 Total Expenditures 24,042,640 21,305,655 2,736,985 89%- 24,042,640 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Stormwater Fund revenues at third quarter. Expenditures reflect 89%of total budget due to transfers to the capital fund which happen in the first period of the year. No amendments are proposed to Stormwater Fund expenditures at third quarter. 10 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 55,410,509 36,622,234 18,788,275 66%- 55,410,509 Judgments, Fines and Forfeits 100,000 64,916 35,084 65%- 100,000 Miscellaneous 227,508 278,535 (51,027) 122%- 227,508 Transfers In 660 660 - 100%- 660 Fund Equity - - - ~- - Total Revenues 55,738,677 36,966,346 18,772,331 66%- 55,738,677 Gas Expenditures: Administration & Supply 29,016,904 19,758,756 9,258,148 68%- 29,016,904 Pinellas Gas Operations 12,507,780 9,811,639 2,696,141 78%- 12,507,780 Pasco Gas Operations 7,514,340 6,157,168 1,357,172 82%- 7,514,340 Marketing & Sales 6,599,891 5,324,865 1,275,026 81%- 6,599,891 Total Expenditures 55,638,915 41,052,428 14,586,487 74%- 55,638,915 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At third quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $99,762 for fiscal year 2021/22. No amendments are proposed to Gas Fund revenues at third quarter. No amendments are proposed to Gas Fund expenditures at third quarter. 11 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 1,416 (416) 142%- 1,000 Charges for Service 26,060,000 20,644,835 5,415,165 79%- 26,060,000 Judgments, Fines and Forfeits 95,000 73,677 21,323 78%- 95,000 Miscellaneous 533,000 545,932 (12,932) 102%- 533,000 Transfers In - - - ~- - Solid Waste Revenues 26,689,000 21,265,860 5,423,140 80%- 26,689,000 Recycling Revenues: Other Permits and Fees 280 - 280 0%- 280 Intergovernmental - 83,528 (83,528) ~- - Charges for Service 2,465,000 2,057,309 407,691 83%- 2,465,000 Judgments, Fines and Forfeits 8,000 7,044 956 88%- 8,000 Miscellaneous 204,000 389,793 (185,793) 191%- 204,000 Transfers In - - - ~- - Recycling Revenues 2,677,280 2,537,673 139,607 95%- 2,677,280 - Fund Equity - - ~- - Total Revenues 29,366,280 23,803,533 5,562,747 81%- 29,366,280 Solid Waste Expenditures: Collection 18,875,351 13,049,814 5,825,537 69%- 18,875,351 Transfer 2,368,119 1,623,339 744,780 69%- 2,368,119 Container Maintenance 993,626 734,552 259,074 74%- 993,626 Administration 1,050,974 767,089 283,885 73%- 1,050,974 Solid Waste Expenditures 23,288,070 16,174,795 7,113,275 69%- 23,288,070 Recycling Expenditures: Residential 1,577,272 909,250 668,022 58%- 1,577,272 Multi-Family 434,888 293,130 141,758 67%- 434,888 Commercial 2,743,890 2,200,549 543,341 80%- 2,743,890 Recycling Expenditures 4,756,050 3,402,929 1,353,121 72%- 4,756,050 Total Expenditures 28,044,120 19,577,724 8,466,396 70%- 28,044,120 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,322,160 for fiscal year 2021/22. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. 12 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 6,411,800 5,115,247 1,296,553 80%420,000 6,831,800 Judgments, Fines and Forfeits 3,200 800 2,400 25%- 3,200 Miscellaneous Revenue 136,000 135,025 975 99%- 136,000 Transfers In - - - ~- - Fund Equity 172,810 - 172,810 0%(70,000) 102,810 Total Revenues 6,723,810 5,251,073 1,472,737 78%350,000 7,073,810 Marine Expenditures: Marina Operations 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Total Expenditures 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:350,000 Marine Fund Expenditures:350,000 For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2021/22. Third quarter amendments to Marine Fund revenues reflect a net increase of $350,000.00.Amendments include:1)an increase of $210,000.00 to gas sales;2)an increase of $210,000.00 to diesel sales;and 3)a decrease of $70,000.00 to fund equity as planned use of reserves will be offset by this increased revenue. Third quarter amendments to Marine Fund expenditures reflect an increase of $350,000.00 to cost of goods sold to cover increased cost and demand of marine fuel for resale.These expenditures will be offset by increased fuel sale revenues. 13 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 900,630 750,487 150,143 83%- 900,630 Judgments, Fines and Forfeits 1,600 250 1,350 16%- 1,600 Miscellaneous Revenue 26,500 29,258 (2,758) 110%- 26,500 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 928,730 779,996 148,734 84%- 928,730 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 909,680 649,575 260,105 71%- 909,680 Total Expenditures 909,680 649,575 260,105 71%- 909,680 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $19,050 for fiscal year 2021/22. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. 14 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 18,000 15,007 2,993 83%- 18,000 Miscellaneous Revenue 332,000 231,035 100,965 70%- 332,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 350,000 246,042 103,958 70%- 350,000 Airpark Expenditures:- Airpark Operations 333,690 236,279 97,411 71%- 333,690 Total Expenditures 333,690 236,279 97,411 71%- 333,690 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $16,310 for fiscal year 2021/22. No amendments are proposed to Airpark Fund revenues at third quarter. No amendments are proposed to Airpark Fund expenditures at third quarter. 15 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 8,600,430 7,209,509 1,390,921 84%- 8,600,430 Judgments, Fines and Forfeits 818,650 986,051 (167,401) 120%- 818,650 Miscellaneous Revenue 125,000 12,674,433 (12,549,433) 10140%12,481,058 12,606,058 Transfers In 102 102 - 100%- 102 Fund Equity - - - ~- - Total Revenues 9,544,182 20,870,095 (11,325,913) 219%12,481,058 22,025,240 Parking Expenditures Engineering/Parking System 6,171,650 5,065,278 1,106,372 82%- 6,171,650 Engineering/Parking Enforcement 980,857 609,018 371,839 62%- 980,857 Fire Dept/Beach Guards 1,059,762 778,105 281,657 73%- 1,059,762 M&A/Seminole Street Boat Ramp 140,663 86,032 54,631 61%- 140,663 Total Expenditures 8,352,932 6,538,434 1,814,498 78%- 8,352,932 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:12,481,058 Parking Fund Expenditures:- At third quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $13,672,308 for fiscal year 2021/22. Third quarter amendments to Parking Fund revenues reflect an increase of $12,481,058.00 to surplus land sales.This increase represents revenues received from the sale of Pelican Walk Garage, as approved by the Council on April 7, 2022. No amendments are proposed to Parking Fund expenditures at third quarter. 16 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,046,260 4,582,306 1,463,954 76%- 6,046,260 Miscellaneous Revenues 100,000 123,922 (23,922) 124%- 100,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 6,146,260 4,706,228 1,440,032 77%- 6,146,260 General Services Expenditures: Administration 468,795 353,809 114,986 75%- 468,795 Building & Maintenance 5,677,465 3,583,421 2,094,044 63%- 5,677,465 Total Expenditures 6,146,260 3,937,230 2,209,030 64%- 6,146,260 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 17 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 14,179,530 10,481,138 3,698,392 74%- 14,179,530 Miscellaneous Revenues 75,000 82,513 (7,513) 110%- 75,000 Transfers In 204 204 - 100%- 204 Fund Equity 771,250 - 771,250 0%- 771,250 Total Revenues 15,025,984 10,563,856 4,462,128 70%- 15,025,984 Administrative Services Expenditures: Info Tech / Admin 475,752 326,763 148,989 69%- 475,752 Info Tech / Network Ops & User Suport 5,243,321 2,913,533 2,329,788 56%- 5,243,321 Info Tech / Network Security & Architecture - 334,855 (334,855) ~- - Info Tech / Solutions & Programming 3,401,594 2,391,664 1,009,930 70%- 3,401,594 Info Tech / Telecommunications 1,807,617 1,417,451 390,166 78%- 1,807,617 Info Tech / Enterprise Systems & Training - 201,633 (201,633) ~- - Public Comm / Courier 190,860 96,537 94,323 51%- 190,860 Clearwater Customer Service 3,906,840 2,514,380 1,392,460 64%- 3,906,840 Total Expenditures 15,025,984 10,196,816 4,829,168 68%- 15,025,984 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at third quarter. Third quarter amendments include a net zero amendment transfering $300,000.00 in salary and operating savings to captial project 94729, Citywide Connectivity. At third quarter, anticipated revenues of the Administrative Services Fund equal anticipated expenditures for fiscal year 2021/22. 18 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 16,698,060 12,207,461 4,490,599 73%- 16,698,060 Miscellaneous Revenues 925,000 350,696 574,304 38%- 925,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 17,623,060 12,558,158 5,064,902 71%- 17,623,060 Garage Fund Expenditures: Fleet Maintenance 16,631,707 11,258,005 5,373,702 68%- 16,631,707 Radio Communications 963,473 500,500 462,973 52%- 963,473 Total Expenditures 17,595,180 11,758,505 5,836,675 67%- 17,595,180 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At third quarter, anticipated revenues of the Garage Fund exceed anticipated expenditures by $27,880 for fiscal year 2021/22. No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. 19 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 29,719,086 20,742,094 8,976,992 70%- 29,719,086 Miscellaneous Revenues 300,000 487,213 (187,213) 162%- 300,000 Transfers In - - - ~- - Fund Equity 2,266,444 - 2,266,444 0%- 2,266,444 Total Revenues 32,285,530 21,229,308 11,056,222 66%- 32,285,530 Central Insurance Expenditures: Finance / Risk Management 417,234 252,772 164,462 61%- 417,234 HR / Employee Benefits 439,346 197,841 241,505 45%- 439,346 HR / Employee Health Clinic 1,721,400 963,331 758,069 56%- 1,721,400 Non-Departmental 29,707,550 22,891,164 6,816,386 77%- 29,707,550 Total Expenditures 32,285,530 24,305,108 7,980,422 75%- 32,285,530 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At third quarter, anticipated revenues of the Central Insurance Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Central Insurance Fund revenues at third quarter. No amendments are proposed to Central Insurance Fund expenditures at third quarter. 20 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2021/22 21 The amended 2021/22 Capital Improvement Program budget report is submitted for the City Council's third quarter review. The proposed amendment is a net budget increase in the amount of $14,055,937. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity:  City-wide Connectivity – a budget increase of $300,000 in Administrative Services Fund revenue, and $700,000 in General Fund revenue.  Business Process Review & Improvement – a budget increase of $250,000 in General Fund revenue.  Greenprint Implementation – a budget increase of $197,848 in reimbursement revenues.  Neighborhood Reinvestment Fund – a budget increase of $200,000 in General Fund revenue.  Pinellas New Mains / Service Lines – a budget increase of $35,027 in property owners share revenue.  Pasco New Mains/Service Lines - a budget increase of $32,767 in property owners share revenue.  Line Relocation Maintenance – a budget increase of $152,103 in reimbursement revenues.  Hillcrest Bypass Culvert – a budget decrease of $110,288 in SWFWMD grant revenue.  Public Works Complex – a budget increase of $200,000 in General Fund revenue.  Traffic Signals – a budget increase of $1,000,000 in General Fund revenue.  Athletic Field Shade Structures – a budget increase of $700,000 in General Fund revenue. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  City Hall Demolition $ 610,000 09/01/22  ARPA Fiber Upgrades $ 3,500,000 08/04/22  ARPA Solar Panels $ 2,000,000 08/04/22  Motorized Equipment Purchases $ 359,150 07/21/22  Clearwater Municipal Cemetery Renovation $ 600,000 09/01/22  ARPA Streets & Sidewalks $ 2,000,000 08/04/22  Main Library Renovation $ 625,000 08/04/22  ARPA State Street Park Improvements $ 700,000 08/04/22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment City-wide Connectivity 1 94729 1,000,000 - To record an increase of $300,000.00 of administrative services revenue representing budget savings in information technology,and an increase of $700,000.00 in General Fund revenue to provide additional funding needed for scheduled build out of the City's fiber network.1,000,000 Business Process Review & Improvement 2 94883 250,000 - To record an increase of $250,000.00 in General Fund revenue to provide additional funding needed for evaluation of business process and innovative solutions.250,000 Greenprint Implementation 3 C2106 197,848 - To record a budget increase of $197,848.00 to recognize reimbursement from the Florida Department of Environmental Protection to bring the budget in line with revenues received.197,848 City Hall Demo - NEW PROJECT 4 C2212 610,000 - To establish the project and record a budget increase in General Fund revenue of $610,000.00,as approved by the Council September 1, 2022. 610,000 ARPA Fiber Upgrades - NEW PROJECT 5 G2211 3,500,000 - To establish the project and record a budget increase of $3,500,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 3,500,000 ARPA Solar Panels - NEW PROJECT 6 G2214 2,000,000 - To establish the project and record a budget increase of $2,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 2,000,000 Motorized Equipment Purchases - NEW PROJECT 7 L2301 359,150 - To establish the project and record a budget increase of $359,150.00 in lease purchase revenue,as approved by the Council July 21, 2022.359,150 Neighborhood Reinvestment Fund - NEW PROJECT 8 M2211 200,000 - To establish the project and record an increase of $200,000.00 in General Fund revenue to provide initial funding for placemaking and neighborhood engagements projects.200,000 Line Relocation-Pinellas Maintenance 9 96365 190 - To record a budget increase of $190.00 in property owners share revenue to bring the budget in line with revenues received.190 CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Pinellas New Mains / Service Lines 10 96377 35,027 - To record a budget increase of $35,027.05 in property owners share revenue to bring the budget in line with revenues received.35,027 Pasco New Mains / Service Lines 11 96378 32,767 - To record a budget increase of $32,766.81 in property owners share revenue to bring the budget in line with revenues received.32,767 Line Relocation-Pasco-Capitalized 12 96381 8,140 - To record a budget increase of $8,139.93 in property owners share revenue to bring the budget in line with revenues received.8,140 Sanitary Sewer Upgrades/Improvements 13 96212 - (4,000,000) To record a budget transfer of $4,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(4,000,000) Facilities Upgrades & Improvements 14 96654 - (2,000,000) To record a budget transfer of $2,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(2,000,000) Water Pollution Control R & R 15 96664 - (1,000,000) To record a budget transfer of $1,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(1,000,000) Sanitary Sewer R&R 16 96665 - 24,500,000 To record a budget increase of $24,500,000.00 representing the following transfers of water and sewer revenue:1)$2,000,000.00 from project 96654,Facilities Upgrades &Improvements;2)$1,000,000.00 from project 96664,Water Pollution Control R&R;3)$4,000,000.00 from project 96212,Sanitary Sewer Upgrades/Improvements;4) $4,000,000.00 from project 96686,Pump Station Replacement;and 5)$13,500,000.00 from project 96773, Groundwater Replenishment Facility.24,500,000 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Pump Station Replacement 17 96686 - (4,000,000) To record a budget transfer of $4,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(4,000,000) Line Relocation - Maintenance 18 96722 152,103 - To record a budget increase of $152,103.05 in reimbursement revenue from Pinellas County to bring the budget in line with revenues received.152,103 Groundwater Replenishment Facility 19 96773 - (13,500,000) To record budget transfers of $5,300,000.00 in sewer revenue and $8,200,000.00 in water revenue to project 96665, Sanitary Sewer R&R.(13,500,000) Allen's Creek 20 ENST180002 (4,000) - To record a budget decrease of $4,000.00 for unused grant funds from Southwest Florida Water Management District (SWFWMD).This will bring the project budget in line with revenues received.(4,000) Alligator Creek Watershed 21 ENST180006 - 374,371 To record a budget transfer in stormwater revenue of $374,370.69 from project ENST180008,Hillcrest Bypass Culvert. 374,371 Hillcrest Bypass Culvert - CLOSE PROJECT 22 ENST180008 (110,288) (374,371) To record a budget transfer in stormwater fund revenue of $374,370.69 to project ENST180006,Alligator Creek Watershed and a budget decrease of $110,287.63 for unused grant funds from Southwest Florida Water Management District (SWFWMD).This project will be closed. (484,658) Public Works Complex - NEW PROJECT 23 C2214 200,000 1,613,738 To establish the project and record a budget increase of $1,613,738.00 representing the following transfers from project ENG180012,Public Works Complex:1)$87,180.32 from General Fund revenue;2)$1,191,466.48 from Stormwater Utility revenue;3)$173,361.59 from water revenue; and 4) $161,729.61 from sewer revenue. Amendments also include an increase of $200,000.00 in General Fund revenue to provide funding for temporary office buildings.1,813,738 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Public Works Complex - CLOSE PROJECT 24 ENGF180012 (1,613,738) To record a budget decrease of $1,613,738.00 representing the following transfers to project C2214, Public Works Complex:1)$87,180.32 from General Fund revenue;2)$1,191,466.48 from Stormwater Utility revenue;3)$173,361.59 from water revenue;and 4) $161,729.61 from sewer revenue.This project will be closed.(1,613,738) Clearwater Municipal Cemetery Renovation - NEW PROJECT 25 M2210 600,000 - To establish the project and record a budget transfer of $600,000.00 in General Fund revenue as approved by the Council on September 1, 2022.600,000 Downtown Streetscaping 26 C2103 77,605 To record a transfer of $77,604.96 in infrastructure sales tax revenue from project ENGF180001,Downtown Streetscaping. 77,605 Downtown Streetscaping - CLOSE PROJECT 27 ENGF180001 (77,605) To record a transfer of $77,604.96 in infrastructure sales tax revenue to project C2103,Downtown Streetscaping. This project will be closed.(77,605) Traffic Signals 28 ENRD180006 1,000,000 - To record an increase of $1,000,000.00 in General Fund revenue to provide funding for signal integrations with County's Intelligent Transportation System (ITS).1,000,000 ARPA Streets & Sidewalks - NEW PROJECT 29 G2213 2,000,000 - To establish the project and record a budget increase of $2,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 2,000,000 Main Library Renovation 30 C2211 625,000 - To record a budget increase of $625,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 625,000 Swimming Pool R&R - CLOSE PROJECT 31 93271 - (23,586) To record a budget transfer of $23,585.67 in General Fund revenue to new project M2205,Recreation Center R&R. This project will be closed.(23,586) 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Boardwalk & Docks R&R - CLOSE PROJECT 32 93604 - (16,170) To record a budget transfer of $16,169.76 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(16,170) Concrete Sidewalk & Pad Repairs - CLOSE PROJECT 33 93634 - (4,264) To record a budget transfer of $4,263.89 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(4,264) Park Amenity Purchase & Replace - CLOSE PROJECT 34 93635 - (107,172) To record a budget transfer of $107,171.92 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(107,172) Tennis Court Resurfacing - CLOSE PROJECT 35 93636 - (3,588) To record a budget transfer of $3,587.99 in General Fund revenue to project M2207,Athletic Field R&R.This project will be closed.(3,588) Playground & Fitness Purchase & Replacement - CLOSE PROJECT 36 93637 - (17,053) To record a budget transfer of $17,052.68 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(17,053) Fencing Replacement Program - CLOSE PROJECT 37 93638 - 10,664 To record a budget increase in General Fund revenue of $10,663.53 from project M2207,Athletic Field R&R.This project will be closed.10,664 Clearwater Beach Infrastructure Repair & Improve - CLOSE PROJECT 38 93672 - (40,855) To record a budget transfer of $9,020.90 in General Fund revenue to project 93633,Pier 60 Park and Beachwalk Replacement and to record a budget transfer of $31,834.10 in General Fund revenue to project M2208,Beach Walk/Pier 60 R&R . This project will be closed.(40,855) Long Center Parking Improvements - CLOSE PROJECT 39 C1902 - (56,423) To record a budget transfer of $56,423.40 in penny revenue to project C2002,Ed Wright Park Renovations. This project will be closed.(56,423) Phillies Entrance Sign - CLOSE PROJECT 40 C1903 - (150,000) To record a budget transfer of $150,000.00 in General Fund revenue to project M2208,Beach Walk/Pier 60 Park R&R. This project will be closed.(150,000) 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Ed Wright Park Renovations 41 C2002 - 239,110 To record a budget increase of $239,109.59 representing the following transfers:1)a budget transfer of $56,423.40 of penny revenue from project C1902,Long Center Park Improvements;2)a budget transfer of $110,000.00 in General Fund revenue from project C2203,Ross Norton Skate Park;and 3)a budget transfer of $72,686.19 of penny revenue from project M1915, Belmont Park Renovations.239,110 ARPA State Street Park Improvements - NEW PROJECT 42 G2218 700,000 - To establish the project and record a budget increase of $700,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 700,000 Belmont Park Revitalization CLOSE PROJECT 43 M1915 - (72,686) To record a budget transfer of $72,686.19 in penny revenue to project 93633,Pier 60 Park &Beachwalk Replacement & Improvement. This project will be closed.(72,686) Parks & Beautification R&R 44 M2206 - 144,658 To record a budget increase of $144,658.25 representing the following transfers of General Fund revenue:1) $17,052.68 from project 93637,Playground &Fitness Purchase &Replacement;2)$107,171.92 from project 93635,Park Amenity Purchase and Replacement;3) $4,263.89 from project 93634,Concrete Sidewalk and Pad Replacement;and 4)$16,169.76 from project 93604, Boardwalks & Docks R&R. 144,658 BayCare Ballpark Infrastructure Repair/Improve - CLOSE PROJECT 45 93205 - (164,046) To record a budget transfer of $164,045.61 in General Fund revenue to project M2204,Carpenter &BayCare R&R.This project will be closed.(164,046) Sports Field Lighting - CLOSE PROJECT 46 93620 - (38,138) To record a budget transfer of $38,137.80 in General Fund revenue to project M2207,Athletic Field R&R.This project will be closed.(38,138) Pier 60 Park & Beachwalk R & R - CLOSE PROJECT 47 93633 - 9,021 To record a budget transfer of $9,020.90 in General Fund revenue from project 93672,Clearwater Beach Infrastructure Repairs &Improvement.This project will be closed.9,021 27 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Recreation Center Infra Repairs - CLOSE PROJECT 48 93654 - (92,347) To record a budget transfer of $92,346.74 in General Fund revenue to project M2205,Recreation Center R&R.This project will be closed.(92,347) Ross Norton Skate Park - CLOSE PROJECT 49 C2203 - (110,000) To record a budget transfer of $110,000.00 in General Fund revenue to project C2002, Ed Wright Park Renovations.(110,000) Athletic Field Shade Structures - NEW PROJECT 50 C2213 700,000 - To establish the project and record a budget transfer of $700,000.00 in General Fund revenue,to provide funding for shade structures over spectator bleachers at Sid Likcton and Countryside Little League Fields.700,000 Carpenter & BayCare R&R - NEW PROJECT 51 M2204 - 164,046 To record a budget transfer of $164,045.61 in General Fund revenue from project 93205,BayCare Ballpark Infrastructure Repair/Improvement.164,046 Recreation Center R&R 52 M2205 - 115,932 To record a budget transfer of $23,585.67 in General Fund revenue from project 93271,Swimming Pool R&R and a budget transfer of $92,346.74 in General Fund revenue from project 93654,Recreation Centers Infrastructure Repairs. 115,932 Athletic Field R&R 53 M2207 - 31,062 To record a budget decrease in General Fund revenue of $10,663.53 to project 93638,Fencing Replacement Program.To record a budget increase of $38,137.80 of General Fund revenue from project 93620,Sports Field Lighting and $3,587.99 of General Fund money from project 93636, Tennis Court resurfacing.31,062 Beach Walk/Pier 60 Park R&R 54 M2208 - 181,834 To record an increase of $150,000 in General Fund revenue transferred from project C1903,Phillies Entrance Sign and an increase of $31,834.10 in General Fund revenue from project 93672,Clearwater Beach Infrastructure Repairs & Improvement. 181,834 14,055,937 - - 14,055,937 TOTAL 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demolition 75,000 75,000 - 75,000 - - 75,000 94233 Motorized Equip-Cash 2,473,945 2,473,945 - 2,473,945 2,379,355 38,637 55,953 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 4,423,089 4,423,089 1,000,000 5,423,089 3,778,270 - 1,644,820 1 94736 Geographic Information Sys 1,210,997 1,210,997 - 1,210,997 954,455 - 256,542 94828 Financial Systems Upgrades 4,158,165 4,158,165 - 4,158,165 2,805,772 38,924 1,313,469 94829 CIS Upgrades / Replacement 1,382,376 1,382,376 - 1,382,376 439,168 135,805 807,403 94830 MS Licensing / Upgrades 1,200,000 1,200,000 - 1,200,000 842,601 - 357,399 94833 Computer Monitors 429,828 404,093 - 404,093 404,093 - - C 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 400,000 400,000 - 400,000 328,512 - 71,488 94873 Citywide Camera System 360,000 360,000 - 360,000 221,664 - 138,336 94874 City Enterprise Timekeep Sys 360,000 360,000 - 360,000 202,802 - 157,198 94880 Granicus Agenda Mgt Sys 210,000 210,000 - 210,000 41,136 - 168,864 94883 Business Proc Review & Improve 800,000 825,735 250,000 1,075,735 327,473 79,382 668,880 2 94888 City EOC & Disaster Recovery Fac 3,360,000 3,360,000 - 3,360,000 3,134,363 40,537 185,099 C1901 Beach Radio Tower 852,370 852,370 - 852,370 - - 852,370 C2004 Lift Stations - General Gov 2,160,000 2,160,000 - 2,160,000 176,562 - 1,983,438 C2006 ADA Transition Plan 900,000 900,000 - 900,000 213,069 - 686,931 C2007 Citywide Audio/Visual Solutions 265,053 265,053 - 265,053 56,499 - 208,554 C2101 North Ward Preservation 77,920 77,920 77,920 59,112 - 18,807 C2106 Greenprint Implementation 320,000 620,000 197,848 817,848 83,517 - 734,331 3 C2212 City Hall Demolition - - 610,000 610,000 - - 610,000 4 G2211 ARPA Fiber Upgrades - - 3,500,000 3,500,000 - - 3,500,000 5 G2214 ARPA Solar Panels - - 2,000,000 2,000,000 - - 2,000,000 6 ENGF220001 New City Hall 350,300 9,700,300 - 9,700,300 - - 9,700,300 GSBM180001 Air Cond Replace-City Wide 1,779,436 1,779,436 - 1,779,436 1,089,533 4,000 685,903 GSBM180002 Flooring for Facilities 1,477,837 1,477,837 - 1,477,837 904,797 48,066 524,974 GSBM180003 Roof Repair and Replacement 2,304,213 2,604,213 - 2,604,213 2,020,244 11,574 572,396 GSBM180004 Painting of Facilities 792,923 792,923 - 792,923 235,630 114,356 442,936 GSBM180005 Fencing of Facilities 173,170 173,170 - 173,170 73,199 - 99,970 GSBM180006 Light Replacement & Repair 728,197 728,197 - 728,197 338,145 - 390,052 GSBM180007 Elevator Refurbish/Modern 760,576 760,576 - 760,576 11,118 - 749,458 GSBM180008 B&M Vehicle & Equipment 2,018,377 1,718,377 - 1,718,377 813,896 525 903,956 GSBM180009 New A/C Chiller System 5,200,000 5,200,000 - 5,200,000 1,752,713 - 3,447,287 GSBM180010 General Services R&R 500,000 500,000 - 500,000 212,670 87,809 199,520 GSBM180011 Generator Maintenance 650,000 650,000 - 650,000 48,721 - 601,279 GSBM180012 General Faci Bldg Major Reno 2,185,242 2,185,242 - 2,185,242 256,834 - 1,928,409 GSFL180001 Fleet Facility R&R 644,520 644,520 - 644,520 86,064 31,766 526,690 L1902 B&M Vehicle & Equipment 65,000 65,000 - 65,000 35,046 - 29,955 L1906/M2202 Telecommunications Upgrade 1,769,047 1,769,047 - 1,769,047 - - 1,769,047 L1907/M1911 IT Disaster Recovery 480,396 480,396 - 480,396 57,869 10,574 411,953 L1908/M1912 Network Infra & Server R&R 2,341,417 2,341,417 - 2,341,417 1,473,415 248,253 619,749 L1910 Motorized Equip Replace - LP 17,437,127 17,437,127 - 17,437,127 13,834,771 2,107,278 1,495,077 L1911 Garage - Off Cycle Replacements 500,000 500,000 - 500,000 205,544 - 294,456 L2301 Motorized Equip Purchases - LP - - 359,150 359,150 - - 359,150 7 M1914 Sustainability Initiatives 200,000 200,000 - 200,000 127,710 19,000 53,290 M2007 City EOC Maintenance 100,000 100,000 - 100,000 - - 100,000 L2001/M2010 P25 Radio Equipment & Infrast 2,543,104 3,507,104 - 3,507,104 2,853,384 10,560 643,160 M2201 Studio/Production Eqp.25,000 26,344 - 26,344 - - 26,344 M2211 Neighborhood Project Fund - - 200,000 200,000 - - 200,000 8 Sub-Total 71,654,623.99 82,269,967.76 8,116,998 90,386,966 43,687,732 3,027,045.62 43,672,188 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Police Protection 94238 Police Vehicles 2,602,032 2,602,032 - 2,602,032 2,491,068 - 110,964 C2201 Police CAD Replacement 900,000 900,000 - 900,000 - - 900,000 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 P1802 Police Equipment Replacement 679,686 679,686 - 679,686 641,230 17,605 20,851 P1803 Command Bus Refurbishment 200,000 200,000 - 200,000 151,118 2,720 46,162 P1902 Police Information Systems 425,000 425,000 - 425,000 357,945 - 67,055 P2102 Training Range Sound Mitigation 820,000 820,000 - 820,000 787,787 15,408 16,805 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 8,233,930 4,408,449 407,621 Sub-Total 19,426,718 19,426,718 - 19,426,718 12,663,077 4,444,182 2,319,459 Fire Protection 91218 Fire Engine Replacement 3,520,566 3,520,566 - 3,520,566 3,482,241 718,190 (679,864) 91244 Aerial Truck 3,218,514 3,368,080 - 3,368,080 2,653,479 - 714,601 91260 Thermal Imaging Cameras 295,270 295,270 - 295,270 148,954 14,985 131,331 91261 Personal Protection Equip 2,564,250 2,564,250 - 2,564,250 2,113,156 45,140 405,954 91262 SCBA Upgrade - Fill Station 125,000 125,000 - 125,000 82,366 - 42,634 91264 Fire Hose Replacement 516,010 516,010 - 516,010 313,755 2,716 199,539 91271 Fire Boat 1,008,363 1,008,363 - 1,008,363 694,171 - 314,192 C2207 FD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 FD00190001 Fire Station 46 - Beach 6,372,693 10,350,693 - 10,350,693 1,674,982 8,252,880 422,832 FD00190002 Fire Station 47 Replacement 4,839,441 4,839,441 - 4,839,441 1,197,888 115,345 3,526,208 M2005 Fire Training Tower 225,286 225,286 - 225,286 52,987 - 172,299 Sub-Total 23,435,392 27,562,958 - 27,562,958 12,413,979 9,149,255 5,999,724 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,201,680 1,201,680 - 1,201,680 888,659 - 313,021 91236 Rescue Vehicle 602,500 602,500 - 602,500 275,930 219,850 106,720 91257 AED Program 293,510 293,510 - 293,510 269,334 - 24,176 91263 Extrication Tools 177,000 177,000 - 177,000 125,708 - 51,292 ENGF190002 Beach Guard Tower 258,239 258,239 - 258,239 91,376 - 166,863 ENGF200002 Beach Guard Admin Building 85,000 85,000 - 85,000 47,330 - 37,670 Sub-Total 2,617,929 2,617,929 - 2,617,929 1,698,337 219,850 699,742 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 1,864,214 168,637 101,942 96365 Line Relocation-Pinellas Maint 806,106 811,379 190 811,569 563,244 - 248,325 9 96367 Gas Meter Change Out-Pinellas 4,363,000 4,363,000 - 4,363,000 4,208,105 - 154,895 96374 Line Relocation-Pinellas Capital 3,033,500 3,033,500 - 3,033,500 2,905,858 28,333 99,310 96376 Line Relocation - Pasco Maint 334,140 336,384 - 336,384 146,186 - 190,198 96377 Pinellas New Mains / Serv Lines 39,496,650 39,596,643 35,027 39,631,671 36,312,643 99,900 3,219,128 10 96378 Pasco New Mains / Serv Lines 25,386,980 25,389,332 32,767 25,422,099 23,710,670 38,720 1,672,708 11 96379 Pasco Gas Meter Change Out 1,392,821 1,392,821 - 1,392,821 870,496 - 522,325 96381 Line Reloc-Pasco-Capitalized 1,539,160 1,539,160 8,140 1,547,300 1,276,554 786 269,960 12 96382 Gas Inventory - Work Mgmt Sys 1,742,000 1,742,000 - 1,742,000 856,268 - 885,732 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,004,188 112,120 741,546 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,504,224 - 303,621 96386 Expanded Energy Conservation 14,878,589 14,878,589 - 14,878,589 12,281,197 - 2,597,391 96387 Natural Gas Vehicle 7,484,584 7,484,584 - 7,484,584 4,677,771 2,373,967 432,846 96389 Future IMS Software & Hardware 1,450,000 1,450,000 - 1,450,000 361,793 - 1,088,207 96391 Gas System Pasco Building 700,000 700,000 - 700,000 - - 700,000 M1904 Pinellas Building Equip R&R 800,000 800,000 - 800,000 - - 800,000 Sub-Total 136,208,023 136,317,885 76,124 136,394,009 119,543,411 2,822,463 14,028,134 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Solid Waste Control Services 96426 Facility R & R - 3,027,608 - 3,027,608 1,862,066 11,980 1,153,562 96443 Res Container Acquisition - 2,326,741 - 2,326,741 1,700,354 - 626,387 96444 Comm Container Acquisition 4,695,420 4,695,420 - 4,695,420 4,326,706 13,970 354,744 96445 Solar Trash & Recycling Kiosks 364,414 364,414 - 364,414 239,182 - 125,232 96448 Solid Waste CNG Station 150,000 150,000 - 150,000 - - 150,000 96449 Solid Waste Truck Wash Fac 555,500 555,500 - 555,500 - - 555,500 96804 Recycling Carts/Dumpsters 1,426,650 1,426,650 - 1,426,650 913,829 - 512,821 96805 Recycling Expan/Particip/R&R 1,341,525 1,341,525 - 1,341,525 1,222,936 - 118,589 C2005/L2005 Underground Refuse Program 1,945,090 1,945,090 - 1,945,090 1,429,508 305,593 209,989 L2201 SW/Recyc Add Veh & Equip 185,000 185,000 - 185,000 - - 185,000 SR00180003 Processing Ctr Building Replace 5,062,633 5,062,633 - 5,062,633 4,396 - 5,058,237 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,650,130 - 19,650,130 19,051,177 34,149 564,804 Sub-Total 35,376,361 40,730,710 - 40,730,710 30,750,153 365,692 9,614,865 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 44,040,261 21,345,431 (4,000,000) 17,345,431 7,761,156 5,981,893 3,602,383 13 96213 Marshall Street Upgrades/Impr 15,744,299 15,744,299 - 15,744,299 8,883,652 6,310,075 550,572 96214 East Plant Upgrades/Improve 4,150,000 4,150,000 - 4,150,000 404,822 370,393 3,374,784 96215 N.E. Plant Upgrades/Improve 32,263,620 32,263,620 - 32,263,620 10,033,629 12,751,294 9,478,697 96216 Laboratory Upgrade/Improve 1,155,079 1,155,079 - 1,155,079 12,168 - 1,142,912 96217 Pump Station R&R 1,950,192 1,350,192 - 1,350,192 664,247 4,843 681,103 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 1,004,306 1,004,306 - 1,004,306 - - 1,004,306 96630 Sanitary Sewer Extension 15,182,068 15,182,068 - 15,182,068 12,615,157 4,557 2,562,355 96634 Sanitary Sewer Relocation 4,629,932 4,392,493 - 4,392,493 3,355,402 127,772 909,318 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 13,779,876 13,779,876 (2,000,000) 11,779,876 10,588,663 296,536 894,678 14 96664 Water Pollution Control R & R 32,260,864 28,081,864 (1,000,000) 27,081,864 18,564,779 4,322,863 4,194,222 15 96665 Sanitary Sewer R&R 56,346,228 54,163,458 24,500,000 78,663,458 40,343,759 9,953,302 28,366,396 16 96686 Pump Station Replacement 13,613,137 11,413,137 (4,000,000) 7,413,137 5,711,960 363,479 1,337,698 17 96721 System R & R - Maintenance 9,020,686 10,515,686 - 10,515,686 2,960,180 5,095,234 2,460,272 96722 Line Relocation - Maintenance 10,718,140 4,646,468 152,103 4,798,571 3,624,731 66,181 1,107,660 18 96739 Reclaimed Water Dist Sys 47,316,014 47,316,014 - 47,316,014 45,412,154 1,117,764 786,096 96742 Line Relocation-Capitalized 5,869,275 5,869,275 - 5,869,275 4,255,780 - 1,613,495 96744 System Expansion 3,709,043 3,709,043 - 3,709,043 3,330,337 - 378,707 96764 RO Plant Exp Res #1 16,499,527 16,499,527 - 16,499,527 13,243,654 39 3,255,834 96767 RO Plant at Res #2 49,495,439 49,495,439 - 49,495,439 41,812,122 857,225 6,826,093 96773 Groundwater Replenishm Fac 20,900,118 20,900,118 (13,500,000) 7,400,118 5,902,487 - 1,497,631 19 96782 RO Plant @WTP #3 2,069,594 2,069,594 - 2,069,594 347,671 3,309 1,718,614 96783 Water Sys Upgrades/Improve 9,953,600 8,953,600 - 8,953,600 1,723,389 1,268,294 5,961,917 96784 Reclaim Water Distrib Sys R&R 2,340,936 3,840,936 - 3,840,936 1,256,757 1,708,448 875,731 96785 Feasibility Studies/Evalu - Water 3,755,000 3,755,000 - 3,755,000 2,366,708 122,842 1,265,451 96786 Devices/Equipments - Water 1,100,000 1,100,000 - 1,100,000 - - 1,100,000 G2206 Portable Generators 630,000 630,000 - 630,000 - - 630,000 L1904/L1905 /M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 - 1,077,913 755,016 242,323 80,574 M1905 Marshall Street Plant R&R 4,160,000 4,160,000 - 4,160,000 307,950 91,341 3,760,709 M1906 Northeast Plant R&R 2,029,313 2,029,313 - 2,029,313 430,513 8,717 1,590,083 M1907 East Plant R&R 5,165,000 5,165,000 - 5,165,000 268,179 3,874 4,892,947 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 40,155 2,045 1,257,800 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 66,546 969 1,182,485 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,182 969 745,701 M2103 Utilities Bldg & Maint 1,000,000 1,000,000 - 1,000,000 133,162 - 866,838 Sub-Total 438,081,774 401,911,063 152,103 402,063,166 248,892,519 51,076,578 102,094,069 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 4,388,380 4,388,380 - 4,388,380 3,471,732 233,427 683,221 ENST180001 Stormwater Pipe System Improve 13,389,067 13,389,067 - 13,389,067 3,767,229 3,049,537 6,572,301 ENST180002 Allen's Creek 2,816,271 2,816,271 (4,000) 2,812,271 2,509,926 249,019 53,326 20 ENST180003 Stormwater System Expansion 1,094,986 1,094,986 - 1,094,986 - - 1,094,986 ENST180004 Stevenson Creek 2,935,066 2,935,066 - 2,935,066 86,929 42,368 2,805,770 ENST180005 Coastal Basin 4,328,800 3,878,800 - 3,878,800 2,803,794 164,739 910,267 ENST180006 Alligator Creek Watershed 3,592,512 3,592,512 374,371 3,966,882 472,819 163,449 3,330,615 21 ENST180008 Hillcrest Bypass Culvert 4,096,167 4,096,167 (484,658) 3,611,508 3,611,508 - - C 22 ENST180010 Lower Spring Branch Improve 2,320,000 2,320,000 - 2,320,000 320,267 129,027 1,870,706 Sub-Total 38,961,249 38,511,249 (114,288) 38,396,961 17,044,203 4,031,566 17,321,192 Other Physical Environment 93422 Dredging of City Waterways 1,246,204 1,246,204 - 1,246,204 483,487 - 762,717 C2208 Coopers Point 1,400,000 1,400,000 - 1,400,000 - - 1,400,000 C2214 Public Works Complex - - 1,813,738 1,813,738 - - 1,813,738 23 ENGF180006 City-wide Docks and Seawall 2,586,739 2,586,739 - 2,586,739 1,795,752 - 790,988 ENGF180010 Pollutant Storage Tank 419,408 43,380 - 43,380 43,380 - - C ENGF180011 Environmental Assmt & Clean-up 763,636 1,139,664 - 1,139,664 118,811 10,649 1,010,204 ENGF180012 Public Works Complex 1,615,664 1,615,664 (1,613,738) 1,926 1,926 - - C 24 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,295,199 46,434 2,410,367 M2002 Environ Park Remediate & Protect 150,000 150,000 - 150,000 - 41,590 108,410 M2006 Right of Way Tree Mgt Prog 500,000 500,000 - 500,000 143,370 - 356,630 M2210 CW Municipal Cemetery Reno - - 600,000 600,000 - 105,019 494,981 25 Sub-Total 15,433,651 15,433,651 800,000 16,233,651 6,881,925 203,692 9,148,035 Road and Street Facilities C2102 Fort Harrison Reconstruction 11,015,576 11,015,576 - 11,015,576 - 2,767,677 8,247,899 C2103 Downtown Streetscaping 15,864,691 17,523,802 77,605 17,601,407 5,797,114 10,653,541 1,150,753 26 C2105 Mercado - Downtown Gateway 500,000 927,795 - 927,795 - 927,795 - ENGF180001 Downtown Streetscaping 1,644,610 1,644,610 (77,605) 1,567,006 1,567,006 - 0 C 27 ENGF200003 Memorial Causeway Bridge Lighting 200,000 200,000 - 200,000 152,656 - 47,344 ENRD180002 Bridge Maintenance & Improve 8,849,747 8,849,747 - 8,849,747 1,743,919 3,111,312 3,994,516 ENRD180003 Traffic Calming 2,205,031 395,554 - 395,554 395,554 - 0 C ENRD180004 Streets and Sidewalks 21,072,094 21,072,094 - 21,072,094 13,430,972 1,914,026 5,727,096 ENRD180005 City-Wide Intersection Improve 2,613,430 4,422,907 - 4,422,907 984,152 234,914 3,203,841 ENRD180006 Traffic Signals 1,284,534 1,284,534 1,000,000 2,284,534 822,978 220,465 1,241,092 28 ENRD180007 Traffic Safety Infrastructure 1,281,765 1,281,765 - 1,281,765 818,319 93,984 369,462 G2213 ARPA Streets & Sidewalks - - 2,000,000 2,000,000 - - 2,000,000 29 Sub-Total 66,531,479 68,618,385 3,000,000 71,618,385 25,712,669 19,923,714 25,982,002 Airports 94817 Airpark Maintenance & Repair 338,976 339,245 - 339,245 275,608 - 63,637 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 29,765 10,522 G2012 Clw Airpark Vehicle Replace 32,018 30,673 - 30,673 30,673 - - C G2108 Security System Upgrade 150,000 228,000 - 228,000 71,741 - 156,259 Sub-Total 1,825,994 1,902,918 - 1,902,918 1,642,736 29,765 230,417 Water Transportation System 93415 Waterway Maintenance 750,000 750,000 - 750,000 537,293 45,340 167,367 Sub-Total 750,000 750,000 - 750,000 537,293 45,340 167,367 Parking Facilities ENPK180001 Parking Lot Resurfacing 758,476 758,476 - 758,476 31,609 29,500 697,367 ENPK180002 Parking Lot Improvements 2,268,802 2,268,802 - 2,268,802 636,199 63,817 1,568,787 ENPK180003 Parking Facilities 2,169,348 3,669,348 - 3,669,348 933,361 1,984,913 751,074 M2102 Seminole Boat Launch Maint 225,125 355,083 - 355,083 19,075 - 336,007 Sub-Total 5,421,752 7,051,709 - 7,051,709 1,620,244 2,078,230 3,353,235 32 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 908,527 323,934 817,540 ENGF180002 Downtown Intermodal 924,756 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 354,146 354,146 - 354,146 175,545 48,087 130,514 ENGF180004 Survey Equipment Replacement 33,788 33,788 - 33,788 - - 33,788 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 37,957,780 43,768,426 2,935,117 Sub-Total 88,024,013 88,024,013 - 88,024,013 39,041,851 44,140,447 4,841,715 Libraries 93527 Books & Other Lib Materials 7,696,601 7,696,601 - 7,696,601 7,655,224 - 41,377 93530 Consolidated Eastside/SPC Libr 5,430,000 5,430,000 - 5,430,000 5,300,608 - 129,392 93532 Libr Maker Space Maint. & Up 282,560 282,560 - 282,560 202,818 - 79,742 93534 Library FF&E Repair & Replace 480,000 330,000 - 330,000 153,336 6,417 170,247 94861 Library Technology 1,525,000 1,525,000 - 1,525,000 1,320,243 - 204,757 C2211 Main Library Renovation - 150,000 625,000 775,000 - - 775,000 30 Sub-Total 15,414,161 15,414,161 625,000 16,039,161 14,632,229 6,417 1,400,515 Parks & Recreation 93133 Park Land Acquisition 1,627,351 1,977,351 - 1,977,351 1,625,163 3,200 348,988 93247 Fitness Equipment Replacement 550,000 496,447 - 496,447 496,447 - - C 93271 Swimming Pool R&R 1,742,876 1,595,131 (23,586) 1,571,546 1,571,546 - - C 31 93272 Bicycle Paths-Bridges 5,420,232 4,370,232 - 4,370,232 4,260,114 21,636 88,481 93286 Parking Lot/Bike Path Rsr/Imprv 1,026,618 610,327 - 610,327 610,327 - (0) C 93602 Sp Events Equip Rep & Rplcmnt 360,000 360,000 - 360,000 323,389 - 36,611 93604 Brdwlks & Docks Rep & Rplcmnt 905,000 891,503 (16,170) 875,333 875,333 - - C 32 93618 Miscellaneous Park & Rec Contract 935,000 935,000 - 935,000 524,697 62,169 348,134 93634 Concrete Sidewalk & Pad Repair 488,176 348,840 (4,264) 344,576 344,576 - (0) C 33 93635 Park Amenity Purch & Rplcmnt 1,460,210 1,428,698 (107,172) 1,321,526 1,321,526 - - C 34 93636 Tennis Court Resurfacing 1,150,311 883,645 (3,588) 880,057 880,057 - 0 C 35 93637 Playground & Fitness Purch & Rplc 1,358,198 1,390,803 (17,053) 1,373,750 1,373,750 - 0 C 36 93638 Fencing Replacement Program 1,229,664 1,143,648 10,664 1,154,312 1,154,312 - - C 37 93646 Rest Rm Expan-Barefoot Bch House 520,950 520,950 - 520,950 518,374 1,500 1,076 93667 Del Oro Park Renovations 450,000 2,686,000 - 2,686,000 941,503 1,654,274 90,224 93672 Clw Bch Infrast Repairs & Improve 447,690 447,690 (40,855) 406,835 406,835 - - C 38 93673 Jack Russell Stadium Improve 1,154,582 1,051,730 - 1,051,730 1,051,730 - - C C1902 Long Center Parking Improve 550,000 550,000 (56,423) 493,577 493,577 - - C 39 C1903 Phillies Entrance Sign 150,000 150,000 (150,000) - - - - C 40 C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright Park Renovations 600,000 600,000 239,110 839,110 - - 839,110 41 C2202 Long Center Major Reno 2,000,000 2,000,000 - 2,000,000 39,894 15,218 1,944,888 C2209 Neighborhood Park Renovations 400,000 - - - - - - G2218 ARPA State Street Park Impv - - 700,000 700,000 - - 700,000 42 L1901 P&R Vehicle and Equip Additions 546,210 546,210 - 546,210 481,007 39,431 25,772 M1915 Belmont Park Revitalization 627,909 627,909 (72,686) 555,223 555,223 1,765 (1,765) C 43 M2206 Parks & Beautification R&R - 581,032 144,658 725,690 - 105,019 620,672 44 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 - 224,726 55,557 8,541 160,628 Sub-Total 34,425,704 34,917,872 602,635 35,520,507 26,904,936 1,912,752 6,702,818 Cultural Services A1901 Miscellaneous Minor Public Art 202,079 202,079 - 202,079 103,533 - 98,546 A2201 Cultural Arts Plan 70,000 70,000 - 70,000 - - 70,000 Sub-Total 272,078.62 272,078.62 - 272,079 103,533 0.00 168,546 33 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Special Recreation Facilities 93203 Carpenter Field-Infras Rep/Imprv 932,817 846,454 - 846,454 846,454 - - C 93205 Baycare Ballpark Infrast Rep/Improv 5,257,649 4,807,910 (164,046) 4,643,864 4,643,864 - - C 45 93278 Long Center Infra Repairs 2,430,815 2,284,155 - 2,284,155 2,284,155 - - C 93410 Clwr Harbor Marina Maint R&R 372,500 372,500 - 372,500 339,679 - 32,821 93418 Utilities Services Replacement 512,714 170,456 - 170,456 170,456 - 0 C 93420 Fuel System R & R 222,752 222,752 - 222,752 155,019 - 67,733 93499 Pier 60/Sailing Center Maint 601,952 371,952 - 371,952 346,792 - 25,159 93620 Sports Field Lighting 750,362 681,539 (38,138) 643,401 643,401 - - C 46 93633 Pier 60 Pk & Bchwlk Rep & Improv 1,839,377 1,072,476 9,021 1,081,497 1,081,497 - (0) C 47 93642 Phillip-Jones Restroom/Concess 557,944 456,944 - 456,944 380,113 76,744 87 93650 Crest Lake Park Improvement 7,690,532 7,709,222 - 7,709,222 7,623,854 85,369 0 C 93654 Recreation Centers Infras Repairs 732,468 575,757 (92,347) 483,411 483,411 - (0) C 48 C1905 Beach Marina Upgrade 2,150,000 2,992,258 - 2,992,258 428,067 1,071,865 1,492,326 C1906 Clw Harbor Marina Repl & Up 406,000 2,695,695 - 2,695,695 319,607 2,330,686 45,402 C2001 Athletic Flds & Fac Reno/Improve 8,500,000 8,500,000 - 8,500,000 - - 8,500,000 C2203 Ross Norton Skate Park 110,000 110,000 (110,000) - - - - C 49 C2204 Soccer Reno EC Moore 40,000 40,000 - 40,000 - - 40,000 C2205 Enterprise Dog Park 220,000 260,000 - 260,000 221,820 8,019 30,161 C2210 Sailing Center Dock Replacement - 732,852 - 732,852 30,888 697,334 4,630 C2213 Athletic Field Shade Structures - - 700,000 700,000 - - 700,000 50 M1902 Marine Fac Maint Dock R&R 514,970 514,970 - 514,970 362,488 8,903 143,579 M2204 Carpenter & BayCare R&R - 537,407 164,046 701,453 - 160,520 540,933 51 M2205 Recreation Center R&R - 502,169 115,932 618,101 85,759 115,871 416,471 52 M2207 Athletic Field R&R - 421,505 31,062 452,568 - 38,198 414,370 53 M2208 Beach Walk/Pier 60 Park R&R - 766,901 181,834 948,735 22,735 40,829 885,171 54 Sub-Total 33,842,852 37,645,874 797,365 38,443,239 20,470,059 4,634,337 13,338,843 TOTAL ALL PROJECTS 1,027,703,755 1,019,379,142 14,055,937 1,033,435,079 624,240,886 148,111,327 261,082,866 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment General Government Programs American Rescue Plan Act Fund 1 G2109 11,241,947 To record a budget increase of $11,241,946.50 to recognize the second traunch of ARPA funds.This is being transferred to the General Fund to be allocated as revenue recovery.11,241,947 General Government Totals:11,241,947 - 11,241,947 Public Safety Programs Foreclosure Registry - Nuisance Abatement 2 98609 4,200 To record a budget increase of $4,200.00 which represents foreclosure registry fees collected to date to bring the budget in line with actual receipts.4,200 Hurricane Irma 3 98610 4 To record a budget increase of $4.00 in federal and state Irma reimbursements to bring the budget in line with actual receipts.4 Police Extra Duty 4 99215 302,186 To record a budget increase of $302,186.15 in police service revenue to bring the budget in line with actual receipts.302,186 Police Volunteers 5 99316 10,000 To record a transfer of $10,000.00 in fines forfeitures and penalties revenue from project 181-99330,Florida Contraband Forfeiture Fund.10,000 Police Education Fund 6 99317 6,915 To record a budget increase of $6,915.11 in police education fine revenue which will bring the budget in line with actual receipts.6,915 Investigative Costs Recovery 7 99329 32,229 To record a budget increase of $32,229.21 in fines,forfeitures and penalties revenue to bring the budget in line with actual receipts. 32,229 Florida Contraband Forfeiture Fund 8 99330 34,834 To record a budget increase of $34,833.67 in fines,forfeitures and penalties revenue which will bring the budget in line with actual receipts.34,834 Vehicle Replacement Fund 9 99350 28,020 To record a budget increase representing a transfer of $28,020.00 from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs.28,020 Special Program Fund Third Quarter Amendments FY 2021/22 35 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Public Safety Programs (continued) Safe Neighborhood Program 10 99356 13,484 To record an increase of $13,483.67 transferred from 99330, Florida Contraband Forfeiture Fund to support community outreach programs.13,484 Crime Prevention Program 11 99364 250 To record a budget increase of $250.00 in donation revenues.This will bring the budget in line with actual receipts.250 Federal Forfeiture Sharing 12 99387 7,841 To record an increase of $7,841.49 in grant revenues from the US Department of Justice which will bring the budget in line with actual receipts.7,841 Public Safety Program Totals:439,963 - 439,963 Physical Environment Programs Tree Replacement Program 13 99970 3,072 To record a budget increase of $3,072.00 in fines,forfeiture and penalties revenue to bring the budget in line with actual receipts.3,072 Physical Environment Programs Program: Totals:3,072 - 3,072 Economic Environment Programs Economic Development 2021 - CLOSE PROGRAM 14 G2102 (79,736) To record a budget transfer of $79,735.78 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(79,736) Public Services 2021 - CLOSE PROGRAM 15 G2105 (92,907) To record a budget transfer of $92,906.84 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(92,907) Public Facilities 2022 16 G2201 (70,000) To record a budget transfer of $70,000.00 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(70,000) 36 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Economic Environment Programs (Continued) Economic Development 2022 17 G2202 (300,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $95,000.00 to G2301,Public Facilities 2023; and $205,000.00 to G2302, Economic Development 2023.(300,000) Program Administration 2022 18 G2203 (20,000) To record a budget transfer of $20,000.00 in Community Development Block Grant (CDBG)revenues to G2303,Program Administration 2023.(20,000) Infill Housing 2022 - CLOSE PROGRAM 19 G2204 (86,154) To record a budget transfer of $86,154.00 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(86,154) 20 G2209 25,000 To establish the program and record a budget increase of $25,000.00 in donation/grant revenue to administer the Duke Energy Foundation Economic Development Grant program awarded for the US 19 Marketing Program.25,000 ARPA North Greenwood CRA - NEW PROGRAM 21 G2210 5,000,000 To establish the program and record a budget increase of $5,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 5,000,000 ARPA Affordable Housing - NEW PROGRAM 22 G2212 3,300,000 To establish the program and record a budget increase of $3,300,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 3,300,000 ARPA Business Incubator - NEW PROGRAM 22 G2219 250,000 To establish the program and record a budget increase of $250,000.00 from General Fund revenue (ARPA),as approved by the Council September 1, 2022. 250,000 Public Facilities 2023 - NEW PROGRAM 23 G2301 337,643 To establish the program and record budget transfers in Community Development Block Grant (CDBG)revenues of $79,735.78 from G2102,Economic Development 2021; $92,906.84 from G2105,Public Services 2021;$70,000.00 from G2201,Public Facilities 2022;and $95,000.00 from G2202, Economic Development 2022.337,643 Economic Development 2023 - NEW PROGRAM 24 G2302 205,000 To establish the program and record a budget transfer of $205,000.00 in Community Development Block Grant (CDBG) revenues from G2202, Economic Development 2022.205,000 Duke Energy Economic Development Grant - NEW PROGRAM 37 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Human Services Programs (continued) Program Administration 2023 - NEW PROGRAM 25 G2303 20,000 To establish the program and record a budget transfer of $20,000.00 in Community Development Block Grant (CDBG) revenues from G2203, Program Administration 2022.20,000 Infill Housing 2023 - NEW PROGRAM 26 G2304 86,154 To establish the program and record a budget transfer of $86,154.00 in Community Development Block Grant (CDBG) revenues from G2204, Infill Housing 2022.86,154 Economic Environment Program Totals:8,575,000 - 8,575,000 Human Services Programs ARPA Pinellas Community Foundation - NEW PROGRAM 27 G2215 1,000,000 To establish the program and record a budget increase of $1,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 1,000,000 ARPA Non-profit Grants - NEW PROGRAM 28 G2216 1,000,000 To establish the program and record a budget increase of $1,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 1,000,000 ARPA Education Grants & Partnerships - NEW PROGRAM 29 G2217 750,000 To establish the program and record a budget increase of $750,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022, and amended on September 1, 2022.750,000 Human Services Program: Totals:2,750,000 - 2,750,000 Culture and Recreation Programs Library Special Account 30 99910 17,091 To record a budget increase of $17,090.75 in donation revenue to bring the budget in line with actual receipts.17,091 Clearwater for Youth Grants 31 G1907 28,595 To record a budget increase of $28,595.44 in donation revenue for youth programs at North Greenwood which will bring the budget in line with actual receipts.28,595 Culture and Recreation Program Total:45,686 - 45,686 23,055,668 - 23,055,668 Total Budget Increase/(Decrease): 38 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Intrafund/Interfund Transfers American Rescue Plan Act Fund - CLOSE PROGRAM G2109 22,483,893 To record a transfer of $22,483,893.00 to the General Fund to be recognized as revenue recovery and allocated for the purposes approved by the City Council on August 4, 2022. Police Extra Duty 99215 28,020 To record a transfer of $28,020.00 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. Florida Contraband Forfeiture Fund 99330 23,484 To record the following transfers of fines,forfeiture and penalty revenues between police programs:$10,000.00 to 99316,Police Volunteers,and $13,483.67 to 99356,Safe Neighborhood Program. Total Interfund Transfers:22,535,397 39 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 289,000 - 289,000 149,927 - 139,073 99925 Peg Access Support 838,261 838,261 - 838,261 838,261 - - C 99928 Nagano Sister City Program 341,519 341,519 - 341,519 172,561 - 168,958 M1913 Lien Foreclosure Program 725,984 850,984 - 850,984 388,307 - 462,677 M2101 Planning Studies Fund 750,000 750,000 - 750,000 278,397 134,028 337,575 G2109 American Rescue Plan Act Fund 11,241,947 11,241,947 11,241,947 22,483,893 22,483,893 - - C 1 Sub-Total 14,186,710 14,311,710 11,241,947 25,553,657 24,311,345 134,028 1,108,283 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 153,700 166,600 4,200 170,800 22,163 - 148,638 2 98610 Hurricane Irma 3,506,686 3,918,682 4 3,918,686 2,706,118 - 1,212,567 3 99215 Police Extra Duty 4,924,539 5,859,435 302,186 6,161,622 5,975,541 2,674 183,407 4 99279 Police Recruitments 231,010 231,010 - 231,010 86,261 - 144,749 99281 Fed Forfeitures - Treasury 167,234 195,885 - 195,885 120,171 - 75,714 99316 Police Volunteers 158,519 158,519 10,000 168,519 147,667 - 20,851 5 99317 Police Education Fund 1,414,856 1,438,449 6,915 1,445,364 1,304,567 - 140,797 6 99329 Investigative Recovery Costs 2,796,014 2,907,228 32,229 2,939,457 2,675,964 158,737 104,756 7 99330 FL Contraband Forfeiture Fund 1,021,489 1,123,401 34,834 1,158,234 1,025,276 - 132,958 8 99350 Vehicle Replacement Fund 661,532 743,951 28,020 771,971 444,133 36,275 291,563 9 99356 Safe Neighborhood Program 1,352,719 1,427,719 13,484 1,441,203 1,344,734 96,469 10 99364 Crime Prevention Program 240,574 241,424 250 241,674 195,519 - 46,155 11 99387 Federal Forfeiture Sharing 2,462,883 2,496,761 7,841 2,504,602 1,911,139 - 593,463 12 99927 Emergency Operations 4,328,870 4,328,870 - 4,328,870 3,227,265 37,976 1,063,629 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 41,088 - 28,612 D2001 COVID-19 Prep & Response 1,980,740 1,981,240 - 1,981,240 647,738 - 1,333,502 G2110 Pedestrian/Bicycle Safety Grant 2022 21,455 46,455 - 46,455 46,358 - 97 P1801 School Resource Officers 1,670,795 2,266,427 - 2,266,427 2,048,500 - 217,928 P2002 Police Body Worn Camera Program 761,253 882,922 - 882,922 652,463 68,458 162,002 P2101 Mental Health Co-Responder Team 143,200 250,600 - 250,600 143,200 - 107,400 P2201 DEA OT Reimbursement Program - 20,000 - 20,000 15,103 - 4,897 P2202 ESST OT Reimbursement Program - 2,000 - 2,000 81 - 1,919 P2203 FBI OT Reimbursement Program - 20,000 - 20,000 13,293 - 6,707 P2204 Secret Service OT Reimb Program - 20,000 - 20,000 10,391 - 9,609 Sub-Total 28,067,766 30,797,278 439,963 31,237,241 24,804,732 304,120 6,128,389 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 1,956,306 1,993,002 3,072 1,996,074 1,034,508 496 961,071 13 Sub-Total 1,956,306 1,993,002 3,072 1,996,074 1,034,508 496 961,071 ECONOMIC ENVIRONMENT PROGRAMS 99764 Public Facilities 2018 443,768 381,432 - 381,432 381,432 - (0) C 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G1902 Public Facilities 2019 319,253 234,746 - 234,746 234,746 - (0) C G2004 Public Facilities 2020 105,345 104,841 - 104,841 104,841 - (0) C G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 296,994 188,616 1,063,728 G2011 Back to Business Grant Program 3,550,000 3,550,000 - 3,550,000 1,427,498 - 2,122,502 G2101 Public Facilities 2021 492,291 690,825 - 690,825 496,697 64,951 129,177 G2102 Economic Development 2021 100,000 165,836 (79,736) 86,100 86,100 - - C 14 G2103 Program Administration 2021 182,446 138,635 - 138,635 138,635 - - C G2105 Public Services 2021 155,486 213,384 (92,907) 120,477 120,477 - - C 15 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 13,962 - 276,891 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 G2201 Public Facilities 2022 671,925 740,471 (70,000) 670,471 60,635 492,925 116,911 16 40 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED) G2202 Economic Development 2022 229,866 410,246 (300,000) 110,246 15,350 84,650 10,246 17 G2203 Program Administration 2022 118,637 231,771 (20,000) 211,771 172,312 9,521 29,938 18 G2204 Infill Housing 2022 86,154 86,154 (86,154) - - - - C 19 G2205 Public Services 2022 226,560 233,512 - 233,512 110,261 116,299 6,952 G2209 Duke Energy ED Grant - - 25,000 25,000 - - 25,000 20 G2210 ARPA North Greenwood CRA - - 5,000,000 5,000,000 - - 5,000,000 21 G2212 ARPA Affordable Housing - - 3,300,000 3,300,000 - - 3,300,000 22 G2219 ARPA Business Incubator - - 250,000 250,000 - - 250,000 21 G2301 Public Facilities 2023 - - 337,643 337,643 - - 337,643 23 G2302 Economic Development 2023 - - 205,000 205,000 - - 205,000 24 G2303 Program Administration 2023 - - 20,000 20,000 - - 20,000 25 G2304 Infill Housing 2023 - - 86,154 86,154 - - 86,154 26 G2305 Public Services 2023 - - - - - - - Sub-Total 10,059,430 10,559,553 8,575,000 19,134,553 4,151,913 956,962 14,025,679 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 6,574 - 2,426 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 11,473 - 2,527 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 16,580 16,580 - 16,580 12,431 - 4,149 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 802,228 1,196,323 - 1,196,323 665,106 1,200 530,017 G2215 ARPA Pinellas Community Foundation - - 1,000,000 1,000,000 - - 1,000,000 27 G2216 ARPA Non-profit Grants - - 1,000,000 1,000,000 - - 1,000,000 28 G2217 ARPA Education Grants & Partnerships - - 750,000 750,000 - - 750,000 29 Sub-Total 1,062,077 1,456,172 2,750,000 4,206,172 903,318 1,200 3,301,654 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 - - 106,077 99910 Library Special Account 890,525 893,070 17,091 910,161 883,456 - 26,705 30 G1907 Clearwater for Youth Grants 30,000 41,500 28,595 70,095 22,320 - 47,776 31 PRSE190001 Special Events 2,635,227 2,829,058 - 2,829,058 2,665,334 53,570 110,154 Sub-Total 3,661,829 3,869,704 45,686 3,915,391 3,571,110 53,570 290,711 TOTAL ALL PROJECTS 58,994,119 62,987,420 23,055,668 86,043,088 58,776,925 1,450,376 25,815,787 41 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter FY 2021/22 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 26,594 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Local Option Gas Tax 112,000 An increase in Local Option Gas Tax revenues to bring the budget in line with anticipated receipts for the year. Sales Tax Infrastructure 3,400,000 An increase in sales tax infrastructure revenues to bring the budget in line with anticipated receipts for the year. Open Space Fees 344,670 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 165,042 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 468,858 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 181,875 An increase in interest earnings to bring the budget in line with anticipated receipts for the year. Fee in Lieu of Sidewalks 9,108 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Multi-Modal Impact Fees 629,400 An increase in Multi-Modal Impact Fees to bring the budget in line with actual receipts for the year. 5,337,547$ Net Revenue Amendments Expenditures 0 No amendments are proposed to Special Development Fund expenditures at third quarter. -$ Net Expenditure Amendments 42 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2021 - June 30, 2022 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2021/22 2021/22 2021/22 2021/22 Amendments Revenues: Ad Valorem Taxes 3,634,340 3,634,340 3,634,340 3,660,934 26,594 Infrastructure Tax 12,699,480 12,699,480 12,699,480 16,099,480 3,400,000 Interest Earnings 300,000 300,000 300,000 481,875 181,875 Open Space Fees - - - 344,670 344,670 Recreation Facility Impact Fees - - - 165,042 165,042 Recreation Land Impact Fees - - - 468,858 468,858 Fee in Lieu of Sidewalks - - - 9,108 9,108 Multi-Modal Impact Fees 150,000 150,000 150,000 779,400 629,400 Local Option Gas Tax 1,350,000 1,350,000 1,350,000 1,462,000 112,000 Allocation of Assigned Fund Balance - - 350,000 350,000 - 18,133,820 18,133,820 18,483,820 23,821,367 5,337,547 Expenditures: Transfer to Capital Improvement Fund - Road Millage 3,634,340 3,634,340 3,634,340 3,634,340 - Infrastructure Tax 5,350,300 5,350,300 5,350,300 5,350,300 - Recreation Facility Land Fees - - - - - Open Space Impact Fees - - 350,000 350,000 - Multi-Modal Impact fees 140,000 140,000 140,000 140,000 - Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,327,150 - Infrastructure Tax - Debt on Internal Loans 6,000,000 6,000,000 6,000,000 6,000,000 - 16,451,790 16,451,790 16,801,790 16,801,790 - Revenues: CDBG Program Income 922,626 922,626 922,626 922,626 - Interest Earnings 75,000 81,458 81,458 81,458 - Intergovernmental Revenue - 1,333,604 1,405,403 12,655,195 11,249,792 Charges for Service Revenue - 514,555 947,796 1,254,182 306,386 Judgments, Fines and Forfeit Revenue - 244,678 373,138 450,188 77,050 Miscellaneous Revenue - 17,883 41,475 112,412 70,936 Transfers from General Fund:- - - 11,300,000 11,300,000 Sister City Program 37,380 37,380 37,380 37,380 - Planning Study Fund 275,000 275,000 275,000 275,000 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 237,750 237,750 237,750 - Economic Development Strategic Plan 88,230 88,230 88,230 88,230 - Police Recruitments 30,000 30,000 30,000 30,000 - Police Body Worn Camera Program 75,000 128,314 128,314 128,314 - Transfers from other Housing Funds - 493,171 493,171 493,171 - Transfers from Special Programs - 357,857 504,795 556,298 51,504 1,574,736 4,764,006 5,568,037 28,623,705 23,055,668 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 43 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2021 - June 30, 2022 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2021/22 2021/22 2021/22 2021/22 Amendments Expenditures: General Government 312,380 437,380 437,380 11,679,327 11,241,947 Public Safety 105,000 2,082,361 2,834,511 3,274,474 439,963 Physical Environment - 15,360 36,696 39,768 3,072 Economic Environment 820,831 1,314,002 1,320,954 9,895,954 8,575,000 Human Services 1,500 395,595 395,595 3,145,595 2,750,000 Culture and Recreation 70,000 254,283 277,875 323,562 45,686 Interfund Transfers 190,025 190,025 190,025 190,025 - Transfer to Capital Fund - - - - - 1,499,736 4,689,006 5,493,037 28,548,705 23,055,668 Revenues: HOME Investment Partnerships 452,259 452,259 452,259 452,259 - State Housing Initiatives Partnerships 779,230 779,230 779,230 779,230 - Total - HOME/SHIP Funds 1,231,489 1,231,489 1,231,489 1,231,489 - Expenditures: Economic Environment 1,108,344 1,108,344 1,108,344 1,108,344 - Interfund Transfers 123,145 123,145 123,145 123,145 - Total - HOME/SHIP Programs 1,231,489 1,231,489 1,231,489 1,231,489 - OTHER HOUSING ASSISTANCE FUNDS 44 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2021/22 45 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 05/26/22 Administrative Change Order #1 – Temporary Fire Station 46 (18-0028- FD). This change order increases, decreases and adds items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Co., Inc. 31,449.00 06/01/22 Administrative Change Order #1 & Final – Rehabilitation of Lift Stations 54 and 65 (18-0058-UT). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. KAT Construction & Materials, Inc. (4,852.52) 07/20/22 Administrative Change Order #1 – Closure 400 & 500 Block of Cleveland St (22-0009-EN). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Co., Inc. 8,500.00 08/09/22 Administrative Change Order #1 & Final – Marshall Street WRF Digester Demolition (09-0024-UT). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. TLC Diversified, Inc. (53,870.62) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9618-22 2nd rdg Agenda Date: 10/6/2022 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9618-22 on second reading, amending the Capital Improvement Budget for the fiscal year ending September 30, 2022, to reflect an increase of $14,055,937. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 10/5/2022 Ordinance #9618-22 ORDINANCE NO. 9618-22 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2022, TO REFLECT AN INCREASE OF $14,055,937 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2021 was adopted by Ordinance No. 9499-21; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Section 1 of Ordinance No. 9499-21 is amended to read: Pursuant to the Third Quarter Amended Capital Improvement Program Report and estimated budget for the fiscal year beginning October 1, 2021 and ending September 30, 2022, a copy of which is on file with the City Clerk, the City Council hereby adopts a Third Quarter Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Frank Hibbard, Mayor Approved as to form: Attest: ______________________________ ____________________________ David Margolis, City Attorney Rosemarie Call, City Clerk First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2021/22 2021/22 2021/22 2021/22 Amendments Police Protection 1,905,500 1,905,500 1,905,500 1,905,500 - Fire Protection 1,005,000 4,983,000 5,132,566 5,132,566 - Fire Rescue Services 458,280 458,280 458,280 458,280 - Road and Street Facilities 11,090,300 13,177,206 13,177,206 16,177,206 3,000,000 Flood Protection/Stormwater Mgmt 2,955,170 2,505,170 2,505,170 2,390,882 (114,288) Parking Facilities 734,000 734,000 2,363,957 2,363,957 - Other General Government 12,008,000 12,974,344 22,623,344 30,740,342 8,116,998 Special Recreation Facilities 7,258,030 7,748,534 11,061,052 11,858,417 797,365 Other Physical Environment 1,920,000 1,920,000 1,920,000 2,720,000 800,000 Airports 25,000 23,924 101,924 101,924 - Other Transportation 51,500 51,500 51,500 51,500 - Libraries 110,000 110,000 110,000 735,000 625,000 Gas Utility Services 10,900,000 10,900,000 11,009,862 11,085,986 76,124 Parks & Recreation 2,286,000 2,982,148 2,778,168 3,380,803 602,635 Cultural Services 95,000 95,000 95,000 95,000 - Solid Waste Services 2,200,000 2,200,000 2,200,000 2,200,000 - Water Transportation Systems 150,000 150,000 150,000 150,000 - Water-Sewer Services 79,487,300 45,316,589 43,316,589 43,468,692 152,103 TOTAL PROJECT EXPENDITURES 134,639,080 108,235,195 120,960,119 135,016,056 14,055,937 GENERAL SOURCES: General Operating Revenue 12,210,030 15,710,030 25,369,068 38,454,068 13,085,000 Penny for Pinellas 5,350,300 5,350,300 5,350,300 5,350,300 - Road Millage 3,634,340 3,634,340 3,634,340 3,634,340 - Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,327,150 - Grants 385,000 383,924 448,924 532,484 83,560 County Fire Reimbursements 290,000 1,424,000 1,573,566 1,573,566 - Other Governmental - 427,795 427,795 427,795 - Multi-Modal Impact Fee 140,000 140,000 140,000 140,000 - Special Program Fund - 1,344 (99,656) (99,656) - Open Space Impact Fee - - 350,000 350,000 - Donations 50,000 50,000 100,000 100,000 - Other - 652 300,152 300,152 - Transfer-in - 830,000 1,343,000 1,343,000 - EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2021/22 Ordinance # 9618-22 First Qtr.Mid-Year Third Qtr. Original Amended Amended Amended Budget Budget Budget Budget 2021/22 2021/22 2021/22 2021/22 Amendments EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2021/22 SELF SUPPORTING FUNDS: Parking Revenue 819,000 819,000 2,448,957 2,448,957 - Marine Revenue 1,190,000 1,190,000 1,190,000 1,190,000 - Clearwater Harbor Marina Revenue 150,000 150,000 150,000 150,000 - Airpark Revenue 25,000 25,000 25,000 25,000 - Water Revenue 15,696,000 15,696,000 15,696,000 15,696,000 - Sewer Revenue 19,685,350 19,685,350 19,685,350 19,837,453 152,103 Utility R&R 11,964,700 11,964,700 11,964,700 11,964,700 - Water Impact Fees 160,000 160,000 160,000 160,000 - Sewer Impact Fees 50,000 50,000 50,000 50,000 - Stormwater Utility Revenue 6,500,630 6,500,630 6,500,630 6,500,630 - Gas Revenue 10,900,000 10,900,000 11,009,862 11,085,986 76,124 Solid Waste Revenue 775,000 775,000 775,000 775,000 - Recycling Revenue 1,240,000 1,240,000 1,240,000 1,240,000 - INTERNAL SERVICE FUNDS: Garage Revenue 365,700 365,700 365,700 365,700 - Administrative Services Revenue 1,820,000 1,820,000 1,820,000 2,120,000 300,000 General Services Revenue 100,000 100,000 100,000 100,000 - Central Insurance Revenue 28,280 28,280 28,280 28,280 - - BORROWING - GENERAL SOURCES: Lease Purchase - General Fund 106,000 106,000 106,000 465,150 359,150 BORROWING - SELF SUPPORTING FUNDS: Bond Financing - Water & Sewer Fund 32,961,600 - - - - Lease Purchase - Water & Sewer Fund 428,000 428,000 428,000 428,000 - Lease Purchase - Solid Waste/Recycling 185,000 185,000 185,000 185,000 - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 5,702,000 6,367,000 6,367,000 6,367,000 - Lease Purchase - Administrative Services 400,000 400,000 400,000 400,000 - TOTAL ALL FUNDING SOURCES:134,639,080 108,235,195 120,960,119 135,016,056 14,055,937 Ordinance # 9618-22 Third Quarter Budget Review Fiscal Year 2021-22 Memorandum TO: Mayor and City Council FROM: Jon P. Jennings, City Manager COPIES: Micah Maxwell, Assistant City Manager Michael Delk, Assistant City Manager SUBJECT: Third quarter budget review - amended City Manager's annual budget report DATE: September 2, 2022 Attached is the third quarter budget review in accordance with the City Code of Ordinances. This report is based on the first nine months of activity in the current fiscal year (October 2021 through June 2022). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $24,678,554. The General Fund increase at third quarter includes Council approved recognition of $22,483,893 in American Rescue Plan Act (ARPA) revenue recovery funds. The monies are being used as revenue recovery to fund fiscal 2022 Police Department operating expenditures. A total of $20,125,000 of General Fund reserves resulting from the revenue recovery is being transferred to special programs and capital projects to fund the approved expenditure priorities. Other amendments include an increase which totals $523,554 to police and fire supplemental pension to bring the budget in line with actual revenues and expenditures, an increase of $370,000 for initial debt payments on Imagine Clearwater bonds; a transfer of $610,000 to fund the demolition of old City Hall; a transfer of $700,000 to fund the construction of athletic field shade structures; a transfer of $200,000 to the Public Works Complex project to provide temporary office buildings; a transfer of $200,000 to create the neighborhood reinvestment fund; a transfer of $1,000,000 to the traffic signals project; a transfer of $700,000 to the citywide connectivity project; and a transfer of $250,000 to the business process review project. In addition, various revenues are amended which will bring the budget in line with anticipated receipts for the year. The fiscal year 2021/2022 budget was adopted with conservative estimates as we were still responding to unknown impacts of the COVID-19 pandemic. The revenue sources originally impacted (sales tax, revenue sharing, beach contracts) have fully been restored with exponential growth and building permit revenues are at an all-time high. Adjusted for the expenditure increases noted above, these amendments result in a revenue surplus of $6,563,639 to General Fund reserves at third quarter. This surplus reduces the use of reserves previously allocated this year resulting in a net use of $6,868,036 of fund reserves at fiscal year-end. Third Quarter Budget Review Fiscal Year 2021-22 General Fund Reserves – In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at third quarter are approximately $60.3 million, or 32.6% of the preliminary fiscal year 2022/23 General Fund budget, exceeding our minimum reserve requirement by $44.6 million. Significant amendments to other city operating funds are noted as follows: Marine Fund Amendments to Marine Fund expenditures reflect an increase of $350,000 for marine fuel for resale due to increased prices and demand. Offsetting amendments are made to increase fuel sales revenues. Parking Fund Amendments to Parking Fund revenues reflect an increase of $12,481,058 to recognize the funds received for the sale of the Pelican Walk Garage. Capital Improvement Program Third quarter amendments to the capital improvement program reflect a net increase of $14,055,937. Amendments previously approved by Council include an increase of $359,150 in lease purchase revenues in the Motorized Equipment Purchases project; an increase of $610,000 in General Fund revenue in the City Hall Demolition project; an increase of $600,000 of General Fund revenues in the Clearwater Municipal Cemetery project; and increases in General Fund ARPA revenue recovery funds to establish projects for approved expenditure categories of $3,500,000 for Fiber Upgrades, $2,000,000 for Solar Panels, $2,000,000 for Streets and Sidewalks, $625,000 for Main Library Renovations, and $700,000 for State Street Park Improvements. Project activity not previously approved by the Council is summarized on page 21. Significant amendments include a transfer of $300,000 in Administrative Services Fund revenue and $700,000 in General Fund revenue in the Citywide Connectivity project; an increase of $250,000 in General Fund revenue in the Business Process Review project, an increase of $197,848 reimbursed from Florida Department of Environmental Protection in the Greenprint Implementation project; an increase of $200,000 in General Fund revenues to create the Neighborhood Reinvestment Fund project; increases in property owner share revenues of $35,027 in the Pinellas New Mains/Service Lines and $32,767 in the Pasco New Mains/Service Lines projects; an increase of $152,103 reimbursed from Pinellas County in the Line Relocation Maintenance project; a decrease of $110,288 in grant revenues from the Southwest Florida Water Management District (SWFMD) in the Hillcrest Bypass Culvert project; an increase of $200,000 in General Fund revenue in the Public Works Complex project; and increase of $1,000,000 of General Fund revenues in the Traffic Signals project, and an increase of $700,000 in General Fund revenues to create the Athletic Field Shade Structures project. Third Quarter Budget Review Fiscal Year 2021-22 Special Program Fund The Special Program Fund reflects a net budget increase of $23,055,668 at third quarter. Significant amendments include an increase of $11,241,947 to recognize the second payment of ARPA funds received, total ARPA funding of $22,483,893 is transferred to the General Fund to be recognized as revenue recovery. Other significant amendments include increases in General Fund ARPA revenue recovery funds to establish special programs for the approved expenditure categories of $5,000,000 for North Greenwood CRA, $3,300,000 for Affordable Housing programs, $1,000,000 for Pinellas Community Foundation, $1,000,000 for Non-profit Grants, $750,000 for Education Grants and Partnerships, and $250,000 for Business Incubator; an increase of $7,841 in public safety grant revenues for Federal Forfeiture Sharing; $302,186 in contractual service revenue for police extra duty; $45,936 in donation revenues to support Police, Parks and Library programs; $25,000 in grant revenues from Duke Energy for Economic Development initiatives; $4,200 in foreclosure registry fees collected; $77,050 in fines and court proceeds for public safety programs, and the tree replacement program; and $51,504 transferred between existing police programs. CITY OF CLEARWATER THIRD QUARTER SUMMARY2021/22 FY 21/22 Mid Variance % Adopted Year Third Qtr.YTD Actual vs.YTD vs.Third Qtr.Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 164,818,400 178,938,624 142,676,958 36,261,666 80%24,678,554 203,617,178 Expenditures 164,818,400 178,938,624 137,637,986 41,300,638 77%24,678,554 203,617,178 Utility Funds: Water & Sewer Fund Revenues 110,251,710 110,251,710 78,453,823 31,797,887 71%- 110,251,710 Expenditures 110,251,710 110,251,710 93,401,473 16,850,237 85%- 110,251,710 Stormwater Fund Revenues 24,042,640 24,042,640 13,172,543 10,870,097 55%- 24,042,640 Expenditures 24,042,640 24,042,640 21,305,655 2,736,985 89%- 24,042,640 Gas Fund Revenues 49,235,700 55,738,677 36,966,346 18,772,331 66%- 55,738,677 Expenditures 49,176,970 55,638,915 41,052,428 14,586,487 74%- 55,638,915 Solid Waste and Recycling Fund Revenues 29,366,280 29,366,280 23,803,533 5,562,747 81%- 29,366,280 Expenditures 28,044,120 28,044,120 19,577,724 8,466,396 70%- 28,044,120 Enterprise Funds: Marine Fund Revenues 5,723,810 6,723,810 5,251,073 1,472,737 78%350,000 7,073,810 Expenditures 5,723,810 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Airpark Fund Revenues 350,000 350,000 246,042 103,958 70%- 350,000 Expenditures 333,690 333,690 236,279 97,411 71%- 333,690 Clearwater Harbor Marina Fund Revenues 928,730 928,730 779,996 148,734 84%- 928,730 Expenditures 909,680 909,680 649,575 260,105 71%- 909,680 Parking Fund Revenues 9,544,080 9,544,182 20,870,095 (11,325,913) 219%12,481,058 22,025,240 Expenditures 6,852,830 8,352,932 6,538,434 1,814,498 78%- 8,352,932 Internal Service Funds: General Services Fund Revenues 6,146,260 6,146,260 4,706,228 1,440,032 77%- 6,146,260 Expenditures 6,146,260 6,146,260 3,937,230 2,209,030 64%- 6,146,260 Administrative Services Revenues 15,025,780 15,025,984 10,563,856 4,462,128 70%- 15,025,984 Expenditures 15,025,780 15,025,984 10,196,816 4,829,168 68%- 15,025,984 Garage Fund Revenues 17,623,060 17,623,060 12,558,158 5,064,902 71%- 17,623,060 Expenditures 17,595,180 17,595,180 11,758,505 5,836,675 67%- 17,595,180 Central Insurance Fund Revenues 32,285,530 32,285,530 21,229,308 11,056,222 66%- 32,285,530 Expenditures 32,285,530 32,285,530 24,305,108 7,980,422 75%- 32,285,530 1 THIRD QUARTER REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2021-22 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 9 Other Enterprise Funds Operating Budgets ................................................................................. 13 Internal Service Funds Operating Budgets ................................................................................... 17 Capital Improvement Program Budget ........................................................................................ 21 Special Program Fund Budget ....................................................................................................... 35 Special Development Fund ........................................................................................................... 42 Administrative Change Orders ...................................................................................................... 45 Ordinances ..................................................................................................................................... 46 The amended 2021/22 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents nine months, October 1, 2021 through June 30, 2022. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after June 30, 2022. Definitions associated with the operating funds information is presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 30, 2021. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2021/22 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of October 1, 2021, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description 535,496 At third quarter,approximately all property tax revenue has been received.The budget is increased by $535,496.00 to reflect actual collections to date. 480,000 At third quarter,amendments reflect an increase of $480,000.00 for water utility taxes to bring the budget in line with anticipated receipts for the year. 75,000 At third quarter,local business tax receipts are increased by $75,000.00 to bring the budget in line with anticipated receipts for the year. 742,450 At third quarter,electric franchise fee revenues are increased by 742,450.00,this will bring the budget in line with anticipated receipts for the year. 1,070,000 Amendments to other permits and fees revenues include an increase of $1,070,000.00 to building/sign permit revenues to bring the budget in line with anticipated receipts for the year. 3,999,854 Third quarter amendments to other governmental revenue reflect a net increase $3,999,854.00. Amendments include the following increases:1) $1,226,300.00 to state revenue sharing;2)$1,710,000.00 to local 1/2 cent sales tax;3)$523,554.00 to public safety supplemental pension revenue which offset expenditure amendments in the Police and Fire Departments;4) $240,000.00 to Fire Tax; and 5) $300,000.00 to EMS Tax. 400,000 Third quarter amendments to charges for service revenues reflect increases totaling $400,000.00 to Pier 60 revenues. Local Option, Fuel & Other Taxes Charges for Service Intergovernmental Other Permits and Fees Franchise Fees City of Clearwater General Fund Revenues Third Quarter Amendments FY 2021/22 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Third Quarter Amendments FY 2021/22 1,755,500 Third quarter amendments to miscellaneous revenue reflect a net increase $1,755,500.00.Amendments include the following increases:1)$200,000.00 to interest earnings;2)$950,000.00 to beach rental contracts;and 3)$605,500.00 to surplus land sales for the proceeds for the Range Road property. 22,183,893 Third quarter amendments to transfer in revenues reflect a net increase of $22,183,893.00.Amendments include: 1)an increase of $22,483,893 to recognize ARPA funding from the Special Revenue Fund as approved by the Council on August 4,2022,and 2)a decrease of $300,000.00 to bring revenues in line with actual Gas Dividends received. (6,563,639) Third quarter amendments reflect a net surplus of $6,563,639.This represents the net of revenue amendments noted above and expenditure amendments. This will reduce the use of reserves allocated earlier this year to a new total of $6,868,036. 24,678,554 Transfer (to) from Surplus Net General Fund Revenue Amendment Transfers In Miscellaneous 4 Increase/ (Decrease)Description 398,032 Amendments to Fire Department reflect an increase of $398,032.24 to Fire supplemental pension plans,which is offset by an amendment increasing supplemental pension revenue. - Third Quarter amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $600,000.00 in salary savings to capital project M2210, Clearwater Municipal Cemetery Renovations,as approved by the Council on September 1, 2022. 125,522 At third quarter,amendments to the Police Department include an increase of $125,521.94 to the Police supplemental pension plans which is offset by an amendment increasing supplemental pension revenue. Non-Departmental 370,000 A third quarter amendment to Non-Departmental reflects an increase of $370,000.00 for initial debt payments of Imagine Clearwater bonds. Amendments to Non-Departmental also reflect Council approved interfund transfers to capital improvement projects and special programs as follows: 5,000,000 1)A transfer of $5,000,000.00 to special program G2210, ARPA North Greenwood CRA,as approved by the Council on August 4, 2022. 3,500,000 2)A transfer of $3,500,000.00 to capital improvement project G2211,ARPA Fiber Upgrades,as approved by the Council on August 4, 2022. 3,300,000 3)A transfer of $3,300,000.00 to special program G2212, ARPA Affordable Housing,as approved by the Council on August 4, 2022. 2,000,000 4)A transfer of $2,000,000.00 to capital improvement project G2213,ARPA Streets and Sidewalks,as approved by the Council on August 4, 2022. 2,000,000 5)A transfer of $2,000,000.00 to capital improvement project G2214,ARPA Solar Panels,as approved by the Council on August 4, 2022. Police Parks & Recreation Fire City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 5 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 Non-Departmental (continued) 1,000,000 6)A transfer of $1,000,000.00 to special program G2215, ARPA Pinellas Community Foundation,as approved by the Council on August 4, 2022. 1,000,000 7)A transfer of $1,000,000.00 to special program G2216, ARPA Non-profit Grants,as approved by the Council on August 4, 2022. 1,000,000 8)A transfer of $1,000,000.00 to special program G2217, ARPA Education Grants and Partnerships,as approved by the Council on August 4, 2022. 700,000 9)A transfer of $700,000.00 to capital improvement project G2218,ARPA State Street Park Improvements,as approved by the Council on August 4, 2022. 625,000 10)A transfer of $625,000.00 to capital improvement project C2211,Main Library Renovation,as approved by the Council on August 4, 2022. 610,000 11)A transfer of $610,000.00 to capital improvement project C2212,City Hall Demo,as approved by the Council on September 1, 2022. 700,000 12)A transfer of $700,000.00 to capital improvement project C2213,Athletic Field Shade Structures,to fund the construction of shade structures over bleachers at Sid Lickton and Countryside little league fields. 200,000 13)A transfer of $200,000.00 to capital improvement project C2214,Public Works Complex to provide funding for temporary office buildings. 200,000 14)A transfer of $200,000.00 to capital improvement project M2211,Neighborhood Reinvestment Fund to provide initial funding for placemaking and neighborhood engagement projects. 1,000,000 15)A transfer of $1,000,000.00 to capital improvement project ENRD180006,Traffic Signals to provide funding for signal integrations with the County's Intelligent Transportation System (ITS). 700,000 16)A transfer of $700,000.00 to capital improvement project 94729,Citywide Connectivity to provide additional funding needed for scheduled build out of the City's fiber network. 6 Increase/ (Decrease)Description City of Clearwater General Fund Expenditures Third Quarter Amendments FY 2021/22 Non-Departmental (continued) 250,000 17)A transfer of $250,000.00 to capital improvement project 94883,Business Process Review &Improvement to provide additional funding needed for evaluation of business process and innovative solutions. 23,785,000 24,678,554 Net General Fund Expenditure 7 2021/22 Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 72,648,340 73,139,232 (490,892) 101%535,496 73,183,836 Utility Taxes 17,270,000 11,666,389 5,603,611 68%480,000 17,750,000 Local Option, Fuel and Other Taxes 6,080,000 4,426,789 1,653,211 73%75,000 6,155,000 Franchise Fees 10,527,550 6,857,188 3,670,362 65%742,450 11,270,000 Other Permits & Fees 3,208,500 3,397,781 (189,281) 106%1,070,000 4,278,500 Intergovernmental 24,399,380 17,150,084 7,249,296 70%3,999,854 28,399,234 Charges for Services 15,799,810 12,289,199 3,510,611 78%400,000 16,199,810 Judgments, Fines and Forfeitures 1,429,000 955,179 473,821 67%- 1,429,000 Miscellaneous Revenues 2,719,226 4,034,938 (1,315,712) 148%1,755,500 4,474,726 Transfers In 11,425,143 8,760,180 2,664,963 77%22,183,893 33,609,036 Total Revenues 165,506,949 142,676,958 22,829,991 86%31,242,193 196,749,142 Transfer (to) from Surplus 13,431,675 - 13,431,675 0%(6,563,639) 6,868,036 Adjusted Revenues 178,938,624 142,676,958 36,261,666 80%24,678,554 203,617,178 General Fund Expenditures City Council 419,450 318,150 101,300 76%- 419,450 City Manager's Office 1,485,384 1,053,371 432,013 71%- 1,485,384 City Attorney's Office 1,966,428 1,369,582 596,846 70%- 1,966,428 City Audit 233,764 168,436 65,328 72%- 233,764 City Clerk 1,307,156 959,640 347,516 73%- 1,307,156 CRA Administration 619,304 406,669 212,635 66%- 619,304 Economic Development and Housing 2,042,554 1,590,148 452,406 78%- 2,042,554 Engineering 8,492,000 5,432,219 3,059,781 64%- 8,492,000 Fire 31,289,534 24,329,655 6,959,879 78%398,032 31,687,566 Finance 2,800,310 1,858,868 941,442 66%- 2,800,310 Human Resources 1,904,855 1,095,296 809,559 58%- 1,904,855 Library 8,416,841 5,929,872 2,486,969 70%- 8,416,841 Non-Departmental 21,494,351 20,673,776 820,575 96%24,155,000 45,649,351 Parks & Recreation 37,206,825 28,366,089 8,840,736 76%- 37,206,825 Planning & Development 7,457,846 5,011,642 2,446,204 67%- 7,457,846 Police 50,129,397 37,893,442 12,235,955 76%125,522 50,254,919 Public Communications 1,274,555 891,009 383,546 70%- 1,274,555 Public Utilities 398,070 290,122 107,948 73%- 398,070 Total Expenditures 178,938,624 137,637,986 41,300,638 77%24,678,554 203,617,178 For the Nine Month Period of October 1, 2021 - June 30, 2022 GENERAL FUND THIRD QUARTER REVIEW 8 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 97,290,030 76,839,612 20,450,418 79%- 97,290,030 Judgments, Fines and Forfeits 271,000 281,526 (10,526) 104%- 271,000 Miscellaneous 1,010,000 1,332,686 (322,686) 132%- 1,010,000 Transfers In - - - ~- - Fund Equity 11,680,680 - 11,680,680 0%- 11,680,680 Total Revenues 110,251,710 78,453,823 31,797,887 71%- 110,251,710 Water & Sewer Expenditures: Public Utilities Administration 2,036,598 1,482,634 553,964 73%- 2,036,598 Wastewater Collection 15,789,628 14,139,908 1,649,720 90%- 15,789,628 Public Utilities Maintenance 8,503,140 6,632,625 1,870,515 78%- 8,503,140 WPC / Plant Operations 29,942,959 24,265,489 5,677,470 81%- 29,942,959 WPC / Laboratory Operations 546,103 429,638 116,465 79%- 546,103 WPC / Industrial Pretreatment 1,048,590 640,175 408,415 61%- 1,048,590 Water Distribution 25,566,884 23,101,599 2,465,285 90%- 25,566,884 Water Supply 22,115,654 18,926,982 3,188,672 86%- 22,115,654 Reclaimed Water 4,702,154 3,782,423 919,731 80%- 4,702,154 Total Expenditures 110,251,710 93,401,473 16,850,237 85%- 110,251,710 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Water and Sewer Fund revenues at third quarter. Expenditures reflect 85%of total budget due to transfers to the capital fund which happen in the first period of the year. No amendments are proposed to Water and Sewer Fund expenditures at third quarter. 9 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,019,900 12,818,181 4,201,719 75%- 17,019,900 Judgments, Fines and Forfeits 73,000 53,859 19,141 74%- 73,000 Miscellaneous 281,560 300,503 (18,943) 107%- 281,560 Transfers In - - - ~- - Fund Equity 6,668,180 - 6,668,180 0%- 6,668,180 Total Revenues 24,042,640 13,172,543 10,870,097 55%- 24,042,640 Stormwater Expenditures: Stormwater Management 18,331,501 17,459,524 871,977 95%- 18,331,501 Stormwater Maintenance 5,711,139 3,846,131 1,865,008 67%- 5,711,139 Total Expenditures 24,042,640 21,305,655 2,736,985 89%- 24,042,640 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:- Stormwater Fund Expenditures:- At third quarter, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Stormwater Fund revenues at third quarter. Expenditures reflect 89%of total budget due to transfers to the capital fund which happen in the first period of the year. No amendments are proposed to Stormwater Fund expenditures at third quarter. 10 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW GAS FUND Gas Revenues: Charges for Service 55,410,509 36,622,234 18,788,275 66%- 55,410,509 Judgments, Fines and Forfeits 100,000 64,916 35,084 65%- 100,000 Miscellaneous 227,508 278,535 (51,027) 122%- 227,508 Transfers In 660 660 - 100%- 660 Fund Equity - - - ~- - Total Revenues 55,738,677 36,966,346 18,772,331 66%- 55,738,677 Gas Expenditures: Administration & Supply 29,016,904 19,758,756 9,258,148 68%- 29,016,904 Pinellas Gas Operations 12,507,780 9,811,639 2,696,141 78%- 12,507,780 Pasco Gas Operations 7,514,340 6,157,168 1,357,172 82%- 7,514,340 Marketing & Sales 6,599,891 5,324,865 1,275,026 81%- 6,599,891 Total Expenditures 55,638,915 41,052,428 14,586,487 74%- 55,638,915 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At third quarter, anticipated revenues of the Gas Fund exceed anticipated expenditures by $99,762 for fiscal year 2021/22. No amendments are proposed to Gas Fund revenues at third quarter. No amendments are proposed to Gas Fund expenditures at third quarter. 11 2021/22 Variance %2021/22 MY Amended Third Qtr.YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 UTILITY FUNDS THIRD QUARTER REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,000 1,416 (416) 142%- 1,000 Charges for Service 26,060,000 20,644,835 5,415,165 79%- 26,060,000 Judgments, Fines and Forfeits 95,000 73,677 21,323 78%- 95,000 Miscellaneous 533,000 545,932 (12,932) 102%- 533,000 Transfers In - - - ~- - Solid Waste Revenues 26,689,000 21,265,860 5,423,140 80%- 26,689,000 Recycling Revenues: Other Permits and Fees 280 - 280 0%- 280 Intergovernmental - 83,528 (83,528) ~- - Charges for Service 2,465,000 2,057,309 407,691 83%- 2,465,000 Judgments, Fines and Forfeits 8,000 7,044 956 88%- 8,000 Miscellaneous 204,000 389,793 (185,793) 191%- 204,000 Transfers In - - - ~- - Recycling Revenues 2,677,280 2,537,673 139,607 95%- 2,677,280 - Fund Equity - - ~- - Total Revenues 29,366,280 23,803,533 5,562,747 81%- 29,366,280 Solid Waste Expenditures: Collection 18,875,351 13,049,814 5,825,537 69%- 18,875,351 Transfer 2,368,119 1,623,339 744,780 69%- 2,368,119 Container Maintenance 993,626 734,552 259,074 74%- 993,626 Administration 1,050,974 767,089 283,885 73%- 1,050,974 Solid Waste Expenditures 23,288,070 16,174,795 7,113,275 69%- 23,288,070 Recycling Expenditures: Residential 1,577,272 909,250 668,022 58%- 1,577,272 Multi-Family 434,888 293,130 141,758 67%- 434,888 Commercial 2,743,890 2,200,549 543,341 80%- 2,743,890 Recycling Expenditures 4,756,050 3,402,929 1,353,121 72%- 4,756,050 Total Expenditures 28,044,120 19,577,724 8,466,396 70%- 28,044,120 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:- Solid Waste and Recycling Fund Expenditures:- At third quarter, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,322,160 for fiscal year 2021/22. No amendments are proposed to Solid Waste and Recycling Fund revenues at third quarter. No amendments are proposed to Solid Waste and Recycling Fund expenditures at third quarter. 12 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 6,411,800 5,115,247 1,296,553 80%420,000 6,831,800 Judgments, Fines and Forfeits 3,200 800 2,400 25%- 3,200 Miscellaneous Revenue 136,000 135,025 975 99%- 136,000 Transfers In - - - ~- - Fund Equity 172,810 - 172,810 0%(70,000) 102,810 Total Revenues 6,723,810 5,251,073 1,472,737 78%350,000 7,073,810 Marine Expenditures: Marina Operations 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Total Expenditures 6,723,810 5,333,283 1,390,527 79%350,000 7,073,810 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:350,000 Marine Fund Expenditures:350,000 For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW At third quarter, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2021/22. Third quarter amendments to Marine Fund revenues reflect a net increase of $350,000.00.Amendments include:1)an increase of $210,000.00 to gas sales;2)an increase of $210,000.00 to diesel sales;and 3)a decrease of $70,000.00 to fund equity as planned use of reserves will be offset by this increased revenue. Third quarter amendments to Marine Fund expenditures reflect an increase of $350,000.00 to cost of goods sold to cover increased cost and demand of marine fuel for resale.These expenditures will be offset by increased fuel sale revenues. 13 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 900,630 750,487 150,143 83%- 900,630 Judgments, Fines and Forfeits 1,600 250 1,350 16%- 1,600 Miscellaneous Revenue 26,500 29,258 (2,758) 110%- 26,500 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 928,730 779,996 148,734 84%- 928,730 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 909,680 649,575 260,105 71%- 909,680 Total Expenditures 909,680 649,575 260,105 71%- 909,680 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At third quarter, anticipated revenues of the Clearwater Harbor Marina Fund exceed anticipated expenditures by $19,050 for fiscal year 2021/22. No amendments are proposed to Clearwater Harbor Marina Fund revenues at third quarter. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at third quarter. 14 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service 18,000 15,007 2,993 83%- 18,000 Miscellaneous Revenue 332,000 231,035 100,965 70%- 332,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 350,000 246,042 103,958 70%- 350,000 Airpark Expenditures:- Airpark Operations 333,690 236,279 97,411 71%- 333,690 Total Expenditures 333,690 236,279 97,411 71%- 333,690 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At third quarter, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $16,310 for fiscal year 2021/22. No amendments are proposed to Airpark Fund revenues at third quarter. No amendments are proposed to Airpark Fund expenditures at third quarter. 15 2021/22 Third Qtr.Variance %2021/22 MY Amended Year to Date YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 - June 30, 2022 ENTERPRISE FUNDS THIRD QUARTER REVIEW PARKING FUND Parking Revenues: Charges for Service 8,600,430 7,209,509 1,390,921 84%- 8,600,430 Judgments, Fines and Forfeits 818,650 986,051 (167,401) 120%- 818,650 Miscellaneous Revenue 125,000 12,674,433 (12,549,433) 10140%12,481,058 12,606,058 Transfers In 102 102 - 100%- 102 Fund Equity - - - ~- - Total Revenues 9,544,182 20,870,095 (11,325,913) 219%12,481,058 22,025,240 Parking Expenditures Engineering/Parking System 6,171,650 5,065,278 1,106,372 82%- 6,171,650 Engineering/Parking Enforcement 980,857 609,018 371,839 62%- 980,857 Fire Dept/Beach Guards 1,059,762 778,105 281,657 73%- 1,059,762 M&A/Seminole Street Boat Ramp 140,663 86,032 54,631 61%- 140,663 Total Expenditures 8,352,932 6,538,434 1,814,498 78%- 8,352,932 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:12,481,058 Parking Fund Expenditures:- At third quarter, anticipated revenues of the Parking Fund exceed anticipated expenditures by $13,672,308 for fiscal year 2021/22. Third quarter amendments to Parking Fund revenues reflect an increase of $12,481,058.00 to surplus land sales.This increase represents revenues received from the sale of Pelican Walk Garage, as approved by the Council on April 7, 2022. No amendments are proposed to Parking Fund expenditures at third quarter. 16 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 6,046,260 4,582,306 1,463,954 76%- 6,046,260 Miscellaneous Revenues 100,000 123,922 (23,922) 124%- 100,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 6,146,260 4,706,228 1,440,032 77%- 6,146,260 General Services Expenditures: Administration 468,795 353,809 114,986 75%- 468,795 Building & Maintenance 5,677,465 3,583,421 2,094,044 63%- 5,677,465 Total Expenditures 6,146,260 3,937,230 2,209,030 64%- 6,146,260 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At third quarter, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to General Services Fund revenues at third quarter. No amendments are proposed to General Services Fund expenditures at third quarter. For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW 17 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 14,179,530 10,481,138 3,698,392 74%- 14,179,530 Miscellaneous Revenues 75,000 82,513 (7,513) 110%- 75,000 Transfers In 204 204 - 100%- 204 Fund Equity 771,250 - 771,250 0%- 771,250 Total Revenues 15,025,984 10,563,856 4,462,128 70%- 15,025,984 Administrative Services Expenditures: Info Tech / Admin 475,752 326,763 148,989 69%- 475,752 Info Tech / Network Ops & User Suport 5,243,321 2,913,533 2,329,788 56%- 5,243,321 Info Tech / Network Security & Architecture - 334,855 (334,855) ~- - Info Tech / Solutions & Programming 3,401,594 2,391,664 1,009,930 70%- 3,401,594 Info Tech / Telecommunications 1,807,617 1,417,451 390,166 78%- 1,807,617 Info Tech / Enterprise Systems & Training - 201,633 (201,633) ~- - Public Comm / Courier 190,860 96,537 94,323 51%- 190,860 Clearwater Customer Service 3,906,840 2,514,380 1,392,460 64%- 3,906,840 Total Expenditures 15,025,984 10,196,816 4,829,168 68%- 15,025,984 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at third quarter. Third quarter amendments include a net zero amendment transfering $300,000.00 in salary and operating savings to captial project 94729, Citywide Connectivity. At third quarter, anticipated revenues of the Administrative Services Fund equal anticipated expenditures for fiscal year 2021/22. 18 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 16,698,060 12,207,461 4,490,599 73%- 16,698,060 Miscellaneous Revenues 925,000 350,696 574,304 38%- 925,000 Transfers In - - - ~- - Fund Equity - - - ~- - Total Revenues 17,623,060 12,558,158 5,064,902 71%- 17,623,060 Garage Fund Expenditures: Fleet Maintenance 16,631,707 11,258,005 5,373,702 68%- 16,631,707 Radio Communications 963,473 500,500 462,973 52%- 963,473 Total Expenditures 17,595,180 11,758,505 5,836,675 67%- 17,595,180 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:- Garage Fund Expenditures:- At third quarter, anticipated revenues of the Garage Fund exceed anticipated expenditures by $27,880 for fiscal year 2021/22. No amendments are proposed to Garage Fund revenues at third quarter. No amendments are proposed to Garage Fund expenditures at third quarter. 19 2021/22 Variance %2021/22 MY Amended Third Quarter YTD Actual vs.YTD vs.Proposed 3 Qtr Amended Budget Actual Adopted Bud Budget Amendment Budget For the Nine Month Period of October 1, 2021 to June 30, 2022 INTERNAL SERVICE FUNDS THIRD QUARTER REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 29,719,086 20,742,094 8,976,992 70%- 29,719,086 Miscellaneous Revenues 300,000 487,213 (187,213) 162%- 300,000 Transfers In - - - ~- - Fund Equity 2,266,444 - 2,266,444 0%- 2,266,444 Total Revenues 32,285,530 21,229,308 11,056,222 66%- 32,285,530 Central Insurance Expenditures: Finance / Risk Management 417,234 252,772 164,462 61%- 417,234 HR / Employee Benefits 439,346 197,841 241,505 45%- 439,346 HR / Employee Health Clinic 1,721,400 963,331 758,069 56%- 1,721,400 Non-Departmental 29,707,550 22,891,164 6,816,386 77%- 29,707,550 Total Expenditures 32,285,530 24,305,108 7,980,422 75%- 32,285,530 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At third quarter, anticipated revenues of the Central Insurance Fund equal anticipated expenditures for fiscal year 2021/22. No amendments are proposed to Central Insurance Fund revenues at third quarter. No amendments are proposed to Central Insurance Fund expenditures at third quarter. 20 CAPITAL IMPROVEMENT PROGRAM Third Quarter Summary FY 2021/22 21 The amended 2021/22 Capital Improvement Program budget report is submitted for the City Council's third quarter review. The proposed amendment is a net budget increase in the amount of $14,055,937. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The City Council did not previously approve the following capital improvement budget activity:  City-wide Connectivity – a budget increase of $300,000 in Administrative Services Fund revenue, and $700,000 in General Fund revenue.  Business Process Review & Improvement – a budget increase of $250,000 in General Fund revenue.  Greenprint Implementation – a budget increase of $197,848 in reimbursement revenues.  Neighborhood Reinvestment Fund – a budget increase of $200,000 in General Fund revenue.  Pinellas New Mains / Service Lines – a budget increase of $35,027 in property owners share revenue.  Pasco New Mains/Service Lines - a budget increase of $32,767 in property owners share revenue.  Line Relocation Maintenance – a budget increase of $152,103 in reimbursement revenues.  Hillcrest Bypass Culvert – a budget decrease of $110,288 in SWFWMD grant revenue.  Public Works Complex – a budget increase of $200,000 in General Fund revenue.  Traffic Signals – a budget increase of $1,000,000 in General Fund revenue.  Athletic Field Shade Structures – a budget increase of $700,000 in General Fund revenue. All significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval  City Hall Demolition $ 610,000 09/01/22  ARPA Fiber Upgrades $ 3,500,000 08/04/22  ARPA Solar Panels $ 2,000,000 08/04/22  Motorized Equipment Purchases $ 359,150 07/21/22  Clearwater Municipal Cemetery Renovation $ 600,000 09/01/22  ARPA Streets & Sidewalks $ 2,000,000 08/04/22  Main Library Renovation $ 625,000 08/04/22  ARPA State Street Park Improvements $ 700,000 08/04/22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment City-wide Connectivity 1 94729 1,000,000 - To record an increase of $300,000.00 of administrative services revenue representing budget savings in information technology,and an increase of $700,000.00 in General Fund revenue to provide additional funding needed for scheduled build out of the City's fiber network.1,000,000 Business Process Review & Improvement 2 94883 250,000 - To record an increase of $250,000.00 in General Fund revenue to provide additional funding needed for evaluation of business process and innovative solutions.250,000 Greenprint Implementation 3 C2106 197,848 - To record a budget increase of $197,848.00 to recognize reimbursement from the Florida Department of Environmental Protection to bring the budget in line with revenues received.197,848 City Hall Demo - NEW PROJECT 4 C2212 610,000 - To establish the project and record a budget increase in General Fund revenue of $610,000.00,as approved by the Council September 1, 2022. 610,000 ARPA Fiber Upgrades - NEW PROJECT 5 G2211 3,500,000 - To establish the project and record a budget increase of $3,500,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 3,500,000 ARPA Solar Panels - NEW PROJECT 6 G2214 2,000,000 - To establish the project and record a budget increase of $2,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 2,000,000 Motorized Equipment Purchases - NEW PROJECT 7 L2301 359,150 - To establish the project and record a budget increase of $359,150.00 in lease purchase revenue,as approved by the Council July 21, 2022.359,150 Neighborhood Reinvestment Fund - NEW PROJECT 8 M2211 200,000 - To establish the project and record an increase of $200,000.00 in General Fund revenue to provide initial funding for placemaking and neighborhood engagements projects.200,000 Line Relocation-Pinellas Maintenance 9 96365 190 - To record a budget increase of $190.00 in property owners share revenue to bring the budget in line with revenues received.190 CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Pinellas New Mains / Service Lines 10 96377 35,027 - To record a budget increase of $35,027.05 in property owners share revenue to bring the budget in line with revenues received.35,027 Pasco New Mains / Service Lines 11 96378 32,767 - To record a budget increase of $32,766.81 in property owners share revenue to bring the budget in line with revenues received.32,767 Line Relocation-Pasco-Capitalized 12 96381 8,140 - To record a budget increase of $8,139.93 in property owners share revenue to bring the budget in line with revenues received.8,140 Sanitary Sewer Upgrades/Improvements 13 96212 - (4,000,000) To record a budget transfer of $4,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(4,000,000) Facilities Upgrades & Improvements 14 96654 - (2,000,000) To record a budget transfer of $2,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(2,000,000) Water Pollution Control R & R 15 96664 - (1,000,000) To record a budget transfer of $1,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(1,000,000) Sanitary Sewer R&R 16 96665 - 24,500,000 To record a budget increase of $24,500,000.00 representing the following transfers of water and sewer revenue:1)$2,000,000.00 from project 96654,Facilities Upgrades &Improvements;2)$1,000,000.00 from project 96664,Water Pollution Control R&R;3)$4,000,000.00 from project 96212,Sanitary Sewer Upgrades/Improvements;4) $4,000,000.00 from project 96686,Pump Station Replacement;and 5)$13,500,000.00 from project 96773, Groundwater Replenishment Facility.24,500,000 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Pump Station Replacement 17 96686 - (4,000,000) To record a budget transfer of $4,000,000.00 in sewer revenue to project 96665, Sanitary Sewer R&R.(4,000,000) Line Relocation - Maintenance 18 96722 152,103 - To record a budget increase of $152,103.05 in reimbursement revenue from Pinellas County to bring the budget in line with revenues received.152,103 Groundwater Replenishment Facility 19 96773 - (13,500,000) To record budget transfers of $5,300,000.00 in sewer revenue and $8,200,000.00 in water revenue to project 96665, Sanitary Sewer R&R.(13,500,000) Allen's Creek 20 ENST180002 (4,000) - To record a budget decrease of $4,000.00 for unused grant funds from Southwest Florida Water Management District (SWFWMD).This will bring the project budget in line with revenues received.(4,000) Alligator Creek Watershed 21 ENST180006 - 374,371 To record a budget transfer in stormwater revenue of $374,370.69 from project ENST180008,Hillcrest Bypass Culvert. 374,371 Hillcrest Bypass Culvert - CLOSE PROJECT 22 ENST180008 (110,288) (374,371) To record a budget transfer in stormwater fund revenue of $374,370.69 to project ENST180006,Alligator Creek Watershed and a budget decrease of $110,287.63 for unused grant funds from Southwest Florida Water Management District (SWFWMD).This project will be closed. (484,658) Public Works Complex - NEW PROJECT 23 C2214 200,000 1,613,738 To establish the project and record a budget increase of $1,613,738.00 representing the following transfers from project ENG180012,Public Works Complex:1)$87,180.32 from General Fund revenue;2)$1,191,466.48 from Stormwater Utility revenue;3)$173,361.59 from water revenue; and 4) $161,729.61 from sewer revenue. Amendments also include an increase of $200,000.00 in General Fund revenue to provide funding for temporary office buildings.1,813,738 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Public Works Complex - CLOSE PROJECT 24 ENGF180012 (1,613,738) To record a budget decrease of $1,613,738.00 representing the following transfers to project C2214, Public Works Complex:1)$87,180.32 from General Fund revenue;2)$1,191,466.48 from Stormwater Utility revenue;3)$173,361.59 from water revenue;and 4) $161,729.61 from sewer revenue.This project will be closed.(1,613,738) Clearwater Municipal Cemetery Renovation - NEW PROJECT 25 M2210 600,000 - To establish the project and record a budget transfer of $600,000.00 in General Fund revenue as approved by the Council on September 1, 2022.600,000 Downtown Streetscaping 26 C2103 77,605 To record a transfer of $77,604.96 in infrastructure sales tax revenue from project ENGF180001,Downtown Streetscaping. 77,605 Downtown Streetscaping - CLOSE PROJECT 27 ENGF180001 (77,605) To record a transfer of $77,604.96 in infrastructure sales tax revenue to project C2103,Downtown Streetscaping. This project will be closed.(77,605) Traffic Signals 28 ENRD180006 1,000,000 - To record an increase of $1,000,000.00 in General Fund revenue to provide funding for signal integrations with County's Intelligent Transportation System (ITS).1,000,000 ARPA Streets & Sidewalks - NEW PROJECT 29 G2213 2,000,000 - To establish the project and record a budget increase of $2,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 2,000,000 Main Library Renovation 30 C2211 625,000 - To record a budget increase of $625,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 625,000 Swimming Pool R&R - CLOSE PROJECT 31 93271 - (23,586) To record a budget transfer of $23,585.67 in General Fund revenue to new project M2205,Recreation Center R&R. This project will be closed.(23,586) 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Boardwalk & Docks R&R - CLOSE PROJECT 32 93604 - (16,170) To record a budget transfer of $16,169.76 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(16,170) Concrete Sidewalk & Pad Repairs - CLOSE PROJECT 33 93634 - (4,264) To record a budget transfer of $4,263.89 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(4,264) Park Amenity Purchase & Replace - CLOSE PROJECT 34 93635 - (107,172) To record a budget transfer of $107,171.92 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(107,172) Tennis Court Resurfacing - CLOSE PROJECT 35 93636 - (3,588) To record a budget transfer of $3,587.99 in General Fund revenue to project M2207,Athletic Field R&R.This project will be closed.(3,588) Playground & Fitness Purchase & Replacement - CLOSE PROJECT 36 93637 - (17,053) To record a budget transfer of $17,052.68 in General Fund revenue to project M2206,Parks &Beautification R&R.This project will be closed.(17,053) Fencing Replacement Program - CLOSE PROJECT 37 93638 - 10,664 To record a budget increase in General Fund revenue of $10,663.53 from project M2207,Athletic Field R&R.This project will be closed.10,664 Clearwater Beach Infrastructure Repair & Improve - CLOSE PROJECT 38 93672 - (40,855) To record a budget transfer of $9,020.90 in General Fund revenue to project 93633,Pier 60 Park and Beachwalk Replacement and to record a budget transfer of $31,834.10 in General Fund revenue to project M2208,Beach Walk/Pier 60 R&R . This project will be closed.(40,855) Long Center Parking Improvements - CLOSE PROJECT 39 C1902 - (56,423) To record a budget transfer of $56,423.40 in penny revenue to project C2002,Ed Wright Park Renovations. This project will be closed.(56,423) Phillies Entrance Sign - CLOSE PROJECT 40 C1903 - (150,000) To record a budget transfer of $150,000.00 in General Fund revenue to project M2208,Beach Walk/Pier 60 Park R&R. This project will be closed.(150,000) 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Ed Wright Park Renovations 41 C2002 - 239,110 To record a budget increase of $239,109.59 representing the following transfers:1)a budget transfer of $56,423.40 of penny revenue from project C1902,Long Center Park Improvements;2)a budget transfer of $110,000.00 in General Fund revenue from project C2203,Ross Norton Skate Park;and 3)a budget transfer of $72,686.19 of penny revenue from project M1915, Belmont Park Renovations.239,110 ARPA State Street Park Improvements - NEW PROJECT 42 G2218 700,000 - To establish the project and record a budget increase of $700,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 700,000 Belmont Park Revitalization CLOSE PROJECT 43 M1915 - (72,686) To record a budget transfer of $72,686.19 in penny revenue to project 93633,Pier 60 Park &Beachwalk Replacement & Improvement. This project will be closed.(72,686) Parks & Beautification R&R 44 M2206 - 144,658 To record a budget increase of $144,658.25 representing the following transfers of General Fund revenue:1) $17,052.68 from project 93637,Playground &Fitness Purchase &Replacement;2)$107,171.92 from project 93635,Park Amenity Purchase and Replacement;3) $4,263.89 from project 93634,Concrete Sidewalk and Pad Replacement;and 4)$16,169.76 from project 93604, Boardwalks & Docks R&R. 144,658 BayCare Ballpark Infrastructure Repair/Improve - CLOSE PROJECT 45 93205 - (164,046) To record a budget transfer of $164,045.61 in General Fund revenue to project M2204,Carpenter &BayCare R&R.This project will be closed.(164,046) Sports Field Lighting - CLOSE PROJECT 46 93620 - (38,138) To record a budget transfer of $38,137.80 in General Fund revenue to project M2207,Athletic Field R&R.This project will be closed.(38,138) Pier 60 Park & Beachwalk R & R - CLOSE PROJECT 47 93633 - 9,021 To record a budget transfer of $9,020.90 in General Fund revenue from project 93672,Clearwater Beach Infrastructure Repairs &Improvement.This project will be closed.9,021 27 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Third Quarter Amendments FY 2021/22 Recreation Center Infra Repairs - CLOSE PROJECT 48 93654 - (92,347) To record a budget transfer of $92,346.74 in General Fund revenue to project M2205,Recreation Center R&R.This project will be closed.(92,347) Ross Norton Skate Park - CLOSE PROJECT 49 C2203 - (110,000) To record a budget transfer of $110,000.00 in General Fund revenue to project C2002, Ed Wright Park Renovations.(110,000) Athletic Field Shade Structures - NEW PROJECT 50 C2213 700,000 - To establish the project and record a budget transfer of $700,000.00 in General Fund revenue,to provide funding for shade structures over spectator bleachers at Sid Likcton and Countryside Little League Fields.700,000 Carpenter & BayCare R&R - NEW PROJECT 51 M2204 - 164,046 To record a budget transfer of $164,045.61 in General Fund revenue from project 93205,BayCare Ballpark Infrastructure Repair/Improvement.164,046 Recreation Center R&R 52 M2205 - 115,932 To record a budget transfer of $23,585.67 in General Fund revenue from project 93271,Swimming Pool R&R and a budget transfer of $92,346.74 in General Fund revenue from project 93654,Recreation Centers Infrastructure Repairs. 115,932 Athletic Field R&R 53 M2207 - 31,062 To record a budget decrease in General Fund revenue of $10,663.53 to project 93638,Fencing Replacement Program.To record a budget increase of $38,137.80 of General Fund revenue from project 93620,Sports Field Lighting and $3,587.99 of General Fund money from project 93636, Tennis Court resurfacing.31,062 Beach Walk/Pier 60 Park R&R 54 M2208 - 181,834 To record an increase of $150,000 in General Fund revenue transferred from project C1903,Phillies Entrance Sign and an increase of $31,834.10 in General Fund revenue from project 93672,Clearwater Beach Infrastructure Repairs & Improvement. 181,834 14,055,937 - - 14,055,937 TOTAL 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demolition 75,000 75,000 - 75,000 - - 75,000 94233 Motorized Equip-Cash 2,473,945 2,473,945 - 2,473,945 2,379,355 38,637 55,953 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 4,423,089 4,423,089 1,000,000 5,423,089 3,778,270 - 1,644,820 1 94736 Geographic Information Sys 1,210,997 1,210,997 - 1,210,997 954,455 - 256,542 94828 Financial Systems Upgrades 4,158,165 4,158,165 - 4,158,165 2,805,772 38,924 1,313,469 94829 CIS Upgrades / Replacement 1,382,376 1,382,376 - 1,382,376 439,168 135,805 807,403 94830 MS Licensing / Upgrades 1,200,000 1,200,000 - 1,200,000 842,601 - 357,399 94833 Computer Monitors 429,828 404,093 - 404,093 404,093 - - C 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 400,000 400,000 - 400,000 328,512 - 71,488 94873 Citywide Camera System 360,000 360,000 - 360,000 221,664 - 138,336 94874 City Enterprise Timekeep Sys 360,000 360,000 - 360,000 202,802 - 157,198 94880 Granicus Agenda Mgt Sys 210,000 210,000 - 210,000 41,136 - 168,864 94883 Business Proc Review & Improve 800,000 825,735 250,000 1,075,735 327,473 79,382 668,880 2 94888 City EOC & Disaster Recovery Fac 3,360,000 3,360,000 - 3,360,000 3,134,363 40,537 185,099 C1901 Beach Radio Tower 852,370 852,370 - 852,370 - - 852,370 C2004 Lift Stations - General Gov 2,160,000 2,160,000 - 2,160,000 176,562 - 1,983,438 C2006 ADA Transition Plan 900,000 900,000 - 900,000 213,069 - 686,931 C2007 Citywide Audio/Visual Solutions 265,053 265,053 - 265,053 56,499 - 208,554 C2101 North Ward Preservation 77,920 77,920 77,920 59,112 - 18,807 C2106 Greenprint Implementation 320,000 620,000 197,848 817,848 83,517 - 734,331 3 C2212 City Hall Demolition - - 610,000 610,000 - - 610,000 4 G2211 ARPA Fiber Upgrades - - 3,500,000 3,500,000 - - 3,500,000 5 G2214 ARPA Solar Panels - - 2,000,000 2,000,000 - - 2,000,000 6 ENGF220001 New City Hall 350,300 9,700,300 - 9,700,300 - - 9,700,300 GSBM180001 Air Cond Replace-City Wide 1,779,436 1,779,436 - 1,779,436 1,089,533 4,000 685,903 GSBM180002 Flooring for Facilities 1,477,837 1,477,837 - 1,477,837 904,797 48,066 524,974 GSBM180003 Roof Repair and Replacement 2,304,213 2,604,213 - 2,604,213 2,020,244 11,574 572,396 GSBM180004 Painting of Facilities 792,923 792,923 - 792,923 235,630 114,356 442,936 GSBM180005 Fencing of Facilities 173,170 173,170 - 173,170 73,199 - 99,970 GSBM180006 Light Replacement & Repair 728,197 728,197 - 728,197 338,145 - 390,052 GSBM180007 Elevator Refurbish/Modern 760,576 760,576 - 760,576 11,118 - 749,458 GSBM180008 B&M Vehicle & Equipment 2,018,377 1,718,377 - 1,718,377 813,896 525 903,956 GSBM180009 New A/C Chiller System 5,200,000 5,200,000 - 5,200,000 1,752,713 - 3,447,287 GSBM180010 General Services R&R 500,000 500,000 - 500,000 212,670 87,809 199,520 GSBM180011 Generator Maintenance 650,000 650,000 - 650,000 48,721 - 601,279 GSBM180012 General Faci Bldg Major Reno 2,185,242 2,185,242 - 2,185,242 256,834 - 1,928,409 GSFL180001 Fleet Facility R&R 644,520 644,520 - 644,520 86,064 31,766 526,690 L1902 B&M Vehicle & Equipment 65,000 65,000 - 65,000 35,046 - 29,955 L1906/M2202 Telecommunications Upgrade 1,769,047 1,769,047 - 1,769,047 - - 1,769,047 L1907/M1911 IT Disaster Recovery 480,396 480,396 - 480,396 57,869 10,574 411,953 L1908/M1912 Network Infra & Server R&R 2,341,417 2,341,417 - 2,341,417 1,473,415 248,253 619,749 L1910 Motorized Equip Replace - LP 17,437,127 17,437,127 - 17,437,127 13,834,771 2,107,278 1,495,077 L1911 Garage - Off Cycle Replacements 500,000 500,000 - 500,000 205,544 - 294,456 L2301 Motorized Equip Purchases - LP - - 359,150 359,150 - - 359,150 7 M1914 Sustainability Initiatives 200,000 200,000 - 200,000 127,710 19,000 53,290 M2007 City EOC Maintenance 100,000 100,000 - 100,000 - - 100,000 L2001/M2010 P25 Radio Equipment & Infrast 2,543,104 3,507,104 - 3,507,104 2,853,384 10,560 643,160 M2201 Studio/Production Eqp.25,000 26,344 - 26,344 - - 26,344 M2211 Neighborhood Project Fund - - 200,000 200,000 - - 200,000 8 Sub-Total 71,654,623.99 82,269,967.76 8,116,998 90,386,966 43,687,732 3,027,045.62 43,672,188 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Police Protection 94238 Police Vehicles 2,602,032 2,602,032 - 2,602,032 2,491,068 - 110,964 C2201 Police CAD Replacement 900,000 900,000 - 900,000 - - 900,000 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 P1802 Police Equipment Replacement 679,686 679,686 - 679,686 641,230 17,605 20,851 P1803 Command Bus Refurbishment 200,000 200,000 - 200,000 151,118 2,720 46,162 P1902 Police Information Systems 425,000 425,000 - 425,000 357,945 - 67,055 P2102 Training Range Sound Mitigation 820,000 820,000 - 820,000 787,787 15,408 16,805 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 8,233,930 4,408,449 407,621 Sub-Total 19,426,718 19,426,718 - 19,426,718 12,663,077 4,444,182 2,319,459 Fire Protection 91218 Fire Engine Replacement 3,520,566 3,520,566 - 3,520,566 3,482,241 718,190 (679,864) 91244 Aerial Truck 3,218,514 3,368,080 - 3,368,080 2,653,479 - 714,601 91260 Thermal Imaging Cameras 295,270 295,270 - 295,270 148,954 14,985 131,331 91261 Personal Protection Equip 2,564,250 2,564,250 - 2,564,250 2,113,156 45,140 405,954 91262 SCBA Upgrade - Fill Station 125,000 125,000 - 125,000 82,366 - 42,634 91264 Fire Hose Replacement 516,010 516,010 - 516,010 313,755 2,716 199,539 91271 Fire Boat 1,008,363 1,008,363 - 1,008,363 694,171 - 314,192 C2207 FD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 FD00190001 Fire Station 46 - Beach 6,372,693 10,350,693 - 10,350,693 1,674,982 8,252,880 422,832 FD00190002 Fire Station 47 Replacement 4,839,441 4,839,441 - 4,839,441 1,197,888 115,345 3,526,208 M2005 Fire Training Tower 225,286 225,286 - 225,286 52,987 - 172,299 Sub-Total 23,435,392 27,562,958 - 27,562,958 12,413,979 9,149,255 5,999,724 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,201,680 1,201,680 - 1,201,680 888,659 - 313,021 91236 Rescue Vehicle 602,500 602,500 - 602,500 275,930 219,850 106,720 91257 AED Program 293,510 293,510 - 293,510 269,334 - 24,176 91263 Extrication Tools 177,000 177,000 - 177,000 125,708 - 51,292 ENGF190002 Beach Guard Tower 258,239 258,239 - 258,239 91,376 - 166,863 ENGF200002 Beach Guard Admin Building 85,000 85,000 - 85,000 47,330 - 37,670 Sub-Total 2,617,929 2,617,929 - 2,617,929 1,698,337 219,850 699,742 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 1,864,214 168,637 101,942 96365 Line Relocation-Pinellas Maint 806,106 811,379 190 811,569 563,244 - 248,325 9 96367 Gas Meter Change Out-Pinellas 4,363,000 4,363,000 - 4,363,000 4,208,105 - 154,895 96374 Line Relocation-Pinellas Capital 3,033,500 3,033,500 - 3,033,500 2,905,858 28,333 99,310 96376 Line Relocation - Pasco Maint 334,140 336,384 - 336,384 146,186 - 190,198 96377 Pinellas New Mains / Serv Lines 39,496,650 39,596,643 35,027 39,631,671 36,312,643 99,900 3,219,128 10 96378 Pasco New Mains / Serv Lines 25,386,980 25,389,332 32,767 25,422,099 23,710,670 38,720 1,672,708 11 96379 Pasco Gas Meter Change Out 1,392,821 1,392,821 - 1,392,821 870,496 - 522,325 96381 Line Reloc-Pasco-Capitalized 1,539,160 1,539,160 8,140 1,547,300 1,276,554 786 269,960 12 96382 Gas Inventory - Work Mgmt Sys 1,742,000 1,742,000 - 1,742,000 856,268 - 885,732 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,004,188 112,120 741,546 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,504,224 - 303,621 96386 Expanded Energy Conservation 14,878,589 14,878,589 - 14,878,589 12,281,197 - 2,597,391 96387 Natural Gas Vehicle 7,484,584 7,484,584 - 7,484,584 4,677,771 2,373,967 432,846 96389 Future IMS Software & Hardware 1,450,000 1,450,000 - 1,450,000 361,793 - 1,088,207 96391 Gas System Pasco Building 700,000 700,000 - 700,000 - - 700,000 M1904 Pinellas Building Equip R&R 800,000 800,000 - 800,000 - - 800,000 Sub-Total 136,208,023 136,317,885 76,124 136,394,009 119,543,411 2,822,463 14,028,134 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Solid Waste Control Services 96426 Facility R & R - 3,027,608 - 3,027,608 1,862,066 11,980 1,153,562 96443 Res Container Acquisition - 2,326,741 - 2,326,741 1,700,354 - 626,387 96444 Comm Container Acquisition 4,695,420 4,695,420 - 4,695,420 4,326,706 13,970 354,744 96445 Solar Trash & Recycling Kiosks 364,414 364,414 - 364,414 239,182 - 125,232 96448 Solid Waste CNG Station 150,000 150,000 - 150,000 - - 150,000 96449 Solid Waste Truck Wash Fac 555,500 555,500 - 555,500 - - 555,500 96804 Recycling Carts/Dumpsters 1,426,650 1,426,650 - 1,426,650 913,829 - 512,821 96805 Recycling Expan/Particip/R&R 1,341,525 1,341,525 - 1,341,525 1,222,936 - 118,589 C2005/L2005 Underground Refuse Program 1,945,090 1,945,090 - 1,945,090 1,429,508 305,593 209,989 L2201 SW/Recyc Add Veh & Equip 185,000 185,000 - 185,000 - - 185,000 SR00180003 Processing Ctr Building Replace 5,062,633 5,062,633 - 5,062,633 4,396 - 5,058,237 SRTS180001 S.W.Transfer Station Rebuild 19,650,130 19,650,130 - 19,650,130 19,051,177 34,149 564,804 Sub-Total 35,376,361 40,730,710 - 40,730,710 30,750,153 365,692 9,614,865 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 44,040,261 21,345,431 (4,000,000) 17,345,431 7,761,156 5,981,893 3,602,383 13 96213 Marshall Street Upgrades/Impr 15,744,299 15,744,299 - 15,744,299 8,883,652 6,310,075 550,572 96214 East Plant Upgrades/Improve 4,150,000 4,150,000 - 4,150,000 404,822 370,393 3,374,784 96215 N.E. Plant Upgrades/Improve 32,263,620 32,263,620 - 32,263,620 10,033,629 12,751,294 9,478,697 96216 Laboratory Upgrade/Improve 1,155,079 1,155,079 - 1,155,079 12,168 - 1,142,912 96217 Pump Station R&R 1,950,192 1,350,192 - 1,350,192 664,247 4,843 681,103 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96526 Public Utility Admin Building 1,004,306 1,004,306 - 1,004,306 - - 1,004,306 96630 Sanitary Sewer Extension 15,182,068 15,182,068 - 15,182,068 12,615,157 4,557 2,562,355 96634 Sanitary Sewer Relocation 4,629,932 4,392,493 - 4,392,493 3,355,402 127,772 909,318 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 13,779,876 13,779,876 (2,000,000) 11,779,876 10,588,663 296,536 894,678 14 96664 Water Pollution Control R & R 32,260,864 28,081,864 (1,000,000) 27,081,864 18,564,779 4,322,863 4,194,222 15 96665 Sanitary Sewer R&R 56,346,228 54,163,458 24,500,000 78,663,458 40,343,759 9,953,302 28,366,396 16 96686 Pump Station Replacement 13,613,137 11,413,137 (4,000,000) 7,413,137 5,711,960 363,479 1,337,698 17 96721 System R & R - Maintenance 9,020,686 10,515,686 - 10,515,686 2,960,180 5,095,234 2,460,272 96722 Line Relocation - Maintenance 10,718,140 4,646,468 152,103 4,798,571 3,624,731 66,181 1,107,660 18 96739 Reclaimed Water Dist Sys 47,316,014 47,316,014 - 47,316,014 45,412,154 1,117,764 786,096 96742 Line Relocation-Capitalized 5,869,275 5,869,275 - 5,869,275 4,255,780 - 1,613,495 96744 System Expansion 3,709,043 3,709,043 - 3,709,043 3,330,337 - 378,707 96764 RO Plant Exp Res #1 16,499,527 16,499,527 - 16,499,527 13,243,654 39 3,255,834 96767 RO Plant at Res #2 49,495,439 49,495,439 - 49,495,439 41,812,122 857,225 6,826,093 96773 Groundwater Replenishm Fac 20,900,118 20,900,118 (13,500,000) 7,400,118 5,902,487 - 1,497,631 19 96782 RO Plant @WTP #3 2,069,594 2,069,594 - 2,069,594 347,671 3,309 1,718,614 96783 Water Sys Upgrades/Improve 9,953,600 8,953,600 - 8,953,600 1,723,389 1,268,294 5,961,917 96784 Reclaim Water Distrib Sys R&R 2,340,936 3,840,936 - 3,840,936 1,256,757 1,708,448 875,731 96785 Feasibility Studies/Evalu - Water 3,755,000 3,755,000 - 3,755,000 2,366,708 122,842 1,265,451 96786 Devices/Equipments - Water 1,100,000 1,100,000 - 1,100,000 - - 1,100,000 G2206 Portable Generators 630,000 630,000 - 630,000 - - 630,000 L1904/L1905 /M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 - 1,077,913 755,016 242,323 80,574 M1905 Marshall Street Plant R&R 4,160,000 4,160,000 - 4,160,000 307,950 91,341 3,760,709 M1906 Northeast Plant R&R 2,029,313 2,029,313 - 2,029,313 430,513 8,717 1,590,083 M1907 East Plant R&R 5,165,000 5,165,000 - 5,165,000 268,179 3,874 4,892,947 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 40,155 2,045 1,257,800 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 66,546 969 1,182,485 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,182 969 745,701 M2103 Utilities Bldg & Maint 1,000,000 1,000,000 - 1,000,000 133,162 - 866,838 Sub-Total 438,081,774 401,911,063 152,103 402,063,166 248,892,519 51,076,578 102,094,069 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 4,388,380 4,388,380 - 4,388,380 3,471,732 233,427 683,221 ENST180001 Stormwater Pipe System Improve 13,389,067 13,389,067 - 13,389,067 3,767,229 3,049,537 6,572,301 ENST180002 Allen's Creek 2,816,271 2,816,271 (4,000) 2,812,271 2,509,926 249,019 53,326 20 ENST180003 Stormwater System Expansion 1,094,986 1,094,986 - 1,094,986 - - 1,094,986 ENST180004 Stevenson Creek 2,935,066 2,935,066 - 2,935,066 86,929 42,368 2,805,770 ENST180005 Coastal Basin 4,328,800 3,878,800 - 3,878,800 2,803,794 164,739 910,267 ENST180006 Alligator Creek Watershed 3,592,512 3,592,512 374,371 3,966,882 472,819 163,449 3,330,615 21 ENST180008 Hillcrest Bypass Culvert 4,096,167 4,096,167 (484,658) 3,611,508 3,611,508 - - C 22 ENST180010 Lower Spring Branch Improve 2,320,000 2,320,000 - 2,320,000 320,267 129,027 1,870,706 Sub-Total 38,961,249 38,511,249 (114,288) 38,396,961 17,044,203 4,031,566 17,321,192 Other Physical Environment 93422 Dredging of City Waterways 1,246,204 1,246,204 - 1,246,204 483,487 - 762,717 C2208 Coopers Point 1,400,000 1,400,000 - 1,400,000 - - 1,400,000 C2214 Public Works Complex - - 1,813,738 1,813,738 - - 1,813,738 23 ENGF180006 City-wide Docks and Seawall 2,586,739 2,586,739 - 2,586,739 1,795,752 - 790,988 ENGF180010 Pollutant Storage Tank 419,408 43,380 - 43,380 43,380 - - C ENGF180011 Environmental Assmt & Clean-up 763,636 1,139,664 - 1,139,664 118,811 10,649 1,010,204 ENGF180012 Public Works Complex 1,615,664 1,615,664 (1,613,738) 1,926 1,926 - - C 24 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,295,199 46,434 2,410,367 M2002 Environ Park Remediate & Protect 150,000 150,000 - 150,000 - 41,590 108,410 M2006 Right of Way Tree Mgt Prog 500,000 500,000 - 500,000 143,370 - 356,630 M2210 CW Municipal Cemetery Reno - - 600,000 600,000 - 105,019 494,981 25 Sub-Total 15,433,651 15,433,651 800,000 16,233,651 6,881,925 203,692 9,148,035 Road and Street Facilities C2102 Fort Harrison Reconstruction 11,015,576 11,015,576 - 11,015,576 - 2,767,677 8,247,899 C2103 Downtown Streetscaping 15,864,691 17,523,802 77,605 17,601,407 5,797,114 10,653,541 1,150,753 26 C2105 Mercado - Downtown Gateway 500,000 927,795 - 927,795 - 927,795 - ENGF180001 Downtown Streetscaping 1,644,610 1,644,610 (77,605) 1,567,006 1,567,006 - 0 C 27 ENGF200003 Memorial Causeway Bridge Lighting 200,000 200,000 - 200,000 152,656 - 47,344 ENRD180002 Bridge Maintenance & Improve 8,849,747 8,849,747 - 8,849,747 1,743,919 3,111,312 3,994,516 ENRD180003 Traffic Calming 2,205,031 395,554 - 395,554 395,554 - 0 C ENRD180004 Streets and Sidewalks 21,072,094 21,072,094 - 21,072,094 13,430,972 1,914,026 5,727,096 ENRD180005 City-Wide Intersection Improve 2,613,430 4,422,907 - 4,422,907 984,152 234,914 3,203,841 ENRD180006 Traffic Signals 1,284,534 1,284,534 1,000,000 2,284,534 822,978 220,465 1,241,092 28 ENRD180007 Traffic Safety Infrastructure 1,281,765 1,281,765 - 1,281,765 818,319 93,984 369,462 G2213 ARPA Streets & Sidewalks - - 2,000,000 2,000,000 - - 2,000,000 29 Sub-Total 66,531,479 68,618,385 3,000,000 71,618,385 25,712,669 19,923,714 25,982,002 Airports 94817 Airpark Maintenance & Repair 338,976 339,245 - 339,245 275,608 - 63,637 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 29,765 10,522 G2012 Clw Airpark Vehicle Replace 32,018 30,673 - 30,673 30,673 - - C G2108 Security System Upgrade 150,000 228,000 - 228,000 71,741 - 156,259 Sub-Total 1,825,994 1,902,918 - 1,902,918 1,642,736 29,765 230,417 Water Transportation System 93415 Waterway Maintenance 750,000 750,000 - 750,000 537,293 45,340 167,367 Sub-Total 750,000 750,000 - 750,000 537,293 45,340 167,367 Parking Facilities ENPK180001 Parking Lot Resurfacing 758,476 758,476 - 758,476 31,609 29,500 697,367 ENPK180002 Parking Lot Improvements 2,268,802 2,268,802 - 2,268,802 636,199 63,817 1,568,787 ENPK180003 Parking Facilities 2,169,348 3,669,348 - 3,669,348 933,361 1,984,913 751,074 M2102 Seminole Boat Launch Maint 225,125 355,083 - 355,083 19,075 - 336,007 Sub-Total 5,421,752 7,051,709 - 7,051,709 1,620,244 2,078,230 3,353,235 32 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 908,527 323,934 817,540 ENGF180002 Downtown Intermodal 924,756 924,756 - 924,756 - - 924,756 ENGF180003 Miscellaneous Engineering 354,146 354,146 - 354,146 175,545 48,087 130,514 ENGF180004 Survey Equipment Replacement 33,788 33,788 - 33,788 - - 33,788 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 37,957,780 43,768,426 2,935,117 Sub-Total 88,024,013 88,024,013 - 88,024,013 39,041,851 44,140,447 4,841,715 Libraries 93527 Books & Other Lib Materials 7,696,601 7,696,601 - 7,696,601 7,655,224 - 41,377 93530 Consolidated Eastside/SPC Libr 5,430,000 5,430,000 - 5,430,000 5,300,608 - 129,392 93532 Libr Maker Space Maint. & Up 282,560 282,560 - 282,560 202,818 - 79,742 93534 Library FF&E Repair & Replace 480,000 330,000 - 330,000 153,336 6,417 170,247 94861 Library Technology 1,525,000 1,525,000 - 1,525,000 1,320,243 - 204,757 C2211 Main Library Renovation - 150,000 625,000 775,000 - - 775,000 30 Sub-Total 15,414,161 15,414,161 625,000 16,039,161 14,632,229 6,417 1,400,515 Parks & Recreation 93133 Park Land Acquisition 1,627,351 1,977,351 - 1,977,351 1,625,163 3,200 348,988 93247 Fitness Equipment Replacement 550,000 496,447 - 496,447 496,447 - - C 93271 Swimming Pool R&R 1,742,876 1,595,131 (23,586) 1,571,546 1,571,546 - - C 31 93272 Bicycle Paths-Bridges 5,420,232 4,370,232 - 4,370,232 4,260,114 21,636 88,481 93286 Parking Lot/Bike Path Rsr/Imprv 1,026,618 610,327 - 610,327 610,327 - (0) C 93602 Sp Events Equip Rep & Rplcmnt 360,000 360,000 - 360,000 323,389 - 36,611 93604 Brdwlks & Docks Rep & Rplcmnt 905,000 891,503 (16,170) 875,333 875,333 - - C 32 93618 Miscellaneous Park & Rec Contract 935,000 935,000 - 935,000 524,697 62,169 348,134 93634 Concrete Sidewalk & Pad Repair 488,176 348,840 (4,264) 344,576 344,576 - (0) C 33 93635 Park Amenity Purch & Rplcmnt 1,460,210 1,428,698 (107,172) 1,321,526 1,321,526 - - C 34 93636 Tennis Court Resurfacing 1,150,311 883,645 (3,588) 880,057 880,057 - 0 C 35 93637 Playground & Fitness Purch & Rplc 1,358,198 1,390,803 (17,053) 1,373,750 1,373,750 - 0 C 36 93638 Fencing Replacement Program 1,229,664 1,143,648 10,664 1,154,312 1,154,312 - - C 37 93646 Rest Rm Expan-Barefoot Bch House 520,950 520,950 - 520,950 518,374 1,500 1,076 93667 Del Oro Park Renovations 450,000 2,686,000 - 2,686,000 941,503 1,654,274 90,224 93672 Clw Bch Infrast Repairs & Improve 447,690 447,690 (40,855) 406,835 406,835 - - C 38 93673 Jack Russell Stadium Improve 1,154,582 1,051,730 - 1,051,730 1,051,730 - - C C1902 Long Center Parking Improve 550,000 550,000 (56,423) 493,577 493,577 - - C 39 C1903 Phillies Entrance Sign 150,000 150,000 (150,000) - - - - C 40 C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright Park Renovations 600,000 600,000 239,110 839,110 - - 839,110 41 C2202 Long Center Major Reno 2,000,000 2,000,000 - 2,000,000 39,894 15,218 1,944,888 C2209 Neighborhood Park Renovations 400,000 - - - - - - G2218 ARPA State Street Park Impv - - 700,000 700,000 - - 700,000 42 L1901 P&R Vehicle and Equip Additions 546,210 546,210 - 546,210 481,007 39,431 25,772 M1915 Belmont Park Revitalization 627,909 627,909 (72,686) 555,223 555,223 1,765 (1,765) C 43 M2206 Parks & Beautification R&R - 581,032 144,658 725,690 - 105,019 620,672 44 ENGF180007 Phillip Jones Park Renovations 224,726 224,726 - 224,726 55,557 8,541 160,628 Sub-Total 34,425,704 34,917,872 602,635 35,520,507 26,904,936 1,912,752 6,702,818 Cultural Services A1901 Miscellaneous Minor Public Art 202,079 202,079 - 202,079 103,533 - 98,546 A2201 Cultural Arts Plan 70,000 70,000 - 70,000 - - 70,000 Sub-Total 272,078.62 272,078.62 - 272,079 103,533 0.00 168,546 33 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY THIRD QUARTER: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description 10/1/21 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Special Recreation Facilities 93203 Carpenter Field-Infras Rep/Imprv 932,817 846,454 - 846,454 846,454 - - C 93205 Baycare Ballpark Infrast Rep/Improv 5,257,649 4,807,910 (164,046) 4,643,864 4,643,864 - - C 45 93278 Long Center Infra Repairs 2,430,815 2,284,155 - 2,284,155 2,284,155 - - C 93410 Clwr Harbor Marina Maint R&R 372,500 372,500 - 372,500 339,679 - 32,821 93418 Utilities Services Replacement 512,714 170,456 - 170,456 170,456 - 0 C 93420 Fuel System R & R 222,752 222,752 - 222,752 155,019 - 67,733 93499 Pier 60/Sailing Center Maint 601,952 371,952 - 371,952 346,792 - 25,159 93620 Sports Field Lighting 750,362 681,539 (38,138) 643,401 643,401 - - C 46 93633 Pier 60 Pk & Bchwlk Rep & Improv 1,839,377 1,072,476 9,021 1,081,497 1,081,497 - (0) C 47 93642 Phillip-Jones Restroom/Concess 557,944 456,944 - 456,944 380,113 76,744 87 93650 Crest Lake Park Improvement 7,690,532 7,709,222 - 7,709,222 7,623,854 85,369 0 C 93654 Recreation Centers Infras Repairs 732,468 575,757 (92,347) 483,411 483,411 - (0) C 48 C1905 Beach Marina Upgrade 2,150,000 2,992,258 - 2,992,258 428,067 1,071,865 1,492,326 C1906 Clw Harbor Marina Repl & Up 406,000 2,695,695 - 2,695,695 319,607 2,330,686 45,402 C2001 Athletic Flds & Fac Reno/Improve 8,500,000 8,500,000 - 8,500,000 - - 8,500,000 C2203 Ross Norton Skate Park 110,000 110,000 (110,000) - - - - C 49 C2204 Soccer Reno EC Moore 40,000 40,000 - 40,000 - - 40,000 C2205 Enterprise Dog Park 220,000 260,000 - 260,000 221,820 8,019 30,161 C2210 Sailing Center Dock Replacement - 732,852 - 732,852 30,888 697,334 4,630 C2213 Athletic Field Shade Structures - - 700,000 700,000 - - 700,000 50 M1902 Marine Fac Maint Dock R&R 514,970 514,970 - 514,970 362,488 8,903 143,579 M2204 Carpenter & BayCare R&R - 537,407 164,046 701,453 - 160,520 540,933 51 M2205 Recreation Center R&R - 502,169 115,932 618,101 85,759 115,871 416,471 52 M2207 Athletic Field R&R - 421,505 31,062 452,568 - 38,198 414,370 53 M2208 Beach Walk/Pier 60 Park R&R - 766,901 181,834 948,735 22,735 40,829 885,171 54 Sub-Total 33,842,852 37,645,874 797,365 38,443,239 20,470,059 4,634,337 13,338,843 TOTAL ALL PROJECTS 1,027,703,755 1,019,379,142 14,055,937 1,033,435,079 624,240,886 148,111,327 261,082,866 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment General Government Programs American Rescue Plan Act Fund 1 G2109 11,241,947 To record a budget increase of $11,241,946.50 to recognize the second traunch of ARPA funds.This is being transferred to the General Fund to be allocated as revenue recovery.11,241,947 General Government Totals:11,241,947 - 11,241,947 Public Safety Programs Foreclosure Registry - Nuisance Abatement 2 98609 4,200 To record a budget increase of $4,200.00 which represents foreclosure registry fees collected to date to bring the budget in line with actual receipts.4,200 Hurricane Irma 3 98610 4 To record a budget increase of $4.00 in federal and state Irma reimbursements to bring the budget in line with actual receipts.4 Police Extra Duty 4 99215 302,186 To record a budget increase of $302,186.15 in police service revenue to bring the budget in line with actual receipts.302,186 Police Volunteers 5 99316 10,000 To record a transfer of $10,000.00 in fines forfeitures and penalties revenue from project 181-99330,Florida Contraband Forfeiture Fund.10,000 Police Education Fund 6 99317 6,915 To record a budget increase of $6,915.11 in police education fine revenue which will bring the budget in line with actual receipts.6,915 Investigative Costs Recovery 7 99329 32,229 To record a budget increase of $32,229.21 in fines,forfeitures and penalties revenue to bring the budget in line with actual receipts. 32,229 Florida Contraband Forfeiture Fund 8 99330 34,834 To record a budget increase of $34,833.67 in fines,forfeitures and penalties revenue which will bring the budget in line with actual receipts.34,834 Vehicle Replacement Fund 9 99350 28,020 To record a budget increase representing a transfer of $28,020.00 from 99215,Police Extra Duty.This represents revenue collected for vehicle usage on extra duty jobs.28,020 Special Program Fund Third Quarter Amendments FY 2021/22 35 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Public Safety Programs (continued) Safe Neighborhood Program 10 99356 13,484 To record an increase of $13,483.67 transferred from 99330, Florida Contraband Forfeiture Fund to support community outreach programs.13,484 Crime Prevention Program 11 99364 250 To record a budget increase of $250.00 in donation revenues.This will bring the budget in line with actual receipts.250 Federal Forfeiture Sharing 12 99387 7,841 To record an increase of $7,841.49 in grant revenues from the US Department of Justice which will bring the budget in line with actual receipts.7,841 Public Safety Program Totals:439,963 - 439,963 Physical Environment Programs Tree Replacement Program 13 99970 3,072 To record a budget increase of $3,072.00 in fines,forfeiture and penalties revenue to bring the budget in line with actual receipts.3,072 Physical Environment Programs Program: Totals:3,072 - 3,072 Economic Environment Programs Economic Development 2021 - CLOSE PROGRAM 14 G2102 (79,736) To record a budget transfer of $79,735.78 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(79,736) Public Services 2021 - CLOSE PROGRAM 15 G2105 (92,907) To record a budget transfer of $92,906.84 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(92,907) Public Facilities 2022 16 G2201 (70,000) To record a budget transfer of $70,000.00 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(70,000) 36 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Economic Environment Programs (Continued) Economic Development 2022 17 G2202 (300,000) To record budget transfers in Community Development Block Grant (CDBG)revenues of $95,000.00 to G2301,Public Facilities 2023; and $205,000.00 to G2302, Economic Development 2023.(300,000) Program Administration 2022 18 G2203 (20,000) To record a budget transfer of $20,000.00 in Community Development Block Grant (CDBG)revenues to G2303,Program Administration 2023.(20,000) Infill Housing 2022 - CLOSE PROGRAM 19 G2204 (86,154) To record a budget transfer of $86,154.00 in Community Development Block Grant (CDBG)revenues to G2301,Public Facilities 2023.(86,154) 20 G2209 25,000 To establish the program and record a budget increase of $25,000.00 in donation/grant revenue to administer the Duke Energy Foundation Economic Development Grant program awarded for the US 19 Marketing Program.25,000 ARPA North Greenwood CRA - NEW PROGRAM 21 G2210 5,000,000 To establish the program and record a budget increase of $5,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 5,000,000 ARPA Affordable Housing - NEW PROGRAM 22 G2212 3,300,000 To establish the program and record a budget increase of $3,300,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 3,300,000 ARPA Business Incubator - NEW PROGRAM 22 G2219 250,000 To establish the program and record a budget increase of $250,000.00 from General Fund revenue (ARPA),as approved by the Council September 1, 2022. 250,000 Public Facilities 2023 - NEW PROGRAM 23 G2301 337,643 To establish the program and record budget transfers in Community Development Block Grant (CDBG)revenues of $79,735.78 from G2102,Economic Development 2021; $92,906.84 from G2105,Public Services 2021;$70,000.00 from G2201,Public Facilities 2022;and $95,000.00 from G2202, Economic Development 2022.337,643 Economic Development 2023 - NEW PROGRAM 24 G2302 205,000 To establish the program and record a budget transfer of $205,000.00 in Community Development Block Grant (CDBG) revenues from G2202, Economic Development 2022.205,000 Duke Energy Economic Development Grant - NEW PROGRAM 37 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Human Services Programs (continued) Program Administration 2023 - NEW PROGRAM 25 G2303 20,000 To establish the program and record a budget transfer of $20,000.00 in Community Development Block Grant (CDBG) revenues from G2203, Program Administration 2022.20,000 Infill Housing 2023 - NEW PROGRAM 26 G2304 86,154 To establish the program and record a budget transfer of $86,154.00 in Community Development Block Grant (CDBG) revenues from G2204, Infill Housing 2022.86,154 Economic Environment Program Totals:8,575,000 - 8,575,000 Human Services Programs ARPA Pinellas Community Foundation - NEW PROGRAM 27 G2215 1,000,000 To establish the program and record a budget increase of $1,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 1,000,000 ARPA Non-profit Grants - NEW PROGRAM 28 G2216 1,000,000 To establish the program and record a budget increase of $1,000,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022. 1,000,000 ARPA Education Grants & Partnerships - NEW PROGRAM 29 G2217 750,000 To establish the program and record a budget increase of $750,000.00 from General Fund revenue (ARPA),as approved by the Council August 4, 2022, and amended on September 1, 2022.750,000 Human Services Program: Totals:2,750,000 - 2,750,000 Culture and Recreation Programs Library Special Account 30 99910 17,091 To record a budget increase of $17,090.75 in donation revenue to bring the budget in line with actual receipts.17,091 Clearwater for Youth Grants 31 G1907 28,595 To record a budget increase of $28,595.44 in donation revenue for youth programs at North Greenwood which will bring the budget in line with actual receipts.28,595 Culture and Recreation Program Total:45,686 - 45,686 23,055,668 - 23,055,668 Total Budget Increase/(Decrease): 38 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Third Quarter Amendments FY 2021/22 Intrafund/Interfund Transfers American Rescue Plan Act Fund - CLOSE PROGRAM G2109 22,483,893 To record a transfer of $22,483,893.00 to the General Fund to be recognized as revenue recovery and allocated for the purposes approved by the City Council on August 4, 2022. Police Extra Duty 99215 28,020 To record a transfer of $28,020.00 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. Florida Contraband Forfeiture Fund 99330 23,484 To record the following transfers of fines,forfeiture and penalty revenues between police programs:$10,000.00 to 99316,Police Volunteers,and $13,483.67 to 99356,Safe Neighborhood Program. Total Interfund Transfers:22,535,397 39 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus - Elctrnc Plan Submittal & Rev 289,000 289,000 - 289,000 149,927 - 139,073 99925 Peg Access Support 838,261 838,261 - 838,261 838,261 - - C 99928 Nagano Sister City Program 341,519 341,519 - 341,519 172,561 - 168,958 M1913 Lien Foreclosure Program 725,984 850,984 - 850,984 388,307 - 462,677 M2101 Planning Studies Fund 750,000 750,000 - 750,000 278,397 134,028 337,575 G2109 American Rescue Plan Act Fund 11,241,947 11,241,947 11,241,947 22,483,893 22,483,893 - - C 1 Sub-Total 14,186,710 14,311,710 11,241,947 25,553,657 24,311,345 134,028 1,108,283 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 153,700 166,600 4,200 170,800 22,163 - 148,638 2 98610 Hurricane Irma 3,506,686 3,918,682 4 3,918,686 2,706,118 - 1,212,567 3 99215 Police Extra Duty 4,924,539 5,859,435 302,186 6,161,622 5,975,541 2,674 183,407 4 99279 Police Recruitments 231,010 231,010 - 231,010 86,261 - 144,749 99281 Fed Forfeitures - Treasury 167,234 195,885 - 195,885 120,171 - 75,714 99316 Police Volunteers 158,519 158,519 10,000 168,519 147,667 - 20,851 5 99317 Police Education Fund 1,414,856 1,438,449 6,915 1,445,364 1,304,567 - 140,797 6 99329 Investigative Recovery Costs 2,796,014 2,907,228 32,229 2,939,457 2,675,964 158,737 104,756 7 99330 FL Contraband Forfeiture Fund 1,021,489 1,123,401 34,834 1,158,234 1,025,276 - 132,958 8 99350 Vehicle Replacement Fund 661,532 743,951 28,020 771,971 444,133 36,275 291,563 9 99356 Safe Neighborhood Program 1,352,719 1,427,719 13,484 1,441,203 1,344,734 96,469 10 99364 Crime Prevention Program 240,574 241,424 250 241,674 195,519 - 46,155 11 99387 Federal Forfeiture Sharing 2,462,883 2,496,761 7,841 2,504,602 1,911,139 - 593,463 12 99927 Emergency Operations 4,328,870 4,328,870 - 4,328,870 3,227,265 37,976 1,063,629 99982 EMS Incentive/Recognition 69,700 69,700 - 69,700 41,088 - 28,612 D2001 COVID-19 Prep & Response 1,980,740 1,981,240 - 1,981,240 647,738 - 1,333,502 G2110 Pedestrian/Bicycle Safety Grant 2022 21,455 46,455 - 46,455 46,358 - 97 P1801 School Resource Officers 1,670,795 2,266,427 - 2,266,427 2,048,500 - 217,928 P2002 Police Body Worn Camera Program 761,253 882,922 - 882,922 652,463 68,458 162,002 P2101 Mental Health Co-Responder Team 143,200 250,600 - 250,600 143,200 - 107,400 P2201 DEA OT Reimbursement Program - 20,000 - 20,000 15,103 - 4,897 P2202 ESST OT Reimbursement Program - 2,000 - 2,000 81 - 1,919 P2203 FBI OT Reimbursement Program - 20,000 - 20,000 13,293 - 6,707 P2204 Secret Service OT Reimb Program - 20,000 - 20,000 10,391 - 9,609 Sub-Total 28,067,766 30,797,278 439,963 31,237,241 24,804,732 304,120 6,128,389 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 1,956,306 1,993,002 3,072 1,996,074 1,034,508 496 961,071 13 Sub-Total 1,956,306 1,993,002 3,072 1,996,074 1,034,508 496 961,071 ECONOMIC ENVIRONMENT PROGRAMS 99764 Public Facilities 2018 443,768 381,432 - 381,432 381,432 - (0) C 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G1902 Public Facilities 2019 319,253 234,746 - 234,746 234,746 - (0) C G2004 Public Facilities 2020 105,345 104,841 - 104,841 104,841 - (0) C G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 296,994 188,616 1,063,728 G2011 Back to Business Grant Program 3,550,000 3,550,000 - 3,550,000 1,427,498 - 2,122,502 G2101 Public Facilities 2021 492,291 690,825 - 690,825 496,697 64,951 129,177 G2102 Economic Development 2021 100,000 165,836 (79,736) 86,100 86,100 - - C 14 G2103 Program Administration 2021 182,446 138,635 - 138,635 138,635 - - C G2105 Public Services 2021 155,486 213,384 (92,907) 120,477 120,477 - - C 15 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 13,962 - 276,891 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 G2201 Public Facilities 2022 671,925 740,471 (70,000) 670,471 60,635 492,925 116,911 16 40 SPECIAL PROGRAM STATUS SUMMARY THIRD QUARTER REVIEW: October 1, 2021 to June 30, 2022 Actual Expenditures Budget Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED) G2202 Economic Development 2022 229,866 410,246 (300,000) 110,246 15,350 84,650 10,246 17 G2203 Program Administration 2022 118,637 231,771 (20,000) 211,771 172,312 9,521 29,938 18 G2204 Infill Housing 2022 86,154 86,154 (86,154) - - - - C 19 G2205 Public Services 2022 226,560 233,512 - 233,512 110,261 116,299 6,952 G2209 Duke Energy ED Grant - - 25,000 25,000 - - 25,000 20 G2210 ARPA North Greenwood CRA - - 5,000,000 5,000,000 - - 5,000,000 21 G2212 ARPA Affordable Housing - - 3,300,000 3,300,000 - - 3,300,000 22 G2219 ARPA Business Incubator - - 250,000 250,000 - - 250,000 21 G2301 Public Facilities 2023 - - 337,643 337,643 - - 337,643 23 G2302 Economic Development 2023 - - 205,000 205,000 - - 205,000 24 G2303 Program Administration 2023 - - 20,000 20,000 - - 20,000 25 G2304 Infill Housing 2023 - - 86,154 86,154 - - 86,154 26 G2305 Public Services 2023 - - - - - - - Sub-Total 10,059,430 10,559,553 8,575,000 19,134,553 4,151,913 956,962 14,025,679 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 6,574 - 2,426 98607 Senior Citizens Services - Trips 14,000 14,000 - 14,000 11,473 - 2,527 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 16,580 16,580 - 16,580 12,431 - 4,149 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 802,228 1,196,323 - 1,196,323 665,106 1,200 530,017 G2215 ARPA Pinellas Community Foundation - - 1,000,000 1,000,000 - - 1,000,000 27 G2216 ARPA Non-profit Grants - - 1,000,000 1,000,000 - - 1,000,000 28 G2217 ARPA Education Grants & Partnerships - - 750,000 750,000 - - 750,000 29 Sub-Total 1,062,077 1,456,172 2,750,000 4,206,172 903,318 1,200 3,301,654 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 - - 106,077 99910 Library Special Account 890,525 893,070 17,091 910,161 883,456 - 26,705 30 G1907 Clearwater for Youth Grants 30,000 41,500 28,595 70,095 22,320 - 47,776 31 PRSE190001 Special Events 2,635,227 2,829,058 - 2,829,058 2,665,334 53,570 110,154 Sub-Total 3,661,829 3,869,704 45,686 3,915,391 3,571,110 53,570 290,711 TOTAL ALL PROJECTS 58,994,119 62,987,420 23,055,668 86,043,088 58,776,925 1,450,376 25,815,787 41 City of Clearwater SPECIAL DEVELOPMENT FUND Third Quarter FY 2021/22 Increase/ (Decrease)Description Revenues Ad Valorem Taxes 26,594 An increase in ad valorem taxes to bring the budget in line with actual receipts for the year. Local Option Gas Tax 112,000 An increase in Local Option Gas Tax revenues to bring the budget in line with anticipated receipts for the year. Sales Tax Infrastructure 3,400,000 An increase in sales tax infrastructure revenues to bring the budget in line with anticipated receipts for the year. Open Space Fees 344,670 An increase in open space fees to bring the budget in line with actual receipts for the year. Recreation Facility Impact Fees 165,042 An increase in recreation facility impact fees to bring the budget in line with actual receipts for the year. Recreation Land Impact Fees 468,858 An increase in recreation land impact fees to bring the budget in line with actual receipts for the year. Interest Earnings 181,875 An increase in interest earnings to bring the budget in line with anticipated receipts for the year. Fee in Lieu of Sidewalks 9,108 An increase in fee in lieu of sidewalks to bring the budget in line with actual receipts for the year. Multi-Modal Impact Fees 629,400 An increase in Multi-Modal Impact Fees to bring the budget in line with actual receipts for the year. 5,337,547$ Net Revenue Amendments Expenditures 0 No amendments are proposed to Special Development Fund expenditures at third quarter. -$ Net Expenditure Amendments 42 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2021 - June 30, 2022 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2021/22 2021/22 2021/22 2021/22 Amendments Revenues: Ad Valorem Taxes 3,634,340 3,634,340 3,634,340 3,660,934 26,594 Infrastructure Tax 12,699,480 12,699,480 12,699,480 16,099,480 3,400,000 Interest Earnings 300,000 300,000 300,000 481,875 181,875 Open Space Fees - - - 344,670 344,670 Recreation Facility Impact Fees - - - 165,042 165,042 Recreation Land Impact Fees - - - 468,858 468,858 Fee in Lieu of Sidewalks - - - 9,108 9,108 Multi-Modal Impact Fees 150,000 150,000 150,000 779,400 629,400 Local Option Gas Tax 1,350,000 1,350,000 1,350,000 1,462,000 112,000 Allocation of Assigned Fund Balance - - 350,000 350,000 - 18,133,820 18,133,820 18,483,820 23,821,367 5,337,547 Expenditures: Transfer to Capital Improvement Fund - Road Millage 3,634,340 3,634,340 3,634,340 3,634,340 - Infrastructure Tax 5,350,300 5,350,300 5,350,300 5,350,300 - Recreation Facility Land Fees - - - - - Open Space Impact Fees - - 350,000 350,000 - Multi-Modal Impact fees 140,000 140,000 140,000 140,000 - Local Option Gas Tax 1,327,150 1,327,150 1,327,150 1,327,150 - Infrastructure Tax - Debt on Internal Loans 6,000,000 6,000,000 6,000,000 6,000,000 - 16,451,790 16,451,790 16,801,790 16,801,790 - Revenues: CDBG Program Income 922,626 922,626 922,626 922,626 - Interest Earnings 75,000 81,458 81,458 81,458 - Intergovernmental Revenue - 1,333,604 1,405,403 12,655,195 11,249,792 Charges for Service Revenue - 514,555 947,796 1,254,182 306,386 Judgments, Fines and Forfeit Revenue - 244,678 373,138 450,188 77,050 Miscellaneous Revenue - 17,883 41,475 112,412 70,936 Transfers from General Fund:- - - 11,300,000 11,300,000 Sister City Program 37,380 37,380 37,380 37,380 - Planning Study Fund 275,000 275,000 275,000 275,000 - United Way Campaign Fund 1,500 1,500 1,500 1,500 - Special Events 70,000 237,750 237,750 237,750 - Economic Development Strategic Plan 88,230 88,230 88,230 88,230 - Police Recruitments 30,000 30,000 30,000 30,000 - Police Body Worn Camera Program 75,000 128,314 128,314 128,314 - Transfers from other Housing Funds - 493,171 493,171 493,171 - Transfers from Special Programs - 357,857 504,795 556,298 51,504 1,574,736 4,764,006 5,568,037 28,623,705 23,055,668 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 43 SPECIAL REVENUE FUNDS Third Quarter: October 1, 2021 - June 30, 2022 Original First Quarter Mid Year Third Quarter Budget Amended Budget Amended Budget Amended Budget 2021/22 2021/22 2021/22 2021/22 Amendments Expenditures: General Government 312,380 437,380 437,380 11,679,327 11,241,947 Public Safety 105,000 2,082,361 2,834,511 3,274,474 439,963 Physical Environment - 15,360 36,696 39,768 3,072 Economic Environment 820,831 1,314,002 1,320,954 9,895,954 8,575,000 Human Services 1,500 395,595 395,595 3,145,595 2,750,000 Culture and Recreation 70,000 254,283 277,875 323,562 45,686 Interfund Transfers 190,025 190,025 190,025 190,025 - Transfer to Capital Fund - - - - - 1,499,736 4,689,006 5,493,037 28,548,705 23,055,668 Revenues: HOME Investment Partnerships 452,259 452,259 452,259 452,259 - State Housing Initiatives Partnerships 779,230 779,230 779,230 779,230 - Total - HOME/SHIP Funds 1,231,489 1,231,489 1,231,489 1,231,489 - Expenditures: Economic Environment 1,108,344 1,108,344 1,108,344 1,108,344 - Interfund Transfers 123,145 123,145 123,145 123,145 - Total - HOME/SHIP Programs 1,231,489 1,231,489 1,231,489 1,231,489 - OTHER HOUSING ASSISTANCE FUNDS 44 ADMINISTRATIVE CHANGE ORDERS Third Quarter Review FY 2021/22 45 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 05/26/22 Administrative Change Order #1 – Temporary Fire Station 46 (18-0028- FD). This change order increases, decreases and adds items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Co., Inc. 31,449.00 06/01/22 Administrative Change Order #1 & Final – Rehabilitation of Lift Stations 54 and 65 (18-0058-UT). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. KAT Construction & Materials, Inc. (4,852.52) 07/20/22 Administrative Change Order #1 – Closure 400 & 500 Block of Cleveland St (22-0009-EN). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Co., Inc. 8,500.00 08/09/22 Administrative Change Order #1 & Final – Marshall Street WRF Digester Demolition (09-0024-UT). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. TLC Diversified, Inc. (53,870.62) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 22-20 Agenda Date: 10/6/2022 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Legal Department Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Ian and adopt Resolution 22-20. SUMMARY: The entire City of Clearwater was threatened by the wind and rain and disruption of services and coastal areas were threatened by storm surge attendant to the arrival of Hurricane Ian. Mayor Frank Hibbard issued a Proclamation of a State of Emergency on September 26, 2022. Section 15.07(2) of the Code of Ordinances requires the City Council to confirm a Declaration of a State of Emergency at the next regularly scheduled meeting. Page 1 City of Clearwater Printed on 10/5/2022 1 RESOLUTION NO. 22-20 A RESOLUTION OF THE CITY OF THE CITY OF CLEARWATER, FLORIDA, CONFIRMING A DECLARATION OF A STATE OF EMERGENCY AND ESTABLISHING EMERGENCY PROCUREMENT PROCEDURES; ESTABLISHING EMERGENCY EMPLOYEE WORK SCHEDULES; PROVIDING AN EFFECTIVE DATE. WHEREAS, a state of emergency in the City of Clearwater was proclaimed by Mayor Frank Hibbard on September 26, 2022, based on conditions surrounding Hurricane Ian; WHEREAS, the entire City of Clearwater is threatened by the wind and rain and attendant disruption of services and coastal areas are threatened by storm surge attendant to the arrival and aftermath of Hurricane Ian; WHEREAS, conditions arising from the above-stated emergency have necessitated the establishment of emergency procurement procedures; WHEREAS, conditions arising from the above-stated emergency have necessitated the establishment of emergency employee work schedules and compensation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. A declaration of a state of emergency proclaimed on September 26, 2022, is hereby confirmed. Section 2. It was necessary to establish the following emergency procurement procedures:  Competitive bidding was suspended for purchases related to the emergency;  Approval authority for specified department directors was increased from $10,000.00 to $50,000.00;  The City Manager and Assistant City Managers were authorized to award contracts without competitive bidding through $100,000.00;  The City Manager had emergency approval authority greater than $100,000.00, provided that a ratification item be presented to the City Council at the next available Council Meeting;  Purchasing card dollar limits for single, daily, and monthly transactions and usage (number of transactions) were increased for specified personnel determined by the City Manager; and  Approval authority for department directors involved in emergency and public services and other selected personnel were increased with the top monetary limits reserved for the City Manager and Assistant City Managers. 2 Section 3. It was necessary to implement emergency employee work schedules and compensation in accordance with established city policy and procedure as deemed appropriate by the City Manager. Section 4. This resolution shall be effective and shall terminate concurrently with the Pinellas County declaration of a State of Emergency. PASSED AND ADOPTED this _____ day of October, 2022. CITY OF CLEARWATER, FLORIDA ______________________________ Frank V. Hibbard Mayor Approved as to form: Attest: ___________________________ ______________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk