Loading...
01/30/2023Monday, January 30, 2023 9:00 AM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda January 30, 2023Council Work Session Work Session Agenda 1. Call to Order 2. Economic Development and Housing Present US19 Corridor Visualization and discuss marketing campaign - Denise Sanderson, Economic Development and Housing Director. (WSO) 2.1 3. Public Works Right-of-Way Tree Inventory - Public Works Director Daniel Mirabile3.1 Approve a Joint Project Agreement (JPA) with Pinellas County for the Lakeview Road at Keene Road Drainage and Intersection Improvements (20-0038-UT) in the amount of $141,528.19 and authorize the appropriate officials to execute same. (consent) 3.2 Approve the request from the owner of property addressed 144 Devon Drive, Clearwater to vacate the East 5-foot right-of-way easement, located on Lot 16, Bayside Subdivision Clearwater Beach Island, according to the map or plat thereof as recorded in Plat Book 23, Pages 17, Public Records of Pinellas County, Florida, and pass Ordinance 9650-23 on first reading. 3.3 Approve the request from the owner of property addressed 1000 Eldorado Avenue, Clearwater to vacate the platted 5-foot public utility easement, located on Lot 6 and the north 30 feet of Lot 5, Block 69, Mandalay, according to the map or plat thereof as recorded in Plat Book 14, Pages 32-35, Public Records of Pinellas County, Florida, and pass Ordinance 9651-23 on first reading. 3.4 Approve the request from the owner of property addressed 1185 Court St., Clearwater to vacate the platted 30-foot public Ingress / Egress easement, located over the west 30 feet of Lot 1, Block A, and the north 30 feet of lot 5, Earl Scheib - Commercial Center, according to the map or plat thereof as recorded in Plat Book 74, Page 22, Public Records of Pinellas County, Florida, and pass Ordinance 9652-23 on first reading. 3.5 Accept an Ingress / Egress and Utility Easement from Enchantment, LLC for installation, repair, and maintenance on real property located at 691 South Gulfview Boulevard and authorize the appropriate officials to execute same. (consent) 3.6 Approve an Interlocal Agreement providing control of illicit discharges into the stormwater system within Pinellas County and authorize the appropriate officials to execute same. (consent) 3.7 4. Gas System Page 2 City of Clearwater Printed on 1/26/2023 January 30, 2023Council Work Session Work Session Agenda Accept a Gas Utility Easement from Tarpon Square Associates, for the construction, installation, and maintenance of gas utility facilities on real property located at 40114 US Highway 19 N, Tarpon Springs, FL 34689. (consent) 4.1 5. Fire Department Approve the Master Services Agreement for Professional Consulting Services between the City of Clearwater and Tetra Tech, Inc. for disaster recovery consulting services pursuant to RFP 54-22, Disaster Recovery Consulting Services, and authorize the appropriate officials to execute same. (consent) 5.1 6. Parks and Recreation Approve entering into Phase II and a first amendment of the Professional Services Agreement with The Superlative Group, Inc., of Cleveland, OH, for sponsorship sales services for the Imagine Clearwater Project; increase Purchase Order 22000925 from $69,000 to $159,000 for those services and authorize the appropriate officials to execute same. (consent) 6.1 Approve a License Agreement between the Board of Trustees of St. Petersburg College and the City of Clearwater providing for the use of Jack Russell Stadium for baseball and Eddie C. Moore Softball complex for softball and authorize the appropriate officials to execute same. (consent) 6.2 7. Planning Provide direction on the proposed third amendment to an existing Development Agreement between Triprop Clearwater, LLC (as assigned by Alanik Properties; Anco Holdings, LLC; Nikana Holdings, LLC) and the City of Clearwater for property located at 400 Coronado Drive, formerly addressed as 421 and 431 South Gulfview Boulevard, which adds Exhibit A-2 to provide an updated legal description to include 0.1837 acres of the adjacent proposed to be vacated South Gulfview Boulevard right-of-way to the subject site and replaces Exhibit B with Exhibit B-2 to provide new conceptual site plans, and sets a new date by which time site plan approval must be obtained and confirm a second public hearing in City Council Chambers before City Council on February 16, 2023 at 6:00 p.m., or as soon thereafter as may be heard. (HDA2014-06004B) 7.1 8. Public Utilities Page 3 City of Clearwater Printed on 1/26/2023 January 30, 2023Council Work Session Work Session Agenda Approve Supplemental Work Order 1 to Hazen and Sawyer, of Tampa, Florida for the Marshall Street and Northeast Water Reclamation Facility Digester Covers Evaluation and Repairs Project (21-0022-UT) in the amount of $111,220.00, increasing the work order from $180,000.00 to $291,220.00, and authorize the appropriate officials to execute same. (consent) 8.1 Authorize an increase to purchase order to Polydyne, Inc. of Riceboro, GA, for Polymer, in the amount of $200,000.00, increasing the annual not-to-exceed amount from $500,000.00 to $700,000.00 through the term of the contract, and authorize the appropriate officials to execute same. (consent) 8.2 Authorize a purchase order to Fastenal Company, for citywide Facility MRO (Maintenance, Repair, and Operations) Industrial and Building Supplies with related Equipment, Accessories, Supplies and Vending Services, in an amount not to exceed $919,500.00, for the period of February 3, 2023 through November 8, 2026, with the option for two, one-year renewals at an annual not to exceed amount of $250,000.00, per Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) 8.3 9. City Clerk Appoint an individual to the Pinellas Opportunity Council, Inc., as the Clearwater representative, with a term to expire February 2, 2028. 9.1 Reappoint Andrew Park to the Community Development Advisory Board with a full term to expire February 28, 2027. 9.2 Move the February 13, 2023 CRA/Pension/Work Session meetings from 9:00 a.m. to 1:00 p.m. (consent) 9.3 Schedule a special work session on Monday, March 20, 2023 at 8:00 a.m. for the purpose of holding a Strategic Budget Session. (consent) 9.4 Schedule a special council meeting on Wednesday, September 6, 2023 at 6:00 p.m. for the purpose of holding the first public hearing to establish the budget and millage rate. (consent) 9.5 Approve the 2023 State Legislative Priorities.9.6 Provide direction to and appoint the Clearwater Charter Review Committee. 9.7 10. City Attorney Page 4 City of Clearwater Printed on 1/26/2023 January 30, 2023Council Work Session Work Session Agenda Adopt Ordinance 9642-23 on second reading, establishing a Redevelopment Trust Fund to provide for the deposit of funds into the trust fund for the North Greenwood Community Redevelopment Area, establishing the base year for the Community Redevelopment Area, providing for the appropriation of tax increment revenues of the city and the county to the Redevelopment Trust Fund, providing for the use of such funds by the Community Redevelopment Agency, and providing for the duration of the tax increment financing. 10.1 Adopt Ordinance 9644-23 on second reading, amending Appendix A, Schedule of Fees, Article XXVIII of the Code of Ordinances relating to Business Tax Receipt categories. 10.2 11. City Manager Verbal Reports Recycling Program Update11.1 12. City Attorney Verbal Reports 13. Council Discussion Item Anchoring Limitation Areas - Councilmember Allbritton13.1 Citizens’ comments read at meetings - Mayor Hibbard13.2 14. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 15. Closing Comments by Mayor 16. Adjourn 17. Presentation(s) for Council Meeting Airpark Advisory Board Annual Report to Council17.1 Page 5 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0062 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Present US19 Corridor Visualization and discuss marketing campaign - Denise Sanderson, Economic Development and Housing Director. (WSO) SUMMARY: Preview US19 video produced by Tampa Bay Regional Planning Council and funded, in part, by a grant from Duke Energy. Discuss marketing campaign that kicks off on February 1 to promote US19 as an employment-centric destination for business. Link to presentation: <https://www.youtube.com/watch?v=5A6slFhS4Z0> Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0047 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Right-of-Way Tree Inventory - Public Works Director Daniel Mirabile SUMMARY: Page 1 City of Clearwater Printed on 1/26/2023 Jan. 30, 2023 Dan Mirabile Matthew Anderson TREE ASSESSMENT AND INVENTORY UPDATE •Sept. 14, 2020 -Presentation at Work Session •Sept. 17, 2020 -City entered into an agreement with E-Sciences to assess and inventory trees in the right-of-way •Oct. 2020 -E-Sciences started the assessment and inventory •May 6, 2021 –City entered into an agreement with O’Neil’s Tree Service for tree and stump removal for one year, with four one-year extension options •Sept. 2021 –Began removing trees in Zone 1 (rated in category zero) •May 2022 -The removal contract was extended for one year •Oct. 2022 -Public Works took over managing the program •Jan. 17, 2023 -Program temporarily halted TIMELINE •Divided the city into five, even-sized geographical zones with approximately 4,000 trees per zone •Consultant is conducting an inventory on one zone per year •IT developed a database for compiling the inventory information •Each inventoried tree will have a blue tag •Tag information can be looked up on our website MyClearwater.com/Trees INVENTORY FORMAT PROPOSED INVENTORY MAP Zones 1-5 Inventory started at Zone 1, working to Zone 5 SCOPE OF TREE ASSESSMENT AND INVENTORY •Only assessing trees in the city right-of-way •Approximately 20,000 trees are in the city right-of-way •Breaking the city into five zones allows each zone to be inventoried every sixth year keeping the inventory valid with the data needed to make removal decisions •Doing an inventory of approximately 4,000 trees per zone allows the tree removal contract to be effective in removing potentially hazardous or invasive trees identified by the inventory MAKING THE INVENTORY FORMAT MORE USER FRIENDLY •Step 1 -Species of tree, diameter at breast height (DBH), condition rating 0-6 and an identification code is posted on each tree that is inventoried •Step 2 -If rating is below a 3.0, tree may be subject to removal. Any additional comments such as overhead wires or wildlife present is added after this step is completed. ZONE 1 NUMBERS Rating of “0”Rating of “1” Total Trees Rated 14 trees 399 trees 9/21-10/22 9 trees 171 trees 10/22-Present 5 trees 77 trees OBSERVATIONS •Lack of maintenance due to understaffing, contract, and project management. •Not enough detail being provided by E-Sciences. •Insufficient public outreach. •Resident notification needs to be improved. •We need a right-of-way tree planting program (a 2023 Public Works department goal). RECOMMENDATIONS •Going forward, require E-Sciences to provide additional information for Zones 3, 4, and 5. •Issue a bid for tree pruning/maintenance to assist our crew. •Have all the trees rated “1” in Zones 1 and 2 re-evaluated to include additional detail. •Develop a right-of -way tree planting program. •Pause the program, with exception of trees that present an imminent threat, until we have an acceptable program. •Put trees back in Zone 1 once we have a viable planting program. Jan. 30, 2023 Dan Mirabile Mathew Anderson TREE ASSESSMENT AND INVENTORY UPDATE Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1358 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Approve a Joint Project Agreement (JPA) with Pinellas County for the Lakeview Road at Keene Road Drainage and Intersection Improvements (20-0038-UT) in the amount of $141,528.19 and authorize the appropriate officials to execute same. (consent) SUMMARY: Pinellas County intends to improve the stormwater drainage and roadway intersection of Lakeview Road and Keene Road requiring the adjustment, relocation and/or installation of the City Stormwater System along the project limits. This Joint Project Agreement is for the design of city stormwater infrastructure consisting of stormwater pipes, outfalls, and underdrains and follows past standard JPAs with the County. Future JPAs will be presented to council for the construction cost to adjust, relocate and install City Stormwater and Utility Facilities once design and bidding are complete. Pinellas County will receive competitive bids for the project and award the construction contract to the lowest responsible bidder, determining the final costs. The City will be advised of the actual bid costs and will be given the opportunity to reject the bid if deemed excessive. Pinellas County is anticipating construction to begin Fall 2023. APPROPRIATION CODE AND AMOUNT: ENST180002-DSGN-PROSVC $141,528.19 Funds are available in capital improvement project ENST180002, Allens Creek, to fund the JPA. Page 1 City of Clearwater Printed on 1/26/2023 JOINT PROJECT AGREEMENT BETWEEN PINELLAS COUNTY AND THE CITY OF CLEARWATER FOR ENGINEERING DESIGN AND POST DESIGN SERVICES FOR ROADWAY AND DRAINAGE IMPROVEMENTS AT THE INTERSECTION OF LAKEVIEW ROAD AND KEENE ROAD IN CLEARWATER PROJECT NAME: Lakeview Road and Keene Road Intersection - Design PROJECT LIMITS: Lakeview Road and Keene Road in Clearwater COUNTY PROJECT IDENTIFICATION NO.: 003898A THIS JOINT PROJECT AGREEMENT (Agreement) made and entered into on the day of , 22 , by and between Pinellas County, a political subdivision of the State of Florida, hereinafter the “County”, and the City of Clearwater, Florida, a municipal corporation of the State of Florida, hereinafter the “City” (collectively, Parties). WITNESSETH, That: WHEREAS, the County intends to design for construction of roadway and drainage improvements at the intersection of Lakeview Road and Keene Road (County Project No. 003898A or Project) in Clearwater, which will call for the adjustment, relocation and/or installation of the City utility facilities along, over and/or under the Project (Utility Design Work); and WHEREAS, the County and the City have determined that it would be to the best interest of the general public and to the economic advantage of both Parties to enter into this Joint Project Agreement for Utility Design Work to be accomplished by the County’s Engineer of Record as part of the design of the Project; and WHEREAS, the City has expressed its desire to assume a portion of the reasonable and necessary costs to be incurred for this Utility Design Work and has requested the County to include in said Project certain plans and specifications to meet the City’s needs. NOW, THEREFORE, in consideration of the sum of One Dollar ($1.00) each to the other in hand paid, the receipt whereof is hereby acknowledged, and in further consideration of the mutual covenants hereinafter contained, it is agreed by the Parties as follows: 1. Utility Design Work The City’s Utility Design Work within the limits of the Project is more specifically described as the roadway, drainage, intersection improvements and the City’s Utility Design Work at the Lakeview Road and Keene Road intersection. The project consists of preparing construction documents for the construction of road intersection improvements that includes a left turn lane from eastbound Lakeview Road to northbound Keene Road and a left turn lane from westbound Lakeview Road to southbound Keene Road. The overall intersection improvement is approximately 2,000 feet in length. As part of the improvements, stormwater pipes, two (2) stormwater outfalls, underdrains, and a five-foot wide sidewalk will be constructed. The Preliminary Engineering Report and 30 percent (%) construction plans include an analysis and recommendations for alternative routes to connect the drainage improvements within the project limits to Allen Creek. The 60 % plans through final design and construction, including the City’s Utility Design Work, will be prepared. Once finalized, the 90% & 100% plans for roadway, intersection and drainage improvements will then be completed. 2. Funding 2.1 The City hereby certifies that funding for the preliminary estimated Utility Design Work cost (Exhibit A) of One Hundred Thirty Four Thousand and Seven Hundred Eighty Eight and 75/100 Dollars ($134,788.75), plus five percent (5%) for County design/contract administration fee of Six Thousand Seven Hundred Thirty Nine and 44/100 Dollars ($6,739.44), for a total cost of One Hundred Forty One Thousand Five Hundred Twenty Eight and 19/100 Dollars ($141,528.19), has been appropriated and is available for deposit into an interest bearing escrow account for the purpose of payments by the County to the contractor on the City’s behalf. The deposit will be due to the County no later than thirty (30) days from execution of the Agreement. 2.2 If the Utility Design Work option exceeds the amount of the preliminary estimated design cost, then subject to and in accordance with the limitations and conditions established by Subparagraph 2.1 hereof the City will deposit an amount with the County which equals the total option item plus 5% of that amount for County design/contract administration. Interest will accrue on the deposit balance and be used toward the cost of the Utility Design Work. In the event, the final actual cost of the City’s portion Utility Work design is less than the amount the City deposited, including all interest earned, but excluding the 5% for County design/contract administration, the County will reimburse the City any excess escrow account funds. Should contract modifications occur that increase the cost of the Utility Work design, the City will be notified by the County accordingly. The City will pay the County within thirty (30) calendar days of notification by the County to ensure that cash on deposit with the County is sufficient to fully fund the cost of the Utility Work. The County shall notify the City as soon as it becomes apparent the actual costs will overrun the agreed amount, and the City shall pay for the cost overruns (plus a 5% administrative fee) within thirty (30) calendar days of notification by the County. However, the failure of the County to notify the City shall not relieve the City from its obligation to pay for the full cost of the Utility Work. All deposits due to the County referenced in Section 2.1 above shall be mailed to: Finance Division Accounts Receivable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 2.3 The County will require the Engineer of Record to comply with the following conditions. The City shall be responsible for the costs attributed to said compliance with these conditions as part of the Utility Design Work: (A) Indemnify, hold harmless, pay the costs of defense on behalf of and defend the County and its agents and employees and the City and its agents and employees from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of the Project or the Utility Design Work. 3. Joint Project Activities 3.1 The County/City will prepare, at their expense, the design of plans and specifications for all the City’s necessary and reimbursable Utility Design Work described above. A 30% plan set, construction cost estimate and scope for services covering all construction requirements for the Utility Design Work, designed by Burgess & Niple, Inc, dated 08/2022, and approved by the City Engineer, Tara L. Kivett, P.E., was provided to the County as construction documents. 3.2 The City will obtain all necessary permits required for future construction of the Utility Design Work. This Agreement does not relieve the City of any requirement to obtain required permits from the County. A copy of all permits required for said Utility Design Work will be provided to the County no later than December 31, 2024. 3.3 All surveys for construction of the Utility Design Work will be furnished by the successful contractor, in accordance with the plans and specifications provided by the City. 3.4 The coordination of the City’s Utility Design Work with that of the Engineer of Record will be the responsibility of the County. The City will cooperate fully and immediately to resolve any delays in the project occurring as the result of the City’s Utility Design Work. 3.5 All the Utility Design Work design done pursuant to this Agreement shall be in substantial accordance with the County’s/City’s plans and specifications, which plans, and specifications are incorporated hereto by reference. All information required for field changes, change orders or supplemental agreements pertaining to the City’s Utility Design Work will be promptly furnished to the County. 3.6 The City will participate in the design, utility coordination, pre-construction, and other meetings as necessary for Project coordination. 3.7 The City’s comments and suggestions are invited and will be considered by the County; however, all services and work under the design contract will be performed to the satisfaction of the County’s Director of Public Works, who will decide all questions, difficulties, and disputes of whatever nature which may arise under or by reason of such contract for Utility Design Work, the prosecution and fulfillment of the services thereunder, and the character, quality, amount and value thereof; and who’s decision upon all claims, questions, and disputes thereunder are final and conclusive upon the Parties hereto. 3.8 Completion of design will be determined jointly by the County and the City. 3.9 The County will forward any accounting records, if requested, to the following City representative: Ivan Dimitrov City of Clearwater 100 South Myrtle Avenue Clearwater, Florida 33756 3.10 Upon final payment to the Engineer of Record (EOR), the County intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days. All project costs records and accounts shall be subject to audit by a representative of the Company for a period of three (3) years after the final close out of the Project. 4. Project Managers The primary contact for each of the Parties is: 4.1 The Project Manager for the City shall be Ivan Dimitrov or their designee (“City’s Project Manager”), whose current telephone number is 727-562-4779, the email address is ivan.dimitrov@myclearwater.com and whose post office address is 100 South Myrtle Avenue, Clearwater, Florida 33756. 4.2 The Project Manager for Pinellas County shall be Kris Brown or their designee (“County’s Project Manager”), whose telephone number is 727-464-3687, the email address is lkbrown@pinellascounty.org and whose post office address is 14 S. Fort Harrison Avenue, Clearwater, FL 33756. 4.3 Each Party may designate a replacement Project Manager by giving written notice of such designation, and the telephone number, e-mail address, and mailing address to the other party in accordance with this Agreement. 5. Records, Reports, and Inspection The County shall maintain financial records, accounting and purchasing information, and books and records for the Project. These books, records, and information shall comply with general accounting procedures. All documents related to the Project are public records and shall be retained and provided as required by law. 6. Compliance with Federal, State, County, and Local Laws Both Parties shall comply with all federal, state, county, and local laws, regulations, and ordinances at all times. 7. Responsibilities of the Parties The County and the City shall be fully responsible for their own acts of negligence and their respective employees’ and/or agents’ acts of negligence, when such employees’ and/or agents are acting within the scope of their employment; and shall be liable for any damages resulting from said negligence to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by either the County or the City. Nothing herein shall be construed as consent by the County or City to be sued by third parties in any matter arising out of this Agreement. 8. Discrimination The County and the City shall, during the performance of this Agreement, comply with all applicable provisions of federal, state, and local laws and regulations pertaining to prohibited discrimination. 9. Assignment This Agreement may not be assigned. 10. Severability Should any section or part of any section of this Agreement be rendered void, invalid, or unenforceable by any court of law, for any reason, such a determination shall not render void, invalid, or unenforceable any other section or any part of any section of this Agreement. 11. Entire Agreement This Agreement constitutes the entire agreement between the Parties, and no change will be valid unless made by a supplemental written agreement executed by both Parties. 12. Notification All notices, requests, demands, or other communications required by law, or this Agreement shall be in writing and shall be deemed to have been served as of the delivery date appearing upon the return receipt if sent by certified mail, postage prepaid with return receipt requested, or, if hand delivered, upon the actual date of delivery to the Project Manager, whose address is set forth in Section 4 above. 13. Waiver No act of omission or commission of either Party, including without limitation, any failure to exercise any right, remedy, or recourse, shall be deemed to be a waiver, release, or modification of the same. Such a waiver, release, or modification is to be affected only through a written modification to this Agreement. 14. Due Authority Each Party to this Agreement represents and warrants to the other Party that (i) it is duly organized, qualified, and existing entities under the laws of the State of Florida, and (ii) all appropriate authority exists so as to duly authorize the persons executing this Agreement to so execute the same and fully bind the party on whose behalf they are executing. 15. Headings The paragraph headings are inserted herein for convenience and reference only, and in no way define, limit, or otherwise describe the scope or intent of any provisions hereof. 16. Fiscal Funding The obligations of the Parties are subject to appropriate budgeted funds being available in each budget year to achieve the purposes of this Agreement. In the event sufficient budgeted funds are not available in a subsequent fiscal year, this Agreement shall terminate on the last day of the fiscal year for which sufficient budgeted funds are available without penalty to either of the Parties. 17. Term The term of this Agreement shall commence upon execution of this Agreement, per the first paragraph on page one (1) ofthe Agreement, by the Parties and shall terminate after completion and acceptance ofthe Utility Design Work and upon final payment in accordance with the provisions of Paragraph 3.10 ofthis Agreement. IN WITNESS WHEREOF the Parties hereto have caused this Agreement to be executed by their duly authorized representatives on the day and date first above written. CITY OF CLEARWATER, FLORIDA, A municipal corporation and political subdivision of the State of Florida By: Mayor PINELLAS COUNTY, FLORIDA by and through its County Administrator By: Barry A. Burton, County Administrator By: City Manager ATTEST: By: City Clerk APPROVED AS TO FORM: By: Office of the County Attorney APPROVED AS TO FORM: By: City Attorney OFFICIAL CITY SEAL DRUID RD S KEENE RD LAKEVIEW RD NORWOOD AVE S DUNCAN AVE BRENTWOOD DR STANCEL DR WOODCREST AVE BUGLE LN PENNY LN FAIRFIELD DR HIGHFIELD DR WELLINGTON DR WEBER DR HAMLIN DR MARJOHN AVE SPENCER AVE S KEYSTONE AVE DOROTHY DR WHITACRE DR REGENT AVE IRVING AVE WOODSIDE AVE KENDALL DR WOODRUFF AVE OXFORD DR BEVERLY CIR N SEVARD AVE MEADOW LN SEVER DR DOUGLAS DR PARKSIDE DR RIPON DR OAK LAKE DR SANDRA DR BROOKSIDE DR PINEWOOD DR BALMORAL DR PALMWOOD DR REBECCA DR WILLOWBRANCH AVE WHITEWOOD DR GREAT OAK DR JEFFORDS ST VI EWTOP DR MARION ST ESTELLE DR EMERALD DR GRACELYN DR AUDUBON ST MARTHA LN S DUNCAN AVE JEFFORDS ST WOODSIDE AVE EMERALD DR LOCATION MAP Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\JPA_LakeviewRd_Loc.mxd ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com N.T.S.Scale: Drainage and Intersection ImprovementsJPA Lakeview Rd. at Keene Rd.Project Number: 20-0038-UT Page: 1 of 18/26/2021Date:307BGrid #:WDMap Gen By: Legend Clearwater Service Area Area not in Clearwater Jurisdiction Project Location DOReviewed By:23-29s-15eS-T-R: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9650-23 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 3.3 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed 144 Devon Drive, Clearwater to vacate the East 5-foot right-of-way easement, located on Lot 16, Bayside Subdivision Clearwater Beach Island, according to the map or plat thereof as recorded in Plat Book 23, Pages 17, Public Records of Pinellas County, Florida, and pass Ordinance 9650-23 on first reading. SUMMARY: The property owner at 144 Devon Drive, Clearwater, has requested that the City vacate the 5-foot right-of-way easement along the east property line. The purpose of this vacation is to allow for swimming pool equipment and driveway upgrades to be installed in this area. There are no city or private utilities within this easement. Staff has reviewed this vacation and has no objection. Page 1 City of Clearwater Printed on 1/26/2023 Ord. 9650-23 ORDINANCE NO. 9650-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE EAST 5 FOOT RIGHT-OF-WAY EASEMENT, LOCATED ON LOT 16, BAYSIDE SUBDIVISION CLEARWATER BEACH ISLAND, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 23, PAGE 17, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said right- of-way easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said right- of-way 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 right-of-way easement described as follows: See Exhibit “A” is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. Ord. 9650-23 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9651-23 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 3.4 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed 1000 Eldorado Avenue, Clearwater to vacate the platted 5-foot public utility easement, located on Lot 6 and the north 30 feet of Lot 5, Block 69, Mandalay, according to the map or plat thereof as recorded in Plat Book 14, Pages 32-35, Public Records of Pinellas County, Florida, and pass Ordinance 9651-23 on first reading. SUMMARY: The property owner at 1000 Eldorado Avenue, Clearwater, has requested that the City vacate the platted 5-foot public utility easement along the rear property line. The purpose of this vacation is to allow for installation of fencing. There are no city or private utilities within this easement. Staff has reviewed this vacation and have no objection. Page 1 City of Clearwater Printed on 1/26/2023 Ord. 9651-23 ORDINANCE NO. 9651-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE REAR PLATTED 5 FOOT PUBLIC UTILTIY EASEMENT, LOCATED ON LOT 6, AND THE NORTH 30 FEET OF LOT 5, BLOCK 69, MANADALAY, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 14, PAGES 32-35, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said public utility easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said public utility easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A public utility easement described as follows: See Exhibit “A” is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. Ord. 9651-23 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9652-23 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 3.5 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed 1185 Court St., Clearwater to vacate the platted 30-foot public Ingress / Egress easement, located over the west 30 feet of Lot 1, Block A, and the north 30 feet of lot 5, Earl Scheib - Commercial Center, according to the map or plat thereof as recorded in Plat Book 74, Page 22, Public Records of Pinellas County, Florida, and pass Ordinance 9652-23 on first reading. SUMMARY: The property owner at 1185 Court St., Clearwater, has requested that the City vacate the platted 30-foot public Ingress/Egress easement over the west 30 feet of lot 1 Block A. The purpose of this vacation is to allow landscaping improvements on the entire site. The parcel to the south for which the original Ingress/Egress was needed, is now owned by the same owner of the larger adjacent parcel to the east. The Ingress/Egress easement is no longer needed. There are no city or private utilities within this easement. City staff have reviewed this vacation and have no objection. Page 1 City of Clearwater Printed on 1/26/2023 Ord. 9652-23 ORDINANCE NO. 9652-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE NORTH 30 FOOT INGRESS / EGRESS EASEMENT, LOCATED ON LOT 1, BLOCK A, EARL SCHEIB – COMMERCIAL CENTER, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 74, PAGE 22, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said Ingress / Egress easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said right- of-way 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 ingress / egress easement described as follows: See Exhibit “A” is hereby vacated, closed, and released, and the City of Clearwater releases all of its right, title, and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. Ord. 9652-23 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1449 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 3.6 SUBJECT/RECOMMENDATION: Accept an Ingress / Egress and Utility Easement from Enchantment, LLC for installation, repair, and maintenance on real property located at 691 South Gulfview Boulevard and authorize the appropriate officials to execute same. (consent) SUMMARY: The Easement will allow the City rights for installation, repair, and maintenance as necessary as well as fire, emergency medical services and all other city provided services. The Public Works Department recommends acceptance of the easement. Page 1 City of Clearwater Printed on 1/26/2023 Prepared by and Return to: Navin R. Pasem, Esq. 5401 W. Kennedy Blvd., #100 Tampa, Florida 33609 EASEMENT AGREEMENT STATE OF FLORIDA COUNTY OF PINELLAS This Agreement, made on December ___, 2022 (“Effective Date”), by and between Enchantment, LLC, a Florida limited liability company with a mailing address at 5600 Mariner Drive, Suite 200, Tampa, Florida 33609 (“Grantor”) and City of Clearwater, a municipality ____________________________________________________________ (“Grantee”), establishes that: 1. Grantor is the fee owner of that certain real property being hereinafter referred to as the “Easement Parcel”, being more particularly described as follows: SEE LEGAL DESCRIPTION AS EXHIBIT “A” ATTACHED HERETO. 2. Grantor desires to convey to Grantee an Easement for Ingress and Egress to the Easement Parcel. NOW THEREFORE, for and in consideration of the foregoing premises, the parties agree as follows: 3. Grant of Easement. In consideration of the payment of TEN AND NO/100 DOLLARS ($10.00) from Grantee, receipt of which is hereby acknowledged, Grantor hereby grants, bargains, sells, aliens, remises, releases, conveys and confirms unto the Grantee, its successors and assigns, an ingress and egress easement for fire and emergency vehicles, public officials, utility companies, and the City of Clearwater, for sanitation services and utility maintenance over and across all paved surfaces, located on the Easement Parcel. 4. Additional Use Rights. A ten (10) foot water main easement lying five (5) feet on each side of water mains, as they are located from time to time, up to and including all hydrants and meters, except where such mains and related water facilities, may lie under structures. 5. Restrictions. No permanent private structures including masonry or concrete block fences are to be located within the Easement Parcel. Utility easements shall also be easements for the construction, installation, maintenance, and operation of cable television services; provided, however, no such construction, installation, maintenance, and operation of cable television services shall interfere with the facilities and services of an electric, telephone, gas, or other public utility. In the event a cable television provider damages the facilities of a public utility, it shall be solely responsible for the damages. 6. Indemnity. The Grantee shall indemnify, defend, save and hold Grantor harmless from any and all liabilities, loss, damages or claims for injury to persons or property of any nature arising out of, because of, or related to the occupancy; use and/or maintenance of the Easement, by the Grantee, its contractors, employees, agents, lessees, sublessees and guests. 7. Maintenance of the Easement. The Easement Parcel will be maintained in good repair by the Grantee at its sole cost and expense. The Grantor will have no cost or expense associated with said Easement. The Easement shall be maintained by mowing and general maintenance as to the Easement area. 8. Successors and Assigns. This grant of Easement will run with the land and will be binding on and will inure to the benefit of the parties hereto, their heirs, successors and assigns. IN WITNESS WHEREOF, the undersigned have executed this Agreement the date first above set forth. GRANTOR: WITNESSES: Enchantment, LLC, a Florida limited liability ___________________________________ Print Name:________________________ By: _______________________________ ___________________________________ Its: _______________________________ Print Name:________________________ Title: ______________________________ STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was acknowledged before me this ___ day of December, 2022 by Dr. Kiran Patel, as Manager of Enchantment, LLC, a Florida limited liability, who [_] is personally known or [ ] has produced a driver's license as identification. _________________________________________ Notary Public Print Name: ______________________________ My Commission Expires:___________________ GRANTEE: WITNESSES: City of Clearwater ___________________________________ Print Name:________________________ By: _______________________________ ___________________________________ Its: _______________________________ Print Name:________________________ Title: ______________________________ STATE OF FLORIDA COUNTY OF PINELLAS The foregoing instrument was acknowledged before me this ___ day of December, 2022, by _______________________ as ________________ of City of Clearwater, who [_] is personally known or [ ] has produced a driver's license as identification. _________________________________________ Notary Public Print Name: ______________________________ My Commission Expires:___________________ EXHIBIT “A” EASEMENT PARCEL LEGAL DESCRIPTION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1470 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 3.7 SUBJECT/RECOMMENDATION: Approve an Interlocal Agreement providing control of illicit discharges into the stormwater system within Pinellas County and authorize the appropriate officials to execute same. (consent) SUMMARY: This interlocal agreement is with the co-permittees of Florida Department of Environmental Protection’s MS4 (municipal separate storm sewer system) permit (FLS000005-004). It establishes that each permittee is responsible for regulating illicit discharges from public or private lands within its jurisdiction to its MS4, another permittee’s MS4, or waters of the State. This agreement continues the City’s previous MS4 relationship with Pinellas County. Page 1 City of Clearwater Printed on 1/26/2023 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 INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY AGREEMENT PREPARED BY PINELLAS COUNTY DEPARTMENT OF PUBLIC WORKS DIVISION OF ENVIRONMENTAL MANAGEMENT OCTOBER 2022 Page 2 of 11 TABLE OF CONTENTS SECTION PAGE 1 RECITALS ……………………………………………………………………………………. 5 2 PURPOSE ….………………………………………………………………………………… 5 3 DUTIES ……………………………………………………………………………………….. 5 4 NOTICES ...…………………………………………………………………………………… 6 5 FILING AND TERM ………………………………………………………………………….. 8 6 WITHDRAWAL ..……………………………………………………………………………... 9 7 REMOVAL FROM MS4 PERMIT ..…………………………………………………………. 9 8 AMENDMENT ..…………………………………………………………………………….… 9 9 NON-APPROPRIATIONS ..…………………………………………………………….…… 9 10 LIABILITY AND THIRD PARTIES ………………………………………………………... 10 11 SEVERABILITY …………………………………………………………………………….. 10 12 APPLICABLE LAW ………………………………………………………………………… 10 13 ENTIRE AGREEMENT ……………………………………………………………………. 10 Page 3 of 11 INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY THIS INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY (hereinafter referred to as this “Agreement”), is entered into on this _____ day of ______________________, 2022, among: (1) Town of Belleair, City of Belleair Beach, City of Belleair Bluffs, City of Clearwater, City of Dunedin, Town of Kenneth City, City of Gulfport, City of Indian Rocks Beach, City of Largo, City of Madeira Beach, Town of North Redington Beach, City of Oldsmar, City of Pinellas Park, Town of Redington Beach, Town of Redington Shores, City of St. Pete Beach, City of Safety Harbor, City of Seminole, City of South Pasadena, City of Tarpon Springs, City of Treasure Island, all of which are municipal corporations of the State of Florida (hereinafter—although separate parties hereto—collectively referred to as the “Cities”); and (2) Pinellas County, a political subdivision of the State of Florida (hereinafter referred to as the “County”); and (3) the Florida Department of Transportation, an agency of the State of Florida (hereinafter referred to as “FDOT”). The Cities, County, FDOT are individually referred to as “Party,” or collectively referred to as the “Parties,” herein. WITNESSETH: WHEREAS, this Agreement is made and entered into between the Parties pursuant to the “Florida Interlocal Cooperation Act of 1969,” codified at Section 163.01 of the Florida Statutes; WHEREAS, pursuant to Section 402 of the Federal Clean Water Act and regulations adopted in accordance therewith, each Party is required to be a permittee or co-permittee to a National Pollutant Discharge Elimination System (NPDES) Municipal Separate Storm Sewer System (MS4) Permit for discharges of municipal stormwater to Waters of State; WHEREAS, pursuant to Section 403.0885 of the Florida Statutes and regulations adopted in accordance therewith, the State of Florida has been delegated authority by the Federal Government Page 4 of 11 to issue NPDES Permits, including MS4 Permits; WHEREAS, the Parties are co-permittees of MS4 Permit (FLS000005-004) (the “MS4 Permit”), which expires on June 30, 2023; WHEREAS, notwithstanding the Parties being co-permittees to the MS4 Permit, each party hereto owns and operates its own MS4; WHEREAS, Section I.C.1.a. of the MS4 Permit provides that each Party must comply with MS4 Permit conditions for its own MS4; WHEREAS, Section II.E of the MS4 Permit provides that each Party must ensure legal authority to control discharges to and from its own MS4; WHEREAS, Section II.A.7.a. of the MS4 Permit provides that each Party must effectively prohibit illicit discharges (i.e., non-stormwater discharges, subject to limited exceptions explained in Section II.A.7.a.) to its own MS4 through inspections, ordinances, and enforcement; WHEREAS, in Section 2.1.3 of the Parties – initial application for an MS4 permit dated May 17, 1993, the Parties represented to the U.S. Environmental Protection Agency (EPA) that, consistent with Section (d)(2)(i)(D) of Part 40 of the Code of Federal Regulations, “it is anticipated that an interlocal agreement [addressing the joint control of illicit discharges] acceptable to each [Party] and EPA will be completed by May 1994;” Note that Town of Indian Shores was an applicant for the initial MS4 Permit application, but is not Party to this Agreement. WHEREAS, in light of the above cited provisions from the MS4 Permit and Original MS4 Permit Application, the Parties have entered into a series of interlocal agreements affirming each Party’s accountability for its own MS4, most recently on February 20, 2018 (the “2017 Interlocal Agreement”); WHEREAS, the 2017 Interlocal Agreement expires on November 30, 2022; and Page 5 of 11 WHEREAS, due to the impending expiration of the 2017 Interlocal Agreement, and the high likelihood that the MS4 Permit will be renewed by the Florida Department of Environmental Protection (FDEP) with similar terms and conditions, the Parties desire to enter into a new interlocal agreement with similar terms and conditions to the 2017 Interlocal Agreement. NOW THEREFORE, in consideration of the mutual covenants set forth herein, the Parties agree as follows: SECTION 1. RECITALS The recitals above are incorporated herein. SECTION 2. PURPOSE The purpose of this Agreement is to establish that each Party is responsible for regulating illicit discharges within its respective territorial jurisdiction. SECTION 3. DUTIES Each Party recognizes that, unless otherwise established through a separate written agreement with another Party, it is responsible for regulating illicit discharges from public or private lands within its territorial jurisdiction to: (a) its MS4; (b) another Party’s MS4; or (c) waters of the State. Such regulation includes, but is not limited to, inspection and enforcement. Each Party further recognizes that it is responsible for compliance with the MS4 Permit. Page 6 of 11 SECTION 4. NOTICES All notices under this Agreement directed from one Party to another Party shall be in writing and delivered via USPS Certified Mail. Notice shall be considered delivered and received as reflected by certified mail delivery receipt. All notices to any Party shall be sent to the following respective addresses: FDOT: Belleair: Mr. James Scott Stevens Ashley Bernal Maintenance Environmental Specialist Town Manager Assistant FDOT District VII Town of Belleair 11201 N. McKinley Drive M.S. 1200 901 Ponce De Leon Blvd. Tampa, FL 33612-6456 Belleair, FL 33756-1096 Belleair Bluffs: Belleair Beach: Mr. Russ Schmader Mr. Kyle Riefler Public Works Supervisor Interim City Manager City of Belleair Bluffs City of Belleair Beach 2747 Sunset Blvd. 444 Causeway Boulevard, Belleair Bluffs, FL 33770 Belleair Beach, Fl 33786 Clearwater: Dunedin: Ms. Sarah Kessler Ms. Michelle Monteclaro Engineering Department Stormwater Program Coordinator City of Clearwater City of Dunedin P.O. Box 4748 1405 County Road 1 Clearwater, FL 33758-4748 Dunedin, FL 34698 Gulfport: Indian Rocks Beach: Mr. Tom Nichols Mr. Dean Scharmen Public Works Director Public Services Director City of Gulfport City of Indian Rocks Beach 2401 53rd St. South 1507 Bay Palm Blvd. Gulfport, FL 33707 Indian Rocks Beach, FL 33785-2899 Page 7 of 11 Kenneth City: Largo: Mr. Robert Duncan City Engineer Interim Town Manager City of Largo Town of Kenneth City P.O. Box 296 6000 54th Ave. N. Largo, FL 33779-0296 Kenneth City, FL 33709-1800 Madeira Beach: North Redington Beach: Mr. Robin Ignacio Gomez Ms. Mari Campbell City Manager Town Clerk City of Madeira Beach Town of N. Redington Beach 300 Municipal Drive 190 173rd Avenue Madeira Beach, FL 33708-1996 North Redington Beach, FL 33708-1397 Oldsmar: Pinellas Park: Mr. Daniel Simpson Mr. Daniel Hubbard Public Works Director Transportation & Stormwater Div. Director City of Oldsmar City of Pinellas Park 100 State Street West 6051 78th Ave. N. Oldsmar, FL 34677-3756 Pinellas Park, FL 33781 Redington Beach: Redington Shores: Ms. Adriana Nieves Ms. Tracy Campbell Town Clerk Town Clerk Town of Redington Beach Town of Redington Shores 105 164th Ave. 17425 Gulf Blvd. Redington Beach, FL 33708-1519 Redington Shores, FL 33708-1299 Safety Harbor: South Pasadena: Mr. Matthew Spoor Mr. Shawn Shimko City Manager Public Works Director City of Safety Harbor City of South Pasadena 750 Main St. 7047 Sunset Dr. S. Safety Harbor, FL 34695 South Pasadena, FL 33707-2895 Page 8 of 11 Seminole: St. Pete Beach: Mr. Rodney Due City Manager Public Works Director City of St. Pete Beach City of Seminole 155 Corey Avenue 9199 113th Street North St. Pete Beach, FL 33706-1839 Seminole, FL 33772 Treasure Island: Tarpon Springs: Mr. Mike Helfrich Mr. Anthony Mannello Public Works Director Streets and Stormwater Supervisor City of Treasure Island City of Tarpon Springs 152 108th Ave. 325 E. Pine Street Treasure Island, FL 33706 Tarpon Springs, FL 34689 Pinellas County: Ms. Melanie Weed Division of Environmental Management Director Pinellas County 22211 US 19 N. Bldg. 10 Clearwater, FL 33756 SECTION 5. FILING AND TERM The County shall file a fully executed version of this Agreement with the Clerk of the Circuit Court; pursuant to Section 163.01(11) of the Florida Statutes. This Agreement shall take effect upon the date of such filing. Promptly after such filing, the County shall deliver one certified copy of this Agreement to each of the Cities and FDOT. Subject to extension or termination in accordance with the terms herein, this Agreement shall remain effect until November 30, 2027. Page 9 of 11 SECTION 6. WITHDRAWAL Any Party may withdraw from this Agreement at any time for any reason by giving thirty (30) days’ notice to each of the other Parties. The withdrawal of any Party shall not terminate this Agreement or in any way alter the obligations hereunder of the remaining Parties; however, if every Party withdraws pursuant to this Section, this Agreement shall terminate. SECTION 7. REMOVAL FROM MS4 PERMIT If any Party is removed, either voluntarily or involuntarily, as a co-permittee of the MS4 Permit, that Party shall no longer be a Party to this Agreement and shall promptly notify all other Parties of same. If the MS4 Permit is not extended, renewed, or re-issued by FDEP, this Agreement shall terminate on the date of the MS4 Permit expiration. SECTION 8. AMENDMENT This Agreement may be amended, extended, or terminated by written agreement of all Parties at any time. SECTION 9. NON-APPROPRIATION Each Party recognizes that this Agreement is not a commitment of appropriations by any Party’s governing body. Page 10 of 11 SECTION 10. LIABILITY AND THIRD PARTIES Nothing herein is intended to serve as a waiver of sovereign immunity by any Party, or to extend the liability of any Party beyond the limits set forth in Section 768.28 of the Florida Statutes. Nothing herein shall be construed as consent by any Party to be sued by any third party for any matter arising from this Agreement. Nothing herein is intended to abrogate the right of any Party to seek any available legal remedies against any third party for any illicit discharge originating within or outside of that Party’s territorial jurisdiction. SECTION 11. SEVERABILITY If any word, clause, sentence, paragraph, or section of this Agreement is held invalid or unenforceable by a court of competent jurisdiction, the remainder of this Agreement shall remain in full force and effect. SECTION 12. APPLICABLE LAW This Agreement shall be governed by the laws of the State of Florida. SECTION 13. ENTIRE AGREEMENT This Agreement represents the entire agreement between the Parties. There are no other communications between the Parties, whether oral or written, that alter the terms herein. Page 11 of 11 IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed on the day and year first above written. PINELLAS COUNTY, by and through its County Administrator By: Barry A. Burton (Other signature pages to be delivered to the other Parties separately) THE INTERLOCAL AGREEMENT BETWEEN PINELLAS COUNTY AND NPDES MS4 CO-PERMITTEES FOR JOINT CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Florida Department of Transportation Francis Lewis Director of Transportation Operations Approved as to form: Attest: [Seal] Attorney THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Town of Belleair Michael Wilkinson JP Murphy Mayor Town Manager Approved as to form: Attest: [Seal] Christine Nicole Attorney Town Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Belleair Bluffs Chris Arbutine, Sr. Russ Schmader Mayor Public Works Supervisor Approved as to form: Attest: [Seal] Thomas J. trask Alexis A. Silcox Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Belleair Beach Joseph A. Manzo Kyle Riefler Mayor Interim City Manager Approved as to form: Attest: [Seal] Fred Reilly Patricia A. Gentry Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Clearwater, Florida, A municipal corporation and political subdivision of the State of Florida Tara Kivett, P.E. Engineering Director Approved as to form: Attest: [Seal] Laura Mahony Rosemarie Call Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY CITY OF DUNEDIN Julie Bujalksi Jennifer Bramley Mayor City Manager Approved as to form: Attest: [Seal] Nikki Day Rebecca Schlichter City Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Gulfport Samuel Henderson James E. O’Reilly Mayor City Manager Approved as to form: Attest: [Seal] Andrew Salzman Lesley DeMuth Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Indian Rocks Beach Brently Gregg Mims City Manager Approved as to form: Attest: [Seal] Randy D. Mora Deanne B. O’Reilly, MMC City Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Town of Kenneth City Robert J. Howell Robert Duncan Mayor Interim Town Manager Approved as to form: Attest: [Seal] Randy D. Mora Ana Cabezas Attorney Town Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Largo Henry Schubert City Manager Approved as to form: Attest: [Seal] Alan S. Zimmet Diane L. Bruner City Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Madeira Beach John Hendricks Robert J. Daniels Mayor City Manager Approved as to form: Attest: [Seal] Thomas J. Trask Clara VanBlargan, MMC, MSM Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Town of North Redington Beach William Queen Mari Campbell, CMC Mayor Town Clerk Approved as to form: Attest: [Seal] Jay Daigneault Renee Schmader Attorney Deputy Town Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Oldsmar Eric Seidel Al Braithwaite Mayor City Manager Approved as to form: Attest: [Seal] Thomas J. Trask Ann Nixon Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY CITY OF PINELLAS PARK Sandra Bradbury Mayor Approved as to form: City Attorney Bart Diebold City Manager Attest: Diane Corna City Clerk [Seal] THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Town of Redington Beach David Will Adriana Nieves, CMC Mayor Town Clerk Approved as to form: Attest: [Seal] Robert Eschenfelder Attorney THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY Town of Redington Shores MaryBeth Henderson Tracy Campbell Mayor Town Clerk Approved as to form: Attest: [Seal] Robert Eschenfelder Attorney THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Safety Harbor Joseph Ayoub Matt Spoor Mayor City Manager Approved as to form: Attest: [Seal] Nikki Day Rachael Telesca Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of South Pasadena Arthur Penny Mayor Approved as to form: Attest: [Seal] Julia Mandell Carley Lewis, MBA, MMC, SHRM-CP Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Seminole Leslie Waters Ann Toney-Deal Mayor City Manager Approved as to form: Attest: [Seal] Jay Daigneault Ann Marie Mancuso Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of St. Pete Beach Alan Johnson Alex Rey Mayor City Manager Approved as to form: Attest: [Seal] Andrew Dickman Amber LaRowe Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY City of Treasure Island Tyler Payne Amy Davis Mayor City Manager Approved as to form: Attest: [Seal] Jennifer Cowan Celine Kidwell Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY CITY OF TARPON SPRINGS Costa Vatikiotis Mark LeCouris Mayor City Manager Approved as to form: Attest: [Seal] Thomas J. Trask Irene Jacobs Attorney City Clerk THE INTERLOCAL AGREEMENT PROVIDING FOR CONTROL OF ILLICIT DISCHARGES WITHIN PINELLAS COUNTY CITY OF CLEARWATER, FLORIDA, A municipal corporation and political subdivision of the State of Florida Frank Hibbard Jennifer Poirrier Mayor Interim City Manager Seal Approved as to form: Attest: Matthew Mytych Rosemarie Call Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1409 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Accept a Gas Utility Easement from Tarpon Square Associates, for the construction, installation, and maintenance of gas utility facilities on real property located at 40114 US Highway 19 N, Tarpon Springs, FL 34689. (consent) SUMMARY: Tarpon Square Associates (Grantor) has granted a non-exclusive five-foot wide natural gas easement, on property located at 40114 US Highway 19 N, Tarpon Springs, FL 34689, (Parcel ID#, 18-27-16-89424-000-0491) 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 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1401 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the Master Services Agreement for Professional Consulting Services between the City of Clearwater and Tetra Tech, Inc. for disaster recovery consulting services pursuant to RFP 54-22, Disaster Recovery Consulting Services, and authorize the appropriate officials to execute same. (consent) SUMMARY: Upon declaration and eligibility for Federal Emergency Management Administration (FEMA) Public Assistance, Tetra Tech will provide management advice related to FEMA and the Federal Highway Administration Emergency Relief program through grants and disaster related projects. They will prepare and submit the City’s initial request for public assistance and prepare documentation to maximize the reimbursement eligibility. Project managers will attend meetings, inform the city of its plans and procedures to maximize eligibility. They will locate, reproduce, and assemble all required supporting documentation for the City related to the disaster claims; review and advise the City in writing of the cost estimates of the disaster related damages prepared by the departments; and review these documents for accuracy to ensure eligibility. Tetra Tech will track all project documentation to ensure complete reconciliation of expenditures, costs claimed, monies recovered and obligated. They will maintain all documentation through the grants management process and provide all documentation to the City for accurate record keeping. They will inspect post disaster damages and provide written recommendations to the City as to the eligibility of these cost related damages. They will develop strategies for disputes and represent the City during audits related to the incidents that they handled during the term of their contract. In addition to consulting services, Tetra Tech is on retainer as our debris monitoring contract and therefore has extensive knowledge of our disaster operations. Tetra Tech is paid when their services are needed. If no event requires their services, the City will not incur any fees. The fee for services will be based on the actual hours of services furnished multiplied by Contractor’s billing hourly rates (Attachment C). The hourly rates are fully burdened to include overhead, profit, and non-labor expenses. This term of the agreement is effective on the date written on the agreement and will be in effect for three years with the option to renew for up to two additional one-year periods. APPROPRIATION CODE AND AMOUNT: Funds will be available in special program 99927, Emergency Operations to fund costs Page 1 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1401 associated with this agreement. USE OF RESERVE FUNDS: NA Page 2 City of Clearwater Printed on 1/26/2023 MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT is made this day of 2023, by and between the City of Clearwater, Florida, located at 1140 Court Street, Clearwater, FL 33756 (hereinafter referred to as (“CLIENT”) and Tetra Tech, Inc. (hereinafter referred to as (“CONTRACTOR”), located at 2301 Lucien Way, Suite 120, Maitland, FL 32751. WHEREAS, Client has issued a Request for Proposal #54-22 for Disaster Recovery Consulting Services which is attached hereto as Exhibit A. WHEREAS, Client has reviewed Contractor’s response to the RFP and wishes to enter into a contractual agreement with Contractor to provide disaster recovery consulting services which the Technical Approach and Rate Schedule are attached hereto as Exhibit B and C. NOW, THEREFORE in consideration of the promises herein and for other good and valuable consideration, the parties agree as follows: 1. Scope of Services: Contractor and Client agree Contractor will perform disaster recovery consulting services as described in Exhibit A and B (Client’s RFP and Contractor’s Technical Approach), attached hereto. Task Orders shall be issued for specific deliverables under this Agreement. Such deliverables to be provided by Contractor will be determined by Client and specified in writing on each Task Order. 2. Term: The term of this Agreement shall begin on the date written above and be in effect for three (3) years with the option to renew for up to two (2) additional one (1) year periods. 3. Independent Contractor: Contractor is an independent contractor and is not an employee of Client. Services performed by Contractor under this Agreement are solely for the benefit of the Client. Nothing contained in this Agreement creates any duties on the part of Contractor toward any person not a party to this Agreement. 4. Standard of Care: Contractor will perform services under this Agreement with the degree of skill and diligence normally practiced by professional engineers or contractors performing the same or similar services. No other warranty or guarantee, expressed or implied, is made with respect to the services furnished under this Agreement and all implied warranties are disclaimed. 5. Federal Requirements: In performance of the services, Contractor will comply, as applicable, with the federal regulatory requirements described in Exhibit D, which are attached hereto. 6. Uncontrollable Forces: Neither the Client nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, explosion, transportation, or equipment delays, act of war, Act of God, lightning, epidemic, war, riot, civil disturbance, sabotage, acts of terrorism and governmental actions outside the control of the Client. The schedule or payment under the Agreement shall be equitably adjusted, if necessary, to compensate Contractor for any additional costs due to the delay. Neither party shall, however, be excused from performance if nonperformance is due to forces which are foreseeable, preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Page 2 of 6 performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 7. Fee for Services: The fee for the services under this Agreement will be based on the actual hours of services furnished multiplied by Contractor's billing Hourly Rates as set forth in Exhibit C. The hourly rates are fully burdened to include overhead, profit, and non-labor expenses. The hourly rates shall remain firm for the initial term of the agreement. The hourly rates for any renewal terms shall be subject to an annual adjustment based on the latest yearly percentage increase of the Consumer Price Index for All Urban Consumers (CPI-U) (All Items) as published by the Bureau of Labor Statistics, U.S. Department of Labor. 8. Compensation: Client shall pay Contractor in U.S. dollars within thirty (30) days of receipt of invoices less any disputed amounts. Client will review invoices for acceptance within ten (10) calendar days of the date of the invoice to which Client shall immediately notify Contractor of any invoice disputes. Contractor and Client will work in good faith to resolve such dispute within ten (10) days after notification. Should a dispute result in a partial rejection of any item(s) invoiced, Client shall proceed with partial payment within thirty (30) days of the date of the invoice. Under no circumstances shall payment of Contractor’s invoices be contingent on reimbursement of Client by any third-party authority or funding source. All invoices shall be delivered to: Clearwater Fire and Rescue Department 1140 Court Street Clearwater, Fl. 33756 Or jevon.graham@myclearwater.com Payment shall be made to and delivered to: Tetra Tech, Inc. PO Box 911642, Denver CO 80291-1642 9. Indemnity: Contractor shall hold harmless the Client from all claims and liability due to activities of itself, its agents, or employees, performed under this Agreement to the extent caused by the negligent act, error or omission of the Contractor or of any person employed by the Contractor. Contractor shall also hold harmless the Client from reasonable attorney fees which might be incurred by the Client in litigation or otherwise resisting said claims or liabilities which might be imposed on the Client as result of such activities by the Contractor, its agents, or employees. 10. Insurance: During the course of performance of the services under this agreement, Contractor will maintain the following insurance coverages: Worker's Compensation Statutory Employer's Liability U.S. $1,000,000 Commercial General Liability U.S. $1,000,000 per occurrence U.S. $1,000,000 aggregate Comprehensive General Automobile U.S. $1,000,000 combined single limit Professional Liability U.S. $1,000,000 per claim and in the aggregate MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Page 3 of 6 Before beginning any work, Contractor shall deliver to Client, a Certificate of Insurance evidencing that the above coverages are in effect as well as naming Client as an Additional Insured. An Additional Insured Endorsement must accompany the Certificate of Insurance. Such coverage will not be canceled or materially changed without thirty (30) days written notice. 11. Work Product: Client shall have the unrestricted right to use the documents, analyses and other data prepared by Contractor under this Agreement ('Work Products'); provided, however Client shall not rely on or use the Work Products for any purpose other than the purposes under this Agreement and the Work Products shall not be changed without the prior written approval of Contractor. If Client releases the Work Products to a third party, other than Client’s auditors, without Contractor's prior written consent, or changes or uses the Work Products other than as intended hereunder, (a) Client does so at its sole risk and discretion, and (b) Contractor shall not be liable for any claims or damages resulting from the change or use or connected with the release or any third party's use of the Work Products. 12. Limitation of Liability: No employee of Contractor shall have individual liability to Client. To the extent permitted by law, the total liability of Contractor, its officers, directors, shareholders, employees and Subcontractors for any and all claims arising out of this Agreement, including attorneys’ fees, and whether caused by negligence, errors, omissions, strict liability, breach of contract or contribution, or indemnity claims based on third party claims, shall not exceed the greater of one million dollars (U.S. $1,000,000) or the amount actually paid to Contractor under this Agreement. 13. No Consequential Damages: In no event and under no circumstances shall Contractor be liable to Client for any principal, interest, loss of anticipated revenues, earnings, profits, increased expense of operation or construction, loss by reason of shutdown or non-operation due to late completion, or for any other economic, consequential, indirect or special damages. 14. Information Provided by Others: Client shall provide to Contractor in a timely manner any information Contractor indicates is needed to perform the services hereunder. Contractor may reasonably rely on the accuracy of information provided by Client and its representatives. 15. Safety and Security: Contractor has established and maintains programs and procedures for the safety of its employees. Unless specially included as a service to be provided under this Agreement, Contractor specially disclaims any authority or responsibility for job site safety and safety of persons other than Contractor's or Subcontractor's employees. 16. Termination: Either party may terminate this Agreement upon thirty (30) days prior written notice to the other party. Client shall pay Contractor for all services rendered to the date of termination plus reasonable expenses for winding down the services. If either party defaults in its obligations under this Agreement, the non-defaulting party, after giving ten (10) days written notice of its intention to terminate or suspend performance under this Agreement, may, if cure of the default is not commenced and diligently continued by the defaulting party, terminate this Agreement or suspend performance under this Agreement. 17. Dispute Resolution: Contractor and Client shall attempt to resolve conflicts or disputes under this Agreement in a fair and reasonable manner, and that if resolution cannot be made, the parties agree to attempt to mediate the conflict by a professional mediator. If mediation does not settle any dispute or action which arises under this Agreement, either party may pursue litigation after notifying the other party of its intentions. MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Page 4 of 6 18. Successors and Assigns: This Agreement is binding upon and will inure to the benefit of Client and Contractor and their respective successors and assigns. Neither party may assign its rights or obligations hereunder without the prior written consent of the other party. 19. Notices: Any notice required or permitted by this Agreement to be given shall be deemed to have been duly given if in writing and delivered personally or five (5) days after mailing by first-class, registered, or certified mail, return receipt requested, postage prepaid and addressed as follows: Client: Jevon A. Graham Division Chief of Emergency Management Clearwater Fire and Rescue Department 1140 Court Street Clearwater, FL 33756 (727) 385-5510 jevon.graham@myclearwater.com Contractor: Betty Kamara Contracts Administrator Tetra Tech, Inc. 2301 Lucien Way, Suite 120 Maitland, FL 32751 (407) 803-2551 TDR.Contracts@tetratech.com 20. Severability: The invalidity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the remainder of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision which is of the essence of the Agreement be determined to be void. 21. Governing Law and Venue: This Agreement shall be construed under and governed by the laws of the State of Florida without giving effect to its principles on conflicts of law and applicable federal laws and regulations. Any disputes arising thereunder may only be brought in the appropriate state court in Pinellas County, Florida. 22. Access and Audits: Contractor shall maintain adequate financial and program records to justify all charges, expenses, and costs incurred in estimating and performing the work under this Agreement for at least three (3) years following final payment to the Client as Federal Emergency Management Agency sub-grantee. The Client shall have access to all records, documents and information collected and/or maintained by others in the course of the administration of the Agreement. This information shall be made accessible at the Contractor’s place of business to the Client, FEMA Administrator, Comptroller General of the United States and their respective designees and authorized agents, for purposes of inspection, reproduction, and audit without restriction. 23. Non-Discrimination: The Contractor warrants and represents that all of its employees will be treated equally during employment without regard to race, color, religion, gender, age or national origin. 24. Waiver: A waiver by either the Client or Contractor of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 25. Modification: The Agreement may not be modified unless such modifications are evidenced in writing MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Page 5 of 6 and signed by both the Client and Contractor. Such modifications shall be in the form of a written Amendment executed by both parties. 26. Contingent Fees: The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 27. Confidentiality: No reports, information, computer programs, documentation, and/or data given to, or prepared or assembled by the Contractor under this Agreement shall be made available to any individual or organization by the Contractor without prior written approval of the Client unless such disclosure is required by a federal or Florida law or regulation. 28. Miscellaneous: Client expressly agrees that all provisions of the Agreement, including the clause limiting the liability of Contractor, were mutually negotiated. In any action to enforce or interpret this Agreement, the prevailing party shall be entitled to recover, as part of its judgment, reasonable attorneys' fees and costs from the other party. 29. Counterparts: This Agreement may be executed in multiple counterparts, each of which shall be deemed to be an original instrument, but all of which taken together shall constitute one instrument. INTENTIONALLY LEFT BLANK MASTER SERVICES AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Page 6 of 6 IN WITNESS WHEREOF, the Contractor has caused this Agreement to be signed in its corporate name by its authorized representative, and the Client has caused this Agreement to be signed in its legal name by persons authorized to execute this Agreement as of the day and year first written above. CONTRACTOR: TETRA TECH, INC. By: Jonathan Burgiel Title: Business Unit President ATTEST: Betty Kamara, Contracts Administrator CLIENT: CITY OF CLEARWATER, FLORIDA _________________________________ __________________________________ Frank Hibbard Jennifer Poirrier Mayor Interim City Manager APPROVED AS TO FORM: ATTEST: _________________________________ __________________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk _________________________________ Date ATTACHMENTS:  Exhibit A: City RFP #54-22 for Disaster Recovery Consulting Services  Exhibit B: Tetra Tech Technical Approach  Exhibit C: Tetra Tech Fee Schedule  Exhibit D: Federal Provisions Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 07.2021 REQUEST FOR PROPOSALS #54-22 Disaster Recovery Consulting Services August 22, 2022 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, September 20, 2022, to provide Disaster Recovery Consulting Services. Brief Description: The City of Clearwater is soliciting proposals from qualified and experienced consulting firms to provide Disaster Recovery Consulting Services in accordance with applicable regulations by the Federal Emergency Management Administration (FEMA). Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement contact below: This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.vogel@myclearwater.com ATTACHMENT A INSTRUCTIONS Disaster Recovery Consulting Services 2 RFP #54-22 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: September 20, 2022 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 120 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes $ 0.00 No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes $ 0.00 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if INSTRUCTIONS Disaster Recovery Consulting Services 3 RFP #54-22 any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. Proposers may mail or hand-deliver proposals to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than (seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. INSTRUCTIONS Disaster Recovery Consulting Services 4 RFP #54-22 i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. INSTRUCTIONS Disaster Recovery Consulting Services 5 RFP #54-22 i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Disaster Recovery Consulting Services 6 RFP #54-22 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Demonstrated Experience of the Firm 30 Qualification of the Project Team 30 Project Plan / Approach 20 References 10 Cost of Services 10 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. INSTRUCTIONS – EVALUATION Disaster Recovery Consulting Services 7 RFP #54-22 i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: 08/22/2022 Advertise Tampa Bay Times: 08/24/2022 Responses due: 09/20/2022 Review proposals: 09/20/2022-10/04/2022 Presentations (if requested): Week of October 17, 2022 Award recommendation: 10/21/2022 Council authorization: November 2022 Contract begins: November 2022 STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 8 RFP #54-22 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 9 RFP #54-22 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 10 RFP #54-22 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 11 RFP #54-22 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 12 RFP #54-22 background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) Conducts business in an unethical manner or in an illegal manner; or (iv) Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 13 RFP #54-22 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 14 RFP #54-22 services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 15 RFP #54-22 limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Division and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Procurement Division for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may STANDARD TERMS AND CONDITIONS Disaster Recovery Consulting Services 16 RFP #54-22 be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Disaster Recovery Consulting Services 17 RFP #54-22 1. INTRODUCTION. The City of Clearwater (City) is a located on the West Coast of Florida and is vulnerable to natural and manmade disasters including hurricanes, tornadoes, floods, oil spills and hazardous material releases. In the past ten (10) years, the city has been impacted by several hurricanes and tropical storms. These storms resulted in an estimated $6.5 million of cumulative costs eligible for Federal reimbursement under the Stafford Act. 2. OBJECTIVE. The City is seeking proposals from qualified consulting firms to provide technical and professional disaster recovery consulting services to ensure the City’s maximum reimbursement of eligible costs related to disasters declared pursuant to the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) and other incidents governed by the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), 40 Code of Federal Regulations (CFR) 300, Oil Pollution Act (OPA) of 1990, Clean Water Act (CWA) of 1972, etc. Qualified firms are those with direct disaster cost recovery experience with Federal Emergency Management Agency (FEMA), Federal Highway Administration Emergency Relief Program (FHWA-ER), Florida Division of Emergency Management (FDEM) and Florida Department of Transportation (FDOT) agencies. 3. SCOPE OF SERVICES. The awarded Consultant shall provide consulting services, including all personnel, materials, equipment, facilities and travel expenses to ensure the City’s timely, compliant and accurate submission of documentation for reimbursement/recovery of all disaster- related costs determined eligible by law. At minimum firm shall provide and meet the following responsibilities: a. Upon notice to proceed, research, author, submit and manage grants from their inception to final disposition and/or closure. This process would include successful external audits by FEMA. b. Provide astute and accurate general management advice related to FEMA and FHWA-ER pass-through grants and other disaster-related recovery projects when requested by the City. c. Prepare and submit the City’s initial Request for Public Assistance (RPA) after the initial disaster/event within all Agencies’ deadline and in a manner achieving maximum eligibility to achieve full reimbursement of eligible costs. d. Attend meetings, including kick-off meeting, conducted by FDEM Public Assistance officials or others and inform the City of its plans and procedures to achieve full reimbursement of eligible costs. e. Ability to locate, initiate, complete, reproduce and assemble all required supporting documentation for the City’s public assistance project worksheets or other disaster-related claims. These services are expected to involve personal interaction with various City departments and a familiarization with City policies and procedures related to human resources, risk management, public works, etc. f. Review and advise the City in writing of the cost estimates of disaster-related damages prepared by affected City departments, to include force account, contractual services performed, labor, materials, equipment (including rental equipment), etc., to ensure accuracy, eligibility for reimbursement, and suitability for submission to appropriate Agency. g. Track all project documentation submitted through entire grant process and follow up on any outstanding expenditure(s) to ensure complete reconciliations of expenditures, costs claimed, monies recovered, claims denied and monies de-obligated. Should de-obligation of submitted costs occur, the Consultant will explain to the city, in writing if requested, why such actions occurred. DETAILED SPECIFICATIONS Disaster Recovery Consulting Services 18 RFP #54-22 h. Accurately maintain all documentation provided by the City in the grants management process and provide the City with copies of same, upon request. i. Inspect post-disaster damages and provide written recommendations to the City as to the eligibility costs related those damages. j. Develop strategies and write appeals for any cost-recovery disputes between the City and others. k. Provide the City with a final report that summarizes the total reimbursement requested, total expenditures by Project Worksheet, and any special circumstances. l. Must be available to assist with any audit requests pertaining to all projects the Consultant was affiliated with during the term of their contract. m. Provide miscellaneous services not otherwise described, but may be required by the city, during the course of the agreement, or any other task associated with FEMA grant management or documentation reimbursement process. 4. MINIMUM QUALIFICATIONS. At minimum, Consultant must meet the following qualifications: a. Been providing disaster reimbursement consulting services for a minimum of four (4) years. b. Have trained and experienced staff to perform the scope of services as it relates to “all hazards” and to all types and categories of disaster cost recovery. 5. INSURANCE REQUIREMENTS. The Firm shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Firm must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. DETAILED SPECIFICATIONS Disaster Recovery Consulting Services 19 RFP #54-22 d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Firm will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Firm will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP #54-22 P.O. Box 4748 Clearwater, FL 33758-4748 b. Firm shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Firm’s insurance as outlined above shall be primary and non-contributory coverage for Firm’s negligence. d. Firm reserves the right to appoint legal counsel to provide for the Firm’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Firm’s design, equipment, or service. Firm agrees that the City shall not be liable to reimburse Firm for any legal fees or costs as a result of Firm providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Firm’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Disaster Recovery Consulting Services 20 RFP #54-22 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. November 2022 through October 2025 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. One (1) two (2) year renewal is possible at City’s option. 4. PRICES. All pricing shall be firm for the initial term of three (3) year term except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the two (2) year renewal term. d. No fuel surcharges will be accepted. RESPONSE ELEMENTS Disaster Recovery Consulting Services 21 RFP #54-22 1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. NOTE: If submitting proposals electronically, copies are not required. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFP. Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The proposer’s understanding of the work to be performed. 2. A positive commitment to perform the service(s) within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 – Experience and Qualifications. The following information should be included: 1. A statement of experience, expertise, and abilities in providing disaster recovery, specifically FEMA reimbursement, consulting services. Include any special expertise which your firm has in working with FEMA or the Florida Division of Emergency Management (FDEM). a. A description of what qualifies your firm, financial and otherwise, to provide the City with these services for the required period, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. b. An assessment of the firm’s abilities to meet and satisfy the needs of the City, taking into consideration the requested services, additional services and/or expertise offered that exceed the requirements, or the firm’s inability to meet some of the requirements of the specifications. c. Information related to your experience with FEMA and State audits. Provide the number of audits your firm has been involved with, the number of findings against the organization that the auditors identified; if findings were significant, what they found and the duration of the audits. 2. A statement of qualifications, identifying staff to be assigned to the City’s project. Staff named in the proposal may not be substituted without permission of the City. a. Provide a list of individuals who will be assigned (on site) to the disaster recovery reimbursement service engagement and their specific roles. Include summary resumes of the individuals to reflect their experience and education, particularly as they relate to the firm’s engagement within the last ten (10) years. b. Provide the number of employees who would be assigned to the City’s account during normal business hours versus during time of an emergency or disaster. c. Include whether your employees are full-time employees or contracted employees. d. Describe the experience your employees have in handling the documentation required by receiving FEMA and other Federal or State grant reimbursements. e. Describe training that your employees have regarding FEMA and FDEM grant rules and guidelines, State pass-through grant rules for reimbursement and any related training. RESPONSE ELEMENTS Disaster Recovery Consulting Services 22 RFP #54-22 TAB 3 – Project Plan/Approach 1. Provide a description of the firm’s general approach to the proposed scope of services to include team organization, staff assignments, schedules, quality assurance and accountability. 2. Provide relevant availability guidelines and/or the average time between requests for services/tasks and actual performance. 3. Describe the amount of time and ability that your firm would be able to devote to the city to research the City’s current process seeking federal reimbursement and how that process could be streamlined. 4. Describe your firm’s ability to solve disputes. Include any obstacles that your firm has encountered. TAB 4 – References. Provide a minimum of three (3) references, preferably from other public entities within the State of Florida, for which you are currently providing or have provided in the past, disaster recovery FEMA reimbursement services. For each reference include the name of entity, contact person’s name, phone number, email address, mailing address, type of services provided, and dates these services were provided. Identify any project team members that worked on the engagements. TAB 5 - Cost of Consulting Services. The cost portion of the proposal shall include the following elements. 1. Completed Exhibit A: Cost Proposal. 2. Hourly rates should include all applicable overhead and profit and be inclusive of all costs including, but not limited to, lodging, meals, transportation and per diem. 3. Overtime hours will be paid at same rates as regular time hours. 4. If not listed, proposer may include other positions, with hourly rates, that was part of their submission under Tab 2. 5. Detail what costs, charged by your firm, are eligible for reimbursement and with which Agencies, percentage of reimbursement and for which Services. TAB 6 - Other Forms. The following forms should be completed and signed: 1. Exceptions/Additional Materials/Addenda form 2. Vendor Information form 3. Vendor Certification of Proposal form 4. Scrutinized Companies form(s) as required 5. E-Verify Eligibility form 6. Copies of licenses and/or certifications if applicable 7. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Disaster Recovery Consulting Services 23 RFP #54-22 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Disaster Recovery Consulting Services 24 RFP #54-22 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. VENDOR CERTIFICATION OF PROPOSAL Disaster Recovery Consulting Services 25 RFP #54-22 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Disaster Recovery Consulting Services 26 RFP #54-22 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Disaster Recovery Consulting Services 27 RFP #54-22 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Disaster Recovery Consulting Services 28 RFP #54-22 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Disaster Recovery Consulting Services 29 RFP #54-22 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #52-22, Disaster Recovery Consulting Services Due Date: September 20, 2022, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #52-22, Disaster Recovery Consulting Services Due Date: September 20, 2022, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Page 1 of 1 Addendum #1 RFP 54-22, Disaster Recovery Consulting Services August 25, 2022 NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received on RFP #54-22, Disaster Recovery Consulting Services. Question 1: Page 22, under Response Elements, Tab 5, there is mention of including Completed Exhibit A: Cost Proposal, yet we are not seeing the rate sheet in the document. Does the City plan on releasing a rate sheet? Answer to Question 1: The City referenced Exhibit A: Cost Proposal in error. Please remove 1. Completed Exhibit A: Cost Proposal from TAB 5 – Cost of Consulting Services. The remainder of TAB 5 will remain the same. End of Questions and Answers End of Addenda Page 1 of 4 Addendum #2 RFP 54-22, Disaster Recovery Consulting Services September 9, 2022 NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received on Request for Proposal 54-22, Disaster Recovery Consulting Services. Question 1: Is there an existing grants management system in place for the current or past disasters? Answer to Question 1: Yes, Grants Portal and the FloridaPA system are already in place. Question 2: If there is an existing grants management system please identify. Answer to Question 2: Reference Answer to Question 1 above. Question 3: Will the prospective consultant be charged with implementing a grants management? Answer to Question 3: No, the consultant will only be required to navigate the system currently in place and work within its parameters. Question 4: Will the consultant be required to integrate the grants management system to the City’s financial management system? Answer to Question 4: The Grants Portal is not connected to the City’s financial system. Question 5: Please identify the City’s existing financial management system. Answer to Question 5: Tyler Munis is the financial system used by the City. Question 6: Please identify any incumbents providing services on a previous disaster(s). Answer to Question 6: This is the first time the City has issued a bid for these services. Question 7: Is this contract a pre-position contract? Answer to Question 7: This contract is to handle events that occur once the consultant has been awarded the contract not for events that have already occurred. Question 8: Please confirm if the City’s requirement with respect to work location is onsite for all staff. Answer to Question 8: Yes, the consultant will work inside a city facility. Question 9: If the City prefers co-location, will the City provide office space? Answer to Question 9: Yes, space will be provided at a city facility at no cost to the consultant. Page 2 of 4 Question 10: Please confirm the rates to be provided are all inclusive. Answer to Question 10: Yes, pricing should be all inclusive. Reference RESPONSE ELEMENTS, TAB 5 – Cost of Consulting Services, page 22 of the solicitation. Question 11: Please provide any damage assessment values available by disaster. Answer to Question 11: There are no damage assessments available. Question 12: Does the City have an emergency management account to cover expenses that are not reimbursable? Answer to Question 12: Yes, the City has an emergency management account to cover expenses that are not reimbursable. Question 13: Please identify any firms currently assisting the City in its disaster recovery efforts. Answer to Question 13: Reference answer to Question 6 above. Question 14: Which department(s) will the selected proposer work with day to day? Answer to Question 14: The Division Chief of Emergency Management will be the main contact for all day-to-day operations. Other department(s) will be selected based on the level of impact from the emergencies. Question 15: Please identify any property insurance policies and their limits for an active disaster. Answer to Question 15: The City is self-insured within certain parameters for losses arising from claims for general liability, auto liability, police professional liability, public official’s liability, property damage, and workers' compensation. Insurance coverage has been maintained by the City to pay for or indemnify the City for losses in excess of certain specific retentions and up to specified maximum limits in the case of claims for liability, property damage, and workers' compensation. The liability excess coverage is $5,000,000 per occurrence ($10,000,000 aggregate) with self-insured retention of $500,000. There is workers’ compensation coverage to the statutory limit, with self-insured retention of $600,000. The property damage excess coverage is $100 million per occurrence, except $75 million for the perils of Named Storm (per occurrence), Flood (annual aggregate) and Earth Movement (annual aggregate) after either a $100,000 self-insured retention for perils other than a named storm or 5% self-insured retention for named storm and High Hazard Flood with a $100,000 minimum Question 16: Does the City anticipate the prospective consultant in assisting with insurance claims management and preparation? Answer to Question 16: No, this would be handled by Risk Management. Page 3 of 4 Question 17: Does the City intend to recover staff costs for FEMA claims management? Answer to Question 17: Yes, the City intends to recover staff costs for FEMA claims management. Question 18: Please identify any existing HMA grants. Answer to Question 18: The City currently has three (3) Hazard Mitigation Grant Program (HMGP) grants awarded to the Public Utilities Department. They are for trailer generators, portable generators, and elevating lift stations. Question 19: Does the City anticipate the Consultant to prepare any future HMA grants? Answer to Question 19: No, currently departments are responsible for their own grant applications. Question 20: Are there any other Federal and State grant programs the City needs assistance with? Answer to Question 20: No; however, we appreciate updates on grant application windows and new programs. Question 21: In the event the City is in need to submit an appeal or abirritation will the contractor be requested to prepare the submittal? Answer to Question 21: Yes, this will be a requirement of the consultant. Question 22: Please provide the approximate amount of DAC/Management Costs the City of Clearwater has requested and received for the $6.5 million of cumulative costs eligible for Federal reimbursement under the Stafford Act. Answer to Question 22: The City of Clearwater requested $194,358.78 Public Assistance Alternative Procedures for Direct Administrative Costs (PAAP DAC) during Hurricane Irma, however, has not received any DAC reimbursements to date. Question 23: Under “Response Elements” Tab 5 – Cost of Consulting Services, part 1 refers to “Completed Exhibit A: Cost Proposal” however, there is no Exhibit A in the RFP. Answer to Question 23: Reference Addendum 1, Answer to Question 1. Question 24: Has the city procured these services previously? If so, who is the current contract holder for these services? Answer to Question 24: Reference Answer to Question 6 above. Question 25: Will these services include assisting with COVID-19 PA reimbursement? Answer to Question 25: No, the consultant will not be required to assist with COVID-19 PA reimbursement. Page 4 of 4 Question 26: How quickly does the City expect the contractor on site post event? Answer to Question 26: Based on the expected magnitude of the emergency, the consultant should have representation pre-event to coordinate proper documentation however, for smaller scale incidents, minimum of two (2) days is reasonable. Question 27: Does the City of Clearwater currently have an incumbent firm that provides Disaster Recovery Grant Management services to the City? If yes, then who is the incumbent firm and how long have they been in working for the Clearwater? Answer to Question 27: Reference answer to Question 6 above. Question 28: Will the City please consider virtual (remote site) support in lieu of onsite support? We have been effective in supporting other disaster recovery Clients remotely and strongly feel that remote work site in a disaster recovery environment contributes to retention of staff resources. Answer to Question 28: The City may consider virtual support. This can be addressed during negotiation with the awarded consultant. End of Questions and Answers End of Addenda Page 1 of 1 Addendum #3 RFP 54-22, Disaster Recovery Consulting Services September 13, 2022 NOTICE IS HEREBY GIVEN that the following addendum serves to provide clarification and to answer the questions received on RFP #54-22, Disaster Recovery Consulting Services. Question 1: Does “during normal business hours” include times of non-emergencies, emergencies, or both? Answer to Question 1: Normal business hours would apply to both. Question 2: How many individuals will need to be on-site during an emergency or disaster versus times where there are no emergencies or disasters? Answer to Question 2: The number of individuals needed on-site during an emergency or disaster versus non-emergencies or disaster would be dependent on what the respondent feels is necessary in order to be efficient. Question 3: Does the City of Clearwater only want hourly rates? Answer to Question 3: Yes, per TAB 5 – Cost of Consulting Services, hourly rates shall be all inclusive by position. Question 4: For electronic submittals, does the City of Clearwater require a one-page separator page to act as a Tab page to separate each tabbed section of the proposal? Answer to Question 4: No, labeling each tab is sufficient. Please Note: The ten (10) day deadline for submitting questions is now closed and no further questions will be responded to. End of Questions and Answers End of Addenda ATTACHMENT B • • • • • • • • • • • • • • • • • • • • • • • − • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 5-1 ATTACHMENT C FEMA CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY UNDER FEDERAL AW ARDS REQUIRED BY 2 C.F.R. §200.326 APPENDIX II TO 2 CFR §200 REMEDIES (For all awarded contracts with a value greater than $150,000.00) Any violation or breach of terms of this contract on the part of the Contractor or the Contractor's subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this contract. The duties and obligations imposed by the contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. Any violation or breach of terms of this contract of the Contractor or the Contractor's sub-contractors will be subject to the remedies, including liquidated damages, described in the bid specifications or Request for Proposal and the Client rules and regulations and special conditions which are incorporated herein by reference in their entirety. TERMINATION FOR CAUSE AND CONVENIENCE (For all awarded contracts with a value greater than $10,000.00) The Client reserves the right to terminate this contract for cause or convenience pursuant to the rules and regulations and special conditions which are incorporated herein by reference in their entirety. EQUAL EMPLOYMENT OPPORTUNITY (For all awarded contracts that meet the definition of "federally assisted construction contract" provided in 41 CFR Part 60-1.3) Contractor must complete enclosed certification During the performance of this contract, the contractor agrees as follows: 1.The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2.The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3.The contractor will not discharge or in any other manner discriminate against any employee or applicantfor employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4.The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5.The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of ATTACHMENT D the rules, regulations, and relevant orders of the Secretary of Labor. 6. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. DAVIS-BACON ACT AND COPELAND "ANTI-KICKBACK" ACT (The Davis-Bacon Act only applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It DOES NOT apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. 1. Minimum wages. i. All laborers and mechanics employed or working upon the site of the work ( or under the United States Housing Act of 193 7 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account ( except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits ( or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage dete1mination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 (b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(l)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in §5.5(a)( 4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(l)(ii) of this section) and the Davis Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. ii. (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination, and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: 1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and 2) The classification is utilized in the area by the construction industry; and 3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C)In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(l)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. i. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. ii. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Agency and/or Client shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work ( or under the United States Housing Act of 193 7 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. i. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l (b) (2) (B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(l)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. ii. (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the federal agency if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the federal agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd(forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the federal agency if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the federal agency, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1) That the payroll for the payroll period contains the information required to be provided under §5.5 (a) (3) (ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a) (3) (i) of Regulations, 29 CFR part 5, and that such information is correct and complete; 2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; 3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. i. The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the federal agency or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees- i. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractors registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. ii. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. iii. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a) (l) through (10) and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 10. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 11. Certification of eligibility. 1) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis Bacon Act or 29 CFR 5.12(a)(l). 2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(l). 3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (For all awarded contracts related to "mechanics and laborers" with a value greater than $100,000.00) 1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. 3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. 4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT (This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." If FEMA federal award meets definition of "funding agreement" under 37 CFR §401.2(a), for all awarded contracts related to experimental, developmental, or research work type contracts) (a) Definitions (1) Invention means any invention or discovery which is or may be patentable or otherwise protectable under Title 35 of the United States Code, or any novel variety of et seq.). (2) Subject invention means any invention of the contractor conceived or first actually reduced to practice in the performance of work under this contract, provided that in the case of a variety of plant, the date of determination (as defined in section 41(d) of the Plant Variety Protection Act, 7 U.S.C. 240l (d)) must also occur during the period of contract performance. (3) Practical Application means to manufacture in the case of a composition or product, to practice in the case of a process or method, or to operate in the case of a machine or system; and, in each case, under such conditions as to establish that the invention is being utilized and that its benefits are, to the extent permitted by law or government regulations, available to the public on reasonable terms. (4) Made when used in relation to any invention means the conception or first actual reduction to practice of such invention. (5) Small Business Firm means a small business concern as defined at section 2 of Pub. L. 85-536 (15 U.S.C. 632) and implementing regulations of the Administrator of the Small Business Administration. For the purpose of this clause, the size standards for small business concerns involved in government procurement and subcontracting at 13 CFR 121.3-8 and 13 CFR 121.3- 12, respectively, will be used. (6) Nonprofit Organization means a university or other institution of higher education or an organization of the type described in section 501 (c) {3) of the Internal Revenue Code of 1954 (26 U.S.C. 501(c) and exempt from taxation under section 501(a) of the Internal Revenue Code (25 U.S.C. 501(a)) or any nonprofit scientific or educational organization qualified under a state nonprofit organization statute. (b) Allocation of Principal Rights The Contractor may retain the entire right, title, and interest throughout the world to each subject invention subject to the provisions of this clause and 35 U.S.C. 203. With respect to any subject invention in which the Contractor retains title, the Federal government shall have a nonexclusive, nontransferable, irrevocable, paid-up license to practice or have practiced for or on behalf of the United States the subject invention throughout the world. (c) Invention Disclosure, Election of Title and Filing of Patent Application by Contractor (1) The contractor will disclose each subject invention to the Federal Agency within two months after the inventor discloses it in writing to contractor personnel responsible for patent matters. The disclosure to the agency shall be in the form of a written report and shall identify the contract under which the invention was made and the inventor(s). It shall be sufficiently complete in technical detail to convey a clear understanding to the extent known at the time of the disclosure, of the nature, purpose, operation, and the physical, chemical, biological or electrical characteristics of the invention. The disclosure shall also identify any publication, on sale or public use of the invention and whether a manuscript describing the invention has been submitted for publication and, if so, whether it has been accepted for publication at the time of disclosure. In addition, after disclosure to the agency, the Contractor will promptly notify the agency of the acceptance of any manuscript describing the invention for publication or of any on sale or public use planned by the contractor. (2) The Contractor will elect in writing whether or not to retain title to any such invention by notifying the Federal agency within two years of disclosure to the Federal agency. However, in any case where publication, on sale or public use has initiated the one-year statutory period wherein valid patent protection can still be obtained in the United States, the period for election of title may be shortened by the agency to a date that is no more than 60 days prior to the end of the statutory period. (3) The contractor will file its initial patent application on a subject invention to which it elects to retain title within one year after election of title or, if earlier, prior to the end of any statutory period wherein valid patent protection can be obtained in the United States after a publication, on sale, or public use. The contractor will file patent applications in additional countries or international patent offices within either ten months of the corresponding initial patent application or six months from the date permission is granted by the Commissioner of Patents and Trademarks to file foreign patent applications where such filing has been prohibited by a Secrecy Order. · (4) Requests for extension of the time for disclosure, election, and filing under subparagraphs (1), (2), and (3) may, at the discretion of the agency, be granted. (d) Conditions When the Government May Obtain Title The contractor will convey to the Federal agency, upon written request, title to any subject invention- (1) If the contractor fails to disclose or elect title to the subject invention within the times specified in (c), above, or elects not to retain title; provided that the agency may only request title within 60 days after learning of the failure of the contractor to disclose or elect within the specified times. (2) In those countries in which the contractor fails to file patent applications within the times specified in (c) above; provided, however, that if the contractor has filed a patent application in a country after the times specified in (c) above, but prior to its receipt of the written request of the Federal agency, the contractor shall continue to retain title in that country. (3) In any country in which the contractor decides not to continue the prosecution of any application for, to pay the maintenance fees on, or defend in reexamination or opposition proceeding on, a patent on a subject invention. (e) Minimum Rights to Contractor and Protection of the Contractor Right to File (1) The contractor will retain a nonexclusive royalty-free license throughout the world in each subject invention to which the Government obtains title, except if the contractor fails to disclose the invention within the times specified in (c), above. The contractor's license extends to its domestic subsidiary and affiliates, if any, within the corporate structure of which the contractor is a party and includes the right to grant sublicenses of the same scope to the extent the contractor was legally obligated to do so at the time the contract was awarded. The license is transferable only with the approval of the Federal to which the invention pertains. (2) The contractor's domestic license may be revoked or modified by the funding Federal agency to the extent necessary to achieve expeditious practical application of the subject invention pursuant to an application for an exclusive license submitted in accordance with applicable provisions at 37 CFR part 404 and agency licensing regulations (if any). This license will not be revoked in that field of use or the geographical areas in which the contractor has achieved practical application and continues to make the benefits of the invention reasonably accessible to the public. The license in any foreign country may be revoked or modified at the discretion of the funding Federal agency to the extent the contractor, its licensees, or the domestic subsidiaries or affiliates have failed to achieve practical application in that foreign country. (3) Before revocation or modification of the license, the funding Federal agency will furnish the contractor a written notice of its intention to revoke or modify the license, and the contractor will be allowed thirty days (or such other time as may be authorized by the funding Federal agency for good cause shown by the contractor) after the notice to show cause why the license should not be revoked or modified. The contractor has the right to appeal, in accordance with applicable regulations in 37 CFR part 404 and agency regulations (if any) concerning the licensing of Government-owned inventions, any decision concerning the revocation or modification of the license. (f) Contractor Action to Protect the Government's Interest (1) The contractor agrees to execute or to have executed and promptly deliver to the Federal agency all instruments necessary to (i) establish or confirm the rights the Government has throughout the world in those subject inventions to which the contractor elects to retain title, and (ii) convey title to the Federal agency when requested under paragraph (d) above and to enable the government to obtain patent protection throughout the world in that subject invention. (2) The contractor agrees to require, by written agreement, its employees, other than clerical and nontechnical employees, to disclose promptly in writing to personnel identified as responsible for the administration of patent matters and in a format suggested by the contractor each subject invention made under contract in order that the contractor can comply with the disclosure provisions of paragraph ( c ), above, and to execute all papers necessary to file patent applications on subject inventions and to establish the government's rights in the subject inventions. This disclosure format should require, as a minimum, the information required by (c) (l), above. The contractor shall instruct such employees through employee agreements or other suitable educational programs on the importance of reporting inventions in sufficient time to permit the filing of patent applications prior to U.S. or foreign statutory bars. (3) The contractor will notify the Federal agency of any decisions not to continue the prosecution of a patent application, pay maintenance fees, or defend in a reexamination or opposition proceeding on a patent, in any country, not less than thirty days before the expiration of the response period required by the relevant patent office. (4) The contractor agrees to include, within the specification of any United States patent applications and any patent issuing thereon covering a subject invention, the following statement, "This invention was made with government support under (identify the contract) awarded by (identify the Federal agency). The government has certain rights in the invention." (g) Subcontracts (1) The contractor will include this clause, suitably modified to identify the parties, in all subcontracts, regardless of tier, for experimental, developmental or research work. The subcontractor will retain all rights provided for the contractor in this clause, and the contractor will not, as part of the consideration for awarding the subcontract, obtain rights in the subcontractor's subject inventions. (2) In the case of subcontracts, at any tier, when the prime award with the Federal agency was a contract (but not a grant or cooperative agreement), the agency, subcontractor, and the contractor agree that the mutual obligations of the parties created by this clause constitute a contract between the subcontractor and the Federal agency with respect to the matters covered by the clause; provided, however, that nothing in this paragraph is intended to confer any jurisdiction under the Contract Disputes Act in connection with proceedings under paragraph (i) of this clause. (h) Reporting on Utilization of Subject Inventions The Contractor agrees to submit on request periodic reports no more frequently than annually on the utilization of a subject invention or on efforts at obtaining such utilization that are being made by the contractor or its licensees or assignees. Such reports shall include information regarding the status of development, date of first commercial sale or use, gross royalties received by the contractor, and such other data and information as the agency may reasonably specify. The contractor also agrees to provide additional reports as may be requested by the agency in connection with any march-in proceeding undertaken by the agency in accordance with paragraph (i) of this clause. As required by 35 U.S.C. 202(c) (5), the agency agrees it will not disclose such information to persons outside the government without permission of the contractor. (i) Preference for United States Industry Notwithstanding any other provision of this clause, the contractor agrees that neither it nor any assignee will grant to any person the exclusive right to use or sell any subject inventions in the United States unless such person agrees that any products embodying the subject invention or produced through the use of the subject invention will be manufactured substantially in the United States. However, in individual cases, the requirement for such an agreement may be waived by the Federal agency upon a showing by the contractor or its assignee that reasonable but unsuccessful efforts have been made to grant licenses on similar terms to potential licensees that would be likely to manufacture substantially in the United States or that under the circumstances domestic manufacture is not commercially feasible. (j) March-in Rights The contractor agrees that with respect to any subject invention in which it has acquired title, the Federal agency has the right in accordance with the procedures in 37 CFR 401.6 and any supplemental regulations of the agency to require the contractor, an assignee or exclusive licensee of a subject invention to grant a nonexclusive, partially exclusive, or exclusive license in any field of use to a responsible applicant or applicants, upon terms that are reasonable under the circumstances, and if the contractor, assignee, or exclusive licensee refuses such a request the Federal agency has the right to grant such a license itself if the Federal agency determines that: (1) Such action is necessary because the contractor or assignee has not taken or is not expected to take within a reasonable time, effective steps to achieve practical application of the subject invention in such field of use. (2) Such action is necessary to alleviate health or safety needs which are not reasonably satisfied by the contractor, assignee or their licensees; (3) Such action is necessary to meet requirements for public use specified by Federal regulations and such requirements are not reasonably satisfied by the contractor, assignee or licensees; or (4) Such action is necessary because the agreement required by paragraph (i) of this clause has not been obtained or waived or because a licensee of the exclusive right to use or sell any subject invention in the United States is in breach of such agreement. (k) Special Provisions for Contracts with Nonprofit Organizations If the contractor is a nonprofit organization, it agrees that: (1) Rights to a subject invention in the United States may not be assigned without the approval of the Federal agency, except where such assignment is made to an organization which has as one of its primary functions the management of inventions, provided that such assignee will be subject to the same provisions as the contractor; (2) The contractor will share royalties collected on a subject invention with the inventor, including Federal employee co-inventors (when the agency deems it appropriate) when the subject invention is assigned in accordance with 35 U.S.C. 202(e) and 37 CFR 401.10; (3) The balance of any royalties or income earned by the contractor with respect to subject inventions, after payment of expenses (including payments to inventors) incidental to the administration of subject inventions, will be utilized for the support of scientific research or education; and (4) It will make efforts that are reasonable under the circumstances to attract licensees of subject invention that are small business firms and that it will give a preference to a small business firm when licensing a subject invention if the contractor determines that the small business firm has a plan or proposal for marketing the invention which, if executed, is equally as likely to bring the invention to practical application as any plans or proposals from applicants that are not small business firms; provided, that the contractor is also satisfied that the small business firm has the capability and resources to carry out its plan or proposal. The decision whether to give a preference in any specific case will be at the discretion of the contractor. However, the contractor agrees that the Secretary applicants, and the contractor will negotiate changes to its licensing policies, procedures, or practices with the Secretary when the Secretary's review discloses that the contractor could take reasonable steps to implement more effectively the requirements of this paragraph (k)(4). (l) Communication Any communications to be given hereunder by either party to the other shall be deemed to be duly given if set forth in writing and personally delivered or sent by mail, registered or certified, postage prepaid with return receipt requested, as follows: Written notices hereunder delivered personally shall be deemed communicated as of actual receipt; mailed notices shall be deemed communicated five (5) days after deposit in the mail, post prepaid, certified, in accordance with this Paragraph. CLEAN AIR ACT (For all awarded contracts with a value greater than $150,000.00) (m) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (n) The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (o) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. FEDERAL WATER POLLUTION CONTROL ACT (For all awarded contracts with a value greater than $150,000.00) (1) The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. (2) The contractor agrees to report each violation to the (name of the applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. DEBARMENT AND SUSPENSION Contractor must complete enclosed certification (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by Client. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. BYRD ANTI-LOBBYING AMENDMENT (For all awarded contracts with a value greater than $100,000.00. Contractor must complete enclosed certification Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. The Contractor certifies, to the best of his or her knowledge and belief that: (1) 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 any 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. (2) If any funds other than federally 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 contractor shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) Contractor will include language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $150,000.00 shall certify and disclose accordingly. PROCUREMENT OF RECOVERED MATERIALS (The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.) (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired: a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm. (3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.” ACCESS TO RECORDS The following access to records requirements apply to this contract: (1) The Contractor agrees to provide the Client, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the Client and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. CHANGES To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. DHS SEAL, LOGO, AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non- Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract. PROHIBITION ON CONTRACTING FOR COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES 2 C.F.R. § 200.216, as implemented by FEMA Policy 405-143-1, prohibits the Contractor from using equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. DOMESTIC PREFERENCES FOR PROCUREMENTS As appropriate and to the extent consistent with law, the Contractor agrees, to the greatest extent practicable, prefer the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). AFFIRMATIVE SOCIOECONOMIC STEPS If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. COPYRIGHT AND DATA RIGHTS “License and Delivery of Works Subject to Copyright and Data Rights” The Contractor grants to the Client a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the Client or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the Client data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the Client.” BYRD ANTI-LOBBYING CERTIFICATION Certification for Contracts, Grants, Loans, and Cooperative Agreements-The undersigned certifies, to the best of his or her knowledge and belief, that: 1) 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. 2) 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. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. 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 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.Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date DEBARMENT/SUSPENSION CERTIFICATION Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (No procurement Debarment and Suspension). This requirement applies to all FEMA grant and cooperative agreement programs. Federal Executive Order (E .O.) 12549 "Debarment" requires that all contractors receiving individual awards, using federal funds, and all sub recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. By signing this document, you certify that your organization and its principals are not debarred. Failure to comply or attempts to edit this language may disqualify your bid. Information on debarment is available at the following websites: www.sam.gov and https://acguisition.qov/far/index.html see section 52.209-6. The Contractor certifies or affirms by your signature that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date CIVIL RIGHTS COMPLIANCE PROVISIONS 1. EQUAL EMPLOYMENT OPPORTUNITY (Equal Opportunity Clause) (For all awarded contracts that meet the definition of "federally assisted construction contract" provided in 41 CFR Part 60-1.3) During the performance of this contract, the contractor agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or order this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 1) AC Disaster Consulting, LLC 2) Carlisle Thompson, LLC 1800 Glanarm Place, Suite 300 405 W Sequoia Spur Denver, CO 80202 Georgetown, TX 78628-1321 940.367.8094 407.399.8848 Certified: WBE, SBE, MBE 3) CMR Partners, LLC 4) Deloitte &Touche LLP 6900 Tavistock Lakes Blvd, Ste 400 201 N Franklin St., Ste 3600 Orlando, FL 32829 Tampa, FL 33602 703.678.9138 813.273.8300 Certified WBE, MBE 5) Emergent Risk Solutions, LLC 6) Goodwyn Mills Cawood, LLC (GMC) 7350 Jefferson Hwy, Ste 485-152 One Tmapa City Center Baton Rouge, LA 70806 201 N Franklin St, Ste 250 985.507.2011 Tampa, FL 33602 Certified SBE 813.678.2420 7) Hagerty Consulting, Inc 8)Innovative Emergency Management, Inc 1618 Orrington Ave, Ste 201 dba IEM Evanston, IL 60201 2801 Slater Rd, Ste 200 847.492.8454 Morrisville, NC 27560-8477 919.990.8191 Certified WBE, MBE 9)Insight Planning + Development, LLC 10)Integrated Solutions Consulting, Inc 5030 N Centre Dr, Ste A 220 S Buchanan St. Wilmington, NC 28403 Edwardsville, IL 62025 910.392.0060 847.737.5395 Certified DBE, SBE 11)iParametrics, LLC 12)Meridian Strategic Services, Inc 6515 Shiloh Rd, Ste 200 PO Box 158 Alpharetta, GA 30005 Esopus, NY 12429 770.664.6636 845.384.3012 Certified SBE Certified SBE 13)Jeanne E Devlin 14)Tetra Tech, Inc dba Summit Group Consulting, LLC 2301 Lucien Way, Ste 120 2706 New Castle St Maitland, FL 32751-7024 Sarasota, FL 34231 321.441.8511 941.960.3417 Certified WBE ADVERTISED: TAMPA BAY TIMES 8/24/2022 POSTED:myclearwater.com 08/22/2022-09/20/2022 Due/Opening: September 20, 2022; 10:00 a.m. REQUEST FOR PROPOSAL No. 54-22 Disaster Recovery Consulting Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Proposal for (RFP #54-22) Disaster Recovery Consulting Services City of Clearwater Electronic | September 2022 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ■■■ ■■■ ■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■ ■■■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■ ■■■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■■■■■ ■■ ■ ■ ■ ■ ■ ■ ■ ■ ■■ ■ ■■ ■ ■ ■■■■■■■■■ ■■■■■■■■■ ■■■ ■■■■ 1 EXPERIENCE SUMMARY As President of Tetra Tech’s Disaster Recovery Business Unit, Mr. Burgiel manages the business operations of all disaster recovery efforts, including preparedness planning, project staffing, logistics, grant administration and agency reimbursement support, program accounting/auditing oversight, and contract negotiations. Mr. Burgiel is dedicated to helping communities plan for and recover from disasters and provide the necessary documentation to receive the maximum allowable reimbursement from federal and state emergency management agencies. Mr. Burgiel has 30+ years of solid waste and disaster recovery experience. His disaster- related work has included serving as principal in charge of over 100 projects, helping clients throughout the country prepare for, respond to, and recover from natural and human-caused disasters. Mr. Burgiel is intimately familiar with local, state, and federal solid waste and hazardous waste regulations, as well as U.S. Department of Housing and Urban Development (HUD), Federal Emergency Management Agency (FEMA), and Federal Highway Administration (FHWA) policies and reimbursement procedures as they relate to disaster management and recovery. RELEVANT EXPERIENCE Mr. Burgiel has provided senior management oversight to the following projects: • Rental and Mortgage Assistance - rental assistance to 120k homeowners across 5 states; and mortgage assistance in Florida and Maryland resulting from COVID pandemic • Hurricane Maria debris mission supporting the Commonwealth of Puerto Rico Department of Transportation, comprehensive support including environmental; grant management; homeowner and infrastructure support w/HUD funding • 67 communities and over 2,400 staff in Florida – Hurricane Irma • 38 communities and over 1,400 staff in Texas – Hurricane Harvey • CalRecycle/CalOES - State of California Camp Fire Response • Multiple communities in South and North Carolina – Hurricane Matthew • Richland County & Lexington County, South Carolina - South Carolina 1,000-year Flooding Event - Comprehensive Disaster Recovery Services • Hays County/City of Wimberley, Texas – Severe Flooding Disaster Recovery Assistance • New Jersey Department of Environmental Protection (NJDEP) – Hurricane Sandy Disaster Vessel Recovery Program • State of Connecticut – Hurricane Sandy Disaster Debris Program • State of Louisiana – Hurricane Isaac Disaster Debris Program Management • City of New Orleans, Louisiana – Hurricane Katrina Residential Demolitions • Bastrop County, Texas – Wildfires • City of Cedar Rapids, Iowa – Severe Flooding Jonathan Burgiel Business Unit President 30+ YEARS OF EXPERIENCE 100+ PROJECTS $8B GRANT FUNDING Areas of Expertise Disaster Recovery Program Design and Management Federal Grant Management Solid and Hazardous Waste Management Grant Experience FEMA PA CDBG-DR HMGP Disasters 4337 FL HURRICANE IRMA 4332 TX HURRICANE HARVEY 4286 SC HURRICANE MATTHEW 4344 CA WILDIRES 4084 HURRICANE ISAAC 4029 TX WILDFIRES 4024 HURRICANE IRENE 4106 CT WINTER STORM 1791 HURRICANE IKE 1679 FL TORNADOS 1602 HURRICANE KATRINA 1539 HURRICANE CHARLEY & SEVERAL MORE Education University of Central Florida, Master of Business Administration, 1989 Tufts University, Bachelor of Arts, Economics, 1984 Résumé Jonathan Burgiel, Business Unit President 2 Principal in Charge (2018 - Present) Camp Fire Response Mr. Burgiel is responsible for oversight of debris and environmental work related to the hazardous material removal of over 12,000 parcels located in the County of Butte. This is possibly the largest debris operation in history. Principal in Charge (2017) Numerous Florida Jurisdictions | Hurricane Irma Following Hurricane Irma in September of 2017, Mr. Burgiel oversaw debris monitoring operations for over 67 communities and 2,400 personnel across Florida. This included Miami Dade County, where at peak Tetra Tech had nearly 900 monitors working in the field. Documentation was created for almost 110,000 load tickets and over 78,000 unit rate tickets. In total, Tetra Tech monitored over 4,000,000 cubic yards of debris for the County. Principal in Charge (October 2019 - Present) St. Johns County, Florida | HUD CDBG-DR Housing Rehabilitation Program Management Mr. Burgiel was engaged with the County immediately following contract execution to assist with managing the CDBG-DR funds for St. John’s Housing Rehabilitation and Reconstruction Program. To support the long-term recovery and restoration of the impacted areas, Mr. Burgiel managed the grant allocated to the recovery activities for over 300 properties including repair and elevation; reconstruction of properties, repair/replacement of damaged manufactured homes or mobile home units (MHUs), relocation of homeowners, and mortgage payment assistance. Principal in Charge (October 2018 – Present) North Carolina Department of Public Safety | Hurricane Matthew HUD CDBG-DR Program Management Serving as Principal-in-Charge for all environmental services for this $400 million CDBG-DR program addressing 3,400 homes for rehabilitation. Tetra Tech will be performing an estimated 3,400 Tier 2 Reviews, 25 Tier 1 Reviews, 1,700 lead and asbestos risk assessments, and other required specialized environmental services (e.g., CESTs, EAs, etc.) as subcontractor to IEM Inc. Principal in Charge (November 2018 – Present) Florida Department of Economic Opportunity | HUD CBDG-DR Rehab/Reconstruction Program Mr. Burgiel serves as program manager for Tetra Tech's performance of housing rehabilitation and reconstruction related environmental services associated with the State of Florida's $615.9 million HUD CDBG-DR grant associated with Hurricane Irma. • Overseeing Tetra Tech staff’s development of approximately 6,000 Tier 2s. • 3,000 lead risk assessments. • Review of 8 Tier 1s, and other specialized environmental services (e.g., CESTs, EAs, etc.) as a subcontractor to IEM, Inc. Senior Project Manager (June 2017 – Present) Restore Louisiana | HUD CDBG-DR Housing Rehabilitation Served as Project Manager over the preparation of over 25,500 Tier 2 environmental reviews and over 6,000 lead risk assessment and clearance inspections. This $20 million project performed by Tetra Tech utilized state of the art technology and cloud based technology to decrease the cost of performing a Tier 2 review by over 50% from prior state led residential rehab projects. Principal in Charge (October 2018 – Present) Texas General Land Office | HUD CBDG-DR Housing Rehab/Reconstruction Program Mr. Burgiel is currently serving as program manager for Tetra Tech's performance of housing rehab and reconstruction related environmental services associated with the State of Texas' $5.024 billion HUD CDBG-DR grant associated with Hurricane Harvey. Overseeing Tetra Tech staff’s development of approximately 3,500 Tier 2s, 1,700 lead risk assessments, and other specialized environmental services (CESTs, EAs, etc.) as a subcontractor to IEM, Inc. Principal-in-Charge (October 2015–Present) Richland County South Carolina | Comprehensive Post-Disaster Flood Support Services Following the State of South Carolina’s 1,000-year flooding event that took place from October 1–5, 2015, Mr. Burgiel led a team of Tetra Tech staff to provide comprehensive disaster recovery services to Richland County immediately following the historic Résumé Jonathan Burgiel, Business Unit President 3 flooding event. Services included but were not limited to FEMA PA reimbursement support, procurement package development for over 270 road and bridge repairs, well testing and disinfection program management, a post-disaster outstanding needs assessment, flood mitigation planning support, grant funding strategic plan development, and coordination and technical support activities among the County, State and FEMA agencies. Principal-in-Charge (October 2015–October 2016) Lexington County, South Carolina | HUD CDBG-DR Residential Buyout Programs Mr. Burgiel served as principal-in-charge of Lexington County's residential buyout programs funded by HUD CDBG-DR grant funds. As part of this effort, Tetra Tech is providing comprehensive housing buyout activity services including applicant outreach, buy-out packet preparation and demolition cost estimating, oversite of demolition contractor activities, payment recommendation and project close out on over 100 homes. The work involves management of over $16 million of HUD CDBG- DR grants. Principal-in-Charge (May 2015–October 2015) Hays County/City of Wimberley Texas | Post-Disaster Flood Support Services Following the historic flooding event along the Blanco River where over 20 people perished, Mr. Burgiel provided technical support in the Hays County, Texas Emergency Operations Center (EOC) during and immediately following the flooding disaster. As part of these services, Mr. Burgiel supported the County and City of Wimberley in providing expert technical advice associated with providing the County/City appropriate measure for responding to the event and methods for best tracking the County’s disaster-related costs to maximize the County’s/City’s FEMA reimbursement post-disaster. Mr. Burgiel was instrumental in standing up the County right-of-way debris removal program and subsequently obtaining approval for a private property debris removal (PPDR) program from FEMA to cover the extensive debris that remained along and in the Blanco River, which created a future health and safety hazard to the County and City. Senior Management (April 2012-May 2013) State of Vermont | Federal Grant Management Services Following Hurricane Irene, the State of Vermont faced the daunting task of maintaining critical operations. Under Mr. Burgiel’s direction, within 48 hours our team deployed a team of experts to the state emergency operations center (EOC). Mr. Burgiel and our grant management team provided consulting services and managed the recovery process. Our team collected, reviewed, and offered technical assistance to applicants on their Hazard Mitigation Grant Program (HMGP) applications. Senior Management (September 2008-January 2009) Harris County, Texas | Hurricane Ike Disaster Debris Program Management In 2008, Hurricane Ike made landfall in Texas, causing extensive damage to Harris County, the fourth largest county in the United States. Mr. Burgiel rode out the storm in Harris County’s EOC and assisted with the deployment of our response team following the storm. Our team assisted with monitoring and cost reimbursement for over 2.5 million cubic yards of debris from the public right-of-way (ROW) in response to Hurricane Ike. Senior Management (September 2004-September 2009) City of Orlando, Florida | Disaster Debris Program Management Mr. Burgiel served in a senior leadership role and assisted the City of Orlando with a range of storm recovery monitoring and management activities. Mr. Burgiel was responsible for managing a full support team involved with staging operations, load inspections for storm debris cleanup performed by contract haulers, scheduling, dispatching, and logistics operations for the field inspectors assigned to storm debris cleanup. Our team’s assistance enabled the City of Orlando to promptly apply for and receive reimbursement for the total cleanup cost from state and federal emergency management agencies. Senior Management (February - April 2007) Volusia County, Florida | Groundhog Day Tornado Disaster Recovery and Storm Debris Removal Our team was retained by Volusia to assist with monitoring of cleanup efforts following the Groundhog Day tornadoes that swept through Central Florida during the early morning hours, leaving 20 people dead and many others injured and without homes. Under Mr. Burgiel’s direction, our team mobilized a response team to the area to help identify critical debris removal Résumé Jonathan Burgiel, Business Unit President 4 areas and initiate its ROW debris removal operation. Mr. Burgiel oversaw the management of a full support team involved with staging operations, load inspections for storm debris cleanup, and logistics operations for the field inspectors. Senior Management (August 2004 - 2005) City of Boca Raton, Florida | Hurricane Frances Disaster Recovery and Debris Cleanup Management Following Hurricane Frances, Mr. Burgiel supervised the responsive deployment of support teams, assisted with staging operations, and managed scheduling, dispatching, and logistics operations for the field inspectors assigned to storm debris cleanup. Senior Management (August 2005 - October 2006) Miami-Dade County, Florida | Hurricanes Katrina and Wilma Disaster Recovery and Debris Management After Hurricanes Katrina and Wilma struck Miami-Dade County, our team provided immediate on-site assistance and a wide range of disaster recovery management and storm debris cleanup monitoring services to help Miami-Dade County make a quick recovery. Under Mr. Burgiel’s direction, our team assembled and deployed a full disaster recovery team to assist Miami-Dade County with removal of approximately 5.5 million cubic yards of debris. Mr. Burgiel oversaw the data management process and assisted Miami-Dade County with FEMA project worksheets and appeals. Senior Management (August 2004) Polk County, Florida | Hurricane Charley Program Management and Disposal Site Monitoring Assistance In the weeks following Hurricane Charley, Mr. Burgiel assisted Polk County with planning and managing disposal site monitoring activities. He was responsible for overseeing disposal site monitors, as well as spotters at Polk County’s northeast, north central, and southeast landfills. Mr. Burgiel managed documentation efforts to help Polk County promptly apply for and receive reimbursement for the total cleanup cost from state and federal emergency management agencies. Senior Management (August 2004-2005) Lake County, Florida | Hurricanes Charley and Frances Disaster Recovery and Debris Management Following Hurricanes Charley and Frances, Mr. Burgiel helped Lake County perform a range of storm debris cleanup monitoring and management activities. He supervised staging operations, load inspections for storm debris cleanup performed by contract haulers, scheduling, dispatching, and logistics operations for the field inspectors assigned to storm debris cleanup. Senior Management (September 2005-September 2008) City of Pensacola, Florida | Hurricane Ivan Disaster Debris Program Management Mr. Burgiel provided assistance to the City of Pensacola in performing a range of storm debris removal monitoring and management activities for this $30 million debris removal process. Mr. Burgiel supervised debris removal efforts, including permitting of debris processing sites, collection and disposal site monitoring as required by FEMA, review and approval of contractor invoices, and the preparation of project worksheets required by FEMA for federal funding. Project Management (September – October 2001) Sarasota County, Florida | Tropical Storm Gabrielle Disaster Debris Program Management As a result of Tropical Storm Gabrielle in 2001, Sarasota County required assistance with logistics, staging operations, and load inspections for storm debris cleanup performed by contract haulers. As project manager for the project, Mr. Burgiel assisted Sarasota County with scheduling, dispatching, and logistics operations for the field inspectors assigned for storm debris cleanup. 1 EXPERIENCE SUMMARY Ms. Allison McLeary is an experienced emergency response and recovery executive with a demonstrated history of building meaningful relationships across all levels of government. As former Recovery Bureau Chief of the Florida Division of Emergency Management, she offers more than 3 years of direct experience administering grant programming throughout the State of Florida. She also served as Recovery Counsel for the Louisiana Governor’s Office of Homeland Security and Emergency Preparedness (GOHSEP). She is a steadfast advisor in planning for, responding to, and recovering from challenges and disasters. RELEVANT EXPERIENCE Director, Disaster Recovery Programs (March 2021 – Present) Tetra Tech, Inc. Ms. McLeary serves as Director of Disaster Recovery Programs, providing policy guidance and program support. Ms. McLeary is an expert in FEMA policies, building and maintaining relationships with FEMA representatives. She analyzes policy and provides policy guidance to clients. She supports the Tetra Tech team to build programs that align with federal expectations and comply with client/federal requirements. She maximizes operational efficiencies by analyzing individual projects with a holistic lens, leveraging best practices from Tetra Tech debris management operations throughout the Nation. Additionally, Ms. McLeary coordinates relationships with funding agencies and local partners to streamline project operations. Recovery Bureau Chief (March 2020 – February 2021) Compliance and Appeals Officer (December 2018 – February 2020) Florida Division of Emergency Management • Administered all FEMA Stafford Act programs for the State of Florida ($9.8+ Billion over 26 federally declared events under management) • Validated and Paid through FDEM an unprecedented $4.1 Billion in Recovery funds in the period January 2019-February 2021, including $2.7 Billion in PA and over $300 Million in USDA Agriculture Recovery Block Grants • Developed and implemented the State strategy for $1.275 Billion in CARES- Coronavirus Relief Fund payments to 55 medium and small counties. ($1.07 Billion validated and paid June 2020-February 2021) • Served as Alternate Governor’s Authorized Representative and Deputy State Coordinating Officer for all FEMA declared events in Florida • Created a comprehensive FEMA PA Compliance program, including risk assessments, monitoring, and technical assistance and programmatic guidance tailored to address specific compliance risks Recovery Legal Counsel (January 2017 – November 2018) Louisiana Governor’s Office of Homeland Security and Emergency Preparedness • Served as Recovery counsel- advising on all matters of emergency management and whole community Recovery Allison McLeary, J.D. Senior Management Team 18 YEARS OF EXPERIENCE Areas of Expertise Disaster Response & Recovery Grant Administration Stafford Act Compliance Alternative Procedures Grant Experience FEMA Public Assistance CARES Act USDA Agriculture Recovery Block Grants HUD CDBG ARPA Education Auburn University, Bachelor of Arts, March 2000 Louisiana State University- Paul M. Hebert Law Center, Juris Doctorate, May 2004 Louisiana State University- Paul M. Hebert Law Center, Bachelor of Civil Law, May 2004 Résumé Allison McLeary, J.D., Senior Management Team 2 o Programs included FEMA/Stafford Act programs and HUD-Community Development Block Grants (CDBG-DR) • Audit liaison to US Department of Homeland Security- Office of Inspector General and FEMA • Developed and delivered a comprehensive outreach and education technical assistance strategy to grant subrecipients in Louisiana FirstNet Program Manager (February 2015 – January 2017) Louisiana Division of Administration, Office of Technology Services • Oversaw a team effort to identify needs, preform gap analyses, and plan for the buildout of the State’s portion of the Nationwide Broadband network, known as FirstNet. • Identified the needs and expectations of the State’s 62,000+ first responders and worked with the US Department of Commerce and the FirstNet Authority to include those inputs in the $7 Billion RFP for the buildout and operation of the FirstNet network. State Police Legal Counsel (August 2003 – May 2013) Louisiana Department of Public Safety and Corrections, Louisiana State Police, Office of Legal Affairs • Counsel to State Police on matters of policy, operations, public records law, personnel management, emergency management/crisis response, and investigations • Served as legislative liaison and helped draft numerous bills and testified in committee on several measures including revisions to the electronic surveillance framework and the regulation of private security, and the role of volunteers in emergency response. • Represented the Louisiana Oil Spill Coordinator’s Office and was assigned Attorney Supervisor throughout the response to the Deepwater Horizon event o Led a multi-agency team of in house, state agency lawyers in the early days of the disaster o Coordinated efforts among state agency counsel to ensure that necessary inputs needed for the response, damage assessment and claims under the Oil Pollution Act of 1990, Clean Water Act and other applicable federal and state laws were supported. 1 EXPERIENCE SUMMARY Mr. McLendon has been providing consulting engineering services to federal, state, and local governments across the U.S. for more than 31 years. His background in solid and hazardous waste management has led him to become one of the leading experts in the country on the implementation of large-scale post-disaster debris removal programs. He has routinely assembled large teams to support major infrastructure and emergency response efforts. Career highlights include: • Experienced Executive Program Manager with over 31 years of experience working with federal, state, and local government agencies on the finance, design, permitting, procurement, construction, and operations of major infrastructure projects. • Served as Principal in Charge for upwards of 30 major disaster activations including projects totaling more than 100 million cubic yards of debris and upwards of $2.5 billion in FEMA PA reimbursement. • Major experience in the legal substantiation and implementation of complex debris removal programs including PPDR, waterways, beaches, selective salvage, etc. • In depth knowledge of the FEMA Public Assistance program including a strong understanding of Federal Register 2 CFR Part 200 (“the Super Circular”) RELEVANT EXPERIENCE Surfside Condominium Collapse (2021) Miami-Dade County, Florida The collapse of the twelve story Champlain Towers South condominium was a high- profile, catastrophic event. Mr. McLendon served as Principal in Charge for Tetra Tech to Miami-Dade County following the collapse on June 24, 2021. Mr. McLendon was on the ground at the collapse site within hours of the building collapse and County activation in order to assess the resources needed to assist the County with emergency debris removal. Over the next several days, he assisted the County with contractor procurement efforts in addition to developing and executing a plan to monitor debris removal both from a FEMA reimbursement and evidentiary debris removal perspective. Hurricane Sally (2020) City of Pensacola, FL and Okaloosa County, FL The City of Pensacola and Okaloosa County, FL have been long-standing clients of Mr. McLendon. Following the impact of Hurricane Sally, Mr. McLendon provided senior advisory services to include explanations of the FEMA Category A program as well as procurement assistance. Chuck has also provided senior level oversight to ensure that our response crews are meeting client expectations. Hurricane Laura (2020) Calcasieu Parish, LA Mr. McLendon mobilized immediately to the Lake Charles, LA area in the aftermath of Category 4 Hurricane Laura. He facilitated the initial kick-off meeting with the Parish Chuck McLendon Senior Management Team 31+ YEARS OF EXPERIENCE 100M CYS OF DEBRIS $2.5B FEMA PA REIMBURSEMENT Areas of Expertise Solid and Hazardous Waste Management Disaster Debris Monitoring Solid Waste Routing and Efficiency Private Property Debris Removal Cost of Service Evaluations Emergency Management Damage Assessment Utility Engineering/Consulting Program Management Public Outreach/ Communications Procurement (2CFR) Environmental Permitting Grant Management Disasters DR4564FL, Hurricane Sally DR-4559LA, Hurricane Laura DR-4393NC, Hurricane Florence DR 4337FL, Hurricane Irma DR-4283FL, Hurricane Matthew DR-4241SC, Severe Flooding DR-4138FL, Severe Flooding DR-1971AL, Tornado Outbreak DR-4024VA, Hurricane Irene DR-1603LA, Hurricane Katrina BP Deepwater Horizon Oil Spill Education Florida State University Bachelor of Science, Business Marketing, 1991 Résumé Chuck McLendon, Senior Management Team 2 and debris contractor and developed an immediate staffing and logistics plan for the Parish. He worked closely with our on-site project manager and senior staff from the debris contractor to ensure that emergency roadway clearance (push) crews were dispatched with their work times and locations tracked. Mr. McLendon worked throughout the project with Tetra Tech project management staff to ensure that all of the parish’s needs met. Hurricane Florence (2018) Boiling Spring Lakes, NC and Briarcliff Acres, SC Following Hurricane Florence, Mr. McLendon provided disaster debris monitoring and FEMA grant management related services to the City of Boiling Spring Lakes, NC and the Town of Briarcliffe Acres, SC (through a contract with the Horry County Solid Waste Authority). Monitoring work including debris management site permitting, right of way collection, hazardous tree removal, and household hazardous waste collection. Hurricane Irma (2017) Numerous Central Florida Jurisdictions Following Hurricane Irma in September of 2017, Mr. McLendon provided senior oversight of debris monitoring operations across seven counties – including Seminole, Lake, and Volusia counties in Central Florida. Chuck was responsible for assembling project management and support teams to include policy and field operations expertise. In total, he oversaw a team of over 1,000 personnel that accounted for nearly 6 million cubic yards of debris removal. This work included implementation and tracking of Private Property Debris Removal (PPDR) programs within each of the seven counties managed. Severe Flooding (2017) South Carolina Emergency Management Division Mr. McLendon was retained by the SCEMD to serve as a Senior FEMA PA Policy Advisor in support of project worksheet formulation for the October 2015 flooding event that impacted much of central South Carolina. Mr. McLendon oversaw a team of Project Specialists in drafting and versioning project worksheets. Hurricane Matthew (2016) St. Johns and Flagler Counties, Florida Mr. McLendon served as Principal in Charge for the debris monitoring mission in St. Johns County and Flagler County, Florida following Hurricane Matthew. Chuck oversaw the removal of more than 1.1 million cubic yards of debris from public and private roads as well as debris removal efforts along nearly 27 miles of county-maintained beach. In addition to providing daily oversight of the debris removal mission, Mr. McLendon was regularly relied upon by County staff for policy guidance related to the County’s overall recovery effort. Severe Flooding (2015) Clarendon County, South Carolina Mr. McLendon provided on-site technical assistance to Clarendon County following a catastrophic flooding event in 2015. Chuck assisted the County with coordination and communications with the South Carolina National Guard in the repair of County-maintained roadways. Mr. McLendon also assisted with various procurements associated with temporary and permanent repairs while helping the County to develop a system to track materials used for roadway stabilization/repair. Severe Flooding (2014) Escambia County, Florida Mr. McLendon served as the Recovery Program Manager for Escambia County, Florida following a 500-year flooding event that resulted in upwards of $100 million in damages to Escambia County. Mr. McLendon assisted with the damage assessment documentation process, procured engineers and contractors for both temporary and permanent repairs, and helped the County Public Works Dept. with overall reimbursement efforts. Hurricane Isaac (2012) Jefferson Parish, Louisiana Mr. McLendon served as Principal in Charge and Project Manager to Jefferson Parish following Hurricane Isaac in 2012. A very minor hit in comparison to Hurricane Katrina, the County still had very high expectations for a rapid debris removal program. Résumé Chuck McLendon, Senior Management Team 3 Mr. McLendon organized a strong team that the provided right of way debris removal as well as staffing at citizens convenience sites. Northern Alabama Tornados Debris Monitoring (2011) U.S. Army Corps of Engineers Mr. McLendon served as Principal in Charge in supporting a QC team activated to support the debris management mission in Tuscaloosa, AL following the 2011 northern Alabama tornado outbreak. Mr. McLendon was essential in ensuring that the project was properly staffed with trained individuals to support the USACE mission. Hurricane Irene (2010) Virginia Department of Transportation Mr. McLendon served as Principal in Charge for recovery efforts on behalf of the Hampton Roads District of the Virginia Department of Transportation following Hurricane Irene. Mr. McLendon provided senior advisory services and oversight of a team to provide FEMA PA / FHWA ER reimbursement services for the District. Deepwater Horizon Oil Spill (2010) Escambia and Santa Rosa Counties, Florida Mr. McLendon provided comprehensive field environmental and reimbursement services to Escambia and Santa Rosa Counties, Florida (located in the Florida Panhandle) following the Deepwater Horizon Oil Spill. Mr. McLendon led efforts to procure containment boom contractors as well the program management of daily containment boom operations. Mr. McLendon was also responsible for implementing a large-scale training program for County staff and volunteers on OSHA’s Hazardous Waste Operations and Emergency Response Standard (HAZWOPER). Hurricane Ike (2008) Galveston County and City of Galveston, TX Mr. McLendon oversaw the debris removal effort for Galveston County and the City of Galveston, Texas following Hurricane Ike in 2008. Upwards of 10 million cubic yards of debris was removed County-wide under Chuck’s direction. Debris removal programs included right of way, private property debris removal (PPDR), commercial debris removal, dead animal carcasses, hazardous waste, and white goods. Hurricane Ike (2008) Texas Department of Transportation Mr. McLendon served as Principal in Charge for disaster recovery services to the Beaumont District of TXDOT following Hurricane Ike. Mr. McLendon oversaw a team to assist the District with debris monitoring as well as overall FEMA PA reimbursement services. Hurricanes Katrina and Gustav (2007-2009) City of New Orleans, Louisiana Mr. McLendon served as Principal in Charge for several recovery efforts for the City of New Orleans including the City’s residential demolition program following Hurricane Katrina as well the overall response effort following Hurricane Gustav. Mr. McLendon assisted project management staff in the development of a complex legal and environmental process to allow for the demolition of flood-damaged structures to occur within the City and oversaw the demolition of some 2,000 residential structures. This work included a complex legal condemnation process, selective salvage of historically significant architectural items, environmental testing, utility disconnects, and environmental monitoring. Later, Mr. McLendon served as Principal in Charge for debris management efforts in the City following Hurricane Gustav. Hurricane Ivan (2004) Escambia County, City of Pensacola, and FDOT District 3, Florida (2004) Hurricane Ivan devastated northwest Florida. Mr. McLendon served as Principal in Charge for recovery efforts to Escambia County, the City of Pensacola, and Florida DOT District 3. Mr. McLendon assisted the County in putting together the legal substantiation for the County to receive approval for a major private property debris removal program including both vegetative Résumé Chuck McLendon, Senior Management Team 4 debris and sand removal from residential structures on the beach. Upwards of 8 million cubic yards of debris was removed from County and City right of ways, private property, and county beaches. Hurricanes Charley, Frances, and Jeanne City of Orlando, FL (2004) Prior to Hurricane Charley impacting the City of Orlando, Mr. McLendon was assisting the City with its transition from manual garbage collection to automated collection. Given the urgency of the debris removal effort, Mr. McLendon was requested by the City to assume debris monitoring efforts after an initial period of force account debris monitoring. Within 48 hours of the request, Mr. McLendon assembled a team to provide truck certification, right of way monitoring, and debris management site monitoring. He also assisted the City in staffing multiple citizens convenience sites that were rapidly opened over concerns of flying debris from multiple subsequent hurricane events that same year. 1 EXPERIENCE SUMMARY Christina Hendrick is a seasoned grant manager with more than 14 years of experience. She has overseen more than $4 billion of Federal Emergency Management Agency (FEMA) and U.S. Department of Housing and Urban Development (HUD) grant funding under FEMA Public Assistance (PA), FEMA Hazard Mitigation Grant Program (HMGP), COVID-19, and Community Development Block Grant (CDBG) programs. In her current role as a Deputy Director for financial recovery services, Ms. Hendrick has maintained oversight of Tetra Tech’s most critical PA and CDBG recovery projects across 7 FEMA regions, as well as multiple COVID-19 recovery projects utilizing PA, CARES Act and other grant funding. She has served as a business management expert, strategic planner, and business planning leader for clients such as the City of Houston and Harris County, Texas; City of Philadelphia, Pennsylvania; Palm Beach County, Florida; Barnwell County, South Carolina; Dougherty County, Georgia; Richland County, South Carolina; Hamilton County, Tennessee; and states such as Louisiana and Massachusetts. Ms. Hendrick specializes in the technical intricacies of grant management – from budgeting and quality control to finance planning and staffing – and excels in clear communication and reporting to deliver client satisfaction. RELEVANT EXPERIENCE Tetra Tech, August 2017 – Current Deputy Director of Financial Recovery Services • Directly manages program managers spanning 7 FEMA regions, providing guidance and direction on PA, Individual Assistance, HGMP, CDBG, 404, 406 and 428 mitigation programs from Alaska to Puerto Rico. • Maintains oversight of project operations across financial recovery practice nationwide, including management of budget, contracts, task orders, staffing, implementation, and compliance. • Create Standard Operating Procedures and process improvements for all projects across the practice. • Management and oversight of approximately 50 projects from small recovery operations to $35 million budget operations. • Ensure adherence to project accountability and revenue recognition as well as verifying the audit process. • Maintain expert knowledge of state and federal regulations to provide feedback and improvement suggestions to governing entities, such as FEMA, HUD, U.S. Treasury, and other grant funding agencies. • Create and foster long-term client relationships. Disaster Recovery Management Consultant – City of Houston, Texas • Oversaw the technical team completing project worksheets (PWs) for estimated expenditures associated with Categories A and B totaling $360 million. • Created standard operating procedures for site inspection, project formulation, grant management, and closeout processes. Christina R. Hendrick, MPA, PMP Senior Program Manager 14+ YEARS OF EXPERIENCE 77 DISASTERS $6b GRANT FUNDING Areas of Expertise Program Design / Implementation Grant Administration Business Planning Project Budgeting & Accountability Reimbursement Maximization Process Engineering State and Federal Regulations/Policies Process Improvement Resource Management Grant Experience FEMA PA AND FEMA HMGP CDBG CARES Act Key Training/Certifications Project Management Professional (PMP) Education Louisiana State University Masters of Public Administration, 2011 Louisiana Tech University Bachelor of Liberal Arts, Political Science/Pre-Law and English, 2006 Résumé Christina R. Hendrick, MPA, PMP, Senior Program Manager 2 • Oversaw technical teams conducting site inspections for infrastructure projects. • Managed and tracked federal funds and activities through the New Delivery Model to submit up to $2.1 billion in infrastructure funds. • Oversaw day-to-day operations, subcontractor staff, and subject matter experts, implementing the program and interpreting rules and guidelines for the best remedy in place for each situation. • Led project teams responsible for collecting data from City of Houston departments in the project formulation process for the recovery project. • Ensured adherence to project accountability and revenue recognition as well as verified the audit process. • Led financial tracking of all project activities to remain in compliance with Federal and contractual requirements. Program Manager (CRF-Treasury and FEMA Grant Management) – City of Philadelphia, Pennsylvania • Provides consulting services to the City in response to the COVID-19 emergency regarding current and future available funding and cost recovery sources from state and federal agencies. • Reviews investment justifications and Scopes of Work for projects requested by City of Philadelphia departments for inclusion in the COVID-19 Spend Plan. • Provides procurement support to the City for active and future COVID-19 related procurements by reviewing applicable documentation for compliance with Federal, State, and Local requirements specific to the Grant/Fund selected for the project. • Liaises with City leadership to collect and review COVID-19 costs and relevant documentation submitted by departments and review/reconcile relevant project documentation for compliance with selected Grant/Fund source and submit Compliance Memorandum deliverables outlining potential reimbursement pitfalls and corrective action. • Oversees auditing of cost data (time sheets, project specific costs, outgoing payments to funding recipients (residents, businesses) to ensure all activities have been performed to follow City project SOPs and guidelines to avoid fraud, waste and abuse of funds. Deputy Director, Governor’s Office of Homeland Security and Emergency Preparedness (GOHSEP) | Multiple Disasters – Baton Rouge, Louisiana • Disaster Recovery Program Management consultant leading PA Recovery for multiple Disasters declared within the state of Louisiana. • Direct and manage project team, providing guidance and direction on PA, performing cost analysis determinations for completed work, insurance review and reconciliation as well as eligibility reviews for management cost associated with implementing approved projects. Deepwater Horizon Economic and Property Damages Settlement Program, August 2012 - August 2017 Federally-appointed Senior Executive in charge of the Subsistence Program and Program Manager of IT Vendors for the Deepwater Horizon Economic and Property Damages Settlement Agreement, the largest class action settlement of its type in history. • Director of Subsistence Programs (Economic and Property Damage Claims), New Orleans, LA • Program Manager of IT Vendors, New Orleans, LA 1 EXPERIENCE SUMMARY Ms. Whitehair is a grant program manager with over 15 years of experience. She is experienced in managing large-scale incidents following wildfires, floods, and the current COVID-19 pandemic response. Her experience includes managing and closing out multi-million-dollar federal projects. Most recently, Ms. Whitehair served as the State Coordinator Officer/Recovery Unit Manager and Emergency Operations Center (EOC) Director for the New Mexico Department of Homeland Security (NM DHSEM) where she activated and operated the State of New Mexico’s EOC and established Incident Action Plans and protocols for emergency support functions. She assisted with the management and administration of federal and state disaster programs with the goal of recovery and emergency restoration of facilities, and other critical infrastructure. She also created correspondence to the White House for federal assistance for recent disaster declarations including the recent COVID-19 pandemic. Additionally, as the former Director of the Navajo Nation Department of Emergency Management, Ms. Whitehair brings invaluable experience with tribal-state-federal coordination. The Navajo Nation became the First Tribe in Arizona, and only the second in the nation, to get aid directly from the Federal government via a Stafford Act Declaration. RELEVANT EXPERIENCE Tetra Tech (2020-Present) Subject Matter Expert | Various Projects • Assists Program Managers and Disaster Recovery teams by interpreting interim policies and procedures to assist with grant compliance. • Provides written guidance and federal regulation background material in preparation for meetings with agencies and states to provide clear direction for funding options. • The support and direction that Rose provides, helps others maneuver through the multiple funding options for COVID relief available and distributed at various levels of government, including different federal financial resources, grant and loan opportunities. • Rose tracks other congressional bills to ascertain their impacts on federal requirements, current funding and to assist with planning for efficient use of funds and to reduce possible duplication of benefits. New Mexico Department of Homeland Security and Emergency Management (2016-2020) State Coordinating Officer/Recovery Unit Manager/Emergency Operations Center Director • Task Force Lead and State Coordinating Officer managing COVID Emergency Operations Center staff during the pandemic response in the state of New Mexico. Partnered with other agencies encompassing over 3,000 responding state agency personnel, including the National Guard. Rose Whitehair Subject Matter Expert 16 YEARS OF EXPERIENCE 7 DISASTER DECLARATIONS Areas of Expertise EOC Operations COVID-19 Pandemic Response Grant/Project Closeout Large-Scale Incident Response Tribal-State-Federal Coordination Disasters 4245 TX FLOOD 4241 SC FLOOD 4240 CA WILDFIRE 4223 TX FLOOD 4222 OK FLOOD 4193 NAPA EARTHQUAKE & SEVERAL MORE Grant Experience FEMA PA FMAG State DAP Education The University of New Mexico Bachelor of University Studies, Major Emergency Medical Services, Minor in Navajo Language, 2002 Résumé Rose Whitehair, Subject Matter Expert 2 • Led and managed response and recovery (warehouse/delivery/sheltering) support functions for the COVID-19 Emergency Operations Center supporting Incident Command Posts for 106 municipalities, 33 counties and 23 tribes. • Assisted with COVID Response and Recovery duties monitoring and guiding Alternate Care Facilities, Non-Congregate Sheltering Public Health Orders policies and documentation, feeding and distribution of food and water to rural communities. Certified SCO (State Coordinating Officer) through FEMA for EOC Activation of COVID-19 Pandemic Response for DR-4529-NM. • Activated and operated the State of New Mexico’s EOC for wildfires, floods, large scale events, disaster declaration including the COVID-19 pandemic response, established protocols for all Emergency Support Functions from several cross-functional teams with efforts across the entire state to include all state agencies, counties, Tribal Nations, hospitals, first responders, private non-profits, the National Guard and municipalities. • Assisted the NM DHSEM with the management and administration of Federal and State disaster programs. • Assisted stakeholders and State/Tribal/Federal agencies with the goal of recovery and emergency restoration of facilities, and other critical infrastructure. Focused on closing out multi-million-dollar federal projects. • Developed and evaluated programs and policies to achieve the State’s goals for providing Federal and State disaster assistance to all stakeholders, including Tribal Nations, municipalities, counties, private non-profits & acequias. • Performed damage assessments; site inspections, conducted routine evaluations of the sites, compiled data, provided training and presentations for requests for state and federal disaster declarations. • Coordinated with other agency programs and access to grant funding to eligible recipients. Tracked and maintained data on grant utilization to relevant federal, state, local, and tribal jurisdictions. Monitored sub-grantee compliance with grant requirements. • Created correspondence to the White House for federal assistance for recent disaster declarations including the COVID- 19 pandemic. • Assisted as liaison to the Federal Emergency Management Agency for activities related to Federal disaster assistance, while providing recovery guidance, grant documentation and closeout for FEMA Public Assistance funds, FMAG and State DAP (Disaster Assistance Program) to our clientele. • Assisted with Recovery Duties under the ICS/ESF assigned for the NM State EOC. Monitored and guided Alternate Care Facilities, mortuary trailers, PPE, cots, non-congregate sheltering, feeding and distribution of food and water. • Certified SCO (State Coordinating Officer) through FEMA for EOC Activation. • Brought to the state its first team of FEMA Corps/AmeriCorps students to assist with Recovery efforts and tasking procedures to ensure all disaster documentation was accounted for. High Water Mark, LLC (2015-2016) Emergency Manager, Emergency & Response • Assisted with Tribal-State-Federal coordination of client responses to Homeland Security Office of the Inspector General Audits. • Advised clients of sub-grantee and grantee requirements of Federal and State grants, thus assisting with successful documentation and closeout of FEMA projects. • Coordinated limited training budgets of less than $10,000 for emergency responders, disaster documentation training for Tribes, including the NIMS, ICS, IAP overviews. • Assisted the National Domestic Preparedness Consortium (NDPC) outreach to Tribes, Territories and Alaska Natives. Navajo Nation, Department of Emergency Management (2012-2015) Director, Department of Emergency Management • Created and established new Policies and Procedures to administer FEMA Grants and Projects which expedited project closeouts and disbursement of FEMA funds to sub-grantees. With these new procedures in place, NNDEM was able to present FEMA reimbursement for emergency restoration of facilities, utilities and other critical infrastructure in less than one year. • The Navajo became the First Tribe in Arizona, and only the second in the nation, to get aid directly from the Federal government via a Stafford Act Declaration. Résumé Rose Whitehair, Subject Matter Expert 3 • As Program Manager, prepared multi-million-dollar budgets for operations, preparedness and training, thus guiding the Navajo Nation to avoid reverting federal funds to FEMA/DHS. Trained hundreds of employees and volunteers in ICS/NIMS/NRF and CERT thus providing improvements to overall site safety, health, security, and emergency operations, response and recovery efforts. Built Standard Operating Procedures/Continuity Operations Plans and established a Training program for the Emergency Operations Center and Emergency Management Program. • Obtained FEMA, CERT funding and secured first time Hazard Mitigation funds for the Navajo Nation. • Navajo Nation became the eleventh Tribe to sign the AZMAC (Arizona Mutual Aid Compact); a Mutual Aid Agreement with 113 other signatories, thus making their resources available during a disaster. • Prepared Press Releases, Public Service Announcements and Talking Points for Leadership. • Assisted the Office of the Navajo Nation President and Vice-President with providing testimony to the White House and U.S. Congress. • Became the first Tribe, nationwide, to bring in two separate teams of FEMA Corps students to assist with Recovery efforts and tasking procedures to ensure all disaster documentation was accounted for. • Organized documentation and closure of FEMA projects, copiously archived records and financially reconciling and closing the Navajo Nation’s two oldest disasters. • Established the Tribe’s first fully outfitted Emergency Operations Center (EOC) using DHS SHSGP funds. Made improvements to the EOC systems with new technology, data, documentation, resource typing and lean management processes. • Established Incident Command and activated EOC coordination for over 14 events, including 20,000 Tribal citizens without water, hazardous materials evacuations, landslides, sinkholes, floods, the Asaayi Lake wildfire which burned more than 14,000 acres and involved more than 1,000 responders, and the recent Gold King Mine Spill which impacted 16 chapters/communities along 250 miles. Coordinated Incident Action Plans with other managers and monitored several cross-functional teams for other large events such as our leadership inauguration. • Facilitated the completion of hotwashes and after-action reports with key players and partners with teams and site leadership to confirm that improvement opportunities were effectively deployed. 1 EXPERIENCE SUMMARY Mr. Oldenburger has over eleven years of experience in civil engineering, stormwater management, land development, and construction. His project experience has focused on projects in throughout the tri-state area, as well as Texas and Florida. He has effectively overseen the performance and preparation of detailed engineering designs for permitting and construction. His expertise lies in flood resiliency design and feasibility studies, hydraulic analyses and calculations, stormwater management reports, flood studies, soil erosion and sediment control designs and reports, site grading and earthwork analyses, survey, construction coordination and inspections. Over the past few years he has specialized in resiliency and flood mitigation planning in response to hurricanes in New York, Texas, and Florida. RELEVANT EXPERIENCE Civil Engineering FEMA Hurricane Michael Damage Assessment, City of Lynn Haven, FL, 2018- 2019. Mr. Oldenburger is the Project Manager who lead a technical team of engineers to assess the damages at the City of Lynn Haven’s wastewater and water facilities. The City of Lynn Haven received significant wind and wind-blown debris damage as a result of Hurricane Michael that struck the panhandle of Florida in October of 2018. The project specifically includes documenting damages via site inspections, preparing scopes of repairs, and cost estimating for submission to FEMA for reimbursement. FEMA Hurricane Michael Hazard Mitigation Planning, City of Lynn Haven, FL, 2020. Mr. Oldenburger is the Project Manager who lead a technical team of engineers to develop plans to hardened the City of Lynn Haven’s Fire Station. The City of Lynn Haven received significant wind and wind-blown debris damage as a result of Hurricane Michael that struck the panhandle of Florida in October of 2018. The project specifically includes retrofitting the existing structure with upgraded garage doors and openings to allow emergency personnel to respond quicker follow future storms. FEMA Hurricane Michael Hazard Mitigation Planning, City of Callaway, FL, 2020. Mr. Oldenburger is the Project Manager who lead a technical team of engineers to develop plans to install generators at four critical facilities and harden a stormwater pond from erosion. The City of Callaway received significant wind damage as a result of Hurricane Michael that struck the panhandle of Florida in October of 2018. The generators will allow these critical facilities to continue operating in the event of loss of power. The banks of the stormwater pond contained trees that were damaged during the hurricane. To prevent future erosion a swale and banks along the pond will be harden with erosion control matting. Hurricane Harvey FEMA 406/404, City of Houston, TX. Senior Engineer as part of Tetra Tech’s Hurricane Harvey recovery program for the City of Houston (City). The work included preparing flood mitigation strategies for the City’s utility infrastructure as well as government buildings. The infrastructure included potable water supply wells and treatment systems, wastewater treatment and pumping stations, and government buildings. The work was completed in compliance with Federal Jake Oldenburger, PE, CFM, ENV SP Subject Matter Expert 5+ YEARS OF EXPERIENCE Areas of Expertise Civil Engineering Stormwater Management Construction Land Development Reporting Documentation Mitigation Key Training/Certifications Professional Engineer, New Jersey, No. 24GE05297500 New York, No. 092397-1 Texas, No. 136857 Connecticut, No. PEN.0034419 Florida, No. 89161 Certified Floodplain Manager (CFM) Envision Sustainable Professional (ENV SP) Education ME, Civil Engineering, Stevens Institute of Technology BS, Civil Engineering, Rensselaer Polytechnic Institute Résumé Jake Oldenburger, Subject Matter Expert 2 Emergency Management Agency (FEMA) requirements under the 406, 404, and 428 programs. There were 75 total sites for two city departments – Houston Public Works (HPW) and Government Services Department (GSD). There were 56 HPW sites and 19 sites for GSD. The HPW sites included 22 drinking water sites and 39 wastewater facilities. The breakdown of drinking water sites included 4 ancillary buildings, 3 water treatment plants, 15 potable wells. For the wastewater utility, the breakdown included 5 wastewater treatment plants and 34 pump stations. The GSD sites included City Hall, City Hall Annex, Parking Garages, Public Works, and the Municipal Courthouse. NYC Department of Design and Construction, Red Hook Coastal Resiliency, Brooklyn, NY - 2019 – Current. – Mr. Oldenburger is a Project Manager on a consultant team that is designing the flood protection improvements for this $100 million coastal resiliency project, which is partially funded by a FEMA’s Hazard Mitigation Grant Program. Red Hook area of Brooklyn is categorized as a low-lying, coastal area with the greatest risk of flooding in hurricane-strength storms. Tetra Tech is leading the detailed analysis of the interior drainage system, which is comprised of combine sewers and major interceptors. Because the project is receiving FEMA funding Tetra Tech is leading the benefit-cost analysis, which required a detailed evaluation of finish floor elevations of approximately 1,000 structures. NYS Governor’s Office of Storm Recovery, East Rockaway High School Green Infrastructure Retrofit / East Rockaway, NY. - Mr. Oldenburger was the Project Manager for the planning and design of approximately $4.1 million in green infrastructure improvements at East Rockaway High School on Long Island. The project includes subsurface storage chambers, synthetic turf, porous paving, and rain gardens. The existing site is constrained on all four sides by school buildings and the Mill River resulting in very limited work areas. The project included a detailed site investigation walk through with a review of existing conditions and a geotechnical investigation (boring) plan and geotechnical testing to determine field and laboratory soil characteristics, soil permeability rates, and depths to groundwater table. The final improvements include five (5) new rain gardens, improvements to the school's turf fields, parking lot improvements, and retrofitting of the existing failing subsurface drain system. Storm surge mitigation improvements are also incorporated into the design that include backflow prevention devices and an elevated bulkhead. NYS Governor’s Office of Storm Recovery, Lister Park Green Infrastructure Improvements, Rockville Centre, NY. Mr. Oldenburger was the Project Manager for the approximately $3.1 million in site improvements to retrofit the park site with new green infrastructure components intended to reduce discharge and treat runoff before entering the Mill River. The design includes reconstruction of an existing paved parking area and the creation of a new rain garden. The final design minimizes construction costs by utilizing the existing parking area base material and minimizing excavation requirements. The project included a detailed site investigation walk through with a review of existing conditions and a geotechnical investigation (boring) plan and geotechnical testing to determine field and laboratory soil characteristics, soil permeability rates, and depths to groundwater table. JFK International Storm Surge Flood Mitigation (17 Outfalls), PANYNJ, Jamaica, NY. - Assistant Engineer for Stage I, III, and IV design services for improvements to JFK’s drainage system to mitigate damages from storm surge events. The improvements include storm surge devices at 17 different locations around the airport ranging from single 24”x24” flapgate up to triple 16’x18’ flapgates. Close coordination and evaluation throughout the design process with the Engineering Department, Storm Mitigation and Resilience Office (SMRO), and JFK international staff was a key piece to the project’s success to date. North Shore Bulkhead Project, City of Long Beach, Long Beach, NY. 2018-Current – Project Manager for the design and construction of a $12 Million bulkhead replacement project for the City of Long Beach, NY. The city’s north shore is almost entirely comprised of bulkheads that are owned by either the city or private residents. The project intends to increase the City’s resiliency to flooding in the wake of Superstorm Sandy by installing approximately 6,500 linear feet of new bulkheads along the city owned portions. The scope of work involved bulkhead alignment design, grading, construction impact evaluation, and cost estimating for the project. Mr. Oldenburger coordinated and prepared design deliverables (30%, 60%, 90%, and Bidding) with internal design team members and external subconsultants, as well as the Commissioner of Public Works. Responsible for oversight of construction on behalf of the city by providing construction management and inspection services. NYS Governor’s Office of Storm Recovery, Coastal Marsh Restoration, Town of Hempstead, NY. 2017-Current Mr. Oldenburger was the Project Manager for the approximately $29 million coastal marsh restoration project. The project consisted Résumé Jake Oldenburger, Subject Matter Expert 3 of a detailed existing conditions evaluation and 30% design to restore the coastal marshes to provide wave and flood protection benefits to the communities in the lower Mill River basin. In addition to extensive field investigations, the 30% design development project includes, development of marsh improvement features, hydrodynamic modeling to evaluate the flood and wave attenuation performance of the proposed marsh elements, development of 30% design plans, cost estimating and construction schedule development. Also another component of the project consisted of the 30% for an built up overlook area at the south end of Bay Park. The overlook would be a landscape feature that provide areas for the community to see and learn from the coastal marsh restoration. Flood Mitigation/Resiliency Feasibility Study, Gateway at Battery Park City, New York, NY. 2019. Mr. Oldenburger was the project manager for site/civil feasibility study of Flood Mitigation/Resiliency at the Gateway apartment complex. The study was to evaluate the existing conditions of the facility and provide recommendations for future flood mitigation and resiliency in coordination with the Battery Park City Overall Master Plan. Wastewater PS 313, 235th Street Pumping Station, NYCDEP, Bronx, NY. Project Engineer. Facility planning, design and DSDC for the complete overhaul of the 235th Street combined sewer pumping station with a dry weather flow of 1.5 MGD and a total station capacity of 3.5 MGD. The previous 1960’s design included two belt-driven pumps with a bypass to handle wet weather flow exceeding pump station capacity. The improvement project for BWT included upgrading outdated equipment and the physical structure which are both in poor condition. Installation of a new 1,100 LF 24-inch force main and 6-inch water main is also included. The services included the preparation of a Facilities Plan Assessment, Engineer’s Basis of Design Report, full detailed design submittals (30%, 60%, 90%, and Final), bidding services, and DSDC. Permitting required BWT, BEDC, and BWSO coordination and collaboration as well as Community Board, PDC, DOB, NYCDOT, and NYC Parks approvals. Rockaway/Nameoke Pumping Station, NYCDEP, Queens, NY. Project Engineer. Facility planning and design services on BWT’s behalf for the Nameoke Pumping Station drainage area. The improvements were part of the evaluation to increase station capacity resulting from the Downtown Far Rockaway Urban Renewal Plan (Plan) and DEP’s state of good repair program. The proposed Plan focused on investing in the area’s existing infrastructure, as well as supporting new commercial and residential developments, to strengthen and revitalize the community. The Plan included a $91M revitalization investment with sewer and road infrastructure improvements. The Nameoke Pumping Station is located immediately adjacent to the Plan’s Urban Renewal Area but was not in operation and for all practical purposes abandoned. DEP initiated the Facility Planning process to determine the scope of work to address the community’s needs for the Nameoke Pumping Station. NYCDEP Inverted Siphon Design Criteria, NYCDEP, New York, NY. Project Engineer. Tetra Tech was retained to develop design criteria for inverted siphons for New York City’s storm sewers, sanitary sewers and combined sewers. DEP’s drainage design manual previously provided guidelines and procedures, but there were no criteria for inverted siphon design. Tetra Tech first developed step-by-step procedures for calculations and assumptions for transition chambers from upstream to downstream gravity sewer with criteria to determine how weirs and/or diversion structures should be sized. Next, air vent pipe sizing and air jumpers and HGL and EGL were determined. Performance Criteria was then created resulting in more cost-efficient inverted siphons, lower maintenance costs, minimized energy losses, HGLs maintained within the inner top of the sewers on the upstream and downstream ends, reduction or elimination in septic conditions, and prevention of backwater effects in upstream sewers. Lastly, Tetra Tech provided a workflow procedure for incorporating inverted siphons in InfoWORKS ICM for each type of siphon; combined, sanitary and storm sewers. Amended Drainage Plan – Long Island City, NYCDEP, New York, NY. 2020 Mr. Oldenburger is the Project Manager for amending the drainage plan for a portion of Long Island City due to future re-zoning. The project consists of evaluating the existing combine sewer system for the latest design criteria and making recommendations for upgrading the sewer system. In addition, analysis for a potential high-level stormwater system is included to determine if drainage can be diverted away from the interceptor and discharge directly to the East River. Industrial PSE&G, Overhead Electrical Transmission Projects, NJ. - Mr. Oldenburger was the Senior Project Manager for the engineering and permitting of Flood Hazard Areas and Soil Erosion & Sediment Control. The projects involve complete reconstruction of the overhead transmission towers for over 50 miles of existing right-of-ways. The projects included a detailed site investigation walk Résumé Jake Oldenburger, Subject Matter Expert 4 through with a review of existing conditions and research of FEMA and NJDEP flood mapping. In addition, detailed hydrologic and hydraulic modeling was utilized to quantify impacts of new towers in Flood Hazard Areas. NJDEP Flood Hazard Area Control Act Rules were utilized for the design and permitting. 38 Metropolitan Avenue DOB Permitting, Consolidated Edison, Inc., Brooklyn, NY. 2019 - Mr. Oldenburger was the Project Manager for the design and NYC Department of Building (DOB) permitting of temporary and permanent structures at Consolidated Edison, Inc.’s (Con Ed) 38 Metropolitan Avenue property in Brooklyn. The site required the construction of temporary construction fencing, as well as permanent fencing installation. Both of these actions required coordinating with a permit expeditor, Con Ed, and contractors to acquire the necessary permits for the DOB. Soild Waste Anchorage Central Transfer Station, Solid Waste Services, Anchorage, AK. 2019-Current. Mr. Oldenburger is the Project Engineer for the civil design of a new central transfer station for the Municipality of Anchorage. The project is a top priority of the municipality to maximize operational potential of the departments existing and future assts to extend the remaining life of the existing Anchorage Regional Landfill. The proposed state-of-the art facility will provide safe, efficient, and user-friendly for residents and collection agencies. The project consists of a complex of multiple buildings on an approximate 27-acre parcel. The proposed site is designed to incorporate a split-level tipping floor and stringent stormwater regulations. 1 EXPERIENCE SUMMARY Mr. Kunish is a disaster recovery management expert with 21 years of experience and has worked on 47 disasters throughout his career. Currently he supports multiple communities in utilizing federal grants to respond, recover and mitigate natural and manmade disasters across the country. These programs include the management of applications and awarded funding to elevate and buy out residences, build back damaged infrastructure to be more disaster resilient, and work for reimbursement of local governments for response and recovery efforts under the Federal Emergency Agency’s (FEMA’s) Public Assistance and Hazard Mitigation Grant Program. In addition to his disaster grant management and response work, Mr. Kunish has been a project manager on numerous disaster debris removal and debris removal monitoring projects and supports communities as they evaluate flooded properties to make substantial damage estimations under the National Flood Insurance Program. He began his career with the State of Florida Division of Emergency Management and worked there for thirteen years serving as the State’s Planning Section Chief, Incident Management Team Commander, Deputy Hazard Mitigation Chief, and Hazardous Material Auditor. RELEVANT EXPERIENCE Subject Matter Expert (June 2019 – Ongoing) Los Angeles County, California | Insurance Cost Recovery Services Following the Woolsey Fire, Tetra Tech was contracted to provide insurance cost recovery services, including duplication of benefits and case management services. Mr. Kunish serves as subject matter expert, providing program guidance for successful operations. Technical Expert (March 2018–Ongoing) Commonwealth of Puerto Rico | Public Assistance Program Implementation With the devastating damage following Hurricane Maria’s impact to Puerto Rico, Mr. Kunish has been supporting Puerto Rico’s Governor’s Authorized Representative to implement FEMA’s as the grantee for the Public Assistance program. His support included advising and implantation of a Section 428 Alternate Procedure that is required for all permanent work in Puerto Rico, implementation of a cloud based system to capture all damaged site visit data, and project formulation strategy for replacement of flood public housing projects. Mr. Kunish also administers over a hundred field inspectors and grant managers. Project Manager (October 2015–Ongoing) Richland County, South Carolina | Post Flood Disaster Flood Assistance Following the flood disaster that impacted Richland County in October 2015, Mr. Kunish supported the management of the county’s claims development and administration. Mr. Kunish is currently providing programmatic and implementation support for the FEMA Public Assistance (PA) Grant Program, Hazard Mitigation Grant Program (HMGP), and the Community Development Block Grant Program. Donald Kunish Subject Matter Expert 21+ YEARS OF EXPERIENCE 47 DISASTERS 13y STATES PLANNING CHIEF Areas of Expertise Project Management Disaster Response Disaster Recovery Hazard Mitigation Emergency Operations Hazardous Material Planning Duplication of Benefits Recovery Grant Experience FEMA Professional Development Series OSHA 40 Hour Construction Safety O-400 Incident Commander ICS-100 through ICS-400 Incident Command System G-202 Debris Management G-137 Exercise Program Manager Homeland Security Exercise and Evaluation Program (HSEEP) Exercise Evaluation Construction Quality Management (CQM) Education University of Florida Bachelor of Arts, Sociology, Minor in Education Résumé Donald Kunish, Subject Matter Expert 2 Project Manager (June 2016–December 2016) and Principal-In-Charge (August 2017 – December 2018) Fort Bend County, Texas | Substantial Damage Estimation and HMGP Application In 2016, Fort Bend County experienced flooding of over 1,500 homes as a result of an historic rain event. Mr. Kunish supported the County’s efforts to identify, inspect and issue notices for Substantial Damage Estimation (SDE) determination as required to maintain compliance with the National Flood Insurance Program. He also assisted with the County’s application process to elevate or buyout 76 properties that were damaged during the flooding event. In 2017, Hurricane Harvey causes another historic flood where many homes that flooded in 2016 were also damaged where Mr. Kunish once again provided support to the County’s SDE efforts. Project Manager (April 2016–June 2016), Project Manager (August 2017-Ongoing) Harris County, Texas | Disaster Debris Removal Following a record-breaking rain event in 2016, Harris County experienced significant residential flooding in which over a 1,000 flooded homes generated over 40,000 cubic yards of debris. The following year the County experience a historical flood caused by Hurricane Harvey where over 30,000 homes were flooded and over 1,500,000 cubic yards of debris removed by the County’s contractors, mutual aid and force account forces. In both events Mr. Kunish and his team (50 personnel in 2016 and over 300 personnel in 2017) assisted Harris County to monitor and manage the removal of disaster debris. The County’s efforts included the removal of construction and demolition debris, vegetative debris, e-waste, household hazardous waste and white goods. Mr. Kunish also ensured that all activities were done in compliance with Federal and State regulations and documented removal from debris from cradle to grave for invoicing and auditing efforts. Project/Readiness Manager (October 2016 – January 2017) Flagler County, Florida | Hurricane Mathew Debris Removal Mr. Kunish rapidly deployed over 50 personnel to consisting of fulltime Tetra Tech staff, subcontractors and local hires to monitor the County’s debris removal operations. Mr. Kunish provided extensive debris planning and programmatic support as the County initiated their operations. Coordination with FEMA and the State environmental agency on debris disposal sites became a significant part of the operational planning Mr. Kunish provided. Project Manager (December 2013–Ongoing) Galveston County, Texas | HMGP and SRL Assistance Mr. Kunish assisted Galveston County with its HMGP and Severe Repetitive Loss (SRL) programs following Hurricanes Ike and Gustav, which devastated the county with storm surge. Mr. Kunish served as the project manager in the implementation of the SRL Program, where 121 houses were elevated to mitigate their risk to future flooding. Mr. Kunish also managed the closeout of 150 properties that were bought with funding under the HMGP. Project Control Specialist (October 2013–August 2016) Boulder County, CO | Public Assistance Consulting Following the flood disaster that impacted Boulder County in September 2013, our team was selected to manage the county’s claims development and administration of $100 Million. Mr. Kunish is currently providing programmatic and application support for the FEMA Public Assistance (PA) Grant Program, Hazard Mitigation Grant Program (HMGP), and the Community Development Block Grant Program. Senior PA Specialist (September 2014 – September 2015) Napa County, California | South Napa Earthquake (FEMA-4193-DR-CA) As the deputy director of post disaster programs, Mr. Kunish directly supports project operations on the Napa County public assistance (PA) project. Of particular importance is his implementation of Tetra Tech’s RecoveryTracTM system, which provides real-time information regarding project worksheet (PW) formulation, development, and obligation, and serves as the data backbone of Tetra Tech’s PA projects. Project Manager (December 2013–September 2014) Terrebonne Parrish, LA | Hurricane Katrina CDBG Buyout and Demolition The Parrish utilized CDBG-DR funding to buyout and demolish 30 homes in order to redeveloped neighborhoods and eliminate blight that they were experiencing, Mr. Kunish was involved in ensuring compliance CDGB regulations, supporting participant outreach and monitored reporting requirements. Résumé Donald Kunish, Subject Matter Expert 3 Project Manager (August–September 2012) Livingston Parish, Louisiana | Hurricane Isaac Debris Removal Mr. Kunish served as project manager, where he oversaw and managed the debris collection, segregation, and final disposal to include management of burn pits and coordination with recycling and landfill disposal options. Project Manager (August–September 2011) City of Minot, North Dakota | Souris River Flooding - Emergency Levee Removal The Souris River flooding displaced over 2,100 households in the City of Minot, North Dakota. To combat the flood waters, emergency levees were placed in strategic locations throughout Ward County. Mr. Kunish oversaw this project, which consisted of removing the emergency levees and returning the material used to borrow locations for future use. This was completed with over 150 trucks and multiple loading and cleanup crews. Project Manager (April–July 2011) Lamar and Limestone Counties, Alabama | Tornadoes Private Property Debris Removal Program Management The devastation of the 2011 Alabama tornadoes required the activation of the private property debris removal program in Lamar and Limestone Counties. Mr. Kunish served as project manager, where he managed and oversaw the verification of the amount and type of debris to be removed from private property, assigned and managed debris removal crews, and managed final disposal of debris. EMPLOYMENT HISTORY Tetra Tech, Deputy Director of Financial Recovery Services (June 2013–Current) Ceres Environmental Services, Regional Director (June 2011–May 2013) Florida Division of Emergency Management, Deputy Bureau Chief (September 2007–May 2011) Florida Division of Emergency Management, Planning Manager (October 2003–August 2007) Florida Division of Emergency Management, Planner (June 1998–September 2003) 1 EXPERIENCE SUMMARY Mr. Schaub has over 20 years of experience in homeland security, disaster recovery, and intelligence, managing resources, personnel, and planning and processes in both large and small-scale disasters. Mr. Schaub maintains excellent critical thinking, analytic skills, and effective communication. He is a 2019 graduate of FEMA’s CHDS graduate program. Mr. Schaub has extensive experience with executive management of project nomination, planning, and execution of public assistance and hazard mitigation projects, and has provided direct support to over 40 counties and cities in recovery and mitigation efforts in post flood and wildfire phases. Additionally, Mr. Schaub has international training experience, including serving as advisor to the Iraqi Air Force and extensive travel and interaction with Latin American militaries. Mr. Schaub also maintains skills in training and mentoring. RELEVANT EXPERIENCE Project Manager (2021 – Present) Tetra Tech • Successful management of FEMA Public Assistance, ARPA, and CARES Act project creation and submission for six local governments, to include leading teams that validate and submit critical documentation for prompt federal reimbursement of costs incurred; led team that performed risk analysis on 30+ RfRs • Performed ARPA revenue loss calculation validation to cover first responder wages during CV19 pandemic • Created unique portal for CARES Act grant application validation and recommendations to client; 30+ RFIs, 33 childcare applicants, and $3M+ in grant applications; transparency allowed for immediate client visibility Recovery and Mitigation Manager (2019 – 2021) Pikes Peak Regional Office of Emergency Management • Managed over $30M in FEMA, HUD, and NRCS recovery and mitigation projects on behalf of the county • Led regional exercise on damage assessments using real-time data to report on infrastructure damages • Managed the creation of a $100K hazard mitigation plan for the county; wrote the recovery, debris management, and damage assessment plans while coordinating with 150+ stakeholders State Recovery Officer (2014 – 2018) Colorado State Division of Homeland Security • Project manager for over $50M of statewide projects and grants, to include recovery and mitigation • Key Liaison between state, federal, local, non-profit, and private citizens seeking recovery support Executive Director (2011 – 2013) Theater Analysis Division, USSOUTHCOM • Provided a vision for action for all intelligence production efforts for a 1500+ personnel agency, directly supervising 200+ analysts and support personnel. Team Mike Schaub, Jr. Program Manager 20+ YEARS OF EXPERIENCE 125M+ GRANT FUNDING Areas of Expertise Program Management Cost Benefit Analysis Hazard Mitigation Program EOC Operations Public Assistance Grant Management Grant Experience FEMA Public Assistance ARPA CARES Act Key Training/Certifications Air Command and Staff College, Senior Level Management Course Air War College, Executive Level Management Course Education Center for Homeland Defense Studies, Master of Arts, Homeland Security Naval Postgraduate School, Political Science, Latin American Affairs US Air Force Academy, Bachelor of Science, Aeronautical Engineers (top 15%) Résumé Mike Schaub, Jr., Program Manager 2 produced 1000+ finished intelligence products focused on political, military, economic, and social issues that affected US national security interests • Developed contingency plans for regional crises; efforts led to accurate predictions of head of state replacement which ensured national policymakers remained fully informed. Director of Intelligence (2010 – 2011) Joint Task Force TROY/IRAQ • Led US intelligence efforts in Iraq to counter IEDs, supervising 200+ personnel, an extensive IED laboratory, and a $33M dollar terrorist targeting effort • Ranked #2 of 37 colonels (2010-2011) by the Deputy Commanding General of US Forces - Iraq Assistant Professor of Political Science (2009) US Air Force Academy • Instructed over 150 undergraduate students in freshman and upper-level courses on American Government, Geopolitics, Intelligence and Politics, and the Causes of War • Utilized geospatial intelligence to instruct students on current intelligence processes; mentored 15+ at-risk undergraduates to provide maximum support during critical probationary timeframes • Ranked #2/135 Lieutenant Colonels in the Dean of Faculty in Academic Year 2008-2009 Director of Operations (2008) al Taji/Iraq • Directed squadron operations of 87+ airmen in the training of 500+ Iraqis in aviation, intelligence, firefighting, aircrew life support, and flight medicine; first-ever schoolhouse for professional Air Force • Managed $2.4M infrastructure upgrades for the Iraqi Air Force, training surged by 55% for Iraqi airmen Division Chief (2002 – 2005) Pacific and Americas Division • Led 25-member team in all-source intelligence to provide fused threat pictures of threats to DoD transportation assets worldwide; 200+ perimeter threat assessments produced for US facilities • Managed intel support for Hurricane Katrina/Rita Operations, supporting non-governmental agencies, US government agencies, US Navy vessels, and law enforcement specialists with 100+ geospatial and planning products ADDITIONAL TRAINING/CERTIFICATIONS Air Command and Staff College, Senior Level Management Course Air War College, Executive Level Management Course EXPERIENCE SUMMARY Ms. Torrent has 20 years of experience in various accounting and management positions. Over the years, she has proven the ability to implement effective policies and procedures, enhance productivity, and increase efficiency. She is an expert in budget management, negotiations, forecasting, reporting, analysis and customer service. Additionally, Ms. Torrent has excellent analytical and quantitative abilities. She has a consistent record of growing revenues while reducing operating costs and outstanding presentation, leadership, and communication skills in both English and Spanish. RELEVANT EXPERIENCE Public Assistance Consultant (June 2021 – Present) City of Callaway FL & City of Lynn Haven, FL | Hurricane Michael Vernon Parish LA | Hurricane Laura • Managed and monitored Post Obligations teams to develop and collect funds on Obligated Projects. • Responded to RFI and variance reports to ensure accuracy and timely reimbursement to the Applicants. • Created and maintained various reports, tracking spreadsheets, and on-demand ad-hoc report requests, as needed, and within specific timeframes. • Tracked awards by reviewing and analyzing post-award financial, programmatic and expenditure reports to identify financial and administrative problems or potential problems. • Performed a variety of post-award grants and/or cooperative agreement management tasks including conducting post-award reviews and analyses to identify and resolve management, financial, and administrative issues. • Prepared and reconciled quarterly reports, time extensions, advance of funds and reimbursement payment requests along with compiling supporting documentation. • Provided training, technical assistance and guidelines, oversight, expertise, and consultation to internal staff, management and program officials, awardees, review panels, applicants, recipients, and sub-recipients. Public Assistance Consultant (April 2020 – Present) Various Clients | COVID-19 • Worked with local, state, and federal officials to identify eligible COVID-19 response and mitigation activities. Advised applicants on FEMA PA policy and documentation requirements. • Managed data analyst teams to assist with the creation of project cost summaries and review for accuracy and eligibility. Develop project narratives, identify expenses, and review for eligibility and accuracy for reimbursement and reconciliation. • Created and maintained various reports, tracking spreadsheets, and on-demand ad-hoc report requests, as needed, and within specific timeframes. • Provided training, technical assistance and guidelines, oversight, expertise, and consultation to internal staff, management and program officials, awardees, review panels, applicants, recipients, and sub-recipients. The list of Tetra Tech clients Ms. Torrent assisted in this role can be found below: Alex Torrent Public Assistance Lead 20 YEARS OF EXPERIENCE 8 DISASTERS $8.3B GRANT FUNDING Areas of Expertise Accounting Budget Management Cost Benefit Analysis Disaster Debris Removal Problem Solving/Troubleshooting Payroll Training/Development of Training Manuals Grant Experience FEMA Pre-Disaster Mitigation Grants FEMA Public Assistance Key Training/Certifications Florida Notary Public Education Florida Metropolitan University, B.S. Accounting University of Puerto Rico, B.S. Chemistry • Harris County, Texas • City of Houston, Texas • Palm Beach County, Florida • City of Dunedin, Florida • Walton County, Florida • City of Fort Myers, Florida Public Assistance Consultant (March 2020 – June 2021) City of Houston, TX | Hurricane Harvey • Managed and monitored Project Formulation and Post Obligations teams to develop and collect funds on 205 projects ($2.3B) • Responsible for developing and delivering complex financial and production reports both internally and to our Applicant. Creating and maintaining various reports, tracking spreadsheets, and on-demand ad-hoc report requests, as needed, and within specific timeframes. • Tracked awards by reviewing and analyzing post-award financial, programmatic and expenditure reports to identify financial and administrative problems or potential problems. • Performed a variety of post-award grants and/or cooperative agreement management tasks including conducting post-award reviews and analyses to identify and resolve management, financial, and administrative issues. • Prepared and reconciled quarterly reports, time extensions, advance of funds and reimbursement payment requests along with compiling supporting documentation. • Provided training, technical assistance and guidelines, oversight, expertise, and consultation to internal staff, management and program officials, awardees, review panels, applicants, recipients, and sub-recipients. Housing Sector Program Delivery Manager Lead (June 2019 - Present) San Juan, PR | Hurricane Maria • Managed and monitored a team of 6 engineers to develop 360 projects ($6B) for the PR Department of Housing, PR Housing Authority and 26 PNP’s. • Worked with the Environmental team to develop processes to address lead and asbestos concerns in older buildings. Collaborated with the Hazard Mitigation crew to develop a wind-retrofit strategy for the Housing projects. Teamed up with technical specialist to work Architectural & Engineering projects for the Applicant. • With the assistance of the Drone Mission team, introduced the infrared thermographic inspections as an option for regular site inspections. • Damage Inventory validation of over 10,000 damage facilities. Creation of templates for repetitive damages and expedite scope and costing projects. • Participated in the creation of a sampling methodology to maximize benefits for the Applicant. • Coordinated and contributed in collaborations with Hazard Mitigation, Insurance and EHP as well as FEMA leadership during project scope and cost stages. • Attended weekly meetings with Subrecipient to discuss technical issues with projects, challenges with FEMA and update state agency in the development and progress of the projects. • As of today, $40M (12 projects) have been obligated for projects our team have presented since July 2019. Task Force Lead (May 2018 – June 2019) Aguadilla, PR | Hurricane Maria • Managed and monitored a team of 50 Inspectors and 6 project leads to produce damage assessment reports. This included 16 municipalities and 5 sectors (Transportation, Housing, Health & Social Services, Natural Resources & Education). • Scheduled site inspections, performed safety briefings, provided field training during site visits. Collaborated with FEMA inspections teams to ensure all data was collected and documented. • Participated in production and development meetings to improve processes and increase productivity. • Attended daily meetings with Municipal and Sector Engineers and FEMA PDMG’s to develop projects from drafting to scope and cost. • Developed small projects initiative with the Municipal Applicants to expedite obligation and funding. 1 EXPERIENCE SUMMARY Mr. Brian Rutherford has over 20 years of emergency management experience. His areas of expertise include disaster debris management, continuity of operations, emergency planning, mitigation, and recovery. Mr. Rutherford has been involved in a wide range of emergency management planning and response projects. Some of these include: disaster debris management planning and response, public health emergency plan development, continuity of operations planning, infectious disease planning, plan assessments, public information plan development, hazard mitigation planning, hurricane planning and response, wildfire response, flooding response, training design and meeting facilitation. Mr. Rutherford is also experienced in the design and evaluation of exercises following Homeland Security Exercise and Evaluation Program principles. Prior to joining our team, Mr. Rutherford served as a public health planner for the Galveston County Health District in Texas. His responsibilities included coordinating public health preparedness activities, overseeing the county’s Strategic National Stockpile program, developing emergency plans, coordinating exercises, conducting training, and organizing conferences. While there, he also helped coordinate the public health response to several emergencies, including Hurricane Rita, Hurricane Humberto, and the BP explosion in Texas City. Mr. Rutherford also held a position as an information specialist for the Texas Department of State Health Services, where he was responsible for coordinating responses to media inquiries, public health preparedness planning, and response to public health emergencies. RELEVANT EXPERIENCE Project Manager (February 2022 – April 2022) Sarasota County, Florida | Disaster Debris Management Training Mr. Rutherford was the project manager and trainer in a project to train Sarasota County staff in planning, operations, public information, and continuity of operations in response to a debris generating disaster. Project Manager (August 2020 – Present) Marin County, California | Disaster Debris Management Planning Mr. Rutherford is managing a project to develop disaster debris management plans for Marin County, California, develop a disaster debris plan template for other counties in the region, conduct training and exercises. Project Manager (July 2020 – Present) Burleson, Texas | Disaster Debris Management Planning Mr. Rutherford is managing a project to develop a disaster debris management plan and provide analysis of debris management sites for Burleson, Texas. Project Manager (March 2020 – Present) Brazoria County, Texas | Disaster Debris Management Planning Mr. Rutherford is managing a project to update the disaster debris management plan and provide analysis of debris management sites for Brazoria County. Brian Rutherford Planning/Training 20+ YEARS OF EXPERIENCE Areas of Expertise Emergency Planning, Response and Recovery Continuity of Operations Planning Debris Management Hazard Mitigation Regional Coordination Training and Exercises Public Health Preparedness Infectious Disease Planning Meeting Facilitation Public Information Key Training/Certifications Professional Continuity Practitioner FEMA Public Assistance Program and Eligibility FEMA Emergency Management Institute: Personal Development Series Homeland Security Exercise Evaluation Program National Incident Management System 700 Incident Command System 100, 200, 300, 400 National Response Plan 800 Debris Management Fatalities Management 40 Hour HAZWOPER and refresher Public Information Hazard Mitigation Education Bachelor of Business Administration, University of Houston-Downtown, 2002 Résumé Brian Rutherford, Planning/Training 2 Project Manager (February 2020 – Present) City of Culver City, California | Disaster Debris Management Planning Mr. Rutherford is managing a project to develop disaster debris management plans for the City of Culver City, California Project Manager (February 2020 – September 2020) Walton County, Florida | Hazard Mitigation Plan Update Planning Mr. Rutherford managed a project to update the hazard mitigation plan for Walton County, Florida. Planner (November 2019 – August 2020) San Mateo County, California | Disaster Debris Management Planning Mr. Rutherford was the lead planner in a project to develop a disaster debris management plan for San Mateo County, California. Consultant (October 2019) Harris County, Texas | Disaster Recovery Housing Program Mr. Rutherford assisted in a project to assess the Community Development Block Grant – Disaster Recovery (CDBG-DR) housing program for Harris County, Texas in response to Hurricane Harvey. Project Manager (March 2018 – Ongoing) City of Bellevue, Washington | Disaster Debris Management Planning Mr. Rutherford is coordinating with Perteet, Inc. to develop disaster debris management plans and evaluate debris management sites to speed recovery from a debris generating incident for the City of Bellevue, Washington. Planner (April 2018 – November 2018) City of Miami, Florida | Disaster Debris Management Planning Mr. Rutherford assisted in a project to update the disaster debris management plan for the city of Miami, Florida. In addition to updating the plan, Mr. Rutherford was also involved in developing a scope of work for debris removal contractors that will be procured to by the city following a disaster. Planner and Facilitator (September 2019 – February 2020) Southeast Pennsylvania Regional Task Force | Tabletop Exercise Mr. Rutherford coordinated with Bucks County, Chester County, Delaware County, Montgomery County, and the City of Philadelphia, to develop and conduct a debris management tabletop exercise. Trainer and Exercise Facilitator (September 2019 – December 2019) Metro Boston Homeland Security Region | Training and Tabletop Exercise Mr. Rutherford coordinated with the cities of Boston, Brookline, Chelsea, Cambridge, Everett, Quincy, Revere, Somerville, and Winthrop, to develop and facilitate training and conduct exercises in disaster debris management. Planner (August 2019 – Ongoing) City of Sugar Land, Texas | Hazard Mitigation Plan Update Planning Mr. Rutherford assisted in a project to update the hazard mitigation plan for the City of Sugar Land, Texas. Project Manager (April 2019 – October 2019) Debris Management Webinars and Workshop Mr. Rutherford managed a project to develop two webinars and a workshop for the Houston – Galveston Area Council jurisdictions. The webinars and workshop provide guidance in response to wildfires, tornadoes and terrorism incidents. They also provided updates in Federal guidance, laws, and best practices in debris management. In addition, Mr. Rutherford prepared a report highlighting disaster debris and its effect on the lifespan of area landfills. Project Manager (November 2018 – March 2019) City of Livermore, California | Disaster Debris Management Planning Mr. Rutherford managed a project to develop disaster debris management plans for the City of Livermore, California. 1 EXPERIENCE SUMMARY Ms. McLendon is a Certified Public Accountant with over 27 years of broad-based experience. She has served in both private industry as a corporate controller and in a consulting capacity assisting local governments with accounting, grant management, and integrity monitoring related functions. She is skilled at working with state and local government agencies to collect, process, analyze, and present financial information including cross walking local government costs against reimbursement agency eligibility guidance. Joan has expertise across many financial disciplines including accounting, auditing, forensic accounting, FEMA Public Assistance (PA) program grant management and most recently U.S. Treasury CARES Act administration and oversight. In summary, Ms. McLendon’s qualifications include: • Experienced Certified Public Accountant (CPA) and Chartered Global Management Accountant (CGMA) with over 25 years of experience. • Serving as a senior manager in support of CARES Act administration for Palm Beach County, Florida • Strong working knowledge of FEMA PA and Cares Act eligibility requirements • Provided forensic accounting litigation assistance to Florida Department of Transportation and various other corporate clients • Strong background in quality assurance and quality control (QA/QC), data management, and contractor invoice reconciliation RELEVANT EXPERIENCE CARES Act and FEMA PA Administration (2020) Palm Beach County, Florida Ms. McLendon is currently serving as a senior accounting manager assisting Palm Beach County, Florida in the administration of $261 million in CARES Act funding. She is responsible for reviewing County expenditures for CARES Act and FEMA PA funding. Ms. McLendon is also assisting the County with development of the required expenditure reports to U.S. Treasury. FEMA PA Cost Administration (2019) Camp Fire, Cal Recycle Ms. McLendon led a team of accountants in auditing labor and environmental field- testing expense documentation associated with Tetra Tech’s Camp Fire response efforts to CalRecyle. Ms. McLendon established processes and managed a team of approximately twelve staff accountants to ensure that cost documentation tied to field documentation (supporting invoices). FEMA Public Assistance Program Administration (2018) City of Boiling Spring Lakes, NC and Town of Briarcliffe Acres, SC Ms. McLendon provided FEMA PA grant administration oversight for both of these field debris monitoring projects following Hurricane Florence. She assisted in the initial project set-up and then served as lead in reconciling and auditing invoices submitted by debris contractors. She worked with contractors to reconcile invoice discrepancies and issued payment recommendations to clients once an accurate invoice was Joan McLendon, CPA Financial Compliance Lead 28+ YEARS OF EXPERIENCE Areas of Expertise • CARES Act Administration • FEMA PA Grant Management • Integrity Monitoring / Ant-Fraud • Public Accounting • Forensic Accounting • Auditing • Internal Controls • Database Management Key Training/Certifications • FEMA Certifications: IS-01000, IS- 01001, IS-01002 • CPA) • CGMA Education Bachelor of Science, Accounting, Florida State University, 1992 Résumé Joan McLendon, CPA, Financial Compliance Lead 2 achieved. Joan also assisted in preparing the data packages provided to FEMA for PW preparation. FEMA Category A Grant Management (2017) Seminole County, Florida Seminole County was hit hard by Hurricane Irma with more than 800,000 cubic yards of debris. Ms. McLendon was initially assigned to assist the County in collecting and organizing Right of Entry (ROE) information for the County to apply for a Private Property Debris Removal Program (PPDR) with FEMA. Later she assisted with invoice reconciliation and other financial tasks in support of preparing documentation for FEMA Category A reimbursement. Hurricane Harvey Flood Debris Monitoring (2017) Various Communities in Texas Ms. McLendon oversaw contractor invoice reconciliation for more than a dozen communities in Texas following Hurricane Harvey. She managed a team of accounting professionals in managing automated debris management system (ADMS) data and working with debris contractors on invoice approvals. Hurricane Ike Disaster Debris Monitoring (2008) Various Communities in Texas Ms. McLendon assisted with accounting and administrative functions in response to a major mobilization of more than 3,000 staff in the greater Houston, Texas area following Hurricane Ike. She assisted in reconciling invoices and approving contractor invoices for payment. Forensic Accounting Litigation Support Florida Department of Transportation Ms. McLendon assisted FDOT in multiple disputes and litigation between the FDOT and various contractors. She reviewed contractor job cost records and invoices and developed various reports and summaries in support of the FDOT. Controller Mechanical Services of Orlando, Inc. (MSI) Ms. McLendon served as Controller for MSI – a large Central Florida based mechanical contractor. She was responsible for all company accounting functions including payroll, accounts payable, accounts receivable, tax accounting, 401k administration, etc. 1 EXPERIENCE SUMMARY Mr. Firmin has over 10 years of experience in project management, logistics, disaster recovery consulting, and human resources. He also maintains a strong background in accounting processes, finance, logistics, and insurance. As a FEMA Public Assistance expert, Mr. Firmin is proficient in reporting utilizing the FEMA Grants Portal, as well as state-specific grant portals, including the States of Texas (TDEM) and Louisiana (LAPA). RELEVANT EXPERIENCE Project Manager (December 2021 – Present) Tetra Tech Disaster Recovery | City of Philadelphia, PA Oversees the City of Philadelphia recovery from Hurricane Ida, including project formulation, grant management and site inspections. Project Manager (April 2021 – Present) Tetra Tech Disaster Recovery | Harris County, TX Directly manages force account data analysts and is in charge of project formulation/reconciliation of force account labor and equipment for all County departments. Currently, the total estimated force account labor stands at 80M, for which our team is responsible for placing the costs to the correct grant program. Project Manager (July 2021 – Present) Tetra Tech Disaster Recovery | Frisco, TX In charge of reconciling, filing and submitting all of the City’s costs for the Covid-19 vaccine hub to FEMA PA. Project Manager (October 2021 – Present) Tetra Tech Disaster Recovery | Hamilton County In charge of reconciling, filing and submitting all of the County’s costs related to the Covid-19 pandemic to FEMA PA. Project Manager (February 2022 – Present) Tetra Tech Disaster Recovery | Fort Bend County, TX Assisting Fort Bend County as a Project manager for two separate projects. • Procurement Compliance: management of a FEMA legal specialist, whom provides guidance and deliverables to the County purchasing department. • Program Management: mangement of a Disparity Study that is being conducted by a third party consultant for the County. Additionally responsible for the data delivery to the third party consultant as well as reviewing invoices for the County. FEMA Public Assistance Consultant- Project Manager (April 2021 – Present) Tetra Tech Disaster Recovery | Houston, Texas Mr. Firmin serves as a Project Manager on the Tetra Tech disaster recovery team. As a Public Assistance Consultant and Project Manager, Mr. Firmin oversees multiple Public Assistance grant application and administration tasks including data collection, cost reconciliation, compliance reviews, project worksheet development, grants portal project applications, and request for reimbursement submittals for clients. Bruce Firmin Jr. Project Formulation 10 YEARS OF EXPERIENCE Areas of Expertise • Disaster Recovery Program Management • Grant Management • Procurement • Federal Compliance • Project Closeout • Data Management Grant Experience FEMA Public Assistance Disasters • Hurricane Katrina • Hurricane Sandy • Hurricane Harvey • Hurricane Laura • Winter Storm Uri Training/Certifications • FEMA IS1000 PA- Eligibility • FEMA IS1001 PA- Delivery Education University of New Orleans – New Orleans, LA Bachelor of Science in Business Administration, Minor in Management Résumé Bruce Firmin, Project Formulation 2 Project Manager (November 2016 – March 2021) Sulzer Group, LLC | New Orleans, LA • Providing applicant support throughout the entire FEMA Public Assistance program • Scope Alignment for FEMA funded projects • Coordinating Procurement for Architectural and Engineering firms as well as General Contractors for projects up to $15 million • Acting as Owner’s representative throughout the entire construction process • Conducting Construction Project Site visits and Status Meetings • Cost Reconciliations • Eligibility Determinations, including, helping applicants capture any expenses that may be reimbursable by FEMA • Federal Compliance • Insurance Allocations • Preparing and submitting requests for reimbursement for applicants to the State • Document and file management Closeout Specialist (October 2015 – October 2016) Sulzer Group, LLC | New Orleans, LA • Provided on site applicant support throughout grant closeout • Assisted client in cost reconciliation of 100M+ in grants • Assisted client in closeout of 100M+ in FEMA PA grants • Preparing and submitting closeout workbooks • Conducted closeout site visits with GOHSEP Logistic Coordinator (February 2014 – October 2015) Aggreko, LLC | Kenner, LA • Safety Training (internal/customer site) • Customer service • 14-HR Workday Management • Service Scheduling (shop) • Fleet Readiness- SIS • Schedule equipment repairs / retrofits • Global Service Center Standards (GSCS) • Inventory Management • Facility Management • Coordinate freight vendors transporting equipment and parts to ensure timely cost-effective delivery, negotiate pricing as necessary • Locate equipment and supplies from internal and external sources to fulfill orders • Handle incoming customer calls to address equipment, service, or contract issues • Process purchasing transactions for parts, fuel and other items • Provide freight cost estimates for proposals and contracts • Maintain optimum inventory levels of equipment and parts for current and future needs • Maintain and provide accurate records of equipment and parts inventory • Load and unload equipment and parts from trucks and ensure its appropriate storage as needed • Provide timely review of service-related paperwork to determination eligibility for billing as needed • Process paperwork and data entry in various areas such as payroll, service documentation, purchasing, and rental contracts • Adhere to safe operatng practices and quality standards Regional Human Resources Assistant (January 2010 – January 2014) Group 1 Automotive | New Orleans, LA Résumé Bruce Firmin, Project Formulation 3 Group 1 Automotive is an international Fortune 500 automotive retailer operating over 150 dealerships across North America, Europe and South America. In this role, Mr. Firmin’s responsibilities included: • Directly assisted Regional Human Resources Director, in all HR functions for ten dealership locations • Performing HR Generalist tasks included: Attending job fairs, recruiting and assisting director with investigations. • Conducted New Hire Orientation on a weekly basis • Responsible for various tasks throughout the employee life cycle. • Screened Potential Candidates for hire and performed hand off to hiring manager • Conducted exit interviews. • Tracked job postings through various media outlets • Communicated policy, payroll and benefit information to the hundreds of employees across multiple states. • Maintained and insured accuracy of employee files in online filing system, while expediting workflow process through corporate payroll • Completed Verifications of Employment 1 EXPERIENCE SUMMARY Mr. Scheidel is an expert in disaster recovery processes and strategies with over 20 years of experience. He owned and operated a disaster restoration company for 21 years where he and his team performed smoke, fire, and flood restoration. Since joining Tetra Tech in 2020, Mr. Scheidel has assisted the State of Louisiana and the City of Philadelphia in preparing documentation to submit to FEMA. Mr. Scheidel was selected for this role due to his proven history leading teams in the disaster recovery process to assist clients with grant applications. RELEVANT EXPERIENCE Cost Estimator (March 2021 – Present) City of Philadelphia, PA | COVID-19 Mr. Scheidel prepared various COVID-19 projects for submittal to FEMA. These projects included reimburesment requests such as COVID testing equipment, PPE, public warnings, cleaning & disinfecting costs, and EOC operations. Cost Estimator (March 2020 – February 2021) State of Louisiana | GOHSEP Mr. Scheidel prepared cost analyses on invoices that were submitted by applicants to FEMA, but not paid due to inadequate backup support. These invoices were for disaster-related claims going back as far as Hurricane Katrina. The goal of the cost analysis was to prove cost reasonableness of invoices so they could be paid. Emergency Preparedness Specialis (2018 – 2019) GP Strategies Mr. Scheidel represented Jackson County, FL in the aftermath of Hurricane Michael. He conducted damage assessments and prepared damage inventory for all categories. • Uploaded the damage inventory to FEMA’s Grants Portal. • Advised and assisted applicants in preparing necessary back-up documents. • Accompanied FEMA site inspectors on inspections. • Prepared cost estimates and uploaded to FEMA’s Grants Portal Program Manager (2017 - 2018) GP Strategies Mr. Scheidel represented the Palm Beach County, FL School District in the aftermath of Hurricane Irma. His role was to assist the County in preparing grant applications. Project Specialist (2010 - 2017) Disasters, Strategies & Ideas Group (DSI) Mr. Scheidel assisted cities, counties, municipalities, and their engineering departments in estimating damages and preparing project worksheets. These efforts were for the purpose of funding the repair of roads, bridges, public buildings, and utilities in the aftermath of flooding, hurricanes, tornadoes, and ice storm disasters. Disasters worked: • DR 4320 Tennessee (Flooding) July 2017 – September 2017 • DR 4277 Louisiana (Flooding) July 2016 – October 2016 John Scheidel Damage Assessment & Site Inspection 20+ YEARS OF EXPERIENCE Areas of Expertise • Disaster Recovery and Restoration • Cost Estimation • Grant Applications and Reimbursement • Damage Assessment Grant Experience • FEMA PA Key Training/Certifications • FEMA Project Spcialist • FEMA Debris Certification • FEMA Site Inspection Course • FEMA IS-01001 • FEMA IS-01002 Education Suffolk County College, Selden, New York Résumé John Scheidel, Damage Assessment & Site Inspection 2 • DR 422 North Texas (Flooding) March 2016 – June 2016 • DR 4223 South Texas (Flooding) June 2015 – August 2015 • DR 4124 Arkansas (Flooding & Ice Storm) September 2013 – March 2014 • DR 4085 New York (Hurricane Sandy) October 2012 – April 2013 • DR 4068 Florida (Flooding) May 2012 – August 2012 • DR 3327 North Carolina (Hurricane Flooding) November 2011 – December 2011 • DR 1909 Tennessee (Flooding & Tornado) April 2011 – October 2011 • DR 1841 Kentucky (Flooding) August 2010 – November 2010 • DR 1837 Mississippi (Tornado) June 2010 – July 2010 Project Specialist (2015 – 2016) GP Strategies Mr. Scheidel represented Berkeley County, SC to estimate damages and writing project worksheets to fund the repair of roads, bridges, public buildings, and utilities following severe flooding. Project Specialist (2014 – 2015) Disasters, Strategies & Ideas (DSI) Mr. Scheidel acted as the State Emergency Management Representative for Florida DR 4177 in conjunctions with FEMA. • Estimated damages. • Wrote project worksheets for roads, bridges, public buildings, and water control facilities. • Wrote Interim Inspection Reports to aid applicants in compiling all documents necessary for closeout. 1 EXPERIENCE SUMMARY Mr. Albani has approximately six years of experience in urban site civil design, permitting, stormwater management, and construction administration. His experience includes site civil engineering and permitting on building development and water/wastewater infrastructure projects in the Boston and New York markets for municipal clients, as well as private and institutional developers. Mr. Albani has effectively guided development projects through local and state permit requirements, as well as represented projects in coordination with local public works and water/sanitation departments. Mr. Albani has prepared the engineering designs for permitting and construction, including site layout, grading, drainage, hydraulic and hydrologic analysis, stormwater management reports, flooding evaluations, erosion and sediment control design, and construction administration. RELEVANT EXPERIENCE Project Engineer (2019 – Current) Hurricane Harvey FEMA Hazard Mitigation, City of Houston Government Services Department | Houston, TX. Project Engineer. As part of the Hurricane Harvey recovery, the City of Houston tasked Tetra Tech with developing Hazard Mitigation Proposals (HMPs) for funding by FEMA under the Public Assistance Program 406 mitigation grant process. Mr. Albani served as the Project Engineer evaluating damages at five heavily damaged General Services Department buildings including the Municipal Courthouse, City Hall, City Hall Complex, and Public Works buildings and prepared conceptual flood mitigation measures including dry floodproofing, wet floodproofing, and elevating infrastructure and facilities to prevent future damage. Mr. Albani then prepared HMP narratives with cost estimates detailing the eligibility for FEMA to fund the proposed mitigation. Project Engineer (2019 – Current) Hurricane Harvey FEMA Hazard Mitigation | City of Houston Public Works As part of the Hurricane Harvey recovery, the Houston Public Works tasked Tetra Tech with developing Hazard Mitigation Proposals (HMPs) for funding by FEMA under the Public Assistance Program 406 mitigation grant process. Mr. Albani served as the Project Engineer evaluating damages at heavily damaged Water and Wastewater facilities including groundwater pumping sites, water purification plants, wastewater treatment plants, and wastewater lifts stations. As part of the process, Mr. Albani prepared conceptual flood mitigation measures including dry floodproofing, wet floodproofing, and elevating infrastructure and facilities to prevent future damage. Mr. Albani then prepared HMP narratives with cost estimates detailing the eligibility for FEMA to fund the proposed mitigation. Design Manager (2020 – Ongoing) Onsite Green Infrastructure – Schools | Brooklyn/Queens, NY. Planning and design of approximately $15M in green infrastructure improvements at eight New York City public schools in Brooklyn and Queens. Includes subsurface storage chambers, porous paving, and other various site improvements. Sites range in Joseph Albani, PE, ENV SP Engineering and 406 Mitigation 6+ YEARS OF EXPERIENCE Areas of Expertise • Civil Engineering • Resiliency Projects • Mitigation • Project Management • Flood Mitigation Key Affiliations American Society of Civil Engineering Boston Society of Civil Engineering Urban Land Institute, New York EPA’s Safe and Sustainable Water Resources Research Program Education MS, Civil Engineering, University of Connecticut, 2014 BS, Civil Engineering, Northeastern University, 2012 Résumé Joseph Albani, PE, ENV SP, Engineering and 406 Mitigation 2 size from 1 to 15 acres and have numerous constraints to work around. Planning efforts included a detailed site visit and geotechnical investigation. The design is in accordance with the NYCDEP On-site Design Manual. The Green Infrastructure Program is part of the city’s combined sewer overflows (CSO) consent order to manage stormwater and reduce CSOs. The goal of the program is to manage the equivalent of one inch of precipitation on 10% impervious surfaces, thereby improving water quality and promoting sustainability. Project Engineer (2018 – 2019) Horsebrook Drain West Resiliency Project, NYS Governor’s Office of Storm Recovery | Hempstead, NY Provided stormwater retention and conveyance design to mitigate flooding caused by undersized stormwater infrastructure in a highly developed watershed. Project requires the design of approximately 700,000 cf of stormwater retention under an existing community park with associated conveyance piping, coordination with utility providers and existing contaminated groundwater treatment infrastructure, as well as significant community engagement to coordinate the implementation of field work and improvements to the community park. Project Engineer (2018 – Current) North Shore Bulkhead Project, City of Long Beach | Long Beach, NY Design of the Long Beach North Shore bulkhead intended to increase the City’s resiliency to flooding and sea level rise in the wake of Superstorm Sandy. Provided bulkhead alignment design, grading, construction impact evaluation, and cost estimating for the project. Coordinated and prepared design deliverables (30%, 60%, 90%, and Bidding) with internal design team members and external subconsultants, as well as the Commissioner of Public Works and performed DSDC. JFK International Airport Storm Surge Protection, PANYNJ, Queens NY. 2018-Current. Project Engineer. Design and construction administration for the installation of stormwater outfall protection from high tides and storm surges. Performed construction submittal review and replied to requests for information from the contractor through PANYNJ Construction Management Department. Design included the installation of five flap gates at five JFK outfalls associated with the JFK Fuel Farm. The design required heavy civil design and construction coordination, particularly in regard to resiliency and security. East Rockaway High School/ Lister Park Project, NYS Governor’s Office of Storm Recovery, East Rockaway, NY. 2018-Current. Project Engineer. As part of the Rebuild by Design Living with the Bay Program and local recovery from Superstorm Sandy flooding, the project was designed to increase community resiliency while providing educational opportunities and public access to the water in the communities of East Rockaway and Rockville Center on Long Island. Design included flood proofing with raised earthen berms, manufactured flood barriers, new bulkhead, and backflow preventers. Other improvements included permeable greenway along the Mill River, reconstructing parking lots with green infrastructure and improving ADA accessible routes. 1 EXPERIENCE SUMMARY Mr. Daniels is a grants management professional with a background in accounting and finance. He currently supports clients delivering projects funded by the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program, including management of data and documentation for expense reporting, QA/QC of documentation, and support with FEMA Grants Portal submissions. Prior to joining Tetra Tech, Mr. Daniels worked directly for the Florida Division of Emergency Management (FDEM) as a cost specialist. In this role, he compiled and submitted reimbursement cost data to FEMA, conducted damage assessments, and supported applicants with requests for public assistance. Mr. Daniels provides keen attention to detail when reviewing, compiling, and submitting FEMA documentation to maximize compliance and reduce risk of clawback of federal funds. RELEVANT EXPERIENCE Grant Management Specialist (March 2021 – Present) Tetra Tech, Inc. | Various Projects (Palm Beach County, City of Philadelphia, State of Connecticut) • Prepare expense summary based on client data and documentation • Perform QA/QC on client data and documentation to ensure it is up to FEMA Public Assistance Program standards • Assist with managing client data by certifying sufficient documentation is organized and included in the project file for FEMA Public Assistance Program projects • Advise clients on any FEMA Public Assistance questions • Support client with FEMA Grants Portal submissions Admin & Management Cost Specialist (January 2019-March 2021) Florida Division of Emergency Management Compile Direct Administrative Cost data and submit to FEMA, Work with FEMA on reimbursement for Direct Administrative Costs, Conduct Damage Assessments of weather-related incidents, Support applicants with requests for public assistance. Government Analyst II (June 2018-January 2019) Florida Division of Emergency Management • Assists Financial Administrator in managing the section’s day-to-day activities, monitoring, and managing staff workload, assisting with contract and payment issues, and mentoring staff. • Responsible for conducting reviews and expanded audit of payments of State agency contracts and grants, and to provide subsequent written reports to management • Responsible for processing advance payment approvals, pursuant to 215.422(14), F.S. • Distributes mail to Senior Professional Accountants and Professional Accountant Specialists, which includes responding to inquiries and providing guidance as needed • Continually training new employees on pre-audit processes Chance Daniels FEMA/FHWA Program Consultant 10 YEARS OF EXPERIENCE Areas of Expertise Grant Management FEMA PA Compliance Data Management Cost Documentation FEMA Grants Portal Grant Applicant Support Key Training/Certifications Florida Certified Contract Manager Education Flagler College, Bachelor of Science, Accounting, 2017 Flagler College, Bachelor of Science, Business Administration, 2014 Résumé Chance Daniels, FEMA/FHWA Program Consultant 2 Professional Accountant Specialist (July 2017-June 2018) Department of Financial Services, State of Florida • Perform contract reviews on agency contracts as submitted by State of Florida agencies • Perform expanded audits on agency payments as submitted by State of Florida agencies • Provide training and tips for success to new team members • Daily email and phone correspondence with State of Florida agencies • Timely processing of vouchers by multiple State of Florida agencies • Prove to be a positive, quality, punctual and leading member of a team who strives to learn and become a valuable asset Senior Professional Accountant (September 2016-July 2017) Florida Division of Emergency Management • Conducting pre-audit of state voucher payments to verify compliance with state laws and procedures • Processing payments submitted into My Florida Market Place to verify compliance with state laws and procedures • Maintaining working relationships with agency contacts to ensure the timely resolution of vouchers that are problematic Block and Building Materials Dispatch (March 2014-September 2016) ARGOS Read Mix USA • Dispatch and schedule concrete, block, bagged goods and building material deliveries • Aiding customers with purchases and collecting funds • Assisting customers with questions • Conducting monthly inventory Fraud Support (January 2012-February 2014) Envision Credit Union • Compiling and analyzing fraud and dispute cases • Collecting negative accounts and closing them out • Assisting members with account inquiries • Logging and tracking created debit and credit cards 1 EXPERIENCE SUMMARY John Colvin is a federal grant compliance specialist, with more than 10 years of experience monitoring compliance and supporting closeout of FEMA-funded programs. In his current role, Mr. Colvin provides technical assistance on project closeout, and oversees the request for information (RFI) process. He provides dedicated review of claim documentation for FEMA PA program eligibility and supports submission to the FEMA Grants Portal. Prior to joining Tetra Tech, Mr. Colvin gained experience delivering grant programs at the state level, as a grants manager for the Florida Division of Emergency Management (FDEM) and assistant section chief for the Louisiana Governor’s Office of Homeland Security and Emergency Preparedness (GOHSEP). Mr. Colvin’s longstanding background in grant management spans across the recipient, sub-recipient, and consulting perspective, allowing him to inform and guide programs to compliant closeout with expert experience. RELEVANT EXPERIENCE Closeout Assistant Team Lead (April 2022 – Present) Tetra Tech Inc. • Provide technical assistance on large project closeout reviews • Assists with closeout workplan development • Manages team assignments • Oversees requests for information duration and tracks responses PA Consultant (July 2021 – April 2022) Tetra Tech Inc. • Reviewed claim documentation for PA eligibility • Entered potential projects into FEMA Grants Portal • Drafted response to FEMA RFIs for Client review and submission Grants Manager (August 2019 – July 2021) Florida Division of Emergency Management • Served as the liaison between the Sub-recipient and the Division, providing technical, fiscal, and grant management assistance to Sub-recipients related to the receipt and use of federal and state emergency management funding awarded by the Division. • Provided technical assistance to Public Assistance sub-recipients and the Closeout team • Conducted research in finding legal and policy decisions Assistant Section Chief (September 2017 – August 2019) Louisiana Governor’s Office of Homeland Security • Managed the closeout of FEMA’s Public Assistance disaster relief for multiple disasters • Served as a subject matter expert in public assistance grant programs • Analyzed and recommended alternatives for a wide range of program issues • Provided guidance and oversight in all standard operating procedures • Developed and modified internal and external processes, policies and procedures John Colvin Compliance, RFR, Closeout 13+ YEARS OF EXPERIENCE Areas of Expertise Grant Closeout Compliance Monitoring PA Eligibility Review Standard Operating Procedures Federal Grant Program Compliance Education Louisiana State University, Master of Business Administration, 2007 Louisiana Tech University, Bachelor of Arts in Journalism, 1999 Résumé John Colvin, Compliance, RFR, Closeout 2 Team Lead (May 2013 – September 2017) Louisiana Governor’s Office of Homeland Security • Provided direct oversight and guidance for the activities and team of 5-7 specialists related to the daily administration of the FEMA’s Public Assistance closeout process and adherence to federal grant requirements • Interpreted applicable laws, rules, and regulations relating to the Public Assistance closeout • Monitored each assigned specialist to ensure their professional and technical development Closeout Specialist/Disaster Recovery Specialist (September 2009 – May 2013, September 2007 – March 2008) Louisiana Governor’s Office of Homeland Security • Provided oversight of recovery grant processes through coordination with state, parish and local officials and analysis and review of financial documents EMPLOYMENT HISTORY • The Advocate, Bureau Reporter (2008-2009) • Spherion Corp (American Red Cross), Financial Information and Statistics Supervisor (2005-2006) • The News-Star, Senior Writer (2002-2005) • The News-Star, Assistant News Editor (1999-2002) • Ruston Daily Leader, Reporter (1998-1999) • • • • • • • • • • • • • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • − • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 5-1 EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Disaster Recovery Consulting Services 23 RFP #54-22 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Disaster Recovery Consulting Services 24 RFP #54-22 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. VENDOR CERTIFICATION OF PROPOSAL Disaster Recovery Consulting Services 25 RFP #54-22 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Disaster Recovery Consulting Services 26 RFP #54-22 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of physical presence or online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORMS Disaster Recovery Consulting Services 27 RFP #54-22 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of physical presence or online notarization on, this _____ day of _________________, 20____, by _____________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Disaster Recovery Consulting Services 28 RFP #54-22 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of physical presence or online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1124 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve entering into Phase II and a first amendment of the Professional Services Agreement with The Superlative Group, Inc., of Cleveland, OH, for sponsorship sales services for the Imagine Clearwater Project; increase Purchase Order 22000925 from $69,000 to $159,000 for those services and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 3, 2022, Council approved the issuance of a purchase order to The Superlative Group, Inc., pursuant to RFP 50-21, Asset Inventory, Valuation and Naming Rights Services for Phase I of professional services to identify sponsorship opportunities following completion of the Imagine Clearwater Project. The Superlative Group (Superlative) has completed Phase I of the project and has identified sponsorship opportunities of assets located at Coachman Park, as well as surrounding amenities comparable to entertainment venues nationwide. In Phase II of the Professional Services Agreement, Superlative will develop a strategic sales campaign for the sponsorship and naming rights of approved assets for potential sale to national and regional corporate partners located at and within Coachman Park. City staff will be engaged with Superlative’s marketing efforts throughout Phase II, to ensure such activities are targeted in categories which align with both the City’s interests and the venue operator of the amphitheater. Staff is also recommending a first amendment to the original professional services agreement, which provides for a modified commission structure on sponsor sales and clarification on sponsorship income and assets. Superlative will be paid a retainer of $7,500.00 per month, as well as receive a 15% commission of total sponsorship income for sale opportunities identified by Superlative, and 7.5% commission for sale opportunities identified by the city, not to exceed three sponsors unless mutually agreed upon by the parties. Sponsorship income is clarified to include only renewal or extension options that are in fact included within the original Sponsorship Agreements or modification thereof. Assets defined in the Agreement shall include all mutually agreed upon marketable opportunities associated with the City’s marketable assets including without limitation, Coachman Park. Page 1 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1124 APPROPRIATION CODE AND AMOUNT: Funds are available in General Fund Non-Departmental cost code 0107010-530100, Professional Services, to fund the cost of this contract. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 1/26/2023 The Superlative Group, Inc. 2843 Franklin Blvd. Cleveland, OH 44113 Professional Services Agreement This agreement ("Agreement") is entered into on 341 121OA("Effective Date") and sets forth the terms and conditions between The Superlative Group, Inc. ("Superlative"), an Ohio Corporation located at 2843 Franklin Blvd. Cleveland, Ohio 44113 and The City of Clearwater, Florida (the "Client" or City"), located at Post Office Box 4748, Clearwater, FL 33758-4748 with respect to naming rights and sponsorship valuation and sales services to be provided by Superlative in connection with the marketable opportunities associated with the Client's marketable assets, including, without limitation, Coachman Park the "Assets"). A map of Coachman Park is set forth in Exhibit C, which is hereby incorporated into this Agreement. Throughout this Agreement, Superlative and the Client shall be referred to individually as a Party" and collectively as "The Parties." For purposes of this Agreement, reference to Client shall also include its affiliate entities that will be entering into Sponsorship Agreements (defined in Section 2) pursuant to this Agreement. The Parties have agreed as follows: 1. Services: During the Term (defined in Section 4), the Client hereby retains Superlative to serve as the exclusive sponsorship and naming rights representative of the Client with respect to the valuation and sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets ("Services"). The scope of Services is further described in Exhibit A, which is attached to and incorporated as part of this Agreement by reference. Superlative agrees to use its diligent efforts, consistent with its own business judgment, in carrying out its obligations under this Agreement. 2. Sponsor/Sponsorship Agreement: Each entity secured by Superlative that subsequently enters into a "Sponsorship Agreement" (defined below) with the Client shall be referred to as a "Sponsor." If any entity, including any charitable corporate foundation related to any Sponsor, elects to make a contribution in support of the Assets, then subject to the terms of the applicable Sponsorship Agreement, such entity making the contribution shall also be deemed a Sponsor and the contribution shall be deemed consideration in connection with the Assets. Those contracts or agreements, including renewals, extensions and modifications thereof, by which any party enters to receive sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets are herein referred to as "Sponsorship Agreements." 1 3. Authority to Bind: Superlative agrees that Superlative shall not have any right to bind or commit the Client in any way. Any arrangement or understanding binding the Client, or by which any Sponsor obtains any rights or benefits in connection with the Assets and the Client, shall be set forth in a written agreement approved by the Client and executed by the Client and the Sponsor involved. The Client shall provide Superlative with a copy of this agreement and any modification or renewal thereof effected at any time. 4. Term: The "Phase I Term" ofthis Agreement shall commence on the Effective Date and expire upon Superlative's delivery ofthe Valuation Report. The "Phase II Term" ofthis Agreement, iftriggered, shall commence upon the Client delivering Superlative a written notice to proceed to Phase II sales services, as set forth in Section 6 of this Agreement, and shall continue for eighteen (18) months, unless extended in accordance with this Agreement. The Parties further agree, however, that the Parties shall have the right through written, mutual agreement, no later than sixty (60) days before the expiration of the Phase II Term, to renew and extend the Phase II Term hereoffor successive twelve (12) month periods Extended Term"). Individually or jointly, the Phase I Term and the Phase II Term may be referred to herein as the "Term." 5. Consideration: 5.1. As consideration to Superlative for the Services of Superlative as described herein, the Client agrees to pay to Superlative as follows: a) Phase I Asset Valuation Services: a professional services fee in the amount of Sixty Thousand USD ($60,000) ("Professional Services Fee"). The Professional Services Fee shall be paid in two installments. The first installment shall be paid to Superlative in the amount of Thirty Thousand USD ($30,000) upon completion of a site visit by Superlative and Superlative's delivery of the information request. The second installment shall be paid to Superlative in the amount of Thirty Thousand USD 30,000) upon delivery by Superlative of the first draft of the valuation report in relation to the Assets (the "Valuation Report"); and b) Phase II Naming Rights and Sponsorship Sales Services. In the event Client provides Superlative with a written notice to proceed to Phase II sales services (in accordance with Section 6), Client shall also, in its written notice to proceed, choose one of the payment options listed in Sections 5.1(b)(i) or 5.1(b)(ii) that it desires for Phase II sales services and such payment option shall constitute the payment terms for the Phase II sales services. i) Option 1 1. Five Thousand Five Hundred USD ($5,500) per month for the Phase II Term Retainer") to be payable within the first five (5) days of each month immediately following Superlative's receipt of the notice to proceed as outlined in Section 6 below; and 2. Twenty Percent (20%) commission on Sponsorship Income 2 OR ii) Option 2 1. Seven Thousand Five Hundred USD ($7,500) per month for the Phase II Term Retainer") to be payable within the first five (5) days of each month immediately following Superlative's receipt ofthe notice to proceed as outlined in Section 6 below; and 2. Fifteen Percent (1 5%) commission on Sponsorship Income 5.2. Client shall reimburse Superlative for all pre -approved travel and expenses at cost. 5.3. Any and all consideration, as stated in this Section 5, owed to Superlative pursuant to this Agreement that is derived from Sponsorship Income, and Client's obligation pay such consideration, shall survive the termination or expiration of this Agreement. Client's obligation to pay any Professional Services Fee and Retainer payments shall also survive the termination or expiration of this Agreement, in the event that such payments have not been paid upon the termination or expiration of this Agreement. 6. Completion of Phase I/Valuation and Initiation of Phase II/Sales Services: Superlative shall use commercially reasonable efforts to deliver the final draft ofthe Valuation Report to the Client within four 4) months of the Effective Date, unless otherwise agreed to by the Parties. The delivery of the final draft of the Valuation Report shall not be unreasonably conditioned or delayed by Client. In the event that the Client unreasonably conditions or delays the delivery of the Valuation Report, the delivery period, as set forth in this Section 6, shall be extended for the period of time in which the final draft was conditioned or delayed by the Client. Client shall have no obligation to proceed with Phase II sales services in connection with the Assets. In the event Client decides to proceed with Phase II sales services in connection with the Assets, it shall provide Superlative with a written notice to proceed, which notice is to occur upon a date to be mutually agreed upon by the Parties after the delivery of the final draft of the Valuation Report. Upon receipt of such notice to proceed, Superlative shall initiate the Phase II sales services in connection with the Assets. 7. Sponsorship Income: 7.1. As used herein, "Sponsorship Income" shall mean all amounts paid or payable by or on behalf of any entity as consideration for the right to receive any sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets, regardless ofwhether such amounts are paid during the Term hereof or during any period following the last day of the Term, pursuant to: a) Any Sponsorship Agreement which is executed with a Sponsor during the Term ofthis Agreement; 3 b) Any Sponsorship Agreement which is executed within twelve (12) months following the expiration or termination of the Tenn hereof with any entity that was previously solicited by Superlative to become a Sponsor and with which Superlative had conducted good -faith discussions concerning the possibility of such entity becoming a Sponsor; and c) Any renewal, extension or modification of any such contract or agreement, as described in sections 7.1(a) and 7.1(b) immediately above. 7.2. If any entity set forth in Section 7.1 shall provide the Client with any "in-kind" consideration (for example, products, services, advertising commitments, etc.), then such in-kind consideration shall be considered "Sponsorship Income" and shall be commissionable to Superlative at the rate described in Section 5 above. In-kind consideration shall be valued at the valuation set forth in the relevant Sponsorship Agreement, or if there is no such valuation, at the fair market value thereof. 8. Collection of Sponsorship Income: The Client shall be solely responsible for and shall directly collect all Sponsorship Income. Client will remit any commission owed on Sponsorship Income to Superlative within thirty (30) days of receipt of Sponsorship Income. Any payments shall be made by check payable to "The Superlative Group, Inc." at the address set forth herein. At the time of payment to Superlative, the Client shall supply Superlative with a statement showing the identity of the entity that made payment, the amount paid, the date of receipt, and the calculation of commission payable to Superlative. 9. Exclusivity: Superlative shall serve as the exclusive naming rights and sponsorship valuation and sales agent of the Client to value and sell sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets during the Term of this Agreement. 10. Progress Meetings: Representatives of Superlative will make themselves available to meet with senior Client executives on a periodic basis to assess the progress of the Services, and at such time Superlative will provide the Client with Superlative's opinions and recommendations for obtaining a successful outcome for the naming rights and sponsorship sales. 11. Record Keeping: Each Party agrees that it will keep accurate and complete records and books of accounts showing all income it receives relating to this Agreement. Each Party or its representatives shall have the right at all reasonable times (prior to the expiration of two (2) years after the end of the Term) to inspect and make copies of the books and records of the other Party so far as such books and records shall relate to the computation of amounts to be paid to Superlative and the Client hereunder. 12. Partnership/Joint Venture: This Agreement does not constitute and shall not be construed as constituting a partnership or joint venture between the Client and Superlative. Neither Party shall have any right to obligate or bind the other Party in any manner whatsoever, and nothing herein contained shall give or is intended to give any rights of any kind to any third person. 4 13. Ownership of Proprietary Information: This Agreement does not constitute and shall not be construed as constituting the transfer or assignment ofany proprietary information from Superlative to the Client. Superlative shall retain the ownership rights to all proprietary information that it owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, trade secrets, technology, formulas, calculations, algorithms, or information pertaining to business operations and strategies, and information pertaining to customers and pricing. 14. Intellectual Property Rights. This Agreement does not constitute and shall not be construed as constituting the transfer or assignment of any intellectual property between the Parties, unless set forth otherwise in this Agreement. The Parties shall retain ownership right, title, and interest to all intellectual property that they owned (in whole or in part) prior to entering into this Agreement, including, but not limited to, copyrights, patents, trademarks, and service marks. 15. Client Indemnification: The Client shall indemnify, save and hold harmless Superlative, its affiliates, their respective officers, directors, employees, shareholders, and any of them, from and against any and all expenses, damages, claims, suits, actions, judgments, and liabilities ("Claims") arising out of, or in any way connected with, (a) the negligent act or omission or willful misconduct ofthe Client and its employees relating to this Agreement, (b) the negligent or unlawful use of the Asset by, or activities of, the Client and its employees, related to or connected with Client, or (c) breach by the Client of any representation or warranty ofthe Client herein set forth. In the event that Claims arise from the concurrent negligence of Client and Superlative, the duty to indemnify shall be limited to the extent of the negligence of Client and its employees. Notwithstanding the foregoing, this Section 15 shall not apply to any claims, suits, actions, judgments, liabilities, and any costs, expenses, and damages resulting therefrom, between the Parties. Furthermore, this Section 15 shall survive the termination or expiration of this Agreement. Nothing contained herein is intended to serve as a waiver by Client of its sovereign immunity, to extend the liability of Client beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by Client to the sued by third parties. 16. Superlative Indemnification: Superlative shall defend, indemnify, save and hold harmless the Client, its affiliates, their respective officers, directors, employees, shareholders, representatives, contractors and agents, and any of them, from and against any and all expenses, damages, claims, suits, actions, judgments, liabilities and costs whatsoever (including attorneys' fees and expenses of attorneys retained by Superlative) ("Claims") arising out of, or in any way connected with, (a) the negligent act or omission or willful misconduct of Superlative, its employees, agents, representatives and contractors relating to this Agreement, (b) the negligent or unlawful use of the Asset by, or activities of, Superlative, its employees, agents or contractors, related to or connected with the Superlative, or (c) breach by Superlative of any representation or warranty of Superlative herein set forth. In the event that Claims arise from the concurrent negligence of Superlative and Client, the duty to indemnify shall be limited to the extent of the negligence of Superlative, its employees, agents, representatives and contractors. Notwithstanding the foregoing, this Section 16 shall not apply to any claims, suits, actions, judgments, liabilities, and any costs, expenses, and damages resulting therefrom, between the Parties. Furthermore, this Section 16 shall survive the termination or expiration of this Agreement. 17. Force Majeure: If either Party is delayed, prevented, prohibited, or materially impaired from performing any of its obligations under this Agreement (other than a payment obligation hereunder) as a result ofa force majeure event, including, but not limited to, acts ofGod, adverse weather conditions, natural 5 catastrophe, labor disputes, strikes, war, insurrection, terrorist action, government restrictions, civil commotion, riots, fire, flood, pandemics, epidemics, public health crisis or emergency, or other cause beyond the Parties' reasonable control, then such Party's failure to perform such obligation shall not constitute a breach of this Agreement and such Party and shall be excused from performance of such obligation for a period of time equal to the period during which the force majeure event delays, prevents, prohibits, or materially impairs such performance. Notwithstanding the foregoing, a force majeure event does not include any changes in general economic conditions such as inflation, interest rates, economic downturn or other factors of general application; or an occurrence that merely makes performance more difficult or expensive. 18. Damages: Except in regard to Sections 15 and 16 of this Agreement, under no circumstance shall Superlative or the Client be liable to the other Party or any other person or entity for special, incidental, consequential or indirect damages, loss of good will, or exemplary or punitive damages. In addition, and without prejudice to the foregoing, Superlative's total liability to the Client shall not exceed the total sums paid by the Client under this Agreement in respect of the Services, and Client's total liability to Superlative shall not exceed the total sums payable to Superlative under this Agreement. 19. Transfer/Assignment: Neither Party shall assign or otherwise transfer this Agreement, nor any rights or obligations hereunder, except upon receipt of the prior express written approval ofthe other Party hereto. 20. Governing Law and Venue: This Agreement shall be governed and construed according to the laws of the State of Florida without regard to conflict of laws. Any action brought by either Party shall lie in Pinellas County Florida. 21. Construction: Superlative and the Client hereby acknowledge that both Parties participated equally in the negotiation of this Agreement and that, accordingly, in interpreting this Agreement, no weight shall be placed upon which Party hereto or its counsel drafted the provision being interpreted. 22. Severability: The provisions of this Agreement are divisible. If any such provision shall be deemed invalid or unenforceable, such provision shall be limited to the extent necessary to render it valid and enforceable, and the remaining provisions of this Agreement shall continue in full force and effect, without being impaired or invalidated in any way. 23. Survival: Provisions of this Agreement, which by their nature should apply beyond their terms, will remain in force after any termination or expiration of this Agreement including, but not limited to, this Section 23 and the following provisions: Section 5.3, Section 8, Section 11, Section 13, Section 14, Section 15, Section 16, Section 18, Section 20, Section 21, Section 22, Section 25, Section 26, and Section 28. 24. Reserved. 25. Waiver: No failure to exercise, or delay in exercising, any rights, remedy, power, or privilege arising from this Agreement operates or may be construed as a waiver thereof or any other right, remedy, power, or privilege. No single or partial exercise of any right, remedy, power, or privilege hereunder precludes any other or further exercise thereof or the exercise of any other right, remedy, power, or privilege. 6 26. Entire Agreement: This Agreement, including all exhibits, schedules, and any documents or instruments incorporated herein by reference constitutes the sole and entire agreement of the Parties with respect to the subject matter hereof, and supersedes all prior or contemporaneous understandings, agreements, negotiations, representations and warranties, and communications, both written and oral, between the Parties with respect to the subject matter hereof. 27. Amendment: This Agreement may be amended from time to time only upon a written agreement between the Parties. 28. Counterparts. This Agreement may be executed in two (2) or more counterparts (including, without limitation, by means of an electronic or facsimile signature), each of which shall be deemed an original, but all of which, when together constitute one and the same instrument. 29. Public Records: Superlative (hereinafter "contractor" in this section 29 only) will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. Contractor shall comply with the following: a) Keep and maintain public records required by the City ofClearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession ofthe contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion ofthe contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be 7 provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 30. E -Verify: Superlative and its subcontractors shall register with and use the E -Verify system to verify the work authorization status of all newly hired employees. Superlative will not enter into a contract with any subcontractor unless each Party to the contract registers with and uses the E -Verify system. Subcontractor must provide Superlative with an affidavit stating that subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Superlative shall maintain a copy of such affidavit. Client may terminate this contract for any violation of this subsection (g). See Section 448.095, Florida Statutes (2020). 31. Termination. A Party will be in default if that Party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects either Party's capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. In the event a Party is in default then the other Party may, at its option and at any time, provide written notice to the defaulting Party of the default. The defaulting Party will have thirty (30) days from receipt ofthe notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure ofthe non -defaulting Party to provide notice of the default does not waive any rights under the Agreement. 32. Insurance Requirements are set forth in Exhibit B, which is incorporated by reference and attached hereto. 8 If the foregoing is satisfactory. please indicate your agreement by signing at the place provided below. Sincerely. Read and Agreed: The Superlative Group. Inc. Kyle Canter Chief Operating Officer 2843 Franklin Blvd. Cleveland, OH 44113 Countersigned: CITY OF CLEARWATER a -R Frank Hibbard Jon Jennings Mayor City' Manager Approved as to form: Attest: wen Kohler Assistant City Attorney eiLei•UKAAA:, 4ie Rosemarie Call City Clerk 9 kos IISHIrf' EXHIBIT A SCOPE OF SERVICES Project Methodology, Approach & Timeline PHASE I: ASSET INVENTORY & VALUATION During Phase I, our team of Valuation specialists identify and value all of the assets that the City of Clearwater's Coachman Park ("Coachman Park") has available to generate revenue. Our Valuation process includes five key components: 1) Quantitative Analysis; 2) Qualitative Analysis; 3) Contract & Policy Analysis; 4) Industry Benchmarking; and 5) Prospect Identification. Each component is briefly summarized in the following pages. QUANTITATIVE ANALYSIS Quantitative Benefits reflect the ability to effectively measure the return on investment that Coachman Park partners can expect to receive. These include the direct, or tangible, benefits available to the partner. Quantitative Benefits typically form a significant portion of fair market value because each item is quantifiable and guaranteed to the partner. Quantitative Benefits are separated into several categories including: Property Media Buys; Signage Benefits; Print Marketing Collateral; Social and Digital Media Exposure; and Display Opportunities. The first step in identifying quantitative value is by studying real-world media value in the marketplace. This involves understanding the total number of possible impressions available through each asset that reaches the target audience. We identify television, signage, print, digital and social media exposure and then scale impressions for each asset from "valued impressions" to "waste impressions," adjusting the media value accordingly. Standard discount rates range between 10 and 75 percent depending on the type and quality of exposure. Quality of exposure is determined by: How prevalent the partner's ID (Name) is through the exposure period; and 10- The impact of its placement with its intended audience. Our specialists then use pre -impression, or rate -card, values to assign a price or value to each benefit identified. CPMs used for this purpose are culled from local, regional and national advertising rates depending on the scope of the opportunity. Typical CPMs can range from $2.50 for online exposure to 15 for large format out -of -home digital signage. They also represent the most accurate metric by which to determine exposure value for any particular Naming Rights or sponsorship asset. Our quantitative analysis also includes an assessment ofthe value of engaging the target audience and the quality ofexposure received. Understanding the value of each impression with respect to a specific demographic or target audience is an important component. For example, a target student demographic of 18- to 21 -year-old females may be considered a "premium audience" by one partner, while another may be trying to reach 35- to 54 -year-old males. Our valuation is adjusted accordingly for each opportunity and asset. The final aspect of our quantitative assessment is identifying the costs of engaging the target audience and achieving high-quality exposure. This includes an assessment ofthe cost of delivery (to the partner) and may include direct costs (installing a hard sign), overhead costs (maintaining a media platform) or development costs. QUALITATIVE ANALYSIS Qualitative Benefits, or intangible benefits, enhance the value of Naming Rights and sponsorships and typically fall outside traditional media platforms making them difficult to quantify. Superlative classifies Qualitative Benefits into five distinct categories based on its extensive experience selling, negotiating and auditing Naming Rights and corporate sponsorships: Prestige of Property; Value of Audience; Opportunity to Activate; Partner Protection; and Geographic Reach. Functionally, Qualitative Benefits represent the premium value Naming Rights and sponsorships demand over alternative marketing investments. By simplifying intangible benefits into the above five categories, Superlative is able to effectively justify premium Naming Rights and sponsorship value by focusing on the qualitative aspects of an opportunity that align with the objectives of a corporate marketer. CONTRACT & POLICY ANALYSIS As part of its analysis, Superlative conducts a thorough contract review prior to completing every Phase I report. The goal of this process is to establish a list of any limitations, processes or existing policies that affect a contract. Then Superlative develops a strategy to minimize the effects of those limitations and maximize all of the identified opportunities through a logical priority assessment. Not only are prices, fulfillment obligations and relative value for each party reviewed, but also values against similar contracts with other entities. The value ofNaming Rights and sponsorships to Coachman Park will be inhibited by any pre-existing contracts relating to Naming Rights and corporate sponsorships. A thorough understanding of Coachman Park's existing advertising contracts will assess the impact that existing agreements place on new Naming Rights and sponsorship agreements. 11- The project team spends time early in the project reviewing all relevant statutes, signage regulations and rules to ensure that Coachman Park marketing opportunities, within context of established guidelines, are understood. Superlative remains in close contact with Coachman Park's legal and executive teams to ensure that the asset database is being developed in a manner that is consistent with Coachman Park's existing policy regarding assets for marketing purposes. INDUSTRY BENCHMARKING Superlative maintains an extensive database of Naming Rights and sponsorship agreements that is continuously updated and includes, but is not limited to, Naming Rights and sponsorship contracts from theaters, arenas, park districts, municipalities, convention centers, stadia, transit agencies, Departments of Transportations, universities and nonprofit organizations. Once our Valuation specialists have developed the asset database and determined the Naming Rights and corporate sponsorship value for each opportunity and asset, a list of similar sponsorship contracts, including their terms, associated fees and other pertinent details, is compiled for each asset. The goal ofthis process is to identify not only the fair market value ofeach Naming Rights and sponsorship opportunity, but also the minimum (floor) and maximum (ceiling) revenue garnered in the marketplace by similar organizations. Each Naming Rights and sponsorship asset is presented in this manner in our final Phase I report. PROSPECT IDENTIFICATION As a final step, Superlative draws upon its extensive background in Naming Rights and sponsorship sales and its proprietary database to outline prospective partners for each marketable opportunity. This database includes both category identification and major corporate partners within each category. In our experience, optimum revenue generation is attained when there is a comprehensive understanding of: The inventory available; and How that inventory aligns with the needs of potential partners. Superlative's experience in identifying and documenting marketing rights, combined with our knowledge of (and relationships with) large corporations, will give Coachman Park the tools to ensure the maximum revenues are leveraged out of every corporate partnership. 12- OPTIONAL PHASE II: STRATEGIC SALES CAMPAIGN DEVELOPMENT Superlative's main priority is to generate maximum revenue for our clients. Upon completion of Phase I, Superlative recommends immediately moving forward with a strategic sales campaign, beginning with the client's most valuable opportunities. Prioritizing assets in this manner ensures optimum revenue generation by taking the largest asks to market first. To ensure that coverage is comprehensive, Superlative uses a systematic approach to contact marketing partners. PROSPECTING Collaborate closely with Coachman Park's leadership and development teams on recommendations they may have; Exhaust Superlative's contact database ofthousands ofcorporate contacts, which is continually updated; Identify and research prospective corporations through various subscribed databases to match the marketing needs of corporations with the logical and most valuable marketing assets of Coachman Park; Promote sales campaign with a description of Coachman Park's initiatives through a myriad of resources; Create presentation material that will provide specific information for potential investments and/or partnerships with Coachman Park as part ofthe Naming Rights or sponsorship program, including: o Market/Demographic data; o Measured media value; o Value justification for unmeasured media; o Sponsorship benefits and options; o Options for renewal; and o Financial investment. NEGOTIATING AND COMPLETING AGREEMENTS Superlative will assist in any way that is comfortable for Coachman Park. Superlative's executives can be the upfront negotiator or advise Coachman Park stakeholders, depending on your desire and needs. PRESENT AGREEMENTS TO THE CITY AND THE MEDIA Superlative is well versed in the appropriate procedures for announcements to local and national media outlets. Superlative will work with Coachman Park to accurately present a negotiated Naming Rights and sponsorships to the appropriate executives and media. It is important that Naming Rights and sponsorships be communicated accurately, both financially and politically, while being cognizant of objections and concerns. CONTRACT FULFILLMENT Superlative will work with Coachman Park to develop a system that accurately tracks the status of newly developed Naming Rights and corporate sponsorships. Our experience shows that contract fulfillment requires participation from development, legal and accounting functions to ensure high-quality partner relationships. MANAGE AND AUDIT ONGOING RIGHTS Superlative establishes post -contract review mechanisms to ensure that all benefits owed to Coachman Park are captured and that the organization is meeting its obligations under these contracts. Superlative is a strong advocate of audits, especially when payments are performance based. 13- ACTIVATION AND AUDIT (TERM OF AGREEMENT) After delivery of a campaign agreement, the project team will assist Coachman Park in the activation and compliance of each aspect of that agreement. Specifically, Superlative will: Finalize agreement terms and conditions; Assist Coachman Park with the first year of activation of each Naming Rights and/or sponsorship; Assist in the development of payment schedules and compliance issues; and Provide other services as requested by Coachman Park. PROGRESS REPORTS Superlative understands that effective communication with the client is a critical part of successful project delivery. As part of our standard reporting procedure, we use template reports to provide sales updates: Following all meetings with target companies regarding any Naming Rights, corporate sponsorship or revenue -potential opportunity; On a monthly basis, to provide Coachman Park an update on activity during the period. We discuss these periodic sales update reports on a scheduled conference call. Reports are prepared in a template and serve as a record of discussion during sales meetings and log the following project details. Generally, our progress reports include the following information: Project timescales and sale priorities Status of progress of deliverables in Scope of Services Status of all activities, events and efforts Summary of meetings and presentations Summary of activity regarding market interest and feedback Summary of communications with potential partners Any deviations from project deliverables or schedule Plan of activities for next 30 days The Superlative Group will agree to the format with Coachman Park's project team as part ofour project initiation process. 14- PROJECT TIMELINES Superlative understands that every client situation in unique, and our sales and marketing process allows for flexibility and customization depending on Coachman Park's specific needs. For our engagement, Superlative will complete the following steps: PHASE I VALUATION (3-4 months, immediately following contract execution) WEEKS 1— 4 KICKOFF MEETING AND SITE VISITS. Site visits are undertaken as soon as possible to view the assets being valued and kick-start the asset research process. Our valuation team will compile a digital inventory of images and renderings that will be referenced during the valuation process and used in development of promotional materials for the sales implementation process. Concurrent with our site visit, Superlative requests a kickoff meeting at Coachman Park's offices to introduce our team in person, identify project leads and go over timelines and responsibilities. GATHERING OF PRELIMINARY INFORMATION. Upon appointment as sales agents on any new engagement, The Superlative Group carries out initial research to review relevant documentation such as strategic plans, design briefs and project renderings to gain an in-depth knowledge of the project and make an accelerated start on our asset identification process. Upon completion of our site visit, Superlative will send Coachman Park staff a detailed Information Request that identifies the key pieces of information that we would like to review as part of our valuation process and present our initial thoughts on the structure ofthe final report. We will schedule a follow-up call to answer any questions pertaining to our request to facilitate and expedite the information gathering process. WEEKS 5 — 8 RECEIPT AND REVIEW OF INITIAL INFORMATION. Superlative allows 2-3 weeks for receipt of the bulk of information requested of Coachman Park, although this process will likely continue until the report is finalized, and potentially, throughout the strategic sales process as Superlative obtains interest from potential partners. In most cases, Superlative secures most of what it needs to begin building Coachman Park's asset database by Week 6. DEVELOPMENT OF ASSET DATABASE. Concurrently, Superlative's valuation specialists begin compiling Coachman Park's assets and determining their quantitative value based on local, regional and national media rates. 15- QUALITATIVE ASSESSMENT OF NAMING RIGHTS & SPONSORSHIP ASSET VALUE. Our valuation team conducts original research to ascertain the intangible value of Coachman Park's Naming Rights and sponsorship opportunities when compared to other, similar properties, using annual reports, press releases and other relevant information provided by Coachman Park as well as Superlative's proprietary database of Naming Rights and sponsorship contracts. WEEKS 9 —12 CONTRACT REVIEW. Once Superlative has determined the Naming Rights and sponsorship value for Coachman Park assets, packages are compared to the existing Coachman Park Naming Rights and sponsorship agreements. A database of potential challenges and limitations that could potentially impact revenue generation is created, from both external (e.g., signage restrictions) and internal (e.g., category restrictions like tobacco or alcohol) processes. INDUSTRY BENCHMARKING AND PROSPECT IDENTIFICATION. Drawing upon its proprietary database, Superlative builds a list of comparable Naming Rights and sponsorship contracts relevant to each Coachman Park opportunity. This list is also used to identify target partner entities along with input from the Superlative sales team. EXECUTIVE REVIEW. Superlative conducts an extensive internal review process where senior leadership has an opportunity to weigh in on potential contract value and overall program revenue potential, lending insight critical insight to the project and ensuring that all potential revenue is accounted for. DELIVERY OF DRAFT PHASE I REPORT. Superlative allows 1-2 weeks for review by Coachman Park staff, followed by a conference call with Superlative's valuation experts to walk through our findings together. Subsequently, any feedback is incorporated and the document is finalized. OPTIONAL PHASE II SALES (12 months, recommended minimum) DEVELOPMENT OF SALES MATERIALS. Superlative's design team will begin developing presentations, one -sheets and other sales materials using information obtained through the Phase I Valuation process, including audience demographics, proposed sponsorship value and images obtained through site visits and Coachman Park. PIPELINE DEVELOPMENT. Superlative's sales executives will work with Coachman Park personnel to develop a database of sponsor contacts, to be reviewed and agreed upon by Coachman Park staff prior to Superlative making its first call. MONTHLY REPORTING. Superlative's sales executives will coordinate a regular conference call with Coachman Park leadership to provide regular updates on progress made to date. Additional calls may be requested on an ad hoc basis as sponsor interest and pitch meetings are secured. Superlative will provide an updated sales report 16- Coachman Park's review prior to the call. NEGOTIATE AND COMPLETE NAMING RIGHTS & SPONSORSHIP AGREEMENTS. As noted above, Superlative's valuation process determines not only the fair market value of each opportunity, but also the range of contract value obtained by similar organizations from corporate sponsors. With Coachman Park's approval, Superlative will open negotiations at the ceiling of this range, or higher, and secure partnerships within the parameters of contract value provided, beginning with Coachman Park's most valuable assets first. 17- EXHIBIT B INSURANCE REQUIREMENTS. SUPERLATIVE shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating ofA -VII or better. In addition, the City has the right to review SUPERLATIVE'S deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, SUPERLATIVE must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three 3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Ohio, and Employer's Liability Insurance in the minimum amount of 100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Ohio. Coverage should include Voluntary Compensation. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If SUPERLATIVE is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then SUPERLATIVE'S Equipment Insurance or Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by SUPERLATIVE with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or 18- by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination ofprimary and umbrella/excess liability policies. OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, SUPERLATIVE will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an Additional Insured." In addition, when requested in writing from the City, SUPERLATIVE will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing P.O. Box 4748 Clearwater, FL 33758-4748 b. SUPERLATIVE shall provide thirty (30) days written notice of any cancellation, non- renewal, termination, material change or reduction in coverage. c. SUPERLATIVE'S insurance as outlined above shall be primary and non-contributory coverage for SUPERLATIVE'S negligence. d. SUPERLATIVE reserves the right to appoint legal counsel to provide for SUPERLATIVE'S defense, for any and all claims that may arise related to Agreement, or work performed under this Agreement. SUPERLATIVE agrees that the City shall not be liable to reimburse SUPERLATIVE for any legal fees or costs as a result of SUPERLATIVE providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of SUPERLATIVE'S obligation to provide the insurance coverage specified. 19- EXHIBIT C MAP OF COACHMAN PARK 20- LOCATION MAP 111, a ° °° Prepared by: lir Engineering Department Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: ) 727) 5624750, Fax: ( 727) 5264755 www. MyClearweer. com Exhibit C Coachman Park Map IN z Map Gen By: CRM Reviewed By: JH Date: 2/ 1812022 Page 1 of 1 Scale: N. T. S. Document Path: C:\ Users\ Chrstopher. Melone\ City of ClearwatenEngineenng Geographic Technology- Documents\ GIS\ Engineering\ Location Maps\ CoachmanPark_ Imagine_ 8x11_ Landscape. mxo -1- FIRST AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF CLEARWATER, FLORIDA & THE SUPERLATIVE GROUP, INC. This First Amendment (the “First Amendment”) to the Professional Services Agreement (the “Agreement”) between The City of Clearwater, Florida (the “Client”) and the Superlative Group, Inc. (“Superlative”) is dated effective as of February 2, 2023 and is entered into by and between Superlative and the Client. RECITALS WHEREAS, the Client and Superlative entered into the Agreement on March 7, 2022; WHEREAS, the Client and Ruth Eckerd Hall entered into a Venue License Agreement (the “Venue License Agreement”), dated December 21, 2022, to be incorporated into to the Agreement as Exhibit D; WHEREAS, the Client and Superlative now desire to amend the terms of the Agreement as set forth below; NOW, THEREFORE, the Client and Superlative hereby agree as follows: 1. Notice to Proceed to Phase II Sales Services. This First Amendment shall function as the Client providing Superlative with its written notice to proceed into Phase II sales services, in accordance with Section 6 of the Agreement; therefore, the Phase II Term shall commence upon the effective date of this First Amendment. 2. Revision to introductory paragraph. The first sentence of the introductory paragraph of the Agreement shall be amended as follows: The phrase “… the Client’s marketable assets, including, without limitation, Coachman Park (the ‘Assets’)” is hereby amended to read, “…Coachman Park, and the Client’s marketable assets located at and within Coachman Park (the ‘Assets’).” 3. Services. Section 1 of the Agreement shall be amended as follows: a. In the first sentence, the phrase “… with respect to the valuation and sale of sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets….” is hereby amended to read, “… with respect to the valuation and sale of naming rights, advertising, hospitality, and other sponsorships and sponsorship benefits and recognition, in whole or in part, associated with any or all of the physical Assets, as well as pouring rights for both alcoholic and non-alcoholic beverages in connection with the Assets ….” -2- b. In the second sentence, the phrase “The scope of Services is further described in Exhibit A, which is attached to and incorporated as part of this Agreement by reference,” is hereby amended to read, “The scope of Services is further described in Exhibit A, and is expressly limited by and subordinate to any sponsorship rights conveyed by the Client to its venue operator, Ruth Eckerd Hall, said rights being memorialized in Exhibit D, both exhibits being attached to and incorporated into this Agreement by reference.” 4. Consideration. Section 5.1(b) of the Agreement shall be replaced as follows: (b) Phase II Naming Rights and Sponsorship Sales Services. i. Seven Thousand Five Hundred USD ($7,500) per month for the Phase II Term (“Retainer”) to be payable within the first five (5) days of each month immediately following Superlative’s receipt of the notice to proceed as outlined in Section 6 below; and ii. Fifteen Percent (15%) commission on Sponsorship Income received from any and all Sponsors that are not Identified Entities (defined below); and iii. Seven and One-Half Percent (7.5%) on Sponsorship Income received from a mutually agreed upon list of Sponsors with which the Client has a preexisting relationship and to whom Client makes an introduction to Superlative for purposes of securing a Sponsorship Agreement (“Identified Entities”); provided however, that the number of Identified Entities shall not exceed three (3) unless otherwise mutually agreed upon by the Parties. (i) Option 1 1. Five Thousand Five Hundred USD ($5,500) per month for the Phase II Term (“Retainer”) to be payable within the first five (5) days of each month immediately following Superlative’s receipt of the notice to proceed as outlined in Section 6 below; and 2. Twenty Percent (20%) commission on Sponsorship Income (ii) Option 2 1. Seven Thousand Five Hundred USD ($7,500) per month for the Phase II Term (“Retainer”) to be payable within the first five (5) days of each month immediately following Superlative’s receipt of the notice to proceed as outlined in Section 6 below; and 2. Fifteen Percent (15%) commission on Sponsorship Income 5. Sponsorship Income. Section 7.1 of the Agreement shall be amended as follows: -3- a. In the first sentence, the phrase “… as consideration for the right to receive any sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets…” is hereby amended to read, “… as consideration for the right to receive any sponsorship, naming rights, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Client and the Assets, …” b. The following shall be added to Section 7 of the Agreement as Section 7.3: i. “7.3 Sponsorship Income shall not include any consideration received by Ruth Eckerd Hall pursuant to a sponsor or hospitality arrangement entered into by Ruth Eckerd Hall when Ruth Eckerd Hall enters into said arrangement consistent with the provisions of Exhibit D.” 6. Exclusivity. Section 9 of the Agreement shall be amended as follows: a. The phrase, “… value and sell sponsorship, naming rights, presenting sponsor, official sponsor, category partnership, pouring rights, advertising, hospitality, or any other rights, benefits, or recognition, in whole or in part, in connection with the Assets….” is hereby amended to read, “… value and sell sponsorship, naming rights, pouring rights (for both alcoholic and non-alcoholic beverages) , advertising, hospitality, and any other rights, benefits, or recognition, in whole or in part, in connection with the Assets, except to the extent that any such rights or similar rights have been conveyed by the Client to Ruth Eckerd Hall as set forth in Exhibit D,….” 7. Except as provided in this First Amendment, all terms used in this First Amendment that are not otherwise defined shall have the respective meanings ascribed to such terms in the Agreement. 8. This First Amendment embodies the entire agreement between Superlative and the Client with respect to the First Amendment of the Agreement. In the event of any conflict or inconsistency between the provisions of the Agreement and this First Amendment, the provisions of this First Amendment shall control and govern. In the event of a conflict or inconsistency between the provisions of this First Amendment and the Venue License Agreement, the Venue License Agreement shall control and govern. 9. Except as specifically modified and amended in this First Amendment, all of the terms, provisions, requirements and specifications contained in the Agreement remain in full force and effect. IN WITNESS WHEREOF, the Client and Superlative have executed and delivered this First Amendment. -4- The Superlative Group, Inc. By ______________________ Date: ____________________ Kyle Canter Chief Operating Officer 2843 Franklin Blvd. Cleveland, OH 44113 Countersigned: CITY OF CLEARWATER ___________________________ ______________________________ Frank Hibbard Jennifer Poirrier Mayor Interim City Manager Approved as to form: Attest: ___________________________ _________________________ David Margolis Rosemarie Call City Attorney City Clerk -5- EXHIBIT D Venue License Agreement Sttperlii e About The Superlative Group The Superlative Group is a global leader in Naming Rights and sponsorship valuation, sales and consulting. Since 1994 our industry leading team of valuation & analytics, sales, and legal executives have been guiding some of the world's most prominent brands and properties through the Naming Rights, Sponsorship and Premium Seating process with over $3 billion negotiated thus far. Asset Identification & Valuation Superlative has conducted an asset identification and fair market valuation analysis for the assets available for Naming Rights and sponsorship monetization to the City of Clearwater. It has been determined that many valuable opportunities exist to assist the City in the ongoing maintenance and operations of Coachman Park. Naming Rights & Sponsorship Sales The Superlative Group has a proven method for maximizing revenues for public infrastructure assets like those within the Imagine Clearwater project. Those steps are outlined below with other points of clarification for the City to consider. Upon sales campaign initiation, Superlative will provide City Staff with a list of key target companies for approval before any outreach is made o This is the first level of control provided to the City to avoid time spent on any business categories or specific companies that are not of interest o This step also allows the City to provide Superlative with any background information on history between the City and those corporations on the list Once the list is approved, Superlative will begin outreach with letters, phone calls, and emaiis to initiate early fact-finding introductory meetings with key executives Following those initial meetings, Superlative will begin crafting custom proposals matching the needs of the company with the most attractive and valuable assets the City has to offer o City staff will approve all proposals before being pitched to the prospective sponsors and can be included in all pitch meetings if desirable o The Superlative Group and City staff will work closely with the Ruth Eckerd Hall team to ensure all sponsorships are aligned with their operations of the amphitheater As prospective sponsors/Naming Rights partners express the intent to proceed, Superlative will work with City staff to develop term sheets and draft agreements o All major sponsorships and Naming Rights agreements will be subject to City Manager approval o Those agreements will exist between the City and the sponsoring company; Superlative will not be a party to those agreements allowing the City full control over approvals Thank You & Questions The Superlative Group team is excited to begin the sales campaign for the Imagine Clearwater Coachman Park redevelopment and generating significant revenue streams from sponsorships and Naming Rights from the corporate community. Any questions from City Council? Thank you! CITY OF CLEARWATER Phase I Asset Inventory & Valuation Report 1 Executive Summary 1.1 Introduction In March 2022, the City of Clearwater ("City") commissioned The Superlative Group ("Superlative") to conduct an asset inventory and valuation of marketable assets owned by the City, including facility Naming Rights, category partnerships and other revenue -generating opportunities. This report presents the Fair Market Valuation of potential rights and benefits that can be delivered through a corporate partnership program for the City, with a focus on the City's Imagine Clearwater project, as specifically identified by Superlative and the City project team during the Phase I process. The key objectives of this exercise are to: Identify the City assets which are most likely to deliver incremental revenue in order to further support the City's maintenance and development programs; Determine a Fair Market Value for the City's marketable assets, rights and benefits; and Develop strategies specifically focused on generating revenue for the City. This report presents the findings from Superlative's valuation process. 1.2 Background & Methodology Sports and entertainment venues have traditionally attracted the highest value Naming Rights and sponsorship agreements because they allow corporate partners to reach substantial markets beyond venue attendees. However, the revenue -generating benefits of Naming Rights and corporate sponsorships have become increasingly prevalent in a wide range of sectors: Parks and Recreation Systems; Trail Systems; Aquatic Centers; Outdoor Amphitheaters; Convention Centers; Outdoor Plazas; and Municipal Marketing. The Superlative Group Valuation Methodology has been developed over time and through our experience of securing revenue -generating opportunities for clients across the United States and Europe. Superlative uses a combination of impressions -based valuation of media exposure and benchmarking to generate valuations that will form the opening negotiating position with target companies during the sales process. 1.3 Valuation Summary At the outset of the project, Superlative conducted a site visit to determine which facilities and assets would be most amendable to corporate partners. The tables on the following page summarize the results of the full Phase I valuation process. In a fully -mature sponsorship program, the City could recognize over $1.7 million annually. 2 w CITY OF CLEARWATER Phase I Asset Inventory & Valuation Report Table 1.3.1 Imagine Clearwater Assets Asset Value Range Value Range Floor) (Ceiling) Term Years) Revenue Potential (Floor) Revenue Potential (Ceiling) Amphitheater -100 Events 325,000 $400,000 25 11,694,909 14,393,735 Amphitheater - 200 Events 425,000 $475,000 25 15,293,343 17,092,560 Amphitheater VIP Center 75,000 ' $100,000 10 855,842 1,141,122 Gateway 50,000 $75,000 10 570,561 855,842 Playground 30,000 $50,000 10 342,337 570,561 Upper Plaza 35,000 $55,000 10 399,393 627,617 Garden 25,000 $40,000 10 285,281 456,449 Table 1.3.2 Other Potential City of Clearwater Sponsorship Opportunities Asset Presenting Sponsorship to Coachman Park Naming Rights to Coachman Park Lake/Nature Area Lifeguard Sponsorship Pier 60 Sponsorship Value Range Floor) 150,000 25,000 25,000 15,000 Value Range Term Ceiling) (Years) 200,000 50,000 50,000 40,000 25 10 10 10 Revenue Potential (Floor) 5,397,651 285,281 285,281 171,168 Revenue Potential Ceiling) 7,196,867 570,561 570,561 456,449 Table 1.3.3 City of Clearwater Category Sponsorship Opportunities Category Value Range Floor) Value Range Ceiling) Term Years) Revenue Potential (Floor) Revenue Potential Ceiling) Beverage Rights 50,000 100,000 5-10 264,927 1,141,122 Automotive/Fleet/Vehicles 50,000 100,000 5-10 264,927 1,141,122 Technology/Communications/Wi-Fi 50,000 100,000 5-10 264,927 1,141,122 Energy & Lighting Services 50,000 100,000 5-10 264,927 1,141,122 Health Care and Insurance 50,000 100,000 5-10 264,927 1,141,122 Banking/Financial 50,000 100,000 5-10 264,927 1,141,122 1.4 Conclusions and Recommendations Due to the number of potential opportunities, the below provides a recommended prioritized list based on the estimated revenue potential and most saleable opportunities. Priority Opportunities Naming Rights a. Imagine Clearwater Amphitheater ii. Categories a. Beverage Second Tier Opportunities Naming Rights a. Imagine Clearwater Gateway b. Imagine Clearwater Amphitheater - VIP Area c. Imagine Clearwater Playground 3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1376 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve a License Agreement between the Board of Trustees of St. Petersburg College and the City of Clearwater providing for the use of Jack Russell Stadium for baseball and Eddie C. Moore Softball complex for softball and authorize the appropriate officials to execute same. (consent) SUMMARY: On February 16, 2017, the City Council approved a License Agreement between the College and the City for use of Jack Russell Stadium and Eddie C. Moore Softball Complex for their baseball and softball programs. The College and City desire to continue this relationship in the future by renewing the license agreement. This license agreement is like the original agreement with only minor changes in relation to clarification of areas of use, term of agreement and notices for contact between parties. The term of this agreement is from February 16, 2023, and ending on February 15, 2025, with a two-year renewal period. (Renewal Term: February 16, 2025 thru February 15, 2027) under the same terms and conditions. The College and City have been partners for several years in relation to the use of each other’s facilities and staff is recommending the approval of this new License Agreement. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 1/26/2023 1 LICENSE AGREEMENT BETWEEN ST. PETERSBURG COLLEGE AND CITY OF CLEARWATER THIS AGREEMENT is entered into by and between the Board of Trustees of St. Petersburg College (“COLLEGE”), a political subdivision whose mailing address is Post Office Box 13489, St. Petersburg, FL, 33733-3489, and the City of Clearwater (“CITY”), a Florida Municipality whose mailing address is Post Office Box 4748, Clearwater, FL, 33758-4748, and collectively referred to as the “PARTIES.” WHEREAS, the CITY owns Jack Russell Memorial Stadium, located at 800 Phillies Dr, Clearwater, FL 33755 (“Stadium”) and the Eddie C. Moore Softball Complex located at 3050, 2994, 2780 Drew Street, Clearwater, FL 33755 (“Complex”), and collectively referred to as “Licensed Areas.” WHEREAS, the COLLEGE previously owned the Joe DiMaggio Sports Complex and transferred ownership to the CITY in consideration for the perpetual use of the Joe DiMaggio Sports Complex by the COLLEGE’s baseball team. WHEREAS, in 2017, the COLLEGE desired a new space for its baseball and softball teams to practice and compete. WHEREAS, in 2017, the CITY and COLLEGE entered into a License Agreement whereby the COLLEGE’s baseball and softball teams utilized the Licensed Areas. WHEREAS, the Parties desire to enter into a new License Agreement for the use of the Licensed Areas. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1 PRIORITY OF USE: The CITY hereby grants the COLLEGE a non-exclusive license to use the Stadium for baseball games and practices during the College Season (as described in section 6). The COLLEGE shall have the first priority for use of the Stadium after maintenance but shall provide the CITY with a schedule of both practices and games. The COLLEGE shall work in good faith to coordinate its practices and game times with the Clearwater High School baseball team and the City’s out-of-market sports tourism initiatives. To assist the CITY in scheduling the use of the Stadium, the COLLEGE will provide a seasonal schedule and updated monthly schedules on the 15th of each month. In the event of schedule changes, the CITY will make all reasonable efforts to accommodate the COLLEGE. The CITY hereby also grants the COLLEGE a non-exclusive license to use the Complex for softball games and practices during the College Season (as described in section 6). The COLLEGE shall have the first priority for the use of the Complex after maintenance and the City’s out-of-market sports tourism initiatives. The COLLEGE shall provide the CITY 2 with a schedule of both practices and games and shall work in good faith to coordinate its practices and games times with the CITY’s out-of-market sports tourism initiatives. To assist the CITY in scheduling the use of the Complex, the COLLEGE will provide a seasonal schedule and updated monthly schedules on the 15th of each month. In the event of schedule changes, the CITY will make all reasonable efforts to accommodate the COLLEGE. 2 AREAS OF USE: The COLLEGE shall have the non-exclusive use of the Licensed Areas described below, during the dates and times agreed to by the Parties: Jack Russell Memorial Stadium: • Main field and spectator viewing areas • Batting cages • Turf practice field • Locker room / bottom floor facility • Public restrooms • Storage shed along right field line • Press Box / PA Booth Eddie C. Moore Complex • Field • Batting cages • Bullpen • Press Box • Training Room 3 “SPC Official / College Official” is hereby defined as those individuals employed by the COLLEGE or expressly acknowledged as volunteers for the COLLEGE. “Allowable User” is hereby defined as those expressly permitted to use the Licensed Areas under this Agreement by the COLLEGE and during dates and times scheduled by the COLLEGE and approved by the CITY. 4 EMERGENCY CLOSURE OF FACILITIES: The Parties mutually agree that the CITY has the authority to close and reopen its facilities, buildings, and/or portions of its facilities and buildings for normal occupancy and operations during, or in preparation for imminent periods of emergencies. Such periods may include hurricanes, tornados, epidemics, pandemics, civil unrest, any declared public emergency, or other related emergencies. The COLLEGE shall not enter or attempt to enter such closed spaces until reopened for normal occupancy and operation by the CITY or unless the COLLEGE requests and receives express permission from the CITY. The CITY shall not be responsible for any losses that result from such closures. To the extent reasonable, the CITY will provide the COLLEGE with advanced notice of any such closures and, when reasonable, will help the COLLEGE secure alternative space. 3 5 HEALTH AND SAFETY: The COLLEGE shall follow all health, safety, and emergency protocols of the CITY. This specifically includes measures to protect against COVID-19 or other epidemics, pandemics, viral or bacterial outbreaks or other communicable diseases. Such health, safety, and emergency protocols include, but are not limited to, maintaining appropriate social distancing, limiting hours of access, limiting capacity or attendance, proper use of personal protective equipment, increased sanitation and hygiene requirements and thermal scanning. 6 THE COLLEGE SEASONS: For baseball and softball, the following are considered to be the operating season: Spring (mid-January thru the last day of May) and Fall (mid-August thru the last day of September). 7 TERM: This Agreement shall be for two (2) years, commencing on February 16, 2023 and ending on February 15, 2025, unless terminated by either party for a material breach of this Agreement or as provided for herein. Thereafter, this Agreement may be extended for one (1) additional two (2) year period (Renewal Term: February 16, 2025 thru February 15, 2027) under the same terms and conditions as set forth herein if mutually agreed to in writing by the Parties, without obtaining additional approval by the Clearwater City Council. This Agreement shall supersede all prior license agreements between the Parties. The CITY may terminate this Agreement upon thirty (30) days written notice to the COLLEGE if the Clearwater City Council determines at a duly constituted City Council Meeting that the Licensed Area is needed for other municipal purposes. 8 DIRECT CHARGES: The COLLEGE is responsible to reimburse the CITY for all direct charges associated with their usage of the Licensed Areas. This would include field lighting utility charges and staff and field maintenance costs outside of the COLLEGE’s approved schedule. 9 IMPROVEMENTS: The COLLEGE shall not construct any improvements on or otherwise alter, change, or improve any part of the Licensed Areas without the prior written consent of the Director of Parks and Recreation. Request by the COLLEGE to construct any such improvements on or otherwise alter, change, or improve any part of the Licensed Areas shall be presented to the Director of Parks and Recreation in written form, and the Director shall provide a response within a reasonable prompt time. If the Parks and Recreation Department Director gives consent to the COLLEGE, the consent shall be deemed conditional upon the COLLEGE acquiring any necessary permit to do so from applicable governmental agencies, furnishing a copy thereof to the Director of Parks and Recreation prior to commencement of the work and complying with all conditions of said permit in a prompt and expeditious manner. 4 10 COMMUNITY OUTREACH: The COLLEGE agrees to partner with the CITY and conduct two (2) environmental cleanups in Clearwater with the COLLEGE’S student athletes. The COLLEGE agrees to engage in volunteer outreach activities throughout the Clearwater community with a focus on youth sports. 11 LIABILITY AND HOLD HARMLESS: Each Party shall be responsible for its own negligence, or its respective agents' acts of negligence when acting within the scope of employment, in the performance of this Agreement. Provided, however, that the CITY’s and COLLEGE’s liability is subject to the monetary limitations and defenses imposed by Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by the Parties, nor shall anything herein be construed as consent by the Parties to be sued by any third party for any cause or matter arising out of or related to this Agreement. 12 INSURANCE: The COLLEGE, through the Florida College Risk Management Consortium (FCSRMC), shall obtain and maintain occurrence-type general liability insurance coverage in amounts not less than $2,000,000 per incident and $5,000,000 annual aggregate. The COLLEGE shall obtain and maintain commercial automobile liability insurance in amounts not less than $1,000,000 combined single limit. The COLLEGE shall further, at its expense, obtain and maintain during the term of this Agreement statutory workers’ compensation insurance and unemployment insurance for COLLEGE employees or volunteers. The COLLEGE will notify CITY at least thirty (30) days in advance of any cancellation or modification of insurance coverage required hereunder and shall promptly provide to the CITY, upon request, certificates of insurance evidencing the above coverage. Additionally, spectators to games and practices shall be covered under the general liability limits of $200,000 per event and $300,000 aggregate, as specified in Section 768.28, Florida Statutes. The CITY shall be listed as an additional insured on the general liability and automobile policies. 13 GOVERNING LAW: This Agreement shall be governed by and construed under the laws of the state of Florida. Venue shall be in Pinellas County Florida. 14 REPAIRS AND IMPROVEMENTS: The CITY shall be responsible for all repairs and improvements to the Licensed Areas. 15 UTILITIES: Provision and payment for utilities shall be the responsibility of the CITY, unless billed to the COLLEGE as direct charges pursuant to Section 8 of this Agreement. 16 MAINTENANCE: General maintenance and upkeep of the Licensed Areas shall be the responsibility of the CITY. However, the COLLEGE shall be responsible for the cleanliness and upkeep of the locker room areas and to return the Licensed Areas to the condition received at the beginning of each use. 5 17 SECURITY: Should security be necessary for specific COLLEGE events, the provision of security shall be the responsibility of the COLLEGE. 18 NO PAYMENTS: Except as provided in this Agreement, no other payments will be made between the Parties in connection with this Agreement. 19 INDEPENDENT CONTRACTORS: The Parties hereby acknowledge that they are independent contractors, and neither Party nor any of its agents, representatives, program participants, or employees shall be considered agents, representatives, or employees of the other Party. In no event shall this Agreement be construed as establishing a partnership or joint venture or similar relationship between the Parties. The Parties shall be liable for its own debts, obligations, acts, and omissions, including the payment of all required withholding, social security, and other taxes or benefits except as provided in this Agreement. No program participant, employee, or other third person is entitled to, and shall not, receive any rights under this Agreement. Neither Party shall have the right or authority nor hold itself out to have the right or authority to bind the other Party and neither shall either Party be responsible for the acts or omissions of the other except as provided specifically to the contrary herein. 20 NON-DISCRIMINATION: There shall be no discrimination on the basis of race, color, ethnicity, religion, sex, age, national origin, marital status, pregnancy, sexual orientation, gender identity, genetic information, or against any qualified individual with disabilities, or any other protected class under federal or Florida law in either the selection of participating students, employment of staff, or as to any aspect of this Agreement. 21 USE OF NAME OR LOGO: The Parties will not, and will cause to use names, logos, or marks associated with the other Party without the express written consent of the other Party. Notwithstanding, the COLLEGE shall have the right to utilize the electronic scoreboard, signage, or banners as necessary to promote attendance at its games and to advertise the Licensed Areas as its team home field. 22 SEVERABILITY: If any provision of this Agreement is held to be invalid or unenforceable for any reason, this Agreement shall remain in full force and effect in accordance with its terms disregarding such unenforceable or invalid provision. 23 CAPTIONS: The captions contained herein are used solely for convenience and shall not be deemed to define or limit the provisions of this Agreement. 24 NO WAIVER: Delay or failure to exercise any right or remedy hereunder will not impair such right or remedy or be construed as a waiver thereof. Any single or partial exercise of any right or remedy will not preclude any other or further exercise thereof or the exercise of any other right or remedy. 6 25 NOTICES: All notices hereunder by either Party to the other shall be in writing, delivered personally, by certified or registered mail, return receipt requested, or by overnight courier, and shall be deemed to have been duly given when delivered personally or when deposited in the United States mail, postage prepaid, addressed as follows: If to CITY: City of Clearwater c/o Jim Halios 100 S. Myrtle Avenue Clearwater, FL 33756 If to COLLEGE: St. Petersburg College P.O. Box 13489 St. Petersburg, FL 33733 Attention: Athletic Director Copy to: Office of the General Counsel or to such other person or place as either Party may from time to time designate by written notice to the other Party. 25 NO PROPERTY RIGHTS: This Agreement shall be deemed to be a use agreement in the nature of a revocable, non-exclusive license and shall not be deemed to be a lease or conveyance of any real property rights nor shall this Agreement constitute an agreement for the use of real property that would subject the Parties to the provisions of any statute regarding landlord and tenant rights. The COLLEGE agrees and shall not obtain any prescriptive rights, easements, or other legal or equitable interest in the Licensed Areas or any premises of the CITY by reason of the execution of this Agreement, or by compliance with the terms thereof. Ownership of the Licensed Areas shall at all times remain with the CITY, and the COLLEGE shall not do anything inconsistent with such ownership, except as may be permitted by this Agreement. The granting of this license does not vest in the COLLEGE any interest in the Licensed Areas or any premises of the CITY which may be mortgaged, encumbered, or liened, and no action of the COLLEGE shall cause or create any interests in real estate or any encumbrance upon any such real property. 26 ENTIRE AGREEMENT: This Agreement sets forth the entire Agreement with respect to the subject matter hereof and supersedes all prior agreements, oral or written, and all other communications between the Parties relating to such subject matter. This Agreement may not be amended or modified except by mutual written agreement of the Parties. All continuing covenants, duties and obligations herein shall survive the expiration or earlier termination of this Agreement. 7 WHEREFORE, authorized representatives of each Party hereby execute this Agreement as of the Effective Date. THE BOARD OF TRUSTEES OF ST. PETERSBURG COLLEGE By: _________________________ Date: _________________________ CITY OF CLEARWATER, FLORIDA ____________________________ ______________________________ Frank Hibbard Jennifer Poirrier Mayor Interim City Manager Approved as to form: Attest: __________________________________ ______________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1460 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Provide direction on the proposed third amendment to an existing Development Agreement between Triprop Clearwater, LLC (as assigned by Alanik Properties; Anco Holdings, LLC; Nikana Holdings, LLC) and the City of Clearwater for property located at 400 Coronado Drive, formerly addressed as 421 and 431 South Gulfview Boulevard, which adds Exhibit A-2 to provide an updated legal description to include 0.1837 acres of the adjacent proposed to be vacated South Gulfview Boulevard right-of-way to the subject site and replaces Exhibit B with Exhibit B-2 to provide new conceptual site plans, and sets a new date by which time site plan approval must be obtained and confirm a second public hearing in City Council Chambers before City Council on February 16, 2023 at 6:00 p.m., or as soon thereafter as may be heard. (HDA2014-06004B) SUMMARY: Site Location and Existing Conditions: The 2.5997-acre site is bound by South Gulfview Boulevard (west), Coronado Drive (east), and Fifth Street (north). The subject property is comprised of one parcel with a frontage of approximately 540 feet along South Gulfview Boulevard, 450 feet along Coronado Drive and 213 feet of frontage along Fifth Street. The site is currently under construction with the hotel approved as part of case numbers HDA2014-06004 (as amended) and FLD2015-09036 (as amended). The subject property is zoned Tourist (T) District with an underlying Future Land Use designation of Resort Facilities High (RFH). The subject property is also located within the Beach Walk District of Beach by Design. The prior improvements have been demolished through the active construction of the approved hotel. The surrounding area is characterized by a variety of uses including overnight accommodation, retail, outdoor recreation and entertainment, restaurant and attached dwelling uses with heights ranging from one to 15 stories. The immediate area is characterized by low to high-rise hotels. A five-story attached dwelling is located at the northeast corner of Bayside Drive and Hamden Drive. Detached dwellings are located farther along the length of Bayside Drive. The properties located along Hamden Drive are developed with attached dwellings and overnight accommodation uses. The City’s Beach Walk project, adjacent to the west, has transformed South Gulfview Boulevard to the north and south of this site into a winding beachside promenade with lush landscaping, artistic touches and clear views to Clearwater's award-winning beach and the water beyond. Coronado Drive has largely been improved as envisioned in Beach by Design. Site History: Multiple applications have been approved for the property going back to 2005, including site plans and hotel development agreements that have been amended several times. Currently, Page 1 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1460 the property is governed by HDA2014-06004A and FLD2015-09036A which authorizes a 248-unit hotel which results in a density of 103 units per acre. It includes 298 parking spaces and a pedestrian overpass bridge connecting to the Opal Sands resort to the west across South Gulfview Boulevard. The site is currently under construction. Development Proposal: The current proposal, attached to the resolution as Exhibit 4, includes the construction of a 248-unit hotel including the incorporation 100 units allocated from the Hotel Density Reserve through Beach by Design as currently approved through HDA2014-06004 and amended by HDA2015-06001 and HDA2014-06004A. The primary change to the proposal is the addition of 0.1837 acres of the adjacent South Gulfview Boulevard right-of-way bringing the total site area to 2.5997 acres. No additional units are proposed therefore the density will decrease from 103 units per acre to 96 units per acre. The current request includes a new conceptual site plan which reflects the added property, changes to the building footprint to occupy the additional property, conceptual utility and infrastructure reconstruction, and appropriate changes to the Development Agreement. No other changes are proposed. The building continues to be proposed at 150 feet in height as measured from the point at which minimum floor elevations have been established by law with structured parking on the first floor of the hotel building. A ten-floor parking garage component will be attached to the hotel building (as provided in the prior approved conceptual plans), primarily on the south side of the site. The parking spaces on the tenth floor of the parking garage are uncovered and open to the public. The proposal includes a tropical modern architecture, which is consistent with and complements the tropical vernacular envisioned in Beach by Design. Please note that while the floor plans appear to list 16 floors, there are only 15 as the hotel will not have a “13th” floor. The site will be accessed via a total of seven driveways. Four driveways along Coronado Drive provide access to the parking component of the project with a one-way driveway system (ingress-only/egress-only) and a pair of driveways located at the southeast corner of the building which provide a single ingress point and two egress points (northbound only and southbound only). A two-way driveway along South Gulfview Boulevard at the southwest corner of the site and a second egress-only driveway centrally located along the north side of the along Fifth Street round out the six driveways providing access for guests of the hotel. The seventh driveway is located along Fifth Street at the northeast corner of the site and is a dedicated service driveway provided access to a loading zone and solid waste component both under the building. The primary entrance and lobby of the building will be located along South Gulfview Boulevard on the second floor. Much of the ground floor of the hotel along Gulfview Boulevard and Beach Walk will consist of storefronts (a proposed mix of retail and restaurant although the exact tenants have not yet been secured) directly connected to Beach Walk in the area of the proposed to be vacated South Gulfview Boulevard right-of-way. The proposal continues to include a pedestrian overpass over South Gulfview Boulevard. The proposed pedestrian bridge will be located at the southwest quadrant of the site and will stretch from the second floor along the west façade of the building across South Gulfview Boulevard to connect to the second floor of 430 South Gulfview Boulevard (The Opal Sands Resort). The changes to the Development Agreement are listed below; however, the conceptual site plan have been updated to reflect the addition of the 0.1837-acres of South Gulfview Boulevard right-of-way. Page 2 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1460 Development Agreement ·Section 3 updates the legal description in Exhibit “A-2” to include the vacated right-of-way ·Section 4.3. updates conceptual plan in Exhibit “B-2” and is consistent with Beach by Design ·Section 4.4: Decreases the proposed density of units from 103 units per acre to 96 units per acre ·Section 6.1.3.1. references “B-2” as the conceptual site plan. ·Section 6.1.11 is added to address right-of-way utilities relocation. ·Section 6.1.3.3 is amended to reflect the new legal description in the hurricane evacuation plan ·Section 6.1.4 is amended to reflect the area of the vacated right-of-way. ·Section 8 updates the date by which the development agreement will expire. Exhibit A-2 ·Exhibit A-2 is added to provide the legal description for the additional property at the southwest quadrant of the site. Exhibit B-2 ·Exhibit B-2 replaces Exhibit B and provides updated conceptual site plans, architectural drawings, elevations, perspectives, floor plans and utility relocation plans Exhibits C and D While existing Exhibits C and D are not technically part of this amendment, the amendment requires these covenants to be updated to reflect the new legal description and updated signature blocks. These updated Exhibits have been included in the materials for this agenda item. Consistency with the Community Development Code (CDC): Minimum Lot Area and Width: Pursuant to CDC Table 2-802, the minimum required lot area and width for an Overnight Accommodation use is 20,000 square feet and between 100 and 150 feet, respectively. The subject property is 113,242 square feet in area and approximately 540 feet wide. The site is consistent with these Code provisions. Minimum Setbacks: The conceptual site plan depicts setbacks of zero feet along the front (west) along South Gulfview Boulevard/Beach Walk, 15 feet along the front (north and east) along Fifth Street and Coronado Drive, respectively, side (south) setbacks of a minimum of five feet. The proposed setbacks may be approved as part of a Level Two (FLD) application, subject to meeting the applicable flexibility criteria of the Community Development Code. Maximum Height: Section B of the Design Guidelines within Beach by Design specifically addresses height. The proposal provides for a building 150 feet in height as measured from BFE where a height of up to 150 feet is permitted as prescribed by the CDC (subject to meeting the applicable flexibility criteria of the CDC and as approved as part of a Level II Flexible Development application) and Page 3 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1460 limited by Beach by Design as pertaining to buildings which exceed 100 feet in height. The proposal provides for a building which exceeds 100 feet in height. The applicant has previously demonstrated that portions of any structures which exceed 100 feet in height are spaced at least 100 feet apart) and that there are no more than four structures which exceed 100 feet within 800 feet (Sheet A-0.25) thereby fulfilling the height requirements of Option 2 of Beach by Design section VII.B.2. The height of the proposed building is consistent with the guidelines of Beach by Design. Minimum Off-Street Parking: The 248-room overnight accommodation use requires a minimum of 298 off-street parking spaces. A parking garage located on the ground level of the hotel building and within a ten -floor parking garage component attached to the south side of the hotel will provide a minimum of 298 spaces. No changes are proposed to the proposal which includes up to a maximum of 528 parking spaces (a mix of valet and self-parking spaces to be finalized through the FLD approval process) where 298 spaces are required which provides 230 parking spaces above that as otherwise required. The applicant has provided, as previously approved, that any spaces in excess of the minimum required will be available for use to the public. This is consistent with the applicable Sections of the CDC. Landscaping: While a formal landscape plan is not required to be submitted for review at this time, the conceptual landscape areas depicted on the site plan show that adequate spaces for foundation landscaping will be provided along all street frontages. Since no perimeter landscape buffers are required in the Tourist (T) District, the proposed landscape areas meet or exceed what is required. It is noted, however, that flexibility may be requested/necessary as part of a Comprehensive Landscape Program which would be reviewed at time of formal site plan approval. It is expected that minimal changes will be made to the landscape plan approved as part of an amended Flexible Development application submittal. The proposal also includes improvements and reworking the landscaping in the public right-of-way including Beach Walk. This is generally shown in Exhibit B-2 and will be detailed as part of a resubmitted Flexible Development application submittal. Consistency with Beach by Design: Design Guidelines: No significant changes to the building approved as part of FLD2015-09036A and HDA2014-06004A are proposed. A review of the provided architectural elevations and massing study was conducted and the proposed building does appear to be generally consistent with the applicable Design Guidelines established in Beach by Design. It is noted, however, that a more formal review of these Guidelines will need to be conducted as part of the final site plan approval process. Staff has noted that there are instances where the tower component of the project exceeds 100 linear feet without an offset of greater than five feet contrary to Section C .2 of the Beach by Design Design Guidelines. Two instances occur on the east façade facing Coronado Drive with one on the ground floor and one on the tower component. One other instance occurs along the west façade of the tower. The Design Guidelines provide that they are intended to be administered in a flexible manner to achieve the high-quality built environment for the beach. Staff believes that the design solution is acceptable because the Page 4 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1460 portions of the building which directly relate to the pedestrian realms surrounding the site include an extensive use of windows, doors and landscaping providing a great deal of articulation and/or visual interest, that the tower incorporates a curve which, over its entirety, constitutes a deviation of at least five feet and finally, that the tower will be mostly viewed and appreciated from a greater distance than the base where the longer building planes associated with the tower are proportionally appropriate. Hotel Density Reserve: The project has been reviewed for compliance with those criteria established within Beach by Design concerning the allocation of hotel rooms from the Reserve. The project appears to be generally consistent with those criteria, including that the development comply with the Metropolitan Planning Organization’s (MPO) countywide approach to the application of traffic concurrency management for transportation facilities. The submitted Traffic Impact Study concludes that traffic operations at nearby intersections and on adjacent roadways would continue at acceptable levels of service. Beach by Design Hotel Density Reserve provides that a maximum of 100 hotel rooms may be allocated to a resort located on less than 2.5 acres. The addition of the vacated right-of-way will increase the project acreage above this threshold; however, the rooms were allocated from the Hotel Density Reserve initially when the Property was less than 2.5 acres. The subsequent amendments to the Agreement reduce the effective density without impacting the initial grant of density compliance. The proposed vacation of the right-of-way is specifically contemplated in Beach by Design to allow for coordinated design with Beach Walk as comparted to the existing stub roadway. Staff considers this generally consistent with the intent of Beach by Design. Standards for Development Agreements: The proposal is compliant with the standards for development agreements, is consistent with the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by Design. The proposed third amended and restated amendment to the existing Development Agreement will be in effect for a period not to exceed ten years, meets the criteria for the allocation of rooms from the Hotel Density Reserve under Beach by Design and includes the following main provisions: ·Provides for no change in the number of units (100 units) allocated from the Hotel Density Reserve (previously approved as part of HDA2014-06004/Resolution No. 14-29 and amended by HDA2015-06001/Resolution No. 15-19 and HDA2014- 06004A/Resolution 19-23); ·Adds Exhibit A-2 to provide an updated legal description for the inclusion of the vacated right-of-way; ·Revises Exhibit B-2 which includes new conceptual site plans, architectural drawings, elevations, perspectives, floor plans and utility relocation plans and renames that exhibit to “Exhibit B-2”; ·Exhibits C and D, while not part of the amendment, have been included to reflect the updated legal description and signature lines; ·Requires the developer to obtain building permits within one year of approval of the amended and restated Development Agreement and certificates of occupancy in accordance with Community Development Code (CDC) Section 4-407; ·Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; Page 5 City of Clearwater Printed on 1/26/2023 File Number: ID#22-1460 ·For units allocated from the Hotel Density Reserve, prohibits the conversion of any hotel unit to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodation usage; and ·Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Clearwater Beach is posted by the National Hurricane Center. Changes to Development Agreements: Pursuant to Section 4-606.I., CDC, a Development Agreement may be amended by mutual consent of the parties, provided the notice and public hearing requirements of Section 4-206 are followed. Revisions to conceptual site plans and/or architectural elevations attached as exhibits to this Development Agreement shall be governed by the provisions of Section 4-406, CDC.  Minor revisions to such plans may be approved by the Community Development Coordinator.  Other revisions not specified as minor shall require an amendment to this Development Agreement. Page 6 City of Clearwater Printed on 1/26/2023 Exhibit “B” Survey, Conceptual Site Plan, and Architectural Drawings Exhibit “B” Survey, Conceptual Site Plan, and Architectural Drawings       CLEARWATER HOTELSite Plan SubmittalJuly 7, 2015 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 2015RENDERINGSClearwater, FLSITE PLAN SUBMITTALA-102 HOTEL TOWERPARKINGPOOLDECK209' - 11"360' - 8"No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015SITE PLANClearwater, FLSITE PLAN SUBMITTALA-103 62' - 1" *61' - 4"23' - 5"24' - 0"85' - 9"11' - 0" 25' - 6"43' - 7"14' - 9"98' - 0"251' - 1" *80' - 0"10'-0" SETBACK15'-0" SETBACK15'-0" SETBACK10'-0" SETBACK6' - 0" *12' - 0"12' - 0"1234565' - 0" *12345661,293 SFGARAGE1ST FLOORSERVICEELEV.RAMPRAMPACCESS TOPOOL DECKHOTELELEVATORSTRASHCOMPACTOR+ 4' - 0"GARAGE1ST FLOOR+ 4' - 0"MEETINGROOMSTAIRSCOASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINERAMP UP2,305 SFSERVICE2,818 SFLOADING DOCK7' - 0"61' - 5" *7' - 2" *61' - 5" *5'-0" SETBACK7' - 0"4' - 9"23' - 6"5' - 1"27' - 4"4' - 9"28' - 5"20' - 0"14' - 6"5' - 0"27' - 9"4' - 7"27' - 9"4' - 2"24' - 10"4' - 6"26' - 7"4' - 5"34' - 7"4' - 1"16' - 9"2 4 ' - 3 "92' - 1"110' - 7"106' - 8"42' - 2" *No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015GROUND FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-104N* Measured along a curve 12345625' - 6"43' - 7"14' - 9"98' - 0"2,927 SFMAINTENANCEHOUSEKEEPINGLAUNDRY2,098 SFSTORAGE6,297 SFFRONT LOBBY /LOBBY LOUNGE934 SFRESTROOMS1,162 SFKITCHEN2,373 SFRESTAURANT2,177 SFMECH10'-0" SETBACK15'-0" SETBACK10'-0" SETBACK23' - 8"86' - 1"251' - 1" *80' - 0"5' - 0" *62' - 5" *6' - 6"6' - 0" *24' - 0"26,106 SFVALETENTRANCE/EXITONLY+ 14' - 0"GARAGE2ND FLOOR22' - 0"10' - 0" RADIUS15' - 0" RADIUSLOBBY1ST FLOOR+ 14' - 0"BARLOADING BELOWRAMP UPDROP OFF20,152 SFSERVICEELEV.RAMPRAMPDNTERRACE3,309 SFMEETINGROOMELEVATORSHOTELROOMELEVATORS42' - 1" *COASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK15'-0" SETBACK2,818 SF61' - 5" *7' - 2" *61' - 5" *5'-0" SETBACKNo copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015FIRST FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-105N* Measured along a curve 25' - 6"43' - 7"14' - 9"98' - 0"10'-0" SETBACK15'-0" SETBACK10'-0" SETBACK134' - 11"58' - 6"251' - 1" *80' - 0"GARAGE3RD FLOOR22' - 0"10' - 0" RADIUSRAMP UPDROP OFFBELOWTERRACEBELOWRESTAURANT BELOWLOBBY BELOWPOOL DROP ABOVESERVICEELEV.MEETINGROOMELEVATORSHOTELROOMELEVATORSPOOL DROP ABOVE+ 27' - 6"ADMINISTRATION2ND FLOOR+ 27' - 6"8,718 SFBOH3,485 SFEMPLOYMENT SUPPORT& HUMAN RESOURCES4,062 SFACCOUNTING &EXECUTIVE OFFICES24' - 0"15' - 0"COASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK62' - 1" *6' - 0" *42' - 1" *61' - 5" *7' - 2" *61' - 5" *5'-0" SETBACKNo copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015SECOND FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-106N* Measured along a curve 22' - 0" 27' - 0"25' - 2"43' - 11"14' - 9"98' - 0"10'-0" SETBACK15'-0" SETBACK10'-0" SETBACK60' - 9"71' - 11"61' - 2"80' - 0"6,531 SF1,453 SFBATHROOMS1,663 SFMEETING ROOM2,278 SFKITCHEN FOR MEETINGSPACE5,660 SFPRE-FUNCTION998 SF2,162 SFLOBBY486 SFSTORAGE6,889 SF6 HOTEL KEYS19,845 SF+ 37' - 6"POOL DECK3RD FLOORGARAGE4TH FLOOR16,053 SF10' - 0" RADIUSRAMP UPSERVICEELEV.MEETINGROOMELEVATORSHOTELELEVATORS123456POOLRESTROOMSCONFERENCEROOM 1CONFERENCEROOM 2MEETINGROOM 3MEETINGROOM 4PRE-FUNCTION STORAGEOUTDOOR TERRACE+ 37' - 6"COASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK62' - 1" *40' - 8" *144' - 0" *5'-0" SETBACKNo copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015THIRD FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-107N* Measured along a curve 1234567891080' - 0"10'-0" SETBACK15'-0" SETBACK10'-0" SETBACKPOOL DECK BELOWGARAGE5TH FLOORVALET RAMP UPMECHANICAL / STORAGE+ 49' - 6"+ 49' - 6"HOTEL4TH FLOORMEETING/CONFERENCE ROOMS BELOW16,053 SFCOASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK62' - 1" *40' - 8" *5'-0" SETBACKSTEPBACK15' - 0"S T E P B A C K15' - 0"No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015FOURTH FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-108N* Measured along a curve 13456 78910111314151617181913' - 6"35' - 8"36' - 8"13' - 6"10'-0" SETBACK80' - 0"44' - 8"15'-0" SETBACK10'-0" SETBACK30' - 0"12' - 0"16,053 SFPOOL DECK BELOWGARAGE6TH FLOOR+ 59' - 0"MECH/STORAGECOASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK5'-0" SETBACKSTEPBACK15' - 0"S T E P B A C K15' - 0 "2122021No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015FIFTH FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-109* Measured along a curve 13' - 6"35' - 9"13' - 6"10'-0" SETBACK44' - 8"15'-0" SETBACK10'-0" SETBACK30' - 0"12' - 0"16,053 SFPOOL DECK BELOWGARAGE6TH FLOORHOTELTYP. 6TH-15THFLOORMECH/STORAGECOASTAL CONSTRUCTION LINEAPPROXIMATEFLOOD ZONE LINEAPPROXIMATEFLOOD ZONE LINE15'-0" SETBACK5'-0" SETBACKSTEPBACK15' - 0"S T E P B A C K15' - 0 "13456 78910111314151617181921219 KEYS/LEVEL10 TYP. LEVELS OF HOTEL15,257 SFNo copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015TYP. HOTEL FLOOR PLANClearwater, FLSITE PLAN SUBMITTALA-109.1N* Measured along a curve No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 40'-0"CLEARWATER HOTELJuly 7, 2015NORTH ELEVATIONClearwater, FLSITE PLAN SUBMITTALA-110 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 40'-0"CLEARWATER HOTELJuly 7, 2015EAST ELEVATIONClearwater, FLSITE PLAN SUBMITTALA-111 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 40'-0"CLEARWATER HOTELJuly 7, 2015WEST ELEVATIONClearwater, FLSITE PLAN SUBMITTALA-112 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 2015SOUTH ELEVATIONClearwater, FLSITE PLAN SUBMITTALA-113 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 20153D VIEWSClearwater, FLSITE PLAN SUBMITTALA-114NORTHEAST VIEWSOUTHEAST VIEWSOUTHWEST VIEWNORTHWEST VIEW No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 2015MASSING DIMENSIONSClearwater, FLSITE PLAN SUBMITTALA-115 No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 2015TOWER SEPARATION DIAGRAMClearwater, FLSITE PLAN SUBMITTALA-116 16,443Gross AreaSite Area = 86,880 SFAllowable Height = 150'Podium Level = 45'Calculated Height = 105'Site Volume at Tower = 9,122,400 CFGross Area at Podium = 16,443 SFTower Volume = 1,726,515 CFRatio Tower Volume to Site Volume at Tower = 19%No copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.com 1" = 50'-0"CLEARWATER HOTELJuly 7, 2015BUILDING ENVELOPEClearwater, FLSITE PLAN SUBMITTALA-117 DECORATIVESCREENSDECORATIVESCREENSGLAZINGBASE COLOR:WHITENo copies, transmissions, reproductions, or electronic revisions of any portions of these drawings in whole or inpart be made without the express written permission of Zyscovich Architects. All designs indicated in thesedrawings are property of Zyscovich Architects. All copyrights reserved © 2015.100 N Biscayne Blvd . 27th FlMiami . FL 33132.2304t 305.372.5222 f 305.577.4521e info@zyscovich.comw www.zyscovich.comCLEARWATER HOTELJuly 7, 2015PROPOSED BUILDING COLORSClearwater, FLSITE PLAN SUBMITTALA-118 ZONING DATALEGAL DESCRIPTIONSITE DATAZONING DESIGNATIONADDRESS 421 S. GULFVIEW BLVD TOURIST (T) -RESORT FACILITIES HIGH (RFH) - BEACH BY DESIGNFLOOD ZONEVE 13 - VE 14 & AE 12LOT AREA105,445 SQ.FT. (2.42 ACRES)DESIGN GUIDELINESALLOWED/ REQUIREDPROVIDEDMAXIMUM BUILDING HEIGHTSETBACK REQUIREMENTSFRONT - (CORONADO DRIVE) - WEST15'-0" minPARCEL 1:LOT 75 LESS THE NORTH 10 FEET THEREOF AND ALL OF LOTS 76 AND 77; THAT PART OF LOT 123 OF LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, DESCRIBED AS FOLLOWS:BEGINNING AT THE SOUTHEAST CORNER OF LOT 123 AND RUNNING THENCE ALONG ITS EASTERLY BOUNDARY, 25 FEET; THENCE WESTELY IN A STRAIGHT LINE TO A POINT IN THE WESTERLY BOINDARY OF SAID LOT, WHICH IS MIDWAY BETWEEN ITS NORTHWEST AND SOUTHWEST CORNERS; THENCE SOUTHERLY ALONG THE WESTERLY BOUNDARY OF SAID LOT, 25 FEET, MORE OR LESS, TO THE SOUTHWEST CORNER OF SAID LOT; THENCE EASTERLY ALONG THE SOUTHERLY BOUNDARY OF SAID LOT TO THE POINT OF BEGINNING.ANDLOTS 124, 125, 126 AND 127, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, LESS THAT PART OF LOT 127 DESCRIBED AS FOLLOWS:BEGINNING AT THE NORTHWEST CORNER OF SAID LOT AND RUNNING EASTERLY 3 FEET ALONG THE NORTH BOUNDARY; THENCE SOUTHWESTERLY IN A STRAIGHT LINE TO THE SOUTHWEST CORNER OF SAID LOT; THENCE NORTH ALONG THE WESTERLY BOUNDARY TO THE POINT OF BEGINNING.ANDLOTS 128 AND 129, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO TH EPLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA.ANDLOTS 72, 73, 121, 122 AND THE NORTH ONE-HALF OF LOT 123, LLOYD- WHITE-SKINNER SUBDIVISION, ACCORDNG TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA.AND LOT 74 AND THE NORTH 10 FEET OF LOT 75, LLOYD- WHITE-SKINNER SUBDIVISION, ACCORDNG TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA.TOTAL COMBINED SITE AREA CONTAINS 86,880 SQUARE FEET OR 1.99 ACRES, MORE OR LESS.DENSITY99.5(50 Guestrooms/Acre Max)12710'-0" - 15'-0"FRONT - (S. GULFVIEW BLVD) - EASTSIDE - (5TH STREET) - NORTH 0'-0" - 15'-0"0'-0"(Beach by Design) 150 FT 150 FTFLOOR PLATE CALCULATIONBetween 45' and 100', the floorplate will be no greater than 25,000 SF except for Parking Structures open to the Public.25,000 SF15'-0"0'-0"PARCEL 2 (.426 Acres)PARCEL 1 (1.99 Acres)(EXISTING KEY COUNT)21.3 21DENSITY POOL (BEACH BY DESIGN) 100 100248TOTALINT. SIDE - SOUTH0'-0" - 10'-0" 6'-2" min.PARKING CALCULATIONGUESTROOMS(1.2 per key)248 KEYS 297.6LOADING REQUIREMENTS2 (12X35)Between 100' and 150', the floorplate will be no greater than 10,000 SF. Deviations may be approved provided the mass and scale of design creates a tiered effect and complies with the maximum building envelope allowance above 45'. 10,000 SFDESIGN GUIDELINESALLOWED/ REQUIREDPROVIDED556N/A18,245 SF18,245 SF( ENVELOPE <75%)PARCEL 2:LOT 79 AND 80 OF LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA.AND ALSO:LOT 78, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID TOGETHER WITH THE FOLLOWING PARCEL OF LAND BEGINNING IN THE NW CORNER OF LOT 127, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID AS A P.O.B. RUN THENCE EASTERLY ALONG THE NORTHERLY PROPERTY LINE OF SAID LOT A DISTANCE OF 3 FEET; THENCE SOUTHWESTERLY TO THE SW CORNER OF SAID LOT; THENCE RUN NORTHERLY ALONG THE WESTERLY LOT LINE OF SAID LOT TO P.O.B.THE SUBJECT PARCEL CONTAINS 18,565.20 SQUARE FEET OR 0.426 ACRES, MORE OR LESS.220C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:49:55 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0209/05/2019 0° 00' 00" 111.04' S W R= L=26.31' 567.00' R= L=325.11' 567.00' 5 4 ° 2 2' 0 5 " 1 0 0 . 0 3'SWR = L =1 70 .0 4'77 7.00 ' R= L=34.85' 777.00'0° 00' 00" 85.15' N E R= L=60.01' 777.00' R= L=10.00' 777.00'82° 58' 18"211.59'NECORONADO DRIVE G U LFV IE W B O U LEV A R D5th STREETROOF SPA DECK (MORNING DECK) BALLROOM ROOF PARKING PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT. MORE THAN 17'-0" ABOVE STREET LEVEL RESTAURANT SPACE AT GRADE LEVEL RETAIL SPACE AT GRADE LEVEL RETAIL SPACE AT GRADE LEVEL POOL DECK EVENT LAWN SWIMMING POOL PROPOSED 14 STORY HOTEL TOWER SPA POOL RESTAURANT TERRACE 4' - 6" 19' - 0" 49' - 10" GARAGE ACCESS GARAGE ACCESSSETBACK15' - 0"STEPBACK15' - 0"SETBACK5' - 0"SETBACK15' - 0"STEPBACK15' - 0" SETBACK 15' - 0" SEPARATION BETWEEN STRUCTURES HIGHER THAN 100 FT. R 100' - 0" 58' - 8 3/4"65' - 2" 175' - 6" 65' - 2" 49' - 10" COOLING TOWERS S E TBAC K6' - 2"PARCEL 2 PARCEL 1 ZERO SETBACK PROPOSED FOR PARCEL 2 PROPOSED REDUCTION IN SETBACK FOR A MORE EFFICIENT PARKING ZERO SETBACK PROPOSED FOR PARCEL 1 AS PER DEVELOPMENT AGREEMENT OPAL SANDS HOTEL P A R C E L 2 - G U L F V IE W F R O N T A G E (Z E R O S E T B A C K )COASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY.35' - 0"70' R/W BICYCLE RACK BICYCLE RACK BICYCLE RACK APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINETO TOWER73' - 4"TO TOWER85' - 9 1/4"LANDSCAPE BUFFER TO TOWER55' - 3 1/8"183' - 0 1/2" T O TO W E R 24' - 4"SETBACK10' - 0"STEPBACK27' - 4 1/8"80' - 4" LANDSCAPE BUFFER 25' - 0"TO TOWER12' - 3 3/4"C:\Users\ayeaman\Documents\19004 Alanik Hotel ClearwaterNEW_ayeaman.rvt10/8/2019 5:59:48 PMALANIK HOTEL 421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767 A-0.03 09/05/2019 1" = 20'-0"A-0.03 1 SITE PLAN UPUPUPUPUP94' - 0 7/8"26' - 11 23/32"81' - 2 1/2"27' - 6 11/32"3,352.90 SQ.FT.1,798 SQ.FT.49.42%CORONADO STREET FRONTAGE= 100% = 449.415' STEPBACK REQUIRED = 75% = 337.06' STEPBACK PROVIDED 49.42% + 5.76% + 20.03%= 75.21% = 338.03'AREA OF STEPBACK REQUIRED 337.06' x 15' = 5,055.9 SQ.FT.AREA OF STEPBACK PROVIDED = 5,123.07 SQ.FT.AREA OF ADDITIONAL STEPBACK PROVIDED = 1,798 SQ.FT.TOTAL AREA OF STEPBACK PROVIDED = 6,921.07 SQ.FT.70' - 3 7/32"398.40 SQ.FT.1,371.77 SQ.FT.15' - 0"15' - 0"15' - 0"15' - 0"11 ' - 8 1 /4"15' SETBACK LINE15' STEPBACK LINEPROPERTY LINE0° 00' 00"111.04'SW19° 05' 04"325.11'SE5 4 ° 2 2 ' 0 5 "1 0 0 .0 3 'S W 1° 19' 06"26.31'SEP RO PE RT Y LI NE PROPERTY LINEPRO PER TY LINEPROPERTY LINE5 6 ° 2 7 ' 4 9 "1 1 0 .3 8 'S W 0° 00' 00"85.15'NE1° 16' 47"34.85'NW13° 54' 01"170.04'NW82° 58' 18" 211.59'N E10' - 0"5' SETBACK LINE10' SETBACK LINE33' - 8"33' - 8"20.03%STEPBACK PROVIDED5' - 0"15' - 0"6' - 2"6' - 2"SETBACK PROVIDED85' - 10"15' SETBACK LINESETBACK PROVIDED25' - 10 13/16"90' - 0 11/32"101' - 0 5/8"5.76%STEPBACK17' - 4 3/16"15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-50' -0"NAVD52' -4"0350 P-661' -8"0450 P-771' -0"0550 P-880' -4"0650 P-933' -8"0200 P-425' - 0"SETBACK15' - 0"STEPBACK15' - 0"STEPBACK PROVIDEDCORONADO DRIVE15' STEPBACK REQUIRED AT A HEIGHT OF 25' MAX.PROPERTY LINEGARAGEGARAGEGARAGEGARAGEGARAGEGARAGEGARAGEGARAGE5' - 2"90' -4"0750 P-10GARAGEC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:50:23 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0409/05/20191" = 30'-0"A-0.041STEPBACK 0200 LEVEL1" = 20'-0"A-0.042PARKING GARAGE SECTION UPUPUP3,352.90 SQ.FT.1,798 SQ.FT.15' - 0"15' - 0"26' - 11 23/32"15' - 0"15' - 0"POOL52' - 4"49' - 10"15' SETBACK LINE15' STEPBACK LINEPROPERTY LINEP RO PE RT Y LI NE PROPERTY LINEPROPERTY LINEPROPERTY LINE5' SETBACK LINE10' SETBACK LINE0° 00' 00"111.04'SW1° 19' 06"26.31'SE19° 05' 04"325.11'SE82° 58' 18" 211.59'N E 0° 00' 00"85.15'NE1° 16' 47"34.85'NW13° 54' 01"170.04'NW5 6 ° 2 7 ' 4 9 "1 1 0 .3 8 'S W54° 2 2 ' 0 5 "1 0 0 .0 3 'S W 5' - 0"STEPBACK PROVIDED10' - 0"6' - 2"6' - 2"SETBACK PROVIDED15' - 0"15' SETBACK LINESETBACK PROVIDED49.42%398.40 SQ.FT.1,371.77 SQ.FT.20.03%5.76%101' - 0 5/16"94' - 0 7/8"90' - 0 11/32"CORONADO STREET FRONTAGE= 100% = 449.415' STEPBACK REQUIRED = 75% = 337.06' STEPBACK PROVIDED 49.42% + 5.76% + 20.03%= 75.21% = 338.03'AREA OF STEPBACK REQUIRED 337.06' x 15' = 5,055.9 SQ.FT.AREA OF STEPBACK PROVIDED = 5,123.07 SQ.FT.AREA OF ADDITIONAL STEPBACK PROVIDED = 1,798 SQ.FT.TOTAL AREA OF STEPBACK PROVIDED = 6,921.07 SQ.FT.STEPBACK17' - 4 3/16"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:50:26 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0509/05/20191" = 30'-0"A-0.051STEPBACK 0300 LEVEL UP UP UP UP UP UP UP UP 61600 SF GARAGE 379 SF ELEV.179 SF ELEV. 365 SF ELEV. 673 SF STAIR 765 SF STAIR 2844 SF SERVICE CORRIDOR2208 SF LOADING 5879 SF B.O.H Area Legend 8- BOH 9- RETAIL 12- CIRCULATION 13- VERTICAL CIRCULATION 14- PARKING 16-DECKS, TERRACES & BALCONIES 2161 SF RESTAURANT/ ACCESSORY 311 SF STAIR 2612 SF COMMERCIAL/RETAIL/ ACCESSORY 3706 SF TERRACE 911 SF POOL EQUIPMENT VALET BARRIER 302 SF B.O.H SELF PARKI NGVALET PARKI NGUP 8.33%UP 15.96%VALET PARKING IN OUT ONLY OUT IN OUT ELEV. VALET TANDEM VALET OVERFLOW BEACH ACCESS ELEVATORS 712 SF STAIR 748 SF STAIR 1990 SF COMMERCIAL/RETAIL/ ACCESSORY GARAGE ACCESS GARAGE EXITPROPOSED SETBAC K6' - 2"R EQ U IRED SETBAC K10' - 0"REQUI RED SETBACK5' - 0"PROPOSED SETBACK17' - 11 19/32"SETBACK10' - 0"SETBACK15' - 0" ACCESSIBLE RAMP RAMP UP TO LOBBY LEVEL RAMP DOWN FROM LOBBY LEVEL CORONADO DRIVE G U LFV IE W BO U LE VA R D 5th STREETTRASH COMPACTOR 12' x 35' LOADING SPACES BEACH ACCESS ELEVATOR BEACH ACCESS STAIR VALET EXIT SETBACK 15' - 0"SETBACK15' - 0"SETBACK 15' - 0" ELEVATOR VESTIBULE OUT ONLY BEACH ACCESS STAIR BICYCLE RACK BICYCLE RACK BICYCLE RACK OPAL SANDS HOTEL COASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY. APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE 82' - 5 3 /1 6"7 ' - 7 5 /3 2 "171 SF B.O.H 1552 SF COMMERCIAL/RETAIL/ ACCESSORY PEDESTRIAN BRIDGE PROJECTION ABOVE LANDSCAPE BUFFER LANDSCAPE BUFFER 25' - 0"C:\Users\ayeaman\Documents\19004 Alanik Hotel ClearwaterNEW_ayeaman.rvt10/7/2019 11:00:55 AMALANIK HOTEL 421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767 A-0.06 09/05/2019 1" = 20'-0"A-0.06 1 0000 P-1 PARKING SCHEDULE 294 SELF PARKING 154 VALET 11 VALET DRIVEWAY 21 VALET OVERFLOW 76 VALET TANDEM 556 DNUPUPUPUPUPUPUPUPUPUPDNUPUPUPUPUPUP4004 SFRESTAURANT420 SFFRONT DESK763 SFOFFICES951 SFRESTROOMS2536 SFB.O.H1944 SFCAFE/BAR3710 SFKITCHEN7056 SFLOBBYArea Legend2- F&B5- FOOD SERVICE6- LOBBY7- FRONT DESK8- BOH13- VERTICAL CIRCULATION14- PARKING15- POOL16-DECKS, TERRACES &BALCONIES17089 SFPOOL DECK2753 SFPOOLVALET BARRIERSELF PARKING V A LE T P A R KIN G 30' - 0"50' - 0"19' - 0"RAMP UP 4.97%17' - 0"16' - 6"15.47%8.52%8.20%12.90%14.46%8.04%9.53%102 SFELEV.BEACH ACCESS ELEVATORSOPEN TO BELOWOPEN TO BELOWIN 11.23%34145 SFGARAGE765 SFSTAIR184 SFELEV.674 SFSTAIR15' - 0"15' - 0"17' - 0"19' - 0"OPEN TO BELOWDROP OFF 258 SFFIRE COMMANDCORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"SETBACK15' - 0"SETBACK15' - 0"SETBACK10' - 0"SETBACK5' - 0"PROPOSED SETBACK6' - 2"SETBACK15' - 0"UP 6.00%UP 14.69%D OW N 8.33%15.96%788 SFSTAIR12' - 0"EVENT LAWNRAMP UP 4.65%COASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY.APPROXIMATE FLOOD ZONE LINEAPPROXIMATE FLOOD ZONE LINEAPPROXIMATE FLOOD ZONE LINEAPPROXIMATE FLOOD ZONE LINEBEACH ACCESS ELEVATORBEACH ACCESS STAIRBEACH ACCESS STAIR82' - 5 3/16"7' - 7 5/32"447 SFB.O.HPEDESTRIAN BRIDGE PROJECTION ABOVEC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:50:37 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0709/05/2019PARKING SCHEDULE294 SELF PARKING154 VALET11 VALET DRIVEWAY21 VALET OVERFLOW76 VALET TANDEM5561" = 20'-0"A-0.0710100 LEVEL / P-2 UPUPUPUPUPUPUPUPDNUPUPUP1524 SFB.O.H33849 SFGARAGE765 SFSTAIR184 SFELEV.674 SFSTAIRLEVEL 100 BELOWLEVEL 100 BELOWBEACH ACCESS ELEVATORSU P 6.00%UP 14.69%DOW N 14.69%DOW N 6.04%VALET BARRIERSELF PARKING V A LE T P A R KIN G 24' - 4"24' - 4"2368 SFB.O.H790 SFSTAIRArea Legend8- BOH13- VERTICAL CIRCULATION14- PARKINGSETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"PROPOSED SETBACK6' - 2"SETBACK15' - 0"SETBACK15' - 0"SETBACK15' - 0"CORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK10' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:50:45 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0809/05/2019PARKING SCHEDULE294 SELF PARKING154 VALET11 VALET DRIVEWAY21 VALET OVERFLOW76 VALET TANDEM5561" = 20'-0"A-0.0810150 P-3 UPUPDNDNUPDNUPDNUPUPUPUP9348 SFBALLROOM5547 SFPRE-FUNCTION2015 SFSERVICE CORRIDOR889 SFSTAIR184 SFELEV.624 SFMR#974 SFMR#922 SFMR#625 SFMR#637 SFMR#630 SFMR#954 SFRESTROOMS3259 SFFOOD SERVICE1428 SFMEP729 SFPANTRY3465 SFPRE-FUNCTION2752 SFLOBBYOPEN TO BELOWArea Legend3- MEETING3.5- PRE-FUNCTION5- FOOD SERVICE7- FRONT DESK8- BOH12- CIRCULATION13- VERTICAL CIRCULATION14- PARKING467 SFRESTROOMS46' - 1 3/4"37' - 1 5/8"39' - 3 3/8"548 SFMR#617 SFMR#13' - 8"75' - 0"1496 SFPRE-FUNCTION /BALLROOM37' - 6"37' - 6"SELF PARKINGUP 14.69%UP 6.00%DOW N 14.69%DOW N 6.04%448 SFOFFICES731 SFRESTROOMS816 SFSTAIRELEV.SETBACK15' - 0"STEPBACK15' - 0"15372 SFGARAGESETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"BEACH ACCESS ELEVATORS33' - 8"33' - 8"33' - 8"87 SFB.O.HSETBACK5' - 0"SETBACK6' - 2"SETBACK15' - 0"SETBACK15' - 0"CORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TPEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT. MORE THAN 17'-0" FEET ABOVE STREET LEVEL.STEPBACK17' - 4 1/8"8.33%8.31%8.32%1281 SFBRIDGEC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:50:58 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.0909/05/20191" = 20'-0"A-0.0910200 LEVEL / P-4PARKING SCHEDULE294 SELF PARKING154 VALET11 VALET DRIVEWAY21 VALET OVERFLOW76 VALET TANDEM556 UPUPUPUPUPUPUPUPUPUPUPUP861 SFSTAIR308 SFSTAIR184 SFELEV.15414 SFGARAGESELF PARKINGUP 6.00%D OW N 14.69%D O W N 6.04%Area Legend13- VERTICAL CIRCULATION14- PARKING16-DECKS, TERRACES &BALCONIESBEACH ACCESS ELEVATORSOPEN TO LEVEL 200 BELOWCORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"STEPBACK15' - 0"SETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK5' - 0"SETBACK6' - 2"SETBACK15' - 0"SETBACK15' - 0"UP 14.69%STEPBACK17' - 4 1/8"234 SFPOOL DECKOPEN TO LEVEL 200 BELOWC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:51:11 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1009/05/20191" = 20'-0"A-0.1010250 P-5PARKING SCHEDULE294 SELF PARKING154 VALET11 VALET DRIVEWAY21 VALET OVERFLOW76 VALET TANDEM556 UPDNUPUPUPUPDNUPUP1829 SFCORRIDOR160 SFLOBBYArea Legend1- GUESTROOMS4- RECREATIONAL5- FOOD SERVICE8- BOH12- CIRCULATION13- VERTICAL CIRCULATION14- PARKING15- POOL16-DECKS, TERRACES &BALCONIES953 SFSPA LOBBY5276 SFPOOL DECK450 SFPOOLBALLROOM OPEN TO BELOWROOFOPEN TO BELOW3 0 ' - 0 "15' - 0"160BEACH ACCESS ELEVATORS208 SFSTAIR15644 SFGARAGE184 SFELEV.341 SFSTAIR5276 SF/30176 PEOPLESELF PARKINGDOWN 14.69%D O W N 6.04%UP 6.00%UP 14.69%52' - 4"52' - 4"33' - 8"49' - 10"3221 SFSPA1552 SFFITNESS CENTER199 SFPOOL EQUIP.CORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"SETBACK15' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK10' - 0"SETBACK5' - 0"SETBACK6' - 2"6' - 0"34' - 0"43' - 4"STEPBACK15' - 0"SETBACK15' - 0"40' - 0"864 SFMEP431 SFPOOL EQUIP.STEPBACK17' - 4 1/8"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:51:22 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1109/05/20191" = 20'-0"A-0.1110300 LEVEL / P-6 UPUPUPUPUPUPUP250 SFLOBBY1847 SFCORRIDOR531 SFB.O.HArea Legend1- GUESTROOMS5- FOOD SERVICE8- BOH12- CIRCULATION13- VERTICALCIRCULATION14- PARKING6' - 0"34' - 0"43' - 4"STEPBACK15' - 0"SETBACK15' - 0"61' - 8"61' - 8"49' - 10"BEACH ACCESS ELEVATORSSELF PARKINGUP 6.00%U P 14.69%DOW N 6.04%DO W N 14.69%15611 SFGARAGE208 SFSTAIR184 SFELEV.344 SFSTAIRBALLROOM ROOF BELOWOPEN TO SPA BELOWOPEN TO SPA BELOWCORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"40' - 0"SETBACK15' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK10' - 0"SETBACK5' - 0"SETBACK6' - 2"431 SFB.O.HSTEPBACK17' - 4 1/8"151' - 10"19' - 2"21' - 3 1/8"143' - 11"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:51:34 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1209/05/20191" = 20'-0"A-0.1210400 LEVEL / P-7 UPUPUPUPUPUPUPUPUPArea Legend1- GUESTROOMS5- FOOD SERVICE8- BOH12- CIRCULATION13- VERTICAL CIRCULATION14- PARKINGBEACH ACCESS ELEVATORS15646 SFGARAGE208 SFSTAIR184 SFELEV.344 SFSTAIRDOW N 6.04%D O W N 14.69%DOW N 6.00%SELF PARKING CORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK10' - 0"SETBACK5' - 0"SETBACK6' - 2"SETBACK15' - 0"6' - 0"34' - 0"43' - 4"STEPBACK15' - 0"SETBACK15' - 0"40' - 0"STEPBACK17' - 4 1/8"430 SFB.O.H71' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:51:46 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1309/05/20191" = 20'-0"A-0.1310500 LEVEL / P-8 UPUPUPUPUPUPArea Legend1- GUESTROOMS5- FOOD SERVICE8- BOH12- CIRCULATION13- VERTICAL CIRCULATION1847 SFCORRIDOR250 SFLOBBY531 SFB.O.H229 SFMEP140 SFPANTRY111 SFMEP175 SFSTAIR186 SFSTAIR40' - 0"43' - 4"STEPBACK15' - 0"SETBACK15' - 0"SETBACK15' - 0"SETBACK10' - 0"SETBACK10' - 0"SETBACK5' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK6' - 2"CORONADO DRIVEGULFVIEW BOULEVARD5 t h S T R E E TSETBACK15' - 0"STEPBACK17' - 4 1/8"19' - 2"21' - 3 1/8"141' - 8 3/8"151' - 1"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:51:57 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1409/05/20191" = 20'-0"A-0.141TYPICAL FLOOR PLAN (LEVELS 600 TO 1700) 19' -0"0100 LEVEL33' -8"0200 LEVEL49' -10"0300 LEVEL59' -4"0400 LEVEL68' -10"0500 LEVEL78' -4"0600 LEVEL87' -10"0700 LEVEL97' -4"0800 LEVEL106' -10"0900 LEVEL116' -4"1000 LEVEL125' -10"1100 LEVEL135' -4"1200 LEVEL144' -10"1400 LEVEL154' -4"1500 LEVEL165' -0"ROOF LEVEL10' - 6"10' - 8"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"16' - 2"14' - 8"14' - 6"150' - 0"10' - 6"4' -6"0000 P-10' -0"NAVD15' -0"BFE17' -0"DROP-OFF8' - 6"1' - 0"5' - 0"2' - 0"6"11' - 4"13' - 10"15' - 6"13' - 6"175' -6"UPPER ROOF13' - 6"14' - 8"RRRSSSTTT3GUESTROOMCORRIDORFITNESSCENTERFITNESSTERRACEMEETINGPRE-FUNCTIONLOBBYHOTELDROP-OFFHOUSEKEEPINGSOILEDLINENHOLDINGSTORAGEB.O.HCORRIDORGARAGEPOOLDECKPOOLEQUIPMENTROOMPOOL16' - 6"17' - 0"19' - 0"6' - 0"GULFVIEW BOULEVARDCORONADO DRIVEC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:52:18 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.1909/05/20191" = 10'-0"A-0.191SECTION 1 BFE 15'-0" N.A.V.D34' - 10"10' - 6"6' - 0"150' - 0"10' - 6"14' - 6"45' - 4"150' - 0"10' - 6"70' - 4"10' - 6"RETAIL/ CAFE AT GROUND LEVELLANDSCAPE BUFFERPEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORTRETAIL AT GROUND LEVELBEACH ACCESS STAIRBEACH ACCESS ELEVATORBEACH ACCESS STAIR76' - 4"10' - 6"211' - 4 1/4"67' - 4 3/8"31' - 7 1/2"147' - 0 1/8"27' - 2 1/8"53' - 5 3/8"74' - 7"5' - 0 1/2"50' - 1"31' - 7"BFE 15'-0" N.A.V.D14' - 6"10' - 6"150' - 0"6' - 0"34' - 10"10' - 6"15' - 0"15' - 0"31' - 2"10' - 6"14' - 6"54' - 10"15' - 0"14' - 0"BEACH ACCESS ELEVATORBEACH ACCESS STAIRACCESSIBLE RAMP34' - 10"10' - 6"7' - 0"69' - 4"10' - 6"16' - 0"14' - 10"LANDSCAPE BUFFERLANDSCAPE BUFFER64' - 5"7' - 7 1/8"82' - 5 1/4"10' - 0"9' - 5 7/8"63' - 4 7/8"98' - 11 1/8"71' - 7 7/8"35' - 11 5/8"48' - 7 3/4"38' - 0"11' - 8 5/8"52' - 6 7/8"27' - 9 3/8"92' - 2 1/2"19' - 10 1/4"24' - 5 3/8"139' - 7 3/8"48' - 7 3/8"86' - 0"74' - 7 7/8"35' - 3 1/8"201' - 3 1/4"25' - 10 3/4"36' - 9 1/8"BFE 15'-0" N.A.V.D15' - 0"10' - 0"10' - 6"70' - 4"34' - 10"10' - 6"20' - 8"10' - 6"14' - 2"10' - 6"14' - 6"54' - 10"25' - 0"92' - 2 1/2"139' - 7 3/8"24' - 5 3/8"19' - 10 1/4"22' - 2 1/2"52' - 7 3/8"BFE 15'-0" N.A.V.D14' - 6"4' - 0"10' - 6"6' - 0"150' - 0"10' - 6"70' - 4"10' - 6"14' - 6"10' - 6"10' - 0"54' - 10"25' - 0"PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORTRETAIL AT GROUND LEVELLANDSCAPE BUFFERRETAIL/ CAFE AT GROUND LEVELBEACH ACCESS STAIR14' - 10"16' - 0"50' - 1"31' - 7"5' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt10/7/2019 10:21:06 AMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.2209/05/2019A-0.221NORTH GULFVIEW BOULEVARDA-0.222NORTH CORONADO DRIVEA-0.223SOUTH CORONADO DRIVEA-0.224SOUTH GULFVIEW BOULEVARD DNDNCORONADO DRIVEGULFVIEW BOULEVARD5t h STREE TPROPOSED HOTEL TOWER4' - 6"CAFE/BAR TERRACE800' - 0"800' - 0"800' - 0"800' - 0"800' - 0"R 100' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 6:05:01 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.2309/05/20191" = 100'-0"A-0.231SITE PLAN TOWER SEPARATIONBUILDING HEIGHT MAY BE INCREASED TO ONE HUNDRED AND FIFTY FEET (150') IF: PORTIONS OF ANY STRUCTURE WHICH EXCEED ONE HUNDRED FEET(100') IN HEIGHT ARE SPACED AT LEAST ONE HUNDRED (100') APART; WITH NO MORE THAN FOUR (4) STRUCTURES WHICH EXCEED ONE HUNDRED FEET (100') WITHIN EIGHT HUNDRED FEET (800') C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:57:02 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.2809/05/2019Area Schedule (0300 SERIES)Level Name Count Area DepartmentSCHEDULE TYPE0900 LEVEL B.O.H 1 531 SF8- BOH0900 LEVEL MEP 2 340 SF8- BOH1000 LEVEL B.O.H 1 531 SF8- BOH1000 LEVEL MEP 2 340 SF8- BOH1100 LEVEL B.O.H 1 531 SF8- BOH1100 LEVEL MEP 2 340 SF8- BOH1200 LEVEL B.O.H 1 531 SF8- BOH1200 LEVEL MEP 2 340 SF8- BOH1400 LEVEL B.O.H 1 531 SF8- BOH1400 LEVEL MEP 2 340 SF8- BOH1500 LEVEL B.O.H 1 531 SF8- BOH1500 LEVEL MEP 2 340 SF8- BOH56 38,028 SF0000 P-1 RESTAURANT/ACCESSORY1 2,161 SF9- RETAIL0000 P-1 RETAIL/ ACCESSORY 2 4,603 SF9- RETAIL3 6,763 SF0000 P-1 LOBBY 1 321 SF 12- CIRCULATION0200 LEVEL BRIDGE 1 1,281 SF 12- CIRCULATION0200 LEVEL LOBBY 1 2,752 SF 12- CIRCULATION0300 LEVEL CORRIDOR 1 1,829 SF 12- CIRCULATION0300 LEVEL LOBBY 1 160 SF 12- CIRCULATION0300 LEVEL SPA LOBBY 1 953 SF 12- CIRCULATION0400 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0400 LEVEL LOBBY 1 250 SF 12- CIRCULATION0500 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0500 LEVEL LOBBY 1 250 SF 12- CIRCULATION0600 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0600 LEVEL LOBBY 1 250 SF 12- CIRCULATION0700 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0700 LEVEL LOBBY 1 250 SF 12- CIRCULATION0800 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0800 LEVEL LOBBY 1 250 SF 12- CIRCULATION0900 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION0900 LEVEL LOBBY 1 250 SF 12- CIRCULATION1000 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION1000 LEVEL LOBBY 1 250 SF 12- CIRCULATION1100 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION1100 LEVEL LOBBY 1 250 SF 12- CIRCULATION1200 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION1200 LEVEL LOBBY 1 250 SF 12- CIRCULATION1400 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION1400 LEVEL LOBBY 1 250 SF 12- CIRCULATION1500 LEVEL CORRIDOR 1 1,847 SF 12- CIRCULATION1500 LEVEL LOBBY 1 250 SF 12- CIRCULATION28 30,366 SF0000 P-1 ELEV. 3 655 SF 13- VERTICAL CIRCULATION0000 P-1 STAIR 7 3,735 SF 13- VERTICAL CIRCULATION0100 LEVEL ELEV. 3 672 SF 13- VERTICAL CIRCULATION0100 LEVEL STAIR 6 3,446 SF 13- VERTICAL CIRCULATION0150 P-3 STAIR 3 2,230 SF 13- VERTICAL CIRCULATION0200 LEVEL ELEV. 3 675 SF 13- VERTICAL CIRCULATION0200 LEVEL STAIR 5 3,333 SF 13- VERTICAL CIRCULATION0250 P-5 STAIR 1 861 SF 13- VERTICAL CIRCULATION0300 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0300 LEVEL STAIR 3 645 SF 13- VERTICAL CIRCULATION0400 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0400 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION0500 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0500 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION0600 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0600 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION0700 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0700 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION0800 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0800 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION0900 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION0900 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION1000 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION1000 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION1100 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION1100 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION1200 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION1200 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION1400 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION1400 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION1500 LEVEL ELEV. 2 578 SF 13- VERTICAL CIRCULATION1500 LEVEL STAIR 3 603 SF 13- VERTICAL CIRCULATION91 29,827 SFTOTAL462 296,485 SFArea Schedule (0300 SERIES)Level Name Count Area DepartmentSCHEDULE TYPE0300 LEVEL BAY / ROOM 16 10,662 SF 1- GUESTROOMS0400 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS0500 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS0600 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS0700 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS0800 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS0900 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS1000 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS1100 LEVEL BAY / ROOM 22 11,488 SF 1- GUESTROOMS1200 LEVEL BAY / ROOM 19 11,488 SF 1- GUESTROOMS1400 LEVEL BAY / ROOM 19 11,488 SF 1- GUESTROOMS1500 LEVEL BAY / ROOM 18 11,488 SF 1- GUESTROOMS248 137,030 SF0100 LEVEL CAFE/BAR 1 1,944 SF2- F&B0100 LEVEL RESTAURANT 1 4,004 SF2- F&B2 5,947 SF0200 LEVEL BALLROOM 1 9,348 SF3- MEETING0200 LEVEL MR# 8 5,578 SF3- MEETING0200 LEVEL PRE-FUNCTION /BALLROOM1 1,496 SF3- MEETING10 16,422 SF0200 LEVEL PRE-FUNCTION 2 9,012 SF 3.5- PRE-FUNCTION2 9,012 SF0300 LEVEL FITNESS CENTER 1 1,552 SF 4- RECREATIONAL0300 LEVEL SPA 1 3,221 SF 4- RECREATIONAL2 4,773 SF0100 LEVEL KITCHEN 1 3,710 SF 5- FOOD SERVICE0200 LEVEL FOOD SERVICE 1 3,259 SF 5- FOOD SERVICE0200 LEVEL PANTRY 1 729 SF 5- FOOD SERVICE0300 LEVEL PANTRY 1 136 SF 5- FOOD SERVICE0400 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE0500 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE0600 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE0700 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE0800 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE0900 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE1000 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE1100 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE1200 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE1400 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE1500 LEVEL PANTRY 1 140 SF 5- FOOD SERVICE15 9,371 SF0100 LEVEL LOBBY 1 7,056 SF6- LOBBY1 7,056 SF0100 LEVEL FIRE COMMAND 1 258 SF 7- FRONT DESK0100 LEVEL FRONT DESK 1 420 SF 7- FRONT DESK0100 LEVEL OFFICES 1 763 SF 7- FRONT DESK0200 LEVEL OFFICES 1 448 SF 7- FRONT DESK4 1,888 SF0000 P-1 B.O.H 3 6,639 SF8- BOH0000 P-1 LOADING 1 2,208 SF8- BOH0000 P-1 POOL EQUIPMENT 1 911 SF8- BOH0000 P-1 SERVICE CORRIDOR 1 2,844 SF8- BOH0100 LEVEL B.O.H 2 2,982 SF8- BOH0100 LEVEL RESTROOMS 1 951 SF8- BOH0150 P-3 B.O.H 2 3,892 SF8- BOH0200 LEVEL B.O.H 2 247 SF8- BOH0200 LEVEL MEP 1 1,428 SF8- BOH0200 LEVEL RESTROOMS 3 2,152 SF8- BOH0200 LEVEL SERVICE CORRIDOR 1 2,015 SF8- BOH0300 LEVEL B.O.H 1 531 SF8- BOH0300 LEVEL MEP 2 1,024 SF8- BOH0300 LEVEL POOL EQUIP. 2 630 SF8- BOH0400 LEVEL B.O.H 1 531 SF8- BOH0400 LEVEL MEP 2 340 SF8- BOH0500 LEVEL B.O.H 1 531 SF8- BOH0500 LEVEL MEP 2 340 SF8- BOH0600 LEVEL B.O.H 1 531 SF8- BOH0600 LEVEL MEP 2 340 SF8- BOH0700 LEVEL B.O.H 1 531 SF8- BOH0700 LEVEL MEP 2 340 SF8- BOH0800 LEVEL B.O.H 1 531 SF8- BOH0800 LEVEL MEP 2 340 SF8- BOHP1 Parking ScheduleParking Group Type Count CommentsSELF PARKINGPark_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0000 P-1: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 38 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0050 P-2: 3939Park_ParkingSpace 8' 6" x 18' - 90 deg 39 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0150 P-3: 4040Park_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0200 P-4: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0250 P-5: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0350 P-6: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0450 P-7: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 29 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0550 P-8: 3030Park_ParkingSpace 8' 6" x 18' - 90 deg 34 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0650 P-9: 3535SELF PARKING: 294294VALETPark_ParkingSpace 8' 6" x 18' - 90 deg 85 VALET0000 P-1: 8585Park_ParkingSpace 8' 6" x 18' - 90 deg 34 VALET0050 P-2: 3434Park_ParkingSpace 8' 6" x 18' - 90 deg 35 VALET0150 P-3: 3535VALET: 154154VALET DRIVEWAYPark_ParkingSpace 23' x 9' Parallel 5 VALET DRIVEWAY0050 P-2: 55Park_ParkingSpace 23' x 9' Parallel 6 VALET DRIVEWAY0150 P-3: 66VALET DRIVEWAY: 1111VALET OVERFLOWPark_ParkingSpace 8' 6" x 18' - 90 deg 21 VALET OVERFLOW0000 P-1: 2121VALET OVERFLOW: 2121VALET TANDEMPark_ParkingSpace 8' 6" x 18' - 90 deg 57 VALET TANDEM0000 P-1: 5757Park_ParkingSpace 8' 6" x 18' - 90 deg 9 VALET TANDEM0050 P-2: 99Park_ParkingSpace 8' 6" x 18' - 90 deg 10 VALET TANDEM0150 P-3: 1010VALET TANDEM: 7676Grand total: 556556 14032 SFGROSS AREA3707 SFDECK/BALC./TERR.63454 SFPARKING5252 SFGROSS AREA2263 SFGROSS AREA765 SFGROSS AREA1991 SFGROSS AREA34457 SFPARKING801 SFGROSS AREA674 SFGROSS AREA765 SFGROSS AREA23828 SFGROSS AREA19825 SFDECK/BALC./TERR.34081 SFPARKING3180 SFGROSS AREA1628 SFGROSS AREA765 SFGROSS AREA679 SFGROSS AREA43031 SFGROSS AREA15458 SFPARKING832 SFDECK/BALC./TERR.2718 SFDECK/BALC./TERR.1281 SFGROSS AREA15945 SFPARKING1130 SFGROSS AREA21412 SFGROSS AREA5521 SFDECK/BALC./TERR.203 SFGROSS AREA3530 SFDECK/BALC./TERR.15777 SFGROSS AREA2497 SFDECK/BALC./TERR.15777 SFGROSS AREA2637 SFDECK/BALC./TERR.16808 SFPARKING16780 SFPARKING16814 SFPARKING16817 SFGARAGEC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:57:27 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-0.2909/05/2019GROSS AREA CALCULATION - HOTELLevel Area0000 P-1 24,601 SF0050 P-2 2,241 SF0100 LEVEL 23,828 SF0150 P-3 6,251 SF0200 LEVEL 44,312 SF0250 P-5 1,130 SF0300 LEVEL 21,615 SF0400 LEVEL 15,777 SF0500 LEVEL 15,777 SF0600 LEVEL 15,777 SF0700 LEVEL 15,777 SF0800 LEVEL 15,777 SF0900 LEVEL 15,777 SF1000 LEVEL 15,777 SF1100 LEVEL 15,777 SF1200 LEVEL 15,777 SF1400 LEVEL 15,777 SF1500 LEVEL 15,777 SFROOF LEVEL 2,009 SF299,533 SFGROSS AREA CALCULATION - PARKINGLevel Area0000 P-1 63,454 SF0050 P-2 34,457 SF0150 P-3 34,081 SF0200 LEVEL 15,458 SF0250 P-5 15,945 SF0350 P-6 16,808 SF0450 P-7 16,780 SF0550 P-8 16,814 SF0650 P-9 16,817 SF230,613 SFGROSS AREA CALCULATION - TERRACES ...Level Area0000 P-1 3,707 SF0100 LEVEL 19,825 SF0200 LEVEL 3,550 SF0300 LEVEL 9,051 SF0400 LEVEL 2,497 SF0500 LEVEL 2,637 SF0600 LEVEL 2,637 SF0700 LEVEL 2,637 SF0800 LEVEL 2,637 SF0900 LEVEL 2,637 SF1000 LEVEL 2,637 SF1100 LEVEL 2,637 SF1200 LEVEL 2,637 SF1400 LEVEL 2,637 SF1500 LEVEL 2,637 SF64,997 SF1" = 80'-0"A-0.2910000 P-11" = 80'-0"A-0.2920050 P-21" = 80'-0"A-0.2930100 LEVEL1" = 80'-0"A-0.2940150 P-31" = 80'-0"A-0.2950200 LEVEL / P-41" = 80'-0"A-0.2960250 P-51" = 80'-0"A-0.2970300 LEVEL1" = 80'-0"A-0.2980400 LEVEL1" = 80'-0"A-0.299TYPICAL LEVEL1" = 80'-0"A-0.29100350 P-61" = 80'-0"A-0.29110450 P-71" = 80'-0"A-0.29120550 P-81" = 80'-0"A-0.29130650 P-9 DNUPUPUPXP8P7P10P11HHGGDDCCFFEEJJBBDDDP91A-1.043A-1.045A-1.044A-1.04BALLROOMPREFUNCTION/BALLROOM33' - 8"26' - 0"GARAGESERVICECORRIDORELEVATORVESTIBULEELEVATORELEVATORSTAIR 4ELEVATORVESTIBULEELEVATORELEVATORSTAIR 5TERRACETERRACE AREAPEDESTRIAN BRIDGEPORTE COCHERE ROOFALANIK HOTELOPAL SANDS HOTELOPEN TERRACEHOTEL LOBBYC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:57:31 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-1.0309/05/20191" = 10'-0"A-1.031BRIDGE PLAN LEVEL 0200 UPDNUPUPP8P10P11HHGGDDCCFFEEJJDDDP91A-1.043A-1.045A-1.044A-1.04GULFVIEW BOULEVARDRETAILOUT ONLYGARAGE EXITEXISTING ACCESSIBLE ROUTESTAIR 5ELEVATORRETAILELEV.VESTIBULEELEVATORGARAGEELEVATORELEVATORHOTELLIMITEDACCESSLOBBYSTAIR 1HOTEL DROP-OFFSTAIR 48.33%5.00%PEDESTRIAN BRIDGE PROJECTION ABOVEALANIK HOTELOPAL SANDS HOTELNEW STRUCTURAL SUPPORT FOR PROPOSED PEDESTRIAN BRIDGE C:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:57:41 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-1.03.109/05/20191" = 10'-0"A-1.03.11BRIDGE ACCESIBLE ROUTE STREET LEVEL 19' -0"0100 LEVEL33' -8"0200 LEVEL49' -10"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-50' -0"NAVD52' -4"0350 P-633' -8"0200 P-419' -0"0100 LEVEL33' -8"0200 LEVEL49' -10"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-552' -4"0350 P-633' -8"0200 P-41A-1.0419' -0"0100 LEVEL33' -8"0200 LEVEL49' -10"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-50' -0"NAVD52' -4"0350 P-633' -8"0200 P-419' -0"0100 LEVEL33' -8"0200 LEVEL49' -10"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-552' -4"0350 P-633' -8"0200 P-41A-1.0419' -0"0100 LEVEL97' -4"0800 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0250 P-50' -0"NAVD52' -4"0350 P-661' -8"0450 P-771' -0"0550 P-880' -4"0650 P-933' -8"0200 P-490' -4"0750 P-1026' - 0"33' - 8"3A-1.045A-1.0410' - 2"CLEAR17' - 0"GULFVIEW BOULEVARDELEVATORELEV.VESTIBULEELEVATORVESTIBULENEW STRUCTURAL SUPPORT FOR PROPOSED PEDESTRIAN BRIDGE OPAL SANDS HOTELALANIK HOTELOPEN TERRACEELEVATORVESTIBULEELEVATORC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt9/4/2019 5:57:51 PMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-1.0409/05/20191" = 10'-0"A-1.042BRIDGE SECTION 11" = 10'-0"A-1.043BRIDGE SECTION 21" = 10'-0"A-1.044BRIDGE SECTION 31" = 10'-0"A-1.045BRIDGE SECTION 41" = 10'-0"A-1.041Section Bridge option 1 53,865 sq.ft.5,675 sq. ft.59,540 sq.ft (windows/decoration) = 88.01% of Total Facade (67,650 sq. ft.)6,320 sq.ft.5,562 sq.ft.3,936 sq.ft.15,478 sq.ft.3,225 sq.ft.6,699 sq.ft. 41,784 sq.ft (windows/decoration) = 60.93% of Total Facade (67,650 sq. ft.)2,208 sq. ft.4,404 sq. ft.1,884 sq. ft.8,496 sq.ft (windows/decoration) = 78.20% of Total Facade (10,864 sq. ft.)50% open parking garagefacing exisitng buildingC:\Users\cvargas\Documents\19004 Alanik Hotel ClearwaterNEW_cavargasc.rvt10/7/2019 10:26:11 AMALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767A-1.0509/05/20191" = 20'-0"A-1.051WEST ELEVATION (GULFVIEW BOULEVARD).Calculations1" = 20'-0"A-1.052EAST ELEVATION (CORONADO DRIVE). Calculations1" = 20'-0"A-1.053NORTH ELEVATION (5th STREET). Calculations.1" = 20'-0"A-1.054SOUTH ELEVATION. Calculations. EXTERIOR INTERIOR ALUMINIUM WINDOW WALL SYSTEM BUTT GLAZED W/ STRUCT. SILICONE (REFER TO BUILDING ELEVATIONS) EYEBROW/ DECORATION: METAL COMPOSITE MATERIAL BUILDING PANELS (REYNOBOND 240 FR MANUFACTURED BY ALCOA ARCHITECTURAL PRODUCTS OR ACCEPTABLE EQUIVALENT) ATTACHED TO METAL SUPPORT FRAMING INSTALLED PER MANUF.'R'S REQ. AS AN INTEGRAL PART OF THE METAL COMPOSITE MATERIAL BUILDING SYSTEM. ALUMINIUM WINDOW WALL SYSTEM BUTT GLAZED W/ STRUCT. SILICONE (REFER TO BUILDING ELEVATIONS) SLOPED EXTERIORINTERIOR ALUMINIUM WINDOW WALL SYSTEM BUTT GLAZED W/ STRUCT. SILICONE (REFER TO BUILDING ELEVATIONS) ALUMINIUM WINDOW WALL SYSTEM BUTT GLAZED W/ STRUCT. SILICONE (REFER TO BUILDING ELEVATIONS) SLOPED WEEP HOLES STUCCO STUCCO STUCCO WEEP HOLES4" min.4" min.2' - 0" 2' - 0"6" max.6" max.LINEAR LIGHTING (TURTLE COMPLIANT) LINEAR LIGHTING (TURTLE COMPLIANT) EYEBROW/ DECORATION: METAL COMPOSITE MATERIAL BUILDING PANELS (REYNOBOND 240 FR MANUFACTURED BY ALCOA ARCHITECTURAL PRODUCTS OR ACCEPTABLE EQUIVALENT) ATTACHED TO METAL SUPPORT FRAMING INSTALLED PER MANUF.'R'S REQ. AS AN INTEGRAL PART OF THE METAL COMPOSITE MATERIAL BUILDING SYSTEM. DETAIL 1 DETAIL 2 GUESTROOM CORRIDOR 2'-0" MAX. CMU WALL STUCCO ALUMINIUM WINDOW WALL SYSTEM EYEBROW/ DECORATION C:\Users\ayeaman\Documents\19004 Alanik Hotel ClearwaterNEW_ayeaman.rvt9/18/2019 4:10:15 PMALANIK HOTEL 421 SOUTH GULFVIEW BOULEVARD, CLEARWATER FL 33767 A-2.02 09/05/2019 1 1/2" = 1'-0"A-2.02 1 EYEBROW/DECORATION SECTIONAL DETAILS 1/2" = 1'-0"A-2.02 2 TYPICAL CORRIDOR PLAN - EYEBROW/ DECORATION A-2.02 3 AXONOMETRIC VIEW - FACADE DETAIL 1 : 27A-2.02 4 PERSPECTIVE VIEW - CORONADO DRIVE Exhibit “E” Special Conditions of Site Plan Approval Pedestrian Bridge Construction Plans and Procedures 1 Return to: City Attorney’s Office City of Clearwater P.O. Box 4748 Clearwater, FL 33758 THIRD AMENDMENT TO HOTEL DENSITY RESERVE DEVELOPMENT AGREEMENT THIS THIRD AMENDMENT TO DEVELOPMENT AGREEMENT (this “Third Amendment”) is dated this day of February 2023 (the “Effective Date”) and entered into between Triprop Clearwater, LLC, a Florida limited liability company (the “Developer”), its successors and assigns, and the City of Clearwater, Florida, a municipality of the State of Florida acting though its city council, the governing body thereof (the “City”). Recitals: WHEREAS, Sections 163.3220 - 163.3243, Florida Statutes, which set forth the Florida Local Government Development Agreement Act (the "Act"), authorize the City to enter into binding development agreements with persons having a legal or equitable interest in real property located within the corporate limits of the City; and WHEREAS, under Section 163.3223 of the Act, the City has adopted Section 4-606 of the City of Clearwater Community Development Code (the "Code"), establishing procedures and requirements to consider and enter into development agreements; and WHEREAS, the City and Alanik Properties, LLC, a Florida limited liability company, Anco Holdings, LLC, a Florida limited liability company, and Nikana Holdings LLC, a Florida limited liability company (collectively, the “Original Developer”) entered into a development agreement (HDA2014- 06004, Resolution 14-29) dated September 24, 2014 and recorded at Official Records Book 18541, Page 1887 in the public records of Pinellas County (the “Original Development Agreement”) as amended by that certain First Amendment to the Hotel Density Reserve Development Agreement (HDA2015-06001, Resolution 15-19) between the aforementioned parties dated August 20, 2015 and recorded in the public records of Pinellas County at Official Records Book 19207, page 2409 (the “First Amendment”), and as further amended by that certain Second Amendment to the Hotel Density Reserve Development Agreement (HDA2014-06004A, Resolution 23-02) between the Developer and the City dated November 21, 2019 and recorded in the public records of Pinellas County at Official Records Book 20912, page 1710 (the “Second Amendment”)(collectively, the Original Development Agreement and its amendments are the “Development Agreement”); and WHEREAS, the Original Developer’s interest in the Development Agreement was assigned to the Developer pursuant to that certain Assignment of Hotel Density Reserve Development Agreement dated May 9, 2016 as consented to by the City; and 2 WHEREAS, Beach by Design proposed additional hotel units to equalize development opportunities on the beach and ensure Clearwater Beach remains a quality, family resort community by further providing for a limited pool of additional hotel units (“Hotel Density Reserve”) to be made available for such mid-sized hotel projects; and WHEREAS, the Original Development Agreement allocated one hundred (100) units from the Hotel Density Reserve to the Developer to be utilized on 1.994 acres of real property and subsequently the Second Amendment added 0.426 acres to the Property (as described in the Development Agreement as the “Property”); and WHEREAS, the maximum density permitted on the Property, pursuant to Beach by Design, is 150 units per acre; and the Development Agreement provided for a density of 114 hotel units per acre; and WHEREAS, the Developer has requested the City vacate a portion of S. Gulfview Blvd. as described in Exhibit “A-2” attached hereto and made part hereof (the “Vacated Right-of-Way”) and desires to include this Vacated Right-of-Way into the development project (the “Amended Project”); and WHEREAS, the City anticipates the inclusion of the Vacated Right-of-Way into the Amended Project will activate the Beach Walk corridor as envisioned in Beach by Design; and WHEREAS, the Developer will provide improvements, relocation and reconstruction of certain utilities and infrastructure in the Vacated Right-of-Way and Beach Walk as preliminarily shown in Exhibit “B-2” and to be further detailed at time of amending the approved site plan; and WHEREAS, the Vacated Right-of-Way is 0.1837 acres in size providing a total project area of 2.5997 acres after the City vacates the area; and WHEREAS, the Developer desires to modify the Project as provided for herein and in Exhibit “B-2”, attached hereto and made part hereof; and WHEREAS, upon completion of the Project contemplated in the Agreement, the Amended Project will contain a total of two hundred and forty-eight (248) overnight accommodation units (95.396 (96) units per acre), which includes one hundred (100) units originally granted from the available Beach by Design Hotel Density Reserve; and WHEREAS, the City has conducted such hearings as are required by and in accordance with Chapter 163.3220 Fla. Stat. (2022) and any other applicable law; and WHEREAS, the City has determined that, as of the Effective Date of this Third Amendment, the Amended Project is consistent with the City’s Comprehensive Plan and Land Development Regulations; and 3 WHEREAS, the City has conducted public hearings as required by §§ 4-206 and 4-606 of the Community Development Code (the “Code”); and WHEREAS, upon approval by the City of Clearwater City Council (the “City Council”), the Developer will seek to amend the site plan approved pursuant to FLD2015-09036A pursuant to the Code (the “Site Plan”) which has been extended pursuant to state and local law; and, WHEREAS, at a duly called public meeting on February 16, 2023, the City Council approved this Third Amendment and authorized its execution by appropriate City officials; and WHEREAS, the City and the Developer desire to amend certain terms and provisions of the Development Agreement as more fully set forth herein below. STATEMENT OF AGREEMENT NOW THEREFORE, in consideration of and in reliance upon the premises, the mutual covenants contained herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto intending to be legally bound and in accordance with the Act, agree as follows: SECTION 1. Recitals. The above recitals are true and correct and are a part of this Third Amendment. SECTION 2. Incorporation of the Act. This Third Amendment is entered into in compliance with and under the authority of the Code and the Act, the terms of which as of the date of this Third Amendment are incorporated herein by this reference and made a part of this Third Amendment. Words used in this Third Amendment without definition that are defined in the Act shall have the same meaning in this Third Amendment as in the Act. SECTION 3. Amendments to Development Agreement. Notwithstanding anything contained in the Development Agreement to the contrary, the Development Agreement shall be amended as follows and all other references in the Development Agreement and Exhibits regarding the Amended Project shall be consistent with the following: a. Section 3 of the Development Agreement shall be amended to include the Vacated Right- of-Way and Exhibit “A” shall be amended to include the property referenced in Exhibit “A-2” of this Third Amendment. Any exhibit which includes a legal description is hereby amended to include the Vacated Right-of-Way (collectively, the “Property” and the “Vacated Right-of-Way” are the “Property”). b. Section 4.3 shall be amended to read: The design of the Project, as represented in Exhibit “B-2”, is consistent with Beach by Design. 4 c. Section 4.4 is amended to read: The density of the Project shall be 96 units/acre. In no instance shall the density of a parcel of land exceed 150 units per acre. The height of the Project shall be 150 feet as measured from Design Flood Elevation, as defined in the Code. The maximum building heights of the various character districts cannot be increased to accommodate hotel rooms allocated from the Hotel Density Reserve. d. Section 6.1.3.1 shall reference Exhibit “B-2” attached as the Conceptual Site Plan. e. Section 6 shall be amended to include the following new provision: 6.1.11 Right-of-Way Utilities Relocation and Reconstruction of Beachwalk. Developer agrees that it shall be a condition precedent to the issuance of a certificate of occupancy for the Amended Project, as it may be amended, for the Developer, at its sole cost and expense, to remove any and all existing utilities and infrastructure from the Vacated Right-of-Way, relocate said utilities and infrastructure within Beach Walk, and reconstruct any and all areas of Beach Walk including hardscape and landscape impacted by the relocation of utilities and infrastructure all in accordance with City specifications and standards.” g. Section 13 shall be revised to update the notice addresses for the Developer as follows: If to the Developer: TriProp Clearwater, LLC ATTN: Mark Walsh 1001 E. Atlantic Ave. Delray Beach, FL 33483 Deb.howard@oplhotels.com With a copy to: Katherine E. Cole, Esq. Hill Ward Henderson PA 600 Cleveland Street, Suite 800 Clearwater, FL 33755 Katie.cole@hwhlaw.com SECTION 4. Amendments to Restrictive Covenants. This Agreement requires two (2) restrictive covenants to be recorded in conjunction with the operation of the Property and such covenants shall be amended and recorded in the public records of Pinellas County prior to issuance of a Building Permit consistent with the terms herein. a. Section 6.1.3.3 shall be amended, together with the Hurricane Evacuation Agreement included as Exhibit “C” therein, to include the legal description of the additional property attached hereto and made part hereof. b. Section 6.1.4 and the Covenant of Unified Use included as Exhibit “D” therein shall be updated to include the addition of the property described in Exhibit “A-2”. SECTION 5. Approvals. Notwithstanding anything to the contrary contained in the Development Agreement, as amended including section 6.1.3.2, the Developer shall receive site plan approval for the Amended Project within one (1) years of the Effective Date of this Third Amendment. Approval of this Third Amendment requires the approval of a substantial amendment to FLD2015-09036A which, if granted, shall supersede the existing approval. 5 SECTION 6. Expiration Date. The Development Agreement, as amended, shall expire ten (10) years after the adoption of this Third Amendment. SECTION 7. Ratification. Except as specifically modified herein, all terms, conditions and obligations contained in the Development Agreement shall retain in full force and effect and are reaffirmed by the parties hereto. (Signature Pages to Follow) 6 Signature Page to Third Amendment To Development Agreement HDA 2014-06004A DEVELOPER: In the Presence of: TRIPROP CLEARWATER, LLC, a Florida limited liability company. Print name: By: Mark Walsh Title: Manager Print name: STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization the day of , 2023, by Mark Walsh, as manager of Triprop Clearwater, LLC, a Florida limited liability company, for the Company. He is [ ] personally known to me or has [ ] produced as identification. Notary Public Print Name: My Commission Expires: Signature Page to Third Amendment To Development Agreement HDA 2014-06004A CITY: CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida. ___________________________ By: __________________________ Frank V. Hibbard Jon P. Jennings Mayor City Manager Approved as to form: Attest: ___________________________ ________________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk Exhibit A-2 Proposed Vacated Right of Way DESCRIPTION: A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard), shown on THE LLOYD-WHITE- SKINNER SUBDIVISION plat, recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County, Florida, being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD-WHITE- SKINNER SUBDIVISION; thence along the Easterly right-of-way line of said South Gulfview Boulevard the following course and curve; S.00°00'00"W, 85.15 feet to the beginning of a curve concave to the East, having a radius of 777.00 feet, thence Southeasterly, 160.28 feet along said curve through a central angle of 11°49’09” (chord bears S.05°50’10”E., 160.00 feet); thence non-tangent to said curve, N.55°08’15”W., 49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East, having a radius of 812.00 feet, thence Northwesterly, 131.30 feet along said curve and center line through a central angle of 09°15’52” (chord bears N.04°34’14”W., 131.15 feet); thence N.00°00’00”E., 80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72; thence N.82°58’18”E., 35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres), more or less. Exhibit A – Legal Description Parcel 3 DESCRIPTION: A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard), shown on THE LLOYD-WHITE- SKINNER SUBDIVISION plat, recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County, Florida, being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD- WHITE-SKINNER SUBDIVISION; thence along the Easterly right-of- way line of said South Gulfview Boulevard the following course and curve; S.00°00'00"W, 85.15 feet to the beginning of a curve concave to the East, having a radius of 777.00 feet, thence Southeasterly, 160.28 feet along said curve through a central angle of 11°49’09” (chord bears S.05°50’10”E., 160.00 feet); thence non-tangent to said curve, N.55°08’15”W., 49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East, having a radius of 812.00 feet, thence Northwesterly, 131.30 feet along said curve and center line through a central angle of 09°15’52” (chord bears N.04°34’14”W., 131.15 feet); thence N.00°00’00”E., 80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72; thence N.82°58’18”E., 35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres), more or less. As Approved As Proposed Ground Floor Plan Modifications: A. Pool deck / Retail Expansion. B. Relocate Restaurant and Retail Areas on NW corner of the property. C. Reconfigured parking Spaces behind retail. A B C B As Approved As Proposed 100 Level Floor PlanA A Modifications: A. Pool deck / Retail Expansion. B. Relocate Restaurant and Retail Areas on NW corner of the property. C. Reconfigured parking Spaces behind retail. As Approved As ProposedBuilding Section A A Modifications: A. Pool deck / Retail Expansion. B. Relocate Restaurant and Retail Areas on NW corner of the property. C. Reconfigured parking Spaces behind retail. B C As Approved As ProposedBuilding Elevation A A Modifications: A. Pool deck / Retail Expansion. B. Relocate Restaurant and Retail Areas on NW corner of the property. C. Reconfigured parking Spaces behind retail. As Approved As ProposedBuilding Elevation Modifications: A. Reduce Floor Height on 100 & 200 Levels. B. Add 1 Tower Level within the approved Height & Density. No Change in Building Height. C. Add 2 Parking Levels to Garage Building. Modification allowed within the Maximum Height Allowed. A A DESCRIPTION: A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard), shown on THE LLOYD-WHITE-SKINNER SUBDIVISION plat, recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County, Florida, being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD-WHITE-SKINNER SUBDIVISION; thence along the Easterly right-of-way line of said South Gulfview Boulevard the following course and curve; S.00°00'00"W, 85.15 feet to the beginning of a curve concave to the East, having a radius of 777.00 feet, thence Southeasterly, 160.28 feet along said curve through a central angle of 11°49’09” (chord bears S.05°50’10”E., 160.00 feet); thence non-tangent to said curve, N.55°08’15”W., 49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East, having a radius of 812.00 feet, thence Northwesterly, 131.30 feet along said curve and center line through a central angle of 09°15’52” (chord bears N.04°34’14”W., 131.15 feet); thence N.00°00’00”E., 80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72; thence N.82°58’18”E., 35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres), more or less. N O T E S: 1. No underground installation or improvements have been located except those shown hereon. 2. LANDMARK ENGINEERING & SURVEYING CORPORATIONS Certificate of Authorization Number to provide surveying is LB3913. 3. This drawing not valid without the signature and original seal of a Florida Registered Surveyor & Mapper. 4. As used on this drawing, certify means to state or declare a professional opinion of conditions regarding those facts or findings which are the subject of the certification and Does Not constitute a warranty or guarantee, either expressed or implied. This certification is only for the lands as described. It is Not a Certificate of Title, Zoning, Easements or Freedom of Encumbrances. 5. No instruments of record reflecting easements, rights-of-way and/or ownership were furnished to this surveyor except as shown hereon. L E G E N D: SEC. = SECTION TWP. = TOWNSHIP EXT = EXTENSION RGE. = RANGE BLK = BLOCK PB = PLAT BOOK COR = CORNER PG'S = PAGES POB = POINT OF BEGINNING R/W = RIGHT-OF-WAY (P) = PLAT (R) = RECORD M = MEASURED O.R. = OFFICIAL RECORDS 2200003NOTE: SEE SHEET 2 FOR SKETCH.J:\2200003\CAD\Survey\DWG\2200003 Clearwater Beach Site Description Sketch.dwg -- 12/19/2022 9:57:17 AM12-16-2022 The sketch represented hereon conforms to the requirements of Chapter 5J-17, Florida Administrative Code in effect on the Drawing Date shown. SURVEYORS CERTIFICATE L1 L2C1L3 C2L4NOTE: SEE SHEET 1 FOR DESCRIPTION, NOTES & LEGEND SCALE: 1" = 50'BASIS OF BEARINGS: THE EASTERLY RIGHT-OF-WAY LINE OF S. GULFVIEW BLVD. BEARS S.00°00'00"W. (ASSUMED). N82°58'18"E 5th STREET (FIF T H A V E N U E - P L A T ) 60' R/W 30' (R)POB N.W. CORNER OF LOT 72 W. EXT. OF N. BOUNDARY LINE OF LOT 72 LINE TABLE Line # L1 L2 L3 L4 BEARING N82°58'18"E N00°00'00"E N55°08'15"W S00°00'00"W DISTANCE 35.26' 80.83' 49.74' 85.15' CURVE TABLE CURVE # C1 C2 RADIUS 812.00' 777.00' DELTA 09°15'52" 11°49'09" ARC/LENGTH 131.30' 160.28' CHORD 131.15' 160.00' BEARING N04°34'14"W S05°50'10"E EASTERLY R/W LINE OFSOUTH GULFVIEW BOULEVARDGULF VIEW BOULEVARD (P)70' R/W 35' (R)CENTER LINE OFSOUTH GULFVIEW BOULEVARDSOUTH GULFVIEW BLVD 9 Exhibit “B-2” Revised Concept Plan C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/1/2022 2:45:02 PMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.00 06/15/2022 ALANIK HOTEL CDB APPROVAL (REVISION) 12-01-2022 A-0.00 COVER A-0.01 AERIAL A-0.02 PROJECT DATA A-0.03 SITE PLAN A-0.04 STEPBACKS A-0.05 STEPBACKS A-0.06 P-1 LEVEL A-0.07 0100 & P-2 LEVELS A-0.08 P-3 LEVEL A-0.09 0200 & P-4 LEVELS A-0.10 0300 & P-5 LEVELS A-0.11 0400 & 0500 LEVELS A-0.12 0600 LEVEL TO 0900 LEVELS A-0.13 1000 TO 1400 LEVELS A-0.14 1500 TO 1600 LEVELS A-0.15 ROOF PLAN A-0.16 ELEVATIONS A-0.17 ELEVATIONS A-0.18 ELEVATIONS A-0.19 ELEVATIONS A-0.20 SECTION 1 A-0.21 SECTION 2 A-0.22 3D VIEWS A-0.23 3D VIEWS A-0.24 MASSING DIMENSIONS A-0.24.1 SITE MASSING ANALYSIS A-0.25 TOWER SEPARATION A-0.26 SUN SHADOW STUDY A-0.27 SUN SHADOW STUDY A-0.28 SUN SHADOW STUDY A-0.29 SUN SHADOW STUDY A-0.30 AREAS A-0.31 GROSS AREAS A-1.03 BRIDGE ACCESSIBLE ROUTE A-1.04 BRIDGE FLOOR PLAN A-1.05 BRIDGE SECTIONS A-2.00 TYP GUESTROOM A-2.03 MATERIAL BOARD C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:40:57 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.0106/15/2022CORONADO DRIVEGULFVIEW BOULEVARD5th STREET ZONING DATA LEGAL DESCRIPTION SITE DATA ZONING DESIGNATION ADDRESS 400 CORONADO DRIVE TOURIST (T) -RESORT FACILITIES HIGH (RFH) - BEACH BY DESIGN FLOOD ZONE FEMA: ZONE AE (EL 10 FEET) LOT AREA 113,242.93 SQ.FT. (2.5997 ACRES) DESIGN GUIDELINES ALLOWED/ REQUIRED APPROVED MAXIMUM BUILDING HEIGHT SETBACK REQUIREMENTS FRONT - (CORONADO DRIVE) - EAST 15'-0" min PARCEL 1: LOT 75 LESS THE NORTH 10 FEET THEREOF AND ALL OF LOTS 76 AND 77; THAT PART OF LOT 123 OF LLOYD-WHITE- SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF LOT 123 AND RUNNING THENCE ALONG ITS EASTERLY BOUNDARY, 25 FEET; THENCE WESTELY IN A STRAIGHT LINE TO A POINT IN THE WESTERLY BOINDARY OF SAID LOT, WHICH IS MIDWAY BETWEEN ITS NORTHWEST AND SOUTHWEST CORNERS; THENCE SOUTHERLY ALONG THE WESTERLY BOUNDARY OF SAID LOT, 25 FEET, MORE OR LESS, TO THE SOUTHWEST CORNER OF SAID LOT; THENCE EASTERLY ALONG THE SOUTHERLY BOUNDARY OF SAID LOT TO THE POINT OF BEGINNING. AND LOTS 124, 125, 126 AND 127, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, LESS THAT PART OF LOT 127 DESCRIBED AS FOLLOWS: BEGINNING AT THE NORTHWEST CORNER OF SAID LOT AND RUNNING EASTERLY 3 FEET ALONG THE NORTH BOUNDARY; THENCE SOUTHWESTERLY IN A STRAIGHT LINE TO THE SOUTHWEST CORNER OF SAID LOT; THENCE NORTH ALONG THE WESTERLY BOUNDARY TO THE POINT OF BEGINNING. AND LOTS 128 AND 129, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO TH EPLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. AND LOTS 72, 73, 121, 122 AND THE NORTH ONE-HALF OF LOT 123, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDNG TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. AND LOT 74 AND THE NORTH 10 FEET OF LOT 75, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDNG TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. TOTAL COMBINED SITE AREA CONTAINS 86,880 SQUARE FEET OR 1.99 ACRES, MORE OR LESS. DENSITY 99.5 (127 EXIST.) (50 Guestrooms/ Acre) 127 10'-0" - 15'-0" FRONT - (S. GULFVIEW BLVD) - WEST FRONT - (5TH STREET) - NORTH 0'-0" - 15'-0" 0'-0" 150 FT 150 FT FLOOR PLATE CALCULATION Between 45' and 100', the floorplate will be no greater than 25,000 SF except for Parking Structures open to the Public. 25,000 SF 15'-0" 0'-0" PARCEL 2 (.426 Acres) PARCEL 1 (1.99 Acres) (EXISTING KEY COUNT) 21.3 21 DENSITY RESERVE (BEACH BY DESIGN)100 100 248TOTAL INT. SIDE - SOUTH 0'-0" - 10'-0" (varies) 5'-0" min. PARKING CALCULATION HOTEL PARKING (Guestrooms 248 Keys x 1.2 per key) 298 LOADING REQUIREMENTS 2 (12X35) Between 100' and 150', the floorplate will be no greater than 10,000 SF. Deviations may be approved provided the mass and scale of design creates a tiered effect and complies with the maximum building envelope allowance above 45'. 10,000 SF DESIGN GUIDELINES ALLOWED/ REQUIRED APPROVED N/A 18,414 SF 18,414 SF PARCEL 2: LOT 79 AND 80 OF LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. AND ALSO: LOT 78, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID TOGETHER WITH THE FOLLOWING PARCEL OF LAND BEGINNING IN THE NW CORNER OF LOT 127, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID AS A P.O.B. RUN THENCE EASTERLY ALONG THE NORTHERLY PROPERTY LINE OF SAID LOT A DISTANCE OF 3 FEET; THENCE SOUTHWESTERLY TO THE SW CORNER OF SAID LOT; THENCE RUN NORTHERLY ALONG THE WESTERLY LOT LINE OF SAID LOT TO P.O.B. THE SUBJECT PARCEL CONTAINS 0.426 ACRES, MORE OR LESS. 248 PROPOSED BUILDING AREA: BICYCLE SPACES UNCOVERED 11 PUBLICLY-ACCESSIBLE PARKING 230 230 TOTAL 545528 PINELAS COUNTY FLOODPLAIN - COASTAL 100 YEAR (VULNERABILITY ASSESSMENT 2018): ELEVATION 14.2 FEET HANDICAPPED PARKING SPACES (2% OF TOTAL) = 528 x 0.02 = 10.56 1110.56 AS PER CITY OF CLEARWATER COMMUNITY DEVELOPMENT CODE SECTION 51.402(b) (FLOOD ORDINANCE #9189-18) : BFE ELEVATION= 14.2 FEET, PLUS 2FT= DFE 16.2 FT PARCEL 3: A PORTION OF THE EAST 1/2 OF THE GULF VIEW BOULEVARD RIGHT-OF-WAY (NOW KNOWN AS SOUTH GULFVIEW BOULEVARD), SHOWN ON THE LLOYD-WHITE-SKINNER SUBDIVISION PLAT, RECORDED IN PLAT BOOK 13, PAGES 12 AND 13 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGIN AT THE NORTHWEST CORNER OF LOT 72 OF SAID THE LLOYD-WHITE-SKINNER SUBDIVISION; THENCE ALONG THE EASTERLY RIGHT-OF-WAY LINE OF SAID SOUTH GULFVIEW BOULEVARD THE FOLLOWING COURSE AND CURVE; S.00°00'00"W, 85.15 FEET TO THE BEGINNING OF A CURVE CONCAVE TO THE EAST, HAVING A RADIUS OF 777.00 FEET, THENCE SOUTHEASTERLY, 160.28 FEET ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 11°49’09”(CHORD BEARS S.05°50’10”E., 160.00 FEET); THENCE NON-TANGENT TO SAID CURVE, N.55°08’15”W., 49.74 FEET TO THE CENTER LINE OF SAID RIGHT-OF-WAY AND THE BEGINNING OF A NON-TANGENT CURVE CONCAVE TO THE EAST, HAVING A RADIUS OF 812.00 FEET, THENCE NORTHWESTERLY, 131.30 FEET ALONG SAID CURVE AND CENTER LINE THROUGH A CENTRAL ANGLE OF 09°15’52”(CHORD BEARS N.04°34’14”W., 131.15 FEET); THENCE N.00°00’00”E., 80.83 FEET ALONG SAID CENTER LINE TO THE WESTERLY EXTENSION OF THE NORTHERLY BOUNDARY LINE OF SAID LOT 72; THENCE N.82°58’18”E., 35.26 FEET ALONG SAID EXTENSION TO THE POINT OF BEGINNING. THE SUBJECT PARCEL CONTAINS 8,000.57 SQUARE FEET OR 0.1837 ACRES, MORE OR LESS. PARCEL 3 (.1914 Acres)-- -- SEA TURTLE LIGHTING ORDINANCE: ALL WINDOWS AND GLASS DOORS VISIBLE FROM THE MARINE TURTLE NESTING AREAS OF THE BEACH MUST BE TINTED TO A TRANSMITTANCE VALUE (LIGHT TRANSMISSION FROM INSIDE TO OUTSIDE) OF 45% OR LESS THROUGH THE USE OF TINTED GLASS. WALL -MOUNTED FIXTURES,LANDSCAPE LIGHTING AND OTHER SOURCES OF LIGHTING SHALL BE DESIGNED, POSITIONED AND/OR SHIELDED SUCH THAT THEY DO NOT CAUSE DIRECT ILLUMINATION, GLARE OR EXCESSIVE SPILL LIGHT ON THE SANDY BEACH. ALL LIGHTS ON BALCONIES SHALL BE SHEILDED FROM THE BEACH. POOL AND POOL DECK LIGHTS OFF, WHEN POOL IS CLOSED AT NIGHT. 300,887 SQ.FT. (2.657 FAR) PROPOSED FOOTPRINT:92,029 SQ.FT. (2.11 ACRES) PROPOSED OPEN AREA:9,054 SQ.FT. (0.207 ACRES) (103 Guestrooms/ Acre) PROPOSED 248 (96 Guestrooms/ Acre) 150 FT 15'-0" min 15'-0" 0'-0" (varies) 5'-0" min. 18,414 SF 18,414 SF PROPOSED 242 valet 11 230 528 11 2 (12X35) 56 self park 298 hotel parking 259 valet 56 self park 315 hotel parkingTOTAL HOTEL PARKING 298 hotel parking C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:48:56 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.02 06/15/2022 CORONADO DRIVE G U LFV IEW B O U LE V A R D5th STREETROOF SPA DECK (MORNING DECK) BALLROOM ROOF PARKING PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT. MORE THAN 17'-0" ABOVE STREET LEVEL POOL DECK SWIMMING POOL PROPOSED 15 STORY HOTEL TOWER SPA POOL GARAGE ACCESS GARAGE ACCESS SEPARATION BETWEEN STRUCTURES HIGHER THAN 100 FT. R 100' - 0" 176' - 8" COOLING TOWERS PARCEL 2 PARCEL 1 ZERO SETBACK PROPOSED FOR PARCEL 2 PROPOSED REDUCTION IN SETBACK FOR MORE EFFICIENT PARKING PROPOSED POOL DECK EXTENSION OPAL SANDS HOTEL COASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY. 70' R/W BICYCLE RACK BICYCLE RACK BICYCLE RACK APPROXIMATE FLOOD ZONE LINE APPROXIMATE FLOOD ZONE LINE 24' - 4" LANDSCAPE BUFFER POOL BARSETBACK15' - 0"SETBACK15' - 0"SETBACK 15' - 0"35' - 0"TO TOWER85' - 9 1/4"PROPO SED SETBAC K6' - 2"SETBACK5' - 0"SETBACK10' - 0"STEPBACK27' - 7"SETBACK15' - 0"STEPBACK15' - 0"0° 00' 00" 113.41' S E 17° 52' 33" 343.56'S E 54 ° 2 2' 05 "10 0 .03'SW3 4 ° 4 3 ' 0 8 "2 3 .8 5 'S E 56 ° 12 ' 58"10 9. 6 3'NE82° 58' 18"211.59'NE2 7 ° 0 4 ' 3 2 " 1 7 9 .6 4 'S ETO TOWER73' - 4"60' - 6" NAVD 41' - 6" NAVD T.O.S = + 166' - 2" NAVD 42' - 2" NAVD SWIMMING POOL TO TOWER54' - 7 1/2"TRANSFORMERS BACKFLOW PREVENTOR 17' - 6" NAVD 99' - 0" NAVD ZONE "AE" (B.F.E. = 9') ZONE "AE" (B.F.E. = 10') ZONE "AE" (B.F.E. = 9') ZONE "AE" (B.F.E. = 10') OUTDOOR DINING EXISTING PROPERTY LINE 6,137.39 SFINCREASED POOL DECK AREA: EXTENDED PROPERTY LINE JACUZZI 0° 00' 00" 85.29' S E 1° 17' 07" 34.71' S E 11° 19' 41" 238.82'S E 5' - 0" 5' - 0" 30' - 0"30' - 0"EXTENDED PROPERTY LINE C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:17:49 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.03 06/15/2022 1" = 20'-0"A-0.03 1 SITE PLAN 1,802 SQ.FT. 20.85% CORONADO STREET FRONTAGE = 100% = 444.82' STEPBACK REQUIRED = 75% = 333.61' STEPBACK PROVIDED 21.68% + 20.85% + 31.54% = 75.07% = 333.94' AREA OF STEPBACK REQUIRED 333.61' x 15' = 5,004.15 SQ.FT. AREA OF STEPBACK PROVIDED = 5,009.10 SQ.FT. AREA OF ADDITIONAL STEPBACK PROVIDED = 1,802 SQ.FT. TOTAL AREA OF STEPBACK PROVIDED = 6,811 SQ.FT. 15' SETBACK LINE 15' STEPBACK LINE P R O P E R T Y L I N E PROPERTY LINEPR OP ERTY L INE PROPERTY LI NEPROPERTY LI NE5' SETBACK LINE 10' SETBACK LINE 30' - 2" 31.54% STEPBACK PROVIDED SETBACK PROVIDED 15' SETBACK LINE SETBACK PROVIDED 6' - 2"10' - 0"15' - 0"15' - 0"STEPBACK17' - 7"96'-5 3/8"5' - 0"83' - 5 1/2"11' - 11 3/8"95' - 2 1/2"15' - 0"15' - 0"15' - 0"6' - 2"17° 52' 33" 343.56' S E 0° 00' 00" 113.41' S E 5 4 ° 2 2' 0 5 " 1 0 0 . 0 3 'SW56 ° 12 ' 5 8"109 .63 'NE11° 19' 41" 238.82'S E 0° 00' 00" 85.29' S E82° 58' 18"211.59'NE2 7 ° 0 4 ' 3 2 "1 7 9 .6 4 'S E 1 7 ° 5 2 ' 3 3 " 3 4 3 .5 6 'S E 96'-5 3/8" 3 4 8 ' - 4 1 /2 " 21.68% 2,199 SF 2,827 SF 92' - 8 7/8" 1,802 SF 1 4 4 ' - 9 "PR OPERTY LINE 108' -0" 1000 LEVEL 15' -0" 0050 P-2 4' -6" 0000 P-1 24' -4" 0150 P-3 43' -0" 0350 P-5 0' -0" NAVD 52' -4" 0450 P-6 61' -8" 0550 P-7 71' -0" 0650 P-8 80' -4" 0750 P-9 33' -8" 0250 P-473' - 5"25' - 0"SETBACK 15' - 0" STEPBACK 15' - 0" STEPBACK PROVIDED CORONADO DRIVE 15' STEPBACK REQUIRED AT A HEIGHT OF 25' MAX.PROPERTY LINEGARAGE GARAGE GARAGE GARAGE GARAGE GARAGE GARAGE GARAGE 89' -8" 0850 P-10 GARAGE 99' - 0"99' -0" 0950 P-11 4' - 1"5' -0" 0025 P-1.5 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:17:57 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.04 06/15/2022 1" = 30'-0"A-0.04 1 STEPBACK 0200 LEVEL 1" = 20'-0"A-0.04 2 PARKING GARAGE SECTION POOL 15' SETBACK LINE 15' STEPBACK LINE P R O P E R T Y L I N E PROPERTY LINEPR O P E R T Y L IN E PROPERTY LI NEPROPERTY LI NE5' SETBACK LINE 10' SETBACK LINE STEPBACK PROVIDED SETBACK PROVIDED 15' SETBACK LINE SETBACK PROVIDED10' - 0"STEPBACK17' - 7"6' - 2"1,806 SQ.FT. 20.85% 31.54%15' - 0"15' - 0"96' - 5 1/2" 83' - 5 1/2"15' - 0"15' - 0"15' - 0" 96' - 5 1/2" 3 4 8 ' - 4 1 /2 " 21.68%5' - 0"11' - 11 3/8"6' - 2"0° 00' 00" 113.41' S E 17° 52' 33" 343.56'S E 82° 58' 18"211.59'NE0° 00' 00" 85.29' S E 1° 17' 07" 34.71' S E 11° 19' 41" 238.82'S E 2 7 ° 0 4 ' 3 2 " 1 7 9 .6 4 'S E 56° 12' 5 8 " 1 09 .63'NE5 4 ° 2 2 ' 0 5 " 1 0 0. 0 3 'SW1 7 ° 5 2 ' 3 3 " 3 4 3 .5 6 'S E 37' - 0" 92' - 8 7/8" 2,199 SF 2,827 SF 1 4 4 ' - 9 "1,806 SF CORONADO STREET FRONTAGE = 100% = 444.82' STEPBACK REQUIRED = 75% = 333.61' STEPBACK PROVIDED 21.68% + 20.85% + 31.54% = 75.07% = 333.94' AREA OF STEPBACK REQUIRED 333.61' x 15' = 5,004.15 SQ.FT. AREA OF STEPBACK PROVIDED = 5,009.10 SQ.FT. AREA OF ADDITIONAL STEPBACK PROVIDED = 1,802 SQ.FT. TOTAL AREA OF STEPBACK PROVIDED = 6,811 SQ.FT. PR O P ER T Y LIN E C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:18:02 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.05 06/15/2022 1" = 30'-0"A-0.05 1 STEPBACK 0300 LEVEL UPUPUP1A-0.201A-0.21OPAL SANDS HOTELCORONADO DRIVEGULFVIEW BOULEVARD5 th S T R E E TVALET PARKINGVALET PARKINGVALET PARKINGVALET TANDEMVALET OVERFLOW (NOT COUNTED)BEACH ACCESS ELEVATORSGARAGE ACCESSGARAGE EXITACCESSIBLE RAMPRAMP UP TO LOBBY LEVELRAMP DOWN FROM LOBBY LEVELTRASH COMPACTOR12' x 35' LOADING SPACESBEACH ACCESS ELEVATORBEACH ACCESS STAIRVALET EXITBEACH ACCESS STAIRBICYCLE RACKBICYCLE RACKBICYCLE RACKCOASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY.APPROXIMATE FLOOD ZONE LINEAPPROXIMATE FLOOD ZONE LINEPEDESTRIAN BRIDGE PROJECTION ABOVELANDSCAPE BUFFERLANDSCAPE BUFFERVAN ACCESSIBLE55,357SFGARAGE366 SFELEV.169 SFELEV.172 SFELEV.832 SFSTAIR246 SFSTAIR3,177 SFSERVICE CORRIDOR2,323 SFLOADING502 SFHOLDING STORAGE4,159 SFRESTAURANT2,428 SFCOMMERCIAL/RETAIL/ACCESSORY510 SFPOOL EQUIPMENTROOM170 SFSTAIR629 SFSTAIR4,921 SFCOMMERCIAL/RETAIL/ACCESSORY182 SFSTORAGE416 SFTRASH COMPACTOR263 SFDOCK MASTER313 SFRECYCLING / REF.TRASH241 SFLINEN727 SFEMPLOYEE BREAKROOM727 SFDRY STORAGE657 SFENGINEERING SHOP335 SFHOUSEKEEPING300 SFWOMENS323 SFMENS2,679 SFCOMMERCIAL/RETAIL/ACCESSORY158 SFSECURITY1,381 SFCOMMERCIAL/RETAIL/ACCESSORYPROPOSED SETBACK6' - 2"SETBACK15' - 0"SETBACK15' - 0"SETBACK10' - 0"REQUIRED SETBACK5' - 0"SETBACK15' - 0"SETBACK15' - 0"OUT ONLYVALET BARRIER IN OUT OUT Area Legend1- RETAIL2- F&B5- LOBBY8- BOH10- RECEIVING AND STORAGE11- ENGINEERING13- VERTICAL CIRCULATION15- PARKING714 SFENGINEERING OFFICE442 SFLIQUOR STORAGE248 SFSOILED LINEN237 SFB.O.HELEV. VESTIBULE702 SFSTORM VAULT246 SFSTAIRELEV. VESTIBULE176 SFMEPNOTE:REFER TO STRUCTURAL DWGS.FOR COLUMN, SHEARWALLS & CONC. WALLS LOCATION AND SIZES. (TYP)70' R/W35' - 0"1,693 SFCOMMERCIAL/RETAIL/ACCESSORYVALET TANDEMBEACH ACCESS STAIREXISTING PROPERTY LINEEXISTING PROPERTY LINE194 SFB.O.H6,137.39 SFINCREASED AREA:EXTENDED PROPERTY LINE96 SFCAN WASH9' - 0"18' - 0"24' - 0"18' - 0"VALET TANDEMVALET TANDEM18' - 0"18' - 0"24' - 0"18' - 0"8' - 6"18' - 0"18' - 0"24' - 0"18' - 0"18' - 0"8' - 6"9' - 0"24' - 0"22' - 0"24' - 0"COLOR I.D.C:\Users\juan.cardozo\Documents\1-LOCAL FILES\2-REVIT LOCALFILES\19004 Alanik Hotel SITE PLANREVIEW_2022-12-09_Juan_P_Cardozo.rvt12/27/2022 2:06:57 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.0606/15/2022PARKING SCHEDULE56 HOTEL PARKING230 SELF PARKING127 VALET30 VALET DRIVEWAY11 VALET ELECTRIC10 VALET LIFT64 VALET TANDEM5281" = 20'-0"A-0.0610000 P-1 UP DN DN DN 1 A-0.20 1 A-0.21 HOTEL PARKI NGCAR LI FTSBEACH ACCESS ELEVATORS COASTAL CONSTRUCTION CONTROL LINE. SEE SURVEY. APPROXIMATE FLOOD ZONE LINE EXISTING PROPERTY LINE BEACH ACCESS ELEVATOR BEACH ACCESS STAIR BEACH ACCESS STAIR PEDESTRIAN BRIDGE PROJECTION ABOVE5,201 SF RESTAURANT 899 SF OFFICES 1,787 SF MARKETPLACE 762 SF BOH 918 SF CAFE/BAR 3,225 SF KITCHEN 7,341 SF LOBBY 20,238 SF POOL DECK 1,466 SF POOL 72 SF ELEV. 32,800 SF GARAGE 246 SF STAIR 177 SF ELEV. 431 SF STAIR 445 SF STAIR 622 SF BOH 550 SF RESTROOMS 1,601 SF POOL 237 SFFIRE COMMAND105 SF VALET 1,538 SF BOH 344 SF BOH 964 SF RESTROOMS448 SF H.R.SETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"SETBACK10' - 0"SETBACK15' - 0"P RO POSED SETBACK6' - 2"VALET BARRIER CORONADO DRIVE G U LFV IEW B O U LE V A R D 5th STREETArea Legend 1- RETAIL 2- F&B 4- POOL 5- LOBBY 7- ADMIN OFFICE 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12-RESTROOMS 13- VERTICAL CIRCULATION 15- PARKING 15- POOL 16-DECKS, TERRACES & BALCONIES OPAL SANDS HOTEL BOH 246 SF STAIR 188 SFSTORAGEAPPROXIMATE FLOOD ZONE LINE STAIR 176 SF MAINTENANCE 325 SF SECURITY 633 SF STAIR ELECTRICAL BOH BOH 346 SF BOH 252 SF SPA 1,297 SF POOL BAR 70' R/W35' - 0"BEACH ACCESS STAIR VALET PARKI NGVALET LIFT 1 VALET LIFT 2 VALET LIFT 3 VALET LIFT 4 VALET LIFT 6 VALET LIFT 5 6,137.39 SFINCREASED AREA: EXISTING PROPERTY LINE EXTENDED PROPERTY LINE VALET LIFT 7 VALET LIFT 8 VALET LIFT 9 VALET LIFT 10 VALET TANDEMADA E.V E.V 36' - 0"24' - 0"18' - 0"8' - 6"9' - 0"18' - 0"24' - 0"18' - 0"22' - 0"24' - 0"24' - 0"8' - 6"23' - 0"9' - 0"HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING11' - 10"12' - 2"12' - 1 1/4"COLOR I.D.C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:18:27 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.07 06/15/2022 PARKING SCHEDULE 56 HOTEL PARKING 230 SELF PARKING 127 VALET 30 VALET DRIVEWAY 11 VALET ELECTRIC 10 VALET LIFT 64 VALET TANDEM 528 1" = 20'-0"A-0.07 1 0100 LEVEL / P-2 DN UP 1 A-0.20 1 A-0.21 1 A-0.21 CORONADO DRIVE G U LFV IEW B O U LE V A R D5t h STREETLEVEL 100 BELOW LEVEL 100 BELOW BEACH ACCESS ELEVATORS S E LF P A R K IN G SETBACK 15' - 0"SETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"SETBACK10' - 0"SETBACK15' - 0"PROPO SED SETBACK6' - 2"15,719 SF GARAGE 246 SF STAIR 180 SF ELEV. 431 SF STAIR Area Legend 13- VERTICAL CIRCULATION 15- PARKING OPAL SANDS HOTEL 246 SF STAIR HOTEL PARKI NG18' - 0"24' - 0"18' - 0"22' - 0"9' - 0"25' - 8 1/8"18' - 0"9 ' - 0"24' - 0"HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING HOTEL PARKING ADA COLOR I.D.C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:18:47 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.08 06/15/2022 PARKING SCHEDULE 56 HOTEL PARKING 230 SELF PARKING 127 VALET 30 VALET DRIVEWAY 11 VALET ELECTRIC 10 VALET LIFT 64 VALET TANDEM 528 1" = 20'-0"A-0.08 1 0150 P-3 DN UP 1 A-0.20 1 A-0.21 CORONADO DRIVE G U LFV IE W B O U LE VA R D5th STREET9,114 SF BALLROOM 5,111 SF PRE-FUNCTION ELEV.4,405 SF CORRIDOR 1,718 SF PRE-FUNCTION / BALLROOM STAIR 14,044 SF GARAGE 1,315 SF BRIDGE 644 SF MR#1766 SF MR#3 749 SF MR#2 BOH CORRIDOR 730 SF RESTROOMS 455 SF RESTROOMS 2,534 SF KITCHEN 1,096 SF B.O.H 762 SF MR#4 OPEN TO BELOW SELF PARKI NGBEACH ACCESS ELEVATORS PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT. MORE THAN 17'-0" FEET ABOVE STREET LEVEL. SETBACK 15' - 0" SETBACK 15' - 0"STEPBACK15' - 0"SETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"STEPBACK17' - 7"SETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"PROPO SED SETB AC K6' - 2"PARKING LEVEL BELOW Area Legend 1- GUESTROOMS-KING 3- MEETING 3.5- PRE-FUNCTION 7- ADMIN OFFICE 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 12-RESTROOMS 13- VERTICAL CIRCULATION 15- PARKING STAIR KINGMR#5MR#6KINGOPAL SANDS HOTEL STAIR 1,368 SF MEP JANITOR 1,089 SF OFFICES ELEV. ELEV. STAIR STAIR B.O.H LOBBY STAIRKINGCORRIDOR1,118 SF CORRIDOR 70' R/W35' - 0"EXISTING PROPERTY LINE OFFICE B.O.H MEP MEP OPEN TO BELOW EXTENDED PROPERTY LINE 18' - 0"24' - 0"18' - 0"22' - 0"24' - 0"25' - 5 1/4" COLOR I.D.C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:19:16 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.09 06/15/2022 PARKING SCHEDULE 56 HOTEL PARKING 230 SELF PARKING 127 VALET 30 VALET DRIVEWAY 11 VALET ELECTRIC 10 VALET LIFT 64 VALET TANDEM 528 1" = 20'-0"A-0.09 1 0200 LEVEL / P-4 DN UP 1 A-0.20 1 A-0.21 OPEN TO BALLROOM BELOW ROOF OPEN TO BELOW BEACH ACCESS ELEVATORS CORONADO DRIVE G U LFV IEW BO U LE V A R DSUITE-CDQ-SSUITESUITE-CKINGKINGKING-CDQ-SSUITE-CDQ-CSUITE-CKING-CKINGDQ-CDQ-CDQKING-CDQ-SDQ-SCORRIDOR 636 SF LOBBY 4,757 SF POOL DECK 849 SF POOL STAIR 14,056 SF GARAGE ELEV. STAIR POOL EQUIP. 985 SF COOLING TOWERS MEP 2,831 SF SPA863 SF CHILLERS SETBACK 15' - 0" SETBACK 15' - 0"STEPBACK15' - 0"SETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"STEPBACK17' - 7"SETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"PROPO SED SETB AC K6' - 2"Area Legend 1- GUESTROOMS-DQ 1- GUESTROOMS-DQ-C 1- GUESTROOMS-DQ-S 1- GUESTROOMS-KING 1- GUESTROOMS-KING-C 1- GUESTROOMS-SUITES 1- GUESTROOMS-SUITES-C 4- POOL 4- RECREATIONAL 5- LOBBY 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 12-RESTROOMS 13- VERTICAL CIRCULATION 15- PARKING 16-DECKS, TERRACES & BALCONIES OPAL SANDS HOTEL 1,667 SF FITNESS CENTER MEP HOUSEKEEPING STAIR B.O.H RECEPTION B.O.H B.O.H STAIR STAIR STAIR RESTROOMS PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT. MORE THAN 17'-0" FEET ABOVE STREET LEVEL. 70' R/W35' - 0"5th STREETEXISTING PROPERTY LINE EXTENDED PROPERTY LINE SELF PARKI NG18' - 0"24' - 0"18' - 0"22' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:19:47 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.10 06/15/2022 1" = 20'-0"A-0.10 1 0300 LEVEL / P-5 DN UP 1 A-0.20 1 A-0.21 Area Legend 1- GUESTROOMS-DQ 1- GUESTROOMS-DQ-C 1- GUESTROOMS-DQ-S 1- GUESTROOMS-KING 1- GUESTROOMS-KING-C 1- GUESTROOMS-SUITES 1- GUESTROOMS-SUITES-C 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 13- VERTICAL CIRCULATION 15- PARKING 220 SF STAIR 1,885 SF CORRIDOR 247 SF STAIR 175 SF MEP 157 SF PANTRY 169 SF HOUSEKEEPING 213 SF STAIR 231 SF STAIR 340 SF LOBBY 1,014 SF SUITE-C 454 SF DQ-S 938 SF SUITE 911 SF SUITE-C 454 SF KING 474 SF KING 474 SF KING-C 473 SF DQ-S 935 SF SUITE-C 474 SF DQ-C 1,064 SF SUITE-C 474 SF KING-C 474 SF KING 475 SF DQ-C 474 SF DQ-C454 SF DQ 454 SF KING-C 473 SF DQ-S 478 SF DQ-S CORONADO DRIVE G U LFV IE W B O U LE V AR D BEACH ACCESS ELEVATORSSELF PARKI NGOPEN TO BALLROOM BELOW SETBACK 15' - 0" SETBACK 15' - 0"SETBACK5' - 0"SETBACK10' - 0"STEPBACK17' - 7"SETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"PRO P OSED S ETBACK6' - 2"STEPBACK15' - 0"SETBACK15' - 0"40' - 0"40' - 0"OPAL SANDS HOTEL 99 SF MEP 14,106 SF GARAGE246 SF STAIR 181 SF ELEV. 375 SF BOH OPEN TO BELOW OPEN TO BELOW OPEN TO BELOW OPEN TO BELOW OPEN TO BELOW 5th STREETEXISTING PROPERTY LINE EXTENDED PROPERTY LINE ROOF AREA C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:20:19 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.11 06/15/2022 1" = 20'-0"A-0.11 1 0400 & 0500 LEVELS DN UP 1 A-0.20 1 A-0.21 1 A-0.21 BEACH ACCESS ELEVATORS 14,150 SF GARAGE 246 SF STAIR 193 SF ELEV.237 SF STAIR SELF PARKI NGCORONADO DRIVE G U LFV IEW B O U LE V A R D5t h STREET1,885 SF CORRIDOR 193 SF MEP 157 SF PANTRY 143 SF HOUSEKEEPING 214 SF STAIR 231 SF STAIR 324 SF LOBBY 1,014 SF SUITE-C 454 SF DQ-S 938 SF SUITE 911 SF SUITE-C 454 SF KING 474 SF KING 474 SF KING-C 474 SF DQ-S 935 SF SUITE-C 474 SF DQ-C 1,013 SF SUITE-C 474 SF KING-C 474 SF KING 474 SF DQ-C 474 SF DQ-C454 SF DQ 454 SF KING-C 473 SF DQ-S 478 SF DQ-S 40' - 0"40' - 0"SETBACK 15' - 0" SETBACK 15' - 0"STEPBACK15' - 0"SETBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"STEPBACK17' - 7"SETBACK10' - 0"SETBACK15' - 0"STEPBACK15' - 0"PRO P OSED S ETBACK6' - 2"PARKING LEVEL BELOW Area Legend 1- GUESTROOMS-DQ 1- GUESTROOMS-DQ-C 1- GUESTROOMS-DQ-S 1- GUESTROOMS-KING 1- GUESTROOMS-KING-C 1- GUESTROOMS-SUITES 1- GUESTROOMS-SUITES-C 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 13- VERTICAL CIRCULATION 15- PARKING OPAL SANDS HOTEL 82 SF MEP 354 SF BOH 247 SF STAIR C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:20:44 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.12 06/15/2022 1" = 20'-0"A-0.12 1 TYPICAL LEVEL (0600 TO 0900) 1 A-0.20 1 A-0.21 1,885 SF CORRIDOR 247 SF STAIR 193 SF MEP 157 SF PANTRY 143 SF HOUSEKEEPING 214 SF STAIR 231 SF STAIR 324 SF LOBBY 1,014 SF SUITE-1 454 SF QQ-3 938 SF SUITE-2 911 SF SUITE-3 454 SF KING-1 474 SF QQ-4 474 SF QQ-4 474 SF QQ-4 935 SF SUITE-4 474 SF QQ-4 1,013 SF SUITE-5 474 SF KING-2 474 SF KING-2 474 SF KING-2 474 SF KING-2454 SF QQ-2 454 SF QQ-3 473 SF QQ-5 478 SF QQ-1 Area Legend 1- GUESTROOMS-DQ 1- GUESTROOMS-DQ-C 1- GUESTROOMS-DQ-S 1- GUESTROOMS-KING 1- GUESTROOMS-KING-C 1- GUESTROOMS-SUITES 1- GUESTROOMS-SUITES-C 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 13- VERTICAL CIRCULATION OPAL SANDS HOTEL 354 SF BOH 82 SF MEP LEVEL 0950 P-11 + 99' - 0" 108' - 0"SELF PARKI NG OPEN TO THE SKYC:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:21:09 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.13 06/15/2022 1" = 20'-0"A-0.13 1 TYPICAL FLOOR PLAN (LEVELS 1000 TO 1400) 1 A-0.20 Area Legend 1- GUESTROOMS - 2-2 1- GUESTROOMS-DQ 1- GUESTROOMS-DQ-C 1- GUESTROOMS-DQ-S 1- GUESTROOMS-KING 1- GUESTROOMS-KING-C 1- GUESTROOMS-SUITES 1- GUESTROOMS-SUITES-C 8- BOH 9- FOOD SERVICE 11- ENGINEERING 12- CIRCULATION 13- VERTICAL CIRCULATION 1,886 SF CORRIDOR 193 SF MEP 157 SF PANTRY 143 SF HOUSEKEEPING 214 SF STAIR 231 SF STAIR 324 SF LOBBY 1,495 SF 2-2 UNIT 454 SF DQ-S 938 SF SUITE 911 SF SUITE-C 454 SF KING 474 SF KING 474 SF KING-C 474 SF DQ-S 935 SF SUITE-C 474 SF DQ-C 1,485 SF 2-2 UNIT 474 SF KING-C 474 SF KING 474 SF DQ-C 474 SF DQ-C454 SF DQ 454 SF KING-C CORONADO DRIVE G U LFV IEW BO U LE V A R D5t h STREET40' - 0"43' - 4"STEPBACK15' - 0"SETBACK15' - 0"SETBACK15' - 0"STEPBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"P RO POSED SETBACK6' - 2"SETBACK 15' - 0" SETBACK 15' - 0"SETBACK10' - 0"STEPBACK17' - 7"OPAL SANDS HOTEL 354 SF BOH 82 SF MEP 247 SF STAIR C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:21:33 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.14 06/15/2022 1" = 20'-0"A-0.14 1 TYPICAL FLOOR PLAN (LEVELS 1500 TO 1600) 1 A-0.20 1 A-0.21 OPAL SANDS HOTEL CORONADO DRIVE G U LFV IE W BO U LE VA R D5t h STREET333 SF STAIR 1,606 SF B.O.H ROOF AREA 42' - 2" 60' - 6" SPA DECK (MORNING DECK) POOL DECK BALLROOM PARKING 40' - 0"43' - 4"SETBACK15' - 0"SETBACK15' - 0"SETBACK10' - 0"SETBACK17' - 7"SETBACK15' - 0"STEPBACK15' - 0"SETBACK5' - 0"SETBACK10' - 0"PRO POSE D S ETBACK6' - 2"SETBACK 15' - 0" SETBACK 15' - 0" ROOF AREA ROOF AREA ROOF AREA -113' - 2" NAVD Area Legend 8- BOH 13- VERTICAL CIRCULATION 247 SF STAIR T.O.S = + 166' - 2"C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:22:01 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.15 06/15/2022 1" = 20'-0"A-0.15 1 ROOF LEVEL 17' -6" 0100 LEVEL 30' -2" 0200 LEVEL 41' -6" 0300 LEVEL 60' -6" 0500 LEVEL 70' -0" 0600 LEVEL 79' -6" 0700 LEVEL 89' -0" 0800 LEVEL 98' -6" 0900 LEVEL 108' -0" 1000 LEVEL 117' -6" 1100 LEVEL 127' -0" 1200 LEVEL 136' -6" 1400 LEVEL 146' -0" 1500 LEVEL 155' -6" 1600 LEVEL 166' -2" ROOF LEVEL10' - 6"10' - 8"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"9' - 6"11' - 4"12' - 8"13' - 0"149' - 11 5/8"11' - 8 3/8"4' - 6"4' -6" 0000 P-1 0' -0" NAVD 16' -2 3/8" DFE 17' -0" DROP-OFF 7' - 4"1' - 2"4' - 6"12' - 2"176' -8" UPPER ROOF CORRIDOR FITNESS CENTER ENGINEERING SHOP B.O.H CORRIDOR VALET PARKING POOL DECK 17' - 6"4' - 4"GULFVIEW BOULEVARD CORONADO DRIVE100' - 0"51' -0" 0400 LEVEL 1' - 3 77/128"11' - 10"13' - 0"BOARD ROOM 60' - 6" HOTEL LOBBY BANQUET STORAGECOMMERCIAL/RETAIL/ACCESSORY C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt10/17/2022 6:05:45 PMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.20 06/15/2022 1" = 10'-0"A-0.20 1 SECTION 1 17' -6"0100 LEVEL30' -2"0200 LEVEL41' -6"0300 LEVEL60' -6"0500 LEVEL70' -0"0600 LEVEL79' -6"0700 LEVEL89' -0"0800 LEVEL98' -6"0900 LEVEL108' -0"1000 LEVEL15' -0"0050 P-215' -0"0050 P-24' -6"0000 P-14' -6"0000 P-124' -4"0150 P-324' -4"0150 P-343' -0"0350 P-543' -0"0350 P-50' -0"NAVD52' -4"0450 P-652' -4"0450 P-661' -8"0550 P-761' -8"0550 P-771' -0"0650 P-871' -0"0650 P-880' -4"0750 P-980' -4"0750 P-933' -8"0250 P-433' -8"0250 P-489' -8"0850 P-1089' -8"0850 P-1012' - 10"5' - 10"9' - 4"10' - 6"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"10' - 6"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"15' - 0"4' - 6"COMMERCIAL/RETAIL/ACCESSORYSELF-PARKINGGARAGESELF-PARKINGGARAGESELF-PARKINGGARAGESELF-PARKINGGARAGESELF-PARKINGGARAGEP-11P-3.1P-4.1P-6P-7.1P-851' -0"0400 LEVEL94' - 6"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"10' - 6"SELF-PARKINGGARAGESELF-PARKINGGARAGESELF-PARKINGGARAGESELF-PARKINGGARAGE67' - 11 253/256"10' - 0 1/128"12.00%5.73%25' - 0"5.73%12.00%6.00%6.00%12.00%5.73%6.00%12.00%5.73%5.73%12.00%6.00%5.73%5.73%5.73%12.00%12.00%12.00%6.00%6.00%6.00%99' -0"0950 P-1199' -0"0950 P-115.73%12.00%6.00%P-6.1STORMWATERVAULTSELF-PARKINGGARAGE9' - 4"SELF-PARKINGGARAGESELF-PARKINGGARAGEC:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/1/2022 10:13:45 AMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2106/15/20221" = 10'-0"A-0.211SECTION 2 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 2:00:18 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2206/15/2022 5' - 0"149' - 11 5/8"11' - 8 3/8"13' - 0"RETAIL AT GROUND LEVEL LANDSCAPE BUFFER PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT RETAIL AT GROUND LEVEL BEACH ACCESS STAIR BEACH ACCESS ELEVATOR BEACH ACCESS STAIR 2 1 1 ' - 4 1 /2 "161' - 8"86' - 9 5/8"11' - 8 3/8"S E T B A C K15' - 0 " 8 3 ' - 4 " 5 4 ' - 1 " 5 4 ' - 2 "77' - 3"29' - 3"42' - 0"POOL DECK ELEVATION= 17'-6" N.A.V.D DFE 16'-2 3/8" N.A.V.D DFE 16'-2 3/8" N.A.V.D 13' - 0"11' - 8 3/8"149' - 11 5/8"5' - 0"BEACH ACCESS ELEVATOR BEACH ACCESS STAIR ACCESSIBLE RAMP 14' - 10"LANDSCAPE BUFFER LANDSCAPE BUFFER 48' - 4 1/8 "38 ' - 0" 13' - 8 1/2" 50' - 7 5 /8"73' - 6"13' - 3 5/8"11' - 8 3/8"15' - 0"15' - 0"1 5' - 0" 6' - 0 7/8 " 6 3' - 3 " 12' - 4" 46' - 6" 5' - 10" 78' - 0"105' - 6"7' - 1 1/2" 3' - 9" 76' - 2" 115' - 6 1/2" 97' - 6 5/8"25' - 3 5/8"11' - 8 3/8"84' - 3" 256' - 1 1/2" 166' - 8"42' - 0"DFE 15'-0" N.A.V.D 73' - 6"13' - 3 5/8"11' - 8 3/8"15' - 0"1 0' - 0"25' - 3 5/8"11' - 8 3/8"LANDSCAPE BUFFER 22' - 11 1/8"56' - 0 5/8" 84' - 3" 19' - 2" 25' - 10 3/8 " 139' - 9 7/8"42' - 0"25' - 0"37' - 0"DFE 16'-2 3/8" N.A.V.D86' - 9 5/8"11' - 8 3/8"DFE 16'-2 3/8" N.A.V.D PEDESTRIAN BRIDGE LINK TO OPAL SANDS RESORT RETAIL AT GROUND LEVEL LANDSCAPE BUFFER RETAIL AT GROUND LEVEL BEACH ACCESS STAIR 14' - 10"73' - 6"25' - 0"73' - 6"25' - 0"161' - 8"5' - 0"86' - 9 5/8"11' - 8 3/8"10' - 0" 6' - 2" 19' - 5 1/2" 23' - 5 1/2"26' - 7 1/8"36' - 0"27' - 0"13' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt10/19/2022 2:30:16 PMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.24 06/15/2022 A-0.24 1 NORTH GULFVIEW BOULEVARD A-0.24 2 NORTH CORONADO DRIVE A-0.24 3 SOUTH CORONADO DRIVE A-0.24 4 SOUTH GULFVIEW BOULEVARD 105' - 0"45' - 0"TO DFE11' - 8 3/8"105' - 0"45' - 0"TO D.F.E11' - 8 3/8"THEORETICAL MAXIMUM BUILDING ENVELOPE = 10,135,853.79 CF P R O P E R T Y L I N E P R O PERTY LINE PROPOSED DESIGN BUILDING ENVELOPE = 2,388,187.29 CF 23.56% OF THEORETICAL MAXIMUM P R O P E R T Y L I N E P R O PE RTY LINE105' - 0"45' - 0"TO D.F.E11' - 8 3/8"150' - 0"TO D.F.E11' - 8 3/8"Beach By Design C. Design, scale and mass of buildings 4. No more than 60% of the theoretical maximum building envelope located above 45' (measured from the base flood elevation) will be occupied by a building. For the purpose of this standard, theoretical maximum building envelope is the maximum permitted building volume that could be theoretically occupied by a building and occupied by a building includes any portion of the maximum building envelope that is not visible from a public street Clearwater, Florida-Community Development Code, Article 8, section 8-102: Where minimum floor elevations in flood prone areas have been established by law, the building height may be measured as though the required minimum floor elevations constitute existing grade Note Theoretical max. calculation assumes the following setbacks: Front (Coronado)-East: 15'-0" min. Front (Gulfview)-West: 0'-0" min. Front (5th street)-North: 15'-0" min. Interior side -South: (varies) 5'-0" min. ALLOWABLE BUILDING ENVELOPE = 60% OF THEORETICAL MAXIMUM BUILDING ENVELOPE (10,135,853.79 CU. FT. x 0.60) = 6,081,512.27 CU.FT. PROPOSED DESIGN = 2,388,187.29 CU.FT. 23.56% OF THEORETICAL MAX. (<60%)C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt10/18/2022 5:41:04 PMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.24.1 06/15/2022 A-0.24.1 1 SITE MASSING ANALYSIS 1 A-0.24.1 2 SITE MASSING ANALYSIS 2 DNDN CORONADO DRI VE GULFVIEW BOULEV ARD5th STREETPROPOSED HOTEL TOWER CAFE/BAR TERRACE 800 ' - 0 "8 0 0 ' - 0" 8 0 0 ' - 0 "8 0 0 ' - 0 " 8 0 0 ' - 0 " R 100' - 0"C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:27:11 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.25 06/15/2022 1" = 100'-0"A-0.25 1 SITE PLAN TOWER SEPARATION BUILDING HEIGHT MAY BE INCREASED TO ONE HUNDRED AND FIFTY FEET (150') IF: PORTIONS OF ANY STRUCTURE WHICH EXCEED ONE HUNDRED FEET(100') IN HEIGHT ARE SPACED AT LEAST ONE HUNDRED (100') APART; WITH NO MORE THAN FOUR (4) STRUCTURES WHICH EXCEED ONE HUNDRED FEET (100') WITHIN EIGHT HUNDRED FEET (800') C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:25:18 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2606/15/20221" = 100'-0"A-0.261SUN STUDY 12-21-10AM1" = 100'-0"A-0.266SUN STUDY 12-21-3PM1" = 100'-0"A-0.263SUN STUDY 12-21-12PM1" = 100'-0"A-0.262SUN STUDY 12-21-11AM1" = 100'-0"A-0.264SUN STUDY 12-21-1PM1" = 100'-0"A-0.265SUN STUDY 12-21-2PM1" = 100'-0"A-0.267SUN STUDY 01-21-10AM1" = 100'-0"A-0.268SUN STUDY 01-21-11AM1" = 100'-0"A-0.269SUN STUDY 01-21-12PM1" = 100'-0"A-0.2610SUN STUDY 01-21-1PM1" = 100'-0"A-0.2611SUN STUDY 01-21-2PM1" = 100'-0"A-0.2612SUN STUDY 01-21-3PM1" = 100'-0"A-0.2613SUN STUDY 02-21-10AM1" = 100'-0"A-0.2614SUN STUDY 02-21-11AM1" = 100'-0"A-0.2615SUN STUDY 02-21-12PM1" = 100'-0"A-0.2616SUN STUDY 02-21-1PM1" = 100'-0"A-0.2617SUN STUDY 02-21-2PM1" = 100'-0"A-0.2618SUN STUDY 02-21-3PM* DAYLIGHT SAVINGS FROM MARCH 10 TO NOVEMBER 3 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:25:57 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2706/15/20221" = 100'-0"A-0.271SUN STUDY 3-21-10AM1" = 100'-0"A-0.272SUN STUDY 3-21-11AM1" = 100'-0"A-0.273SUN STUDY 3-21-12PM1" = 100'-0"A-0.274SUN STUDY 3-21-1PM1" = 100'-0"A-0.275SUN STUDY 3-21-2PM1" = 100'-0"A-0.276SUN STUDY 3-21-3PM1" = 100'-0"A-0.277SUN STUDY 4-21-10AM1" = 100'-0"A-0.278SUN STUDY 4-21-11AM1" = 100'-0"A-0.279SUN STUDY 4-21-12PM1" = 100'-0"A-0.2710SUN STUDY 4-21-1PM1" = 100'-0"A-0.2711SUN STUDY 4-21-2PM1" = 100'-0"A-0.2712SUN STUDY 4-21-3PM1" = 100'-0"A-0.2713SUN STUDY 5-21-10AM1" = 100'-0"A-0.2714SUN STUDY 5-21-11AM1" = 100'-0"A-0.2715SUN STUDY 5-21-12PM1" = 100'-0"A-0.2716SUN STUDY 5-21-1PM1" = 100'-0"A-0.2717SUN STUDY 5-21-2PM1" = 100'-0"A-0.2718SUN STUDY 5-21-3PM* DAYLIGHT SAVINGS FROM MARCH 10 TO NOVEMBER 3 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:26:37 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2806/15/20221" = 100'-0"A-0.281SUN STUDY 06-21-10AM1" = 100'-0"A-0.282SUN STUDY 06-21-11AM1" = 100'-0"A-0.283SUN STUDY 06-21-12PM1" = 100'-0"A-0.284SUN STUDY 06-21-1PM1" = 100'-0"A-0.285SUN STUDY 06-21-2PM1" = 100'-0"A-0.286SUN STUDY 06-21-3PM1" = 100'-0"A-0.287SUN STUDY 07-21-10AM1" = 100'-0"A-0.288SUN STUDY 07-21-11AM1" = 100'-0"A-0.289SUN STUDY 07-21-12PM1" = 100'-0"A-0.2810SUN STUDY 07-21-1PM1" = 100'-0"A-0.2811SUN STUDY 07-21-2PM1" = 100'-0"A-0.2812SUN STUDY 07-21-3PM1" = 100'-0"A-0.2813SUN STUDY 08-21-10AM1" = 100'-0"A-0.2814SUN STUDY 08-21-11AM1" = 100'-0"A-0.2815SUN STUDY 08-21-12PM1" = 100'-0"A-0.2816SUN STUDY 08-21-1PM1" = 100'-0"A-0.2817SUN STUDY 08-21-2PM1" = 100'-0"A-0.2818SUN STUDY 08-21-3PM* DAYLIGHT SAVINGS FROM MARCH 10 TO NOVEMBER 3 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:27:17 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.2906/15/20221" = 100'-0"A-0.291SUN STUDY 09-21-10AM1" = 100'-0"A-0.292SUN STUDY 09-21-11AM1" = 100'-0"A-0.293SUN STUDY 09-21-12PM1" = 100'-0"A-0.294SUN STUDY 09-21-1PM1" = 100'-0"A-0.295SUN STUDY 09-21-2PM1" = 100'-0"A-0.296SUN STUDY 09-21-3PM1" = 100'-0"A-0.297SUN STUDY 10-21-10AM1" = 100'-0"A-0.298SUN STUDY 10-21-11AM1" = 100'-0"A-0.299SUN STUDY 10-21-12PM1" = 100'-0"A-0.2910SUN STUDY 10-21-1PM1" = 100'-0"A-0.2911SUN STUDY 10-21-2PM1" = 100'-0"A-0.2912SUN STUDY 10-21-3PM1" = 100'-0"A-0.2913SUN STUDY 11-21-10AM1" = 100'-0"A-0.2914SUN STUDY 11-21-11AM1" = 100'-0"A-0.2915SUN STUDY 11-21-12PM1" = 100'-0"A-0.2916SUN STUDY 11-21-1PM1" = 100'-0"A-0.2917SUN STUDY 11-21-2PM1" = 100'-0"A-0.2918SUN STUDY 11-21-3PM* DAYLIGHT SAVINGS FROM MARCH 10 TO NOVEMBER 3 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt11/30/2022 6:15:27 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-0.3006/15/2022Area Schedule (0300 SERIES)Name Count Area Department2-2 UNIT 4 5,961 SF 1- GUESTROOMS - 2-24 5,961 SFDQ 10 4,545 SF 1- GUESTROOMS-DQQQ-2 3 1,363 SF 1- GUESTROOMS-DQ13 5,908 SFDQ-C 30 14,234 SF 1- GUESTROOMS-DQ-CQQ-3 3 1,363 SF 1- GUESTROOMS-DQ-CQQ-4 9 4,269 SF 1- GUESTROOMS-DQ-C42 19,866 SFDQ-S 36 16,921 SF 1- GUESTROOMS-DQ-SQQ-1 3 1,434 SF 1- GUESTROOMS-DQ-SQQ-3 3 1,363 SF 1- GUESTROOMS-DQ-SQQ-4 3 1,423 SF 1- GUESTROOMS-DQ-SQQ-5 3 1,419 SF 1- GUESTROOMS-DQ-S48 22,560 SFKING 33 15,501 SF 1- GUESTROOMS-KINGKING-1 3 1,363 SF 1- GUESTROOMS-KING36 16,864 SFKING-2 12 5,689 SF 1- GUESTROOMS-KING-CKING-C 30 14,033 SF 1- GUESTROOMS-KING-C42 19,722 SFSUITE 10 9,381 SF 1- GUESTROOMS-SUITESSUITE-2 3 2,813 SF 1- GUESTROOMS-SUITES13 12,194 SFSUITE-1 3 3,042 SF 1- GUESTROOMS-SUITES-CSUITE-3 3 2,733 SF 1- GUESTROOMS-SUITES-CSUITE-4 3 2,804 SF 1- GUESTROOMS-SUITES-CSUITE-5 3 3,090 SF 1- GUESTROOMS-SUITES-CSUITE-C 36 34,784 SF 1- GUESTROOMS-SUITES-C48 46,454 SFBOH 1 346 SF1- RETAILCOMMERCIAL/RETAIL/ACCESSORY5 13,102 SF1- RETAILMARKETPLACE 1 1,787 SF1- RETAIL7 15,235 SFCAFE/BAR 1 918 SF2- F&BPOOL BAR 1 1,297 SF2- F&BRESTAURANT 2 9,359 SF2- F&B4 11,574 SFBALLROOM 1 9,114 SF 3- MEETINGCORRIDOR 1 233 SF 3- MEETINGMR#1 1 644 SF 3- MEETINGMR#2 1 749 SF 3- MEETINGMR#3 1 766 SF 3- MEETINGMR#4 1 762 SF 3- MEETINGMR#5 1 930 SF 3- MEETINGMR#6 1 607 SF 3- MEETINGPRE-FUNCTION /BALLROOM1 1,718 SF 3- MEETING9 15,522 SFPRE-FUNCTION 1 5,111 SF 3.5- PRE-FUNCTION1 5,111 SFFITNESS CENTER 1 1,667 SF 4- RECREATIONALSPA 1 2,831 SF 4- RECREATIONAL2 4,498 SFELEV. VESTIBULE 4 893 SF5- LOBBYLOBBY 1 7,341 SF5- LOBBYRECEPTION 1 204 SF5- LOBBY6 8,437 SFH.R. 1 448 SF 7- ADMIN OFFICEOFFICE 1 312 SF 7- ADMIN OFFICEOFFICES 3 1,988 SF 7- ADMIN OFFICE5 2,747 SFB.O.H 9 4,501 SF8- BOHBOH 14 5,443 SF8- BOHBOH CORRIDOR 1 4,852 SF8- BOHEMPLOYEE BREAK ROOM 1 727 SF8- BOHP1 Parking ScheduleType Count CommentsHOTEL PARKINGPark_ParkingSpace 9' x 18' - 90 deg_ 32 HOTEL PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 HOTEL PARKING0050 P-2: 3333Park_ParkingSpace 9' x 18' - 90 deg_ 22 HOTEL PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 HOTEL PARKING0150 P-3: 2323HOTEL PARKING: 5656SELF PARKINGPark_ParkingSpace 9' x 18' - 90 deg_ 12 SELF PARKING0150 P-3: 1212Park_ParkingSpace 9' x 18' - 90 deg_ 25 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0250 P-4: 2626Park_ParkingSpace 9' x 18' - 90 deg_ 25 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0350 P-5: 2626Park_ParkingSpace 9' x 18' - 90 deg_ 26 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0450 P-6: 2727Park_ParkingSpace 9' x 18' - 90 deg_ 26 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0550 P-7: 2727Park_ParkingSpace 9' x 18' - 90 deg_ 26 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0650 P-8: 2727Park_ParkingSpace 9' x 18' - 90 deg_ 26 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0750 P-9: 2727Park_ParkingSpace 9' x 18' - 90 deg_ 26 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0850 P-10: 2727Park_ParkingSpace 9' x 18' - 90 deg_ 30 SELF PARKINGPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 SELF PARKING0950 P-11: 3131SELF PARKING: 230230Area Schedule (0300 SERIES)Name Count Area DepartmentHOUSEKEEPING 14 2,178 SF8- BOHHOUSEKEEPING OFFICE 1 146 SF8- BOHJANITOR 1 59 SF8- BOHMENS 1 323 SF8- BOHSECURITY 2 483 SF8- BOHSERVICE CORRIDOR 1 3,177 SF8- BOHSTORAGE 1 188 SF8- BOHVALET 1 105 SF8- BOHWOMENS 1 300 SF8- BOH48 22,482 SFKITCHEN 2 5,759 SF 9- FOOD SERVICEPANTRY 13 2,023 SF 9- FOOD SERVICEPOOL BAR 1 0 SF 9- FOOD SERVICE16 7,782 SFCAN WASH 1 96 SF 10- RECEIVING AND STORAGEDOCK MASTER 1 263 SF 10- RECEIVING AND STORAGEDRY STORAGE 1 727 SF 10- RECEIVING AND STORAGEHOLDING STORAGE 1 502 SF 10- RECEIVING AND STORAGELINEN 1 241 SF 10- RECEIVING AND STORAGELIQUOR STORAGE 1 442 SF 10- RECEIVING AND STORAGELOADING 1 2,323 SF 10- RECEIVING AND STORAGERECYCLING / REF. TRASH 1 313 SF 10- RECEIVING AND STORAGESOILED LINEN 1 248 SF 10- RECEIVING AND STORAGETRASH COMPACTOR 1 416 SF 10- RECEIVING AND STORAGE10 5,571 SFB.O.H 2 1,642 SF 11- ENGINEERINGBOH 4 2,180 SF 11- ENGINEERINGCHILLERS 1 863 SF 11- ENGINEERINGCOOLING TOWERS 1 985 SF 11- ENGINEERINGELECTRICAL 1 96 SF 11- ENGINEERINGENGINEERING OFFICE 1 714 SF 11- ENGINEERINGENGINEERING SHOP 1 657 SF 11- ENGINEERINGFIRE COMMAND 1 237 SF 11- ENGINEERINGMAINTENANCE 1 176 SF 11- ENGINEERINGMEP 30 5,517 SF 11- ENGINEERINGPOOL EQUIP. 1 116 SF 11- ENGINEERINGPOOL EQUIPMENT ROOM 1 510 SF 11- ENGINEERINGSTORM VAULT 1 702 SF 11- ENGINEERING46 14,394 SFBRIDGE 1 1,315 SF 12- CIRCULATIONCORRIDOR 15 29,981 SF 12- CIRCULATIONLOBBY 14 4,791 SF 12- CIRCULATION30 36,087 SFRESTROOMS 5 2,951 SF 12-RESTROOMS5 2,951 SFELEV. 34 8,761 SF 13- VERTICAL CIRCULATIONSTAIR 69 19,197 SF 13- VERTICAL CIRCULATION103 27,958 SFTOTAL 538 329,880 SFP1 Parking ScheduleType Count CommentsVALETPark_ParkingSpace 8' 6" x 18' - 90 deg 79 VALETPark_ParkingSpace 9' x 18' - 90 deg_ 21 VALETPark_ParkingSpace_ADA 12' x 18' - 90 deg ADA 1 VALET0000 P-1: 101101Park_ParkingSpace 8' 6" x 18' - 90 deg 26 VALET0050 P-2: 2626VALET: 127127VALET DRIVEWAYPark_ParkingSpace 23' x 9' Parallel 22 VALET DRIVEWAY0000 P-1: 2222Park_ParkingSpace 23' x 9' Parallel 8 VALET DRIVEWAY0050 P-2: 88VALET DRIVEWAY: 3030VALET ELECTRICPark_ParkingSpace 8' 6" x 18' - 90 deg 10 VALET ELECTRICPark_ParkingSpace 23' x 9' Parallel 1 VALET ELECTRIC0050 P-2: 1111VALET ELECTRIC: 1111VALET LIFTBasic_Parklift_4117 JP Basic_Parklift 10 VALET LIFT0050 P-2: 1010VALET LIFT: 1010VALET TANDEMPark_ParkingSpace 8' 6" x 18' - 90 deg 53 VALET TANDEM0000 P-1: 5353Park_ParkingSpace 8' 6" x 18' - 90 deg 11 VALET TANDEM0050 P-2: 1111VALET TANDEM: 6464Grand total528 12,905 SF GSF 3,018 SF DECK/BALC./TERR. 56,568 SF PARKING 5,224 SF GSF-C 6,970 SF GSF-C 2,524 SF GSF-C 1,491 SF GSF-C 1,793 SF GSF-C 26,385 SF GSF 24,858 SF DECK/BALC./TERR. 246 SF GSF-VC 33,018 SF PARKING 246 SF GSF-VC 15,686 SF PARKING 246 SF GSF-VC 661 SF GSF-VC 246 SF GSF-VC 41,876 SF GSF 13,890 SF PARKING 1,141 SF DECK/BALC./TERR. 1,139 SF DECK/BALC./TERR. 1,492 SF GSF 1,416 SF DECK/BALC./TERR. 20,607 SF GSF 5,592 SF DECK/BALC./TERR. 578 SF GSF 3,887 SF DECK/BALC./TERR. 14,144 SF PARKING 1,934 SF GSF 14,595 SF GSF 2,761 SF DECK/BALC./TERR. 14,091 SF PARKING 14,526 SF GROSS AREA 2,843 SF DECK/BALC./TERR. 14,154 SF PARKING 14,659 SF GSF 2,758 SF DECK/BALC./TERR. 14,080 SF PARKING 14,526 SF GROSS AREA 2,843 SF DECK/BALC./TERR. 14,155 SF PARKING 14,526 SF GSF 2,843 SF DECK/BALC./TERR. 14,118 SF PARKING 14,526 SF GROSS AREA 2,843 SF DECK/BALC./TERR. 14,099 SF PARKING 14,526 SF GROSS AREA 2,843 SF DECK/BALC./TERR.C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt12/19/2022 10:29:59 AMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-0.31 06/15/2022 GROSS AREA CALCULATION - HOTEL Level Area 0000 P-1 13,202 SF 0100 LEVEL 26,875 SF 0200 LEVEL 43,368 SF 0300 LEVEL 23,119 SF 0400 LEVEL 14,659 SF 0500 LEVEL 14,595 SF 0600 LEVEL 14,526 SF 0700 LEVEL 14,526 SF 0800 LEVEL 14,526 SF 0900 LEVEL 14,526 SF 1000 LEVEL 14,526 SF 1100 LEVEL 14,526 SF 1200 LEVEL 14,526 SF 1400 LEVEL 14,526 SF 1500 LEVEL 14,526 SF 1600 LEVEL 14,526 SF ROOF LEVEL 1,806 SF 282,885 SF GROSS AREA CALCULATION - PARKING Level Area 0000 P-1 56,568 SF 0100 LEVEL 33,018 SF 0150 P-3 15,686 SF 0200 LEVEL 13,890 SF 0300 LEVEL 14,144 SF 0400 LEVEL 14,080 SF 0500 LEVEL 14,091 SF 0600 LEVEL 14,154 SF 0700 LEVEL 14,118 SF 0800 LEVEL 14,099 SF 0900 LEVEL 14,155 SF 218,003 SF GROSS AREA CALCULATION - TERRACES ... Level Area 0000 P-1 3,018 SF 0100 LEVEL 24,858 SF 0200 LEVEL 3,696 SF 0300 LEVEL 9,479 SF 0400 LEVEL 2,758 SF 0500 LEVEL 2,761 SF 0600 LEVEL 2,843 SF 0700 LEVEL 2,843 SF 0800 LEVEL 2,843 SF 0900 LEVEL 2,843 SF 1000 LEVEL 2,843 SF 1100 LEVEL 2,843 SF 1200 LEVEL 2,843 SF 1400 LEVEL 2,843 SF 1500 LEVEL 2,843 SF 1600 LEVEL 2,843 SF 75,001 SF 1" = 80'-0"A-0.31 1 0000 P-1 1" = 80'-0"A-0.31 3 0100 LEVEL / P2 1" = 80'-0"A-0.31 4 0150 P-3 1" = 80'-0"A-0.31 5 0200 LEVEL / P-4 1" = 80'-0"A-0.31 7 0300 LEVEL /P5 1" = 80'-0"A-0.31 8 0500 LEVEL / P-7 1" = 80'-0"A-0.31 9 0600 LEVEL / P-8 ACCESSORY USES ACCESSORY USES AREA TOTAL = 40,033 SQ.FT. HOTEL GROSS FLOOR AREA = 300,886 SQ.FT. (excluding parking garage,stairwells and elevators) PER CDC SECTION 2-802.10.b "The max. floor area for accessory uses located within the building interior shall be 15% of the gross floor area of the development. ACCESSORY USES = 13.30% OF GROSS FLOOR AREA. 1" = 80'-0"A-0.31 2 0400 LEVEL 1" = 80'-0"A-0.31 6 0900 LEVEL / P-11 1" = 80'-0"A-0.31 10 0700 LEVEL / P-9 1" = 80'-0"A-0.31 11 0800 LEVEL / P-10 ACCESSORY USE AREA CALCULATION Level Name Area 0000 P-1 RESTAURANT 4,159 SF 0000 P-1 COMMERCIAL/RETAIL/ ACCESSORY 2,428 SF 0000 P-1 COMMERCIAL/RETAIL/ ACCESSORY 4,921 SF 0000 P-1 COMMERCIAL/RETAIL/ ACCESSORY 2,679 SF 0000 P-1 COMMERCIAL/RETAIL/ ACCESSORY 1,381 SF 0000 P-1 COMMERCIAL/RETAIL/ ACCESSORY 1,693 SF 0100 LEVEL RESTAURANT 5,201 SF 0100 LEVEL MARKETPLACE 1,787 SF 0100 LEVEL CAFE/BAR 918 SF 0200 LEVEL BALLROOM 9,114 SF 0200 LEVEL MR#1 644 SF 0200 LEVEL MR#3 766 SF 0200 LEVEL MR#2 749 SF 0200 LEVEL MR#4 762 SF 0300 LEVEL SPA 2,831 SF TOTAL 40,033 SF ACCESORY USE GROSS FLOOR AREA CALCULATION Level Area 0000 P-1 31,203 SF 0100 LEVEL 26,875 SF 0200 LEVEL 43,368 SF 0300 LEVEL 23,119 SF 0400 LEVEL 14,659 SF 0500 LEVEL 14,595 SF 0600 LEVEL 14,526 SF 0700 LEVEL 14,526 SF 0800 LEVEL 14,526 SF 0900 LEVEL 14,526 SF 1000 LEVEL 14,526 SF 1100 LEVEL 14,526 SF 1200 LEVEL 14,526 SF 1400 LEVEL 14,526 SF 1500 LEVEL 14,526 SF 1600 LEVEL 14,526 SF ROOF LEVEL 1,806 SF 300,886 SF GROSS AREA CALC. - COMMERCIAL Level Area 0000 P-1 18,002 SF 18,002 SF GROSS AREA CALCULATION - STAIRS & ELEVATORS Level Area 0000 P-1 4,257 SF 0100 LEVEL 3,134 SF 0150 P-3 1,153 SF 0200 LEVEL 2,607 SF 0300 LEVEL 2,080 SF 0400 LEVEL 1,895 SF 0500 LEVEL 1,917 SF 0600 LEVEL 1,929 SF 0700 LEVEL 1,929 SF 0800 LEVEL 1,929 SF 0900 LEVEL 1,929 SF 1000 LEVEL 1,246 SF 1100 LEVEL 1,246 SF 1200 LEVEL 1,246 SF 1400 LEVEL 1,246 SF 1500 LEVEL 1,246 SF 1600 LEVEL 1,246 SF ROOF LEVEL 578 SF 32,812 SF 1" = 80'-0"A-0.31 12 TYPICAL FLOOR PLAN UPDNUPUPUPP-10P-JP-HP-DP-BP-KP-FP-95A-1.055A-1.051A-1.051A-1.052A-1.052A-1.054A-1.054A-1.053A-1.053A-1.05P-GGULFVIEW BOULEVARDCOMMERCIAL/RETAIL/ACCESSORYOUT ONLYGARAGE EXITEXISTING ACCESSIBLE ROUTEPE 5ELEV.VESTIBULEELEVATORELEVATORHOTELLIMITEDACCESSLOBBY?HOTEL DROP-OFFSTAIR 48.33%5.00%PEDESTRIAN BRIDGE PROJECTION ABOVEALANIK HOTELOPAL SANDS HOTELNEW STRUCTURAL SUPPORT FOR PROPOSED PEDESTRIAN BRIDGE P-11P-8P-ECOMMERCIAL/RETAIL/ACCESSORYB-AB-17A107C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:28:00 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-1.0306/15/20221" = 10'-0"A-1.031BRIDGE ACCESIBLE ROUTE STREET LEVEL DN DN DN UP P-10 P-J P-H P-D P-K P-F P-9 5 A-1.05 5 A-1.05 1 A-1.05 2 A-1.05 4 A-1.05 3 A-1.05 3 A-1.05 P-G PREFUNCTION/ BALLROOM 26' - 0" SERVICE CORRIDOR ELEVATOR VESTIBULE ELEVATOR ELEVATOR STAIR 4 ELEV. VESTIBULE TERRACE/CIRCULATION PEDESTRIAN BRIDGEPORTE COCHERE ROOF OPAL SANDS HOTELOPEN TERRACE HOTEL LOBBY P-11 P-8 P-E B-A B-1 C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt10/18/2022 5:52:19 PMALANIK HOTEL 400 CORONADO DRIVE, CLEARWATER FL 33767 A-1.04 06/15/2022 1" = 10'-0"A-1.04 1 BRIDGE PLAN LEVEL 0200 17' -6"0100 LEVEL30' -2"0200 LEVEL41' -6"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0350 P-50' -0"NAVD52' -4"0450 P-6P-F33' -8"0250 P-4P-G51' -0"0400 LEVEL17' -6"0100 LEVEL30' -2"0200 LEVEL41' -6"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0350 P-552' -4"0450 P-633' -8"0250 P-45A-1.0551' -0"0400 LEVELB-A17' -6"0100 LEVEL30' -2"0200 LEVEL41' -6"0300 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0350 P-50' -0"NAVD52' -4"0450 P-633' -8"0250 P-451' -0"0400 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-343' -0"0350 P-552' -4"0450 P-633' -8"0250 P-45A-1.05B-A17' -6"0100 LEVEL30' -2"0200 LEVEL15' -0"0050 P-24' -6"0000 P-124' -4"0150 P-324' -4"0150 P-343' -0"0350 P-50' -0"NAVD52' -4"0450 P-661' -8"0550 P-771' -0"0650 P-880' -4"0750 P-933' -8"0250 P-489' -8"0850 P-1026' - 0"2A-1.054A-1.0510' - 2"CLEAR17' - 0"GULFVIEW BOULEVARDPE 5ELEV.VESTIBULENEW STRUCTURAL SUPPORT FOR PROPOSED PEDESTRIAN BRIDGE OPAL SANDS HOTELALANIK HOTELOPEN TERRACEELEV.VESTIBULE3.87%3.87%3.87%99' -0"0950 P-1130' - 2"ELEV.VESTIBULE7.06%12.97%C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:28:44 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-1.0506/15/20221" = 10'-0"A-1.051BRIDGE SECTION 11" = 10'-0"A-1.052BRIDGE SECTION 21" = 10'-0"A-1.053BRIDGE SECTION 31" = 10'-0"A-1.054BRIDGE SECTION 41" = 10'-0"A-1.055SECTION BRIDGE 5551122331" = 80'-0"000-KEY PLAN44A-1.0563D BRIDGE 2A-1.0573D BRIDGE 3 FF43EECORRIDOR8"13' - 9"27' - 0"SUITE 3506QQ3505GAHUAHUCLOSETDOUBLE QUEEN ROOMKING ROOMBALCONY BALCONYCORRIDORCLOSET3K2709QQ3708C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:28:46 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-2.0006/15/202208'16'4'1/4" = 1'-0"A-2.001QQ3- SUITE TYPE S31/4" = 1'-0"A-2.002DOUBLE QUEEN & KING CONNECTING ROOMS08'16'4' 17' -6"0100 LEVEL30' -2"0200 LEVEL41' -6"0300 LEVEL60' -6"0500 LEVEL70' -0"0600 LEVEL79' -6"0700 LEVEL89' -0"0800 LEVEL98' -6"0900 LEVEL108' -0"1000 LEVEL117' -6"1100 LEVEL127' -0"1200 LEVEL136' -6"1400 LEVEL146' -0"1500 LEVEL155' -6"1600 LEVEL166' -2"ROOF LEVEL15' -0"0050 P-24' -6"0000 P-14' -6"0000 P-124' -4"0150 P-343' -0"0350 P-50' -0"NAVD0' -0"NAVD16' -2 3/8"DFE52' -4"0450 P-661' -8"0550 P-771' -0"0650 P-880' -4"0750 P-933' -8"0250 P-4176' -8"UPPER ROOF89' -8"0850 P-1011' - 8 3/8"149' - 11 5/8"10' - 6"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"9' - 4"75' - 10"10110111010111310110710151' -0"0400 LEVEL99' -0"0950 P-111031131021011161051. EXTRA WHITE BY SHERWIN WILLIAMS OR SIMILAR (SW7006)2. GRAYISH BY SHERWIN WILLIAMS OR SIMILAR (SW6001)3. AQUAVERDE BY SHERWIN WILLIAMS OR SIMILAR (SW9051)COLOR PALETTE*PRINTED REPRESENTATIONS OF COLORS ARE NOT ACCURATE, PLEASE REFER TO MANUFACTURER'S COLOR PALETTE.C:\Users\cvargas\Documents\19004 Alanik Hotel SITE PLANREVIEW_cavargasc.rvt9/30/2022 12:29:06 PMALANIK HOTEL400 CORONADO DRIVE, CLEARWATER FL 33767A-2.0306/15/2022CAST STONE CLADDINGALUMINUM PARKING GARAGE VISION BARRIER-(VERT-A-CADE 301 BY CS CORP. OR ACCEPTABLE EQUIVALENT).INSULATED METAL COMPOSITE PANELSSMOOTH STUCCO FINISH1" = 20'-0"A-2.031EAST ELEVATION MATERIALS (CORONADO DRIVE).KEYNOTE LEGEND# DESCRIPTION101 CMU/CONCRETE SUBSTRATE W/SMOOTH STUCCO FINISH.102 CAST STONE CLADDING.103 WALL CLADDING: HORIZONTAL INSULATED METALCOMPOSITE PANELS OR SIMILAR.105 ALUMINUM STOREFRONT ASSEMBLY W/KYNAR FIN.107 ALUMINUM WINDOW WALL ASSEMBLY W/KYNAR FIN.110 ALUMINUM GARAGE VISION BARRIER SYSTEM(VERT-A-CADE 301 BY CS CORP OR ACCEPTABLEEQUIVALENT); W/ KYNAR FINISH.TO MEET WIND LOADREQUIREMENTS.113 CONCAVE TOOLED STUCCO REVEAL; (REFER TOPROJECT MANUAL FOR MININUM SPACINGREQUIREMENTS).116 ALUMINUM PORTE-COCHERE CANOPY WITH GLASS TOP.WINDOW WALL ASSEMBLYCONCAVE TOOLED STUCCO REVEAL 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. CU1 COVER SHEETLocation Map NORTHNOT TO SCALE ALANIK HOTEL A PROPERTY LOCATED IN SECTION 07, TOWNSHIP 29 SOUTH, RANGE 15 EAST CITY OF CLEARWATER, FLORIDA CU1 COVER SHEET SHEET NO.SHEET TITLE SHEET INDEX KNOW WHAT'S BELOW ALWAYS CALL 811 BEFORE YOU DIG It's fast, it's free, it's the law www.callsunshine.com PROJECT LOCATION LEGAL DESCRIPTION PARCEL 1: LOT 79 AND 80, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 13, PAGES 12 AND 13 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; AND ALSO: LOT 78, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID, TOGETHER WITH THE FOLLOWING PARCEL OF LAND BEGINNING THE NW CORNER OF LOT 127, LLOYD-WHITE-SKINNER SUBDIVISION, AS AFORESAID, AS A P.O.B.; RUN THENCE EASTERLY ALONG THE NORTHERN PROPERTY LINE OF SAID LOT A DISTANCE OF 3 FEET; THENCE SOUTHWESTERLY TO THE SW CORNER OF SAID LOT; THENCE RUN NORTHERLY ALONG THE WESTERLY LOT LINE OF SAID LOT TO P.O.B. PARCEL 2: LOT 75 LESS NORTH 10 FEET THEREOF AND ALL OF LOTS 76 AND 77; THAT PART OF LOT 123 LLOYD-WHITE-SKINNER SUBDIVISION; ACCORDING TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHEAST CORNER OF LOT 123, AND RUNNING THENCE ALONG ITS EASTERLY BOUNDARY 25 FEET; THENCE WESTERLY IN A STRAIGHT LINE TO A POINT IN THE WESTERLY BOUNDARY OF SAID LOT WHICH IS BETWEEN ITS NORTHWEST AND SOUTHWEST CORNERS; THENCE SOUTHERLY ALONG THE WESTERLY BOUNDARY OF SAID LOT, 25 FEET, MORE OR LESS TO THE SOUTHWEST CORNER OF SAID LOT; THENCE EASTERLY ALONG THE SOUTH BOUNDARY OF SAID LOT, TO THE POINT OF BEGINNING; LOTS 124, 125, 126, AND 127, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, LESS THAT PART OF LOT 127 BEGINNING AT THE NORTHWEST CORNER OF SAID LOT AND RUNNING EASTERLY 3 FEET ALONG THE NORTH BOUNDARY, THENCE SOUTHWESTERLY IN A STRAIGHT LINE TO THE SOUTHWEST CORNER OF SAID LOT, THENCE NORTH ALONG THE WESTERLY BOUNDARY TO POINT OF BEGINNING. AND LOTS 128 AND 129, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN THE PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. PARCEL 3: LOTS 72, 73, 121, 122 AND THE NORTH ONE-HALF OF LOT 123, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN THE PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. PARCEL 4: LOT 74 AND THE NORTH TEN FEET (N. 10') OF LOT 75, LLOYD-WHITE-SKINNER SUBDIVISION, ACCORDING TO THE PLAT THEREOF RECORDED IN THE PLAT BOOK 13, PAGES 12 AND 13, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. PINELLAS COUNTY SITE NORTHVicinity Map NOT TO SCALE j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION-COVER.dwg -- 12/19/2022 11:09:43 AMR-O-W VACATION PERMIT SET (2022-10-05)REVISED RIGHT-OF-WAY VACATION LEGAL (2022-12-19)CU2 R-O-W VACATION - PROPOSED IMPROVEMENTS CU3 STORM SEWER RELOCATION CU4 SANITARY SEWER RELOCATION CU5 WATER MAIN RELOCATION CU7.1 DETAILS CU7.2 DETAILS STORM & UTILITY RELOCATION CU6 R-O-W VACATION - FINAL IMPROVEMENTS SITE DATA FEMA: THIS PROJECT IS LOCATED WITHIN FLOOD ZONES "AE" (BFE = 9' & 10') PER FEMA FLOOD INSURANCE RATE MAP NO. 12103C0102H, COMMUNITY NO. 125096, PANEL 0102H, EFFECTIVE AUGUST 24, 2021. CITY OF CLEARWATER: BFE = 14.2' DFE = 16.2' OWNER: TRIPROP CLEARWATER LLC 1001 EAST ATLANTIC AVENUE, SUITE 202 DELRAY BEACH, FLORIDA 33483 ARCHITECT: NICHOLS BROSCH WURST WOLFE & ASSOCIATES INC. 161 ALMERIA AVENUE CORAL GABLES, FLORIDA 33134 SURVEYOR: GEORGE A. SHIMP II & ASSOCIATES 3301 DESOTO BOULEVARD, SUITE D PALM HARBOR, FLORIDA 34683 CIVIL ENGINEER: LANDMARK ENGINEERING & SURVEYING CORP. 8515 PALM RIVER ROAD TAMPA, FLORIDA 33619 UTILITIES: FIRE PROTECTION:CITY OF CLEARWATER REFUSE COLLECTION:CITY OF CLEARWATER WATER SERVICE:CITY OF CLEARWATER WASTEWATER SERVICE:CITY OF CLEARWATER ELECTRIC SERVICE:DUKE ENERGY ALL CONSTRUCTION SHALL COMPLY WITH THE LATEST EDITION OF THE CITY OF CLEARWATER LAND DEVELOPMENT CODE AND ALL APPLICABLE CITY REGULATIONS AND STANDARDS CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL OF THE NECESSARY PERMITS FOR CONSTRUCTION OF UNDERGROUND UTILITIES PRIOR TO THE START OF CONSTRUCTION - NOTICE - - NOTICE - SITE IS LOCATED IN ZONE 2 OF FBC 2020 LOCAL TECHNICAL AMENDMENT SECTION 3109.3.2 ADDRESS AS NEEDED IN DESIGN. - NOTE -STORM & UTILITY RELOCATIONR-O-W VACATION LEGAL DESCRIPTION A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard), shown on THE LLOYD-WHITE-SKINNER SUBDIVISION plat, recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County, Florida, being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD-WHITE-SKINNER SUBDIVISION; thence along the Easterly right-of-way line of said South Gulfview Boulevard the following course and curve; S.00°00'00"W, 85.15 feet to the beginning of a curve concave to the East, having a radius of 777.00 feet, thence Southeasterly, 160.28 feet along said curve through a central angle of 11°49'09” (chord bears S.05°50'10”E., 160.00 feet); thence non-tangent to said curve, N.55°08'15”W., 49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East, having a radius of 812.00 feet, thence Northwesterly, 131.30 feet along said curve and center line through a central angle of 09°15'52” (chord bears N.04°34'14”W., 131.15 feet); thence N.00°00'00”E., 80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72; thence N.82°58'18”E., 35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres), more or less. PARCEL NUMBER(S): 07-29-15-52380-000-0720 07-29-15-52380-000-0740 07-29-15-52380-000-0760 07-29-15-52380-000-0780 ZONING:TOURIST (T) FUTURE LAND USE:RESORT FACILITIES HIGH (RFH) OVERLAY DISTRICT:BEACH BY DESIGN - BEACH WALK DISTRICT PRESENT USE:HOTEL PROPOSED USE:HOTEL, PARKING GARAGE PERMITTED SITE AREA:105,339 SF± / 2.42 AC± (100.0%) PROPOSED SITE AREA:113,242.93 SF± / 2.5997 AC± (100.0%) EXISTING BUILDING AREA: 23,253 SF± / 0.53 AC± (FIRST FLOOR ONLY) PERMITTED BUILDING AREA:296,916 SF± PROPOSED BUILDING AREA:300,887 SF± (SEE ARCH. PLAN A-0.31 FOR AREA BREAKDOWN) EXISTING IMPERVIOUS AREA: 94,287 SF± / 2.17 AC± (89.5%) EXISTING OPEN AREA: 11,052 SF± / 0.25 AC± (10.5%) PERMITTED IMPERVIOUS AREA: 97,839 SF± / 2.25 AC± (92.9%) PERMITTED OPEN AREA: 7,500 SF± / 0.17 AC± ( 7.1%) PROPOSED IMPERVIOUS AREA:104,621 SF± / 2.40 AC± (92.4%) PROPOSED OPEN AREA:8,621.93 SF± / 0.20 AC± ( 7.6%) MAXIMUM BUILDING HEIGHT:165 FT (150 FT ABOVE BFE) PROPOSED BUILDING HEIGHT:165 FT (150 FT ABOVE BFE) BUILDING SETBACKS:REQUIRED PROVIDED FRONT (EAST) - CORONADO DRIVE 10 FT 15 FT FRONT (NORTH) - 5TH STREET 0 FT 15 FT FRONT (WEST) - GULFVIEW BLVD 0 FT 0 FT SIDE (SOUTH) 0 FT 5 FT DENSITY CALCULATIONS: REQUIRED:248 GUESTROOMS PARCEL 1:127 GUESTROOMS (EXISTING KEY COUNT) PARCEL 2: 21 GUESTROOMS (50 GUESTROOMS / ACRE) DENSITY POOL:100 GUESTROOMS (BEACH BY DESIGN) PROVIDED:248 GUESTROOMS PARKING CALCULATIONS: REQUIRED: 298 SPACES (1.2 SPACES / ROOM) x (248 ROOMS) = 298 SPACES PROVIDED:545 SPACES SELF-PARK:286 SPACES (230 FOR PUBLIC USE) VALET:259 SPACES CONCEPTUAL CORON A D O D R I V E GULFVIEW BO U L E V A R D5th STREETEMPLO Y E E BREAK ROOM 0017 HOLDI N G STORA G E 0012 DRY STORA G E 0011 HOUSE K E E P I N G OFFICE 0013 CLEAN LINEN 0020 B.O.H CORRID O R 0002 RECYC L I N G / REF. TRASH 0009 DOCK MASTE R / RECEIV I N G 0008 LOADI N G DOCK 0005 SECURI T Y 0004 ELEVA T O R VESTIB U L E 0029 HOUSE K E E P I N G STORA G E 0014 SE 1 TOWER SOILED LINEN 0021 RESTA U R A N T 0023 POOL EQUIP M E N T ROOM 0028 IN OUT RAMP U P T O LOBBY L E V E L RAMP D O W N FROM L O B B Y LEVEL IN VALET O N L Y OUT GARAGE A C C E S S ENTRY/ E X I T FOR VAL E T U S E ONLY ACCESSI B L E R A M P VALET BARRI E R VALET PARK ING VALET PARK ING VALET P A R K I N G VALET T A N D E M VALET O V E R F L O W VALET PARKIN G P-1.1 STAIR 2 ST-2 STAIR 1 STAIR 4 ST-4 STAIR 5 ST-5 WOMEN 0019 MEN 0018 COMME R C I A L / R E T A I L / A C C E S S O R Y 0027 ELEV. VESTIB U L E P1-001 SE 3 SE 2 PE 1 PE 6 PE 4 PE 3 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025 COMME R C I A L / R E T A I L / A C C E S S O R Y 0026 COMPA C T F I L L (REFER T O STRUC T . DRAWI N G S ) COMPA C T F I L L (REFER T O STRUC T . DRAWI N G S ) TRASH COMPA C T O R 0006 STAIR 3 PLANTE R RAMP VOID VOID VOID ENGIN E E R I N G OFFICE 0016 EXPAN S I O N JOINT PE 5 OPAL S A N D S HOTE L STAIR 2 ST-2 POOL A B O V E CAN WASH 0007 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0024 STAIR 6 ST-6 STAIR 7 ST-7 OUT ENGINE E R I N G SHOP 0015 STAIR 9 ST-9 STAIR 8 ST-8 B.O.H 0022 IRRIGA T I O N STORM PANEL STORA G E 0032 STORM PANEL STORA G E 0033 STORM PANEL STORA G E 0031 VALET BARRIE R STORA G E P1-002 B.O.H CORRID O R 0002 EMPLO Y E E ENTRA N C E 0003 DEPRE S S S L A B 3 / 4 " IN TOIL E T R O O M ELEV. VESTIB U L E 0001 LIQUOR STORA G E 0010 ENTRY RAMP 0100 SELF-P A R K I N G GARAG E P-1 VALET PARKI N G P-1.1 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025.1 FOUNT A I N EQUIP M E N T 0028.1 EX 16" ST EX 16" ST EX 34"x53" STEX 34"x53" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 18" ST EX 30" STEX 3 0 " ST EX 3 0 " ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 24" ST EX 24" ST EX 24" ST EX 15" S T EX 30" STEX 6" SSEX 6" SSEX 6" SSEX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30 " S T EX 30" S T EX 30" S T EX 24" ST EX 24" ST EX 18" STEX 18" STEX 14" STEX 14" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" ST EX 18" STEX 18" S T EX 18" S T EX 12" STEX 12" STEX 15" STEX 15" STEX 15" STEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8 " S S EX 12" SSEX 12" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 4" SSEX 4" SSEX 4" SSEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 12" WM EX 16" W M EX 16" W M EX 16" W M EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" W M EX 16" W M EX 16" W M EX 16" W M EX 16" W M EX 16 " W M EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" W M EX 6" W M EX 6" WMEX 6" WMEX 6" WMEX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" WMEX 8" WMEX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" R C W M EX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" R C W M EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCW M EX 12" R C W M EX 12" R C W M EX 12" RC W M EX 12" R C W M EX 6" RC W M EX 6" RC W M EX 6" RCW M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" R C W M EX 6" R C W M EX 6" R C W M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCW M EX 6" RC W M EX 6" RC W M EX 6" WM EX 6" WM EX 6" WMEX 6" WMEX 8" WM EX 8" W M EX 8" WM EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" WM EX 8" WM EX 8" WMEX SSEX SSEX SS EX WMEX WMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SS CPMCPMEPMCPMCPMEPM CPMCPMEPM EPMCPMCPMEPMEPMEPM EPMCPMCPMCPM CPM CPMCPMCPMEPM EPMCPMCPM CPMCPMCPMCPMCPMEPMEPMEPMCPMEPMCPM CPMEPMEPM EPM EPMEPMCPMCPMCPMEPM EPM EPM EPMEPM EPMEPMEPM EPMEPMEPMCPMCPMCPM EPM EPM EPM EPMEPM CPM CPMCPM CPMCPMEPMEPMEPMEPMEPMEPMGPMGPM GPM GPM GPMGPMGPMGPMEPM EPM EPM EPM GPM GPMGPMGPM GPMGPMGPM GPMGPMGPM GPM GPMGPMGPMUNKUNK UNKUNKUNKUNK UNKUNKGPM GPMUNKUNK GPMGPMGPMCPMGPMGPMCPMCPMCPMCPMEPMEPMEPMEPMEPMCPMCPMGPM GPMGPM GPMGPM GPM GPMGPMGPMGPMGPMCPMEPMEPMEPMEPMEPMCPMCPMCPMEPMCPM EPMEPMCPMEPMEPMEPMCPMCPMEPMEPMEPMEPMEPMEPMEPMEPMEPMEPMCPM EPM EPMEPMCPMEPMEPM EPMEPMEPM EPM GPMGPMUNK UNKUNKUNK UD UD UD UD UD UD UD UD UDUDUDUDUDUDUDUDUDUD2" RCWM2" RCWM2" RCWM2" RCWM6" WM6" WM 6" WM 8" WM 8" WM 8" WM TTCO6" FLSSSDDDDDDWMWMWM WM0+001+00 2+00 3+00 3+19 3+900+001+00 2+00 3+00 -0+10 0+00 0+64PROPOSED STORM SEWER PROPOSED SANITARY SEWER PROPOSED WATER MAIN EXISTING WATER MAIN TO BE REMOVED EXISTING SANITARY SEWER TO BE REMOVED EXISTING STORM SEWER TO BE REMOVED R-O-W VACATION AREA GAS MAIN TO BE RELOCATED BY OTHERS COMMUNICATION LINE TO BE RELOCATED BY OTHERS ELECTRICAL LINE TO BE RELOCATED BY OTHERS EXISTING RECLAIMED WATER MAIN TO BE REMOVED THE BEACHWALK WILL BE CONSTRUCTED TO MATCH THE CURRENT LOCATION AND COLOR PALETTE. CONTRACTOR TO COORDINATE WITH CITY STAFF REGARDING CONCRETE COLORING PRIOR TO CONSTRUCTION.8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION.dwg -- 12/22/2022 5:01:08 PMNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 CU2R-O-W VACATIONPROPOSED IMPROVEMENTSR-O-W VACATION PERMIT SET (2022-10-05)REVISED RIGHT-OF-WAY VACATION LEGAL (2022-12-19)STORM & UTILITY RELOCATIONCONCEPTUAL GULFVIEW BO U L E V A R D5th STREETELEVA T O R VESTIB U L E 0029 RESTA U R A N T 0023 POOL EQUIP M E N T ROOM 0028 VALET O N L Y ENTRY/ E X I T FOR VAL E T U S E ONLYVALET PARK ING VALET P A R K I N G VALET PARKIN G P-1.1 COMME R C I A L / R E T A I L / A C C E S S O R Y 0027 ELEV. VESTIB U L E P1-001 PE 6 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025 COMME R C I A L / R E T A I L / A C C E S S O R Y 0026 STAIR 3 PE 5 OPAL S A N D S HOTE L POOL A B O V E COMM E R C I A L / R E T A I L / A C C E S S O R Y 0024 STAIR 6 ST-6 STAIR 7 ST-7 STAIR 9 ST-9 STAIR 8 ST-8 B.O.H 0022 STORM PANEL STORA G E 0033 STORM PANEL STORA G E 0031 VALET BARRIE R STORA G E P1-002 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025.1EX 36" STEX 36" STEX 36" STEX 18" ST EX 30" STEX 3 0 " ST EX 3 0 " STEX 30" STEX 6" SSEX 6" SSEX 6" SSEX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30 " S T EX 30" S T EX 30" S T EX 24" ST EX 24" ST EX 18" STEX 18" STEX 14" STEX 14" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" ST EX 18" STEX 18" S T EX 18" S T EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 4" SSEX 4" SSEX 4" SSEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" WMEX 8" WMEX 6" RC W M EX 6" RC W M EX 6" RCW M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" R C W M EX 6" R C W M EX 6" R C W M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCW M EX 6" RC W M EX 6" RC W M EX 6" WM EX 6" WM EX 6" WMEX 6" WMEX 8" WM EX 8" W M EX 8" WM EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" WM EX 8" WM EX 8" WMEX SSEX SSEX WMEX WMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SS GPM GPM GPMGPMGPMGPMEPM EPM EPM EPM GPM GPMGPMGPM GPMGPMGPM GPMGPMGPM GPM GPMGPMGPMUNKUNK UNKUNKUNKUNK UNKUNKGPM GPMUNKUNK GPMGPMGPMCPMGPMGPMCPMCPMCPMCPMEPMEPMEPMEPMEPMCPMCPMGPM GPMGPM GPMGPM GPM GPMGPMGPMGPMGPMCPMEPMEPMEPMEPMEPMCPMCPMCPMEPMCPM EPMEPMCPMEPMEPMEPMCPMCPMEPMEPMEPMEPMEPMEPMEPMEPMEPMEPMCPM EPM EPMEPMCPMEPMEPM EPMEPMEPM EPM GPMGPMUNK UNKUNKUNKUDUDUDUDUDUD COEX-B-6 EX. TOP 3.75 EX. W INV 0.32 EX. E INV 0.12 EX-B-3 EX. TOP 3.43 EX. S INV -1.15 EX. N INV -1.15 EX-B-4a EX. TOP 3.30 EX. S INV -1.23 EX. N INV -1.23 EX-B-9 EX. TOP 3.22 EX. S INV -1.40 EX. W INV -0.06 EX. NE INV -1.43 EX-B-9a EX. TOP 3.19 EX. SW INV -1.49 EX. E INV -1.49 EX-B-4 EX. TOP 3.11 EX. S INV -1.33 EX. N INV -1.27 N INV -1.15 DMH-102 (CONFLICT) TOP 4.20 S INV -1.24 W INV 0.87 N INV -1.24 E INV 0.87 BOT -2.75 DMH-103 TOP 3.80 S INV -1.40 W INV 0.00 N INV -1.40 DMH-104 TOP 3.60 S INV -1.41 E INV -1.41 DMH-105 (CONFLICT) TOP 3.40 W INV -1.42 S INV 0.20 E INV -1.42 N INV 0.20 BOT -3.25 W INV -1.49 SSSDDDDDDWMWMWM WM0+001+00 2+00 3+00 3+19 3+900+001+00 2+00 3+00 -0+10 0+00 0+6451 LF EX. 30" RCP @ 0.35% 26 LF EX. 30" RCP @ 0.16% 162 LF EX. 30" RCP @ 0.11% 33 LF EX. 30" RCP @ 0.19% EX. 30" RCP 57 LF EX. 15" RCP @ 0.32%EX. 24" RCP 3 LF EX. 15" RCP @ 3.24% 76 LF 30" RCP @ 0.11%157 LF 30" RCP @ 0.10% 7 LF 30" RCP @ 0.10% 4 LF 30" RCP @ 0.11% 34 LF 30" RCP @ 0.18% CONTRACTOR TO DETERMINE IF CORING DMH IS FEASIBLE OR STRUCTURE SHOULD BE REPLACED CONTRACTOR TO DETERMINE IF CORING CURB INLET IS FEASIBLE OR STRUCTURE SHOULD BE REPLACED Storm Sewer Relocation -10 -5 0 5 10 -10 -9 -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 -0+50 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 34 LF 30" RCP @ 0.18% 157 LF 30" RCP @ 0.10% 7 LF 30" RCP @ 0.10% 4 LF 30" RCP @ 0.11% 76 LF 30" RCP @ 0.11%EX. 24" RCP DMH-104 TOP 3.60 S INV -1.41 E INV -1.41 DMH-103 TOP 3.80 S INV -1.40 W INV 0.00 N INV -1.40 DMH-102 (CONFLICT) TOP 4.20 S INV -1.24 W INV 0.87 N INV -1.24 E INV 0.87 BOT -2.75 CORE EX. STRUCTURE N INV -1.15 EX-B-3 EX. TOP 3.33 EX. S INV -1.15 EX. N INV -1.15 EX-B-9a EX. TOP 3.19 EX. SW INV -1.49 EX. E INV -1.49 CORE EX. STRUCTURE W INV -1.49 EX. 30" RCP 8" PVC SSWR IN 16" PVC CASING 1.3' 6" DIP SSWR IN 14" PVC CASING 1.9' EX. GRADE EX. GRADE 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION.dwg -- 12/19/2022 11:17:34 AMNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 CU3 STORM SEWER RELOCATION0 0 H: 1" = ' V: 1" = ' GRAPHIC SCALE 5 20 5 20 R-O-W VACATION PERMIT SET (2022-10-05)STORM & UTILITY RELOCATIONCONCEPTUAL GULFVIEW BO U L E V A R D5th STREETELEVA T O R VESTIB U L E 0029 RESTA U R A N T 0023 POOL EQUIP M E N T ROOM 0028 VALET O N L Y ENTRY/ E X I T FOR VAL E T U S E ONLYVALET PARK ING VALET P A R K I N G VALET PARKIN G P-1.1 COMME R C I A L / R E T A I L / A C C E S S O R Y 0027 ELEV. VESTIB U L E P1-001 PE 6 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025 COMME R C I A L / R E T A I L / A C C E S S O R Y 0026 STAIR 3 PE 5 OPAL S A N D S HOTE L POOL A B O V E COMM E R C I A L / R E T A I L / A C C E S S O R Y 0024 STAIR 6 ST-6 STAIR 7 ST-7 STAIR 9 ST-9 STAIR 8 ST-8 B.O.H 0022 STORM PANEL STORA G E 0033 STORM PANEL STORA G E 0031 VALET BARRIE R STORA G E P1-002 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025.1EX 36" STEX 36" STEX 36" STEX 18" ST EX 30" STEX 3 0 " ST EX 3 0 " STEX 30" STEX 6" SSEX 6" SSEX 6" SSEX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30 " S T EX 30" S T EX 30" S T EX 24" ST EX 24" ST EX 18" STEX 18" STEX 14" STEX 14" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" ST EX 18" STEX 18" S T EX 18" S T EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 4" SSEX 4" SSEX 4" SSEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" WMEX 8" WMEX 6" RC W M EX 6" RC W M EX 6" RCW M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" R C W M EX 6" R C W M EX 6" R C W M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCW M EX 6" RC W M EX 6" RC W M EX 6" WM EX 6" WM EX 6" WMEX 6" WMEX 8" WM EX 8" W M EX 8" WM EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" WM EX 8" WM EX 8" WMEX SSEX SSEX WMEX WMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SS GPM GPM GPMGPMGPMGPMEPM EPM EPM EPM GPM GPMGPMGPM GPMGPMGPM GPMGPMGPM GPM GPMGPMGPMUNKUNK UNKUNKUNKUNK UNKUNKGPM GPMUNKUNK GPMGPMGPMCPMGPMGPMCPMCPMCPMCPMEPMEPMEPMEPMEPMCPMCPMGPM GPMGPM GPMGPM GPM GPMGPMGPMGPMGPMCPMEPMEPMEPMEPMEPMCPMCPMCPMEPMCPM EPMEPMCPMEPMEPMEPMCPMCPMEPMEPMEPMEPMEPMEPMEPMEPMEPMEPMCPM EPM EPMEPMCPMEPMEPM EPMEPMEPM EPM GPMGPMUNK UNKUNKUNKUDUDUDUDUDUD COSSSDDDDDDWMWMWM WM0+001+00 2+00 3+00 3+19 3+900+001+00 2+00 3+00 -0+10 0+00 0+64EX-SMH-15 EX. RIM 3.89 EX. S INV 0.59 EX. W INV 0.69 EX. N INV 0.59 EX-SMH-14 EX. RIM 4.12 EX. S INV 0.84 EX. SE INV 1.77 EX. N INV 0.84 SMH-100 RIM 3.80 S INV 0.76 NW INV 0.75 EX-SMH-16 EX. RIM 3.53 EX. S INV 0.08 EX. E INV 0.03 SW INV 0.08 SMH-101 RIM 3.19 SE INV 0.66 N INV 0.66 SMH-102 RIM 4.05 S INV 0.55 E INV 1.00 W INV 0.81 N INV 0.55 SMH-103 RIM 3.30 S INV 0.18 NE INV 0.18 123 LF EX. 8" DIP SSWR @ 0.20% 212 LF EX. 8" DIP SSWR @ 0.24% EX. 8" VCP SSWR 138 LF EX. 6" DIP SSWR @ 0.38% 45 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% 55 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% 185 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% 48 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% EX. 8" VCP SSWR20 LF 8" D3034 SDR 26 PVC SSWR @ 0.50% 15 LF 6" TC50 DIP SSWR @ 0.38% CORE EX. SMH PLUG EX. SMH EX. 6" VCP SSWR EX. 8" DIP SSWR Sanitary Sewer Relocation -10 -5 0 5 10 -10 -9 -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 -0+50 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 SMH-101 RIM 3.19 SE INV 0.66 N INV 0.66 SMH-102 RIM 4.05 S INV 0.55 E INV 1.00 W INV 0.81 N INV 0.55 SMH-103 RIM 3.30 S INV 0.18 NE INV 0.18 EX. 8" VCP SSWR 48 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% 55 LF 8" D3034 SDR 26 PVC SSWR @ 0.20%45 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% EX-SMH-14 EX. RIM 4.12 EX. S INV 0.84 EX. SE INV 1.77 EX. N INV 0.84 SMH-100 RIM 3.80 S INV 0.76 NW INV 0.75EX-SMH-16 EX. RIM 3.53 EX. S INV 0.08 EX. E INV 0.03 CORE EX. SMH SW INV 0.08 185 LF 8" D3034 SDR 26 PVC SSWR @ 0.20% EX. GRADE EX. GRADE EX. 8" VCP SSWR 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION.dwg -- 12/19/2022 11:17:46 AMCU4 SANITARY SEWER RELOCATIONNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 0 0 H: 1" = ' V: 1" = ' GRAPHIC SCALE 5 20 5 20 R-O-W VACATION PERMIT SET (2022-10-05)IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PRESERVE ALL EXISTING SANITARY SEWER SERVICES WITHOUT INTERRUPTION WHILE PERFORMING THE WORK INCLUDED IN THIS PROJECT. THE CONTRACTOR SHALL FURNISH ALL LABOR, MATERIALS, AND EQUIPMENT REQUIRED TO BYPASS WASTEWATER FLOW AROUND THE WORKING AREA TO AN ACCEPTABLE POINT OF DISCHARGE. THE CONTRACTOR SHALL NOT BE PERMITTED TO PUMP OR OTHERWISE DIRECT THE FLOW OF SANITARY SEWAGE INTO STORM SEWERS, STREAMS, OPEN CHANNELS OR ONTO STREETS AT ANY TIME DURING THE COURSE OF THE WORK. ALL REQUIRED AGENCY APPROVALS AND PERMITS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE HYDRAULIC DESIGN OF THE BYPASS PUMPING ARRANGEMENT SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR. PUMPING EQUIPMENT SHALL BE OF A TYPE SUITABLE FOR PUMPING RAW UNSCREENED SEWAGE OVER AN INDEFINITE PERIOD WITHOUT CLOGGING OR REQUIRING SHUTDOWN FOR ROUTINE MAINTENANCE. BYPASS PUMPING SHALL BE CONTINUOUS DURING THE ENTIRE LENGTH OF TIME EACH PORTION OF THE WORK IS BEING ACCOMPLISHED. THE CONTRACTOR SHALL SUBMIT DRAWINGS AND EQUIPMENT SPECIFICATIONS, DETAILING THE PROPOSED PUMPING EQUIPMENT AND THE METHOD OF INSTALLATION, TO THE ENGINEER FOR APPROVAL. IF DEEMED NECESSARY BY THE ENGINEER, THE CONTRACTOR WILL BE RESPONSIBLE TO PROVIDE NECESSARY NOISE SUPPRESSION DEVICES TO MINIMIZE BYPASS PUMP NOISE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION OF MAINTENANCE OF TRAFFIC AND ALL STREET CLOSURES WITH CITY OF CLEARWATER PUBLIC WORKS DEPARTMENT. CITY OF CLEARWATER REQUIREMENT: TEMPORARY DIVERSION OF THE GRAVITY SEWER FLOWS SHALL BE DONE USING BYPASS PUMPS (ONE DUTY, ONE STANDBY) TO PUMP FROM THE UPSTREAM MANHOLE TO THE DOWNSTREAM MANHOLE. BYPASS PUMPS SHALL HAVE HOSPITAL GRADE SOUND ATTENUATION. THE CONTRACTOR SHALL OBTAIN PEAK WET WEATHER FLOW RATES IN THE GRAVITY SEWER FROM THE CITY AND SHALL DEMONSTRATE IN THE MAINTENANCE OF FLOW PLAN THAT ADEQUATE PUMPING CAPACITY IS PROVIDED TO ACCOMMODATE PEAK WET WEATHER FLOW. THE CONTRACTOR AND CITY PERSONNEL THAT ARE EXPERIENCED IN THE COLLECTION SYSTEM SHALL DETERMINE THE FLOAT LEVELS IN THE FIELD, PUMP ON, STANDBY OR LAG PUMP ON, AND HIGH-LEVEL ALARM. THE HIGH-LEVEL ALARM SHALL BE CONNECTED TO AN AUTO DIALER TO NOTIFY THE CONTRACTOR OF AN ALARM CONDITION. THE BYPASS PUMP SUCTION MANHOLE SHALL USE THE COLLECTION SYSTEM FOR A TEMPORARY WET WELL STORAGE; HOWEVER, SURCHARGING IN THE EXISTING SEWER SYSTEM SHALL BE LIMITED. ONCE THE HIGH-LEVEL FLOAT ALARM IS TRIGGERED, IT SHALL ALLOW ENOUGH TIME FOR EMERGENCY CONTRACTOR PERSONNEL TO ARRIVE ON SCENE AND RESOLVE THE PROBLEM PRIOR TO ANY SANITARY SEWER OVERFLOWS. THE BYPASS SUCTION AND DISCHARGE PIPES MAY REQUIRE THE REMOVAL OF THE MANHOLE TOPS WHICH WILL RESULT IN EXCESS ODOR ESCAPING FROM THE MANHOLES. THE CONTRACTOR SHALL PROVIDE A MEANS TO SEAL ODORS WITHIN THE BYPASS MANHOLES TO MINIMIZE ODORS DURING THE TEMPORARY DIVERSION. MAINTAINING EXISTING SANITARY SEWER FLOW DURING OPERATION STORM & UTILITY RELOCATIONCONCEPTUAL GULFVIEW BO U L E V A R D5th STREETELEVA T O R VESTIB U L E 0029 RESTA U R A N T 0023 POOL EQUIP M E N T ROOM 0028 VALET O N L Y ENTRY/ E X I T FOR VAL E T U S E ONLYVALET PARK ING VALET P A R K I N G VALET PARKIN G P-1.1 COMME R C I A L / R E T A I L / A C C E S S O R Y 0027 ELEV. VESTIB U L E P1-001 PE 6 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025 COMME R C I A L / R E T A I L / A C C E S S O R Y 0026 STAIR 3 PE 5 OPAL S A N D S HOTE L POOL A B O V E COMM E R C I A L / R E T A I L / A C C E S S O R Y 0024 STAIR 6 ST-6 STAIR 7 ST-7 STAIR 9 ST-9 STAIR 8 ST-8 B.O.H 0022 STORM PANEL STORA G E 0033 STORM PANEL STORA G E 0031 VALET BARRIE R STORA G E P1-002 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025.1EX 36" STEX 36" STEX 36" STEX 18" ST EX 30" STEX 3 0 " ST EX 3 0 " STEX 30" STEX 6" SSEX 6" SSEX 6" SSEX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30 " S T EX 30" S T EX 30" S T EX 24" ST EX 24" ST EX 18" STEX 18" STEX 14" STEX 14" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" ST EX 18" STEX 18" S T EX 18" S T EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 4" SSEX 4" SSEX 4" SSEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 8" WMEX 8" WMEX 6" RC W M EX 6" RC W M EX 6" RCW M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" R C W M EX 6" R C W M EX 6" R C W M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCW M EX 6" RC W M EX 6" RC W M EX 6" WM EX 6" WM EX 6" WMEX 6" WMEX 8" WM EX 8" W M EX 8" WM EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" WM EX 8" WM EX 8" WMEX SSEX SSEX WMEX WMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX RCWMEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SS GPM GPM GPMGPMGPMGPMEPM EPM EPM EPM GPM GPMGPMGPM GPMGPMGPM GPMGPMGPM GPM GPMGPMGPMUNKUNK UNKUNKUNKUNK UNKUNKGPM GPMUNKUNK GPMGPMGPMCPMGPMGPMCPMCPMCPMCPMEPMEPMEPMEPMEPMCPMCPMGPM GPMGPM GPMGPM GPM GPMGPMGPMGPMGPMCPMEPMEPMEPMEPMEPMCPMCPMCPMEPMCPM EPMEPMCPMEPMEPMEPMCPMCPMEPMEPMEPMEPMEPMEPMEPMEPMEPMEPMCPM EPM EPMEPMCPMEPMEPM EPMEPMEPM EPM GPMGPMUNK UNKUNKUNKUDUDUDUDUDUD COSSSDDDDDDWMWMWM WM0+001+00 2+00 3+00 3+19 3+900+001+00 2+00 3+00 -0+10 0+00 0+6496 LF 8" C900 DR 18 PVC WM CONNECT TO EX. 8" PVC WM W/ 8" 45° BEND (BAC-T SAMPLE POINT #1) EX. 8" PVC WM CONNECT TO EX. 8" PVC WM (CHLORINE INJECTION POINT #1)EX. 8" PVC WM EX. 8" PVC WM EX. 8" PVC WM EX. 8" PVC WM EX. 8" PVC WM 8" 11.25° BEND 8" 45° BEND Water Main Relocation -10 -5 0 5 10 -10 -9 -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 -0+50 0+00 0+50 1+00 1 1 1 1 4.5'3.1'1.5'1.8'2.2'PL 30" RCP STRM 8" PVC SSWR EX. GRADE 8" 11.25° BEND EX. 8" PVC WM 8" 45° BEND CONNECT TO EX. 8" PVC WM W/ 8" 45° BEND 8" 45° BEND 8" C900 DR 18 PVC WM 8" 45° BEND 1.5'1 1 8" 45° BEND 8" 45° BEND CONNECT TO EX. 8" PVC WM W/ 8" 45° BEND EX. 8" PVC WM (PARALLEL TO PL)3.2'8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION.dwg -- 12/19/2022 11:17:57 AMNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 CU5 WATER MAIN RELOCATIONNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 0 0 H: 1" = ' V: 1" = ' GRAPHIC SCALE 5 20 5 20 R-O-W VACATION PERMIT SET (2022-10-05)STORM & UTILITY RELOCATIONCONCEPTUAL CORON A D O D R I V E GULFVIEW BO U L E V A R D5th STREETEMPLO Y E E BREAK ROOM 0017 HOLDI N G STORA G E 0012 DRY STORA G E 0011 HOUSE K E E P I N G OFFICE 0013 CLEAN LINEN 0020 B.O.H CORRID O R 0002 RECYC L I N G / REF. TRASH 0009 DOCK MASTE R / RECEIV I N G 0008 LOADI N G DOCK 0005 SECURI T Y 0004 ELEVA T O R VESTIB U L E 0029 HOUSE K E E P I N G STORA G E 0014 SE 1 TOWER SOILED LINEN 0021 RESTA U R A N T 0023 POOL EQUIP M E N T ROOM 0028 IN OUT RAMP U P T O LOBBY L E V E L RAMP D O W N FROM L O B B Y LEVEL IN VALET O N L Y OUT GARAGE A C C E S S ENTRY/ E X I T FOR VAL E T U S E ONLY ACCESSI B L E R A M P VALET BARRI E R VALET PARK ING VALET PARK ING VALET P A R K I N G VALET T A N D E M VALET O V E R F L O W VALET PARKIN G P-1.1 STAIR 2 ST-2 STAIR 1 STAIR 4 ST-4 STAIR 5 ST-5 WOMEN 0019 MEN 0018 COMME R C I A L / R E T A I L / A C C E S S O R Y 0027 ELEV. VESTIB U L E P1-001 SE 3 SE 2 PE 1 PE 6 PE 4 PE 3 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025 COMME R C I A L / R E T A I L / A C C E S S O R Y 0026 COMPA C T F I L L (REFER T O STRUC T . DRAWI N G S ) COMPA C T F I L L (REFER T O STRUC T . DRAWI N G S ) TRASH COMPA C T O R 0006 STAIR 3 PLANTE R RAMP VOID VOID VOID ENGIN E E R I N G OFFICE 0016 EXPAN S I O N JOINT PE 5 OPAL S A N D S HOTE L STAIR 2 ST-2 POOL A B O V E CAN WASH 0007 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0024 STAIR 6 ST-6 STAIR 7 ST-7 OUT ENGINE E R I N G SHOP 0015 STAIR 9 ST-9 STAIR 8 ST-8 B.O.H 0022 IRRIGA T I O N STORM PANEL STORA G E 0032 STORM PANEL STORA G E 0033 STORM PANEL STORA G E 0031 VALET BARRIE R STORA G E P1-002 B.O.H CORRID O R 0002 EMPLO Y E E ENTRA N C E 0003 DEPRE S S S L A B 3 / 4 " IN TOIL E T R O O M ELEV. VESTIB U L E 0001 LIQUOR STORA G E 0010 ENTRY RAMP 0100 SELF-P A R K I N G GARAG E P-1 VALET PARKI N G P-1.1 COMM E R C I A L / R E T A I L / A C C E S S O R Y 0025.1 FOUNT A I N EQUIP M E N T 0028.1 EX 16" ST EX 16" ST EX 34"x53" STEX 34"x53" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 36" STEX 18" ST EX 30" STEX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 30" ST EX 24" ST EX 24" ST EX 24" ST EX 15" S T EX 24" ST EX 24" ST EX 18" STEX 18" STEX 14" STEX 14" STEX 15" STEX 15" STEX 15" STEX 15" STEX 15" ST EX 18" STEX 18" S T EX 18" S T EX 12" STEX 12" STEX 15" STEX 15" STEX 15" STEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8 " S S EX 12" SSEX 12" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SS EX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 8" SSEX 4" SSEX 4" SSEX 4" SSEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WMEX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 12" WM EX 16" W M EX 16" W M EX 16" W M EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" WM EX 16" W M EX 16" W M EX 16" W M EX 16" W M EX 16" W M EX 16 " W M EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" WM EX 6" W M EX 6" W M EX 6" WMEX 6" WMEX 6" WMEX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" W M EX 8 " W M EX 8" W M EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" WM EX 8" W M EX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" R C W M EX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" RC W M EX 12" R C W M EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCWM EX 12" RCW M EX 12" R C W M EX 12" R C W M EX 12" RC W M EX 12" R C W M EX 6" RC W M EX 6" RC W M EX 6" RCW M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" R C W M EX 6" R C W M EX 6" R C W M EX 6" RC W M EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCWM EX 6" RCW M EX 6" RC W M EX 6" RC W M EX 6" WM EX 6" WM EX 6" WMEX 6" WMEX 8" WM EX 8" W M EX 8" WM EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" W M EX 8" WM EX 8" WM EX 8" WMEX SSEX SSEX SS EX WMEX WMEX RCWMEX RCWMEX RCWMEX RCWMEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SSEX 6" SS 2" RCWM2" RCWM2" RCWM2" RCWM6" WM6" WM 6" WM 8" WM 8" WM 8" WM TTUDUDUDUDUDUDUD UD UD UD CO6" FLWMWMWM WM 30" RCP STORM PIPE 8" D3034 SDR 26 PVC SANITARY SEWER 8" C900 DR 18 PVC POTABLE WATER MAIN 6" TC50 DIP SANITARY SEWER LATERAL LINED WITH PROTECTO 401 CERAMIC EPOXY 8" D3034 SDR 26 PVC SANITARY SEWER LATERAL 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.j:\2200003\CAD\Civil\construction plans\DWG\2200003 - R-O-W VACATION.dwg -- 12/19/2022 11:18:10 AMNGRAPHIC SCALE 0 1 INCH =FEET 20 20 20 CU6R-O-W VACATIONFINAL IMPROVEMENTSR-O-W VACATION PERMIT SET (2022-10-05)STORM & UTILITY RELOCATIONCONCEPTUAL 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. CU7.1DETAILSR-O-W VACATION PERMIT SET (2022-10-05)STORM & UTILITY RELOCATIONCONCEPTUAL 8515 Palm River Road(813) 621-7841www.lesc.comTampa, Florida 33619(813) 621-6761 (fax)C.A. # 28014Engineering & Surveying CorporationPROFESSIONAL ENGINEERREVISIONS:DATE :DRAWN BY:CHECKED BY:JOB NO.:2022-03-04TTDWB2200003DAVID W. BELL No. 57966TRIPROP CLEARWATER LLC1001 EAST ATLANTIC AVENUE, SUITE 202DELRAY BEACH, FL 33483CITY OF CLEARWATER, FLORIDAALANIK HOTEL421 SOUTH GULFVIEW BOULEVARD, CLEARWATER, FL 33767ELEVATIONS BASED ONNORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)David W. Bell, State of Florida, Professional Engineer, License No. 57966 This item has been digitally signed and sealed by David W. Bell, PE, on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. CU7.2DETAILSR-O-W VACATION PERMIT SET (2022-10-05)VERTICAL DEFLECTION DETAILS N.T.S. ONE CONTINUOUS LENGTH (20' MIN.) 18" MIN. GRAVITY PIPE (STORM / SANITARY) 45° VERTICAL BEND 45° VERTICAL BEND PRESSURE PIPE (WM / FM / RCWM) RESTRAIN ALL JOINTS BETWEEN BENDS FINISHED GRADE STORM & UTILITY RELOCATIONCONCEPTUAL 10/3/22, 4:23 AM Property Appraiser General Information https://pcpao.org 1/5 Interactive Map of this parcel Sales Query Back to Query Results New Search Tax Collector Home Page Contact Us 07-29-15-52380-000-0720 Compact Property Record Card Tax Estimator Updated October 1, 2022 Email Print Radius Search FEMA/WLM Ownership/Mailing Address Change Mailing Address Site Address (First Building) TRIPROP CLEARWATER LLC 1001 E ATLANTIC AVE DELRAY BEACH FL 33483-6974 400 CORONADO DR CLEARWATER Jump to building: (1) 400 CORONADO DR Property Use: 3912 (Hotels and Motels (50 units or more)) Current Tax District: CLEARWATER (CW)Total Heated SF: 73,827 Total Gross SF: 97,148 Total Units:129 [click here to hide] Legal Description LLOYD-WHITE-SKINNER SUB LOTS 72 THRU 80 & LOTS 121 THRU 129 File for Homestead Exemption 2022 Parcel Use Exemption 2022 2023 Homestead:No No Government:No No Institutional:No No Historic:No No Homestead Use Percentage: 0.00% Non-Homestead Use Percentage: 100.00% Classified Agricultural: No Parcel Information Latest Notice of Proposed Property Taxes (TRIM Notice) Most Recent Recording Sales Comparison Census Tract Evacuation Zone (NOT the same as a FEMA Flood Zone) Flood Zone (NOT the same as your evacuation zone)Plat Book/Page 19183/1772 Sales Query 121030260032 A Current FEMA Maps 13/12 2022 Preliminary Value Information Year Just/Market Value Assessed Value / Non-HX Cap County Taxable Value School Taxable Value Municipal Taxable Value 2022 $20,666,600 $20,666,600 $20,666,600 $20,666,600 $20,666,600 [click here to hide] Value History as Certified (yellow indicates correction on file) Year Homestead Exemption Just/Market Value Assessed Value County Taxable Value School Taxable Value Municipal Taxable Value 2021 No $5,600,000 $5,600,000 $5,600,000 $5,600,000 $5,600,000 2020 No $6,200,000 $5,723,300 $5,723,300 $6,200,000 $5,723,300 2019 No $5,800,000 $5,203,000 $5,203,000 $5,800,000 $5,203,000 2018 No $5,050,000 $4,730,000 $4,730,000 $5,050,000 $4,730,000 2017 No $4,300,000 $4,300,000 $4,300,000 $4,300,000 $4,300,000 2016 No $3,775,000 $3,410,000 $3,410,000 $3,775,000 $3,410,000 2015 No $3,100,000 $3,100,000 $3,100,000 $3,100,000 $3,100,000 2014 No $3,045,500 $3,045,500 $3,045,500 $3,045,500 $3,045,500 2013 No $3,000,000 $3,000,000 $3,000,000 $3,000,000 $3,000,000 2012 No $2,950,000 $2,950,000 $2,950,000 $2,950,000 $2,950,000 2011 No $2,875,000 $2,875,000 $2,875,000 $2,875,000 $2,875,000 2010 No $3,050,000 $3,050,000 $3,050,000 $3,050,000 $3,050,000 2009 No $3,500,000 $3,500,000 $3,500,000 $3,500,000 $3,500,000 2008 No $3,800,000 $3,800,000 $3,800,000 $3,800,000 $3,800,000 2007 No $4,410,000 $4,410,000 $4,410,000 N/A $4,410,000 2006 No $4,600,000 $4,600,000 $4,600,000 N/A $4,600,000 2005 No $4,000,000 $4,000,000 $4,000,000 N/A $4,000,000 2004 No $3,300,000 $3,300,000 $3,300,000 N/A $3,300,000 2003 No $2,165,000 $2,165,000 $2,165,000 N/A $2,165,000 2002 No $2,165,000 $2,165,000 $2,165,000 N/A $2,165,000 2001 No $2,164,700 $2,164,700 $2,164,700 N/A $2,164,700 2000 No $2,026,400 $2,026,400 $2,026,400 N/A $2,026,400 1999 No $1,859,200 $1,859,200 $1,859,200 N/A $1,859,200 1998 No $1,857,600 $1,857,600 $1,857,600 N/A $1,857,600 1997 No $1,879,200 $1,879,200 $1,879,200 N/A $1,879,200 1996 No $1,855,500 $1,855,500 $1,855,500 N/A $1,855,500 2021 Tax Information 2021 Tax Bill Tax District: CW 2021 Final Millage Rate 20.3216 Do not rely on current taxes as an estimate following a change in ownership. A significant change in taxable value may occur after a transfer due to a loss of exemptions, reset of the Save Our Homes or 10% Cap, and/or market conditions. Please use our new Tax Estimator to estimate taxes under new ownership. Ranked Sales (What are Ranked Sales?) See all transactions Sale Date Book/Page Price Q/U V/I 06 May 2016 19183 / 1772 $14,600,000 M I 31 Jan 2011 17171 / 0446 $2,625,000 U I 23 Feb 2004 13388 / 0072 $4,480,000 Q I 1970 03240 / 0652 $1,245 U 10/3/22, 4:23 AM Property Appraiser General Information https://pcpao.org 2/5 2022 Land Information Seawall: No Frontage:View: None Land Use Land Size Unit Value Units Total Adjustments Adjusted Value Method Hotels And Motels (39)600x210 215.00 105328.0000 1.0000 $22,645,520 SF [click here to hide] 2022 Building 1 Structural Elements Back to Top Site Address: 400 CORONADO DR Building Type: Motel / Hotel < 4 Stories Compact Property Record Card Quality: Average Foundation: Special Footing Floor System: Slab On Grade Exterior Wall: Concrete Blk/Stucco Roof Frame: Prestress Concrete Roof Cover: Built Up/Composition Stories: 4 Living units: 28 Floor Finish: Carpet Combination Interior Finish: Dry Wall Fixtures: 93 Year Built: 1965 Effective Age: 28 Cooling: Heat & Cooling Pkg Building 1 Sub Area Information Description Building Heated SF Gross Area SF Base (BAS)10,649 10,649 Utility (UTF)170 170 Utility Unfinished (UTU)210 210 Open Porch (OPF)0 2,386 Total Building Heated SF: 11,029 Total Gross SF: 13,415 [click here to hide] 2022 Building 2 Structural Elements Back to Top Site Address: Building Type: Motel / Hotel < 4 Stories Compact Property Record Card Quality: Average Foundation: Special Footing Floor System: Slab On Grade Exterior Wall: Concrete Blk/Stucco Roof Frame: Prestress Concrete Roof Cover: Built Up/Composition Stories: 5 Living units: 26 Floor Finish: Carpet Combination Interior Finish: Dry Wall Fixtures: 81 Year Built: 1974 Effective Age: 28 Cooling: Heat & Cooling Pkg Building 2 Sub Area Information Description Building Heated SF Gross Area SF Base (BAS)10,746 10,746 Carport (CPF)0 2,324 Canopy(only or loading platform) (CAN)0 432 Office Average (OFA)800 800 Utility (UTF)96 96 Utility Unfinished (UTU)2,927 2,927 Open Porch (OPF)0 4,834 Total Building Heated SF: 14,569 Total Gross SF: 22,159 [click here to hide] 2022 Building 3 Structural Elements Back to Top 10/3/22, 4:23 AM Property Appraiser General Information https://pcpao.org 3/5 Site Address: 411 S GULFVIEW BLVD Building Type: Restaurant / Lounge/Drive-In Rest. Compact Property Record Card Open plot in New Window Quality: Average Foundation: Continuous Footing Floor System: Slab On Grade Exterior Wall: Concrete Blk/Stucco Roof Frame: Bar Joint/Rigid Frame Roof Cover: Built Up/Composition Stories: 1 Living units: 0 Floor Finish: Carpet Combination Interior Finish: Dry Wall Fixtures: 8 Year Built: 1940 Effective Age: 38 Cooling: Heat & Cooling Pkg Building 3 Sub Area Information Description Building Heated SF Gross Area SF Base (BAS)1,454 1,454 Total Building Heated SF: 1,454 Total Gross SF: 1,454 [click here to hide] 2022 Building 4 Structural Elements Back to Top Site Address: 411 S GULFVIEW BLVD Building Type: Recreational/Clubhouses Compact Property Record Card Open plot in New Window Quality: Average Foundation: Continuous Footing Floor System: Slab On Grade Exterior Wall: Siding Average Roof Frame: Flat Roof Cover: Built Up Wood Stories: 1 Living units: 0 Floor Finish: Hard Tile Interior Finish: Paneling Avg Fixtures: 3 Year Built: 1940 Effective Age: 44 Cooling: None Building 4 Sub Area Information Description Building Heated SF Gross Area SF Base (BAS)440 440 Total Building Heated SF: 440 Total Gross SF: 440 [click here to hide] 2022 Building 5 Structural Elements Back to Top Site Address: 400 CORONADO DR Building Type: Motel / Hotel < 4 Stories Compact Property Record Card Quality: Average Foundation: Spread/Mono Footing Floor System: Slab On Grade Exterior Wall: Concrete Blk/Stucco Roof Frame: Prestress Concrete Roof Cover: Built Up/Composition Stories: 4 Living units: 73 Floor Finish: Carpet Combination Interior Finish: Dry Wall Fixtures: 225 Year Built: 1968 10/3/22, 4:23 AM Property Appraiser General Information https://pcpao.org 4/5 Effective Age: 48 Cooling: Heat & Cooling Pkg Building 5 Sub Area Information Description Building Heated SF Gross Area SF Upper Story (USB)27,134 27,134 Open Porch (OPF)0 7,912 Carport (CPF)0 1,020 Base (BAS)10,174 10,174 Total Building Heated SF: 37,308 Total Gross SF: 46,240 [click here to hide] 2022 Building 6 Structural Elements Back to Top Site Address: 400 CORONADO DR Building Type: Retail W/Apts Above Compact Property Record Card Open plot in New Window Quality: Above Average Foundation: Special Footing Floor System: Slab Above Grade Exterior Wall: Concrete Blk/Stucco Roof Frame: Reinforced Concrete Roof Cover: Blt Up Metal/Gypsum Stories: 2 Living units: 2 Floor Finish: Carpet Combination Interior Finish: Panel Gplast D Wall Fixtures: 26 Year Built: 1979 Effective Age: 43 Cooling: Heat & Cooling Pkg Building 6 Sub Area Information Description Building Heated SF Gross Area SF Carport (CPF)0 1,416 Open Porch (OPF)0 2,997 Utility (UTF)212 212 Base (BAS)3,948 3,948 Apartment (APC)4,867 4,867 Total Building Heated SF: 9,027 Total Gross SF: 13,440 [click here to hide] 2022 Extra Features Description Value/Unit Units Total Value as New Depreciated Value Year ASPHALT $3.00 8,900.00 $26,700.00 $26,700.00 0 FENCE $16.00 82.00 $1,312.00 $525.00 1979 GAZEBO $110.00 300.00 $33,000.00 $26,400.00 2014 PATIO/DECK $12.00 500.00 $6,000.00 $2,400.00 1985 POOL $52,000.00 1.00 $52,000.00 $35,360.00 1985 ASPHALT $3.00 17,048.00 $51,144.00 $51,144.00 0 UTIL/RSTRM $168.00 354.00 $59,472.00 $29,141.00 1985 ELEV STOP $7,000.00 4.00 $28,000.00 $11,200.00 1985 ELEV PASS $50,000.00 1.00 $50,000.00 $20,000.00 1985 FIRESPRINK $3.50 37,308.00 $130,578.00 $80,958.00 2000 ASPHALT $3.00 2,700.00 $8,100.00 $8,100.00 0 CONC PAVE $9.00 336.00 $3,024.00 $3,024.00 2015 PATIO/DECK $36.00 750.00 $27,000.00 $19,980.00 2012 ELEV STOP $7,000.00 4.00 $28,000.00 $11,200.00 1975 FENCE $17.00 138.00 $2,346.00 $1,126.00 2001 PATIO/DECK $12.00 500.00 $6,000.00 $2,400.00 1992 POOL $52,000.00 1.00 $52,000.00 $20,800.00 1975 ELEV PASS $50,000.00 1.00 $50,000.00 $20,000.00 1975 ELEV PASS $50,000.00 1.00 $50,000.00 $20,000.00 1975 ELEV STOP $7,000.00 3.00 $21,000.00 $8,400.00 1975 ASPHALT $3.00 7,000.00 $21,000.00 $21,000.00 0 [click here to hide] Permit Data Permit information is received from the County and Cities. This data may be incomplete and may exclude permits that do not result in field reviews (for example for water heater replacement permits). 10/3/22, 4:23 AM Property Appraiser General Information https://pcpao.org 5/5 We are required to list all improvements, which may include unpermitted construction. Any questions regarding permits, or the status of non-permitted improvements, should be directed to the permitting jurisdiction in which the structure is located. Permit Number Description Issue Date Estimated Value BCP2022-060458 ADDITION/REMODEL/RENOVATION 19 Aug 2022 $400,000 BCP2022-050203 MISCELLANEOUS 26 Jul 2022 $900,000 BCP2022-030522 SUBSIDENCE 26 Jul 2022 $4,500,000 ENG2022-05005 MISCELLANEOUS 25 May 2022 $0 BCP2022-020453 DEMOLITION 13 May 2022 $45,000 BCP2022-020451 DEMOLITION 06 May 2022 $45,000 BCP2022-020449 DEMOLITION 06 May 2022 $87,000 BCP2022-020454 DEMOLITION 06 May 2022 $87,000 BCP2022-040950 DEMOLITION 28 Apr 2022 $1,200 BCP2022-040952 DEMOLITION 28 Apr 2022 $1,200 BCP2022-040951 DEMOLITION 28 Apr 2022 $1,200 BCP2022-040949 DEMOLITION 28 Apr 2022 $1,200 BCP2021-090143 CONC PAVE/DRIVEWAY 15 Nov 2021 $65,000 BCP2011-12016 ADDITION/REMODEL/RENOVATION 01 Dec 2011 $10,000 BCP2004-10837 ROOF 17 Nov 2004 $12,000 BCP2001-11414 MISCELLANEOUS 03 Jun 2002 $2,143 BCP2000-12365 FENCE 12 Mar 2001 $2,400 BCP1997-120248 ASPHALT 19 Feb 1998 $7,170 BCP1997-100677 ADDITION/REMODEL/RENOVATION 04 Dec 1997 $8,000 BCP1997-90787 ROOF 12 Nov 1997 $39,000 If you are experiencing issues with this map loading, you may need to clear your web browsing history, then close Interactive Map of this parcel Map Legend Sales Query Back to Query Results New Search Tax Collector Home Page Contact Us + – 1 400 Coronado Avenue Alanik Hotel Request: The applicant requests a third amendment to the existing Hotel Density Agreement which previously allocated 100 hotel density reserve units due to a major modification of the site plan (the addition of real property). While the design of the hotel remains generally the same, the addition of adjacent property of vacated right of way allows for the reorientation of the hotel pool area and the ground floor retail spaces along S. Gulf Blvd. The applicant is not requesting any additional units from the Hotel Density Reserve and acknowledges there are no additional units available. The amendment is required to add additional property to the site. Hotel Density Reserve Criteria (Beach by Design) The site is an appropriate for the allocation of hotel rooms from the Hotel Density Reserve (Reserve) as it was determined upon the initial approval of the HDA on August 20, 2015 (HDA2014-06004) that all such criteria was met. Further, the City reviewed the revised design in its review of the First Amendment to Development Agreement (HDA2015-06001) and subsequent site plan approval pursuant to FLD2015- 09036. The site plan approval was subsequently extended by state and local law and is effective through October 12, 2020. The Second Amendment was approved November 21, 2019 (HDA2014-06004A) and the associated site plan approved (FLD2015-09036A) on June 16, 2020. The Applicant received minor amendment approval on July 19, 2022 and has begun construction according to the current valid Development Order. On August 31, 2022, the Applicant submitted a request to vacate a small portion of S. Gulfview adjacent to its site to redesign the public access improvements. This request amend the Development Agreement to include this vacated Right-of-Way and slightly modify the approved design. The proposed changes do not substantially impact the compliance with Beach by Design and are more particularly described on the exhibit included with this application. The request is in compliance with the standards for development agreements, is consistent with the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by Design. This proposed third amendment will be in effect for a period not to exceed ten years, meets the criteria for the allocation of rooms from the Hotel Density Reserve under Beach by Design and includes the following main provisions: Provides for no change in the number of units (100 units) allocated from the Hotel Density Reserve (previously approved as part of HDA2014-06004/Resolution No. 14-29 as amended by HDA2015-06001, Resolution 15-19 and HDA2014-06004A, Resolution No. 19-23). Revises Legal Description to include the proposed Vacated Right of Way Revises Exhibit B which includes new conceptual site plans, architectural drawings, elevations and perspectives; There are no other changes to the substantive provisions of the Agreement which were found in compliance with the Code and Beach by Design on previous reviews. Specifically: There is a maximum of 100 hotel rooms initially allocated to a resort located on less than 2.5 acres (while the Right-of-Way vacation increases the acreage above this threshold, no additional changes in room count are proposed); The Reserve is not being used to render nonconforming density conforming; Accessory uses are within allowable FAR provisions; There are no proposed attached dwellings; The units are all available through a central reservation system for short term rentals; 2 There are not full kitchens; Maximum building heights are resected; There is a legally enforceable mandatory evacuation covenant required by the original agreement and that requirement is not being modified; Access to units is through an internal corridor; Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; For units allocated from the Hotel Density Reserve, prohibits the conversion of any hotel unit to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodation usage; and Beach by Design Criteria Density: The project will maintain an overnight accommodation density of 96 units per acre based on a 2.5997 acre parcel. This includes 127 base density units (vested from a termination of non-conformity) plus 100 additional units requested from the Hotel Density Reserve via a Development Agreement and the additional units from the previously added property. The total number of units proposed for overnight accommodations is 248. There is no 13th floor proposed on the Property or within the Project. Height & Separation: The maximum base flood elevation on site is (VE) 15 feet; 14 feet plus flood plain requirements depending on structure. The maximum allowable building height is 150 feet above the base flood elevation. The proposed building height is 150 feet above the design flood elevation, to top of roof, and 166 feet to top of roof top mechanical and stair towers screened by a parapet wall that accentuates the curving nature of the building. Additional density is allocated to the development either by transferred development rights, or via the Destination Resort Density Pool pursuant to the CRD designation, or via the Hotel Density Reserve where the subject property is located between South Gulfview Boulevard and the Gulf of Mexico or on the west side of Coronado Drive; An additional 100 units were allocated via the Hotel Density Reserve initially when the Property was less than 2.5 acres. The subsequent amendments to the Agreement reduce the effective density without impacting the initial grant of density compliant with the Code. The proposed vacation of the right of way is specifically contemplated in Beach by Design to allow for coordinated design with Beach Walk as compared to the existing, stub roadway. Separation: portions of any structures which exceed one hundred feet (100) ' are spaced at least one hundred feet (100') apart (with no more than two (2) structures which exceed one hundred feet (100) ' within five hundred feet (500)'; or four (4) structures which exceed one hundred feet (100) ' within eight hundred feet (800) ' so long as the elevations of all structures which exceed one hundred feet (100) ' when such structures are viewed from the east do not occupy a total of forty percent (40%) of a north south vertical plane which is parallel to the alignment of Coronado and North Mandalay of the building envelope above one hundred feet (100)'; and DESIGN RESPONSE: The proposed structure falls within the above guideline in that no two structure over 100’ tall fall within 500 feet of each other. Sheet A-0.22 shows the project site and building footprint. The tower portion falls greater than 100 feet from a proposed project to the East side of Coronado and only the Opal Sands falls within the 800’ separation limit. Additionally, the proposed structure, above 100’, is aligned 3 parallel to Coronado only to about 1/2 of its curved dimension north to south, bending into an “L” shaped structure towards S. Gulfview Boulevard. Floor plate: the floorplate of any portion of a building that exceeds forty five feet (45) ' in height is limited as follows: a) between forty five feet (45) ' and one hundred feet (100)', the floorplate will be no greater than 25,000 square feet except for parking structures open to the public; and b) between one hundred feet (100') and one hundred fifty feet (150'), the floorplate will be no greater than 10,000 square feet; and c) deviations to the above floorplate requirements may be approved provided the mass and scale of the design creates a tiered effect and complies with the maximum building envelop allowance above 45’ as described in section C. 1.4 below: a.Between 45 feet in height and 100’ there is no part of the floorplate that exceeds 25,000 square feet b.The floorplate above 100 feet is 18,245 SF. This exceeds the 10,000 square foot guideline however, c.The mass and scale of the design creates a stepped and tiered effect and the maximum building envelope above 45 feet is 26% volumetrically; significantly below the 75% allowance for buildings with units allocated from the Hotel Pool. C. Design, Scale and Mass of Building: Buildings with a footprint of greater than 5000 square feet or a single dimension of greater than one hundred (100) feet will be constructed so that no more than two (2) of the three (3) building dimensions in the vertical or horizontal planes are equal in length. For this purpose, equal in length means that the two lengths vary by less than forty (40%) of the shorter of the two (2) lengths. The horizontal plan measurements relate to the footprint of the building. DESIGN RESPONSE: Given the massing of the building, the various stepping of volumes, carving of the volume on the first floor, as well as the curved structure of the tower, no two building dimensions are equal in length No plane of a building may continue uninterrupted for greater than one hundred linear feet (100’). For the purpose of this standard, interrupted means an offset of greater than five feet (5’). DESIGN RESPONSE: As demonstrated on the design drawings, each of the building facades will provide offsets less than or equal to this requirement with a few exceptions. These few exceptions are either curving planes, planes that are further setback from the property line or balcony lines. For the purpose of this standard, interrupted means an offset of greater than five feet (5’). See design drawings. At least sixty percent (60%) of any elevation will be covered with windows or architectural decoration. For the purpose of this standard, an elevation is that portion of a building that is visible from a particular point outside the parcel proposed for development. DESIGN RESPONSE: As demonstrated in this application, where viewable from adjacent properties and not covered by adjacent buildings, this design proposes large fields of glazing, balconies, accent lines, wall textures and stepped articulation on all facades providing for greater than 60% articulation on each of the facades. 4 No more than sixty percent (60%) of the theoretical maximum building envelope located above forty-five feet (45’) will be occupied by a building. However, in those instances where an overnight accommodations use on less than 2.0 acres that has been allocated additional density via the Hotel Density Reserve, no more than seventy-five percent (75%) of the theoretical maximum building envelope located above forty-five feet (45’) may be occupied by a building unless the property is located between Gulfview Boulevard and the Gulf of Mexico, then no more than 70% may be occupied by a building. DESIGN RESPONSE: As per the provided calculations the overall building mass between 45 feet and 150 feet constitutes 35% volumetrically of the theoretical maximum building envelope, significantly below the 75% allowance for buildings with units allocated from the Hotel Pool. The height and mass of buildings will be correlated to: (1) the dimensional aspects of the parcel of the parcel proposed for development and (2) adjacent public spaces such as streets and parks. DESIGN RESPONSE: The design proposes an “L” shaped tower that bends on a slight curve opening away from S Gulfview and placing a terrace/pool deck fronting the ocean. The parking podium and parking garage varying in height between 15 feet and 70 feet with louvers and textured screening. Along Coronado Drive the building is set back 15 feet and also steps back the requisite additional 15 feet at a height of 25 feet frontage on a curving line. Along S. Gulfview Drive most of the building consists of elevated pool deck. . On the west, Beach Walk, side, a 0 foot setback is proposed with retail at ground level, landscaping and public realm improvements. Buildings may be designed for a vertical or horizontal mix of permitting uses. DESIGN RESPONSE: The building will be designed to provide overnight accommodations with typical accessory uses including conference space, restaurant, and other commercial areas. D. Setbacks & Stepbacks: Rights-of-way. The area between the building and the edge of the pavement as existing and planned should be sufficiently wide to create a pedestrian-friendly environment. The distances from structures to the edge of the right-of-way should be: a) Fifteen feet (15)' along arterials, and b) Twelve feet (12)' along local streets. DESIGN RESPONSE: Proposed setbacks are fifteen feet (15') on 5th Street and 15 foot on Coronado Drive. We are also proposing a 0’-0” setback along the western property line, along South Gulfview and Beach Walk. There is considerable “Public Realm” in this area with Beach Walk and the additional 35’ of open space of the former Gulfview Blvd Right of Way. The frontage is activated with retail spaces, terraces and landscape improvements that are integrated into Beachwalk. Side and Rear Setbacks 5 Except for the setbacks set forth above, no side or rear setback lines are recommended, except as may be required to comply with the City’s Fire Code. DESIGN RESPONSE: Side and Rear Setbacks Side and rear setbacks shall be governed by the provisions of the Tourist District of the Community Development Code unless otherwise prescribed in the applicable Character District provisions contained in Section II., Future Land Use. Coronado Drive Setbacks and Stepbacks. To reduce upper story massing along the street and ensure a human scale street environment, buildings using the hotel density reserve along Coronado Drive shall be constructed in accordance with the following: Buildings constructed with a front setback of fifteen feet (15’) or more shall stepback with a minimum depth of fifteen feet (15’) from the setback line at a height not more than twenty-five feet (25’). DESIGN RESPONSE: The design proposes a 15 foot setback along Coronado Drive and approximately 51.61% of the building steps back the additional 15 feet at not more than 25’ of height. Additional deeper stepback in a curved line is provided at the Porte cochere area. See sheets A-0.04 & A-0.05. Buildings constructed with a front setback greater than or equal to ten feet (10’) and less than fifteen feet (15’) shall stepback at a height not more than twenty feet (20’). The required stepback/ setback ratio is one and one-half feet (1.5’) for every one foot (1’) reduction in setback in addition to the minimum stepback of fifteen feet (15’). DESIGN RESPONSE: N/A Buildings constructed with a front setback of less than ten feet (10’) shall provide a building stepback required stepback/ setback ratio is two and one-half feet (2.5’) for every one foot (1’) reduction in setback in addition to the minimum stepback of fifteen feet (15’). DESIGN RESPONSE: N/A To achieve upper story facade variety and articulation, additional stepbacks may be required. To avoid a monotonous streetscape, a building shall not replicate the stepback configuration of the neighboring buildings including those across rights-of-way. DESIGN RESPONSE: The proposed design does not mimic or mirror the existing buildings. The neighboring building across Coronado Drive has its primary façade and commercial face along Coronado. Required stepbacks shall span a minimum of 75% of the building frontage width. DESIGN RESPONSE: The design provides the required stepback as evidenced on sheets A-0.04 & A-0.05. 6 E. Street-Level Facades. The human scale and aesthetic appeal of street-level facades, and their relationship to the sidewalk, are essential to a pedestrian-friendly environment. Accordingly: 1. at least sixty percent (60%) of the street level facades of buildings used for nonresidential purposes which abut a public street or pedestrian access way, will be transparent. For the purpose of this standard: a) street level facade means that portion of a building facade from ground level to a height of twelve feet (12') DESIGN RESPONSE: This building is in the VE flood zone, so the building infill needs to be of a permeable nature. The facades include significant amount of open decorative elements to screen the garage on 5th, and along S. Gulfview as well as retail spaces along S. Gulfview Blvd. to provide a pedestrian-friendly environment. b) transparent means windows or doors that allow pedestrians to see into: the building, or landscaped or hardscaped courtyard or plazas, where street level facades are set back at least fifteen feet (15') from the edge of the sidewalk and the area between the sidewalk and the facade is a landscaped or hardscaped courtyard DESIGN RESPONSE: The building is stepped back from a minimum of 15 feet; thereby the street level façade is 100% open, per the above definition b ii. c) parking structures should utilize architectural details and design elements such a false recessed windows, arches, planter boxes, metal grillwork, etc. instead of transparent alternatives. When a parking garage abuts a public road or other public place, it will be designed such that the function of the building is not readily apparent except at points of ingress and egress. DESIGN RESPONSE: The vehicles are screened from view of pedestrians along S. Gulfview, 5th street and Coronado Drive with architectural details or with overall landscape design. 2. Window coverings, and other opaque materials may cover no more than 10% of the area of any street- level window in a nonresidential building that fronts on a public right-of way. DESIGN RESPONSE: Not more than 10% of the area of any street-level windows are opaqued, Building entrances should be aesthetically inviting and easily identified. Goods for sale will not be displayed outside of a building, except as a permitted temporary use. This standard does not apply to outdoor food service establishments. DESIGN RESPONSE: The Building entrance, on Coronado is defined with a porte cochere. which is the primary vehicular entrance, and the extreme South of the site shall be defined by signage, landscaping, and other visual cues Awnings and other structures that offer pedestrians cover from the elements are recommended. Awnings help define entryways and provide storefront identity to both pedestrians and drivers. 7 DESIGN RESPONSE: The primary entrance is a combination of covered colonnade and Porte Cochere structure. See design drawings. Parking Areas. To create a well-defined and aesthetically appealing street boundary, all parking areas will be separated from public rights of way by a landscaped decorative wall, fence or other opaque landscape treatment of not less than three feet (3’) and not more than three and one-half feet (31/2’) in height. Surface parking areas that are visible from public streets or other public places will be landscaped such that the parking areas are defined more by their landscaping materials than their paved areas when viewed from adjacent property. The use of shade trees is encouraged in parking lots. However, care should be taken to choose trees that do not drop excessive amounts of leaves, flowers, or seeds on the vehicles below. Entrances to parking areas should be clearly marked in order to avoid confusion and minimize automobile-pedestrian conflicts. Attractive signage and changes to the texture of the road (such as pavers) are recommended. When a parking garage abuts a public road or other public place, it will be designed such that the function of the building is not readily apparent except at points of ingress and egress. DESIGN RESPONSE: Vehicles will be shielded on the east, west and South frontages, through the use of landscaping and decorative elements. Entrances to parking areas will be clearly marked in order to avoid confusion and minimize automobile-pedestrian conflicts. Attractive signage and changes to the texture of the road (such as pavers) will be provided. Signage Signage is an important contributor to the overall character of a place. However, few general rules apply to signage. Generally, signage should be creative, unique, simple, and discrete. Blade signs, banners and sandwich boards should not be discouraged, but signs placed on the sidewalk should not obstruct pedestrian traffic. DESIGN RESPONSE: Signage shall be designed per code and submitted for approval along with the building permit. Sidewalks. Sidewalks along arterials and retail streets should be at least ten feet (10’) in width. All sidewalks along arterials and retail streets will be landscaped with palm trees, spaced to a maximum of thirty-five feet (35') on centers, with “clear grey” of not less than eight feet (8'). Acceptable palm trees include sabal palms (sabal palmetto), medjool palms (phoenix dactylifera ‘medjool’), and canary island date palms (phoenix canariensis). Sidewalks along side streets will be landscaped with palms (clear trunk of not less than eight feet (8')) or shade trees, spaced at maximum intervals of thirty-five feet (35') on centers. Portions of required sidewalks may be improved for nonpedestrian purposes including outdoor dining and landscape material, provided that: Movement of pedestrians along the sidewalk is not obstructed; and non-pedestrian improvements and uses are located on the street side of the sidewalk. Distinctive paving patterns should be used to separate permanent sidewalk café improvements from the pedestrian space on the sidewalk. To enhance pedestrian safety and calm traffic, distinctive paving should also be used to mark crosswalks. DESIGN RESPONSE: Sidewalks are minimally 10’ wide. Landscaping shall be designed per code and shall be submitted for approval at DRC application. 8 Street Furniture and Bicycle Racks. Street furniture, including benches and trash receptacles should be liberally placed along the sidewalks, at intervals no greater than thirty linear feet (30') of sidewalk. Bicycle racks should also be provided, especially near popular destinations, to promote transportation alternatives. Complicated bicycle rack systems should be avoided. The placement of street furniture and bicycle racks should not interrupt pedestrian traffic on the sidewalk. DESIGN RESPONSE: Street Benches and trash receptacles area proposed along Coronado Drive and Beachwalk and shall be designed per code and submitted for approval at building permit. Also bike racks have been added to the ground level plan. Street Lighting. Street lighting should respond to the pedestrian-oriented nature of a tourist destination. In this context, it should balance the functional with the attractive – providing adequate light to vehicular traffic, while simultaneously creating intimate spaces along the sidewalks. Clearwater’s historic lighting is an attractive, single-globe fixture atop a cast-iron pole. DESIGN RESPONSE: Street lighting shall be designed per code and submitted for approval at building permit. Fountains. Attractive focal points to public spaces and add natural elements to urban environments. They should be interesting, engaging and unique. While it is important not to overburden architectural creativity regarding fountains, they should meet at least the following standards in order to be a functional and attractive component of the public space: They should be supplemented with street furniture such as benches and trash receptacles, and, They should have rims that are: (a) Tall enough to limit unsupervised access by small children, and (b) Wide enough to permit seating. Fountains should be encouraged in landscaped and hardscaped courtyards and plazas. DESIGN RESPONSE: There are no fountains planned for the property, at this time. L. Materials and Colors Facades. Finish materials and building colors will reflect Florida or coastal vernacular themes. All awnings should contain at least three (3) distinct colors. Bright colors will be limited to trims and other accents. Glass curtain walls are prohibited. DESIGN RESPONSE: The proposed design complies with the Beach by Design guidelines and proposes a palate of White or gray walls with accents of contrasting colors meeting the “Beach by Design’ guidelines. Sidewalks. Sidewalks will be constructed of: Pavers; Patterned, distressed, or special aggregate concrete; or Other finished treatment that distinguishes the sidewalks from typical suburban concrete sidewalks. Materials should be chosen to minimize the cost and complexity of maintenance. DESIGN RESPONSE: Proposed sidewalks will be designed using several coordinating finished treatments as well as concrete. Street Furniture. Street furniture will be constructed of low-maintenance materials, and will be in a color that is compatible with its surroundings. 9 17536456v2 DESIGN RESPONSE: All street furniture shall comply with this provision. Color Palette. A recommended palette for building colors is presented on the following page. DESIGN RESPONSE: The design incorporates colors from the BbD pallatte. Resolution No. 23-02 RESOLUTION NO. 23-02 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AMENDING A DEVELOPMENT AGREEMENT BETWEEN THE CITY OF CLEARWATER AND TRIPROP CLEARWATER, LLC. (AS ASSIGNED BY ALANIK PROPERTIES; ANCO HOLDINGS, LLC; AND NIKANA HOLDINGS, LLC); PROVIDING AN EFFECTIVE DATE. WHEREAS, the City and Alanik Properties, LLC; Anco Holdings, LLC; and Nikana Holdings, LLC (collectively, the “Original Developer”) were parties to that certain Hotel Density Reserve Development Agreement (the “Agreement”) as originally approved on September 24, 2014, a copy of which is attached as Exhibit “1”; and WHEREAS, the City and the Original Developer amended the Agreement (the ““First Amendment”) on August 20, 2015, a copy of which is attached as Exhibit “2”; and WHEREAS, the Original Developer’s interest in the Agreement, as amended, was assigned to Triprop Clearwater, LLC (the “New Developer”) on May 9, 2016; and WHEREAS, the City and the New Developer further amended the Agreement (the “Second Amendment”) on November 21, 2019, a copy of which is attached as Exhibit “3”; and WHEREAS, the City and the New Developer desire to amend certain terms and provisions of the Agreement, as amended, as more fully set forth in the attached Exhibit “4”; and BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section1. The Third Amendment to the Hotel Density Reserve Development Agreement between the City of Clearwater and Triprop Clearwater, LLC, a copy of which is attached as Exhibit “4,” is hereby approved. Section 2. This resolution shall take effect immediately upon adoption. Section 3. The City Clerk is directed to submit a recorded copy of the Development Agreement to the state land planning agency no later than fourteen (14) days after the Development Agreement is recorded. Resolution No.23-02 2 PASSED AND ADOPTED this _______ day of _____________, 2023. ____________________________ Frank V. Hibbard Mayor Approved as to form: Attest: __________________________ _____________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk UPDATED 12-20-2022; MTP 101 Coronado Drive (Pier 60 Hotel)72 108 108 0.72 150.00 36 5/19/2009 8/6/2009 Constructed Constructed FLD2009- 03013 / DVA2009- 00001 Wells Permit Status is completed. BCP2011-02294; BTR issued: BTR-0030708; 108 units; DBPR# HOT6215786 619 S. Gulfview Boulevard (Shephard's) 42 160 160 2.37 67.51 118 11/17/2009 12/17/2009 Constructed Constructed FLD2008- 12033 / DVA2008- 00002 Wells Allocated rooms reduced from 68 to 42 - minor revision on July 6, 2011; Permit Status is completed. BCP2011-09106/BCP2013-02542; BTR- 9005301: DBPR MOT6203452 655 S. Gulfview Boulevard (Hampton Inn / Quality Inn): (Hampton Inn: 635 Gulfview; Quality Inn: 655 Gulfview)90 181 181 1.44 125.96 71 N/A 4/16/2014 Constructed 2/6/2017 DVA2013- 03001 / HDA2014- 02001 / FLD2013- 03011 / FLD2014- 03007 Nurnberger BCP2014-06256 - issued 12/17/2014 / BCP2014-07307 - issued 02/06/2015; Permit Status is completed. BTR9021241 - QUALITY INN: 91 units; DBPR #MOT6205082; BTR-0038694 - HAMPTON INN & SUITES; DBPR LIC # HOT6215807; Total units: 182 316 Hamden Drive (Hotel B) 79 units allocated; 118 units proposed; 39 units base density; 0.82 acres 300 Hamden Drive (Hotel A) 95 units allocated; 142 units proposed; 47 units base density; 1.10 acres 521 South Gulfview Boulevard (Entrada)30 344 344 3.908 88.02 314 N/A 6/19/2014 Constructed 5/24/2015 HDA2014- 04002 / FLD2013- 11038 / FLD2014- 06019 Parry site plan as related to HDA214-04002 approved as part of FLD2013- 11038. New site plan approval request to accommodated approved units as part of the HDA - FLD2014-06019 - approved; BCP2014-11452 issued 08/07/2015; Permit Status is completed. BTR-0024076 - HOLIDAY INN HOTEL & SUITES: 189 units; BTR-0036443 - EDGE HOTEL: Total units: 362 units 650 Bay Esplanade (DeNunzio Hotel)55 102 102 0.95 107.37 47 6/18/2013 7/19/2013 Constructed 6/23/2017 DVA2013- 02001 / FLS2013- 02006 Nurnberger Per 6.1.3.2 of the DVA - The Developer shall obtain permits and commenced construction on the development within four (4) years from the effective date of this Agreement (approx. 7/19/17). BCP2015-10210 - issued 12/10/2015 and is Completed; BCP2016-01459 - issued 03-29- 2016 and is Completed. BTR-0036580 - FAIRFIELD INN AND SUITES BY MARRIOTT: 102 units 353 Coronado Drive (Parcel B) (345 Coronado also 395 Coronado)96 144 144 0.962 149.69 48 N/A 6/19/2014 3/18/2022 3/18/2022 HDA2013- 08005 / FLD2015- 02005 Parry FLD2015-02005 approved; time extension granted 04-13-2019; Building Permits submitted; BCP2019-040024 listed as "active" as of 08-07-2020; BCP2019-110486 listed as "active" as of 08-07-2020. BCP2020-071064 listed as "active" as of 10-05-2020. Time extension granted 08-20-2021; site plan expiration is 03-18-2022 355 South Gulfview Boulevard (also 385 S Gulfview)59 88 88 0.59 149.15 29 N/A 7/20/2017 7/20/2018 12/7/2020 HDA2017- 04001 / FLD2017- 07012 / APP2017- Parry FLD2017-0712 approved; time extension granted 04-24-2019: site plan expiration is 04-06-2022 BCP2019-040435 submitted 04-12-2019; status: revisions needed as 07-16-2021; BCP2019-080810 submitted 08-27- 2019 list as "active" as of 07-16-2021 HOTEL DENSITY RESERVE PROJECTS - UNDER CONSTRUCTION / CONSTRUCTED NotesPlannerCase NumberFinal Project Expiration Site Plan Approval Needed by City Council ApprovalCDB MeetingRooms per Base DensityUnits / AcreAcreageTotal Rooms Proposed Total Rooms Built Rooms Allocated Wells DVA2009- 00002 / FLD2009- 08026; DVA2009- 00003 / FLD2009- 08027 (see also FLD2019- 11030) BCP2015-01211 issued 11-13-2015; Permit Status is completed. BTR- 0037618 for 140 units (Residence Inn); BTR-0037619 for 115 units (Springhill Suites); see also HDA2020-08003 / FLD2009-08026B and HDA2020-04002 / FLD2009-08027B for additional information; these additional cases numbers were for the reallocation of the five units that weren't built with the first building permit - they were approved for 260 units but only built 255. The additional noted cases brought back in those five units. 260174 6/13/2015Constructed12/17/2009 Address of Receiving Property 11/17/200939135.421.92255 691 S. Gulfview Boulevard (the Views)92 202 202 1.35 149.97 67 N/A 10/16/2013 10/22/2021 10/22/2021 HDA2013- 08001 / FLD2013- 08028 Nurnberger FLD2013-08028 approved; time extension granted 02-09-2018; site plan expiration is 10-22-2021; BCP2020-010379 submitted on 01-15-2020 and is in "active" status; BCP2020-010471 submitted on 01-17-2020 and is in "active" status; BCP2020-110817 submitted on 11-25-2020 and is in "active" status; all as of 07-16-2021. 443 East Shore Drive (Courtyard by Marriott)139 139 110.32 6/19/2012 7/19/2012 5/26/2019 5/26/2019 FLD2012- 03008 / DVA2012- 03001 Jackson FLD2012-03008 approved; time extension granted 04-13-2020: permit expiration is 05-18-2021; BCP2014-08618 issued 08/13/2015; Permit Status is Active. Two TDR applications approved (TDR2018-10002 and 10001) which will transfer five hotel units to the site. The total proposed room count has been updated to include these units. An amendment to the original Development Agreement (listed to the left and given the case file number of HDA2012-03001A) was also submitted as was as an amendment to the approved FLD application (noted to the left and given the case file number of FLD2012-03008A). 443 East Shore Drive (Courtyard by Marriott) 1st amendment 12/18/2019 1/17/2019 1/17/2020 1/17/2020 HDA2012- 03001A / FLD2012- 03008A / TDR2018- 10001 / TDR2018- 10002 Teft Site plan approved; see comments above for permitting and other information. 443 East Shore Drive (Courtyard by Marriott) 2nd amendment TBD TBD TBD TBD DVA2012- 03001B Parry in review status - only realted to the use of eight slips - has nothing to do with intensity of use. Total Rooms Allocated from Reserve 781 Total Rooms Proposed 1,872Total Rooms Built 1,867 Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Planner 325 South Gulfview Boulevard (Parcel A)100 180 1.60 112.50 80 N/A 6/4/2014 12/20/2024 12/20/2024 HDA2013-08004 / FLD2014-12034; HDA2013- 08004A / FLD2014-12034A Parry 405 Coronado Drive (Parcel C)1.32 125.76 66 9/18/2014 7/28/2024 7/28/2024 HDA2013-08006 / FLD2015-05016 Parry 405 Coronado Drive (Parcel C) 1st amendment 1.759 94.37 66 2/3/2022 2/9/2022 1/16/2025 HDA2013-08006A / FLD2015-05016A Parry 401 (421) South Gulfview Boulevard (Alanik)9/18/2014 9/18/2015*9/18/2015*HDA2014-06004 Parry 401 (421) South Gulfview Boulevard (Alanik) 1st Amendment 8/20/2015 8/16/2021 8/16/2021 HDA2015-06001/FLD2015-09036 Parry 401 (421) South Gulfview Boulevard (Alanik) 2nd Amendment 248 2.416 114.00 107 N/A 11/21/2019 11/21/2020 12/2/2024 HDA2014-06004A/FLD2015-09036A Parry 401 (421) South Gulfview Boulevard (Alanik) 3nd Amendment 248 2.5997 96.00 107 N/A TBD TBD TBD HDA2014-06004B Parry 40 Devon Drive (Sea Captain)10/15/2014 2/8/2021 2/8/2021 HDA2014-07004 / FLD2015-02006 Jackson FLD2015-02006 approved; time extension granted 07-31-2017; site plan expiration is 02-08-2021; BCP2019-120352 is in "revisions needed" status as of 07-16-2021. HDA2014-06004A approved at 11-21-2019 council meeting; FLD2015-09036A approved 06-16-2020; expires June 16, 2022; No BCP submitted as of 07-16-2021; Time extension granted 08-20-2021; site plan expiration is 12-02-2024 FLD2015-05016A approved; time extension granted 211-22-2022; site plan expiration is 01-16-2025. Notes 1.26 HOTEL DENSITY RESERVE PROJECTS - APPROVED 68 114.29144144 100 N/A Amended FLD approved. All prior extensions are void. FLD2015-05016 approved; time extension granted 04-21-2020; site plan expiration is 10-11-2022; BCP not submitted as of 07-16-2021. Time extension granted 08-20-2021; site plan expiration is 07-28-2024 100 N/A FLD2015-09036 approved; time extension granted 10-17-2019; site plan expiration is 06-11-2021; BCP not submitted as of 01-08-2020 * The applicant changed the site plan amending the Dev. Agrmt. resulting in a new site plan approval reqm't and Dev. Agrmt expiration dates. In addition, the FLD was also amended - see below. 66 N/A32148.700.65998 166 98117.002271.953 71 40 Devon Drive (Sea Captain) 1st Amendment 9/19/2019 9/19/2021 4/8/2023 HDA2014-07004A / FLD2015-02006A Parry 630 South Gulfview Boulevard (Captain Bligh)100 159 1.19 133.61 59 N/A 11/20/2014 12/14/2023 12/14/2023 HDA2014-08007 / FLD2015-02004 Parry 715 South Gulfview Boulevard 93 208 2.313 89.93 115 N/A 2/20/2014 21-04-2025 21-04-2025 HDA2013-12008 / FLD2014-11031 Parry 657 Bay Esplanade 10 27 0.35 77.14 17 8/14/2018 9/11/2018 9/11/2019 8/2/2023 HDA2018-04001 / FLD2018-05012 / FLD2016- 05013 Parry 850 Bayway 27 60 0.661 90.77 33 N/A 2/7/2019 2/7/2020 9/21/2022 HDA2018-10002 / FLD2021-04011 / BCP2022- 080686 Parry 405/408/409/411 East Shore Drive 67.26 55.75 N/A 7/18/2019 7/18/2020 7/18/2020 HDA2019-03001 / FLD2020-05012 Parry 405/408/409/411 East Shore Drive 1st Amendment 0.00 N/A 10/1/2020 10/1/2021 10/1/2021 HDA2019-03001A Parry 405/408/409/411 East Shore Drive 2nd Amendment 91 81.61 N/A 12/3/2021 12/3/2022 1/16/2025 HDA2019-03001B / FLD2020- 05012A/TDR2020-07002A/TDR2022-01001 Parry 309 Coronado (Parcel/Hotel A)3 118 0.9795 120.47 48 N/A 11/19/2020 11/19/2021 2/1/2025 HDA2020-08003 / FLD2009-08026B (FLD2009-08026; FLD2009-08026A)Parry 309 Coronado (Parcel/Hotel B)2 142 0.9469 149.96 47 N/A 11/19/2020 11/19/2021 2/1/2025 HDA2020-04002 / FLD2009-08027B (FLD2009-08027; FLD2009-08027A)Parry Total Rooms Allocated from Reserve 604 2,047 Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Planner Total Rooms Pending Allocation Item Count Count Internal Check Status Projects Units Total Rooms in Reserve 1,385 781 TRUE Constructed 7 463 Total Rooms Allocated from Reserve 1,385 604 TRUE In Permit Review 4 318 HOTEL DENSITY RESERVE PROJECTS - PENDING Status 75 1.115 FLD2014-11031 approved; time extension granted 06-24-2022; site plan expiration is 12-04-2025; BCP not submitted as of 12-21-2022 Total rooms allocated is 95 which includes 93 units previously allocated and subsequently built; see DVA2009-00003; FLD2009-08027B approved 12-15-2020; Time extension granted 06-29-2022; site plan expiration is 02-01-2025 FLD2015-02004 approved; time extension granted 08-20-2021; site plan expiration is 12-14-2023; BCP not submitted as of 12-21-2022 The amendment includes a minor amendment previously approved administratively to the hotel building essentially lowering the overall height and adding a detached dwelling on the portion of the site within the LMDR District. The amendment itself added an SFR on the portion of the site within the LMDR district. Permit extension issued 04-05-2021; expiration is 02-20-2022. Time extension issued on 08-20-2021; Ezpiration is 04-08- 2023 This amendment was to request a one year extension to obtaining site plan approval; no changes proposed or approved Time extension granted 11-22-2022; site plan expiration is 01-16-2025 55.75 8 Room Count Project Count Allocated but Unbuilt Constructed or Under Construction Total rooms allocated is 79 which includes 76 units previously allocated and subsequently built; see DVA2009-00002; FLD2009-08026B approved 12-15-2020; Time extension granted 06-29-2022; site plan expiration is 02-01-2025 Notes FLD2020-05012 approved November 17, 2020; Expires November 17, 2022. Application was been appealed. The appeal was denied in Circuit Court on 12-09-2020. The petitioner did not move for second tier certiorari (30 days to do) - deadline was 01- 08-2020; FLD2021-04011 approved 09-21-2021. BCP2022-080686 submitted 08-18- 2022; currently in review The original HDA (HDA2016-09001) expired and the 10 units were returned to the Reserve. The same applicant has resubmitted their application at this address and is therefore listed twice in this sheet, once in this line item and once under units returned to the reserve, below. Time extension granted 08-20-2021; site plan expiration is 08-02- 2023. 66 N/A32148.700.65998 Total Rooms Proposed Total Rooms Pending Allocation 0 1,385 TRUE Subtotal (Constructed/In Review)11 781 Total Remaining For Allocation 0 Approved no permit submitted 13 604 Total*24 1,385 Internal Check TRUE TRUE Address of Receiving Property Rooms Allocated Rooms Returned Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Planner 706 Bayway 15 15 0.349 42.98 17 N/A 11/20/2014 11/20/2015 11/20/2015 HDA2014-08006 / FLD2015-06025 Parry 625 South Gulfview Boulevard 69 69 0.69 100.00 64 N/A 12/4/2013 11/20/2015 12/4/2016 HDA2013-08007 Parry 657 Bay Esplanade 10 10 0.35 28.57 17 N/A 3/2/2017 3/9/2018 3/9/2018 HDA2016-09001 Parry 10 Bay Esplanade 35 35 1.16 TBD 58 N/A TBD TBD TBD HDA2017-12002 Parry 300 Hamden Drive (Hotel A) and 316 Hamden Drive (Hotel B)174 5 1.10 4.55 47 11/17/2009 12/17/2009 Constructed 6/13/2015 DVA2009-00003 / FLD2009-08027 and DVA2009-00002 / FLD2009-08026 and FLD2019-11030 Wells Total Rooms Returned 134 HOTEL DENSITY RESERVE UNITS RETURNED TO THE RESERVE Total* Notes BCP2015-01211 issued 11/13/2015; Permit Status is completed. Please see line seven and eight, above for specifics of Hotel A and Hotel B. These two hotels were developed originally as two separate, albeit physically connected, buildings on two separate properties. Subsequent to construction the two properties were joined together through a Unity of Title without City approval. Case FLD2019-11030, currently in review, seeks to rectify this as well as other issues. The two hotels were allocated a total of 174 units from the Reserve and a total of 260 units were proposed. A total of 255 units were actually built. Each respective DVA includes a provision (Section 6.1.5) that provides that any unbuilt units be returned to the Reserve. withdrawn by applicant via email - 10-01-2018 (technically these units were never allocated but are listed here since a case number was created) FLD/FLS application not submitted as of 03-23-2018; does not count towards rooms allocated. Agreement terminated; removed from top two tables; does not count towards rooms allocated. FLD2015-06025 approved on 09-15-15; BCP2016-03372 - submitted 03-15-2016 / BCP2015-12534 - submitted 12/29/2015; both permits in void status. Current permit BCP2017-04049 references FLD2016-12039 which is for Resort Attached Dwellings. HDA Termination pending - scheduled for Council July 20 and August 3, 2017; removed from top two tables; does not count towards rooms allocated. * Assumes that the 300 Hamden/316 Hamden come 309 Coronado project is two projects * There were five units which were allocated from the Reserve, returned to the Reserve and then reallocated from the Reserve to the same project 300 Hamden (Hotel A) and 316 Hamden (Hotel B) and later addressed as 309 Coronado. In order to not erroneously double count these units the original allocation (five units) is not included. In addition, a permit related to the construction of those five units has not yet been submitted so those five units are included in the "Allocated but Unbuilt" figure. Updated Exhibits C &D to HDA2014-06004,Resolution 14-29 as of January 17,2023 (includes proposed Vacated Right of Way) AMENDED AND RESTATED COVENANT REGARDING HURRICANE EVACUATION And DEVELOPMENT,USE AND OPERATION DECLARATION OF COVENANTS AND RESTRICTIONS THIS DECLARATION OF COVENANTS AND RESTRICTIONS ("Declaration")is made as of the _____day of _________________,2023,by Triprop Clearwater,LLC,a Florida limited liability company ("Developer"). Developer is the owner of fee simple title to the real property described in Schedule 1 attached hereto and made a part hereof (hereinafter,the ("Real Property").The City of Clearwater, Florida (the "City"),has amended its Comprehensive Plan to designate Clearwater Beach as a Community Redevelopment District pursuant to the Pinellas County Planning Council Rules in order to implement the provisions of Beach by Design,a plan for the revitalization of Clearwater Beach. The designation of Clearwater Beach as a Community Redevelopment District (the "Designation")provides for the allocation of Hotel Density Reserve Units as an incentive for the development of mid-size quality hotels.Pursuant to the Designation,the allocation of Hotel Density Reserve Units is subject to compliance with a series of performance standards,including a requirement that resorts containing a hotel developed with Hotel Density Reserve Units shall be closed and all Guests evacuated from such hotels as soon as practicable after the National Hurricane Center posts a hurricane watch that includes Clearwater Beach.The purpose of such evacuation is to ensure that such a hotel is evacuated in advance of the period of time when a hurricane evacuation would be expected in advance of the approach of hurricane force winds. The City has granted,by City Council Resolution 14-29 passed and approved on September 24,2014,and as subsequently amended,Developer's application for Hotel Density Reserve Units pursuant to the Designation,subject to Developer's compliance with the requirements of the Designation.Developer desires for itself,and its successors and assigns,as owner,to establish certain rights,duties,obligations and responsibilities with respect to the use and operation of the Real Property in accordance with the terms and conditions of the allocation of the Hotel Density Reserve Units to the City and the Designation,which rights,duties,obligations and responsibilities shall be binding on any and all successors and assigns and will run with the title to the Real Property. THEREFORE,in consideration of the covenants and restrictions herein set forth and to be observed and performed,and in further consideration of the allocation of Hotel Density Reserve Units to Developer,and other good and valuable consideration,the sufficiency of which is hereby acknowledged,Developer hereby declares,covenants and agrees as follows: 1.Benefit and Enforcement.These covenants and restrictions are made for the benefit of Developer and its successors and assigns and shall be enforceable by them and also for the benefit of the residents of the City and shall be enforceable on behalf of said residents by the City Council of the City. 2.Covenant of Development,Use and Operation.Developer hereby covenants and agrees to the development,use and operation of the Real Property in accordance with the provisions of this Declaration. 2.1 Use.The use of the resort on the Real Property is restricted as follows: 2.1.1 One hundred (100)units,which is the number of hotel units allocated to Developer from the Hotel Density Reserve,shall be used solely for transient occupancy of one month or thirty (31)consecutive days,whichever is less,must be licensed as a public lodging establishment and classified as a hotel,and must be operated by a single licensed operator of the hotel. All other units shall be licensed as a public lodging establishment. No unit shall be used as a primary or permanent residence. Access to overnight accommodation units must be provided through a lobby and internal corridor. A reservation system shall be required as an integral part of the hotel use and there shall be a lobby/front desk area that must be operated as a typical lobby/front desk area for a hotel would be operated. All hotel units shall be required to be submitted to a rental program requiring all hotel units to be available for members of the public as overnight hotel guests on a transient basis at all times. No unit shall have a complete kitchen facility as that term is used in the definition of “dwelling unit”in the Code. Developer shall make available for inspection to authorized representatives of the City its books and records pertaining to each Hotel Density Reserve unit upon reasonable notice to confirm compliance with these regulations as allowed by general law. The Developer agrees to comply with the Design Guidelines as set forth in Section VII.of Beach by Design. 2.1.2 As used herein,the terms "transient occupancy,""public lodging establishment,""hotel”,and "operator"shall have the meaning given to such terms in Florida Statutes Chapter 509,Part I. 2.2 Closure of Improvements and Evacuation.The Hotel developed on the Real Property shall be closed as soon as practicable upon the issuance of a hurricane watch by the National Hurricane Center,which hurricane watch includes Clearwater Beach,and all Hotel guests,visitors and employees other than emergency and security personnel required to protect the hotel,shall be evacuated from the Hotel as soon as practicable following the issuance of said hurricane watch.In the event that the National Hurricane Center shall modify the terminology employed to warn of the approach of hurricane force winds,the closure and evacuation provisions of this Declaration shall be governed by the level of warning employed by the National Hurricane Center which precedes the issuance of a forecast of probable landfall in order to ensure that the guests,visitors and employees will be evacuated in advance of the issuance of a forecast of probable landfall. 3 Effective Date.This Declaration shall become effective upon issuance of all building permits required to build the project ("Project")and Developer's commencement of construction of the Project,as evidence by a Notice of Commencement for the Project.This Declaration shall expire and terminate automatically if and when the allocation of Reserve Units to the Developer expires or is terminated. 4 Governing Law.This Declaration shall be construed in accordance with and governed by the laws of the State of Florida. 5 Recording.This Declaration shall be recorded in the chain of title of the Real Property with the Clerk of the Courts of Pinellas County,Florida. 6 Attorneys'Fees.Developer shall reimburse the City for any expenses,including reasonable attorneys'fees,which are incurred by the City in the event that the City determines that it is necessary and appropriate to seek judicial enforcement of this Declaration and the City obtains relief,whether by agreement of the parties or through order of a court of competent jurisdiction. 7 Severability.If any provision,or part thereof,of this Declaration or the application of this Declaration to any person or circumstance will be or is declared to any extent to be invalid or unenforceable,the remainder of this Declaration,or the application of such provision or portion thereof to any person or circumstance,shall not be affected thereby,and each and every other provision of this Declaration shall be valid and enforceable to the fullest extent permitted by law. 8.Amended and Restated. This covenant is amends and restates the covenant recorded in conjunction with the Hotel Density Reserve Development Agreement at OR Book 18541,Page 1887 to reflect the current owner and include all Property subject to this Covenant. [Signatures begin on following page] IN WITNESS WHEREOF,Developer has caused this Declaration to be executed this _____day of ______________,2023. DEVELOPER: TRIPROP CLEARWATER, LLC, a Florida limited liability company. In the Presence of: ______________________________________________________________ Print name: ___________________By: Mark Walsh _____________________________Title: Manager Print name: ____________________ STATE OF FLORIDA COUNTY OF ___________ The foregoing instrument was acknowledged before me bymeans of ☐physical presence or ☐online notarization the ____day of _______________,2022,by Mark Walsh,as manager of Triprop Clearwater,LLC,a Florida limited liability company,for the Company. He is []personally known to me or has [ ]produced as identification. ________________________________ Notary Public Print Name:______________________ My Commission Expires: Signature Page to Hurricane Evacuation Covenant CITY: CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida. By: ________________________________By: ________________________________ Name:Frank V. Hibbard Name:Jennifer Poirrier Mayor Interim City Manager Reviewed and Approved:Attest: _________________________________________________________________________ Name: Matthew J. Mytych, Esq.Name:Rosemarie Call Assistant City Attorney City Clerk (SEAL) Schedule 1 –Legal Description Parcel 3 DESCRIPTION: A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard), shown on THE LLOYD-WHITE-SKINNER SUBDIVISION plat,recorded in Plat Book 13,Pages 12 and 13 of the Public Records of Pinellas County,Florida,being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD-WHITE-SKINNER SUBDIVISION;thence along the Easterly right-of-way line of said South Gulfview Boulevard the following course and curve;S.00°00'00"W, 85.15 feet to the beginning of a curve concave to the East,having a radius of 777.00 feet,thence Southeasterly, 160.28 feet along said curve through a central angle of 11°49’09”(chord bears S.05°50’10”E.,160.00 feet);thence non-tangent to said curve,N.55°08’15”W.,49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East,having a radius of 812.00 feet,thence Northwesterly,131.30 feet along said curve and center line through a central angle of 09°15’52”(chord bears N.04°34’14”W.,131.15 feet);thence N.00°00’00”E.,80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72;thence N.82°58’18”E.,35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres),more or less. AMENDED AND RESTATED COVENANT OF UNIFIED USE THIS AMENDED and RESTATED COVENANT OF UNIFIED USE (the "Covenant")is executed this _____day of _____________,2023,by Triprop Clearwater,LLC,a Florida limited liability company (“Developer"). WITNESSETH: WHEREAS,Developer is the owner of the real property legally described on Schedule "A" attached hereto and incorporated herein by reference (the "Real Property");and WHEREAS,Developer and the City of Clearwater,Florida (the "City")are parties to that certain Hotel Density Reserve Development Agreement dated September 24,2014,as amended (collectively,with all amendments,the "Agreement"),pursuant to which the City has agreed that Developer may develop and construct upon the Real Property a hotel project as described in the Agreement (the "Project");and WHEREAS,this covenant is amends and restates the covenant recorded in conjunction with the Hotel Density Reserve Development Agreement at OR Book 18541,Page 1887 to reflect the current owner and include all Property subject to this Covenant. WHEREAS,Developer intends to develop and operate the Real Property for a unified use, as more particularly described in this Covenant. NOW,THEREFORE,in consideration of the sum of Ten Dollars ($10.00)and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged, Developer does hereby agree that,effective as of the date on which Developer receives all permits required to construct the Project and Developer commences construction thereof,as evidenced by a Notice of Commencement for the Project,the Real Property shall be developed and operated as a limited-service hotel project,as described in the Agreement.The restrictions set forth in the preceding sentence shall expire automatically when and if Developer's allocation of additional hotel units (as defined in the Agreement)expires or is terminated.Nothing in this Agreement shall require Developer to develop the Project or restrict Developer's ability to sell,assign,transfer or otherwise convey its right in and to the Real Property or any portion or portions thereof to unrelated third-parties.Developer agrees that the City shall have the right to enforce the terms and conditions of this Agreement. Notwithstanding the foregoing,all Hotel Units may be operated by a single hotel operator. IN WITNESS WHEREOF,Developer has caused this Covenant to be executed this _____ day of ______________,2023. DEVELOPER: TRIPROP CLEARWATER, LLC, a Florida limited liability company. In the Presence of: ______________________________________________________________ Print name: ___________________By: Mark Walsh _____________________________Title: Manager Print name: ____________________ STATE OF FLORIDA COUNTY OF ___________ The foregoing instrument was acknowledged before me bymeans of ☐physical presence or ☐online notarization the ____day of _______________,2023,by Mark Walsh,as manager of Triprop Clearwater,LLC,a Florida limited liability company,for the Company. He is []personally known to me or has [ ]produced as identification. ________________________________ Notary Public Print Name:______________________ My Commission Expires: Signature Page to Covenant of Unified Use CITY: CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida. By: ________________________________By: ________________________________ Name:Frank V. Hibbard Name: Jennifer Poirrier Mayor Interim City Manager Reviewed and Approved:Attest: _________________________________________________________________________ Name: Matthew J. Mytych, Esq.Name:Rosemarie Call Assistant City Attorney City Clerk (SEAL) Schedule A Parcel 3 DESCRIPTION: A portion of the East 1/2 of the Gulf View Boulevard right-of-way (now known as South Gulfview Boulevard),shown on THE LLOYD-WHITE-SKINNER SUBDIVISION plat,recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County,Florida,being more particularly described as follows: BEGIN at the Northwest corner of Lot 72 of said THE LLOYD-WHITE-SKINNER SUBDIVISION; thence along the Easterly right-of-way line of said South Gulfview Boulevard the following course and curve;S.00°00'00"W,85.15 feet to the beginning of a curve concave to the East,having a radius of 777.00 feet,thence Southeasterly,160.28 feet along said curve through a central angle of 11°49’09” (chord bears S.05°50’10”E.,160.00 feet);thence non-tangent to said curve,N.55°08’15”W.,49.74 feet to the center line of said right-of-way and the beginning of a non-tangent curve concave to the East,having a radius of 812.00 feet,thence Northwesterly,131.30 feet along said curve and center line through a central angle of 09°15’52”(chord bears N.04°34’14”W.,131.15 feet);thence N.00°00’00”E.,80.83 feet along said center line to the Westerly extension of the Northerly boundary line of said Lot 72;thence N.82°58’18”E.,35.26 feet along said extension to the POINT OF BEGINNING. Containing 8,000.5653 Square Feet (0.1837 Acres),more or less. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0016 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve Supplemental Work Order 1 to Hazen and Sawyer, of Tampa, Florida for the Marshall Street and Northeast Water Reclamation Facility Digester Covers Evaluation and Repairs Project (21-0022-UT) in the amount of $111,220.00, increasing the work order from $180,000.00 to $291,220.00, and authorize the appropriate officials to execute same. (consent) SUMMARY: The City utilizes anaerobic digesters at its Northeast (NE) and Marshall Street (MS) Water Reclamation Facilities (WRF’s) that convert organic matter into stabilized biosolids and methane (or biogas). The digesters at MS and NE WRF were releasing small amounts of methane into the atmosphere through suspected leaks in their floating covers. The methane produced by the digester is flammable and when mixed with air, can create explosive conditions. November 2021, the City Manager approved emergency procurement for engineering and construction services to remediate the issues due to the potential threat to the WRF’s and public safety. January 2022, City Council approved (via ratify and confirm) a purchase order to Hazen and Sawyer to design the repairs in the amount of $180,000.00. The agenda item noted plans to hire Rowland, Inc., of Pinellas Park, to construct the repairs; however, Engineering would return to Council later for approval once the construction estimate was complete. September 2022, City Council approved (via ratify and confirm) a purchase order to Rowland, in the amount of $1,909,650.00 to construct the repairs. The digester repair work is now complete, and the city is placing the digester back into operation. This Supplemental Work Order includes assisting the city in seeding the digester, monitoring, reporting, and preparing a final report. The work is anticipated to last up to 4 additional months. The NE digester has been stabilized by installing a flame arrestor and will be repaired separately in a future project. APPROPRIATION CODE AND AMOUNT: 3277327-546900-96664 Funds are available in capital improvement project 327-96664, Water Pollution Control R&R, to fund this contract. Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0022 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Authorize an increase to purchase order to Polydyne, Inc. of Riceboro, GA, for Polymer, in the amount of $200,000.00, increasing the annual not-to-exceed amount from $500,000.00 to $700,000.00 through the term of the contract, and authorize the appropriate officials to execute same. (consent) SUMMARY: On June 2, 2022, Council approved a purchase order to Polydyne, Inc., for polymer in the annual not-to-exceed amount of $500,000.00 in accordance with Clearwater Code of Ordinances Section 2.563(1)(a) Single Source. The polymer is used to thicken biosolids and reduce the amount of water in the final dewatered cake, thereby reducing sludge hauling and disposal costs at the city of Clearwater’s Water Reclamation Facilities. Biosolids must be processed daily at all three facilities to meet permit requirements. Currently the Anaerobic Digester (AD) is offline at the Marshall Street facility. The higher rate of polymer consumption is primarily due to AD construction delays. Without the normal digested solids reduction (around 40%) the volume leaving MS WRF has doubled. An additional $200,000.00 is anticipated to be needed until the end of contract June 30, 2023. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY23 are available in various Public Utilities operating cost centers, cost code 551700 Bulk Chemicals. Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0026 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Authorize a purchase order to Fastenal Company, for citywide Facility MRO (Maintenance, Repair, and Operations) Industrial and Building Supplies with related Equipment, Accessories, Supplies and Vending Services, in an amount not to exceed $919,500.00, for the period of February 3, 2023 through November 8, 2026, with the option for two, one-year renewals at an annual not to exceed amount of $250,000.00, per Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) SUMMARY: This contract will provide a reliable source for industrial supplies and equipment used by Public Utilities, Public Works, Clearwater Gas System, Parks & Recreation, Solid Waste and Marina to repair and maintain their facilities and equipment. The items available include a wide variety of repair and maintenance equipment and supplies including electrical, plumbing, janitorial supplies, electrical hand tools, hardware, safety equipment and supplies, lighting etc. Items will be available to departments by industrial vending machines located at department sites or at Fastenal stores. This contract will allow the City to benefit from pre-negotiated prices and discounts for various items as required. The estimated totals per departments are as follows. Public Utilities: $356,250.15 Clearwater Gas: $121,875.00 Parks: $235,000.00 General Services: $47,000.00 Public Works: $133,124.85 Solid Waste: $11,250.00 Marina: $15,000.00 Total: $919,500.00 Piggyback: Sourcewell Contract #091422-FAS - expires November 8, 2026, with an option for two, one-year renewals. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY23 will come from various Operating cost centers. Funding for future fiscal years will be requested within contract calendar and spending limits. Page 1 City of Clearwater Printed on 1/26/2023 091422-FAS Rev. 3/2022 1 Solicitation Number: RFP #091422 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Fastenal Company, 2001 Theurer Blvd., Winona, MN 55987 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Facility MRO, Industrial, and Building-Related Supplies and Equipment from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to two times, for one additional year per extension, upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 3 returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 4 • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 5 contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 6 • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for two percent (2%) multiplied by the total paid standard sales less taxes, freight, and product returns, and one-half percent (0.5%) DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 7 multiplied by the total paid onsite sales less taxes, freight, and product returns, of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell- assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 8 circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 9 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 10 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 11 • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 12 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 13 insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 14 references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 15 not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 16 person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 17 M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 18 Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Fastenal Company By: __________________________ By: __________________________ Jeremy Schwartz Terry Owen Title: Chief Procurement Officer Title: Sr. Executive Vice President Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 11/28/2022 | 2:49 PM CST 11/30/2022 | 8:49 AM CST 11/30/2022 | 9:52 AM CST RFP 091422 - Facility MRO, Industrial, and Building-Related Supplies and Equipment Vendor Details Company Name:Fastenal Company Does your company conduct business under any other name? If yes, please state: MN Address: 2001 Theurer Blvd Winona, MN 55987 Contact:Zach Wise Email:zwise@fastenal.com Phone:507-313-7206 HST#:41-0948415 Submission Details Created On:Tuesday July 26, 2022 09:17:50 Submitted On:Tuesday September 13, 2022 18:18:03 Submitted By:Zach Wise Email:zwise@fastenal.com Transaction #:8840e17a-12a4-44bb-84f6-8a8f850a55af Submitter's IP Address:205.243.112.222 Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond “N/A” if the question does not apply to you (preferably with an explanation). Line Item Question Response * 1 Proposer Legal Name (one legal entity only):   (In the event of award, will execute the  resulting contract as "Supplier") Fastenal Company * 2 Identify all subsidiary entities of the Proposer  whose equipment, products, or services are  included in the Proposal. Fastenal Canada, Ltd. * 3 Identify all applicable assumed names or DBA  names of the Proposer or Proposer's  subsidiaries in Line 1 or Line 2 above. N/A * 4 Provide your CAGE code or Unique Entity  Identifier (SAM): 0Y3H3 * 5 Proposer Physical Address:2001 Theurer Blvd. Winona, MN 55987 * 6 Proposer website address (or addresses):www.fastenal.com * 7 Proposer's Authorized Representative (name,  title, address, email address & phone) (The  representative must have authority to sign  the “Proposer’s Assurance of Compliance” on  behalf of the Proposer and, in the event of  award, will be expected to execute the  resulting contract): Terry Owen Sr. Executive Vice President 2001 Theurer Blvd. Winona, MN 55987 narfp@fastenal.com (507) 453-8723 * 8 Proposer's primary contact for this proposal  (name, title, address, email address & phone): Zach Wise Government Sales Manager 2001 Theurer Blvd. Winona, MN 55987 zwise@fastenal.com (507) 313-7206 * 9 Proposer's other contacts for this proposal, if  any (name, title, address, email address &  phone): Erik McKenna Director of Sales 10729 47th Ave W Mukilteo, WA 98275 emckenna@fastenal.com (360) 220-5683 Table 2: Company Information and Financial Strength Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 10 Provide a brief history of your company,  including your company’s core values,  business philosophy, and industry longevity  related to the requested equipment, products  or services. The Fastenal story began in 1967 when Bob Kierlin pooled together $30,000 with  four friends and opened the first Fastenal store, a 1,000 sq. ft. shop in his  hometown of Winona, MN. (The original business plan was to dispense nuts and  bolts via custom vending machines, but the technology proved impracticable at the  time. Several decades would pass before Fastenal finally popularized industrial  vending.) After surviving the typical struggles of a startup business, Fastenal  gradually found its niche – by going the extra mile for customers and providing the  kind of service that kept them coming back. Kierlin later drilled this approach down  to four simple words: Growth Through Customer Service. This motto has guided us forward as we’ve grown from a small regional supplier  into one of the world’s most dynamic growth companies – from one store to more  than 2,100 and counting. For Fastenal it is about more than just providing product  to our customers - we believe fulfillment is a small part of a much larger opportunity  to help our customers reduce assets, operate more productively, and unlock time,  cash, and energy to grow their business faster. As our company has grown, we’ve aggressively invested in things that make a  difference for our customers, continuously improving a multifaceted service network  that today includes:  •    DATA ANALYTICS: Use our analytics program to visualize current activities and  trends (at the local and contract levels) as well as future opportunities. Follow the  data to continuous improvement. •    CATEGORY MANAGEMENT: Product and application experts to help you fully  leverage spend while driving your business goals – a focus on total value, not just  lowest price. •    DISTRIBUTION: From the source, to the last mile, to the point of use – our  end-to-end control of product transport is a key element in a reliable and  transparent supply chain.  •    e-BUSINESS SOLUTIONS: Bringing simplicity to purchasing, speed to  fulfillment, and visibility to spend, usage, and inventory.  •    SUBJECT MATTER EXPERTS: Regionally-based experts in areas like safety,  metalworking, and Lean supply – dedicated resources who become a vital part of  your local operations.  •    AUTOMATED SUPPLY: A suite of devices to monitor, track, and control wide- ranging products. With Fastenal, the machine is just part of a total inventory  management solution. •    ONSITE PROGRAMS: Fully-customized onsite servicing locations for larger  sites. Usher in expertise and innovation while offloading inventory and non-core  activities. •    SERVICES: We don’t just sell products. We make, modify, and maintain them  to meet your unique needs – from tool and hoist repairs to custom slings and hose  assemblies. •    SOCIAL RESPONSIBILITY SUPPORT: A portfolio of suppliers, products,  programs, and solutions to support your environmental and supplier diversity  initiatives. * 11 What are your company’s expectations in the  event of an award? Fastenal expects to continue our partnership with Sourcewell. This includes continued  efforts to train our sellers on the benefits of cooperative purchasing and market our  award to Sourcewell members and prospective Sourcewell members. Fastenal  expects to continue to grow this contract aggressively to existing Sourcewell  members and to bring new members to Sourcewell. Fastenal expects support from  Sourcewell to answer questions about the contracting process and market the  benefits of utilizing the Fastenal Sourcewell contract. * 12 Demonstrate your financial strength and  stability with meaningful data. This could  include such items as financial statements,  SEC filings, credit and bond ratings, letters  of credit, and detailed reference letters.  Upload supporting documents (as applicable)  in the document upload section of your  response. A member of the S&P 500 index, Fastenal [NASDAQ: FAST] generated revenues  of $6.0 billion and net earnings of $925 million in 2021. With minimal long-term  debt, robust cash flow and market capitalization, and decades of consistent growth,  we’re able to drive aggressive improvement and scale our service to meet virtually  any need.  Please see the attached Financial Strength and Stability_2021 Annual Report for  additional information. * 13 What is your US market share for the  solutions that you are proposing? To our advantage, the industrial distribution market is very fragmented. Fastenal is  currently #4 on the Industrial Distribution Big 50 list, and we have approximately 3%  of the market share. This means that there is unlimited market potential and growth  opportunity in both the US and Canada. * 14 What is your Canadian market share for the  solutions that you are proposing? To our advantage, the industrial distribution market is very fragmented. Fastenal is  currently #4 on the Industrial Distribution Big 50 list, and we have approximately 3%  of the market share. This means that there is unlimited market potential and growth  opportunity in both the US and Canada. * 15 Has your business ever petitioned for  bankruptcy protection? If so, explain in detail. No. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 16 How is your organization best described: is  it a manufacturer, a distributor/dealer/reseller,  or a service provider?  Answer whichever  question (either a) or b) just below) best  applies to your organization. a)    If your company is best described as  a distributor/dealer/reseller (or similar entity),  provide your written authorization to act as a  distributor/dealer/reseller for the manufacturer  of the products proposed in this RFP. If  applicable, is your dealer network  independent or company owned? b)    If your company is best described as  a manufacturer or service provider, describe  your relationship with your sales and service  force and with your dealer network in  delivering the products and services  proposed in this RFP. Are these individuals  your employees, or the employees of a third  party? Fastenal Company is an authorized distributor for all products which are offered for  sale. Fastenal currently has more than 5,800 corporately approved vendors and  more than 26,000 total vendors company-wide.  Fastenal’s distribution network is company-owned. Fastenal will employ our decades  of experience in maximizing supply chain efficiency to anticipate each Participating  Entity's delivery and stocking needs. Product will be delivered by Fastenal trucks  first thing in the morning, and put away on the floor by Fastenal employees well  before 3rd party logistics carriers are able to arrive. With more than 3,500 in-market  locations, Fastenal support is never far away. Each Participating Entity’s standard  items will be housed in nearby Fastenal branches (or onsite in Fastenal's customer- dedicated 'branch' within the walls of the Participating Entity's site) and managed by  Fastenal employees to minimize delays and decrease total touches. Inventory is  delivered directly to the Participating Entity via Fastenal’s fleet of more than 8,000  vehicles, stocked via the Fastenal Managed Inventory (FMI) solution that best meets  the Member’s needs, and distributed to points of use as needed. * 17 If applicable, provide a detailed explanation  outlining the licenses and certifications that  are both required to be held, and actually  held, by your organization (including third  parties and subcontractors that you use) in  pursuit of the business contemplated by this  RFP. N/A * 18 Provide all “Suspension or Debarment”  information that has applied to your  organization during the past ten years. Fastenal prides itself on conducting business in a highly ethical manner and we  attempt to provide our customers with important information about our organization  and the products and services we offer.  We strive to bring educational  opportunities to our customers in a cost effective manner and make it convenient for  our customers to participate in our sponsored seminars, open houses and  exposition events we conduct throughout the year.   We believe it is important for  our customers to be aware of the cost saving products and services Fastenal offers  and provide these customers an opportunity to interact with our employees and  suppliers to better understand these value added products and services and to take  advantage of the cost savings programs for their organizations. Unfortunately, Fastenal received a Notice of Suspension from the Commonwealth of  Virginia (‘Commonwealth’) in connection with the contract we maintain with the  Commonwealth.  The Notice of Suspension was related to and arises out Fastenal’s  practice of providing travel and lodging accommodations to all customers who  attended a customer training and educational exposition sponsored by Fastenal.   The Commonwealth informed us that two (2) agents of the Commonwealth that  attended the Customer Expo did not have sufficient authorization to attend and the  Commonwealth concluded that Fastenal’s practice of providing travel and lodging to  these agents was inconsistent with certain standards set forth in the  Commonwealth’s Vendor Manual.  As a result, the Commonwealth issued a  suspension of Fastenal’s contract to offer goods and services to Commonwealth  agencies. While Fastenal disagreed with the imposition of a suspension and we  believe the Commonwealth’s actions were unwarranted in our situation, the  Commonwealth has taken this relatively harsh position on this matter.  The suspension took effect on November 1, 2016 and remained in effect until  October 31, 2017.  Fastenal has since been issued a new MRO agreement with  the Commonwealth. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 3: Industry Recognition & Marketplace Success Line Item Question Response * 19 Describe any relevant industry awards or  recognition that your company has received  in the past five years 2021 – One of America’s Safest Companies, EHS Today 2021 - #4, Industrial Distribution Big 50, Industrial Distribution Magazine 2020 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2020 - #7, Top 40 Industrial & Construction Distributors             #4, Top MRO Industrial Distributors             #4, Top Fluid Power Distributors             Top Fastener Distributors             Top Safety Distributor, Modern Distribution Magazine 2020 - #26, Top 50 Companies for Environmental, Social, Governance Values,  Investor’s Business Daily 2019 – One of the 10 Most Innovative Companies, Insight Success 2019 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2018 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2018 – Minnesota Governor’s Safety Award for Performance in multiple facilities 2017 - #472, America’s Top Public Companies, Forbes 2017 - #7, Industrial Distribution Big 50, Industrial Distribution Magazine 2017 - #157, Global 2000: World’s Best Employers, Forbes * 20 What percentage of your sales are to the  governmental sector in the past three years Education and government are tracked together in Fastenal's industry sales  statistics.  2021: 4.6% 2020: 8.1% 2019: 3.7% * 21 What percentage of your sales are to the  education sector in the past three years Education and government are tracked together in Fastenal's industry sales  statistics.  2021: 4.6% 2020: 8.1% 2019: 3.7% * 22 List any state, provincial, or cooperative  purchasing contracts that you hold. What is  the annual sales volume for each of these  contracts over the past three years? As an incumbent Sourcewell, OMNIA – Region 4, OMNIA - UCOP and NASPO  ValuePoint contractor, Fastenal has demonstrated success in the administration,  marketing, and compliance with the terms and conditions of national cooperative  contracts.  Fastenal also holds 47 state-wide MRO contracts and has more than 20 years of  experience implementing many state-wide MRO contracts with cooperative use  features. These statewide contracts span the spectrum of city, county, higher  education and state government agencies and utilize participating addendums. Fastenal does not provide sales volumes as this information is confidential and  proprietary. * 23 List any GSA contracts or Standing Offers  and Supply Arrangements (SOSA) that you  hold. What is the annual sales volume for  each of these contracts over the past three  years? Fastenal does not hold any GSA contracts.  Fastenal currently holds two standing offers with the Government of Canada, one for  safety supplies and one for hand tools. * Table 4: References/Testimonials Line Item 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name *Contact Name *Phone Number * New York City DCAS Harry Tian, Purchase Director-Goods (212) 386-0463 * Palm Beach County Schools Stacey Marshall, Director Suzanne Guthart, Facilities Management Coordinator Sabra Avery, Financial Applications Manager SM: (561) 688-7591 SG: (561) 688-7591 SA: (561) 687-7091 * University of Wisconsin-Madison Brad Bauman, Procurement Manager (608) 262-1327 * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 5: Top Five Government or Education Customers Line Item 25. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type *State / Province *Scope of Work *Size of Transactions *Dollar Volume Past Three Years * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Table 6: Ability to Sell and Deliver Service Describe your company’s capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 26 Sales force.Fastenal's sales force is entirely Fastenal-employed, there are no third parties  involved. We currently employ more than 20,000 employees worldwide, including  12,400 local sales personnel.  Sourcewell participating entities will be serviced by a local Fastenal branch team that  is dedicated to their satisfaction. After an account has been opened by a  participating entity,a local account representative will be assigned.  With our vast sales presence across the United States and Canada, Fastenal’s level  of support and accountability is unparalleled among industrial supply distributors.  Fastenal customers rely on their direct relationship with local personnel who can solve  problems, provide on-site/on-call service, and support their needs. This is what sets  Fastenal apart in the eyes of our customers – knowing that their dedicated  representative will be stopping by to assist with: •    product requisition •    billing/lead time questions •    answering sourcing questions •    providing local insight into supply chain solutions •    demonstrations, promotions, training, product applications, new item introductions •    warranty issues •    recycling programs No matter where a member is located – from a remote rural area to a major  metropolis – they benefit from a local relationship backed by corporate support and  a national distribution network. Additionally, Sourcewell will have the support of Fastenal’s Government Sales  department. Sourcewell will be supported by Fastenal’s 47 Government Sales  Specialists whose focus is strictly State agencies, higher education, and political  subdivisions.  These specialists work directly with agencies and Fastenal branches to: •    support contract best practice, compliance, and training (including customer and  employee training) •    develop custom market baskets and additional discounts within agencies •    support FMI Technology implementation •    respond to disasters •    resolve issues •    perform quarterly business reviews (QBR) and ensure overall customer  satisfaction * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 27 Dealer network or other distribution  methods. At Fastenal, we understand that delivery speed is a function of distance – and that  the shortest supply chain wins. So while others have embraced a centralized direct- ship model (with a ‘built-in’ one-day lead time), we’ve never stopped working to  decentralize, providing faster, better service as we move ever closer to our customers. Fastenal’s branch-based service model enables us to: •    Stock product locally for immediate availability •    Tailor local branch inventory to match our Sourcewell participating entities' needs •    Manage customers’ inventory to lower their total cost of ownership •    Provide industry leading in-person, flexible, value added customer service Our multiple distribution points not only provide service to Sourcewell participating  entities, they also contribute to each of the local communities by paying local taxes,  hiring local employees, experiencing the local business environment, and  understanding the culture and MRO requirements unique to that area. In addition to  our standard branch locations, Fastenal also operates 16 Government branches who  are dedicated solely to servicing the Government and higher education entities in  their area.  Fastenal holds more than $1 billion worth of inventory, immediately available to  Sourcewell participating entities through our local branches. Each Fastenal branch  serves as a local distribution point for a vast range of Facility MRO supplies –  backed by our global distribution and sourcing strength, yet free to tailor its inventory  and service to meet the needs of local customers.  Branches are serviced by the nearest of 18 Fastenal distribution centers throughout  North America, through our company owned fleet of more than 8,600 vehicles.  Below are some of the distribution performance metrics that distinguish Fastenal in  the marketplace: •    80% of all customer transactions are for products stocked in the local branch or  available at a regional distribution center, representing either same-day or 24 to 48  hour fulfillment.  •    If a standard product is not already in stock at your local branch, we can  usually get it there on our own trucks before the next business day begins. 80% of  branch deliveries via Fastenal trucks from our distribution centers arrive before 8 a.m.  on scheduled truck days. •    Fastenal’s branches and distribution centers carry more than a billion dollars in  inventory in order to provide fast delivery for local customers. * 28 Service force.Service will be provided by the same personnel providing sales support on the local  level. The assigned account representatives will service any FMI Technology that may  be implemented, as well as work with Sourcewell participating entities to engage any  additional support that may be required. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 29 Describe the ordering process. If orders  will be handled by distributors, dealers or  others, explain the respective roles of the  Proposer and others. Orders placed by Sourcewell participating entities will be handled by Fastenal  throughout the process. One of our key differentiators in the industrial supply  distribution marketplace is the number of options we offer for order placement. Some  of the various ways Sourcewell participating entities can order from Fastenal include:  •    Local Fastenal Branch: Sourcewell participating entities can order items through  their local branch (via phone, fax, or email). Branch will provide delivery or make the  product available during will-call hours. Additionally, the branch will be available for  emergency service outside of standard business hours.   •    Customer Site Visits: The goal of the site visits performed by Fastenal's local  representatives is to provide superior customer and drive cost savings to each of  Fastenal's customers by providing a local person to help in the ordering process.  •    Customer Service Center: Fastenal’s Customer Service Center includes  dedicated Sourcewell customer service representatives. Fastenal has a toll-free phone  number (877-507-7555) as well as a toll-free fax number (866-664-1246) and email  address: govsales@fastenal.com. •    Product Sourcing: Sourcing of non-core items is service that Fastenal offers to  customers to procure items that are not available within Fastenal’s distribution  system. The local Fastenal branch manages the sourcing, procurement, delivery, and,  if required, the inventory management of the sourced items as part of a Fastenal  vendor managed inventory solution. Fastenal’s sourced items may be a direct line  extension with an existing vendor or the item may be procured same day from local  vendors. Pricing for sourced items is based on current market conditions and  negotiated locally on a per-order basis.   •    Fastenal.com: Sourcewell participating entities who prefer to place their orders  online have the option to place orders through Fastenal’s state-of-the-art website.  Members will be able to log in with their branch account number to view the  Sourcewell online catalog. Fastenal primarily fulfills online orders at the local branch,  maintaining the continuity of the local relationship as well as the order history for  local inventory stocking models and reporting. •    FMI Technology - Inventory Management: Local Fastenal branches can stock  customized dedicated inventory for Sourcewell participating entities and keep just the  right amount flowing to their stocking locations, minimizing waste, downtime, and total  costs. Through these programs, local Fastenal personnel take on the “heavy lifting” of  inventory monitoring, ordering, and replenishment. FAST Solutions are tailored to meet  the needs of each individual site. •    FASTBin: Customers utilize this solution to organize and add efficiency to the  ordering process managed by the participating entity or Fastenal. We organize &  label new or existing bins and collaborate to establish initial min/max levels and  service schedule. Suggested replenishment orders are submitted, reviewed and  approved via Fastenal.com. •    FASTVend: Sourcewell participating entities position these devices at the point  of use allowing more efficient access to inventory all while maintaining security and  ensuring allocation rules are followed. When stock runs low, the machine sends an  automated notification to the servicing branch and the Fastenal representative initiates  the restock process. •    Onsite: Participating entities receive the benefit of a team who essentially serve  as part of the local staff, providing energy and expertise to free up labor resources  and operate more efficiently.  •    E-Commerce Integration: Whether we connect through a B2B connection, a  portal, or our FastConnect punch-out platform your business results are the same:  paperless transactions, lower administration costs, and clear usage and spending  visibility. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 30 Describe in detail the process and  procedure of your customer service  program, if applicable.  Include your  response-time capabilities and  commitments, as well as any incentives  that help your providers meet your stated  service goals or promises. The backbone of our service is a captive logistics network that positions regional  distribution centers at the nexus of carefully planned routes to our customers. The  system is animated by customer demand, pulling product into the region, the local  market, and ultimately the point of use based on usage patterns and production  forecasts.  Reliable: Planned product needs are stocked in our regional DC and delivered via  Fastenal truck to your facility (or offsite Fastenal location) on a regular service  schedule to maintain your target inventory levels – a consistent, proactive flow that  minimizes stock-outs and costly rush orders.  Responsive: Through our ‘Fastenal Express’ program, a wide range of unplanned  needs can be fulfilled the same day (via the local Fastenal public branch) or early  the next morning (via our regional DC).  Efficient: The combination of highly automated fulfillment centers and carefully planned  transportation routes enables us to drive down our distribution costs and economize  freight for our strategic customers. Simply put, nobody moves heavy industrial  materials more efficiently.  Each Fastenal branch will work with the Sourcewell participating entities they serve to  establish min/max levels for commonly used and critical items. These items will be  held in-stock at the Fastenal store and servicing distribution center to ensure it is  available and where it’s needed. The local branch will also work to establish vendor  managed inventory programs that meet the specific needs of each facility, whether it  be a simple bin stock program or a full-service onsite solution.  Fastenal’s lead time for in-stock items does not exceed 24 to 48 hours and for non- stock items does not exceed 10 days from the date of order (delivery times in AK,  HI, PR, GU and Canada may differ). * 31 Describe your ability and willingness to  provide your products and services to  Sourcewell participating entities in the  United States. Fastenal Company is willing and able to provide products and services to Sourcewell  participating entities in all 50 U.S. states, Puerto Rico, and Guam. We currently  operate more than 1,400 branch locations and 1,000+ customer onsite facilities in  the US and are well equipped to continue our support of this contract. * 32 Describe your ability and willingness to  provide your products and services to  Sourcewell participating entities in Canada. Fastenal Company is willing and able to provide products and services to Sourcewell  participating entities in Canada. In 1994 we opened our first branch in Canada, a  number which has since expanded to 170+ branch locations in Alberta, British  Columbia, Manitoba, New Brunswick, Newfoundland, Nova Scotia, Ontario, Prince  Edward Island, Quebec, and Saskatchewan.  The purest expression of our local service philosophy is our Onsite service model,  bringing not only our solutions but also Fastenal personnel and Fastenal-owned  inventory – essentially a dedicated store – within the walls of your facilities. This  service model allows us to provide localized, dedicated service to qualified  Sourcewell participating entities which may not be located in close proximity to one  of our Fastenal branches. * 33 Identify any geographic areas of the United  States or Canada that you will NOT be  fully serving through the proposed contract. Fastenal Company can service all geographic areas of the United States, as well as  Puerto Rico and Guam.  While we do not maintain branch locations in the Northwest Territories or Yukon  Territory in Canada, we are able to provide product via a drop-ship model. * 34 Identify any Sourcewell participating entity  sectors (i.e., government, education, not-for- profit) that you will NOT be fully serving  through the proposed contract. Explain in  detail. For example, does your company  have only a regional presence, or do other  cooperative purchasing contracts limit your  ability to promote another contract? N/A * 35 Define any specific contract requirements  or restrictions that would apply to our  participating entities in Hawaii and Alaska  and in US Territories. Items not in-stock at the local branch or not in-stock at the Primary Distribution  Center for Alaska, Hawaii, Puerto Rico, or Guam may be subject to shipping charges. * Table 7: Marketing Plan Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 36 Describe your marketing strategy for  promoting this contract opportunity.   Upload representative samples of your  marketing materials (if applicable) in  the document upload section of your  response. Fastenal’s marketing team is committed to promoting Fastenal’s products, services,  solutions, and preeminent customer service to all Sourcewell Members. Our team will  execute a strategic marketing plan that will be rolled out in conjunction with the Sourcewell  implementation/ training program.  This plan will focus on promoting both organizations  and will ensure that our sales force and current and potential government customers  understand the power of Fastenal and Sourcewell working together.  We will utilize our  considerable internal resources to achieve success, including our in-house Marketing and  Graphic Design teams, print shop, and vinyl shop. This includes print marketing (linecards,  brochures, etc.), online marketing utilizing our website and email marketing programs, and  attendance at tradeshows/events. Fastenal is dedicated to ensuring eligible Members will  be aware of the value the Agreement can bring to their operations. Our go-to-market strategy is to educate our sales and support personnel, provide tools to  grow our local sales representatives’ business through the Sourcewell Agreement, and  promote the Sourcewell Agreement to our customers at every available opportunity. Fastenal has shown steady performance and growth in market share with our national  cooperatives. Historically our training and implementation plans have been effective in  deploying our vast network of local branches to end users. With our 3,500+ in-market  locations and 12,000+ sales personnel, Fastenal’s level of support and accountability is  unparalleled among industrial supply distributors. Sourcewell Members will have the support  of a variety of sales teams within Fastenal, including local branch personnel and  Government Sales Specialists, dedicated to demonstrating the advantages of the  Sourcewell Agreement to eligible Members.  Fastenal's government sales team will meet with eligible Members to explain the  aggressive discounts, market basket, services, and incentives available through the  Sourcewell Agreement.  Please see the attached “Marketing Plan_Sourcewell All-Inclusive Linecard” which is  currently available and provided to Sourcewell Members. Fastenal will continue to make  this linecard available to our branches and Sourcewell Members (with any revisions that  may be needed per the new agreement). * 37 Describe your use of technology and  digital data (e.g., social media,  metadata usage) to enhance  marketing effectiveness. Fastenal Company leverages a variety of digital platforms to enhance our marketing  effectiveness with additional tools being integrated into our marketing technology stack  regularly. Fastenal is able to tap into an immense pool of behavioral and transactional  data to effectively grow our marketing capabilities and efficiency. Data is collected, in part,  from our proprietary ecommerce platform, third-party resources such as Google Ads and  Google Analytics, marketing automation services, and from social media channels such as  LinkedIn and Facebook. Furthermore, we employ staff to help drive this commitment to  fully utilizing marketing data, including a Digital Marketing Manager, a Sales & Marketing  Research Analyst, and a Marketing Operations position. * 38 In your view, what is Sourcewell’s role  in promoting contracts arising out of  this RFP? How will you integrate a  Sourcewell-awarded contract into your  sales process? Sourcewell’s role in promoting this RFP will be to market to their members that Fastenal  has been awarded the MRO contract. Fastenal will work with Sourcewell to develop  marketing materials such as linecards, e-mail campaigns, and a landing page on  Fastenal.com to promote the features and benefits of the Sourcewell contract. Fastenal will  train our government sellers on this contract and target Sourcewell members to adopt this  contract as their main MRO contract. Fastenal will work with Sourcewell to promote this  contract to new members. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 39 Are your products or services  available through an e-procurement  ordering process? If so, describe your  e-procurement system and how  governmental and educational  customers have used it. https://www.fastenal.com  Fastenal hosts a state-of-the-art transactional website to process online orders. All orders  are processed through your local branch and sales representative providing quick  confirmation and seamless fulfillment on Sourcewell items. Authorized Purchasers can order  catalog items online through multiple time-saving functions.  Superior online ordering  capabilities include: •    Advanced Permissions Settings: Spending limits can be set and managed for an  unlimited number of users, approvers, or account administrators. Control spending by  limiting users to set a budget over a flexible period of time and/or by limiting the size of  individual orders. Any user can be set up to be an order requestor, an order approver, or  an account administrator. •    Product Search: Products can be searched by using product categories, descriptions,  key words, manufactures, manufacturer part numbers, industry part numbers, competitor  part numbers, customer-specific part numbers, green products, and more. All results can  be narrowed down by using attribute refinements. •    Custom Order Templates: Order templates are easy to use and easy to create.  Simply add items to your cart and save the cart for future use. Give an identity to the  Custom Template by choosing a name and applying a description to the Template. Order  Templates are user specific or can be shared among users under one Fastenal.com  account. •    Electronic Quotes (eQuotes): eQuotes are electronic quotes sent to a user from their  Fastenal Sales Representative. This is a method of converting customer product requests,  vendor managed inventory requests, or vending machine transactions into customer orders  without having to enter or re-type data. A notification is sent via email to the user and the  eQuote is sent to the user’s Fastenal.com account. Approve the eQuote and your local  servicing branch will fulfill. •    Fast Order Pad: Quickly add items to shopping cart by entering part number and  quantity. •    File Upload: Import an excel spreadsheet list of part numbers and quantities into the  shopping cart. •    Order  Status: Sourcewell Members can see the status of their orders at any time  during the order process. The local branch can provide tracking information on branch- delivered parts and 3rd party tracking numbers are made available in status updates  where applicable. •    Order History: Ordering entitites can view their history of orders placed online with  Fastenal.com. Order history can be reordered and edited for future use and commonly  ordered items can be saved into order templates for ease of re-ordering. •    FAST 360°: The FAST 360° application on fastenal.com has been engineered to  provide insight into your organization’s relationship with Fastenal. This ability is exclusive  to Fastenal and provides access to information critically important in managing your supply  chain. Search, compare and manage your supply chain with three easy-to-use modules  that are directly incorporated within Fastenal’s eCommerce platform. •    My Business allows you to click into each of your facilities locations and all of the  way down to the individual vending machine or bin stock which is managed by Fastenal  and then pull up the device’s respective planogram to get additional information on a  specific SKU. Other companies will tell you what they have in stock. With FAST 360º,  instantly see what YOU stock in your own facility. •    My Inventory allows you to search your own inventory for each of your associated  account numbers. You can also use the search function to find items based on keyword,  description or part number, and even search by your own part number when they’re  included in our system. •    My Spend is a detailed snapshot of your purchasing habits which provides  awareness of planned and unplanned spend behaviors. Using invoice data, FAST 360º  illustrates how current spend is being allocated. Monitor purchase activity by category and  see which channel that spend is flowing through. Fastenal.com is not just a portal for  placing orders, but a tool for managing the supply chain needs. •    Product Restriction: Products or categories may be restricted from purchase.  Restricted items will be displayed as restricted and the user is not allowed to purchase  the items. •    Technical Information: All products contain technical information in the form of product  attributes, product descriptions, and detailed notes fields. This information can guide the  user by the type of product or the specific application of the product. Many products  contain CAD Drawings and “Product Standards” informational PDF sheets which contain  technical data such as chemical, mechanical, and performance information. Where  applicable, links to (M)SDS sheets are made available in the product detail page of the  corresponding part. Additionally, the “Supply Chain” section shows availability at the local  Fastenal branch. All products visible on fastenal.com can be sourced in various manners. * Table 8: Value-Added Attributes Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 40 Describe any product, equipment,  maintenance, or operator training  programs that you offer to  Sourcewell participating entities.  Include details, such as whether  training is standard or optional,  who provides training, and any  costs that apply. Fastenal will provide customized training programs to meet Sourcewell Members’ needs.  Training sessions would generally be held at the member’s facility, with training conducted  by a local Fastenal employee and/or a Fastenal certified vendor. Because of our local  presence, these trainings can be offered to Members frequently throughout the year. Costs  may vary depending on the size and scope of the training. Fastenal branch representatives and other customer support personnel are kept current on  product and industry trends through ongoing training, yearly reviews of industry standards,  and close interaction with our suppliers.  In addition to customer training, our sales and  support personnel participate in career-long professional education and development to  continually improve their knowledge and service.  The result is a well-trained sales force  that can provide technical expertise to end users within a local environment. Fastenal's Certified Vendor Training Program: This program includes training from certified  vendors in the following areas: •    New products •    Equipment & operation – manufacturer/certified set-up/training •    Safety and OSHA training •    Product application, features and benefits •    Cost savings, lean, and vendor managed inventory (VMI) solutions  Although designed for our employees, Fastenal’s Certified Vendor Training program will be  offered to Sourcewell members as customized training workshops. Many of our product  trainings are focused on safety, but the program also includes vendors outside of the safety  category who provide training on various products and applications.  In order to participate  in the Certified Vendor Training program, the vendor must design training and present to  the Fastenal School of Business (FSB) team, initiating a rigorous certification process that  includes a consensus between the FSB instructors and the vendor on the following:     •    Training requirements •    Hands-on and interactive delivery methods •    Markets targeted for products •    Product applications and uses Safety Training: To support our safety product offering, we’ve positioned trained Safety  Specialists across the United States. Members' Safety Specialist will advise on best-in-class  industry practices. With a wide range of categories and a team of industry experts, we are  committed to providing technical resources in service of Members' safety program. This may  include but is not limited to:  •    Fall Protection General Awareness Training •    Ladder Safety Training •    Hearing Conservation Awareness Training •    Lock-Out/Tag-Out General Awareness Training Energy Efficient Lighting Audits and Training: Fastenal works in conjunction with our lighting  vendors to provide energy efficient lighting audits and training as a value-added service for  customers.  This program includes: •    Lamp/Ballast Standardization Recommendations •    Lighting Energy Audits/Analysis/Presentations •    Energy Saving Initiatives Specific to Lighting/Ballast •    Sustainability Initiatives Specific to Lighting/Ballast & Other Products •    Product Design Recommendation/Implementation of the Latest in LED Technology for  Enhanced Energy and Maintenance Saving Strategies •    Lighting upgrade installation and project management Green and Sustainability Training: Fastenal's Certified Vendor Training includes information  about green and sustainability initiatives offered by our various manufacturer partners.  We  also offer training on our green and sustainability product reporting and ways Sourcewell  Members can work with Fastenal's Sustainability Coordinator to establish goals and manage  spend to achieve their goals.   Annual Customer Show: Fastenal hosts an annual customer show to provide a venue for  customers and manufacturing partners to participate in new product rollouts, cost savings  training, demonstration of solutions, etc. Additionally, Sourcewell members are afforded an  opportunity for government cooperative training provided by National Cooperative  Procurement Partners (NCPP). Most trainings are provided at no cost, however some trainings may have applicable fees  which will be negotiated based upon the scope of the project. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 41 Describe any technological  advances that your proposed  products or services offer. Fastenal offers a simple value proposition: great people, close to your business,  empowered by technology. That includes advanced supply chain, warehouse, and  transportation systems to keep product flowing to your facilities, mobility apps that allow us  to check stock availability, provide quotes, process orders, and update changes to your  inventory anytime, anywhere, and an ever-evolving lineup of automated supply devices,  extending the internet of things to products of all shapes and sizes. With our FMI Technology solutions, Members can track assets like tools, tablets, and  scanners, who's using each item, and when it's overdue for return or use the same  technology as a 24/7 order pickup station. They can also control who has access to  products and capture the dynamics behind every item dispensed - who, what, where, when,  and why. We employ wide-ranging techniques to automate your inventory and we're  exploring new frontiers for the future, including innovations in the areas of van management,  customer-managed inventory, asset tracking, and inventory monitoring. Our high-touch service and automated devices combine to produce unique insight into your  usage, and our reporting solutions help Members turn that insight into impact. A great  example is vending; every time an item is dispensed, the transaction is tagged to an  individual user and other custom metrics such as job number. This information flows to your  reporting dashboard,  where you can apply the data to simplify job costing, identify overuse  issues, and optimize the mix in levels of products in your machines for maximum cost  savings. Our FAST 360 portal gives you a live view of your Fastenal program. Members  can visualize how inventory is organized in their bin stock and vending solutions as if  they're standing in front of the device, search to see if a needed item is available within  their facility and exactly where it's located, and analyze spend by time period, product  category, or individual part to discern trends and opportunities within their operations.  However, as important as technology is, for us it is just one element of a total supply chain  solution. Behind the devices and software are local experts to shoulder the burden of  inventory management, a world-class distribution machine to bring speed and agility to the  supply chain, and a commitment to invest in our customers' success with the fundamentals  of effective customer service. * 42 Describe any “green” initiatives  that relate to your company or to  your products or services, and  include a list of the certifying  agency for each. Fastenal offers a variety of resources specifically geared to help organizations achieve their  sustainability goals. Visitors to Fastenal.com have easy eCommerce access to 76,000-plus  environmentally preferred products. Fastenal offers environmentally preferred solutions across  many product categories. These products reduce negative effects on human health and the  environment compared to competing products. All of the EPPs on Fastenal websites are  identified with the designation “Green” and a leaf symbol to the right and under the  product’s compliance details. This symbol does not indicate third-party certification nor  represent a certification of its own. We want to empower our customers by identifying green  products so they can make eco-conscious decisions for their business needs. The products  in our green offering promote sustainability through resource conservation, end-of-life waste  management, and life cycle analysis. •    Certified Green Products: Fastenal continues to partner with suppliers that bring  solutions. This includes manufacturing, investing in, and offering environmentally preferred or  eco-friendly options in every category we offer. From recycled content to third-party  certifications, Fastenal's supply chain compliance team advocates and governs this offering.  Some of the organizations include: Energy Star, Green Seal, EPA Safer Choice, EcoLogo,  Forest Stewardship Council, Sustainable Forestry Initiative, Carpet & Rug Institute,  GreenGuard Environmental Institute, USDA Biopreferred, EPA Watersense, SCS Certified,  NEMA Premium, UL Environment, and more.  •    Non-Certified Green Products: Although not certified by a third party, these products  offer environmental benefits according to information provided by the manufacturer. We offer  this designation because third-party certifications do not exist globally for all green products  and categories. Non-certified products in our offering are considered environmentally  preferable for various reasons. For example, they may reduce energy consumption, they may  have low or no-VOCs (which affect air quality), they may contain recycled content that meets  or exceeds EPA standards, etc. We support customers with turnkey waste stream solutions through our partnerships with 56  leaders in the material recycling field, including TerraCycle, Veolia, Call2Recycle, and others.  Products for which we have recycling programs available include cardboard, packaging &  shipping materials, safety/PPE, sharps, batteries, lighting, electronics, flashlights, office  supplies, janitorial/sanitization supplies, breakroom supplies, carbide metalworking products,  and medical/dental supplies.  Meanwhile, our industrial services, such as cutter regrinding and tool repair, mitigate waste  stream impacts in a different way – by helping to extend the service life of the product. More broadly, sustainability is an intrinsic feature of our strategic service model. When  organizations partner with Fastenal to avoid over-consumption, obsolete inventory, redundant  purchases, expedited ordering, and overlapping deliveries from multiple vendors, they’re  taking waste out of their business and the environment, with fewer materials consumed and  fewer emissions produced.  These outcomes stem from deep-seated values. For 55 years, Fastenal has prospered  through careful resource consumption, sustainable value creation for stakeholders, and a  core belief in people – foundational concepts that align seamlessly with our ESG vision. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 43 Identify any third-party issued eco- labels, ratings or certifications that  your company has received for  the equipment or products  included in your Proposal related  to energy efficiency or  conservation, life-cycle design  (cradle-to-cradle), or other  green/sustainability factors. Fastenal Company is currently ISO 14001:2015 certified for Environmental Management.  Certified Green Products: Fastenal continues to partner with suppliers that bring solutions.  This includes manufacturing, investing in, and offering environmentally preferred or eco- friendly options in every category we offer. From recycled content to third-party certifications,  Fastenal's supply chain compliance team advocates and governs this offering. Some of the  organizations include: Energy Star, Green Seal, EPA Safer Choice, EcoLogo, Forest  Stewardship Council, Sustainable Forestry Initiative, Carpet & Rug Institute, GreenGuard  Environmental Institute, USDA Biopreferred, EPA Watersense, SCS Certified, NEMA  Premium, UL Environment, and more.  Non-Certified Green Products: Although not certified by a third party, these products offer  environmental benefits according to information provided by the manufacturer. We offer this  designation because third-party certifications do not exist globally for all green products and  categories. Non-certified products in our offering are considered environmentally preferable  for various reasons. For example, they may reduce energy consumption, they may have low  or no-VOCs (which affect air quality), they may contain recycled content that meets or  exceeds EPA standards, etc. * 44 Describe any Women or Minority  Business Entity (WMBE), Small  Business Entity (SBE), or veteran  owned business certifications that  your company or hub partners  have obtained. Upload  documentation of certification (as  applicable) in the document  upload section of your response. Tier 1 Program: Fastenal's Supply Chain Diversity program establishes strategic alliances  with small businesses serving as authorized channels of distribution for Fastenal's products  and services. Fastenal's Reseller Consortium features strategic partners with a wide range  of manufacturing, distribution and service capabilities as well as a full complement of  supplier diversity certifications. The full line of Fastenal's fasteners and industrial supplies are available for purchase from  our authorized resellers.  Some resellers are stocking distributors; others are service  providers with agreements for Fastenal to provide logistics and distribution services in  support of their customers' requirements.  All authorized resellers are the vendor of record,  responsible for contract negotiations, pricing, invoicing, accounts receivable management, e- procurement solutions and customer service. Tier II Program: Our Supplier Diversity team will review qualified suppliers and assist to  match your company's needs to the capabilities by providing the following: •    Potential early involvement in the design and establishment of goals •    Realistic and understandable expectations •    Accurate forecasting of our anticipated needs and timely distribution of pertinent  information •    Detailed Tier II usage reports including the following certifications: •    HUBZone •    Minority-Owned Business •    Woman-Owned Business •    Veteran-Owned Business •    Service Disabled-Veteran Owned Business •    Small Business •    Small Disadvantaged Business Custom Reporting: Your national account support team will review your compliance reporting  needs and benchmark spend accordingly. Reporting can range from basic summary reports  (e.g., visualizing global supplier diversity or green spend by channel) to reports displaying  spend by department/division, product category, or SKU. * 45 What unique attributes does your  company, your products, or your  services offer to Sourcewell  participating entities? What makes  your proposed solutions unique in  your industry as it applies to  Sourcewell participating entities? In an industry that has become increasingly remote and transactional, Fastenal takes a  different approach – investing and engaging on the local level to execute our customers'  goals. Our value proposition centers on a simple concept: Great people, close to your  business. What does this mean for Sourcewell Members?  PROXIMITY: Our local footprint positions us to support Sourcewell Members with a  dedicated service team, tailored in-market inventory, last-mile delivery (via Fastenal trucks),  and custom Fastenal-managed inventory programs. The impact is direct. When we locally  stock your product needs, that’s inventory you don’t have to carry. When we efficiently  manage your MRO supply chain, that’s time and energy you can focus on core activities. ENGAGEMENT: We become attuned to the nuances and needs of your operations – not  only what your teams buy, but how the product is used and the daily challenges faced. PARTNERSHIP: The foundations are mutually-defined goals, a systematic approach to drive  and measure continuous improvement, and a willingness to invest in our customers in ways  that go far beyond contract pricing and efficient transactions. This includes a custom local  or onsite supply chain for Member facilities, along with access to all of the resources that  make Fastenal a leader in strategic supply. * Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 upload section of your response in addition to responding to the questions below. Line Item Question Response * 46 Do your warranties cover all products, parts, and  labor? Fastenal's warranty policy is as follows:  LIMITED WARRANTY, DISCLAIMERS, LIMITATION ON WARRANTIES AND  REMEDIES. Seller warrants that Products delivered to Buyer hereunder shall be free from  any defects in material or workmanship and in conformity with Buyer’s  written specifications for a period of one year after delivery. Buyer shall  inspect Products within a reasonable time (not to exceed 10 days) after  receipt and shall promptly notify Seller of any claimed defect or  nonconformity. Where the nature, quantity or packaging of Products makes  immediate inspection impracticable, neither acceptance nor payment for  Products shall waive the right of inspection or the right to return defective or  nonconforming Products. Upon receipt of written notice by Buyer and as an  exclusive remedy, Seller shall promptly correct or replace, at Seller’s option,  any defective or non-conforming Products and the direct and necessary cost  of such correction or replacement shall be borne by Seller. Correction shall  be made, or replacement products shall be delivered by Seller within the on- time period applicable to the original purchase order, unless prevented by  conditions not subject to Seller’s control. This warranty will not be applicable  in the event of the improper selection, misapplication or misuse of the  Product by Buyer and any liability from such events is disclaimed by Seller. THE FOREGOING WARRANTIES ARE IN PLACE OF ALL OTHER  WARRANTIES, EXPRESS OR IMPLIED AND SELLER EXPRESSLY  DISCLAIMS ANY OTHER WARRANTIES, INCLUDING WARRANTIES OF  MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. EVERY CLAIM UNDER THIS LIMITED WARRANTY SHALL BE DEEMED  WAIVED UNLESS WRITTEN NOTICE IS GIVEN TO SELLER WITHIN SIXTY  (60) DAYS AFTER THE DEFECT TO WHICH EACH CLAIM RELATES IS  DISCOVERED OR SHOULD HAVE BEEN DISCOVERED. * 47 Do your warranties impose usage restrictions or  other limitations that adversely affect coverage? Fastenal's warranty policy is as follows:  LIMITED WARRANTY, DISCLAIMERS, LIMITATION ON WARRANTIES AND  REMEDIES. Seller warrants that Products delivered to Buyer hereunder shall be free from  any defects in material or workmanship and in conformity with Buyer’s  written specifications for a period of one year after delivery. Buyer shall  inspect Products within a reasonable time (not to exceed 10 days) after  receipt and shall promptly notify Seller of any claimed defect or  nonconformity. Where the nature, quantity or packaging of Products makes  immediate inspection impracticable, neither acceptance nor payment for  Products shall waive the right of inspection or the right to return defective or  nonconforming Products. Upon receipt of written notice by Buyer and as an  exclusive remedy, Seller shall promptly correct or replace, at Seller’s option,  any defective or non-conforming Products and the direct and necessary cost  of such correction or replacement shall be borne by Seller. Correction shall  be made, or replacement products shall be delivered by Seller within the on- time period applicable to the original purchase order, unless prevented by  conditions not subject to Seller’s control. This warranty will not be applicable  in the event of the improper selection, misapplication or misuse of the  Product by Buyer and any liability from such events is disclaimed by Seller. THE FOREGOING WARRANTIES ARE IN PLACE OF ALL OTHER  WARRANTIES, EXPRESS OR IMPLIED AND SELLER EXPRESSLY  DISCLAIMS ANY OTHER WARRANTIES, INCLUDING WARRANTIES OF  MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. EVERY CLAIM UNDER THIS LIMITED WARRANTY SHALL BE DEEMED  WAIVED UNLESS WRITTEN NOTICE IS GIVEN TO SELLER WITHIN SIXTY  (60) DAYS AFTER THE DEFECT TO WHICH EACH CLAIM RELATES IS  DISCOVERED OR SHOULD HAVE BEEN DISCOVERED. * 48 Do your warranties cover the expense of  technicians’ travel time and mileage to perform  warranty repairs? N/A * 49 Are there any geographic regions of the United  States or Canada (as applicable) for which you  cannot provide a certified technician to perform  warranty repairs?  How will Sourcewell  participating entities in these regions be provided  service for warranty repair? N/A * 50 Will you cover warranty service for items made by  other manufacturers that are part of your proposal,  or are these warranties issues typically passed on  to the original equipment manufacturer? Fastenal does provide warranty services for some power tools made by  other manufacturers for an additional year on top of the original  manufacturer’s warranty. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 51 What are your proposed exchange and return  programs and policies? Fastenal must approve cancellation of any order prior to shipment. Orders  for Special or Non-standard Products (not in the catalogue) may not be  cancelled or returned. Any returns for shipping errors, damage or loss upon  delivery must be reported within 10 days of the delivery date. Except as  otherwise agreed, Products will not be accepted for return after 30 days  from the date of delivery to the Purchaser. Any cancellation or returns  accepted after 30 days may be subject to a restocking fee and other  charges, for which the Purchaser shall be responsible. All returns should be  made to a Fastenal branch or as otherwise designated by Fastenal, and  must be in resalable condition and accompanied with an Invoice. * 52 Describe any service contract options for the  items included in your proposal. Fastenal is offering our Onsite solutions as a service to Participating  Sourcewell Entities. Our local branches position us within minutes of our  customers' facilities. Our onsite model brings us even closer, in terms of  proximity and partnership. While our branches have to balance general  market needs, an onsite resource has a single focus: operating a world- class supply chain for one facility. Here’s a brief overview at the potential benefits for select Participating Entity  sites: EXPERTISE:  Your onsite teams will do more than fill orders and bins. They  become experts in your operations and the products you need to run them.  They also serve as the point persons for other experts in our business,  pulling in specialists, suppliers, and sales leadership to execute projects and  drive improvement.  LABOR UTILIZATION: The team essentially serves as part of your local staff,  but without being on your payroll. Leverage our energy and expertise to free  up labor resources and operate more efficiently. WORKING CAPITAL: When we move onsite, we sell down your current  inventory and phase in our own. Moving forward, the inventory remains on  our books until it reaches your floor stocking locations – a dollar-for-dollar  improvement in working capital.  CONSOLIDATION: The synergy and efficiency of the onsite model allows us  to manage an even broader range of products used in your business,  expanding opportunities to consolidate, simplify, and leverage.  INNOVATION: We bring a deep history in supply chain management. Just as  importantly, we bring the future. An onsite solution becomes a direct pipeline  to the latest innovations in areas like automated supply, asset tracking, and  data analytics.  SCALABILITY: Our onsite programs range from less than $1M to over $70M  in revenue (for a single site). This speaks to our ability to operate cost- effective solutions for both very large and relatively small facilities. EXPERIENCE: With 1,500+ onsite programs worldwide, nobody offers more  experience in implementing and operating successful programs. We’re ready  to leverage our local talent and infrastructure to quickly craft and activate  custom solutions for your facilities. Please see the attached “Standard Onsite Agreement (US)” and "Standard  Onsite Agreement (Canada)" as attached within the Standard Transaction  Document Samples. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 10: Payment Terms and Financing Options Line Item Question Response * 53 Describe your payment terms and accepted payment  methods. Standard payment terms are Net 30. Fastenal prefers payment via  EFT. Payment can also be accepted via check or cash. P- cards/credit cards are accepted at the time of purchase only. * 54 Describe any leasing or financing options available for use  by educational or governmental entities. N/A * 55 Describe any standard transaction documents that you  propose to use in connection with an awarded contract  (order forms, terms and conditions, service level  agreements, etc.). Upload a sample of each (as  applicable) in the document upload section of your  response. Please see the attached “Sourcewell Participation Form” which will  need to be completed by each entity choosing to opt into the  Sourcewell agreement.  Please see the attached “FAST Solutions Terms – US - GOV”  and “FAST Solutions Terms – CN – GOV” for an example of the  agreement to be utilized for bin stock lease, FASTBin, POD,  FASTScale, FASTScan, locker lease, or vending program.  Please see the attached “Standard Bin Stock Agreement – GOV”  for bin stock programs.  Please see the attached “Standard Onsite Agreement (US)”  and “Standard Onsite Agreement (Canada)” for the agreement to be  utilized for Onsite programs. * 56 Do you accept the P-card procurement and payment  process? If so, is there any additional cost to Sourcewell  participating entities for using this process? P-cards/credit cards are accepted at the time of purchase only, with  no additional cost. * Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Item Question Response * 57 Describe your pricing model (e.g., line-item discounts or  product-category discounts). Provide detailed pricing data  (including standard or list pricing and the Sourcewell  discounted price) on all of the items that you want  Sourcewell to consider as part of your RFP response. If  applicable, provide a SKU for each item in your proposal.  Upload your pricing materials (if applicable) in the  document upload section of your response. Fastenal Company is offering a product category discount from our  wholesale price. Please visit Fastenal’s online catalog at  www.fastenal.com for available products and current wholesale  prices. Please see the attached ”Sourcewell Discount Schedule.”  Fastenal is also offering several “Hot List” options for Participating  Sourcewell Entities, including a Hot List program wherein each  qualifying Member will have the ability to customize a market basket  of up to 500 items. These custom market baskets can be utilized  for high-use items, green items, emergency response, etc.  Additionally, Fastenal has included a Hot List of the items most  commonly utilized by State and Local Government customers.  Please see the attached “Sourcewell Hot List.” Additionally, Fastenal can provide sourcing of non-core items to  procure items that are not available within Fastenal’s distribution  system. Fastenal’s sourced items may be a direct line extension  with an existing vendor or the item may be procured same day  from local vendors. Pricing for sourced items is based on current  market conditions and negotiated locally on a per-order basis. * 58 Quantify the pricing discount represented by the pricing  proposal in this response. For example, if the pricing in  your response represents a percentage discount from  MSRP or list, state the percentage or percentage range. Fastenal’s discounts range from 23 – 57% off of the current  wholesale price at the time of purchase. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 59 Describe any quantity or volume discounts or rebate  programs that you offer. Volume Discount:  Fastenal understands that Participating Entities  may, from time to time, have unique purchasing needs requiring the  purchase of products in a volume not related to ordinary purchase  volume. Fastenal will assist Participating Entities by identifying and  passing on the additional value which may be obtained through  reaching a volume purchase. The volume discounts will be  negotiated between the local Fastenal branch and the Sourcewell  Entity based on market conditions. Rebate:  To help drive participation to the Sourcewell Agreement,  Fastenal has a variety of incentives available to eligible  Participating Entities who reach a minimum spend threshold within a  contract year. Proposed incentives may include: •    Administration Fee •    Sales Growth Incentive •    Fastenal Solutions-Onsite Incentive •    Cumulative Volume Category Discount •    Customized Hot List * 60 Propose a method of facilitating “sourced” products or  related services, which may be referred to as “open  market” items or “nonstandard options”. For example, you  may supply such items “at cost” or “at cost plus a  percentage,” or you may supply a quote for each such  request. Fastenal’s sourcing model is a value-added service that we offer to  customers to source products. The local Fastenal branch manages  the sourcing, procurement, delivery, and, if required, the inventory  management of the sourced product as part of a Fastenal vendor  managed inventory solution.  Pricing for sourced items is based on current market conditions  and is negotiated locally on a per-order basis. * 61 Identify any element of the total cost of acquisition that is  NOT included in the pricing submitted with your response.  This includes all additional charges associated with a  purchase that are not directly identified as freight or  shipping charges. For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training,  or initial inspection. Identify any parties that impose such  costs and their relationship to the Proposer. Fastenal has not identified any total cost of acquisition costs that  are not included in our pricing submission. * 62 If freight, delivery, or shipping is an additional cost to the  Sourcewell participating entity, describe in detail the  complete freight, shipping, and delivery program. Sourced, expanded catalog (catalog items with no published  wholesale price), or non-catalog (items not available in our catalog  but with a published wholesale price) items and orders requiring  special handling or expedited shipment may be subject to shipping  charges. Items requiring additional charges would be communicated  to the Sourcewell Participating Entity prior to acceptance of a  purchase order. Approved charges would be prepaid and billed to  the entity. * 63 Specifically describe freight, shipping, and delivery terms or  programs available for Alaska, Hawaii, Canada, or any  offshore delivery. Items not in-stock at the local branch or not in-stock at the Primary  Distribution Center for Alaska, Hawaii, or Canada may be subject  to shipping charges. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 64 Describe any unique distribution and/or delivery methods or  options offered in your proposal. Fastenal's FMI Technology solutions help you achieve the right  balance of visibility and control for every product within the scope of  the partnership. Our FMI Technology program centers on five core  concepts: SIMPLIFY: Through our FASTStock program, your local Fastenal  teams will execute a consistent service schedule to manually  monitor and replenish your inventory locations. This manual process  is enhanced by technology, including mobility applications that  enable our teams to capture and illuminate data around every part  we manage on your behalf: what it is, where it’s located, and when  we’re servicing it. If you prefer to handle inventory  monitoring/ordering internally, we also offer a self-service scanning  solution (FASTScan). MONITOR: FASTBin devices provide an additional level of visibility  and risk mitigation by enabling your servicing Fastenal teams to  monitor your bin stock inventory remotely and continuously – a good  fit for OEM parts or faster-moving/higher-value MRO items. The  benefits are twofold: a more proactive and seamless supply chain,  along with more productive utilization of your local Fastenal service  teams (i.e., additional labor energy to focus on strategic activities  vs. repetitive tasks).  CONTROL: FASTVend devices can be deployed to control MRO  products of all shapes and sizes. The cloud software makes it easy  to set customized controls (who can access what, and how much)  and to trace items to individual users and cost centers (including  GL codes and/or job numbers if desired). One key result is a sharp  and sustained reduction in consumption, typically 20 to 30%. Similar  to FASTBin, the local Fastenal teams remotely monitor the inventory  in the devices and proactively plan their service to ensure  continuous supply. TRACK: We also offer FASTVend solutions to automate the check- out and return process for assets like tools, scanners, and tablets.  Site managers can track each asset to the most current user and  receive an alert if it’s overdue for return. Alerts and lockdowns can  also be scheduled for routine recharging, calibration, or  maintenance, ensuring that job-ready tools are continuously available  near the point of work. Leverage this technology to reduce tool loss  and improve productivity. ANALYZE: The ultimate goal of an FMI Technology solution is to  take industrial supplies out of the shadows and into a more efficient  and controlled environment. Site managers will gain insight into  product usage and allocation – how fast each item is turning, who’s  using it, and what it’s being used for. Meanwhile, as your supply  chain partner, we will analyze trends in your business and present  opportunities to continuously evolve the program (devices, locations,  product mix, and min-max levels) for maximum impact. Please see the attached “FAST Solutions Terms – US –  GOV,” “FAST Solutions Terms – CN – GOV,” “Standard Bin Stock  Agreement – GOV,” “Standard Onsite Agreement (US),”  and “Standard Onsite Agreement (Canada)” as included in the  Standard Transaction Documents zip file for examples of the  agreements to be utilized for our FMI Technology programs. * Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: *Comments 65 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 13: Audit and Administrative Fee Line Item Question Response * 66 Specifically describe any self-audit process or program that you  plan to employ to verify compliance with your proposed Contract  with Sourcewell. This process includes ensuring that Sourcewell  participating entities obtain the proper pricing, that the Vendor  reports all sales under the Contract each quarter, and that the  Vendor remits the proper administrative fee to Sourcewell. Provide  sufficient detail to support your ability to report quarterly sales to  Sourcewell as described in the Contract template. Fastenal's Contract Management team helps implement  contract terms, conditions, pricing, and time lines for  deliverables such as reporting, rebates, and additional  discounts (if any).  The Sourcewell agreement will be  managed within Fastenal's contract management system, a  proprietary database that manages pricing, FOB terms,  rebates, reporting, and other relevant terms. The Contract Management team will be responsible for  ensuring that the contract is correctly administered. This will  include working with the Fastenal Government team to  document the execution of participating addenda, any unique  terms & conditions, rebates or additional fees, and/or  reporting requirements of the Sourcewell Participating Entity.  The Contract Management System administers the  Sourcewell Agreement (including any participating addendum  unique terms, fees or reporting) to the Fastenal branch  account, driving compliance via the Fastenal branch point of  sale (POS) system. The Contract Management team will also  manage the administration of contract modifications,  extensions, price updates, and other administrative  correspondence. Government Sales Support Once the Sourcewell Agreement is entered into the Contract  Management System, the day-to-day workload of interfacing  with the Government Sales department and Fastenal's branch  sales personnel becomes the primary responsibility of the  Government Sales Support team.  This group serves as a  clearinghouse and liaison team between Contract  Management and Sales. Fastenal's Government Sales  Support team serves as the internal “customer service  center” for our branch sales people, providing relevant  contract information as well as the “linking” of branch  accounts for Sourcewell Members to the Agreement within  the Contract Management System. The Government Sales  Support team is responsible for remitting reporting to  Sourcewell and the Members. This includes sales reports,  usage reports, supplier diversity reporting, sustainable  purchases, etc. * 67 If you are awarded a contract, provide a few examples of internal  metrics that will be tracked to measure whether you are having  success with the contract. Fastenal will track the success of the Sourcewell contract by  sales growth, number of customers using the contract, and  the average dollar in sales per invoice. * 68 Identify a proposed administrative fee that you will pay to  Sourcewell for facilitating, managing, and promoting the Sourcewell  Contract in the event that you are awarded a Contract.  This fee  is typically calculated as a percentage of Vendor’s sales under the  Contract or as a per-unit fee; it is not a line-item addition to the  Member’s cost of goods. (See the RFP and template Contract for  additional details.) Fastenal proposes an administrative fee of one percent (1%)  less taxes, freight, and product returns, with the exception of  onsite customers which will be subject to an administrative  fee of one half of a percent (0.5%) less taxes, freight, and  product returns. Onsite customers must sign a Sourcewell  onsite agreement. Sourcewell will be notified by Fastenal of  these agreements. Onsites require a heavy investment in  labor and technology but offer the lowest TCO for Sourcewell  members. * Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 69 Provide a detailed description of the  equipment, products, and services that you  are offering in your proposal. Available product lines include:  Abrasives; Adhesives, Sealants, and Tape; Cutting Tools and Metalworking;  Electrical; Electronics and Batteries; Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and Cleaning; Lighting; Lubricants,  Coolants, and Fluids; Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and Equipment; Packaging and  Shipping Products; Paint and Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Sealing; Security; Test and  Measurement; Tools and Equipment; Welding.  Services and resources include:  Supply Solutions (FMI Technology; FASTStock; FASTBin; FASTVend; E-Business; E- Procurement; Onsite; FASTCrib; Integrated Supply; Jobsite Inventory Solutions)  Expert Consultants (National Accounts; Engineering Expertise; Construction Solutions;  Government; Lean Solutions; Safety Solutions; Metalworking Support; OEM Support;  Healthcare Resources) Manufacturing Services (Spensall Precision Machining; Cardinal Fastener High- Integrity Bolting; API 20E Bolting; Holo-Krome Cold-Forming; Metals, Alloys &  Material Services) Industrial Services (Weld-to-Length Bandsaw Blades; Hose Fabrication; Hoist Repair  & Certification; Custom Chain Sling Fabrication & Inspection; Custom Packaging;  Lifting & Rigging Inspection; Special Assemblies; Tool & Cutter Grinding; Calibration  & Repair; Tool Repair & Certification; Custom Logo Program) Compliance & Sourcing (Green Resources; Country of Origin Compliance Solutions;  Fastenal Brands; Global Sourcing; Supplier Diversity; Blue Lane Freight) * 70 Within this RFP category there may be  subcategories of solutions. List subcategory  titles that best describe your products and  services. ABRASIVES: Sanding Abrasives Products; Abrasive Brushes; Grinding Abrasives  Products; Burr Products; Diamond Abrasives Products; Abrasive Accessories; Files  & Rasps; Sand Blasters & Accessories; Deburring Products; Sharpeners &  Accessories; Buffing & Polishing Products.  ADHESIVES, SEALANTS, & TAPE: Tape; Adhesives & Glues; Silicones, Caulks, &  Sealants; Threadlocking Chemicals; Adhesives & Sealants Dispensing Tools; Floor &  Surface Care Chemicals; Tape Dispensers; Concrete & Asphalt. CUTTING TOOLS & METALWORKING: Indexable Cutting Tools; Milling Products;  Saw Blades; General Purpose Holemaking; Threading & Tapping; High Performance  Drilling; Toolholding Systems; Tooling Components; Turning & Boring Products;  Cutting Tool Assortments Kits. ELECTRICAL: Industrial Controls; Electrical Wire & Accessories; Plugs, Receptacles  & Connectors; Terminals & Wire Connectors; Conduit & Accessories; Wire  Management; Circuit Protection & Distribution; Power Cords; Electrical Tape; Boxes,  Covers, & Accessories; Robotics & Automation; Strut; Insulated Screwdriver Sets;  Electrical Hand Tool Kits; NEMA Enclosures & Accessories; Insulated Socket Sets;  Insulated Nut Driver Sets; Insulated Spanner Wrench Sets; Insulated Hex Key Sets;  Insulated Hack Saws; Insulated Plier Sets; Insulated Wrench Sets; Insulated Wire  Wrap & Unwrap Tools; Insulated Wire Wrap & Unwrap Tool Bits.  ELECTRONICS AND BATTERIES: Data, Voice & Video Components; Electronic  Hardware; Batteries; Battery Chargers; Holsters & Belt Clips; Head Sets; Radios &  Two-Way Radios; Ear Pieces; Antennas; Speaker Microphones; Radio Retrofit Kits;  Wireless Message Alert Callboxes; Appliances.  FASTENERS: Bolts; Screws; Sockets; Nuts; Washers; Set Screws; Pins; Anchors;  Retaining Rings & Clips; Rods & Studs; Automotive Fasteners; Rivets; Threaded  Inserts & Thread Repair; Fastener Assortment Kits; Nails; Threadlockers; Thread  Sealants & Compounds; Clinch Fasteners; Hardware Fasteners.  FLEET & AUTOMOTIVE: Fleet Electrical Products; Fleet Filters & Accessories;  Automotive Chemicals & Lubricants; DOT Fittings; Dock & Trailer Equipment; DOT  Hose & Tubing; Towing & Accessories; Fleet Batteries & Accessories; Shop  Equipment; Engine Oil & Additives; Automotive Specialty Tools; Fleet & Automotive  Lighting; Truck Boxes & Vehicle Racks; Fluid Transfer Products; Tire & Wheel  Products; Fleet Replacement Parts; Truck & Trailer Hardware; Mechanical  Components; Air Line Products.  HVAC AND REFRIGERATION: Filters; Ventilation Equipment & Supplies; Heating  Equipment; Air Conditioners; HVAC Controls & Thermostats; Air Conditioner  Accessories; HVAC/R Chemicals; Air Treatment; A/C & Refrigeration; Evaporative  Cooler Accessories; Ice Machine Accessories; Valves & Accessories; Hydronic  Heating; Heater Accessories; Evaporative Coolers; Seamers; Ice Machines; Punches;  Crimpers; Notchers; Seam Rollers.  HARDWARE AND BUILDING SUPPLIES: Springs; Hex Cap Screws & Hex Bolts;  Strut Clamps & Hangers; Entry & Exit Door Products; Hardware Supplies; Strut  Channel Accessories; Construction & Building Supplies; Hasps, Hinges, & Latches;  Strut Clamp & Hanger Accessories; Caps & Plugs; Industrial Flooring Products;  Cabinet Hardware; Strut Channel; Braces & Brackets; Magnets.  HYDRAULICS: Hydraulic Fittings; Hydraulic Pumps & Cylinders; Hydraulic Hoses;  Hydraulic Couplers & Accessories; Crimping Machine Accessories; Hydraulic  Accumulators & Accessories; Crimping Machines.  JANITORIAL & CLEANING: Cleaning Chemicals, Detergents, & Deodorizers;  Brooms, Brushes, Dust Pans, & Dusters; Skin Care & Personal Hygiene; Wipers,  Towels, & Rags; Trash Cans & Liners; Restroom Fixtures; Mops & Mopping  Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Equipment; Squeegees & Window Cleaning Equipment; Cleaning Supplies; Vacuums  & Accessories; Cleaning Machines; Restroom Supplies; Buckets, Pails, Lids;  Cleaning Machine Accessories; Foam Sealants; Janitorial Carts & Accessories.  LIGHTING: Lamps; Work Lights & Accessories; Emergency Lighting & Accessories;  Sensors & Accessories; Fixture Accessories; Fixtures; Outdoor Lighting &  Accessories; Ballasts & Accessories.  LUBRICANTS, COOLANTS & FLUIDS: Metalworking Chemicals; Lubricants; Grease  Fittings & Accessories; Oils; Grease; Protective Coatings; Grease Guns &  Accessories; Metalworking Fluid Equipment; Lubrication Equipment.  MACHINERY: Metalworking Machinery; Ironworker Accessories; Machinery  Accessories; Drill Press Accessories; Machining Tables; Lathe Accessories; Grinding  Machine Accessories; Cold Saw Accessories.  MATERIAL HANDLING, LIFTING & RIGGING: Carts & Trucks; Slings & Accessories;  Casters & Wheels; Slot Bars & Accessories; Racks, Shelving, Pallet Racking &  Accessories; Ladders & Work Accessing Equipment; Chain & Accessories;  Levelers, Noise & Vibration Control; Workbenches, Work Tables & Accessories;  Bins; Hoists & Pullers; Storage Containers & Accessories; Cabinets; Cart & Truck  Accessories; Conveyors & Accessories; Lifting Hardware; Wire Rope & Accessories;  Magnets; Lockers & Accessories; Hand Tool Storage; Cranes, Trolleys, &  Accessories; Drums & Drum Handling Equipment; Bollards & Building Protectors;  Tie Downs & Cargo Control; Guard Rails, Hand Rails, & Barriers; Rigging  Hardware; Lifters & Accessories; Winches & Winch Accessories; Lifts, Stackers, &  Accessories; Bin Accessories; Cages & Cage Accessories; Rope & Rope  Accessories; Wall Storage Systems & Accessories; Warehouse Supplies &  Equipment; Cabinet Accessories; Lifting Magnets & Suction Lifters; Hoppers &  Accessories; Industrial Furniture; Pallets & Skids; Mezzanine & Mezzanine  Accessories; Worker Movement; Machine Rollers & Roller Kits; Jacks; Tilters &  Dumpers; Gondolas & Accessories; Slatwall & Accessories. MOTORS: Motor Replacement Parts.  OFFICE & BREAKROOM SUPPLIES: Food Service Supplies; Office Organization;  Office Furniture; Desk Supplies; Paper & Printing; Boards, Easels, & Accessories;  Office Machines & Accessories; Time Cards & Clock Systems; Ice Machine  Replacement Parts; Portable Air Conditioners; Ice Machine Replacement Pumps;  Computer Supplies & Media; Water Dispensers; Ice Machine Replacement Valves;  Ice Machines; Ice Machine Electrical Replacement Parts; Ice Storage Bins; Cash  Handling; Freezers; Ice Machine Cleaners. OUTDOOR PRODUCTS & EQUIPMENT: Garden Hose & Accessories; Landscaping  Hand Tools; Landscaping Power Tools; Pressure Washers; Repellants & Pest  Control; Generators; Salt Spreaders &  Accessories; Pressure Washer Accessories;  Generator Accessories; Sprayers & Accessories; Tents & Accessories; Foam  Sealants; Trimmer Accessories; Snow & Ice Removal; Lawn Mowers & Accessories;  Snow Blowers & Accessories; Chain Saw Accessories; Logging Tools; Power  Equipment; Construction Tools & Equipment.  PACKAGING & SHIPPING PRODUCTS: Corrugated Boxes, Cartons, & Mailers;  Shipping  & Storage Bags; Masking Tape; Shipping Labels & Tags; Packaging  Tape; Strapping Products & Accessories; Bubble, Foam, & Cushioning; Envelopes &  Mailers; Stretch Wrap & Shrink Film; Water Activated Tape; Stretch Wrap Machines  & Accessories; Scales & Accessories; Carry Handles; Desiccants.  PAINT & PAINTING SUPPLIES: Paint & Marking Products; Masking Tape; Paint  Roller Products; Paint Brush Products; Painting Accessories; Paint Booth  Accessories; Paint Additives; Painting Equipment; Paint Pad Products.  PLUMBING: Pipe Fittings; Plumbing Valves & Accessories; Pipe & Tubing; Plumbing  Tools & Equipment; Faucets & Faucet Repair Parts; Toilets, Urinals & Accessories;  Water Filters & Accessories; Fountains, Sinks, & Accessories; Drains &  Accessories; Hose & Hose Products; Showers, Tubs, & Accessories; Pipe Insulation  & Accessories; Pipe Cements & Primers; Pipe Thread Tape; Water Heaters &  Accessories; Pipe Lengths; Pipe Thread Sealants; Plumbing Putty.  PNEUMATICS: Pneumatic Fittings; Tubing & Tubing Accessories; Hose Couplers &  Accessories; Clamps & Collars; Pressure Gauges & Accessories; Hose Reels &  Accessories; Pneumatic Valves & Accessories; Air Preparation; Hose & Hose  Assemblies; Actuators & Cylinders; Blow Guns & Accessories; Air Piping Systems;  Hose Guards; Pneumatic System Components.  POWER TRANSMISSION: Seals & Accessories; Bearings; Chain & Sprockets;  Shims & Shim Stock; Keyed Shafts & Keys; Power Transmission Belts; Bushings;  Cam Followers & Yoke Rollers; Collars, Couplings, & Components; Sheaves &  Pulleys; Pullers, Separators, & Accessories; Bearing Heaters & Accessories; Linear  Motion.  PUMPS: Pump Accessories; Sewage, Submersible & Sump Pumps; Plumbing  Pumps; Plumbing Pump Parts & Accessories; Drum, Barrel, & Pail Pumps; Engine  Driven Pumps; Evaporative Cooler Pumps; Test Pumps; Booster & Pressure Pumps.  RAW MATERIALS: Sheet Stock Material; Bar Stock; Precision Blanks & Raw  Blanks; Tube Stock; Fully Threaded Studs; Threaded Rods; Wire Products; Angle  Products; Ball Stock; Foil Products; Coil Rods.  SAFETY: Facility Identification; Hand & Arm Protection; Matting; High Visibility  Garments; Traffic Control Products; Label Maker & Laminator Accessories; Fall  Protection; Eye Protection; ARC Flash &  FR; Disposable Garments; Head & Face  * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Protection; First Aid & Emergency Products; Welding Safety Clothing; Lockout &  Tagout Products; Work Wear; Foot Protection; Spill Containment; Chemical Resistant  Garments; Rain Wear; Respiratory; Welding Helmets & Eye Protection; Safety  Storage Cabinets & Containers; Powered & Supplied Air System Accessories;  Hearing Protection; Dispensers &  Bags; Confined Space Equipment; Heat Stress  Products; Fleet & Automotive Safety Equipment; Step Ladders; Joint Support; Gas  Detection Accessories; Powered & Supplied Air Systems; Gas Detectors; Intrinsically  Safe Lights; Safety Knives; Storm Water Management; Hydration Products; Fire  Protection; Label Makers & Laminators; Breathing Air Filtration Systems; Static  Control Products; Safety Knife Accessories.  SEALING: O-Rings; Flanges, Gaskets, & Gasket Materials; Cord Stock; Rotary &  Linear Seals; Compression Packing.  SECURITY: Locks & Accessories; Secure Facility; Radio Accessories; Law  Enforcement; Key Center Components; Tactical Gear; Radios; Asset Monitoring;  Warning Alarms.  TEST & MEASUREMENT: Precision Measuring Tools; Meters; HVAC Test  Instruments; Individual Levels; Meter Accessories; Thermometers; Lumber Crayons &  China Markers; Thermal Imagers; Retrieval Tools; Inspection Mirrors; Thermal Imager  Accessories; Chalk Refills; Chalk Reels; Level Sets; Measuring Wheels; Water  Treatment; Plumb Bobs; Railroad Chalk; Laser Pointers.  TOOLS & EQUIPMENT: Hand Tools; Power Tool Accessories; Air Tools &   Accessories; Electrical Tools; Layout & Measuring Tools; Cordless Power Tools;  Flashlights & Accessories; Corded Power Tools; Clamping & Holdings; Fastener  Installation & Repair Tools; Tool Bags & Tool Belts; Repair & Replacement Parts;  Powder & Gas Actuated Systems & Accessories; Compressors; Anchor Installation  Tools; Hydraulic Tools & Accessories; HVAC Tools; Compressor Accessories.  TRAININGS, RESOURCES, & SUSTAINABILITY: Work Literature & Resources;  Recycling Programs; Trainings.  WELDING: Consumables; Welding Rods & Wire; Welding Gloves; Gas Apparatus;  Welding Safety Equipment; Welding Jackets & Capes; Welding Tools & Support  Components; Welding & Cutting Machines; Welding Chemicals; Welding Cable &  Accessories; Solder Tool Accessories; Welding Helmets; Welding PAPR Helmets;  Welding Pants; Soldering; Heat Resistant Sleeves; Welding Goggles & Glasses;  Welding Aprons; Welding Coveralls; Welding Face Shields; Solder Tools; Welding  Glove Protectors; Welding Bibs; Welding Chaps & Spats; Welding Caps. Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered *Comments 71 Facility MRO Yes No In 2021 Fastenal supplied products spanning nearly 1.78  million unique stock-keeping units (SKUs). This includes  115,000+ “standard” part numbers that are well supported  throughout our distribution system, along with a vast  range of semi-standard and customer-specific items. Available product lines include: Abrasives; Adhesives, Sealants, and Tape; Cutting Tools  and Metalworking; Electrical; Electronics and Batteries;  Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and  Cleaning; Lighting; Lubricants, Coolants, and Fluids;  Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and  Equipment; Packaging and Shipping Products; Paint and  Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Security;  Test and Measurement; Tools and Equipment; Welding. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 72 Industrial supplies or building materials Yes No In 2021 Fastenal supplied products spanning nearly 1.78  million unique stock-keeping units (SKUs). This includes  115,000+ “standard” part numbers that are well supported  throughout our distribution system, along with a vast  range of semi-standard and customer-specific items. Available product lines include: Abrasives; Adhesives, Sealants, and Tape; Cutting Tools  and Metalworking; Electrical; Electronics and Batteries;  Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and  Cleaning; Lighting; Lubricants, Coolants, and Fluids;  Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and  Equipment; Packaging and Shipping Products; Paint and  Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Security;  Test and Measurement; Tools and Equipment; Welding. * 73 Electric, mechanical, fluid, or pneumatic power  transmission Yes No A necessity in industrial environments, power  transmission products enable energy in the form of rotary  motion to be transmitted from the source of power  generation to the machinery that depends on it.  Bearings, sprockets, gears, belts, and related items are  essential in the transmission of power. * 74 Electrical service or lighting Yes No Electrical products are concerned with the safe  transmission of electrical energy for use with machines  and appliances. Fastenal's electrical offering includes  wires, cords, boxes, conduits, receptacles, and more  make electrical energy available where needed while  helping to prevent accidents. Lighting products illuminate business, home, and facility  interiors as well as outdoor areas and temporary work  sites. Lamps differ in terms of light output, energy  consumption, and other factors, according to their type.  Fluorescent, incandescent, LED, metal halide, sodium  vapor, and mercury vapor are among the varieties found. * 75 Plumbing or waterworks Yes No Fastenal's plumbing offering includes fittings, valves and  valve accessories, pipe and pipe accessories, hose and  hose products, flanges and gaskets, restroom and  plumbing fixtures, repair and replacement parts, tools,  cleaning equipment and pumps and accessories. 76 Services related to the offering of the solutions  in Lines 71-75 above Yes No Services and resources available through Fastenal  include:  Supply Solutions (FMI Technology; FASTStock; FASTBin;  FASTVend; E-Business; E-Procurement; Onsite;  FASTCrib; Integrated Supply; Jobsite Inventory Solutions)  Expert Consultants (National Accounts; Engineering  Expertise; Construction Solutions; Government; Lean  Solutions; Safety Solutions; Metalworking Support; OEM  Support; Healthcare Resources) Manufacturing Services (Spensall Precision Machining;  Cardinal Fastener High-Integrity Bolting; API 20E Bolting;  Holo-Krome Cold-Forming; Metals, Alloys & Material  Services) Industrial Services (Weld-to-Length Bandsaw Blades;  Hose Fabrication; Hoist Repair & Certification; Custom  Chain Sling Fabrication & Inspection; Custom Packaging;  Lifting & Rigging Inspection; Special Assemblies; Tool &  Cutter Grinding; Calibration & Repair; Tool Repair &  Certification; Custom Logo Program) Compliance & Sourcing (Green Resources; Country of  Origin Compliance Solutions; Fastenal Brands; Global  Sourcing; Supplier Diversity; Blue Lane Freight) Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Pricing - Pricing.zip - Tuesday September 13, 2022 18:03:11 Financial Strength and Stability - Financial Strength and Stability_2021 Annual Report.pdf - Monday September 12, 2022 21:42:30 Marketing Plan/Samples - Marketing Plan_Sourcewell All-Inclusive Linecard.pdf - Tuesday September 13, 2022 18:03:20 WMBE/MBE/SBE or Related Certificates (optional) Warranty Information (optional) Standard Transaction Document Samples - Standard Transaction Document Samples.zip - Tuesday September 13, 2022 18:03:31 Upload Additional Document (optional) Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor’s objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the “Specially Designated Nationals and Blocked Persons” list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf; 2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. By checking this box I acknowledge that I am bound by the terms of the Proposer’s Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Terry Owen, Sr. Executive Vice President, Fastenal Company The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. Yes No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name I have reviewed the below addendum and attachments (if applicable) Pages Addendum_5_Facility_MRO_Supplies_RFP_091422 Wed August 24 2022 02:50 PM 1 Addendum_4_Facility_MRO_Supplies_RFP_091422 Wed August 17 2022 02:11 PM 2 Addendum_3_Facility_MRO_Supplies_RFP_091422 Mon August 1 2022 09:35 AM 1 Addendum_2_Facility_MRO_Supplies_RFP_091422 Fri July 29 2022 03:22 PM 2 Addendum_1_Facility_MRO_Supplies_RFP_091422 Thu July 28 2022 04:35 PM 1 Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Category Discount Abrasives 25% Adhesives, Sealants, and Tape 25% Cutting Tools and Metalworking 25% Electrical 30% Electronics and Batteries 28% Fasteners 57% Fleet and Automotive 25% HVAC and Refrigeration 30% Filters 35% Hardware and Building Supplies 30% Hydraulics 25% Janitorial and Cleaning 30% Trash Cans and Liners 35% Wipers, Towels, and Rags 40% Lighting 30% Lubricants, Coolants, and Fluids 25% Machinery 25% Material Handling, Lifting and Rigging 25% Motors 28% Office and Breakroom Supplies 25% Outdoor Products and Equipment 25% Packaging and Shipping Products 25% Paint and Painting Supplies 25% Plumbing 30% Pneumatics 25% Power Transmission 28% Pumps 25% Raw Materials 25% Safety 30% Hand and Arm Protection 35% Sealing 25% Security 30% Test and Measurement 25% Tools and Equipment 25% Corded Power Tools 23% Cordless Power Tools 23% Welding 25% Sourcewell RFP091422 Fastenal Discount Schedule for Catalog Items Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1466 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Appoint an individual to the Pinellas Opportunity Council, Inc., as the Clearwater representative, with a term to expire February 2, 2028. SUMMARY: BOARD: Pinellas Opportunity Council, Inc. (Regional Board) TERM: 5 years FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: Required SPECIAL QUALIFICATIONS: Clearwater has an at-large member who serves on the Board of Directors. Members do not have to meet specific qualification requirements. However, individuals appointed to serve on the board are expected to be adults interested in or having some familiarity with education, welfare, health, housing, or other related needs and services in Pinellas County and a keen awareness of and sensitivity to supporting poverty programs and initiatives aimed at helping low-income people become self-sufficient. The Clearwater City Council identifies the Clearwater representative, and the Pinellas County Board of Commissioners confirms the appointment. CHAIR: N/A MEETING DATES: Meets bi-monthly on the last Tuesday of the month at 4:00 PM PLACE: Park Sation, 5851 Park Boulevard N, Pinellas Park APPTS. NEEDED: 1 THE FOLLOWING APPLICANT IS LOOKING TO BE APPOINTED TO THE PINELLAS OPPORUTNITY COUNCIL, INC. (REGIONAL BOARD): 1.Janel Griffeth Donatto - Nonprofit Leader, 1010 Spencer Ave., Clearwater, 33756 2.Kym McGee - Retired Junior Achievement Education Director, 1830 Diane Dr., Clearwater, 33759 3.Eliseo Santana - Technologist, 1400 Byram Dr., Clearwater, 33755 Page 1 City of Clearwater Printed on 1/26/2023 Submit Date: Jan 24, 2023 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 1 to 5 years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? Which Boards would you like to apply for? Pinellas Opportunity Council, Inc. (Regional Board): Submitted Occupation - If retired, enter former occupation. Nonprofit Leader Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Janel Griffieth Donatto griffiethjl@gmail.com 1010 Spencer Ave Clearwater FL 33756 Mobile: (321) 652-1292 Companions and Animals forReform and Equity (C.A.R.E.)Senior Director CARE CentersSoutheast Tier Janel Griffieth Donatto Upload a Resume Please attach a copy of one of the following documents: 1) valid current Florida Driver License issued to an address within city limits, or 2) Declaration of Domicile filed with the city clerk affirming residency within city limits. Date of Birth Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I wish to serve on this board to better connect to my local community and ensure there is equitable measures being enforced. I appreciate that there are services, such as the ones this council provides, to help uplift our community members. I believe joining this council I can reach and help more people. What personal qualifications can you bring to this board or committee? I have a bachelors degree in Public Health and remain engaged in continuing education materials. I have strategically managed and grew successful programs for several organizations I have worked at. I have spoken to thousands of community members through events, fundraisers, and television appearances motivating action. I thoroughly understand the importance of our community working together and provide an exceptionally welcoming, empathetic, and nurturing environment. Every organization I have worked for quickly realizes the development I can provide and quickly promotes me. I think outside the box and improve working old systems, while also creating more modern efficient systems to help people. List Community Activities I attend as many community events as possible, from markets (to support local businesses) to art events from Creative Pinellas to the reopening of The Health Equity Center. I am also an active animal foster parent for an animal welfare organization. Question applies to multiple boards Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Ethnicity Other Gender Female The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: Janel_GriffD_Resume.pdf Driver_L.pdf 04/30/1987 Janel Griffieth Donatto By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. Janel Griffieth Donatto P R O F E S S I O N A L E X P E R I E N C E S T R E N G T H S Project Management Intersectionality Grassroots Advocacy Communications Diversity, Equity, Inclusion, and Belonging (DEIB) Fundraising Leadership Public Speaking Database Management Marketing Public Relations Budget Oversight Event Planning Clearwater, Florida griffiethjl@gmail.com C O N T A C T Passionate nonprofit leader dedicated to raising awareness and educating the public on issues of human well-being and animal well-being. Wide range of experience in the non- profit sector from leadership to project management, with a specialization and passion for grassroots advocacy and community relations. Foster to 200+ pets and counting. JANEL GRIFFIETH DONATTO 321.652.1292 A P P R E N T I C E S H I P S Maddie’s Fund Fostering 4 Rock Stars Apprenticeship 2020 Maddie’s Fund Neonatal Kitten Nursery Apprenticeship 2017 linkedin.com/in/janel- griffieth-donatto Companions and Animals for Reform and Equity | Senior Director of CARE Centers Southeast Tier | September 2022 – Current Develop and support proximate leaders who engage human and animal well-being within Black, Indigenous, and other People Of Color (BIPOC) communities through strategic development. Spread CARE's mission of creating an equitable philanthropic approach to elevate BIPOC voices, organizations, and communities. Work with the Chief of Engagement to recruit membership and identify stakeholders. Assist CARE Center Partners (Southeastern Tier) in business plan development, acquiring 501c3 status, fundraising development, finding new donors, and expanding their network of partners. Create a strategic plan for the entire Southeast Tier that will utilize community wisdom to empower and strengthen the human and animal bond increasing overall well-being. Cultivate relationships with local and national businesses to build trusted partnerships in turn bringing more diversity and equity to the organizations that work within communities. Coordinate CARE Caucus Calls that provides relevant information to amplify the work of CARE Centers and Proximate leaders through trainings, discussions, and educational materials. Strategize ways to increase Direct CARE Funds to provide timely emergency relief to companion animals within respective CARE Collective communities. E D U C A T I O N University of South Florida | August 2012 Bachelor of Science, Public Health Necessary Improvements To Improve our Society (social justice club with a focus on ending domestic violence, sexual assault, and human trafficking) Public Health Student Association Best Friends Animal Society | Manager of Grassroots Advocacy | September 2021 – September 2022 Engage with community members to amplify their efforts in animal advocacy within government agencies creating a locally owned movement. Speak with city council members, legislators, and other government officials to push bills and policies that increase pet lifesaving. Increase the organization's involvement with Black, Indigenous, and People of Color communities in an authentic and thoughtful way leading to a more diverse grassroots movement. Voted as co-chair of DEI Internal Education Council focused on educating staff and leadership on how to engage diverse communities and create educational information for the 800+ staffed organization. Presented at Best Friends National Conference on mapping out a community engagement strategy and how addressing and healing from trauma can inspire hope in your community. Travel consistently to priority markets along the east coast to build strong relationships with the community, local organizations, and attend legislative caucuses. Coordinate and lead Action Team calls, on various topics, for 100s of Action Team members. Review grassroots materials and create new materials to ensure more inclusive messaging. Represented the organization at 20+ events per year (including community outreach, fundraisers, and live television segments) reaching a cumulative audience of 100,000 people. Created a training program providing support and structure to empower volunteers volunteering in the kitten nursery. Tracked and inputted volunteer, foster, and program animal information into Volgistics and Petpoint systems ensuring proper data tracking. Trained and recruited upwards of 50 new volunteers and fosters a month to educate proper care and support for rescued animals in the home or nursery. P R O F E S S I O N A L E X P E R I E N C E Clearwater, Florida griffiethjl@gmail.com C O N T A C T JANEL GRIFFIETH DONATTO 321.652.1292 Neonate Volunteer Coordinator | February 2016 – January 2018 linkedin.com/in/janel- griffieth-donatto Increased neonatal foster homes by 566% in 2018, growing lifesaving engagement. Created and managed a $180,000 program budget for two consecutive years. Started annual Kitten and Puppy Shower fundraising event raising over $9,000 in supplies and funds over three years. Tracked neonatal program data to present to CEO. Increased neonatal intake by 58%, resulting in a lower euthanasia rate at the city shelter. Achieved a 92%, or higher, neonatal live release rate leading national nurseries. Created standard operating procedures, policies, and foster and volunteer handbooks for the neonatal program for staff, fosters, and volunteers. Provided medical care for neonatal program animals, under veterinary supervision, rehabilitating fragile lives and assisting in their survival. Regularly collaborated with team members across different departments to stay up to date with changes and effectively communicate the services in the organization. Sat on behavior panel that made decisions on proper rehabilitation plans for behaviorally challenged dogs and cats. OKLAHOMA HUMANE SOCIETY | 2015 – 2020 Neonate Nursery Manager | January 2018 – April 2020VOLUNTEERISM The Runaways Animal Rescue 2020 - current Foster parent to neonatal and behavioral animals. Helped create a comprehensive foster and volunteer program with the founder of the organization. This is included handbooks, policies, systems, and shelter material. Engage in public speaking events to increase awareness. Revamped the adult community education program by creating and facilitating presentations in an engaging, inclusive, and thought-provoking manner. Created and presented educational proposal for state bid for domestic violence education to the Florida Department of Children and Families. Develop relationships with businesses and community partners (law enforcement, nurses/doctors, service providers) to expand outreach and education across Pinellas County by providing informational brochures, palm cards, and training. Rebuild the volunteer program after COVID by managing the volunteer coordinator to increase volunteer engagement, develop new handbooks/policies, and implement new volunteer opportunities. Stay current with and continue educating myself on policies and laws that pertain to domestic violence to better assist survivors. Assist with overviewing and creating print and digital materials, such as donor appeals, brochures, social media posts, and newsletters. COMMUNITY ACTION STOPS ABUSE (CASA) | Community Engagement Manager | November 2020 –August 2021 Pet Adoption Specialist | May 2015 – September 2015 Eliseo Santana Jr, MBA 1400 Byram Dr Clearwater, FL 33755 (727) 366-7106 esantana33773@gmail.com Married for 44 years, father of 4 (3 girls,1 boy) and grandfather of 13 (12 girls,1 boy) all born and residing in Pinellas County. I am blessed to receive a sense of wellbeing through my community service. Retired in 2012, after +30 years of community service through the Pinellas County Sheriff's Office (PCSO) applying advance technologies to make our community safer. I am presently a very active community leader and was named LULAC Florida’s “Hispanic Man of the Year” EXPERIENCE LULAC Council # 7069 President March 2019 – Present Puerto Rico Connect President Jan 2019 – Dec 2022 Vice President League of Women Voters of North Pinellas County Apr 2018 – 2019 AFLAC Professional Benefits Advisor Licensed Life & Health Insurance Agent Jan 2017 - Mar 2019 Pinellas County Sheriff's Office Communications Maintenance Supervisor (Retired) Dec 1981 - Apr 2012 · +30 yrs Florida National Guard Feb 1980 – Feb 1982 U.S. Army Feb 1976 - Feb 1980 EDUCATION Schiller International University Master of Business Administration (M.B.A.) Human Resources Management/Personnel Administration 2013 – 2015 Tampa College BBA Class of 1986 UEI College Electronics engineering technology Class of 1982 North High School Class of 1976 CURRENT ORGANIZATIONAL MEMBERSHIP *Hispanic Leadership Council *Clearwater Urban Leadership Council *NAACP *LWVNPC (past Vice-President) *La Mesa Boricua (Founder & Steering Committee Member) *Puerto Rico Connect (Founder & President) *NOW *Thrive by Five *Boricua de Corazon *Faith in Florida *UU of Clearwater Social Justice Council *FAST *LULAC Council #7069 (Founder & President) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0023 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Reappoint Andrew Park to the Community Development Advisory Board with a full term to expire February 28, 2027. SUMMARY: BOARD: Community Development Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Yes RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 & 1 alternate CHAIRPERSON: Mary Lau MEETING DATES: 3rd Tues., 1:00 p.m. PLACE: Main Library APPTS. NEEDED: 1 SPECIAL QUALIFICATIONS: Board shall include members qualified and experienced in the fields of architecture, planning, landscape architecture, engineering, construction, planning & land use law and real estate. THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM WHICH IS EXPIRING AND IS LOOKING FOR REAPPOINTMENT: 1.Andrew Park - 3139 Hyde Park Dr., Clearwater 33761 - Construction & Real Estate Original Appt: 3/4/21 (currently serving a partial term to expire 2/28/23) Absences: May 17, 2022 Interested in Reappointment: Yes Zip Codes of current members: 33755 33756 33761 33764 33767 Current categories: General Contractor Professional Engineer Engineer Alt Member Consultant - commercial real estate Page 1 City of Clearwater Printed on 1/26/2023 File Number: ID#23-0023 Attorney/Mediator/Arbitrator Construction and Real Estate Real Estate Broker/Developer Corporate General Counsel Page 2 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0035 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Move the February 13, 2023 CRA/Pension/Work Session meetings from 9:00 a.m. to 1:00 p.m. (consent) SUMMARY: The Tampa Bay Regional Planning Council recently amended their meeting schedule. Staff has identified one conflicting date. Staff is requesting to change the start time for the February 13, 2023 CRA/Pension/Work Session meetings, from 9:00 a.m. to 1:00 p.m., to accommodate Councilmember Teixeira’s attendance at the 10:00 a.m. meeting. Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0036 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Schedule a special work session on Monday, March 20, 2023 at 8:00 a.m. for the purpose of holding a Strategic Budget Session. (consent) SUMMARY: In compliance with City Council Policy 3-11, Strategic Direction/Planning, Council meets in a strategic planning session prior to the development of the City Manager’s proposed budget. Staff recommends holding a special work session on Monday, March 20, 2023 to review the five-year financial forecast and the City’s strategic direction, vision, and mission. Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0039 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Schedule a special council meeting on Wednesday, September 6, 2023 at 6:00 p.m. for the purpose of holding the first public hearing to establish the budget and millage rate. (consent) SUMMARY: The final schedule for producing the 2023 Property Tax Roll has been released, creating a conflict with Council’s first public hearing on the budget. The hearing was scheduled for Thursday, September 7, 2023 (regularly scheduled council meeting). Staff recommends holding a special council meeting for the purpose of holding the first public hearing to establish the budget and millage rate. Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0063 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.6 SUBJECT/RECOMMENDATION: Approve the 2023 State Legislative Priorities. SUMMARY: Page 1 City of Clearwater Printed on 1/26/2023 2023 State Legislative Priorities Issues to Support The City of Clearwater supports legislation and programs that benefit municipalities and assists in implementing services to meet the unique needs of our citizens and improve their quality of life including: Attainable Housing  Ensure all Sadowski State and Local Housing Trust Funds are used exclusively to finance affordable and workforce housing programs and rental assistance programs. Public Safety  Amend FS 790.06(12)(a) to include ticketed concert venues as an additional exemption where carrying a concealed weapon with a permit is not authorized, similar to what is already in place for sports venues. Local Governance  Allow municipalities and counties the authority to restrict vessels from anchoring in the intercoastal waterways within 1,000 feet of an area that is primarily residential in nature and that has a residential density of one or more dwelling units per acre, or within 1,000 feet of a bridge or causeway.  Allow local governments to regulate vacation rental properties to protect the health and welfare of their residents, visitors, and businesses.  Allow local governments to regulate tree preservation, removals, and replacements to protect the environment and the health and welfare of their residents, businesses, and visitors. Sustainability & Resiliency  Develop a Statewide Climate Resiliency Plan and funding source to assist local communities who have implemented plans to combat sea level rise.  Increase funding for the Resilient Florida Grants program to assist municipalities with implementing climate-resilient infrastructure.  Provide intergovernmental coordination that supports sustainability and resiliency efforts at the county and municipal levels, such as clean energy, land conservation, smart growth, a planned transition to 100% renewable energy goals, open space and wetlands preservation, and the impacts of climate change and sea level rise on natural resources and manmade infrastructure.  Establish a framework for a state water infrastructure and water quality funding program that includes sustainable utility practices and intragovernmental coordination. Economic Development  Support legislation that attracts and incentivizes film and television production in the State of Florida. The City will seek funding through grants and other sources to assist in implementing projects to meet the needs of our citizens and improve their quality of life. Clearwater Beach Marina Walk - $4,800,000 Home to the largest tourism-oriented fleet of sightseeing, fishing, dinner cruise, and excursion vessels, on the West Coast of Florida, the Clearwater Beach Marina Walk project will draw visitors through the entire marina, allowing them to experience all of what our eclectic commercial fleet has to offer. The project will replace the supporting upland utilities and incorporate ADA compliant gangways. The marina walk will extend from the corner of Coronado Drive and South Gulfview Boulevard for over 1,000 linear feet and terminate near the pedestrian footbridge adjacent to SR 60. Issues to Oppose We oppose legislation that is detrimental to Clearwater and other municipalities including:  Erosion of local self-government (Home Rule), a constitutional right Floridians supported in a statewide vote 54 years ago.  Increased regulation of, or restrictions on, municipal operations and budgeting.  Preemption of local government’s ability to regulate Airbnb rentals, or similar marketplaces, that allow individuals to rent out unused spaces in their homes for lodging.  Weakening existing laws related to offshore oil drilling in the Gulf of Mexico.  Restriction or elimination of Community Redevelopment Agencies.  Imposed consolidation of municipal and county services.  The open carry of assault rifles. In addition, the City will support the Florida League of Cities in pursuing its legislative issues. The City will strive to inform residents of legislative initiatives that will impact the city and their quality of life and encourage citizen engagement with state legislators. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1465 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 9.7 SUBJECT/RECOMMENDATION: Provide direction to and appoint the Clearwater Charter Review Committee. SUMMARY: THE FOLLOWING INDIVIDUALS HAVE SUBMITTED APPPLICATIONS TO SERVE ON THE CHARTER REVIEW COMMITTEE: 1.Gladys Andrews - 1501 Gulf Blvd. #302, Clearwater, 33767 2.Cory Chase - 1457 Dexter Drive, Clearwater, 33756 3.Karen Cunningham - 3178 Eagles Landing Circle W., Clearwater, 33761 4.Chelsea Gird - 407 Pennsylvania Ave., Clearwater, 33755 5.Nathan Hightower - 331 Cleveland St. Unit 1003, Clearwater, 33755 6.William (Bill) Jonson - 2694 Redford Court W., Clearwater, 33761 7.Christine (Chris) Michalek - 855 Bayway Blvd. #707, Clearwater, 33767 8.Kathy Milam - 1828 Venetian Point Dr, Clearwater, FL, 33755 9.Michael Riordon - 1429 Maple Street, Clearwater, 33755 10.Patricia Rodriguez - 240 Windward Passage #1304, Clearwater, 33767 Page 1 City of Clearwater Printed on 1/26/2023 Corbett S. Chase (Cory) Tampa Bay, Florida (727) 742-9171 cory.chase@gmail.com www.linkedin.com/in/corychase SUMMARY Senior Systems/Network Engineer with established experience across the Information Technology spectrum. Effectively architected, implemented, and managed network infrastructures from a small business to the large enterprise. Proven success in numerous projects ranging from data center relocations, email upgrades/migration, and network upgrades. Core strengths: • Excellent Communication Skills • Clear and Concise Documentation • Training Experience • Thorough Customer Service • Troubleshooting and Problem Solving TECHNICAL SKILLS Cisco Routers, Switches, Firewalls Microsoft Apps: Active Directory, Exchange (5.5 – 2016), SQL Server Admin (7.0 – 2016), Azure AD, Office 365, PowerShell (AD, Exchange), IIS, Group Policy Server OS: Windows NT 4.0 to Windows 2019 Client OS: Windows 95 – Windows 10 Linux SuSe, Fedora, Red Hat, Ubuntu Protocols DNS, DHCP, WINS, BGP, OSPF, EIGRP, VTP Additional VMWare (VSphere), Citrix (Metaframe, Presentation Server, XenApps), Analytics Software (Wireshark, NetFlow, SolarWinds), Backup Software (Networker, NetVault, NetBackup, BackupExec, NT Backup), Monitoring (Nagios, Icinga, Solar Winds), SonicWall, ShadowProtect, FreePBX SELECTED ACCOMPLISHMENTS Datacenter • Managed three major datacenters and five smaller datacenters nationwide then subsequently consolidated all these sites down to just the two major datacenters. • Project leader on multiple core switch upgrades and router deployments for disaster recovery scenarios Infrastructure • Primary architect and implementer of Active Directory infrastructure combining 15 domains into one enterprise domain • Email migrations from 2013  2016, and 2016  Exchange Online • Lead on Active Directory/Exchange migration across domain forests from AD 2003/Exchange 2003 to AD 2008/Exchange 2010 • Configured Nagios/Icinga monitoring for 200+ servers, 3000+ services and network connections • Documented and created diagrams involving Active Directory Replication Architecture, Group Policy Objects, File and Folder Permission Structures, Active Directory Security and Distribution Groups and overall migration of other server functions Training • Mentored other IT personnel in remote sites to empower them to manage their local facilities more efficiently • Instructed at a local University the Windows 2000 MCSE, Exchange (5.5, 2000), Cisco CCNA, A+, Network + • Hosted team building workshops for colleagues to effectively cross train PROFESSIONAL EXPERIENCE Johns Hopkins All Children’s Hospital – St. Petersburg, Florida April 2016-Present Network Analyst/Systems Engineer Primary role of managing Exchange Infrastructure (Server management, user mailboxes, shared/room mailboxes, legal/HR searches, email recalls, permissions, access, etc…) all administered with PowerShell. Architect, build, and manage numerous systems in pathology lab – inclusive of vendor support, infrastructure configurations, scripting of backups, proper patching as approved by vendor and/or FDA. Other duties include SQL Administration, patching, monitoring, backup/restores, scripting needs for repetitive manual tasks, and top-level support of issues. Dean Consulting – Tampa, Florida June 2001-Present Consultant/Chief Engineer Role is to design, implement, and administrate myriad networks for small to medium businesses. The panoply of skills this position ranges from cabling and wiring, PC and server builds, developing centralized domains, configuring routers and firewalls for remote access, connecting remote offices and remote employees, all the way to developing disaster recovery solutions. Role has included network upgrades, Exchange upgrades, SBS Forklifts, and Office 365/Azure Migrations. Encoda – Blue Bell, Pennsylvania August 2014-Present Manager of Technical Services A working management role with responsibility over all hosted virtual servers and networking devices. This includes Active Directory architecture, administration and security audits; server builds, and security patching and updating; Office365 Exchange administration via PowerShell; AD Azure Connect; server builds of Windows 2008, 2012 and Ubuntu 12.04; management and configuration of Cisco ASA firewall/router for multiple VPN connections; 24/7 monitoring via Icinga; support for all technical issues not resolved at level one; and Asterisk IP telephony support. Kforce – Tampa, Florida April 2014-August 2014 Microsoft Exchange Engineer Placed at a hospital to assist with Exchange 2010 upgrade to Exchange 2013 across untrusted forests of over 3,000 user and resource mailboxes. The role required copious pre and post documentation, communications with resource owners and division leaders, numerous PowerShell scripts written, post migration client support and post migration cleanup. Valpak – St. Petersburg, FL July 2012 – May 2013 Senior Systems Programmer Responsible for Windows server infrastructure (70% Virtual, 30% Physical), restructuring backup environment (NetBackup); creating PowerShell Scripts to streamline processes; and third level support for AD, Exchange, SharePoint, Citrix, Microsoft SQL Administration (backups, restores, maintenance), internal applications. PODS Enterprises, Inc. – Clearwater, FL Sept 2011 – July 2012 Systems Engineer Responsible for creation and migration of Certificate Authority servers, FTP servers, IIS servers and new third party software implementation across development, test, QA and production environments. Escalation to helpdesk for all issues AD, Exchange, Citrix, internal applications. One of two engineers responsible for an Exchange 2003 to Exchange 2010 upgrade across trusted forests of over 2,000 user and resource mailboxes and Public Folders. The migration also included moving user and PCs between the domains. CCS Medical, Inc. – Clearwater, FL Jan 2008 – Aug 2011 Network Engineer III Senior network/server engineer for wide area network comprising of Cisco Switches, firewalls, routers and Windows/Linux servers spanning eight offices around the country. CareMedic Systems, Inc – St. Petersburg, FL Apr 2005 - June 2006 Network Operations Manager Managed and maintained an internal network, test network, and an external (ASP) environment for clients. WebMD Practice Services - Medical Manager Health Systems Tampa, FL June 2000 - Apr 2005 Technical Team Lead – IT Production Engineering Responsible for Windows server environment including Active Directory, Exchange 5.5, Microsoft SQL Admin (backups, restores, maintenance), SUS Servers, Share Point Servers, Project Server and multiple File and Print Servers and 2000 users. EDUCATION BA English Literature / Minor in Mathematics , Florida State University Microsoft Certified Systems Engineer (NT 4.0, 2000, 2003) Microsoft Certified Systems Administrator (2000, 2003) Microsoft Certified Professional Network + Certified Professional A+ Certified Professional NetVault Certified Backup Administrator Cisco Certified Network Associate (expired in 3/04, will recertify, if necessary) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9642-23 2nd rdg Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9642-23 on second reading, establishing a Redevelopment Trust Fund to provide for the deposit of funds into the trust fund for the North Greenwood Community Redevelopment Area, establishing the base year for the Community Redevelopment Area, providing for the appropriation of tax increment revenues of the city and the county to the Redevelopment Trust Fund, providing for the use of such funds by the Community Redevelopment Agency, and providing for the duration of the tax increment financing. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 1/26/2023 Ordinance No. 9642-23 ORDINANCE NO. 9642-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ESTABLISHING A REDEVELOPMENT TRUST FUND PURSUANT TO SECTION 163.387, FLORIDA STATUTES TO PROVIDE FOR THE DEPOSIT OF FUNDS INTO THE TRUST FUND FOR THE NORTH GREENWOOD COMMUNITY REDEVELOPMENT AREA AS ESTABLISHED BY RESOLUTION 23-01; ESTABLISHING THE BASE YEAR FOR THE COMMUNITY REDEVLOPMENT AREA; PROVIDING FOR THE FUNDING OF THE REDEVELOPMENT TRUST FUND FOR THE COMMUNITY REDEVELOPMENT AREA; PROVIDING FOR THE APPROPRIATION OF TAX INCREMENT REVENUES OF THE CITY AND THE COUNTY TO THE REDEVELOPMENT TRUST FUND; PROVIDING FOR THE USE OF SUCH FUNDS BY THE COMMUNITY REDEVELOPMENT AGENCY; PROVIDING FOR THE DURATION OF THE TAX INCREMENT FINANCING; PROVIDING FOR SEVERABILITY; PROVIDING FOR REPEAL OF ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT THEREWITH; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Legislature of Florida has enacted the Community Redevelopment Act of 1969, as amended, and codified as Part Ill, Chapter 163, Florida Statutes (the "Redevelopment Act"); and WHEREAS, all powers arising through the Redevelopment Act were conferred by that Act upon counties which have adopted home rule charters, which counties in turn are authorized to delegate such powers to municipalities within their boundaries when such municipalities desire to undertake redevelopment within their respective municipal boundaries; and WHEREAS, Pinellas County, Florida (the "County") and the City of Clearwater, Florida (the "City") mutually desire to increase the ad valorem tax base of the County and City; and WHEREAS, under circumstances where a delegation for redevelopment has already occurred and the City wishes to expand that delegation, the County finds that delegation of certain redevelopment powers and authority to the City under the Redevelopment Act is an appropriate vehicle to accomplish the necessary planning for redevelopment within the proposed area in the City; and WHEREAS, the Board of County Commissioners of Pinellas County. Florida, by its Resolution No. 81-466 dated June 30,1981, delegated to the City Council of the City of Clearwater, Florida, the power and authority to conduct redevelopment activities as defined in the Redevelopment Act; and WHEREAS, the City Council of the City of Clearwater, by its Resolution No. 20-52 dated October 14, 2020, declared a blighted area in North Greenwood and the need for a Ordinance No. 9642-23 Community Redevelopment Agency to carry out redevelopment activities in the blighted area; and WHEREAS, the City Council of the City of Clearwater, by its Resolution No. 81-68 dated August 6, 1981, declared the City Council to be the Community Redevelopment Agency; and WHEREAS, the City Council of the City of Clearwater, by its Resolution No. 23-01 dated January 12, 2023, adopted a Redevelopment Plan for the North Greenwood Community Redevelopment Area (“CRA”); now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Creation and Purpose There is hereby established and created, pursuant to Section 163.387, Florida Statutes, a Redevelopment Trust Fund, hereinafter referred to as the "Fund," to be used exclusively to finance or refinance community redevelopment projects by the City of Clearwater Community Redevelopment Agency, pursuant to Chapter 163, Florida Statutes, Part 111, Community Redevelopment Act. The funds allocated to, and deposited into, the Fund as provided in this Ordinance are hereby appropriated to the City of Clearwater Community Redevelopment Agency, hereinafter referred to as "Agency," to finance the City of Clearwater community redevelopment projects within the redevelopment area identified in Resolution No. 23-01 of the City of Clearwater, as it may be amended from time to time. The Agency shall utilize the funds and revenues paid into and earned by the Fund for those community redevelopment purposes delegated to it as contained in the plan for redevelopment and as provided by law, and such fund shall exist for the duration of the projects within the redevelopment area, and for so long thereafter as indebtedness continues to exist. Section 2. Monies Appropriated to and Comprising the Fund The Redevelopment Trust Fund shall consist of, and the City of Clearwater hereby appropriates, commits, and sets over for payment into the Fund a sum equal to that increment from the income, proceeds, revenues, and funds of the City derived from or earned in connection with the community redevelopment project area, and agencies undertaking and carrying out of the community redevelopment projects therein. Such tax increment shall be determined and appropriated annually, and shall be an amount equal to 95 percent of the difference between: (a) The amount of ad valorem taxes levied each year by the City and County, exclusive of any amount from any debt service millage, on taxable real property contained within the geographic boundaries of the redevelopment area as defined in the adopted Redevelopment Plan for North Greenwood (Resolution No. 23-01); and (b) The amount of ad valorem taxes which would have been produced by the rate upon which the tax is levied each year by the County and City, Ordinance No. 9642-23 exclusive of any amount from any debt service millage, upon the total of the assessed value of the taxable property in the above-referenced redevelopment area as shown upon the assessment role used in connection with the taxation of such property by the County and the City prior to the effective date of Ordinance No. 9642-23 of the City of Clearwater. In calculating the increment, the amount of ad valorem taxes levied based on county-wide debt service on general obligation County bonds or city-wide debt service on general obligation City bonds shall be excluded from the calculation. All increments in this amount shall continue to be used for its voter-approved purpose and shall not be appropriated in any part to the Fund. In no year shall the County or City obligation to the Fund exceed the amount of that year's tax increment as defined by this ordinance. The Agency is directed to establish and set up the Fund and to develop and promulgate rules, regulations, and criteria whereby the Fund may be promptly and effectively administered, including the establishment and maintenance of books and records and adoption of procedures whereby the Agency may, expeditiously and without undue delay, utilize such funds for their allocated statutory purpose. The Agency is faced with full responsibility for the receipt, custody, disbursement, accountability, management, and proper application of all monies paid into the Fund. Section 3. Duration of the Fund Subject to approval by the County, the County and City shall annually appropriate to the Fund the tax increment due the Fund at the beginning of the County and City fiscal year. However, the Fund shall receive the tax increment only as, if and when such taxes are collected. The City's obligation to annually appropriate to the Fund shall commence immediately upon effective date of this Ordinance and continue until all loans, advances, indebtedness, and obligations incurred as a result of the community redevelopment project have been paid or for twenty years from the effective date of this Ordinance, if there has not been at the end of that twenty year period a pledge of the tax increment funding granted by this Ordinance through a formal commitment to expend funds or the issuance, sale, or delivery of an instrument of indebtedness such as bonds or tax anticipation notes described in Section 163.385, Florida Statutes. Notwithstanding the above, in 2033, the County may review its tax increment contribution to determine whether given the totality of the circumstances, it continues to be appropriate to dedicate the County portion of tax increment at the existing level, beyond ten years. Nothing herein precludes the County from considering dedication at a reduced commitment provided that option is legally available. Redevelopment Conditions for 10-year TIF review Ordinance No. 9642-23 The success of the Plan relies on significant private investment in residential, employment, and retail uses so that the North Greenwood area is marketable. Absent realizing this investment, the Plan is not succeeding. 1. Performance of TIF revenues During the 10-year review period, how do the annual TIF revenues collected compare to the estimated revenues? Measures: Collected TIF revenues (per Property Appraiser and Tax Collector) 2. Implementation of North Greenwood Redevelopment Plan During the 10-year review period, how has the City performed in implementing the North Greenwood CRA Plan with particular emphasis on use of TIF funds in implementation. Measures: Capital projects built or almost complete compared to the Capital Improvement Plan of the North Greenwood CRA Plan; and CRA Programs and Initiatives implemented compared to those in the North Greenwood CRA Plan implementation chapter. Changes in the employment opportunities in the North Greenwood CRA comparing the year of Plan adoption to the 10th year after adoption. 3. Effectiveness of North Greenwood Community Redevelopment Area Plan at Mitigating Blighting Influence During the 10-year review period, did the actions implementing the North Greenwood CRA Plan have the desired effect of redeveloping the CRA? Measures: Changes in the North Greenwood CRA assessed property value as compared to the city's assessed value between the years of Plan adoption to the 10th year after adoption. Demographic changes in the North Greenwood CRA and in the city comparing the year of Plan adoption to the 10th year after adoption. Housing changes in the North Greenwood CRA and in the city comparing the year of Plan adoption to the 10th year after adoption. Property ownership rates, code violation enforcement rates, and crime rates in the North Greenwood CRA and in the city comparing the year of Plan adoption to the 10th year after adoption. The City shall submit the data and analysis to the County for the 10-year review no later than October 1, 2033. The Board of County Commissioners shall complete its review prior to March 1, 2034 and shall notify the Community Redevelopment Agency in writing by March 1, 2034, if it intends to eliminate or reduce the amount and/or duration Ordinance No. 9642-23 of the County's tax increment contribution after the 10th year of increment. In the absence of such notification, the contribution shall continue as provided herein. Section 4. Projects The assets of the Redevelopment Trust Fund shall be applied, allocated, expended, and invested or reinvested in furtherance of the projects outlined in the North Greenwood CRA Plan as adopted in Resolution 23-01 or as that Plan is amended from time to time. Such application of the funds shall also be consistent with the provisions of Chapter 163, Florida Statutes, Part Ill, Community Redevelopment Act. There is hereby established and created, in accordance with the provisions of the Act, a Community Redevelopment Trust Fund ("Trust Fund") for the North Greenwood Community Redevelopment Area, which funds shall be utilized and expended for the purposes of and in accordance with the Plan, including any "community redevelopment," as that term is defined in Section 163.340(9), Florida Statutes, under the Plan. The funds deposited or allocated into the Trust Fund are appropriated to the City of Clearwater Community Redevelopment Agency to finance the North Greenwood CRA Plan. The Community Redevelopment Agency shall use the funds paid into or earned by the Trust Fund for any community redevelopment purpose delegated to it, as set forth in the North Greenwood Community Redevelopment Area Plan Resolution No. 23-01. Use of that portion of the tax increment attributable to the County shall be limited to capital improvements, land acquisition, and environmental remediation as more specifically provided in Ordinance 7153-03, as amended by Ordinance 7231-03 and as it is amended from time to time. Section 5. Severability If any provision or portion of this Ordinance is declared by any court of competent jurisdiction to be void, unconstitutional or unenforceable, then all remaining provisions and portions of this Ordinance shall remain in full force and effect. Section 6. Repeal Conflicting Ordinance All ordinances or parts of ordinances in conflict herewith are to the extent of such conflict hereby repealed. Section 7. Effective Date This ordinance shall take effect upon adoption of the County ordinance establishing the Redevelopment Trust Fund as provided herein. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Ordinance No. 9642-23 Frank V. Hibbard Mayor Approved as to form: Michael Fuino, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9644-23 2nd rdg Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9644-23 on second reading, amending Appendix A, Schedule of Fees, Article XXVIII of the Code of Ordinances relating to Business Tax Receipt categories. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 1/26/2023 Ordinance No. 9488-21 ORDINANCE NO. 9644-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING APPENDIX A, SCHEDULE OF FEES, ARTICLE XXVIII OF THE CODE OF ORDINANCES RELATING TO BUSINESS TAX RECEIPT CATEGORIES; CLARIFYING SUBCATEGORY NO. 070.070 INCLUDES ALL SEASONAL SALES; REPEALING AND RESERVING SUBCATEGORY NUMBERS 070.080 AND 070.090 RELATING TO ITINERANT MERCHANTS AND VENDORS AT SHOWS OR MARKETS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City has determined revisions to the Business Tax Receipt Fees are needed to better support community events such as markets, farmer’s markets, arts and crafts shows, holiday markets, etc. which provide excellent opportunities for small businesses and entrepreneurship; and WHEREAS, the costs of business tax receipts for businesses operating on an itinerant basis in such markets and events can exceed the costs of space rental in these temporary locations; and WHEREAS, it is the desire of the City to remove such barriers to help facilitate the broad participation of individual entrepreneurs and small businesses. NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Appendix A, Article XXVIII, Business Tax Receipt Fees, Clearwater Code of Ordinances, is amended as follows: XXVII. BUSINESS TAX: [6] Category No. Sub-Category No. Category Fee 001.000 ABSTRACT OR TITLE COMPANIES $255.10 * * * * * * * * 070.000 MERCHANT OR MERCHANDISING: Inventory cost value excludes tobacco and alcoholic beverages (See note B for sale of used merchandise, and alcoholic beverages) 070.010 Inventory cost value $1,000.00 or less 44.30 070.020 Inventory cost value $1,001.00 to $1,999.00 56.90 2 Ordinance No. 9644-23 070.030 Inventory cost value $2,000.00 to $2,999.00 69.80 070.040 Inventory cost value $3,000.00 and over 69.80 Plus, each $1,000 or any fraction thereof over $3,000.00 5.30 070.050 Mobile tool sales 140.10 070.060 Antiques, used merchandise (See note B) 69.80 070.070 Merchant, temporary permanent/location (Christmas tree and pumpkin sales sale of Christmas trees, pumpkins, fireworks, or other seasonal items) 63.00 070.080 Merchant, itinerant, permanent/location Reserve 191.10 070.090 Merchant, show or flea market, per exhibitor, includes food vendors, per event/show Reserve 10.10 070.100 Downtown convention/exhibition center 3,828.30 070.110 Reserved * * * * * * * * * * Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ____________________________ PASSED ON SECOND AND FINAL ____________________________ READING AND ADOPTED ____________________________ Frank V. Hibbard Mayor Approved as to form: Attest: ____________________________ ____________________________ Matthew J. Mytych, Esq. Rosemarie Call, MPA, MMC Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0066 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Recycling Program Update SUMMARY: Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0064 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Anchoring Limitation Areas - Councilmember Allbritton SUMMARY: Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-0065 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.2 SUBJECT/RECOMMENDATION: Citizens’ comments read at meetings - Mayor Hibbard SUMMARY: Page 1 City of Clearwater Printed on 1/26/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#22-1457 Agenda Date: 1/30/2023 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 17.1 SUBJECT/RECOMMENDATION: Airpark Advisory Board Annual Report to Council SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 1/26/2023 2022 City of Clearwater Airpark Advisory Board Recap Quarterly Meetings February Prior to meeting, Chair requested City Green presentation to be on agenda. Meeting cancelled due to transition of new City Marine and Aviation Director and Operations Manager being on leave. May Prior to meeting, Chair requested City Green presentation to be on agenda. Was advised board consensus was needed. Meeting cancelled due to vacant board position and a quorum not being obtained. 2 Quarterly Meetings August Board was introduced to new City Marine and Aviation Director. Board voted to have a City Green presentation at next meeting. Board agreed to present yearly recap to Council in November. Board was advised of RFP for Airpark lease holder. Board requested to review final RFP applications to provide feedback to City Council. November Green presentation was postponed due to City employee being on leave. Recap presentation to City Council was postponed due to lease negotiations still ongoing. Board requested update on filling vacancy and process clarification. Board discussed future funding opportunities for Airpark improvements. Board discussed duties and abilities per historic City ordinances. 3 Special Session Meeting September Chair called special session to discuss City Selection Committee’s recommendation to enter into Airpark lease negotiations with FlyUSA. FlyUSA provided a presentation to Board on their vision. Board clarified that tearing down of shade hangars and replacing with a corporate hangar was not desire of Board, Airpark tenants, or a Master Plan statement. Board welcomed idea of new FBO building and incorporation of green initiatives. Board stressed retaining the community feel of Airpark. Neighborhood representatives and Airpark tenants provided public comment on their thoughts and concerns. Ultimately, Board voted to also recommend that the City enter Airpark lease negotiations with FlyUSA. However, it was stated this was a cautious recommendation on the condition that FlyUSA continue to listen and take into consideration city resident and Airpark tenant concerns and desires. After meeting, Chair attended Neighborhoods Coalition meeting to advise of RFP and opportunity to attend City Council meeting to provide comment. After meeting, Chair requested special session to discuss new lease and make recommendations to City Council prior to City Council vote. This was rejected by City Marine and Aviation Director as not legally viable. 4 Moving Forward Board still feels a sense of reaction vs. being proactive, and frustration at not being able to be involved on Airpark matters until late in the process. Similar concern is shared with the neighborhoods and Airpark tenants. Better “visability” is needed for opportunities to provide public comment, plain language explanations (e.g. Airpark surplus, etc.) are needed, and preliminary Board inclusion on all Airpark matters moving forward should be considered. Based on City ordinances, the Board plans to move forward with the following: Monitoring Airpark operations under new lease Monitoring lessor’s obligations and providing written report on findings and recommendations Reporting on Airpark maintenance needs and other needed improvements Making requests to City Council, when appropriate, for city financial assistance and/or from other city departments as necessary to achieve objectives Making recommendations regarding additional desired improvements and maintenance, use and operation of the premises, nondiscriminatory practices, prices, and such other matters relating to the Airpark as the Board finds necessary or desirable. The Board hopes 2023 brings less delays and more proactive opportunities. 5