08/03/2023Thursday, August 3, 2023
6:00 PM
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Main Library - Council Chambers
City Council
Meeting Agenda
August 3, 2023City Council Meeting Agenda
Welcome. We are glad to have you join us. If you wish to address the Council, please complete a
Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When
recognized, please hand your card to the Clerk, approach the podium and state your name. Persons
speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public
Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson
for a group may speak for 3 minutes plus an additional minute for each person in the audience that
waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please
obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment
will be allowed for an agenda item. No person shall speak more than once on the same subject unless
granted permission by the City Council. The City of Clearwater strongly supports and fully complies
with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting
if you require special accommodations at 727-562-4090. Assisted Listening Devices are available.
Kindly refrain from using cell phones and electronic devices during the meeting.
Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through
written comment. The City has established the following two options:
1) eComments via Granicus - eComments is integrated with the published meeting agenda.
Individuals may review the agenda item details and indicate their position on the item. You will be
prompted to set up a user profile to allow you to comment, which will become part of the official public
record. The eComment period is open from the time the agenda is published. All comments received
by 5:00 p.m. the day before the meeting (August 2) will become part of the official record.
2) Email – Individuals may submit written comments or videos to
ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the
meeting (August 2) will become part of the official record.
1. Call to Order
2. Invocation
3. Pledge of Allegiance
4. Special recognitions and Presentations (Proclamations, service awards, or
other special recognitions. Presentations by governmental agencies or groups
providing formal updates to Council will be limited to ten minutes.)
4.1 Diversity Poster Contest Presentation - Sherman Stroman, H.R. Diversity
Manager; Antanay Tarrant, H.R. Analyst
4.2 U.S. Coast Guard Appreciation Month Proclamation - Senior Chief
Boatswain’s Mate Sean Crocker, Officer-in-Charge of Coast Guard Station
Sand Key.
4.3 End of Session Report - Peter Dunbar and Martha Edenfield - Dean, Mead,
and Dunbar
5. Approval of Minutes
Page 2 City of Clearwater Printed on 8/1/2023
August 3, 2023City Council Meeting Agenda
5.1 Approve the minutes of the July 20, 2023 City Council meeting as submitted in
written summation by the City Clerk.
6. Citizens to be heard re items not on the agenda
7. Consent Agenda
The Consent Agenda contains normal, routine business items that are
very likely to be approved by the City Council by a single motion. These
items are not discussed, and may all be approved as recommended on
the staff reports. Council questions on these items were answered prior
to the meeting. The Mayor will provide an opportunity for a
Councilmember or a member of the public to ask that an item be pulled
from the Consent Agenda for discussion. Items pulled will receive
separate action. All items not removed from the Consent Agenda will
be approved by a single motion of the council.
7.1 Authorize a Guaranteed Maximum Price proposal to Khors Construction Inc.,
of Pinellas Park, FL for the restoration of the Ream Wilson Trail pedestrian
bridge located over McMullen Booth Road, in the amount of $1,119,595.70
pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Services for
Continuing contracts and authorize the appropriate officials to execute same.
(consent)
7.2 Approve an agreement between the City of Clearwater and the School Board
of Pinellas County, Florida providing for the continuation of the School
Resource Officer program at Clearwater High School, Countryside High
School, Oak Grove Middle School, and Clearwater Fundamental for a
three-year period, commencing July 1, 2023 through June 30, 2026, and
authorize the appropriate officials to execute same. (consent)
7.3 Approve an agreement between the City of Clearwater and Countryside
Christian Academy and Preschool of Pinellas County, Florida providing for the
implementation of the Police Safety Officer program for a five-year period,
commencing August 1, 2023 through June 2, 2028, and authorize the
appropriate officials to execute same. (consent)
7.4 Approve a professional service agreement and work order with Wannemacher
Jensen Architects (WJA) Inc., of St. Petersburg, FL, for The Long Center Pool
Renovation 21-0026-PR in the amount of $203,951, pursuant to Request for
Qualifications (RFQ) 08-23, and authorize the appropriate officials to execute
same. (consent)
Page 3 City of Clearwater Printed on 8/1/2023
August 3, 2023City Council Meeting Agenda
7.5 Approve a proposal from Keystone Excavating, of Oldsmar, FL, for Kings
Highway over Stevenson’s Creek Retaining Wall (21-0038-EN) at the
Guaranteed Maximum Price of $435,087 pursuant to Request for
Qualifications (RFQ) 40-20, Construction Manager at Risk for Continuing
Contracts and authorize the appropriate officials to execute same. (consent)
7.6 Approve a Work Order to Advanced Engineering and Design, Inc. of Pinellas
Park, FL, for Island Way Road Improvements (23-0019-EN), in the amount of
$183,773.25, pursuant to Request for Qualifications (RFQ) 26-19, Engineer of
Record Consulting Services (EOR), and authorize the appropriate officials to
execute same. (consent)
7.7 Approve a proposal from Keystone Excavating, of Oldsmar, FL, for pilot
demonstrations as part of the Fort Harrison Avenue Corridor Improvements
(19-0036-EN) project at the Guaranteed Maximum Price of $114,912.87
pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at
Risk for Continuing Contracts, and authorize the appropriate officials to
execute same. (consent)
7.8 Approve supplemental one work order with Atkins North America, of Tampa
FL, for Community Rating System Support Services from 2023 to 2026 in the
amount of $270,930 increasing the value from $89,800 to $360,730 pursuant
to Request for Qualifications (RFQ) 26-19, Engineer of Record Continuing
Services (EOR), and authorize the appropriate officials to execute same.
(consent)
7.9 Approve an agreement and purchase order with HQE Systems, Inc of
Temecula, CA, for a severe weather and emergency alert system and support
services for the City of Clearwater residents, tourists, and Emergency
Management team in the not to exceed amount of $1,282,463.06 pursuant to
RFP 30-22, Severe Weather Alert System, and authorize the appropriate
officials to execute same. (consent)
7.10 Approve an extension of the Interlocal Agreement for Library Services in
Pinellas County for an additional five years, for the period from October 1,
2023 through September 30, 2028, and authorize the appropriate officials to
execute same. (consent)
7.11 Designate Vice Mayor Mark Bunker to serve as the City’s official voting
delegate at the Florida League of Cities’ Annual Conference, August 10-12,
2023. (consent)
Public Hearings - Not before 6:00 PM
8. Second Readings - Public Hearing
Page 4 City of Clearwater Printed on 8/1/2023
August 3, 2023City Council Meeting Agenda
8.1 Adopt Ordinance 9681-23 on second reading, annexing certain real property
whose post office address is 1786 North Hercules Ave, Clearwater, Florida
33765 into the corporate limits of the city and redefine the boundary lines of
the city to include said addition.
8.2 Adopt Ordinance 9682-23 on second reading, amending the future land use
plan element of the Comprehensive Plan of the city to designate the land use
for certain real property whose post office address is 1786 North Hercules
Ave, Clearwater, Florida 33765, upon annexation into the City of Clearwater,
as Industrial Limited (IL).
8.3 Adopt Ordinance 9683-23 on second reading, amending the Zoning Atlas of
the city by zoning certain real property whose post office address is 1786
North Hercules Ave, Clearwater, Florida 33765, upon annexation into the City
of Clearwater as Industrial, Research and Technology (IRT).
8.4 Adopt Ordinance 9692-23 on second reading, amending Section 2.263(1),
Code of Ordinances, to increase the salaries of the mayor and
councilmembers.
8.5 Adopt Ordinance 9697-23 on third reading, annexing certain real property
whose post office address is 1221 Sunset Point Road, Clearwater, Florida
33755 into the corporate limits of the city and redefine the boundary lines of
the city to include said addition.
8.6 Adopt Ordinance 9698-23 on third reading, amending the future land use plan
element of the Comprehensive Plan of the city to designate the land use for
certain real property whose post office address is 1221 Sunset Point Road,
Clearwater, Florida, 33755, upon annexation into the City of Clearwater, as
Residential Urban (RU).
8.7 Adopt Ordinance 9699-23 on third reading, amending the Zoning Atlas of the
city by zoning certain real property whose post office address is 1221 Sunset
Point Road, Clearwater, Florida 33755, upon annexation into the City of
Clearwater as Low Medium Density Residential (LMDR).
8.8 Adopt Ordinance 9700-23 on third reading, annexing certain real property
whose post office address is 1219 Sunset Point Road, Clearwater, Florida
33755 into the corporate limits of the city and redefine the boundary lines of
the city to include said addition.
8.9 Adopt Ordinance 9701-23 on third reading, amending the future land use plan
element of the Comprehensive Plan of the city to designate the land use for
certain real property whose post office address is 1219 Sunset Point Road,
Clearwater, Florida, 33755, upon annexation into the City of Clearwater, as
Residential Urban (RU).
Page 5 City of Clearwater Printed on 8/1/2023
August 3, 2023City Council Meeting Agenda
8.10 Adopt Ordinance 9702-23 on third reading, amending the Zoning Atlas of the
city by zoning certain real property whose post office address is 1219 Sunset
Point Road, Clearwater, Florida 33755, upon annexation into the City of
Clearwater as Low Medium Density Residential (LMDR).
8.11 Continue to September 7, 2023: Adopt Ordinance 9684-23 on second
reading, annexing certain unaddressed real property located on the north side
of Tanglewood Drive approximately 675 feet west of Oak Creek Drive East, in
Clearwater, Florida, 33761 into the corporate limits of the city and redefine the
boundary lines of the city to include said addition.
8.12 Continue to September 7, 2023: Adopt Ordinance 9685-23 on second reading,
amending the future land use plan element of the Comprehensive Plan of the
city to designate the land use for certain unaddressed real property located on
the north side of Tanglewood Drive approximately 675 feet west of Oak Creek
Drive East, in Clearwater, Florida, 33761, upon annexation into the City of
Clearwater, as Residential Estate (RE) and Preservation (P).
8.13 Continue to September 7, 2023: Adopt Ordinance 9686-23 on second reading,
amending the Zoning Atlas of the city by zoning certain unaddressed real
property located on the north side of Tanglewood Drive approximately 675 feet
west of Oak Creek Drive East, in Clearwater, Florida, 33761, upon annexation
into the City of Clearwater as Low Density Residential (LDR) and Preservation
(P).
9. City Manager Reports
10. City Attorney Reports
11. Closing comments by Councilmembers (limited to 3 minutes)
12. Closing Comments by Mayor
13. Adjourn
Page 6 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0793
Agenda Date: 8/3/2023 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will
be limited to ten minutes.)
In Control: Human Resources
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Diversity Poster Contest Presentation - Sherman Stroman, H.R. Diversity Manager; Antanay
Tarrant, H.R. Analyst
SUMMARY:
..APPROPRIATION CODE AND AMOUNT:
..USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
|1CITY OF CLEARWATER
2023
DIVERSITY
LEADERSHIP
COUNCIL
POSTER CONTEST
Age Group 5 - 9
3rd Place, Age 5-9: Luce Fiasconaro, 9
2nd Place, Age 5-9: Blake Young, 5
1st Place, Age 5-9: Camryn Cheney, 8
Age Group 10-12
3rd Place, Age 10-12: Emmeri Duffy, 10
2nd Place, Age 10-12: Ariel Sevelin, 11
1st Place, Age 10-12: Lillian McLeay, 12
Age Group 13 & Up
3rd Place, Age 13 & Up: Kylee Grow, 13
2nd Place, Age 13 & Up: Le’Shanti Robinson, 13
1st Place, Age 13 & Up: Zaynah Hussein Cuellar, 13
Grand Prize Winners
3rd Runner Up: Ariel Sevelin, 11
2nd Runner Up: Lillian McLeay, 12
Grand Prize Winner: Zaynah Hussein Cuellar, 13
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0911
Agenda Date: 8/3/2023 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will
be limited to ten minutes.)
In Control: Council Work Session
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
U.S. Coast Guard Appreciation Month Proclamation - Senior Chief Boatswain’s Mate Sean
Crocker, Officer-in-Charge of Coast Guard Station Sand Key.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0774
Agenda Date: 8/3/2023 Status: Agenda ReadyVersion: 1
File Type: Special recognitions
and Presentations
(Proclamations, service awards,
or other special recognitions.
Presentations by government
agencies or groups providing
formal updates to Council will
be limited to ten minutes.)
In Control: Council Work Session
Agenda Number: 4.3
SUBJECT/RECOMMENDATION:
End of Session Report - Peter Dunbar and Martha Edenfield - Dean, Mead, and Dunbar
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0910
Agenda Date: 8/3/2023 Status: Agenda ReadyVersion: 1
File Type: MinutesIn Control: City Council
Agenda Number: 5.1
SUBJECT/RECOMMENDATION:
Approve the minutes of the July 20, 2023 City Council meeting as submitted in written
summation by the City Clerk.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
City Council Meeting Minutes July 20, 2023
Page 1 City of Clearwater
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Meeting Minutes
Thursday, July 20, 2023
6:00 PM
Main Library - Council Chambers
City Council
Draft
City Council Meeting Minutes July 20, 2023
Page 2 City of Clearwater
Roll Call
Present: 5 - Mayor Brian Aungst Sr., Vice Mayor Mark Bunker, Councilmember
David Allbritton, Councilmember Kathleen Beckman and
Councilmember Lina Teixeira
Also Present: Jennifer Poirrier – City Manager, Michael Delk – Assistant City
Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk
and Nicole Sprague – Deputy City Clerk.
To provide continuity for research, items are listed in agenda order although not
necessarily discussed in that order.
Unapproved
1. Call to Order – Mayor Aungst, Sr.
The meeting was called to order at 6:00 p.m.
2. Invocation – Pastor Bob Brubaker from Christ Community Presbyterian Church 3. Pledge of Allegiance
4. Special recognitions and Presentations (Proclamations, service awards, or
other special recognitions. Presentations by governmental agencies or groups
providing formal updates to Council will be limited to ten minutes.) – Given.
4.1 July Service Awards
Two service awards were presented to city employees.
The July/August Bimonthly Team Award was presented to the Jasmine
Fire Crew- Station 45C: Lt. Sean Becker, Matthew Mauger, Gabriel
Cerpa, Joshua Engberg, Christopher Vital, Noah Kidd, Lt. Anthony
Gomillion, Michael Billian, and Curtis Fivecoat.
4.2 Clearwater Sister Cities High School and Middle School Japan Trip Presentations
Clearwater, Florida, USA and Nagano, Japan have been Sister Cities since
1959. Every year the City of Clearwater awards four scholarships to high
school students (Clearwater residents) for a cultural exchange trip to Nagano,
Japan. This year the four students and one chaperone traveled from June 22
to July 3. Clearwater Sister Cities Inc. sends middle school students on a
similar trip, not funded by the city. This year seven middle school students and
three chaperones traveled to Japan from June 6 to June 20. These cultural Draft
City Council Meeting Minutes July 20, 2023
Page 3 City of Clearwater
exchange trips have been on hold since 2019 due to the pandemic. Students
will give short presentations of their trip and share their experiences and what
they have learned.
5. Approval of Minutes
5.1 Approve the minutes of the June 15, 2023 City Council meeting as submitted in
written summation by the City Clerk.
Councilmember Beckman moved to approve the minutes of the
June 15, 2023 City Council meeting as submitted in written
summation by the City Clerk. The motion was duly seconded and
carried unanimously.
6. Citizens to be heard re items not on the agenda
Maryellen Gordon opposed the proposed development at 420/432 Bay
Avenue and asked which agency was responsible for enforcing the
stated criteria of the Downtown Development Zone goals and Greenprint
2.0 environmental goals.
Sarah Brown Caudell opposed the proposed development at 420/432
Bay Avenue and requested notification and council oversight on any
construction proposed on the sites.
Katrina George expressed concerns with 34 feral cats roaming her
neighborhood and requested assistance to address the roaming cat
colony.
Rudy Michalek referenced a recent newspaper article regarding civility
at meetings and thanked Council for their dedication and service to the
city. He said inflation is down and now slightly above 7% in Tampa.
Ellen O'Donnell opposed the potential demolition of the Clearwater Lawn
Bowling and Shuffleboard clubhouses in order to accommodate other
recreation activities, requested the City advertise and market the Lawn
Bowling and Shuffleboard facility, and provided a proposal that would
allow the City to accommodate additional sports activities without
eliminating any of the lawn bowling or shuffleboard facilities.
Jason Mastropietro requested consideration to add one full time
employee at Moccasin Lake Nature Park to support the growing
activities at the park. Draft
City Council Meeting Minutes July 20, 2023
Page 4 City of Clearwater
Matthew Zimmerman said homelessness affects individuals of all walks
of life and encouraged the City to support policies and funding for
affordable housing.
Patrick Raftery encouraged Council to understand the staffing shortages
in each department and why the vacant positions cannot be filled. He
said the staffing shortages impact not only the department, but the
organization as a whole. He also supported an additional FTE at
Moccasin Lake Nature Park.
Jeff Denis and T. William Atherton opposed the proposed development
at 420/432 Bay Avenue and expressed concerns with the notification
process.
Robert Wiltz encouraged the City to support initiatives that address
homeless vulnerability, as the vulnerability brings crime.
Phil Kitchens opposed selling alcohol at Coachman Park and opposed
the comments made during the work session regarding freedom of
speech at council meetings. He suggested naming a street after former
city manager William B. Horne II.
Mr. Holuba expressed concerns with efforts trampling citizens' First
Amendment rights at council meetings and opposed amending decorum
rules.
Mike Riordon said the homeless undercount is a nationwide fact. He
suggested Cleveland Street should be open in the mornings through
6:00 p.m.; Thursdays through Sunday, sections of the street should be
closed.
Jennifer Haithcock supported the affordable housing initiatives
contained in the Pinellas County Housing Compact and stated if the City
could raise $84 million to build Coachman Park, the City can raise funds
needed for a high-rise homeless shelter with affordable housing and
mental health services.
Kathy Flaherty submitted an email regarding the replacement of the irrigation
system at the Clearwater Golf Course (see page 25).
Beth Davis submitted an email supporting an Eviction Specialist staff position
(see page 26).
Cheryl U submitted an email regarding short term rental regulations within
city limits (see page 27).
Draft
City Council Meeting Minutes July 20, 2023
Page 5 City of Clearwater
7. Consent Agenda – Approved as submitted, less Items 7.6 and 7.19.
7.1 Accept a Gas Utility Easement from KW REALTY FUND IX LLC, for the construction,
installation, and maintenance of gas utility facilities on real property located at 2358,
2308, 2284, 2290, 2294, 2298, 2302, 2310, 2316, 2320, 2324, 2328, and 2332 Gunn
Highway, Odessa, FL 33556. (consent)
7.2 Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the
purchase of amenities for park locations in the total amount of $267,576.75, pursuant
to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d),
Impractical, and authorize the appropriate officials to execute same. (consent)
7.3 Approve agreement terms with Bounce Life Amusements, LLC of Largo Florida and
authorize the appropriate officials to execute same. (consent)
7.4 Authorize a Guaranteed Maximum Price proposal to Khors Construction Inc., of
Pinellas Park, FL for the construction and replacement of the wooden deck around the
Pier 60 Concession Stand, in the amount of $287,729.98, pursuant to RFQ 40-20,
Construction Manager at Risk (CMAR) Services for Continuing contracts and
authorize the appropriate officials to execute same. (consent)
7.5 Approve a Strategic Consulting Services Contract between the city and CAA ICON in
a not to exceed amount of $210,000 to provide consulting services in connection with
negotiations with the Philadelphia Phillies for the renovations and usage of BayCare
Ballpark and the Carpenter Complex and authorize the appropriate officials to execute
same. (consent)
7.6 Approve a Restrictive Covenant between the City of Clearwater and State of Florida,
Department of State, Division of Arts and Culture to allow Ruth Eckerd Hall, Inc. to
receive a Cultural Facilities Grant in the amount of $500,000 and authorize the
appropriate officials to execute same. (consent)
See Below.
7.7 Approve acceptance of a United States Department of Justice, Office of Justice
Programs (OJP), 2022 Bureau of Justice Assistance Fiscal Year 2022 Edward Byrne
Memorial Justice Assistance Grant (JAG) Program - Local Solicitation, grant award in
the amount of $40,122 for the Mental Health Co-Responder Team and authorize the
appropriate officials to execute same. (consent)
7.8 Approve the Distribution Easement request by Duke Energy to operate and maintain
its facilities in support of the City Hall Bluff project at 112 S. Osceola Avenue,
Clearwater, Florida. (consent)
Draft
City Council Meeting Minutes July 20, 2023
Page 6 City of Clearwater
7.9 Approve four-year Professional Service Agreements with forty-seven firms, selected
for Engineer of Record (EOR), pursuant to Request for Qualifications (RFQ) 34-23
and authorize the appropriate officials to execute same. (consent)
7.10 Approve the Drainage Easement conveyance request from Dolphin Harbour
Development of Island Estates, LLC., to install, repair, and maintain drainage utilities
on real property located at 125 Island Way, Clearwater, Pinellas County, Florida.
(consent)
7.11 Approve Supplemental One Work Order to Mead and Hunt, Inc. of Tampa, FL, for the
Citywide Transportation Mobility Assessment (21-0036-EN) in the amount of $146,000
increasing the value from $352,800 to $498,800 pursuant to Request for
Qualifications (RFQ) 26-19, Engineer of Record Continuing Services (EOR), and
authorize the appropriate officials to execute same. (consent)
7.12 Authorize a purchase order to Bausch Enterprises Inc. of Stuart, FL, for the purchase
of beach lifeguard towers for Clearwater Fire and Rescue (CFR) beach lifeguard
personnel in the amount of $143,625.00, pursuant to Invitation to Bid 35-23 -
Aluminum Lifeguard Towers, and authorize the appropriate officials to execute same.
(consent)
7.13 Reappoint Mr. Rick G. Stucker to a four-year term as a Trustee of the Clearwater
Firefighers’ Supplemental Trust Fund in accordance with Sec. 175.061 of the Florida
State Statutes. (consent)
7.14 Authorize a purchase order to CDW-G, of Vernon Hills, IL, for Cisco hardware and
software solutions in the amount of $257,332.41, pursuant to Clearwater Code of
Ordinances Section 2.563(1)(c), Piggyback; authorize the use of a lease purchase
under the City's Master Lease Purchase Agreement or internal financing via an
interfund loan from the Capital Improvement Fund, whichever is deemed to be in the
City's best interests; and authorize the appropriate officials to execute same.
(consent)
7.15 Approve a purchase order to Oracle America, Inc. of Redwood Shores, CA for
software maintenance in a not-to-exceed amount of $180,645.39 for a one-year term
pursuant to Clearwater Code of Ordinances Section 2.563 (1)(a), single source, and
authorize the appropriate officials to execute same. (consent)
7.16 Approve a second amendment and second extension to the Water Taxi Services
Contract with Clearwater Ferry Services, Inc. for the term of ten years, commencing
October 1, 2023 and providing $500,000 in subsidies to Clearwater Ferry Services Inc.
over a five-year period and authorize the appropriate officials to execute same.
(consent)
7.17 Authorize a Purchase Order to W.W. Grainger of Lake Forest, IL., for the purchase of Draft
City Council Meeting Minutes July 20, 2023
Page 7 City of Clearwater
maintenance, repair, and operating supplies in the not-to-exceed amount of
$350,000.00 ($175,000.00 for Public Utilities and $175,000.00 for General Services)
for the period of July 1, 2023 through June 30, 2024, for one year, per Clearwater
Code of Ordinances Section 2.563(1)(c), piggyback, and authorize the appropriate
officials to execute same. (consent)
7.18 Approve Supplemental Work Order 3 to Black and Veatch, Inc., of Tampa, FL, for
SCADA Master Plan Project Management Services (20-0016-UT) in the amount of
$62,500.00, increasing the work order from $143,080.00 to $205,580.00, and
authorize the appropriate officials to execute same. (consent)
7.19 Award a construction contract to TLC Diversified, Inc. of Palmetto, FL, in the amount
of $7,933,000.00 for the Lift Station 16 Pierce Street Rehabilitation project pursuant to
Invitation to Bid (ITB) 20-0008-UT, approve Supplemental Work Order 3 to Stantec
Inc. for Construction Engineering Services in the amount of $203,819.00, increasing
work order from $580,564.00 to $784,383.00, and authorize the appropriate officials to
execute same. (consent)
See Below.
7.20 Reappoint Stephanie Chill to the Sister Cities Advisory Board with a term to expire
July 31, 2027. (consent)
7.21 Reappoint Deena Stanley to the Marine Advisory Board with a term to expire July 31,
2027. (consent)
7.22 Ratify and confirm hiring the law firm of Luke Charles Lirot, P.A. for representation in
the case of Florida Preborn Rescue, Inc., Allen Tuthill, Antoniette M. Migliore, Scott J.
Mahurin, and Judith Goldsberry v. City of Clearwater, Case No.
8:23-cv-01173-MSS-AAS for the initial retainer amount of $25,000. (consent)
Vice Mayor Bunker to approve the Consent Agenda as submitted,
less Items 7.6 and 7.19, and authorize the appropriate officials to
execute same. The motion was duly seconded and carried
unanimously.
7.6 Approve a Restrictive Covenant between the City of Clearwater and State of Florida,
Department of State, Division of Arts and Culture to allow Ruth Eckerd Hall, Inc. to
receive a Cultural Facilities Grant in the amount of $500,000 and authorize the
appropriate officials to execute same. (consent)
Ruth Eckerd Hall, Inc. (REH) applied for and received a cultural facilities grant
in the amount of $500,000 for interior renovations and improvement to the
performing arts center. The City as owner of the land and buildings is
required to enter a restrictive covenant with the State under Section 265.701(4) Draft
City Council Meeting Minutes July 20, 2023
Page 8 City of Clearwater
Florida Statues to ensure that the facility will be used for a “cultural facility” for
ten years following the execution of the agreement.
A “cultural facility” as defined by the State is a building which will be used
primarily for the programming, production, presentation, exhibition of the
cultural disciplines such as: music, theater, creative writing, literature, painting,
sculpture, folk art etc.
The City currently has an agreement with REH that runs to July 1, 2031, to
operate the facility as a “cultural facility”, while the restrictive covenant will run
to July 17, 2033. Even if REH and the City do not extend the current lease
beyond July 1, 2031, staff is recommending approval of the restrictive
covenant as the city will continue to operate the facility as a “cultural facility” for
the remaining two years as required by the restrictive covenant.
The Mayor said per the City Attorney, he must recuse himself.
Councilmember Teixeira moved to approve a Restrictive Covenant
between the City of Clearwater and State of Florida, Department of
State, Division of Arts and Culture to allow Ruth Eckerd Hall, Inc. to
receive a Cultural Facilities Grant in the amount of $500,000 and
authorize the appropriate officials to execute same. The motion
was duly seconded and carried with the following vote:
Ayes: 4 - Vice Mayor Bunker, Councilmember Allbritton, Councilmember
Beckman and Councilmember Teixeira
Recused: 1 - Mayor Aungst Sr.
7.19 Award a construction contract to TLC Diversified, Inc. of Palmetto, FL, in the amount
of $7,933,000.00 for the Lift Station 16 Pierce Street Rehabilitation project pursuant to
Invitation to Bid (ITB) 20-0008-UT, approve Supplemental Work Order 3 to Stantec
Inc. for Construction Engineering Services in the amount of $203,819.00, increasing
work order from $580,564.00 to $784,383.00, and authorize the appropriate officials to
execute same. (consent)
Due to age and increasing capacity requirements identified in the Wastewater
Collection System Master Plan, Lift Station 16 requires replacement. The work
consists of demolishing the current lift station and constructing a new 4.9 MGD
lift station located at the Western end of Pierce Street.
Public Utilities Department issued ITB 20-0008-UT which closed on March 22,
2023. TLC Diversified Inc of Palmetto, FL was the lowest and only responsible
bid received in accordance with the plans and specifications. In June 2022,
Engineer of Record (EOR) Stantec had estimated the construction cost to be Draft
City Council Meeting Minutes July 20, 2023
Page 9 City of Clearwater
$5.3 million. Due to the post pandemic economy, the estimated costs have
continued to increase.
On June 4, 2020, City Council approved an initial work order to EOR Stantec to
provide design, permitting, and construction services for the rehabilitation of
failing components at Lift Station 16 in the amount of $198,608. At the time of
this initial work order, the construction cost estimate was under $4 million, and
the project was awarded to an EOR.
On December 17, 2020, City Council approved Supplemental Work Order 1 to
EOR to provide additional design and construction services associated with the
above recommended capacity improvements at Lift Station 16 in the amount of
$248,966, increasing the work order value from $198,608 to $447,574.
On April 4, 2022, City Council approved Supplemental Work Order 2 to EOR
Stantec in the amount of $132,990 to provide additional design and services
associated with the addition of a canopy structure with cladding/screening as
well as more robust landscaping/irrigation to better screen the facility given the
lift station’s proximity to Imagine Clearwater, increasing the work order value
from $447,574 to $580,564.
Supplemental Work Order 3 is for additional project management,
administration, additional engineering services and resident project
representative (RPR) during construction which is currently estimated to be 9
months. Although the construction cost is now more than $4 million, this project
initially began when the estimated cost of construction was under $4 million
and the continued use of Stantec is in accordance with the Florida's
Consultants' Competitive Negotiation Act (CCNA) guidelines. In addition, the
use of a different engineering firm would result in higher costs to the City.
Construction duration is 275 calendar days after issuance of Notice to
Proceed.
The City of Clearwater’s Public Utilities Department is responsible for owning,
operating, and maintaining the sanitary sewer collection system.
APPROPRIATION CODE AND AMOUNT:
3217321-563800-96686 $7,933,000
3217321-561300-96686 $203,819
A second quarter budget amendment will transfer Sewer Revenue (388422) in
the amount of $5,000,000 from 96215 Northeast Plant
Upgrades/Improvements to 96686 Pump Station Replacement.
Additional funds are available in 96686 Pump Station Replacement to fund the
program.
In response to questions Engineering Division Manager Jeremy Brown said
the projected cost provided by the Engineer of Record in 2020 was less than
$4 million. The supply market has been volatile and the engineer of record Draft
City Council Meeting Minutes July 20, 2023
Page 10 City of Clearwater
included a 40% market conditions premium (contingency). Staff reached out
to 30 companies in the area and asked why they did not respond to the
request. Many companies stated the project did not fit their workload or
could not provide a competitive bid with the current labor market. He
said projects are funded in advance.
Councilmember Allbritton moved to award a construction contract
to TLC Diversified, Inc. of Palmetto, FL, in the amount of
$7,933,000.00 for the Lift Station 16 Pierce Street Rehabilitation
project pursuant to Invitation to Bid (ITB) 20-0008-UT, approve
Supplemental Work Order 3 to Stantec Inc. for Construction
Engineering Services in the amount of $203,819.00, increasing
work order from $580,564.00 to $784,383.00, and authorize the
appropriate officials to execute same. The motion was duly
seconded and carried unanimously.
Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings
8.1 Adopt a tentative millage rate of 5.8850 mills for fiscal year 2023/24; set public
hearing dates on the budget for September 6, 2023 and September 21, 2023, to be
held no earlier than 6:00 p.m., and schedule a special work session on August 7,
2023, at 1:30 p.m. to fully discuss the proposed budget. (APH)
In accordance with the Truth in Millage (TRIM) process, the City Council must
adopt a tentative millage rate and set public hearing dates prior to finalizing
and adopting a budget. This information must be provided to the Pinellas
County Property Appraiser and Tax Collector by August 1, 2023. The City's
proposed millage rate and public hearing dates will be included on the TRIM
notices mailed to taxpayers in August. This tentative rate cannot be increased
without first-class mailing notification to each taxpayer at the expense of the
City of Clearwater, not less than 10 days and not more than 15 days before the
public hearing.
The City Manager's recommended millage rate is 5.8850 mills, the same as
the current year. This rate is 10.27% more than the rolled back rate of 5.3370
mills. The rolled-back rate is the millage rate that will provide the City with the
same property tax revenue as was levied in the prior year. If the proposed
millage rate of 5.8850 mills is adopted, the City's ordinance adopting the
millage rate will reflect an 10.27% increase from the rolled-back rate of 5.3370
mills. Draft
City Council Meeting Minutes July 20, 2023
Page 11 City of Clearwater
The proposed millage rate as well as other TRIM millage rates will be noted on
the 2023 compliance forms as follows:
5.8850 mills - Tentative millage rate
5.3370 mills - Rolled-back millage rate
5.7816 mills - Maximum majority vote rate
6.3598 mills - Maximum two-thirds vote rate
A special budget work session is being scheduled for Monday, August 7, 2023,
at 1:30 pm to fully discuss the proposed budget.
Budget Director Kayleen Kastel provided a PowerPoint presentation.
One individual supported maintaining the millage rate, requested that
housing initiatives be treated with more urgency, and encouraged
increasing the allocation of social services for homelessness.
One individual supported providing funding towards workforce and
affordable housing.
One individual supported lowering the millage.
The Council recessed from 7:33 p.m. to 7:41 p.m.
Councilmember Beckman moved to adopt a tentative millage rate
of 5.8850 mills for fiscal year 2023/24; set public hearing dates on
the budget for September 6, 2023 and September 21, 2023, to be
held no earlier than 6:00 p.m., and schedule a special work session
on August 7, 2023, at 1:30 p.m. to fully discuss the proposed
budget. The motion was duly seconded and carried unanimously.
8.2 Approve the City of Clearwater’s Fiscal Year (FY) 2023/2024 Annual Action Plan,
which is the fourth Action Plan of the FY 2020/2021 - FY 2024/2025 Consolidated
Plan, to implement the goals and objectives set forth in the Consolidated Plan and
authorize the appropriate officials to enter into agreements with HUD and
organizations approved for funding, together with authorization to execute
administrative adjustments to same as needed. (APH)
On July 16, 2020, City Council approved the 2020/2021 - 2024/2025
Consolidated Plan (Consolidated Plan) identifying the city’s goals and
objectives with respect to the city’s administration of HOME Investment
Partnerships (HOME) and Community Development Block Grant (CDBG)
Program funds. Under the Consolidated Plan, the City is required by US
Department of Housing and Urban Development (HUD) to create and
implement a plan each year to identify the sources and uses of these funds for Draft
City Council Meeting Minutes July 20, 2023
Page 12 City of Clearwater
housing, community programs, and economic development. This plan, referred
to as the Annual Action Plan, provides HUD with the City’s Housing Division
budget and proposed expenditures based on the entitlement funds and
estimated program income that the City will receive in the upcoming fiscal year
to meet the goals and objectives established in the Consolidated Plan.
Funds will be used to develop viable communities and sustain existing ones. In
addition, the funds will be used to provide safe, decent and affordable housing
to assist extremely low- to moderate-income households. This year’s Annual
Action Plan allocates federal funds to provide housing opportunities to
extremely low- to moderate-income households for new and existing homes,
construction and/or renovation of public facilities, and to fund public services
programs.
The Annual Action Plan serves as a budget for planned projects and identifies
unallocated funds available for additional project(s) throughout the budget
year. Staff requests authorization to make administrative adjustments during
the budget year to fund additional project(s), including shifting funds between
projects within budgetary segments.
The FY2023/2024 Annual Action Plan is due to HUD on August 15, 2023. All
organizations that will be receiving an allocation will have agreements prepared
and executed by October 1, 2023. Staff performs compliance monitoring with
funded organizations on an annual basis.
On June 7, a notice of 30-day comment period and public hearings was
published in the Tampa Bay Times. On July 11, 2023, the City’s Neighborhood
and Affordable Housing Advisory Board (NAHAB) hosted the 1st of the 2
required public hearings and passed a motion recommending City Council
approval of the FY2023/2024 Annual Action Plan.
Grant Application Process for CDBG Program -
The City partners with several non-profit agencies to implement the goals and
objectives established in the Consolidated Plan. To obtain these partners, the
City annually publishes in February a Notice of Funding Availability in the local
newspaper and on its website. This notice informs the public of the resources
the City will make available and the eligible uses of those resources. It also
informs them of the 30-day application period for requesting funds. The
applications were due on March 17, 2023. The city received 22 completed and
qualified applications and staff recommends funding of each.
A Technical Review Committee (TRC) comprised of a professional in the social
service and grants community, a member of the NAHAB, a representative of
the Clearwater Urban Leadership Coalition, and the City Clerk reviewed and Draft
City Council Meeting Minutes July 20, 2023
Page 13 City of Clearwater
ranked the applications. Applicants were provided an opportunity to present
their proposed projects at the April 11, 2023, NAHAB meeting. City Housing
staff also reviewed each application to ensure it met HUD’s baseline
requirements. With guidance from the TRC and NAHAB and based on
available funding, City staff prepared recommended funding allocations. The
NAHAB met on May 9, 2023 and approved the recommended allocations.
NAHAB approval is subject to City Council approval of the Annual Action Plan.
Recommended CDBG Grant Allocations (Competitive) -
The City may allocate up to 15% ($137,000) of its CDBG entitlement funds for
Public Services activities. This year the city received eight requests for funding
subject to the 15% cap. Staff recommends allocation of funding based on the
tiered ranking of TRC scoring for which the three highest-ranked applicants are
granted $22,833 each; the next three highest-ranked applicants are granted
$15,983 each; and the two lowest-ranked applicants are granted $10,275
each.
The city received eight requests for funding of Public Facilities improvements.
The TRC reviewed each application and recommended funding of each
request as appropriate. Staff is recommending funding of all eligible
components of each request up to $90,000 (plus project delivery costs paid by
the city including inspection fees, environmental review record and other fees).
The total staff-recommended allocation for the eight projects is $559,141.
These investments will help daily operations of each public service provider
with improved facility functionality, efficiency, and safety features.
Other Recommended Allocations (Non-Competitive) -
Staff recommends funding of the following additional activities/programs:
• Additional requests for public facility or infrastructure projects ($590,523)
• Small business/microenterprise, childcare, and façade activities
($388,352),
• New Construction, Rehabilitation, Purchase Assistance (fka Down Payment
Assistance), Tenant Based Rental Assistance and Community Housing
Development Organization (CHDO) set aside funds ($8,661,289)
• Homeownership Education & Counseling ($50,000)
• Property Acquisition & Demolition ($255,000)
BACKGROUND:
Anticipated Resources -
In FY2023-2024, the City will receive $913,337 in entitlement funds for the Draft
City Council Meeting Minutes July 20, 2023
Page 14 City of Clearwater
CDBG Program and $532,649 in entitlement funds for the HOME Program.
The City is also reprogramming: $5,118,850 in prior year HOME entitlement
and program income funding; $228,000 in anticipated FY2023-2024 HOME
program income; $1,163,192 in prior year CDBG entitlement and program
income funding; $27,800 in anticipated FY2023-2024 CDBG program income;
and $1,221,637 in CDBG Revolving Loan Program funds.
Funds provided through the CDBG Program may be used for housing,
community and economic development, public services and facilities,
acquisition, relocation and administration. Funds provided through the HOME
Program are limited to housing-related activities and administration.
Included in the budget is State Housing Initiatives Partnership (SHIP) Program
funds in amounts of $1,365,854 and $475,000 in entitlement and anticipated
program income funding, respectively.
In response to questions, Economic Development and Housing Director
Denise Sanderson said SHIP funds are included in the consolidated
plan because the funds are used to achieve HUD's national objectives.
She said the City uses SHIP funds to support homebuyer education and
counseling services, instead of CDBG/HOME funds. The federal funds
are entitlement funds (formula allocations based on population and
low-moderate income areas). The city does not receive SAIL funding.
Ms. Sanderson said the City does not have an active rental assistance
program; the department administered one many years ago. The
department is proposing to contract Clearwater Housing Authority to do
the first/last month rent, or security deposit, to support their housing
choice voucher program. Landlords are reluctant to be involved in the
voucher program due to delayed payment. She said it is hoped that the
rental assistance program will mitigate that since there will always be a
security deposit. The 2020/2021 HOME-ARP funds allocation will be
amended to reprogram $891,000 for supportive services, such as
housing navigation, housing liaison, and legal services. She sad the
department has included an additional FTE in the proposed budget for
the affordable housing division.
Vice Mayor Bunker moved to Approve the City of Clearwater’s
Fiscal Year (FY) 2023/2024 Annual Action Plan, which is the fourth
Action Plan of the FY 2020/2021 - FY 2024/2025 Consolidated Plan,
to implement the goals and objectives set forth in the Consolidated
Plan and authorize the appropriate officials to enter into
agreements with HUD and organizations approved for funding,
together with authorization to execute administrative adjustments
to same as needed. The motion was duly seconded and carried Draft
City Council Meeting Minutes July 20, 2023
Page 15 City of Clearwater
unanimously.
8.3 Approve the annexation, initial Future Land Use Map designation of Residential Urban
(RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR)
District for 1221 Sunset Point Road and pass Ordinances 9697-23, 9698-23, and
9699-23 on second reading. (ANX2022-05007)
This voluntary annexation request was passed on first reading on July 21,
2022 and involves a 0.137-acre property consisting of one parcel located on
the south side of Sunset Point Road approximately 385 feet east of Douglas
Avenue. The property is contiguous to existing City boundaries to the north.
Second reading of this annexation request was delayed because the applicant
was constructing a single-family dwelling on this parcel under the County’s
jurisdiction. The construction has been completed and a Certificate of
Occupancy issued so second reading can now take place. A Future Land Use
Map designation of Residential Urban (RU) and a Zoning Atlas designation of
Low Medium Density Residential (LMDR) were approved for the property on
first reading. Due to the amount of time that has lapsed since that hearing,
new ordinance numbers have been assigned to reflect the current year
(previous Ordinance numbers: 9583-22, 9584-22 and 9585-22), so a third and
final reading will also be scheduled for August 3, 2023 meeting.
Ordinances 9697-23, 9698-23, and 9699-23 were presented and read
by title only.
Councilmember Teixeira moved to approve the annexation, initial
Future Land Use Map designation of Residential Urban (RU) and
initial Zoning Atlas designation of Low Medium Density Residential
(LMDR) District for 1221 Sunset Point Road and pass Ordinances
9697-23, 9698-23, and 9699-23 on second reading. The motion was
duly seconded and upon roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
8.4 Approve the annexation, initial Future Land Use Map designation of Residential Urban
(RU) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR)
District for 1219 Sunset Point Road and pass Ordinances 9700-23, 9701-23, and
9702-23 on second reading. (ANX2022-05008)
This voluntary annexation request was passed on first reading on July 21,
2022 and involves a 0.137-acre property consisting of one parcel located on
the southeast corner of Sylvan Drive and Sunset Point Road. The property is
contiguous to existing city boundaries to the north. Second reading of this
annexation request was delayed because the applicant was constructing a Draft
City Council Meeting Minutes July 20, 2023
Page 16 City of Clearwater
single-family dwelling on this parcel under the County’s jurisdiction. The
construction has been completed and a Certificate of Occupancy issued so
second reading can now take place. A Future Land Use Map designation of
Residential Urban (RU) and a Zoning Atlas designation of Low Medium Density
Residential (LMDR) were approved for the property on first reading. Due to the
amount of time that has lapsed since that hearing, new ordinance numbers
have been assigned to reflect the current year (previous Ordinance numbers:
9586-22, 9587-22 and 9588-22), so a third and final reading will also be
scheduled at the August 3, 2023 meeting.
Ordinances 9700-23, 9701-23, and 9702-23 were presented and read
by title only.
Councilmember Allbritton moved to approve the annexation, initial
Future Land Use Map designation of Residential Urban (RU) and
initial Zoning Atlas designation of Low Medium Density Residential
(LMDR) District for 1219 Sunset Point Road and pass Ordinances
9700-23, 9701-23, and 9702-23 on second reading. The motion was
duly seconded and upon roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
8.5 Approve the annexation, initial Future Land Use Map designation of Industrial Limited
(IL) and initial Zoning Atlas designation of Industrial, Research and Technology (IRT)
District for 1786 North Hercules Avenue, and pass Ordinances 9681-23, 9682-23, and
9683-23 on first reading. (ANX2023-05004)
This voluntary annexation petition involves a 0.300-acre property consisting of
one parcel of land occupied by a warehouse and office. The property is located
on the west side of North Hercules Avenue approximately 200 feet south of
Calumet Street. The applicant is requesting annexation in order to receive
sanitary sewer and solid waste service from the city. The property is
contiguous to existing city boundaries to the east. It is proposed that the
property be assigned a Future Land Use Map designation of Industrial Limited
(IL) and a Zoning Atlas designation of Industrial, Research and Technology
(IRT).
The Planning and Development Department determined that the proposed
annexation is consistent with the provisions of Community Development Code
Section 4-604.E as follows:
• The property currently receives water service from the city. The closest
sanitary sewer line is located in the adjacent North Hercules Avenue
right-of-way. The applicant has paid the city's sewer impact and Draft
City Council Meeting Minutes July 20, 2023
Page 17 City of Clearwater
assessment fees in full and is aware of the additional costs to extend
city sewer service to this property. The property is located within Police
District III and service will be administered through the district
headquarters located at 2851 McMullen Booth Road. Fire and
emergency medical services will be provided to this property by Station
#48 located at 1700 North Belcher Road. The city has adequate
capacity to serve this property with sanitary sewer, solid waste, police,
and fire and EMS service. The proposed annexation will not have an
adverse effect on public facilities and their levels of service; and
• The proposed annexation is consistent with and promotes the following
objectives and policy of the Clearwater Comprehensive Plan:
Objective A.2.2 Future land use in the City of Clearwater shall be
guided by the city’s Future Land Use Map, which shall be consistent
with the Countywide Plan for Pinellas County (The Countywide
Plan) including the Countywide Plan Map and shall be implemented
through the city’s Community Development Code.
Objective A.6.4 Due to the built-out character of the City of
Clearwater, compact urban development within the urban service
area shall be promoted through application of the Clearwater
Community Development Code.
Objective A.7.2 Diversify and expand the City’s tax base through the
annexation of a variety of land uses located within the Clearwater
Planning Area.
• The proposed Industrial Limited (IL) Future Land Use Map category is
consistent with the current Countywide Plan designation of the property.
The IL designation primarily permits non-residential uses at a floor area
ratio (FAR) of 0.65. The proposed zoning district to be assigned to the
property is the Industrial, Research and Technology (IRT) District. The
use of the subject property is consistent with the uses allowed in the
district. The property is nonconforming with regard to lot area and width
and has numerous nonconforming site conditions. Any future
development or redevelopment of this site can only be achieved
through a comprehensive infill redevelopment project; and
• The proposed annexation is therefore consistent with the Countywide
Plan and the City’s Comprehensive Plan and Community Development
Code; and
• The property proposed for annexation is contiguous to existing city Draft
City Council Meeting Minutes July 20, 2023
Page 18 City of Clearwater
boundaries to the east; therefore, the annexation is consistent with
Florida Statutes Chapter 171.044.
Ordinances 9681-23, 9682-23, and 9683-23 were presented and read
by title only.
Councilmember Beckman moved to approve the annexation, initial
Future Land Use Map designation of Industrial Limited (IL) and
initial Zoning Atlas designation of Industrial, Research and
Technology (IRT) District for 1786 North Hercules Avenue, and pass
Ordinances 9681-23, 9682-23, and 9683-23 on first reading. The
motion was duly seconded and upon roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
8.6 Continue to August 17, 2023: Approve the annexation, initial Future Land Use Map
designations of Residential Estate (RE) and Preservation (P) and initial Zoning Atlas
designations of Low Density Residential (LDR) and Preservation (P) Districts for an
unaddressed parcel on Tanglewood Drive, and pass Ordinances 9684-23, 9685-23,
and 9686-23 on first reading. (ANX2023-05005)
This voluntary annexation petition involves a 0.456-acre property consisting of
one parcel of vacant land. The property is located on the north side of
Tanglewood Drive approximately 675 feet west of Oak Creek Drive East. The
applicant is requesting annexation in order to receive sanitary sewer and solid
waste service from the city. The applicant plans to develop a detached dwelling
on the property but there have been no plans submitted at this time. The
property is contiguous to existing city boundaries to the north and east. It is
proposed that the property be assigned Future Land Use Map designations of
Residential Estate (RE) and Preservation (P) and Zoning Atlas designations of
Low Density Residential (LDR) and Preservation (P).
The Planning and Development Department determined that the proposed
annexation is consistent with the provisions of Community Development Code
Section 4-604.E as follows:
• The property currently receives water service from the county. The
closest sanitary sewer line is located in the Oak Creek Drive North
right-of-way to the north of the subject property, which the property
owner plans to extend to via a private line. The applicant is aware that
the city's sewer impact and assessment fees must be paid in full prior
to connection and of the additional costs to extend city sewer service to
this property. The property is located within Police District III and Draft
City Council Meeting Minutes July 20, 2023
Page 19 City of Clearwater
service will be administered through the district headquarters located at
2851 McMullen Booth Road. Fire and emergency medical services will
be provided to this property by Station #50 located at 2681 Countryside
Boulevard. The city has adequate capacity to serve this property with
sanitary sewer, solid waste, police, and fire and EMS service. The
proposed annexation will not have an adverse effect on public facilities
and their levels of service; and
• The proposed annexation is consistent with and promotes the following
objectives and policy of the Clearwater Comprehensive Plan:
Objective A.2.2 Future land use in the City of Clearwater shall
be guided by the city’s Future Land Use Map, which shall be
consistent with the Countywide Plan for Pinellas County (The
Countywide Plan) including the Countywide Plan Map and shall
be implemented through the city’s Community Development
Code.
Objective A.6.4 Due to the built-out character of the City of
Clearwater, compact urban development within the urban
service area shall be promoted through application of the
Clearwater Community Development Code.
Objective A.7.2 Diversify and expand the City’s tax base through
the annexation of a variety of land uses located within the
Clearwater Planning Area.
Policy A.7.2.3 Continue to process voluntary annexations for
single-family residential properties upon request.
• The proposed Future Land Use Map Residential Estate (RE) and
Preservation (P) categories are consistent with the current Countywide
Plan designation of the property. The RE designation primarily permits
residential uses at a density of 1 unit per acre. The proposed zoning
districts to be assigned to the property are the Low Density Residential
(LDR) and Preservation (P) Districts. The use of the subject property is
consistent with the uses allowed in the districts and the property
exceeds the district’s minimum dimensional requirements. The
proposed annexation is therefore consistent with the Countywide Plan
and the City’s Comprehensive Plan and Community Development
Code; and
• The property proposed for annexation is contiguous to existing city
boundaries to the north and east; therefore, the annexation is Draft
City Council Meeting Minutes July 20, 2023
Page 20 City of Clearwater
consistent with Florida Statutes Chapter 171.044.
9. Second Readings - Public Hearing
9.1 Adopt Ordinance 9638-23 on second reading, amending the Comprehensive Plan to
address the creation of a new Parks and Recreation impact fee system.
Ordinance 9638-23 was presented and read by title only. Vice
Mayor Bunker moved to adopt Ordinance 9638-23 on second and
final reading. The motion was duly seconded and upon roll call, the
vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
9.2 Adopt Ordinance 9639-23 on second reading, amending the Community Development
Code to replace Chapter 54 in its entirety with a revised Chapter 54, creating a new
Parks and Recreation impact fee system.
Ordinance 9639-23 was presented and read by title only.
Councilmember Teixeira moved to adopt Ordinance 9639-23 on
second and final reading. The motion was duly seconded and upon
roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
9.3 Adopt Ordinance 9687-23 on second reading, amending the Operating Budget for the
fiscal year ending September 30, 2023, to reflect increases and decreases in
revenues and expenditures for the General Fund, Special Program Fund, Solid Waste
and Recycling Fund, and Airpark Fund.
Ordinance 9687-23 was presented and read by title only.
Councilmember Allbritton moved to adopt Ordinance 9687-23 on
second and final reading. The motion was duly seconded and upon
roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
9.4 Adopt Ordinance 9688-23 on second reading, amending the Capital Improvement
Budget for the fiscal year ending September 30, 2023, to reflect an increase of Draft
City Council Meeting Minutes July 20, 2023
Page 21 City of Clearwater
$1,087,961.
Ordinance 9688-23 was presented and read by title only.
Councilmember Beckman moved to adopt Ordinance 9688-23 on
second and final reading. The motion was duly seconded and upon
roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira 10. City Manager Reports
10.1 Appoint an individual to the Parks and Recreation Advisory Board with a term to expire
July 20, 2027.
BOARD: Parks and Recreation Board
TERM: 4 years
APPOINTED BY: City Council
FINANCIAL DISCLOSURE: Not Required
RESIDENCY REQUIREMENT: City of Clearwater
SPECIAL QUALIFICATIONS: None
MEMBERS: 7
Chair: Patrick Raftery
MEETING DATES: Quarterly (4th Tues.) - Jan., April, July, Oct.
PLACE: Main Library - 6:30 p.m.
APPTS. NEEDED: 1
THE FOLLOWING ADVISORY BOARD MEMBERS HAVE TERMS THAT
EXPIRE AND NOW REQUIRE REPLACEMENT:
1. Lisa Tuttle - 2399 Old Coach Trail, 33765
Original Appointment: 6/3/2015
Completed 2nd term
THE FOLLOWING NAMES ARE BEING CONSIDERED TO FILL THE
VACANCY:
1. Angelica Lonesome - 2633 Seville Blvd Unit 307, 337645 - Self
Employed, Property Manager
2. Patricia Dalton - 1499 Excaliber Drive, 33764 - Retired Teacher
Zip codes of current members on board:
3 at 33755
2 at 33761
2 at 33765
There was council consensus to appoint Angelica Lonesome. Draft
City Council Meeting Minutes July 20, 2023
Page 22 City of Clearwater
Vice Mayor Bunker moved to appoint Angelica Lonesome to the
Parks and Recreation Advisory Board with a term to expire July 20,
2027. The motion was duly seconded and carried unanimously.
11. City Attorney Reports
11.1 Formally recognize the Communications Workers of America, Local 3179, as the
exclusive bargaining representative of the employees proposed for inclusion in the
bargaining unit and adopt Resolution 23-10
The City of Clearwater (City) is a public employer within the meaning of Section
447.203(2), Florida Statutes. The Communications Workers of America, Local
3179 (CWA) is an employee organization within the meaning of Section
447.203(11), Florida Statutes, and is properly registered with the Public
Employees Relations Commission (PERC). The CWA represents a bargaining
unit of certain non-professional city employees which was originally certified in
1975.
Since 1975, a substantial number of changes occurred to the bargaining unit.
These changes included job title modifications, job description modifications,
elimination of job classifications, and the addition of new classifications. None
of these changes occurred at the same time and occurred at various points in
time over the last 48 years. The City and CWA have negotiated and ratified
more than 15 collective bargaining agreements (CBA) since 1975. In most of
those CBAs, the included job classifications were specifically listed in an
appendix of the CBA. Those job classifications in the appendix reflected the
understanding between the City and CWA of the bargaining unit classifications
during the term of that respective CBA.
In 2022, the City and CWA filed a joint unit clarification petition with PERC to
clarify the bargaining unit by updating job titles, removing classifications that
were abolished, and adding new classifications that were created. In March
2023, PERC issued a final order and granted the request to update job titles
and remove abolished classifications. However, PERC declined to add the
new classifications under the unit clarification procedure due to the large
number of employees to be added to the bargaining unit. In the final order,
PERC stated that the City and CWA can add the new classifications by filing a
recognition acknowledgement petition.
Section 447.307(1), Florida Statutes, allows the public employer to formally
recognize the employee organization as the exclusive bargaining
representative of the employees proposed for inclusion in the bargaining unit.
In May 2023, CWA requested that the City recognize the addition of the new
classifications. The recognition acknowledgement petition requires Draft
City Council Meeting Minutes July 20, 2023
Page 23 City of Clearwater
documentation of the formal recognition process whereby the City recognizes
the CWA as the exclusive bargaining representative of the employees
proposed for inclusion in the bargaining unit.
The adoption of this Resolution is needed to continue with the recognition
acknowledgement process.
Resolution 23-10 was presented and read by title only.
Councilmember Teixeira moved to formally recognize the
Communications Workers of America, Local 3179, as the exclusive
bargaining representative of the employees proposed for inclusion
in the bargaining unit and adopt Resolution 23-10. The motion was
duly seconded and upon roll call, the vote was:
Ayes: 5 - Mayor Aungst Sr., Vice Mayor Bunker, Councilmember Allbritton,
Councilmember Beckman and Councilmember Teixeira
11.2 Amend Section 2.263(1), Code of Ordinances, to increase the salaries of the mayor
and councilmembers and pass Ordinance 9692-23 on first reading.
City Council salaries have not been increased other than annual minimal
adjustments since 2000.The current salaries are $32,990.62 for the mayor and
$27,492.40 for councilmembers. The council would like to increase the salaries
to $49,000 for the mayor and $45,000 for councilmembers.
Section 2.04 of the City Charter provides that an ordinance increasing council
salaries must be approved at least six months prior to an election, and the next
city election is scheduled for March 19, 2024.
APPROPRIATION CODE AND AMOUNT:
Funds are available in cost code 0109100-510200, Part Time Salaries, to fund
this increase.
One individual said the proposed salary increase is not enough to get
good candidates.
Ordinance 9692-23 was presented and read by title only.
Councilmember Allbritton moved to Amend Section 2.263(1), Code
of Ordinances, to increase the salaries of the mayor and
councilmembers and pass Ordinance 9692-23 on first reading. The
motion was duly seconded and upon roll call, the motion carried
with the following vote: Draft
City Council Meeting Minutes July 20, 2023
Page 24 City of Clearwater
Ayes: 3 - Mayor Aungst Sr., Councilmember Allbritton and Councilmember
Teixeira
Nays: 2 - Vice Mayor Bunker and Councilmember Beckman
12. Closing comments by Councilmembers (limited to 3 minutes)
Councilmember Beckman welcomed Assistant City Manager Daniel
Slaughter and thanked all staff who contributed to the grand reopening
of Coachman Park. She said was incredibly proud of our employees.
Vice Mayor Bunker said he enjoyed the Coachman Park grand opening events. It was incredible to see individuals enjoying themselves at the park.
He said Moccasin Lake Nature Park is a wonderful place to visit; he
supported an additional FTE to assist the one individual who runs the park.
Councilmember Teixeira recalled the initial discussions held ten years
ago regarding Coachman Park and downtown; many worked hard to
make the grand reopening of Coachman Park a reality. She was
overwhelmed with the individuals visiting and enjoying themselves at the
park.
Councilmember Allbritton welcomed Assistant City Manager Daniel
Slaughter and thanked staff and all those who worked to make the
dream of renovating Coachman Park a reality.
13. Closing Comments by Mayor
Mayor Aungst, Sr. read an email he received from a individual who
visited Coachman Park during the July 4th celebration and had a
wonderful experience. He asked all to keep Marine Advisory board
Member Wade Carlisle in their thoughts and prayers; Mr. Carlisle was
admitted to Morton Plant and in critical condition.
14. Adjourn
The meeting adjourned at 8:29 p.m.
Mayor
City of Clearwater Attest
City Clerk Draft
INDIVIDUAL SPEAKER
Citizen Comment Card
i
Name:
C7)-''"7
Address: ( 1 ei
City Zip:
7d- 1 7c( 9TelephoneNumber:
Email Address: ovt @ciKcu9.
Speaking under citizens to be heard re
items not on the agenda? Li -es
Agenda item(s) to which you wish to speak.
What is your position on the item? For Against
Citizen Comment Card
Name:
i9t'I/vrtAD
Address: k(-. 4
Zip: 3 3 7 &o e
Telephone Num
Email Addre
Speaking under citizens to be heard re
items not on the,agenda?
Agenda item(s) to which you wish to speak.
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Name:
Cipizen Comment Card
3,•IJ(
Address: 6/1 S'
A
City: (1gG1 C(P ad f ` Zip: 3 37
Telephone Number: <I% 3 05--
Email Address:
Speaking under citizens to be heard re
items not on the agenda?
Agenda item(s) to which you wish to speak:
a ( cf317 OgariA)i, e fi
What is your position on the item? For Against
IIULI V IUVnL UI L/111L11
Citizen Comment Card
Address: % %A -e.5
City:t/.f2V Zip: 346' 8
Telephone Number: 2/U r/Z 35i
Email Address: eti! i ic[ L I? 5+ j 'tla(
Co YI,'1
Speaking under citizens to be heard re
items not on the agenda?A 64,77 A
Agenda item(s) to which you wish to speak- /4/54/v.-1
1)i l7 /-'J,1?F7e. /314/K/-17,
What is your position on the item? For 7 Against
INDIVIDUAL SPEAKER I
Name:
Citizen Comment Card
i% A°i iis' e(rD
Address:
Z A -a -e --
City:
Mt -toile -6
zip: 3 3 7,c-6
Telephone Number: 70977 -0942 -FeW"
Email Address: Ai( 46/6),5 0/02 ' g6)/Z7x/7 , axe
Speaking under citizens to be heard re
items not on the agenda?
Agenda item(s) to which you wish to speak:
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Citizen Comment Card
Name: I
M cf,7 (c/
Address:.// J •Fr•
City: v/" 4,1,4 474 zip: 33 "9 --
Address: .(//
i
Telephone Number: 2 7 ) a 3 f2'
Email Address: 1'14 e %%C,4+1" ` %%P"
Speaking under citizens to b eard re
items not on the agenda?
Agenda items) to which you wish to speak.
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Citizen Comment Card
Name:
Address:
0-e /( Ali cHALEIS
5,5 54y if y 4Lb'® 4/- 7a
City: c1iez 7tz- 6.4c/(
Zip: 35 -7
Telephone Number: / / ' Zts/Y%
ru4, C AP—, 5 i'de,:,•61, ee'
Wy
Email Address:
Speaking under citizens to be heard re
items not on the agenda?A
Agenda item(s) to which you wish to speak.
1 P/j9 c- vr cLGA n.1,t) 4 7 .t- It91/0r 6 Cc i t
Pao-) .i„kL .O'ny r rr,-/C- 1, rizAJ
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Citizen Comment Card
Name:
Address: ` \ Lue)(„ic2,5 47
ai .. .-"s3
Telephone
C \Z
Zip.
Telephone Number: 1 1
Email Address: Se- ecerGS`,Rttr"
Speaking under citizens to be heard re
items not on the agenda?
Age da item s) to which yo wis to speak.
K"\ --c& 79G e tielt 4-TriA
What is your position on the item? For Against
INDIVIDUAL SPEAKER
Citizen Comment Card
Name:
Address: sS w t1 , 7e`7
City: 0 ./e44- +4,1 Zip: 3374,7
Telephone Number:- Lk 4 (v- &307
Email Address: E C ¢.i s C I c a u. &(( ,
Speaking under citizens to be heard re
items not on the agenda? c]
Agenda item(s) to which you wish to speak:
What is your position on the item? For Against
Citizen Comment Card
Name:
Address:
City: (-- Zip:
Telephone Number:
Email Address:
Speaking under citizens to be heard re
items not on the agenda?,
Agenda item(s) to which you wish to speak.
7,/
What is your position on the item? For X Against
Good evening, Mayor Aungst, City Council Members, City Staff (Welcome Former Chief Slaughter),
I am Christine/Chris Michalek and I live on Clearwater Point at 855 Bayway Boulevard.
Four years ago, I along with close to 150 Clearwater Point Members sat in this very room, armed with our
petitions, prepared to testify and wearing these Preserve Clearwater Point t -shirts. At that hearing, the City
Council voted 3-2 against us to grant Decade Properties Inc., Jeff Keieleber Owner, and Attomey/Agent
Brian Aungst Jr., 27 units from the Density Pool Reserve leading to the construction of the Chart House in
our peaceful, residential neighborhood of 465 families.
As of today, the "shovel is not in the ground," since the Permit to build remains in review.
We are especially grateful that in April, Ms. Poirrier, Mr. Delk and Ms. Clayton met with us to address 5
PRIORITY ISSUES (you have a copy) of Decade's Proposal, those not in compliance with Beach by Design
or CDC directives. Thanks to them and other staff, some of our concems have been addressed.
That said, the following non-compliance issues remain:
Marina: Have we received an updated Marina Narrative that answers the question: Is the Marina a commercial
enterprise or not? Decade Properties must have a pump -out station operating 24/7. (Section 3-603.F)
However, pumping out is prohibited by the Development Agreement. Which is it?
Fuel Containment: Adequate spill containment areas shall be provided on the property. (Section 3-
603.H) Decade Properties doesn't plan to comply with this Code. How is this possible?
Fire Regulations: Has the Fire Department addressed the required Class 1 Standpipe?
Seawall: Why are we accepting an incomplete explanation for repair of the "antiquated" seawall? As well, the
seawall requires a filter system. Do the engineering plans refer to a filter system?
Parking: Where is the Parking Garage within 1000 feet of the proposed hotel to comply with Section 2-803.K.6.b.
Hurricane Evacuation Plan: Have we received a Hurricane Evacuation Plan?
Beach by Design Non -Compliance
Entrance: Where is the "aesthetically inviting and easily identified" entrance?
Lobby Access: The East elevator does not pass through the lobby and is located approximately 200 feet
away from the lobby. How does this meet: "Access to ovemight accommodations must go through a lobby."
Pinellas County Non -Compliance
FLUM: How have we reconciled the Pinellas County's Future Land Use Map (FLUM) Section 1-108 which
dictates that "hotels are not applicable in a HDR (High Density Residential) area" i.e., the majority of
Clearwater Point. Section 1-108.A states: "Development potential is based on the applicable zoning
district and as permitted by the Countywide Future Land Use Plan Designation. In cases where there
is a difference between the density permitted in the zoning district and that which is permitted by the
land use classification, the more restrictive shall prevail.
Each of these issues has been forwarded to staff. In addition, since City staff have provided us with the most
recently submitted Decade architectural plans. THANK YOU. Today, I personally delivered a Summary Update
of questionable notations of their drawings of July 7th, 2023.
Again, "the shovel is not in the ground." Thank you for listening. \\
TRANSFER OF DEVELOPMENT RIGHTS (TDRs)
FIRE REGULATIONS
27 ROOMS - NOT SUITES, NOT DWELLING UNITS
FLORIDA COASTAL CONSTRUCTION: SETBACK, SEAWALL, DAMAGE TO NEIGHBORS
DECADE PROPERTIES INC., SHOULD NOT BE GRANTED A BUILDING PERMIT
Decade Properties, Inc., - Owner: Jeff Keierleber - Attorney/Agent: Brian Aungst, Jr.
August 19, 2022 — Decade Building Permit Application Submission Case # BCP2022-080686
NON-COMPLIANCE ISSUE'
CLEARWATER DEVELOPMENT SECTION 8-101 E
the words shall, must, and will are mandatory
implying an obligation or duty to comply with the particular provision.
BEACH BY DESIGN
STRATEGIC REVITALIZATION AND RENOVATION DISTRICT
CLEARLY DEFINED AND AESTHETIC ENTRANCE
ACCESS TO OVERNIGHT ACCOMODATIONS PROVIDED THROUGH LOBBY
WALLING OFF" GULF OF MEXICO
INFRASTRUCTURE - SUBMISSION OF CONCURRENCY AGREEMENT
OFF STREET PARKING
NUMBER OF CURB CUTS
MARINA SERVICES
HURRICANE DEVELOPMENT PLAN
ENVIRONMENTAL IMPACT
Meeting of April 24, 2023
Jennifer Poirrier, Clearwater City Manager, Michael Delk, Clearwater Assistant City Manager
Clearwater Point Concerned Citizens
Richard DeSantis: Manna House, Chris & Rudy Michalek: Commodore House, Susan Watt: Yacht House
1
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0806
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.1
SUBJECT/RECOMMENDATION:
Authorize a Guaranteed Maximum Price proposal to Khors Construction Inc., of Pinellas Park,
FL for the restoration of the Ream Wilson Trail pedestrian bridge located over McMullen Booth
Road, in the amount of $1,119,595.70 pursuant to RFQ 40-20, Construction Manager at Risk
(CMAR) Services for Continuing contracts and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
On September 17, 2020, the Council approved the use of thirteen firms to serve as
construction managers for the City under RFQ 40-20, and Khors Construction Inc., was
selected as one of the approved firms.
The Ream Wilson Trail runs east and west from the Long Center to Coopers Bayou Park,
passes through nine city parks, and is a major trail connection to Safety Harbor, Clearwater
Beach, and Tampa. The trail was constructed over 20 years and was completed when the
pedestrian bridge over McMullen Booth Road was installed in 2005. Periodic structural
inspections are conducted to determine the safety of the bridge and to recommend any
repairs that are needed. During the last inspection Engineer of Record Biller Reinhart
recommended a list of repairs and renovations needed to prolong the life of the bridge.
This proposal is for all work needed for the project, which includes replacement of the chain
link fence cage, cleaning and recoating the bridge structure, repairing concrete spalling,
replacement of expansion joints, removing rust, cleaning and recoating the railing on the
bridge approaches, pressure washing and sealing the concrete structure and steps leading to
the bridge structure, and providing the necessary Maintenance of Traffic during the project.
This is a 180-day contract and will be completed by February 2024. During construction
users of the trail will be detoured though Del Oro Park to Drew Street and connect back up to
the trail at EC Moore fields 5-6.
APPROPRIATION CODE AND AMOUNT:
Funding is available in Capital improvement project 93272, Bicycle Paths and Bridges in the
amount of $769,382.89, as well as ENRD180002-CONS-CNSTRC in the amount of
$350,212.81.
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0845
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Police Department
Agenda Number: 7.2
SUBJECT/RECOMMENDATION:
Approve an agreement between the City of Clearwater and the School Board of Pinellas
County, Florida providing for the continuation of the School Resource Officer program at
Clearwater High School, Countryside High School, Oak Grove Middle School, and Clearwater
Fundamental for a three-year period, commencing July 1, 2023 through June 30, 2026, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
The School Board of Pinellas County (PCSB) and the City of Clearwater began a contractual
agreement for the School Resource Officer program in 2018 for the city to provide law
enforcement and related services to Clearwater High School (2 officers), Countryside High
School (2 officers), Oak Grove Middle School (1 officer) and Clearwater Fundamental (1
officer) during the regular school years. The assigned officers provide site security, instruction
in law education, serve as resource persons, conduct investigations, maintain the peace,
make arrests if necessary and provide support services as needed.
The annual cost of salaries and benefits of six officers over a one-year period is estimated to
be $651,028.00. Total annual reimbursement from the School Board will be $68,251.20 for
each of the six SROs assigned to the schools identified in Article 1A herein for a total sum
payable annually under this Agreement of $409,507.20. Additional funding needed
$241,520.80 will be provided by a transfer of General Fund revenues budgeted in the Police
Department in the fiscal year 2023/24 operating budget.
School Resource Officers have been assigned to Clearwater High School since January 1,
1985, Countryside High School since January 1, 1986, Oak Grove Middle School since August
27, 2007, and Clearwater Fundamental since July 1, 2018.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendment will increase special program P1801, School Resource
Officers by $409,507.20 in local governmental revenues to recognize PCSB’s portion of
funding.
The remaining balance needed to fund this agreement ($241,520.80) will be available on
October 1, 2023, representing General Fund revenues transferred from the Police Department
to special program P1801, School Resource Officers.
Future years of this agreement will require a budget amendment annually to recognize
Page 1 City of Clearwater Printed on 8/1/2023
File Number: ID#23-0845
revenues from PCSB. Additional funding needed to support this program will be included in
the Police Department’s annual budget request.
Page 2 City of Clearwater Printed on 8/1/2023
Estimated Budget
Salaries 497,619.00$
Benefits 153,409.00
Total:651,028.00$
Funding Sources
PCSB Contribution - $68,251.20/officer
PCSB - 6 Officers 409,507.20$
CPD Contribution 241,520.80
Total:651,028.00$
SRO Budget
2023/24 School Year
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0860
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Police Department
Agenda Number: 7.3
SUBJECT/RECOMMENDATION:
Approve an agreement between the City of Clearwater and Countryside Christian Academy
and Preschool of Pinellas County, Florida providing for the implementation of the Police Safety
Officer program for a five-year period, commencing August 1, 2023 through June 2, 2028, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
Earlier this year, Countryside Christian Academy and Preschool requested the public safety
services of the Clearwater Police Department on their campus to accomplish the goal of
providing adequate safety and security for their students, faculty, and staff during the school
year. The Clearwater Police Department shares in the goal of providing safety and security for
all citizens that live, work, and play in the City and requests approval to enter an agreement
with Countryside Christian Academy and Preschool to assign one Police Safety Officer to the
school for the mutual benefit of the school and the City. The assigned officer will provide site
security, instruction in law education, will serve as a resource, conduct investigations, maintain
the peace, make arrests if necessary and provide support services as needed.
To accomplish this request, the Police Department seeks approval for the following:
·Increase FTEs by 0.8 to hire a permanent part-time officer.
·Purchase a vehicle and all related equipment necessary to outfit the vehicle.
·Purchase equipment necessary to outfit the additional personnel.
The annual cost of $129,958.41 for one assigned officer encompasses salary, benefits,
equipment, vehicle, supervision, relief expenses, and hiring expenses. The entire sum of the
annual related costs will be paid by Countryside Christian Academy and Preschool. A new
special program (P2302, SRO - Countryside Christian) will be created to account for all
revenues and expenditures related to this agreement.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendment will establish special program P2302, SRO - Countryside
Christian, and record a budget increase of $129,960.00 in reimbursement revenue to account
for revenues and expenditures related to this agreement.
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0731
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.4
SUBJECT/RECOMMENDATION:
Approve a professional service agreement and work order with Wannemacher Jensen
Architects (WJA) Inc., of St. Petersburg, FL, for The Long Center Pool Renovation
21-0026-PR in the amount of $203,951, pursuant to Request for Qualifications (RFQ) 08-23,
and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The Long Center was issued a certificate of occupancy in 1990 and was operated by the Long
Center Foundation until the city took ownership and the responsibility for its operation in 2003.
The Long Center is unique in that it is one the few indoor climate controlled competitive
Olympic sized pool and therapy pool in Florida.
The natatorium’s original heating ventilation and air conditioning (HVAC) system was unable
to adequately handle the latent and sensible heat load caused by the indoor pool environment
and the natatorium’s hollow structural steel (HSS) and non-insulated glass wall building
envelop.
In 2009, the pool’s HVAC system was revised to include a new central Dectron dehumidifier
with the hope of better controlling the natatorium’s humidity levels and thus providing improved
cooling for the facility. Concerns continued about the high humidity and air quality in the
natatorium so in 2018, the City commissioned an independent study of the condition and
operation of the natatorium. The report identified several issues to reduce the high humidity,
improve air quality, repair structural damage, and continue to provide a safe environmentally
controlled environment for public use. To address these issues, a more extensive investigation
and major renovation of the entire natatorium is necessary.
October 2021, isolated areas of significant natatorium interior HSS frame corrosion were
identified by staff who then employed Engineer of Record, McKim & Creed, to inspect the
readily accessible vertical framing and specify required repairs for $50,767.
July 2022, Construction Manager at Risk, Biltmore Construction, was contracted to make four
HSS frame node repairs as recommended by the EOR for $31,745. Further frame
investigation and repairs will need to be made during the natatorium renovation when the
glass wall system is removed.
November 2022, City published RFQ 08-23, “Design Services “Clearwater Long Center
Renovations.”
February 2023, the RFQ Selection Committee, consisting of representatives from Parks &
Recreation, Building & Maintenance and Public Work departments, selected WJA based on a
similar indoor pool project they completed in Florida.
Page 1 City of Clearwater Printed on 8/1/2023
File Number: ID#23-0731
City Council requested that two schematic design options be considered. The first option
maintains the current glass windows surrounding the structure and the second option modifies
the structure creating a new design incorporating walls and natural lighting. Estimated cost for
the entire renovation project is $14 million.
The Parks and Recreation Department recommends the next step in this renovation project,
for WJA to prepare these two schematic level design options for Council review. The Parks
and Recreation Department will later seek approval for a future supplemental work order to
progress the chosen design option through to 100% construction documents.
APPROPRIATION CODE AND AMOUNT:
3157572-530100-C2202 $203,951
Funds are available in capital improvement project C2202, Long Center Major Renovation, to
fund this work order.
Page 2 City of Clearwater Printed on 8/1/2023
1
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN
CITY OF CLEARWATER AND WANNEMACHER JENSEN ARCHITECTS,
INC. RFQ #08-23 LONG CENTER RENOVATION
This AGREEMENT is made and entered into on the _____ day of 2023 by
and between the City of Clearwater, Florida (CITY) and Wannemacher Jensen Architects, Inc.
(CONSULTANT).
WITNESSETH:
WHEREAS, the CITY desires to engage the CONSULTANT to perform certain professional
services pertinent to such work in accordance with this Agreement; and
WHEREAS, the CONSULTANT desires to provide such professional services in accordance with
this Agreement; and
WHEREAS, in accordance with the competitive selection process described in Section 287.055 of
the Florida Statutes, the CITY selected the CONSULTANT based on Request For Qualifications
(“RFQ”) #08-23 and responses by the CONSULTANT to RFQ #08-23.
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:
1.0 GENERAL SCOPE OF THIS AGREEMENT
The relationship of the CONSULTANT to the CITY will be that of a professional
consultant, and the CONSULTANT will provide the professional and technical services
required under this Agreement in accordance with acceptable engineering practices, by
exercising the skill and ability ordinarily required of engineers performing the same or
similar services, under the same or similar circumstances, in the State of Florida, and ethical
standards.
2.0 PROFESSIONAL TECHNICAL SERVICES
2.1 It shall be the responsibility of the CONSULTANT to work with and for the CITY to
perform an array of services for the City as set forth in RFQ #08-23, Scope of Services.
2.2 The CONSULTANT’S services under this Agreement will be provided under a project
specific Work Order(s). Each Work Order will include the services for a single project,
phase, task or assignment, and will contain a mutually agreed-upon detailed scope of
services, project goals, fee and schedule of performance in accordance with applicable
fiscal and budgetary constraints. Work Orders will be incorporated by reference and
attached hereto this Agreement.
2
Total compensation for all services shall not exceed $203,951.00
authorized by the City Council.
See Work Order attached hereto as Exhibit A.
unless specifically
2.3 The CONSULTANT shall maintain an adequate and competent staff of professionally
qualified personnel available to the CITY for the purpose of rendering the required
engineering and/or consultant services hereunder and shall diligently execute the work to
meet the completion time established in the Work Orders. The CONSULTANT shall notify
the CITY by U.S. Mail addressed to the City Engineer of any changes in company contact
information, including but not limited to contact phone, address, project manager, email
addresses, etc.
2.4 The CITY reserves the right to enter into contracts with other engineering and/or architect
firms for similar services. The CONSULTANT will, when directed to do so by the CITY,
coordinate and work with other engineering and/or architectural firms retained by the
CITY.
2.5 The CITY reserves the right to remove any and all projects, phases, tasks, or assignments
related to this Agreement. The CITY further reserves the right to enter into contracts with
other engineering firms for services related to such projects, phases, tasks, or assignments.
The CONSULTANT will, when directed to do so by the CITY, coordinate and work with
other firms retained by the CITY.
3.0 PERIOD OF SERVICES
3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Work
Order. Receipt of a fully executed Work Order shall constitute written notice to proceed.
3.2 If the CONSULTANT’S services are delayed for reasons beyond the CONSULTANT’S
control, the time of performance shall be adjusted as appropriate.
3.3 It is the intent of the parties hereto that this Agreement continue in force for a period not to
exceed to 5 years, subject to the provisions for termination contained herein.
Assignments that are in progress at the Termination Date shall be completed by the
CONSULTANT unless specifically terminated by the CITY. Should the CONSULTANT
be in the progress
3
3.4 of completing work under this Agreement at the Termination Date, this Agreement shall
continue with all terms, conditions and obligations being in full force and effect until such
time as the work is completed. All provisions expressly intended to survive termination shall
do so.
4.0 PROFESSIONAL SERVICES/CONSULTANT’S COMPETITIVE
NEGOTIATION ACT (CCNA)
Professional Services provided under this Agreement are within the scope of the practice
of architecture, landscape architecture, professional engineering, or registered land
4
surveying and mapping, as defined by the laws of the State of Florida. Provisions of F.S.
287.055 apply.
5.0 GENERAL CONSIDERATIONS
5.1 All documents including field books, drawings, specifications, calculations, geotechnical
investigation reports, etc., used in the preparation of the work shall be supplied by the
CONSULTANT and shall become the property of the CITY. The CITY acknowledges that
such documents are not intended or represented to be suitable for use by the CITY or others
for purposes other than those for which the documents are prepared. Any reuse of these
documents without written verification or adaptation by the CONSULTANT for the
specific purpose intended will be at the CITY’s sole risk without liability or legal exposure
to the CONSULTANT.
5.2 The CONSULTANT shall prepare preliminary construction cost estimates with each
design submittal to verify the proposed design is within the City project budgets. The
CONSULTANT shall prepare a final estimate of probable construction costs, following
CITY approval of the bid documents and other pre-bid activities. The CITY hereby
acknowledges that estimates of probable construction costs cannot be guaranteed, and such
estimates are not to be construed as a promise that designed facilities will not exceed a cost
limitation.
5.3 The CONSULTANT will provide expert witnesses, if required, to testify in connection
with any suit at law. A supplemental agreement will be negotiated between the CITY and
the CONSULTANT describing the services desired and providing a basis for compensation
to the CONSULTANT.
5.4 Upon the CONSULTANT’S written request, the CITY will furnish or cause to be furnished
such reports, studies, instruments, documents, and other information as the
CONSULTANT and CITY mutually deem necessary.
5.5 The CITY and the CONSULTANT each bind themselves and their successors, legal
representatives, and assigns to the other party to this Agreement and to the partners,
successors, legal representatives and assigns of each other party, in respect to all covenants
of this Agreement; and, neither the CITY nor the CONSULTANT will assign or transfer
its interest in this Agreement without written consent of the other.
5.6 To the fullest extent permitted by law, the CONSULTANT agrees to indemnify and hold
harmless the CITY, and its officers and employees, from liabilities, damages, losses, and
costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the
negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and
other persons employed or utilized by the CONSULTANT in the performance of this
CONSULTANT under this AGREEMENT. Notwithstanding any provision herein to the
contrary, this paragraph shall not be construed as a waiver of any immunity to which CITY
is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes.
Furthermore, this provision is not intended to nor shall it be interpreted as limiting or in
any way affecting any defense CITY may have under § 768.28, Florida Statutes or as
5
consent to be sued by third parties. The obligations under this paragraph shall expressly
survive termination or expiration of this Agreement.
5.7 The CONSULTANT agrees not to engage the services of any person or persons in the
employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of
the signing of this Agreement, or during its term.
5.8 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed
from the projects until alternate personnel acceptable to the CITY are approved in writing
by the CITY. Key personnel are identified as: Project Manager and technical experts.
5.9 The CONSULTANT shall attach a brief status report on the projects with each request for
payment.
5.10 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall
make no statements, press releases or other public communication concerning this
Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the
data, technical processes, business affairs or other information obtained or furnished in the
conduct of work under this Agreement without first notifying the CITY and securing its
consent in writing. The CONSULTANT also agrees that it shall not publish copyright or
patent any of the site-specific data or reports furnished for or resulting from work under
this Agreement. This does not include materials previously or concurrently developed by
the CONSULTANT for “In House” use. Only data and reports generated by the
CONSULTANT under this Agreement shall be the property of the CITY.
5.11 Public Records. The CONSULTANT will be required to comply with Section 119.0701,
Florida Statutes, as may be amended from time to time, specifically to:
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT’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.
CONSULTANT shall comply with the following:
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.
6
c) Ensure that the public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by
law for the duration of the contract term and following completion of the contract
if the contractor does not transfer the records to the public agency.
d) Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the contractor or keep and maintain public records
required by the public agency to perform the service. If the contractor transfers all
public records to the public agency upon completion of the contract, the contractor
shall destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the contractor shall meet
all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public
agency’s custodian of public records, in a format that is compatible with the
information technology systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract
for services must be made directly to the public agency. If the public agency does
not possess the requested records, the public agency shall immediately notify the
contractor of the request and the contractor must provide the records to the public
agency or allow the records to be inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not
comply with the public agency’s request for records, the public agency shall
enforce the contract provisions in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a
reasonable time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records
relating to a public agency’s contract for services, the court shall assess and award
against the contractor the reasonable costs of enforcement, including reasonable
attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the
public records request within a reasonable time; and
2. At least 8 business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the contractor has
not complied with the request, to the public agency and to the contractor.
Vv2015.mm
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.
6.0 COMPENSATION
6.1 The CONSULTANT shall be compensated for services rendered under this Agreement
in accordance with the provisions of each Work Order, upon presentation of
CONSULTANT’S invoice and as provided in this Agreement.
6.2 Compensation for services shall be invoiced by the CONSULTANT and paid by the
CITY in accordance with the Florida Local Government Prompt Payment Act, § 218.70,
Florida Statutes.
6.3 The CONSULTANT agrees to allow full and open inspection of payroll records and
expenditures in connection with hourly rate and cost-plus fixed fee work assignments
upon request of the CITY.
7.0 PROHIBITION AGAINST CONTINGENT FEES
The CONSULTANT warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for the CONSULTANT 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 for the
CONSULTANT any fee, commission, percentage, gift, or any other consideration,
contingent upon or resulting from the award or making of this Agreement.
8.0 TERMINATION FOR CAUSE
This Agreement may be terminated by either party with seven (7) days prior written
notice, in the event of substantial failure to perform in accordance with the terms hereof
by the other party through no fault of the terminating party. If this Agreement is
terminated, the CONSULTANT shall be paid in accordance with the provisions of
outstanding Work Orders for all work performed up to the date of termination.
9.0 SUSPENSION, CANCELLATION, OR ABANDONMENT
If the project described in any Work Order is suspended, canceled, or abandoned by the
CITY, without affecting any other Work Order or this Agreement, the CONSULTANT
shall be given five (5) days prior written notice of such action and shall be compensated
Vv2015.mm
for professional services provided up to the date of suspension, cancellation, or
abandonment.
10.0 GOVERNING LAW
This Agreement shall be administered and interpreted under the laws of the State of
Florida. The exclusive venue for any proceeding or suit in law or equity arising from or
incident to this Agreement will be in Pinellas County Florida.
11.0 TERMINATION FOR CONVENIENCE
Either the CITY or the CONSULTANT may terminate the Agreement at any time by
giving written notice to the other of such termination and specifying the effective date
of such termination at least thirty (30) days before said termination date. If the
Agreement is terminated by the CITY as provided herein, the CONSULTANT will be
paid for services rendered through the date of termination.
12.0 PUBLIC ENTITY CRIMES
Pursuant to Florida Statute § 287.132-133, the City of Clearwater, as a public entity,
may not accept any proposal from, award any contract to, or transact any business in
excess of the threshold amount provided in § 287.017, F.S., for Category Two (currently
$35,000) with any person or affiliate on the convicted vendor list for a period of 36
months from the date that person or affiliate was placed on the convicted vendor list
unless that person of affiliate has been removed from the list pursuant to § 287.133
(3)(f), F.S. By submitting a proposal, CONSULTANT is certifying that Florida Statute
287.132 and 287.133 does not restrict submission.
13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS
The CONSULTANT will be required to comply with Section 287.135, Florida Statues,
specifically by executing the forms provided (attached).
14.0 RFQ #08-23, TERMS AND CONDITIONS
All terms and conditions as set forth in RFQ #08-23, Terms of Conditions are
incorporated by reference and hereto attached as Exhibit C.
15.0 ORDER OF PRECEDENCE
Any inconsistency in documents relating to this Agreement shall be resolved by giving
precedence in the following order: (i) this Agreement and subsequent Amendments; (ii)
RFQ #08-23, Terms and Conditions; and (iii) Work Orders.
16.0 INSURANCE REQUIREMENTS
Insurance Requirements are set forth in Exhibit B, which is incorporated by reference
and attached hereto.
Vv2015.mm
17.0 TERMINATION FOR LACK OF FUNDING
The CITY’S performance and obligation to pay under this Agreement is contingent
upon an annual appropriation by the Clearwater City Council. In the event the
Clearwater City Council does not appropriate funds for CITY to perform its obligations
hereunder, CITY may terminate this Agreement upon thirty (30) days written notice to
CONSULTANT.
18.0 E-VERIFY
CONSULTANT and its Subcontractors shall register with and use the E-Verify system
to verify the work authorization status of all newly hired employees. CONSULTANT
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
CONSULTANT with an affidavit stating that Subcontractor does not employ, contract
with, or subcontract with an unauthorized alien. CONSULTANT shall maintain a copy
of such affidavit.
The CITY may terminate this Agreement on the good faith belief that CONSULTANT
or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If
this Agreement is terminated pursuant to Florida Statute 448.095(2)(c),
CONSULTANT may not be awarded a public contract for at least 1 year after the date
of which this Agreement was terminated. CONSULTANT is liable for any additional
costs incurred by the CITY as a result of the termination of this Agreement.
See Section 448.095, Florida Statutes (2020).
[Remainder of Page Intentionally Left Blank]
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
date and year first above written.
( )
By:
Print Name:
Title:
WITNESS:
By:
Print Name:
Countersigned: CITY OF CLEARWATER
Brian J. Aungst Sr. Jennifer Poirrier
Mayor City Manager
Approved as to form: Attest:
Jerrod Simpson Rosemarie Call
Senior Assistant City Attorney City Clerk
Wannemacher Jensen Architects, Inc. City of Clearwater
Consultant Work Order Page 1 of 6 Revised: 11/28/2022
CONSULTANT WORK ORDER
Date: 5/12/2023
1. PROJECT INFORMATION:
Project Title: Design Services – Clearwater Long Center
Renovations
City Project Number: 21‐0026‐PR
City Plan Set Number: 2022008
Consultant Project Number: 2317
2. SCOPE OF SERVICES:
Provide life cycle cost analysis for two design options on renovating The Long Center Natatorium. The
design options are described as follows:
Option one, renovate the natatorium “in kind” meaning keep the existing fenestration as is but upgrade
it with newer technology i.e., Thermally broken curtain wall or storefront system and insulating glazing.
Perform NDE testing (non‐destructive evaluation) on the existing structure to determine the exact amount
of structural repair that’s required for the main structural system and provide a report outlining the
findings of the NDE testing. Provide recommendations for a new mechanical system. Specify a new single
ply roof system and demonstrate the number of PV panels the roof area can accommodate. Specify a new
pool deck coating for the natatorium.
Option two, reduce the amount of fenestration in natatorium by 50% or more. Provide design options
that illustrate how the reduction of fenestration occurs, to be approved by the owner. NDE testing and
report as mentioned in option 1. Schematic level structural design to support new envelop components
used to reduce the fenestration of the building. This is assumed as structural reinforcing for anchoring or
fastening a new wall system to the existing structure. Provide recommendations for a new mechanical
system and its associated components. Specify a new single ply roof system and demonstrate the number
of PV panels the roof area can accommodate. Specify a new pool deck coating for the natatorium.
In addition to the tasks mentioned in design option 2, WJ will also provide a design option that considers
enclosing the sun deck area on the west side of the building and incorporate it into the natatorium space.
This work will be identified as a separate line item in our cost estimate to the city.
Both design options one and two include recommendations for repairing/upgrading and replacing the
existing pool equipment as a separate item available to both design options.
“The design plans shall be compiled using the City of Clearwater CAD standards, as
attached.”
CONSULTANT WORK ORDER
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order Page 2 of 6 Revised: 11/28/2022
I. PRE-DESIGN PHASE:
Task 1.1: Existing Conditions Modeling & Assessment
This task includes modeling the existing natatorium in 3D software. Assess the
existing space and structure with the intent to gain an understanding of how to
modify the space.
II. DESIGN PHASE:
Task 2.1: Design Options & Product specifications
This phase includes the following task:
1. Preliminary product selection for option 1 Including:
a. Fenestration System
b. Roof system
c. HVAC system
d. PV roof panels
2. Provide schematic level design concept for option 2
3. Schematic level rendering of design option 2.
4. Preliminary product selection for design option 2 including:
a. New building envelope assembly
b. Fenestration system
c. HVAC system
d. Roof system
e. PV roof panels
5. Schematic level documents necessary to illustrate design intent of design
option two including:
a. Floor Plans
b. Elevations
c. Roof plans
d. Typical wall sections
e. Typical Roof system installation detail
f. Mechanical design
g. Structural improvements associated with Design option two.
h. Conceptual layout for photovoltaic panels.
6. Coordinate and attend up to 2 progress meeting on site and up to four
online meetings.
7. Provide recommendations for pool equipment replacement options &
upgrades.
8. Submit to owner for approval.
CONSULTANT WORK ORDER
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order Page 3 of 6 Revised: 11/28/2022
Task 2.2: Analysis & Cost Estimating
In this task the design team will perform studies on how each design option
performs from an energy and longevity perspective. We will look at how
photovoltaic panels impact the energy performance of the space.
Our consultants will perform a detailed cost estimate for each option to
help identify the financial burden of each design option. During this phase we
will attend up to two on‐site meetings and up to four online meetings to
complete the associated task. Upon completion of this phase, we will provide the
owner with our drawings and documents outlining the results of our analysis for
reference.
Task 2.3: NDE Testing & Report.
In this task the Architect’s consultant will perform nondestructive evaluation
testing of existing building structure and provide a report outlining the condition
of the existing structural steel of the natatorium and the extent of repair required.
3. PROJECT GOALS:
The goals for this project are as follows:
1. To provide an apples‐to‐apples comparison on two renovation options for the
natatorium.
2. To illustrate the performance of the building under each design option from an
energy consumption and longevity standpoint.
3. To provide a conceptual design option that can be further developed as the new
image of the Long Center Natatorium.
4. To identify the existing condition of the structural steel envelope in the
natatorium and how to repair it.
5. To provide schematic level cost estimates for each design option that identify
the order of financial magnitude for each design.
6. To provide design upgrades and/or replacement options for the existing pool
equipment.
7. To provide a recommendation on upgrading/replacing the existing mechanical
system.
4. FEES:
See Attachment “A”
This price includes all labor and expenses anticipated to be incurred by Wannemacher
Jensen Architects for the completion of these task in accordance with the Professional
CONSULTANT WORK ORDER
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order Page 4 of 6 Revised: 11/28/2022
Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not to
exceed Two Hundred Three Thousand Nine Hundred and Fifty‐One Dollars ($203,951).
No permit costs are anticipated to be required under this Work Order
5. SCHEDULE:
The project is to be completed in 5 months (150 days) from issuance of notice‐to‐
proceed. The project deliverables are to be phased as follows:
Design Options & Specifications: [60] calendar days
Analysis & Cost Estimate: [30] calendar days
NDE Testing & Report: [120] calendar days
6. STAFF ASSIGNMENT:
Wannemacher Jensen Architects
Sarah Lyons, AIA, LEED AP BD+C – Studio Director
Chris Dunn, RA – Project Manager
Arturo Lopez, AIA – Project Architect
Gericke Nel, AAIA – Architectural Associate
7. CORRESPONDENCE/REPORTING PROCEDURES:
Consultant’s project correspondence shall be directed to:
Wannemacher Jensen Architects
Chris Dunn, RA – Project manager
Arturo Lopez, AIA ‐ Project Architect
All City project correspondence shall be directed to:
Dept. of Public Works
Jeff Walker, P.E., CBO, LEED AP, PMP – Sr. Professional Engineer
Mike Lockwood, Assistant Director, Parks and Recreation Dept.
Art Kader, Interim Director, Parks and Recreation Dept.
8. INVOICING/FUNDING PROCEDURES:
City Invoicing Code: _3157572‐530100‐C2202
For work performed, invoices shall be submitted monthly to:
CONSULTANT WORK ORDER
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order Page 5 of 6 Revised: 11/28/2022
ATTENTION: JAMIE GAUBATZ, SR ACCOUNTANT
CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING
PO BOX 4748
CLEARWATER, FLORIDA 33758‐4748
Contingency services will be billed as incurred only after written authorization provided
by the City to proceed with those services.
9. INVOICING PROCEDURES:
At a minimum, in addition to the invoice amount(s) the following information shall be
provided on all invoices submitted on the Work Order:
1. Purchase Order, Project and Invoice Numbers and Contract Amount.
2. The time period (begin and end date) covered by the invoice.
3. A short narrative summary of activities completed in the time period.
4. Contract billing method – Lump Sum or Hourly Rate.
5. If Lump Sum, the percent completion, amount due, previous amount earned and
total earned to date for all tasks (direct costs, if any, shall be included in lump
sum amount).
6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount
due, previous amount earned, the percent completion, total earned to date for
each task and other direct costs (receipts will be required for any single item
with a cost of $50 or greater or cumulative monthly expenses greater than
$100).
7. If the Work Order is funded by multiple funding codes, an itemization of tasks
and invoice amounts by funding code.
10. CONSIDERATIONS:
Consultant acknowledges the following:
1. The Consultant named above is required to comply with Section 119.0701,
Florida Statutes, where applicable.
2. All City directives shall be provided by the City Project Manager.
3. “Alternate equals” shall not be approved until City Project Manager agrees.
4. All submittals must be accompanied by evidence each has been internally
checked for QA/QC before providing to City.
5. Consultants/Contractors are not permitted to use City‐owned equipment (i.e.
sampling equipment, etc.).
6. Documents posted on City website must ADA accessible.
11. ADDITIONAL CONSIDERATIONS:
All work orders should include considerations for the following:
1. Sea Level Rise and Flood Resilience, as applicable.
CONSULTANT WORK ORDER
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order Page 6 of 6 Revised: 11/28/2022
2. Submittal of a Critical Path Method (CPM) Schedule(s).
3. Submittal of a Project Catalog with the following items, as appropriate:
a. Data requests, assumptions, critical correspondence, meeting agenda,
sign‐in sheets, meeting minutes, document comment‐response log(s),
technical memorandum/reports, addenda, progress reports, regulatory
correspondence, and other project‐related documents.
b. At the conclusion of the project, ENGINEER will combine this information
into a Project Catalog and submit to the City for review and comment.
12. SPECIAL CONSIDERATIONS:
The City will need to provide access to Architect and its consultants as needed.
Specifically, the natatorium will need to be accessible and clear of all people for the NDE
testing and equipment.
13. SIGNATURES:
PREPARED BY: APPROVED BY:
Jason Jensen Tara Kivett, P.E.
President City Engineer
Wannemacher Jensen Architects City of Clearwater
Date Date
5/24/2023
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022
CONSULTANT WORK ORDER
PROJECT FEES TABLE
Task Description Subconsultant
Services
Labor Total
1.0 Pre‐Design
1.1 Existing Condition Modeling &
Assessment
$6,732 $18,630 $25,362
Pre‐Design Total: $25,362
2.0 Design
2.1 Design Options & Product
Specifications
$32,037 $42,561 $74,598
2.2 Analysis & Cost Estimating $16,088 $20,660 $36,748
2.3 NDE Testing & Report $64,493 $2,750 $67,243
Design Total: $178,589
GRAND TOTAL: $203,951
ATTACHMENT “B”
CONSULTANT WORK ORDER – CITY DELIVERABLES
Design Services – Clearwater Long Center Renovations
Wannemacher Jensen Architects 21‐0026‐PR City of Clearwater
Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022
CONSULTANT WORK ORDER
CITY DELIVERABLES
1. FORMAT:
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any
deviation from this datum will not be accepted unless reviewed by City of
Clearwater Engineering/Geographic Technology Division.
2. DELIVERABLES:
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’
unless approved otherwise. Upon completion the consultant shall deliver all drawing
files in digital format with all project data in Autodesk Civil 3D file format.
NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant
shall include all necessary information to aid in manipulating the drawings including
either PCP, CTB file or pen schedule for plotting. The drawing file shall include only
authorized fonts, shapes, line types or other attributes contained in the standard
release of Autodesk software. All block references and other references contained
within the drawing file shall be included. Please address any questions regarding format
to Mr. Thomas Mahony, at (727) 562‐4762 or email address
Thomas.Mahony@myClearwater.com.
All electronic files (including CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
Procurement Division
100 S Myrtle Ave
Clearwater FL 33756-5520
PO Box 4748, 33578-4748
727-562-4630 Tel
REQUEST FOR QUALIFICATIONS
#RFQ 08-23
Design Services – Clearwater Long Center Renovations
November 22, 2022
NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of
Clearwater (City) until 10:00 AM, Local Time, January 11, 2023, to provide Professional Design
Consulting Services for the Clearwater Long Center Renovation.
Brief Description: The City of Clearwater is seeking a firm to provide design services for the renovation
of the Clearwater Long Center located at 1501 N. Belcher Road, Clearwater, Florida.
Responses 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.
This Request for Qualifications, any attachments and addenda are available for download at
https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Purchasing-Solicitations
Please read the entire solicitation package and submit the response in accordance with the instructions.
This document (less this invitation and the instructions) and any required documents, attachments, and
submissions will constitute the response.
General, Process, or Technical Questions concerning this solicitation should be directed, IN
WRITING, to the Procurement Manager.
This Request for Qualifications is issued by:
Lori Vogel, CPPB
Procurement Manager
lori.vogel@myclearwater.com
INSTRUCTIONS
Design Services – CWT Long Center Renovations 2 RFQ #08-23
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 One (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 response. 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 response.
i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: January 11, 2023
Time: 10:00 AM (Local Time)
The City will open all responses properly and timely submitted and will record the names and other
information specified by law and rule. All responses 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 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, responses are available for inspection by contacting
the Procurement Division.
i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically through
our bids website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-
the-City/Purchasing-Solicitations
Respondents may mail or hand-deliver responses 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
Responses will be received at this address. Respondents 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 response that is not properly addressed and identified.
i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered
on time at the place specified. All responses received after the date and time specified shall not
be considered and will be returned unopened to the respondent. The respondent 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 respondent agrees to accept the time stamp in the City’s
Procurement Division as the official time.
i.6 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.
INSTRUCTIONS
Design Services – CWT Long Center Renovations 3 RFQ #08-23
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.7 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 response. Respondents are cautioned to verify their responses
before submission, as amendments to or withdrawal of responses submitted after time specified
for opening of responses may not be considered. The City will not be responsible for any
respondent errors or omissions.
i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall
be submitted on the forms provided. An original and the designated number of copies of each
response are required. Responses, 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 response is not properly signed or if any changes are not initialed, it may be
considered non-responsive. The City may require that an electronic copy of the response be
submitted. The response 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 response.
i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise
lawfully precluded from participating in any public procurement activity, including being disapproved
as a (sub)contractor with any federal, state, or local government, or if any such preclusion from
participation from any public procurement activity is currently pending, the respondent shall include
a letter with its response 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 response from a respondent who is currently debarred,
suspended or otherwise lawfully prohibited from any public procurement activity may be rejected.
i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to
reissue the solicitation; to reject non-responsive or non-responsible responses; to reject
unbalanced responses; to reject responses where the terms and/or awards are conditioned upon
another event; to reject individual responses for failure to meet any requirement; to award by part
or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions,
technicalities or form errors in any response. The City may seek clarification of the response from
respondent at any time, and failure to respond is cause for rejection. Submission of a response
confers on respondent 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 respondent and the City until the City executes a written
contract or purchase order.
i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a
respondent 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
INSTRUCTIONS
Design Services – CWT Long Center Renovations 4 RFQ #08-23
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.12 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 the purpose of this Article, it is essential that respondents and contractors doing
business with the City also observe the ethical standards prescribed herein. It shall be a breach of
ethical standards to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or
Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or
prospective respondents and affiliates.
i.14 PROTESTS AND APPEALS. If a respondent believes there is a mistake, impropriety, or defect in
the solicitation, believes the City improperly rejected its response, and/or believes the selected
response is not in the City’s best interests, the respondent may submit a written protest. All protests
and appeals are governed by the City of Clearwater Purchasing Policies and Procedures. If any
discrepancy exists between this Section and the Procurement Rules, the language of the
Procurement Rules controls.
Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before
the opening must be filed with the Procurement Manager no later than five (5) business days before
Opening. Protests that only become apparent after the Bid Opening must be filed within ten (10)
business days of the alleged violation of the applicable purchasing ordinance. The complete
protest procedure can be obtained by contacting the Procurement Division.
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
Design Services – CWT Long Center Renovations 5 RFQ #08-23
i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of
City employees and/or authorized agents. The City staff may or may not initiate discussions with
respondents for clarification purposes. Clarification is not an opportunity to change the response.
Respondents shall not initiate discussions with any City employee or official.
i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of
information: responsiveness, responsibility, and the technical response. All responses must meet
the following responsiveness and responsibility criteria.
a) Responsiveness. The City will determine whether the response complies with the instructions
for submitting responses including completeness of response which encompasses the
inclusion of all required attachments and submissions. The City must reject any responses
that are submitted late. Failure to meet other requirements may result in rejection.
b) Responsibility. The City will determine whether the respondent 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: past performance, references (including those found outside the
response), compliance with applicable laws, respondent's record of performance and integrity-
e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether
the respondent is qualified legally to contract with the City, financial stability and the perceived
ability to perform completely as specified. A respondent 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 respondent’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 Response. The City will determine how well responses meet its requirements in
terms of the response to the solicitation 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.
The criteria that will be evaluated and their relative weights are:
Evaluation Criteria (pages 11-13) Points
Municipal Building Design and Construction Administration Experience of Firm (Tab 2) 25
Qualifications of Personnel (Tab 3) 25
Project Approach (Tab 4) 25
Understanding of natatorium envelope and heating, ventilation and air
conditioning best practices, standards, codes and Greenprint 2.0 (Tab 5) 25
i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked
proposals based on a preliminary evaluation against the evaluation criteria. Only those short-listed
proposers would be invited to give presentations and/or interviews. The City will finalize ranking of
the firms upon conclusion of presentations/interviews.
i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal
presentation and/or interview. The location for these presentations and/or interviews will be
determined by the City and may be held virtually.
i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City
to accept the response as submitted. If respondent 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 response or revoke the award, and may
begin negotiations with another Respondent. Final contract terms must be approved or signed by
INSTRUCTIONS – EVALUATION
Design Services – CWT Long Center Renovations 6 RFQ #08-23
the appropriately authorized City official(s). No binding contract will exist between the respondent
and the City until the City executes a written contract or purchase order.
i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s
Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement
Division’s Intent to Award postings.
i.21 RFQ TIMELINE. All dates are tentative and subject to change.
Release RFQ: 11/22/2022
Advertise Tampa Bay Times: 11/23/2022
Responses due: 01/11/2023
Review responses/presentations: 01/11/23 – 02/03/2022
Award recommendation: 02/03/22
Council authorization: March 2023
Contract begins: March 2023
DETAILED SPECIFICATIONS
Design Services – CWT Long Center Renovations 7 RFQ #08-23
1. PROJECT MISSION. The City of Clearwater (City) is dedicated to providing superior services to
its customers in order to improve the quality of life for Clearwater residents, businesses and visitors.
The City is looking for consultants and vendors who share that dedication and will help the City
meet that goal.
2. INTRODUCTION. The City of Clearwater is seeking an architectural or engineering firm to provide
research and design consulting services related to the Clearwater Long Center, located at 1501 N.
Belcher Road, Clearwater, Florida. The professional services will include the development of
construction documents required for the replacement or renovation of the Long Center’s
natatorium.
3. BACKGROUND. The Long Center was issued a certificate of occupancy in 1990. The natatorium’s
heating ventilation and air conditioning (HVAC) system is unable to adequately handle the latent
and sensible heat load caused by the indoor pool environment and the natatorium’s hollow
structural steel (HSS) and non-insulated glass wall building envelop. In 2009, the pool’s HVAC
system was revised to include a new central Dectron dehumidifier with the hope of better controlling
the natatorium’s humidity levels. In 2018, the City commissioned an independent study of the
operation and condition of the natatorium. The report identified several issues that the City wants
addressed by a proposed new or renovated natatorium.
To this day, the natatorium continues to have high humidity which has resulted in areas of isolated
corrosion of the natatorium’s HSS frame. In addition to the humidity problem, the natatorium is a
pre-Florida Building Code design and thus does not meet current energy conservation goals or the
fenestration large missile impact resistance requirement.
4. SCOPE OF SERVICES. The primary goal of the replacement/renovation of this facility is to resolve
the natatorium’s high humidity and resulting frame corrosion. In conjunction with meeting these
goals, it is expected that a new or renovated natatorium will produce a more energy efficient,
sustainable (reference Clearwater Greenprint 2.0), and storm-resistant building. The City would like
the consultant to explore and compare the life cycle cost of a new natatorium versus a renovation.
In terms of a renovation, the City would like the following options to be explored: outdoor pool,
covered/roofed outdoor pool, partially enclosed pool, and indoor pool. For the partially and enclosed
versions, the consultant will propose different methods/equipment for the natatorium’s climate
control and different building envelopes that may utilize the natatorium’s existing HSS frame yet
provide low U values and acceptable natural lighting. In addition, for the enclosed pool option, the
City would like the consultant to determine if separating the two pool environments (lap and
therapy) with a partition (fixed or retractable) would lower the life cycle cost.
The renovation shall be constructed in single or multiple phases, depending on pool operational
requirements. Construction targeted to begin fall of 2024.
Anticipated services include, but are not limited to, design development, cost estimating,
construction drawings, specifications, bid documents, as-needed permit(s) acquisition and post-
design CEI services through the duration of the project. Construction services shall include shop
drawing review, responding to RFI’s, inspecting critical portions of the project, conducting regular
progress meetings with stakeholders, certifying drawings, certifying completed work as necessary,
and closeout of all permits. The design and construction shall include environmentally sustainable
high-performance systems, and materials.
The following documents are included with this RFQ: o Exhibit A_Standard Terms and Conditions o Exhibit B_Sample Agreement o Exhibit C_Forms o Exhibit D_LC Drawings 1988
o Exhibit E_LC Natatorium Study Long & Assoc 12.07.2018 o Exhibit F_Innovent White Paper 2022 o Exhibit G_Greenprint 2.0: Greenprint 2.0 Link
DETAILED SPECIFICATIONS
Design Services – CWT Long Center Renovations 8 RFQ #08-23
5. EXPERIENCE & QUALIFICATIONS. Respondents must demonstrate the necessary ability,
financial resources, and experience to perform the work in a satisfactory manner. Each respondent
shall demonstrate a thorough understanding of the City’s planning and development codes and
policies and procedures as it relates to land development and construction. Past experience
providing design and construction administration service of building projects, particularly
natatoriums.
6. INSURANCE REQUIREMENTS. The Contractor (respondent) 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 Contractor 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. 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.
d. If the Contractor 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 Contractor’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 the Contractor 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 by requiring that any new policy provide
a retroactive date no later than the inception date of claims made coverage.
OTHER INSURANCE PROVISIONS.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of
DETAILED SPECIFICATIONS
Design Services – CWT Long Center Renovations 9 RFQ #08-23
the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the
Contractor 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, Contractor 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, RFQ #08-23
P.O. Box 4748
Clearwater, FL 33758-4748
b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for
Contractor’s negligence.
d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense,
for any and all claims that may arise related to Agreement, work performed under this
Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City
shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor
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 Contractor’s obligation to provide the insurance coverage
specified.
MILESTONES
Design Services – CWT Long Center Renovations 10 RFQ #08-23
1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. March 2023 – January 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.
RESPONSE FORMAT
Design Services – CWT Long Center Renovations 11 RFQ #08-23
1. RESPONSE 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.
2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11"
paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information must
be assembled and indexed in the order indicated below. The page count shall not exceed
twenty-six (26) total pages, including typed text, graphics, charts and photographs. The
total page count does not include documents submitted for Tabs 6 and 7, the tabbed separator
pages, cover page, and back page.
TAB 1 – LETTER OF INTEREST (two [2] pages). The letter of interest shall include:
a. Full legal name of the firm and signature by an authorized representative, preferably
the president
b. A brief summary of the proposing firm’s interest in providing the requested services
c. A statement of the firm’s understanding of the design services to be provided
d. Office address of firm conducting the design services
e. Office address of firm that will administer the agreement
f. Contact information of firm’s corporate officers, partners, and/or owners to include
office location, email address and phone number
g. List of personnel authorized to represent firm to include title, office location, email
address and phone number
TAB 2 – MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE
OF FIRM (six [6] pages). Provide background about the firm and present an understanding of
the Scope of Services to be provided and ability to provide such services, including:
a. A list of like design projects with construction value of $10 million or more, both active
and completed in the last five (5) years. Include the project name, location, owner,
contractor, description, dates services were performed for the project; color images of
projects; initial budget and final construction cost, including change orders; initial and
final contract duration (explain deviations);
b. Information for three (3) similar complex projects using a Construction Manager at Risk
(CMAR) with the Guaranteed Maximum Price (GMP) process with a value of $10
million or more within the past seven (7) years. Reference projects must include:
i. Offeror’s project management team assigned to respective project whom will
be designated for this RFQ’s project team
ii. Client project manager name, title, email address, and telephone numbers iii. Reference letters from the project owner(s) must be specific to the referenced
project (not included in page count)
.
TAB 3 – QUALIFICATIONS OF PERSONNEL (four [4] pages).
a. Provide a list of key personnel the Respondent will commit to the project for its duration. i. Identify specific roles for each listed staff.
ii. Confirm that no key staff changes will take place without written authorization
of the City.
b. Identify prior similar projects the key personnel listed have worked on together as a
team on behalf of the Respondent. Demonstrate staff’s knowledge of local work force,
City permitting processes, Downtown District and Development Standards, potential
challenges on this project and solutions.
RESPONSE FORMAT
Design Services – CWT Long Center Renovations 12 RFQ #08-23
c. Explain how expert sub-consultants in their field will be selected in a cost compatible
process.
i. Provide a list of key sub-consultants, their references, and a MOU for their
commitment to join your team.
ii. Identify prior projects the key sub-consultants have worked on with your team.
TAB 4 – PROJECT APPROACH (ten [10] pages). Demonstrate the ability to provide the Concept
Review, Cost Analysis, Design, and Construction Phase services. Expand on items such as
reporting systems, scheduling, cost estimating, sustainability, innovation, cost effective design,
long term maintenance, facility operational costs, security, and value engineering (VE). Include
examples of similar projects where these processes have been used.
a. Explain how the Respondent will provide the: (1) leadership; (2) management; and (3)
administration required to be successful in the development and completion of this
project.
b. Explain generally how Respondent will provide the Concept Review and Cost Analysis
Services.
c. Provide a summary of cost control methods for the (1) Design Phase; and (2)
Construction Phase of the Project.
d. Provide estimated duration of proposed conceptual design, design development,
construction document, permitting, and GMP phases (30%, 60%, 90% and
completion).
e. Describe how firm will maintain quality control methods for the Design Phase and
Construction Phase of the project.
f. Describe how firm will maintain schedule control methods for the Design Phase and
Construction Phase of the project.
g. Explain firm’s team approach to resolve potential conflicts.
h. Provide a brief narrative outlining why your firm is the best qualified to perform the
Design services in this RFQ.
TAB 5 – UNDERSTANDING OF NATATORIUM ENVELOPE DESIGN AND HEATING,
VENTILATION AND AIR CONDITIONING BEST PRACTICES, STANDARDS, CODES AND
CITY’S GREENPRINT 2.0 (four [4] pages). Demonstrate your knowledge of natatorium
design, climate control, maintenance and operations and City’s Greenprint 2.0 and outline how
you intend to implement this expertise through the provided design services. Provide examples
of other projects where you assisted in the implementation of similar designs and identify what
opportunities and/or challenges the design may create.
TAB 6 – Litigation. NOTE: this is not considered Confidential or Proprietary information –
any response indicating such will be deemed non-responsive to the RFQ.
a. Provide a complete listing of any convictions or fines incurred by the respondent firm
or any of its principals for violations of any state or federal law within the past three (3)
years. Identify firm’s executives who have current claims or who have participated in
litigation against the City of Clearwater while with another firm. Executives of firms
currently under litigation with the City may not be considered for this project.
b. Provide a complete listing of all litigation involving a construction project or contract
(excluding personal injury and workers’ compensation) whether currently pending or
concluded within the past three (3) years in which the respondent firm was a named
party.
c. Provide a complete listing of all administrative proceedings involving a construction
project or contract, whether currently pending or concluded within the past three (3)
years, in which the respondent firm was a named party. (NOTE: Administrative
Proceedings shall include: (i) any action taken or proceeding brought by a
governmental agency, department, or officer to enforce any law, regulation, code,
legal, or contractual requirement, except for those brought in state or federal courts;
RESPONSE FORMAT
Design Services – CWT Long Center Renovations 13 RFQ #08-23
(ii) any action taken by a governmental agency, department, or officer imposing
penalties, fines, or other sanctions for failure to comply with any such legal or
contractual requirement, or (iii) any other matter before an administrative body.)
d. Provide a complete listing of all arbitrations involving a construction project or contract,
whether currently pending or concluded in the past three (3) years, in which the
respondent firm was a named party.
TAB 7 - Other Forms. The following forms should be completed and signed:
a. Exceptions, Additional Materials, Addenda form
b. Company Information form
c. Response Certification form
d. Exhibit C_Forms
e. Copy of the firm’s current Florida Department of Business and Professional
Regulation’s License
f. If the firm is a corporation, a copy of the current Florida Corporation Registration
g. W-9 Form. All responses should include a fully completed, most current W-9 form.
Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-
pdf/fw9.pdf)
EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA
Design Services – CWT Long Center Renovations 14 RFQ #08-23
Respondents shall indicate any and all exceptions taken to the provisions or requirements 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
Response 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 response
Additional Materials attached (describe--attach additional pages if needed)
Addenda
Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at
https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda
issued may render a Bid Non-responsive.
Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable):
Addenda Number Initial to acknowledge receipt
Vendor Name__________________________________________________ Date__________________
COMPANY INFORMATION
Design Services – CWT Long Center Renovations 15 RFQ #08-23
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 response:
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.
RESPONSE CERTIFICATION
Design Services – CWT Long Center Renovations 16 RFQ #08-23
By signing and submitting this Response, the Company 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) 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.
e) 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.
f) 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.
g) 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.
h) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and
Rules if awarded by the City.
i) It is current in all obligations due to the City.
j) It will accept such terms and conditions in a resulting contract if awarded by the City.
k) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding
offers for the services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Design Services – CWT Long Center Renovations 17 RFQ #08-23
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #08-23, Design Services – CWT Long Center
Renovations
Due Date: January 11, 2023, 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 RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #08-23, Design Services – CWT Long Center
Renovations
Due Date: January 11, 2023, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------
Exhibit B
Insurance Requirements
INSURANCE REQUIREMENTS. The Contractor (respondent) 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 Contractor 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. Unless waived by the State of Florida, 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 $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 Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S.
Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be
applicable to employees, contractors, subcontractors, and volunteers, if any.
d. If the Contractor 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 Contractor’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 the Contractor 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 by requiring that any new policy provide
a retroactive date no later than the inception date of claims made coverage.
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
Contractor 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, Contractor 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, RFQ #08-23
P.O. Box 4748
Clearwater, FL 33758-4748
b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for
Contractor’s negligence.
d. Contractor reserves the right to appoint legal counsel to provide for the
Contractor’s defense, for any and all claims that may arise related to
Agreement, work performed under this Agreement, or to Contractor’s design,
equipment, or service. Contractor agrees that the City shall not be liable to
reimburse Contractor for any legal fees or costs as a result of Contractor
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 Contractor’s obligation to provide the insurance coverage
specified.
CITY OF CLEARWATER
DESIGN SERVICES - LONG CENTER RENOVATIONS
Wannemacher Jensen Architects, Inc.
132 Mirror Lake Dr N Unit 301
St. Petersburg, FL 33701
(727) 822-5566
wjarc.com
RFQ #08-23
January 11, 2023
LETTER OF INTEREST
1
3
LETTER OF INTEREST
WJArchitects | City of Clearwater RFQ-08-23
City of Clearwater
Attn: Procurement Division
100 S. Myrtle Ave, 3rd Floor
Clearwater, FL 33756-5520
January 11, 2023
RE: RFQ 08-23 - DESIGN SERVICES - CLEARWATER LONG CENTER RENOVATIONS
Members of the Selection Committee,
On behalf of Wannemacher Jensen Architects, Inc. (WJA), I would like to state our sincere interest and
excitement about the opportunity to continue to provide the City of Clearwater and the Long Center with
Design Services for the Natatorium. You will find in the following qualifications pages that we have put
together a very strong team - one with national recognition for iconic municipal design and a proven track
record for sustainable buildings.
About Us
Since our firm was founded in 1992, our specialty has always been community building municipal projects.
The firm’s design methodology is centered on the belief that architecture can inspire positive change and
enrich society. We understand municipal architecture and our projects consistently meet the issues of time,
budget, functionality, and maintainability. We strive to go beyond that by providing creative design solutions
that become unique pieces of architecture. Our buildings uniquely represent a community and add to people’s
quality of life. Our strength has been to consistently create unique, efficient, and inviting spaces given any set
of parameters or challenges.
Headquartered in St. Petersburg and with an office in Tarpon Springs, we are familiar with the City, the city’s
standards and coordinating with City Departments. We have had a long standing working relationship with the
City of Clearwater since 1997 and have worked on projects like Fire Stations 46 & 47, the Clearwater Marina,
North Greenwood Recreation Center, Crest Lake Park Masterplan, Morningside Recreation Center, and the
Phillies Spring Training Complex to name a few. We also have a long standing history working with the Long
Center. The team ready to work on the Natatorium all have knowledge and experience working with Long
Center stakeholders. Long Center projects completed by our team include the Aging Well Center, renovations
to the gym, kitchen, and classrooms.
Our proposed team have recently completed the FAST Aquatics facility in Ocala, Florida. The Florida Aquatics
Swimming & Training (FAST) facility is the new premier aquatic training and Olympic training competition
venue in the Southeast United States. The facility provides elite training for swimmers of all levels with the
goal of producing the next generation of future champion swimmers and includes an indoor 10-lane/50-
meter/25-yard Olympic competition pool and an outdoor “L” shaped pool with 5-lane 25-yard warm-up area
and the 7-lane 50-meter/25-yard/25-meter 2021 Olympic Trials warm-up pool by Myrtha Pools.
Our capabilities expand beyond architecture to include comprehensive master planning, interior design,
Construction Management, and Cost Estimating. An extremely unique aspect of our firm is that we have a
construction division, WJCreate. As one of the few architecture firms with a dedicated construction division
we can provide services from the initial planning phase all the way through construction with a single point
of contact. It has never been more important for a design team to understand lead times, supply issues,
and real time cost data. We understand that it takes more than just a complete set of drawings to turn out
a successful project. We go beyond the basic requirements - utilizing innovative design solutions to create
facilities that uniquely represent and evoke pride from the community and the staff who use them.
Project Understanding
It is our understanding that the City intends to engage an architectural firm to provide design services for
the renovation of the Long Center located at Belcher Road. The main goal is to resolve the high humidity
and resulting frame corrosion in the Natatorium. It will be in our scope to explore a variety of options for the
City comparing a new facility versus a renovation. The City is interested in seeing the following options: an
outdoor pool, covered/roofed outdoor pool, partially enclosed pool, and indoor pool. The consultant shall
analyze different methods and equipment, and schemes to determine the most feasible option for the City.
The sustainability and maintainability of the facility will be top priority.
4
LETTER OF INTEREST
WJArchitects | City of Clearwater RFQ-08-23
Jason Jensen, AIA, LEED AP, President
Wannemacher Jensen Architects, Inc.
132 Mirror Lake Dr. N, Unit 301
St. Petersburg, FL 33701
(727) 822-5566 | jason@wjarc.com
We believe our team is best qualified to undertake this project and we are committed to providing the City of Clearwater with successful design services. I don’t believe any other team has a greater knowledge of the
city or more proven design and services then our team. WJA is excited about the opportunity to continue our relationship with the City and the Long Center and we hope that you will give our team strong consideration
for this contract.
Sincerely,
Office address of firm conducting the design services:
Headquarters: 132 Mirror Lake Dr N., Unit 301, St. Petersburg, FL
Office address of firm that will administer the agreement:
Headquarters: 132 Mirror Lake Dr N., Unit 301, St. Petersburg, FL
Contact information of firm’s corporate officers, partners, and/or owners to include office location, email address
and phone number:
List of personnel authorized to represent firm to include title, office location, email address and phone number:
Same as above to include additional representatives listed below.
Sarah Lyons, Studio Director
1559 Fruitville Rd, Sarasota, FL 34236
sarah@wjarc.com
(727) 308-2261
Todd Willsie, Studio Director
29 W Orange St, Tarpon Springs, FL 34689
todd@wjarc.com
(727) 819-4958
Natalia Livian, Studio Director
815 NW 57th Ave, Miami, FL 33126
natalia@wjarc.com
(727) 310-0596
Below is the following requested address and contact information:
Jason Jensen, President
Headquarters Location (St. Petersburg, FL)
jason@wjarc.com
(727) 308-2711
Harold Somarriba, Principal
Headquarters Location (St. Petersburg, FL)
harold@wjarc.com
(727) 308-2712
Lindsay Evans, Principal
Headquarters Location (St. Petersburg, FL)
lindsay@wjarc.com
(727) 308-2713
Edward Hoffman, Principal
29 W Orange St, Tarpon Springs, FL 34689
ed@wjarc.com
(727) 382-0789
MUNICIPAL
BUILDING DESIGN
& CONSTRUCTION
ADMINISTRATION
EXPERIENCE OF FIRM
2
6
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
Founded in St. Petersburg Florida in 1992,
Wannemacher Jensen Architects (WJA) is an
interdisciplinary architecture firm that designs
and creates engaging spaces for working,
living, learning and playing. The firm’s design
methodology is centered on the belief that
architecture can inspire positive change and
enrich society. With each project and any given
set of challenges, we strive to provide creative
and innovative design solutions that promote
community and client ambitions, redefine
conventions, and generate purpose driven
solutions.
The firm has a broad range of experience across
an array of project types and disciplines for
private, municipal, and non-profit clients. WJA’s
capabilities expand beyond architecture to
include comprehensive master planning, interior
design and design-build construction. As one
of the few architecture firms with a dedicated
construction division we are capable of providing
services from the initial planning phase all the
way through construction with a single point of
contact. Our team brings together a variety of
professionals from different backgrounds and
expertise to holistically address projects from
all angles. We carefully consider every design
decision and its effect on the big picture to
produce the highest quality, optimally functional,
cost-effective results.
Since the firm was founded our specialty has
always been to work with municipalities on
quality of life projects. We have completed over
250 public projects for more than 25 different
municipalities throughout the State of Florida
on various project types including Recreation
Centers and Parks, City Halls, Fire & Police
Stations, Government Offices, and Service
Centers. We understand the intricacies of
working with multiple building users, making
presentations to City Commissions and
satisfying various neighborhood concerns.
YEARS IN BUSINESS:
30 years
SIZE OF FIRM:
58 Employees
SERVICES:
Architecture
Interior Design
Design-Build Construction
Production Design
Real Estate/Development
ADDRESS:
132 Mirror Lake Dr N Unit 301
St. Petersburg, FL 33701
727.822.5566
WEBSITE:
wjarc.com
LICENSE:
AR94244
FAST Aquatics, Ocala, FL
Wannemacher Jensen Architects, Inc.
7
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
FAST Aquatics ($38m) is part of building the foundation for a new
community. The Florida Aquatics Swimming & Training (FAST) facility is
premier aquatic training and Olympic competition venue in the Southeast
United States. The facility will provide elite training for swimmers of all
levels with the goal to produce the next generation of champion swimmers.
47,000 sf Indoor Aquatics Complex consisting of 50m Pool, 25m Pool,
and 2300 sf Fun Pool. The Aquatics Complex is supported with by Locker
Rooms, Fitness Center, Multipurpose rooms, a Party Room, concessions,
administrative and lifeguard offices, mechanical and storage rooms, and
pool pump rooms.
Team: Jason Jensen, Sarah Lyons, Jamison Sweat, Michael Costello, David Fusco
FAST Aquatics Natatorium, Ocala, FL
Contact:
Jim Walkup, Project Manager
jim_walkup@otowfl.com
(352) 873-0848
A new $11.5m 2 story 20,825 sf Recreation Center consisting of admin of-
fices, indoor gym, teen room, party room, kitchen, multi-purpose room, re-
strooms/locker rooms, pool support areas, utility support areas, discovery
rooms, and study rooms. Aquatics Center consists of a pool with pool deck,
splash pad, pool play equipment, changing cabanas, and multi-gender
restrooms. A playground, play court, multipurpose lawn, dry pond, artificial
turf area with seating, and a 40x40 shelter complete the park space. The
building and park utilizes a resilient and sustainable design, which provides
a fun, safe environment to promote a healthy community. This project is
LEED Silver pending.
Team: Jason Jensen, Cary Dennis
Shore Acres Recreation & Aquatics Center, St. Petersburg, FL
Contact:
Lynn Bittner, Recreation Manager
Lynn.Bittner@stpete.org
(727) 893-7571
The Recreation & Aquatics Center is a 35,000 SF multi-level facility origi-
nally construction in 2006. Additions and renovations to the facility were
designed to further improve the well-being and quality of life for the com-
munity by elevating the user experience for current and future members.
The most prominent renovations consist of the relocation and expansion
of the Health Fitness Center and Child Care Center. Both spaces enjoy vast
views and abundant daylight through the new 20’ high curtain wall along
the front facade. A new indoor playground, which stands 19’ tall, is an excit-
ing activity found in the Child Care Center. Other renovated spaces include
the Main Lobby, Admin Suite, an Activity Room and a Multi-Purpose Room.
Team: Jason Jensen
NPR Recreation & Aquatics Center, New Port Richey, FL
Contact:
Debbie Manns
mannsd@cityofnewportrichey.org
(727) 853-1021
RELEVANT PROJECTS
8
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
A new 21,000 sf facility that includes a double gymnasium, fitness center,
locker room and administrative offices. The new facility was constructed
within an existing 7.8 acre recreation complex that included an aquatics
facility, children’s playground and tennis courts. The site is also positioned
where street grids with two different orientations collide. This project
gave us the opportunity to bring order to the campus by consolidating and
streamlining movement through the complex. The new facility weaves the
existing programs with the new and serves as a central nexus for the entire
campus. To achieve this the facility was broken down into two separate
wings dictated by their programmatic uses. The different wings are
separately rotated to sit against the existing programs.
Team: Jason Jensen
Morningside Recreation & Aquatics Center, Clearwater, FL
RELEVANT PROJECTS
Contact:
Leroy Chin
leroy.chin@myclearwater.com
(727) 562-4856
This new 33,300 sf Recreation and Aquatic Center is on 42 acres in North
Port targets youth activities but was designed with a multi-use facility
concept to meet the interests of the entire community. The concept was to
bring the outside park setting inside within a mid-century modern architec-
ture vocabulary of large glazed wall areas, organic curved surfaces, natural
stone both inside and out, and expansive covered and uncovered exterior
program areas. Phase 2 includes Butler Park Pool, an aquatics center, that
shares the site with the existing sports facility and Morgan Family Com-
munity Center was also completed by WJA. Aquatic amenities include a
25-meter x 25 yard pool, lazy river, leisure pool with spray features, bath
house, concession, restrooms, office areas, filtration building, bleachers,
shade structures, and site furnishings.
Team: Jason Jensen, Cary Dennis
Morgan Family Community & Aquatics Complex, North Port, FL
Contact:
Sherry Borgsdorf, Director of General
Services
sborgsdorf@cityofnorthport.com
(727) 587-6720
Wannemacher Jensen Architects was tasked with transforming this site into
a welcoming and lively community based recreation center. The project
includes extensive site work, replacement of the existing facility/gymnasium
that was 13,892 sf to a new increased square footage that accommodates
the programming and is feasible for the budget, tennis courts, expansion of
the pool deck and addition of a picnic pavilion, and a 4,000 sf splash pad.
The new facility will be hurricane hardened while the entire site lives in a
flood zone.
Team: Jason Jensen, Harold Somarriba, Kelsi Thrasher
John Marble Recreational Park and Aquatics Center, Bradenton, FL
Contact:
Angela Honts, Project Manager
angela.honts@mymanatee.org
(941) 748-4501
9
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
REFERENCE
10
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
REFERENCE
City of St. Petersburg Parks and Recreation Department P.O. Box 2842 St. Petersburg, FL 33731-2842 O: 727-893-7571
April 29, 2022
To Whom It May Concern,
I would like to take the opportunity to thank WJArchitects (WJA) for their work on the new
Shore Acres Recreation Center. The project included a two-story facility with a gymnasium,
meeting room spaces, Teen Program space, six-lane outdoor swimming pool, playground,
outdoor court, and playing field space.
It was a pleasure working with WJA beginning with the initial design concepts to the reopening
of the facility. WJA designed the entire complex after receiving input from multiple
departments within the City and participating in public meetings.
The professionals at WJA are outstanding individuals who are highly knowledgeable in their
field. Their expertise and experience has allowed us to face this project with ease. We have
worked with WJA on multiple projects over the years and look forward to our continued
relationship for future undertakings.
Sincerely,
Lynn Bittner
Recreation Manager
11
MUNICIPAL BUILDING DESIGN & CONSTRUCTION ADMINISTRATION EXPERIENCE OF FIRM
WJArchitects | City of Clearwater RFQ-08-23
REFERENCE
3QUALIFICATIONS OF PERSONNEL
13
QUALIFICATIONS OF PERSONNEL
WJArchitects | City of Clearwater RFQ-08-23
Wannemacher Jensen Architects
Chris Dunn, RA
PROJECT MANAGER & DAY-TO-DAY CONTACT
Todd Willsie, AIA
PROJECT DIRECTOR
Sarah Lyons, AIA, LEED AP, BD+C
AQUATICS DESIGN EXPERT
Jamison Sweat
PROJECT DESIGNER
Aquatics Design
Jeff Nodorft, PE, LEED AP, BD+C
PRINCIPAL IN CHARGE
Cary Dennis
PROJECT DIRECTOR
Nicole King
PRODUCTION
Civil Engineering
Bryan Zarlenga, PE
CIVIL ENGINEER
MEP Engineering
Adam T. Powell, PE
PRESIDENT ELECTRICAL ENGINEER
Paul Carastro, PE
DIRECTOR OF MECHANICAL DIVISION
Staffing Plan & Key Personnel
Our staffing and coordination process begins
with selecting a core team that best suits the
project based on their experience with similar
projects and their availability to dedicate the
necessary attention to the project.
Our engineering consultants were suggested
to you based upon their successful past
experience with the similar projects, our firm,
and their local presence. We have completed
multiple projects with these engineering
consultants and we have chosen this team
because they have consistently produced
quality results. Our subconsultants, are local
and small to medium sized liked ourselves,
providing true principal involvement. They
will be a part of the design process from the
beginning and stay with the project through
close-out. They will attend meetings and visit
the job-site when necessary to inspect work or
address any issues that may occur.
Please note: Due to page limitations, only key personnel are included on the following pages. No key staff changes will
take place without written authorization of the City. All assigned key professional staff are properly licensed to practice
in Florida and are available to commit the necessary time to servicing this project.
ORGANIZATION CHART
Structural Engineering
David Fusco, PE, LEED AP
PRINCIPAL STRUCTURAL ENGINEERING
Derek A. Wassink, PE, RA, SI, LEED AP
QA/QC PRINCIPAL
Landscape Architect
Ricky Peterika
LANDSCAPE ARCHITECT AND ARBORIST
Jason Jensen, AIA, LEED AP
FIRM EXECUTIVE
14
QUALIFICATIONS OF PERSONNEL
WJArchitects | City of Clearwater RFQ-08-23
Chris is a licensed architect with over 35 years of professional experience brings a proven record of success in
planning, designing, and managing a variety of challenging commercial, institutional, and residential projects.
He is knowledgeable in construction technology as well as the codes and regulations that impact building
design and construction. Proficient in the production of accurate, comprehensive construction documents and
specifications; he provides a high level of quality control for our projects.
SELECTED EXPERIENCE
Long Center Fitness Room Renovations, Clearwater FL [Project Architect]
Long Center Aging Well Center Renovations, Clearwater FL [Project Architect]
Long Center Second Floor Meeting Room, Clearwater, FL [Project Architect]
Fairway Village Community Center, Largo, FL [Project Architect]
Largo Community Center, Largo, FL [Project Architect]
Cedar Hammock Fire Station #4, Bradenton, FL [Project Architect]
Dunedin Fire Station #61, Dunedin, FL [Project Architect]
Madeira Beach Fire Station #25, Madeira Beach, FL [Project Architect]
St. Pete Fire Station #7, St. Petersburg, FL [Project Architect]
Chris Dunn, RA
Role: Project Manager / Day-
to-Day Contact
Years Experience: 50 years
Certifications:
AR0015976, NCARB #48738
SELECTED EXPERIENCE
FAST Aquatics Center, Ocala, FL [Project Manager]
Long Center, The Arc Classroom Renovations, Clearwater FL [Project Manager]
Long Center Fitness Room Renovations, Clearwater FL [Intern Architect]
Ocala Community Center, Ocala, FL [Project Manager]
Thelma Boltin Recreational Center, Gainesville, FL [Project Manager]
San Bernardino Courthouse, City, FL* [Project Designer]
SPC Student Success Center, St. Petersburg, FL [Project Manager]
Ina A Colen Academy, Ocala, FL [Project Architect]
Canterbury School Master Plan, St. Petersburg, FL [Project Manager]
Pinellas County Schools Structural Stucco Conditions Evaluations, Pinellas County, FL [Project Architect]
Sarah Lyons, AIA, LEED AP
BD + C
Role: WJA Aquatics Design Expert
Years Experience: 11 years
Certifications: FL AR98487
SELECTED EXPERIENCE
Luminary Hotel & Convention Center: Fort Myers, FL
This new 13-story hotel includes over 240 guest rooms and suites, elevated structured parking, ground-level
meeting spaces, retail, a rooftop pool and bar, and amenity areas. In addition to construction of the new hotel,
the project includes major renovations to the existing Convention Center that it adjoins. A new chilled water
plant is being provided in the Convention Center to serve both the Convention Center and Hotel.
University of South Florida - Student Housing Village: Tampa, FL
The largest student housing project in the University of South Florida’s history, this $100+ million development
included a total of five new 6-story residence halls that offers housing for over 2,000 USF students. A Public-
Private Partnership (P3) with Capstone Development Partners, it was the largest P3 undertaking to date in the
state university system. The design-build project used Finfrock Construction’s proprietary precast DualDeck
Building System, which required a fully coordinated, clash-free design model with all penetrations located
before manufacturing and construction.
John Knox Village: Pompano Beach, FL
Adam T. Powell, PE
Role: President Electrical Engineer
Years Experience: 17 years
Certifications:FL #73853
SELECTED EXPERIENCE
Florida Aquatics Swimming & Training Center in Ocala, FL WJA Project
The Florida Aquatics Swimming & Training (FAST) Center is bound to be the premier competition and training
venue for swimmers in the Southeastern United States. The $10 million project includes a fitness center,
outdoor competition pool, and indoor competition pool with additional poolside seating for spectators.
Moorings Park Grande Lake: Naples, FL
This multi-phased project includes a new $50+ million Clubhouse Center for Healthy Living that will be at the
heart of this new Moorings Park campus at Grande Lake. Levels 1-3 of this high-rise structure will include
elevated parking, restaurant and bistro areas, exam and treatment areas, a full fitness center, administrative
spaces, and various other amenities for Moorings Park residents and guests. Upper floors will house large,
well-appointed independent living units.
Hyatt Place Tampa Downtown: Tampa, FL
Situated between Downtown Tampa’s iconic Truist building and City Hall, this project transformed a surface
parking lot into a new, dual-branded high-rise hotel. The 17-story building includes over 340 guest rooms,
elevated structured parking, ground-level meeting spaces, retail, a rooftop pool, and amenity areas.
Michael A. Costello, PE,
LEED AP
Role: Director of Mechanical
Division
Years Experience: 22 years
Certifications:FL #81436
15
QUALIFICATIONS OF PERSONNEL
WJArchitects | City of Clearwater RFQ-08-23
SELECTED EXPERIENCE
Clearwater Mall Fire Station (FS) No. 49, Clearwater, FL
Clearwater NW Fire Station No. 51, Clearwater, FL
Clearwater Sand Key Fire Station No. 44, Clearwater, FL
Pinellas County Emergency Responders Building, Clearwater, FL
Treasure Island City Hall, Treasure Island, FL WJA Project
New Port Richey Public Works Facility, New Port Richey, FL
St. Pete/Clearwater International Airport Parking Lot Expansion, St. Petersburg, FL
Pinellas County Court and Jail Expansion, Pinellas County, FL
HARTLine Netpark Transfer Center, Tampa, FL
Pasco County Utility Administration Building, Pasco County, FL
Anchorage Park, North Palm Beach, FL
Seminole Public Works & EOC Buildings, Seminole, FL
Pasco County Nottingham Public Works Facility, Pasco County, FL
South Pasadena Fire Station and Parking Lot, South Pasadena, FL WJA Project
Bryan Zarlenga, PE
Role: Sr. Principal Civil
Engineer
Years Experience: 31 years
Certifications:
FL PE #52167
SELECTED EXPERIENCE
Doral Aquatic Center, Doral, FL
Bear Levin Studer Family YMCA, Pensacola, FL
Hagan-Stone Park Aquatic Center, Pleasant Garden, NC
Holding Park Pool, Wake Forest, NC
Homewood Community Center, AL
Huntsville Aquatics Center, AL
Northern Region Recreation, Mecklenburg, NC
James Madison University, Student Recreation Center, Harrisburg, VA
Southern Regional Aquatic Wellness Center, Fort Washington, MD
Tennessee Tech University Student Recreation Center, Cookeville, TN
UNC Charlotte - University Recreation Center, Charlotte, NC
Watauga Recreation Center, Boone, NC
Jeff Nodorft PE, LEED AP
BD + C
Role: Principal, Aquatics
Years Experience: 29 years
Certifications:LEED AP BD + C
SELECTED EXPERIENCE
Florida Aquatics Swimming & Training (FAST), Ocala, FL WJA Project
Structural design services for a 47,000-square-foot community center including meeting rooms, a fitness area
and two Olympic sized pools. One of the pools is located outdoors and the other is in a 40 foot tall natatorium
structure. Included in the natatorium is stadium style seating with a 3000 person capacity.
Doc Ford’s, Tampa, FL WJA Project
Structural engineering services for the renovation and alteration of the existing building.
Ina A. Colen Academy, Ocala, FL WJA Project
Structural engineering for a two-story, 125,000-square-foot masonry and composite steel elementary school
including classrooms, offices, cafeteria with a commercial kitchen and gymnasium. Steel support framing was
provided for a grand precast staircase in the main lobby.
Municipal Building, Treasure Island, FL WJA Project
New design of public works building and master pump station.
David Fusco, PE, LEED AP
Role: Principal, Structural Engineering
Years Experience: 17 years
Certifications:Licensed Professional Engineer: FL
SELECTED EXPERIENCE
Largo Bayhead Park, Largo, FL
This project is a passive park and trail enhancement constructed in conjunction with stormwater retention
pond retrofits. The plan included a 1/2-mile passive urban trail, upland, shoreline, and aquatic plantings,
hardscape areas, site furnishings, and signage. Richard was responsible for all production aspects of this
project.
Tampa P.I.P.E.S, Tampa, FL
This project is a partial tree inventory across four neighborhoods in Tampa.
5th Street LID Implementation, Palmetto, FL
A two-block streetscape improved using low impact development to promote investment in a downtown
redevelopment area.
Scott Street Low Impact Development Streetscape, Tampa, FL
This project is a 0.75-mile streetscape improved using low impact development strategies as part of a traffic
calming toolkit.redevelopment area.
Richard Peterika, PLA
Role: Principal, Landscape Architect
Years Experience: 15 years
Certifications:LA #6667088RCA #641, CMA #5893BAICP #31476, USGBC
16
QUALIFICATIONS OF PERSONNEL
WJArchitects | City of Clearwater RFQ-08-23
SUBCONSULTANT MOU’s (Due to page limitations, full MOU’s can be provided upon request)
REFERENCES
Doral Aquatics Center, City of Doral
Barbie Hernandez, CPRP- Parks & Recreation Director
barbra.hernandez@cityofdoral.com | (305) 593-6600
Florida Aquatics Swimming & Training, On Top of the World, LLC
Jim Walkup, Project Manager
jim_walkup@otowfl.com | (352) 873-0848
Ft. Lauderdale Aquatics Center, City of Ft. Lauderdale
Laura Voet, Aquatics Complex Manager
lvoet@fortlauderdale.gov | (954) 828-4582
REFERENCES
BSSW Architects, Inc.
Kevin M. Williams
kevin@BSSWArchitects.com | (239) 333-2901
DPR Construction
Andrew Black
andrewbl@dpr.com | (813) 354-0995
Mainsail Lodging & Development
Brian Check
bcheck@mainsaildevelopment.com | (813) 313-1137
January 9, 2023
Amanda Wiegman, Marketing DirectorWannemacher Jensen Architects, Inc. Office: 727.822.5566 | Direct: 727.308.2440 amanda@wjarc.com
RE: LETTER OF COMMITMENT
REQUEST FOR QUALIFICATIONS; #RFQ 08-23
DESIGN SERVICES - CLEARWATER LONG CENTER RENOVATIONS
Dear Ms. Wiegman,
I hereby make the unequivocal commitment that, in the event of an award of the subject contract, Thornton Tomasetti, Inc., as subconsultants to Wannemacher Jensen Architects, Inc., will fulfill the duties of Structural Engineer for the subject project requirements for the duration of this contract.
Thank you for your consideration.
Sincerely,
David Fusco, P.E., LEED AP, Principal Thornton Tomasetti, Inc. 2001 K Street, NW, Suite 600 Tampa, FL 33602T +1.908.229.1191
E DFusco@ThorntonTomasetti.com
REFERENCES
CAE Office and Training Facility, Tampa, FL - Barr&Barr
Robert Curren, Senior Superintendent
rcurran@barrandbarr.com | (813) 591-4545
International Swimming Hall of Fame, Ft. Lauderdale- Hensel Phelps
Ruben A. Bravo, LEED AP BD+C, FGBC, Business Development Manager
RBravo@HenselPhelps.com | (954) 870-6599
Jabil Global Headquarters, St. Petersburg - Skanska USA
Bob Cloyd, Project Executive
rcloyd@skanska.com | (813) 955-3470
01/10/2023
Re:Memorandum of UnderstandingClearwater Long Center Natatorium
Amanda WiegmanWannemacher Jensen Architects Inc.132 Mirror Lake Drive N. Unit 301St Petersburg, FL 33701
Dear Ms. Wiegman,
Dark Moss
308 E 7th Ave • Tampa, Florida 33602 • 813-532-3440308 E 7th Ave • Tampa, Florida 33602 • 813-532-3440
Please accept this letter as Dark Moss’s commitment to provide Landscape Architectural Services with the Wannemacher Jensen team for the above referenced project. We understand the scope of work requested and commit to providing our qualified and experienced resources.
We appreciate the opportunity to join your team and look forward to working with you on this important project.
If we can be of further assistance, please do not hesitate to contact us at 813-532-3440.
Sincerely,
Richard PeterikaPresident
Attachments: None
REFERENCES
Gardner Brewer Hudson
Tyler J. Hudson, Partner
thudson@gardnerbrewer.com | (813) 221-1580
BRADLEY ARANT BOULT CUMMINGS LLP
Gina Grimes, Partner
ggrimes@bradley.com | (813) 559-5505
Blue Sky Communities
Shawn Wilson, Founder and President
swilson@blueskycommunities.com | 813-514-2100
4PROJECT APPROACH
18
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
PROJECT APPROACH
Summary of Approach
Our project approach and workplan is thorough and grounded in
years of experience working on similar projects. During the feasibility
study we will explore numerous options for the Natatorium. We will
be your partner from beginning to end - carefully considering every
decision and its effect on the big picture to produce the highest
quality, optimally functional, cost-effective result.
Project Kick-off
Following the award of the project we will promptly organize a
meeting with your project team to finalize the scope of work,
document project goals and objectives, develop project schedules
and establish parameters that will guide the project team throughout
the project’s duration. This time will also be used to identify project
stakeholders and other groups that will be instrumental in the design
and planning processes. This time will also be used to talk through
potential scenarios the city wants to explore and talk through
potential roadblocks or opportunities that may be presented.
Communication & Coordination
Our Team knows that coordination is absolutely vital for the success
of any project. We recognize the level of coordination is dependent
upon the extent of the proposed design requirements, and we
establish a standard protocol to ensure that all interested parties and
stakeholders are informed regarding the project status.
Stakeholder Input
Our team understands the importance of consensus building and
stakeholder participation. Before we propose any sort of conceptual
design for your facilities, we will meet with City personnel to
understand how the department uniquely operates. By involving
key stakeholders prior to an initial concept plan, the process
avoids immediate negativity or objection to a specific element and
instead focuses on items that encourage stakeholder participation
in the process. The City staff will ultimately have a true feeling of
ownership in the project with their input being directly translated into
the design from the conception to completion.
Internal Coordination
Our staffing and coordination process begins with selecting the
Project Manager that best suits the project based on their experience
with the project type and their availability to devote their full
attention to the project. To ensure we have the proper support that
each project requires, we evaluate our current workload and staffing
on a weekly basis. We are then able to easily forecast and adapt
to changes in project workload to ensure all projects remain on
schedule.
Cost Control & Estimating
Cost control is integral to the design process from the beginning
and will guide every phase of the work. Early decisions during
programming and the early design phase meetings have the biggest
impact on the budget. It is crucial to create well-documented
consensus between the City and WJ at the inception of the design
process relating to building square footage, configuration, systems,
program, scope and overall project goals.
We take a pro-active stance towards cost adherence. An early
development of a cost model, proper contingencies, and straight
forward building envelopes and systems are all elements in
our constant effort to contain costs within budget. A unique
characteristic of our firm is that we also have a construction
division, WJCreate, where we provide comprehensive construction
management services. This gives our team a thorough understanding
of the local subcontractor market, the availability of resources,
and design components that effect the bidding and construction
process. It also gives us the ability conduct in-house cost-estimates
throughout the design process before a contractor is selected. Our
local construction management experience allows us to maintain
accurate and current cost information and design according to
current market conditions.
While every project is unique the processes and steps to delivering a successful project remain relatively constant. The following narratives represent the work plan, collaborative processes, and general approach to providing services to the City of Clearwater.
Northshore Pool, St. Petersburg, FL
19
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
Programing & Schematic Design
The programming and initial schematic process is the most important
phase of any project, so it is important to spend the necessary time
and energy during this period. The accuracy and completeness of
the program document will ultimately save time and money in the
later phases and facilitate a smooth design process.
Our approach to successfully create a workable program begins
with understanding your goals and identifying who can best help
to put them on paper. A coordinator, preferably a decision maker,
should be identified for each stakeholder group. They will be tasked
with communicating all information between the user group and
the design team. Prior to the first programming meetings with the
various departments, an agenda/questionnaire is prepared and
circulated to the department coordinators. The agenda asks about
storage needs, adjacency, privacy or security requirements, millwork
requests, special equipment, etc. These items are then identified in
the final program document so that data and electrical needs can be
properly coordinated. Typically, our team will also tour the existing
spaces to get a better understanding of how each department
uniquely operates and gather information that will influence the
design of the future facility.
Design Process
After we have established the program and project goals during
the programming and the early stakeholder input process, we
begin design. Our design approach is to generate many alternative
concepts. Each scheme is then analyzed for its ability to meet the
established goals in the most efficient manner. A list of pros and
cons are developed covering topics such as accessibility, building
Southwest Recreation and Aquatics Complex, Largo, FL
A REPRESENTATION OF THE COMMUNITY
When developing an aesthetic design direction for
John Marble Park Recreation and Aquatics Center
WJA prepared several conceptual renderings depicting
different architectural styles being proposed for the
new facility. These designs were then presented to
and voted on by the city officials and community
members.
20
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
efficiency, views, opportunity for growth, operational costs, income
opportunities and other important parameters identified earlier in
the process. Illustrative sketches will be developed as necessary
to successfully convey the design intent and the complexes spatial
relationships, scale, and form.
Similar to the programming workshop, these initial concepts will
then be reviewed with the stakeholders at an assembly meeting. We
will discuss the results from the prior meetings and correlate what
we learned from those meetings to the concepts being presented.
We will gather further input on these concepts and in collaboration
with the city, we will identify elements and concepts that will be
carried over into the final plan. After all the facts and opinions have
been gathered on the initial concepts the final plan will begin to take
shape. Upon completion of schematic design, a cost estimate will be
developed, and a comprehensive package will be presented to the
City for further approval before continuing.
Project Scheduling
At the beginning of the project, we will generate a project design
schedule based upon the input we receive from you, accommodating
your milestones dates and using timelines and that we have
established based upon our previous experience with similar projects.
Below is a draft schedule we put together for the Long Center
Natatorium based on dates proposed in the RFQ. We take pride in
creating detailed project schedules at the beginning of project and
we make are diligent about keeping it up to date. This schedule
is then distributed to all design team members and consultants
periodically throughout the project. The project is also integrated
into our offices internal project calendar system where we can see all
project deadlines. This integration allows for us to properly staff each
project and forecast our workload to ensure our resources are used
where needed to deliver your project on schedule.
WJA typically has a session with all stakeholders to establish
a master schedule from design criteria through construction
accounting for all design, city, permitting, and construction
milestones. WJA then creates a “live” schedule using Microsoft
Project. If any task changes duration, then the change will be
immediately reflected through the entire schedule. WJA will be
extremely proactive anticipating potential speed bumps and ensure
that the schedule is met.
Interior Design
We provide in-house Interior Design Services for each project. An
interior designer is part of every project team and assists the Project
Architect/Manager with all things interior related. They research
materials, create color boards, assemble materials and finishes,
create furniture packages, and assist in bidding and construction
administration.
Long-Term Sustainability
Our team seeks to provide optimal value for both the initial and
long-term investment. With this goal in mind the design is continually
analyzed for its initial cost of construction and long-term economic
sustainability. Generally speaking, municipal funding for facility
operations and maintenance has not been keeping pace with the
funding of construction of new facilities. Therefore, it is important
that new infrastructure is designed to be as low maintenance and
durable as possible. We address this issue as a standard part of
our approach and will work with you to not only create sustainable
facilities but developed strategies to create revenue generating
Aug Oct NovSep2023 2024FebMarAprJanMayJunJulyDec Feb Mar Apr May Jun Jul Aug Sep OctJan
STAKE HOLDER REVIEW
Plan Development, Site planning
Design Review, University Committees
Design Phase 41 wks +/ -
MILESTONE EVENT OR ACTIVITYTentative
DESIGN DURATIONConcurrent to Review | Design
Scope Verification, survey
Geotech, survey updates, etc.
stakeholder review
stakeholder review
stakeholder review
Permit Approval
CONSTRUCTIONDOCUMENTS (100%)
STAKEHOLDER REVIEW
Systems, Envelope Design, SpecsDESIGN DEVELOPMENT
STAKEHOLDER REVIEW
BIDS & PERMIT
PRE-DESIGN
SCHEMATIC DESIGN
LONG CENTER NATATORIUMProposed Schedule
STAKEHOLDER REVIEW
CONSTRUCTION & CLOSE OUT
6 wks
5 wks
14 wks
12 wks
1 wk
17wks
56 wks
2 wk
1 wk
21
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
spaces and minimize maintenance and operations costs. A critical
component of this analysis is an understanding of the best practices,
flexible programming, appropriate materials, efficient building
systems and alternative construction methods.
Green Design & Energy Efficiency
WJA has completed eleven LEED Certified Buildings, including
the country’s first LEED Platinum Community Center, Largo
Community Center, and we have another two that are currently in
the certification process. We have also recently designed a LEED
Silver (certification pending) Shore Acres Recreation and Aquatics
Center which won the 2022 AIA Tampa Bay Sustainability Award of
Excellence for Architecture. While not every project seeks official
certification, we aim to incorporate “green” design components in
every project. In order to provide the optimal value for both initial
and long-term investment, sustainable materials are specified,
passive cooling strategies are employed, and green systems design
– like plumbing efficiency, intelligent lighting, and energy efficient
mechanical systems are incorporated into the building design,
especially when there is little to no additional first cost. We specify
extremely durable materials that are easily maintained, keeping
rescue personnel on duty performing their intended job and not on
building maintenance.
Smart Building Technology
WJA has extensive experience implementing various types of Smart
Building Technologies. Some examples include HVAC control
integration for multiple stations operating on one software with data
retention and analyzation capabilities, Security Access coordination
across multiple stations using a central software database to
control and monitor onsite activities, AV/IT integration and hardware
specification, smart lighting controls, and solar energy recording for
ROI tracking.
Security Integration
CCTV cameras and access technology have become the backbone
of the security of all buildings, but the design of the building plays
a substantial role in providing a safe space for its occupants. Lines
of sight for monitoring, areas of hiding during lock downs, and
controlled separation of spaces within the building are passive
techniques to provide security through design. Material use provides
a layer of security that most often remains unseen.
Coastal Design, FEMA Flood Zone and CAT V Requirements
WJA has worked extensively with coastal municipalities regarding
the design and construction of Essential Facilities in flood prone
areas. With offices all in coastal regions: St. Petersburg, Tarpon
Springs, Downtown Sarasota, Miami, and West Palm Beach, a
majority of our projects take into consideration coastal requirements.
Some examples include Clearwater Beach FS46, Madeira Beach
Municipal Center (City Hall, Recreation Complex, Fire Station, and
Park), John Marble Park (located in a flood zone and designed as a
ShoreAcres Recreation and Aquatics Center, St. Petersburg, FL
22
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
hurricane evacuation shelter), Tierra Verde FS21, South Pasadena
Fire Station, and Miami Beach FS01. WJA also has experience with
coordinating FEMA LOMR and CLOMR requests in conjunction with
our experienced Flood Engineers and Coastal Consultants.
Bidding, Permitting & Construction Admin
WJA will assist the city with their RFP/Bid for Construction process
as necessary. We will respond to questions from the owner, review
proposals, and assisting with bid addenda as necessary. The team
that is assigned to the project from the beginning is committed
to the project through completion. The project manager involved
with the original design continues during construction, attending
job site meetings, reviewing shop drawings, responding to phone
calls, and answering RFIs. In addition to the regularly scheduled
job site meetings, our team will visit the job site periodically to
review finishes, observe the quality of work in place and assist in
the resolution of a conflict. WJA acts as the client advocate in all
construction matters. We monitor construction progress according to
the schedule and review the work in place to ensure that the quality
specified is what is delivered.
QUALITY MANAGEMENT
Technology and Software
Problems typically occur on the job site and generally arise out
of a lack of properly coordinated consultant drawings. We have
embraced Procore, a cloud-based construction management
software program. Procore helps to increase project efficiency and
accountability by streamlining and mobilizing project communication
and documentation. Our project manager, sub-consultants
and contractors can all connect to the system allowing us to
communicate more efficiently and coordinate more effectively. This
all-in-one construction management software allows the entire team
to view, edit, and respond to all project related items at any given
time and from any device, including an iPhone. This includes, but
is not limited to, project requirements, budget, schedule, meetings
(including meeting minutes), submittals at every stage, comments,
punchlists, and photographs.
We have embraced a cloud-based computer software program
and BIM 3D software called REVIT and collaboration software from
Autodesk 360. This enables us to share a single unified model with
our sub-consultants in lieu of hundreds of drawings. This results in
better coordinated, more technically accurate construction drawings
and fewer issues in the field. REVIT has the ability to export to
the CAD compatible formats and provides a better tool for overall
collaboration and generating cost schedules.
Benefiting from the robust Autodesk AEC collection we also use
Enscape, a premium real-time rendering plugin for REVIT. With
just one click, we can start Enscape and within seconds walk
through your fully rendered project where all changes in REVIT are
immediately available to evaluate three dimensionally. This allows
us to quickly produce 3D visualizations of the project insuring a
more complete picture of your project is represented throughout the
design process. During construction, we coordinate BIM software
and clash detection with sub-contractors shop drawings and on site
construction administration with BIM visualization. The firm has been
dedicated to BIM software and delivery for the last decade.
WJA Team Member Utilizing Enscape
23
PROJECT APPROACH
WJArchitects | City of Clearwater RFQ-08-23
Quality Assurance / Control
Quality control is a meticulous process in our office utilizing the
expertise of all the firm’s resources. At every major milestone,
deliverables go through a rigorous review process by the project’s
Principal-in-Charge and from senior staff members not currently
working on the project. Our team is dedicated to producing
documentation that adheres to the highest standards in the industry.
As a firm we have earned a reputation for consistently producing
quality, comprehensive, and clear drawings that lead to better bids,
fewer RFIs and better constructed buildings.
Project Management
Primary contact and accountability will be with Chris Dunn. Chris
will be involved in every aspect of the proposed project. He will
ensure that all parties adhere to the budget, schedule, and do not
allow scope creep. Any changes in scope will be promptly identified
and an estimate would then be submitted to the city for final
approval. Each projects assigned Project Manager will oversee all
documentation and lead our team of production, and sub-consultants
to produce the design documents for the project according to code
compliancy and industry standards.
In addition, every project goes through our technical Quality Control
team members. This serves as a fresh set of eyes for double-
checking details. As our team reviews the drawings for specification
information, they are also double-checking details, cross referencing
notes and confirming coordination between our drawings and the
Consultants plans. Technically correct, well-coordinated documents
result in tighter bids and fewer change orders during construction.
Value Engineering
WJA analyzes all the functions of a program, project, system,
product, equipment, building, facility, service, or supply of an
executive agency, performed by qualified agency or contractor
personnel, directed at improving performance, reliability, quality,
safety, and life cycle costs.
We view value engineering as a creative, organized effort, which
analyzes the requirements of a project for the purpose of achieving
the essential functions at the lowest total costs over the life of
the project. There are three key phases (Planning, Design, and
Construction) where value engineering is applied. During Planning,
we carefully review the program, listen to the Owner’s goals, and
offer solutions to best utilize the square footage needs per function
and adjacency solutions. Planning is the most important phase.
Reducing square footage can have the most significant impact on
project costs. During Design, we thoughtfully select and specify
products and materials that meet the needs of function, initial cost,
and long-term cost. During Construction, we review contractor-
generated proposed solutions and product/material changes
elements in our design that set a positive mood We closely evaluate
the proposed changes to make sure these changes are beneficial to
the Owner and have no negative impact on the overall design intent
or building function.
Fire Station #8 HVAC, St. Petersburg, FL
“Of our thirteen stations Fire Station 8 requires
the lowest maintenance and is the only station
that I don’t have to constantly fix the Air
Conditioning system.
It’s now our prototype, don’t change anything
on the next one.”
Chief Basset, St. Petersburg Fire Department
5UNDERSTANDING
OF NATATORIUM
ENVELOPE
DESIGN HEATING,
VENTILATION, AND
AIR CONDITIONING
BEST PRACTICES,
STANDARDS, AND
CODES AND CITY’S
GREENPRINT 2.0
25
UNDERSTANDING OF NATATORIUM ENVELOPE DESIGN AND HVAC BEST PRACTICES, STANDARDS, AND CODES AND GREENPRINT 2.0
WJArchitects | City of Clearwater RFQ-08-23
Our completed projects in the
City of Clearwater demonstrate
WJA’s familiarity with the Code
of Ordinances, Construction
Specifications and Standards, and
Procurement process.
Phillies Clubhouse Expansion
Morningside Recreation Center
Our proposed team is intimately familiar with Clearwater’s local
codes, ordinances, and permitting procedures. We take pride in
approaching each task with the intent to promote the health, safety,
and quality of life in the City. WJA has provided Architectural Services
for the City of Clearwater, large commercial clients within Clearwater,
and for the Long Center. Our team’s recent work on the following City
projects is testimony to our familiarity with the City’s procurement
and construction standards:
City of Clearwater Projects:
• Clearwater Beach Marina Dock Replacement (Ongoing)
• Downtown Clearwater Site Redevelopment Studies
• Countryside Sports Complex
• Northwest Recreation & Aquatics Center
• Morningside Recreation Center
• Clearwater Fire Stations 46 + 47
• Clearwater Parks Admin Building
• Long Center Millwork
• Cooper’s Point Observation Tower
• Long Center Aging Well Center
• Clearwater Facade Program 1
• North Greenwood Addition & Renovation Study
• Phillies Clubhouse Expansion
• Phillies Spring Training Complex
• Clearwater Facades
• Clearwater Boardwalk Guidelines
• Clearwater MSB Remodel
• Long Center Renovation and Remodel
• Anderson Athletic Center
• Saint Paul’s School
• Crest Lake Park Master Plan
• Bayside Call Services Center
• Tech Data Office Building
Progress Energy/Duke Energy Clearwater Projects:
• PE Clearwater Dispatch
• PE Clearwater VP Office
• Clearwater VP Office
• Clearwater Admin Ops Evac Plan
• Progress Energy Clearwater Building Study
Our team have served for more than 20 years as the City’s Architect
of Record and our subconsultants have served as the City’s Engineer
of Record, providing services to multiple municipal departments,
including parks & recreation, engineering, fire, and environmental.
Our efforts ensure that development and redevelopment projects
enhance the value of surrounding properties. Our team has assisted
the City in its beautification process for many years and looks forward
to the continued enhancements planned for the future.
The Long Center + Aging Well Center
Morningside Recreation Center
26
UNDERSTANDING OF NATATORIUM ENVELOPE DESIGN AND HVAC BEST PRACTICES, STANDARDS, AND CODES AND GREENPRINT 2.0
WJArchitects | City of Clearwater RFQ-08-23
Recently Completed: FAST Aquatics
The Florida Aquatics Swimming & Training
(FAST) facility is the new premier aquatic
training and Olympic training competition
venue in the Southeast United States. The
facility provides elite training for swimmers
of all levels with the goal of producing
the next generation of future champion
swimmers.
The natatorium features an indoor cast-
in-place concrete 10-lane/50-meter/25-
yard Olympic competition pool with
seating for more than 2,000 spectators.
The outdoor “L” shaped pool includes the
5-lane 25-yard warm-up area and 7-lane
50-meter/25-yard/25-meter 2021 Olympic
Trials warm-up pool by Myrtha Pools with
a second level outdoor deck. In re-utilizing
an existing pool there was a savings in
material and energy in production. There
are two indoor/outdoor video scoreboards
with Colorado Timing System as well as a
timing room.
The scale of the natatorium is very large to
provide wide deck space for swimmers and
great viewing opportunities for spectators.
Semi-custom trusses helped achieve this
span while minimizing structural elements,
focusing attention on the activity in the
pool. A large fritted glass curtain wall
connects the indoor pool to the large
outdoor pool for spectators while filtering
the direct sunlight into the indoor pool.
The facility is equipped with top-tier
equipment to train, host, and engage in
recreational activities at the local, state,
regional, and national level. Challenges
for the project were meeting the needs
of all the users involved. The facility was
designed to meet the needs of swimmers
of all abilities. The facility provides a space
for young swim lessons, senior fitness
classes, water polo, and competitive
swimming to name a few. The project is
able to accommodate the wide range of
swim programs through specializing each
pool to provide a unique function. The
outdoor pool has area for shallower class
instruction swimming while the indoor
pool provides the depth for synchronized
swimming, water polo, and up to 3m diving.
The project includes meeting spaces
for teams and coaches as well as a
combination of 2,500 sf aquatic and
dryland fitness spaces for athletic cross
training that provides a full programming
opportunity for athletes. There is also an
outdoor splash pad has decorative play
structures for children.
“I’ve seen a lot of facilities
in my day, easily one of the
best.”
Ryan Lochte, 12-time
U.S. Olympic medalist
in referencing the FAST
Aquatics facility
Source: @ryanlochte Instagram
Image of Sarah Lyons, Ryan Lochte, and Jason
Jensen (from left to right) at the FAST Aquatics
Grand Opening.
27
UNDERSTANDING OF NATATORIUM ENVELOPE DESIGN AND HVAC BEST PRACTICES, STANDARDS, AND CODES AND GREENPRINT 2.0
WJArchitects | City of Clearwater RFQ-08-23
Natatorium Design Knowledge, Climate Control, Maintenance, and Operations
Indoor aquatics facilities present unique challenges to moisture,
temperature, and ventilation control not seen on other project types.
Our experience on the very successful “FAST” natatorium in Oc-
ala demonstrates some of the key design strategies that must be
implemented. Containing and isolating the indoor air environment is
a critical starting point. The treatment of the natatorium can be ex-
tensive, so limiting the area of enhanced features is key. This should
be done with negative air pressure inside the natatorium. Air cycles
should remain isolated inside and not be pushed out to adjacent
spaces. The natatorium should be “air-tight” with a paint coating that
acts as vapor barrier so corrosive air does not penetrate beyond the
walls. Similarly, the roof deck should be coated, and coating should
be monitored, for vapor-tightness.
Treating the air to cycle out airborne pool chemicals is the next step
in designing a natatorium. Using air handling equipment manufactur-
ers designed specifically for indoor aquatic environments will best
ventilate the air. This air, given the heat distributed from the pool, will
mostly need to be conditioned. The distribution of the fresh condi-
tioned air must be taken into consideration. The corrosive environ-
ment created by a natatorium will threaten every surface and element
including the ductwork and its hangars. At FAST we utilized “duct
sox” as the fabric is corrosion resistant and can push large amounts
of air around the space.
Ongoing maintenance and service is key for keeping a natatorium in
quality condition. Keeping light fixtures and other ceiling suspended
items out of the footprint of the pool allows servicing to occur on the
pool deck (rather than draining the pool).
HVAC Best Practices, Standards, and Codes
Emerald Engineering, Inc. recently completed the HVAC design and
construction on the FAST facility in Ocala, Florida. It is one of the
largest natatoriums in the southeast United States.
It’s hard to believe, but there are very few building codes that govern
the HVAC design and construction of indoor pools. Ventilation
requirements are only briefly listed in the Florida Building Code.
We recognized this early on and added a sub-consultant with 50+
years of aquatics design, planning, and operations experience.
They provided a lengthy recommendation guide for the design
team specific for our project. In addition, we discovered and used
numerous design guidelines written by engineering organizations
such as ASHRAE and HPAC and by pool air conditioning
manufacturers such as Desert Aire and PoolPak. We also toured
existing natatoriums and talked with other designers.
A successful HVAC design for a natatorium will utilize all these
resources. Discussions with the owners and users is also critical.
The air in an indoor pool should be maintained 2 degrees above the
water temperature for optimal human comfort, so deciding on a water
temperature is important to discuss.
Other design considerations include reducing/controlling
condensation (which will likely occur in some degree in all
natatoriums), evaporation of the pool water, air exchanges (about 6 is
recommended depending on the geometry of the space), controlling
the movement of chlorine odors through the space, maintaining
a negative pressure with respect to the rest of the building, and
utilizing corrosion resistant materials. The ductwork
should be wrapped around the perimeter of the pool. Air should be
blown directly on the exterior glass and not toward the pool surface.
Chlorine gas tends to hover a few feet above the pool surface, so low
exhaust grilles should be placed on one side of the pool.
There are no codes requiring any of this. It all has to be researched
and learned.
Perhaps the most crucial HVAC design element is the sequence of
controls for the various pieces of HVAC equipment serving the space.
Much of our design time was spent on developing these sequences
that tailored to the exact operation of the natatorium.
A good design is only as good as it functions!
FAST Under Construction
HVAC Design
Natatorium Sequence of Operations
28
UNDERSTANDING OF NATATORIUM ENVELOPE DESIGN AND HVAC BEST PRACTICES, STANDARDS, AND CODES AND GREENPRINT 2.0
WJArchitects | City of Clearwater RFQ-08-23
Inspiring and innovative designs
often result from architecture that is
not only sensitive to its environment
but also resonates with all user
groups. WJA strives to achieve these
with all of our projects.
Long-Term Sustainability & Greenprint 2.0
We are committed to integrating sustainable and energy-efficient de-
sign strategies in our projects. Sustainability is more than a checklist
of resource-saving technologies or complex building performance
targets; it is a fundamental commitment to our environment. We take
a holistic approach to understanding how sustainable design and
architectural creativity can be synthesized into beautiful, inspiring,
and welcoming spaces that will serve building users today without
compromising the needs of tomorrow.
One of the goals in GreenPrint 2.0 is to achieve a 10% energy reduc-
tion in municipal buildings by 2025 and 20% by 2030; we see the
Long Center Natatorium a part of this goal. One of the most critical
actions needed to create a more sustainable community and future
is to reduce the amount of energy used through efficiency improve-
ments in the existing building, and the develop the new building or
renovate the existing building to high-performance standards, com-
bined with a shift to renewable energy sources.
Our team seeks to provide optimal value for both the initial and
long-term investment. With this goal in mind, the design is analyzed
continually for its initial cost of construction and long-term economic
sustainability. Generally speaking, municipal funding for facility oper-
ations and maintenance has not been keeping pace with the funding
for the construction of new facilities. Therefore, new infrastructure
must be designed to be as low maintenance and durable as possible.
We address this issue as a standard part of our approach and will
work with you to create sustainable facilities and develop strategies
to develop revenue-generating spaces and minimize maintenance
and operations costs. A critical component of this analysis is an
understanding of best practices, flexible programming, appropriate
materials, efficient building systems, and alternative construction
methods.
Green Design & Energy Efficiency
WJA has completed eleven LEED Certified Buildings, including the
country’s first LEED Platinum Community Center, Largo Community
Center, and we have another two that are currently in the certification
process. We have also recently designed a LEED Silver (certification
pending) Shore Acres Recreation and Aquatics Center which won the
2022 AIA Tampa Bay Sustainability Award of Excellence for Archi-
tecture. While not every project seeks official certification, we aim to
incorporate “green” design components in every project. In order to
provide the optimal value for both initial and long-term investment,
sustainable materials are specified, passive cooling strategies are
employed, and green systems design – like plumbing efficiency, intel-
ligent lighting, and energy efficient mechanical systems are incor-
porated into the building design, especially when there is little to no
additional first cost. We specify extremely durable materials that are
easily maintained, keeping rescue personnel on duty performing their
intended job and not on building maintenance.
Education and Awareness Goals
One of the GreenPrint 2.0 strategies is to raise community awareness
about the importance and benefits of sustainability. The city aims to
create programs to educate and engage Clearwater citizens in green
best practices and programs to achieve their awareness goals. WJA
tries to incorporate such opportunities in our designs to include a
Sustainability Education and Awareness, creating spaces that allow
the City of Clearwater to host community events, workshops, pre-
sentations, and educational exhibits. Citizens are welcome to interact
with such areas anytime they visit, and City staff can easily have a
space to serve as ambassadors and educators about the sustain-
ability programs. Our team believes that the built environment plays
a vital role in helping our local leaders inspire community action to
achieve the City’s sustainability goals.
ShoreAcres Recreation and Aquatics Facility, St. Petersburg, FL Doral Legacy Park and Recreation Center, Doral, FL
6LITIGATION
30
LITIGATION
WJArchitects | City of Clearwater RFQ-08-23
LITIGATION
To the best of our knowledge, information and belief after reasonable inquiry, there have been no convictions or fines incurred by
Wannemacher Jensen Architects or any of its principals for violations of any state or federal law. WJA has had no claims or lawsuits
against it have resulted in verdicts against WJA.
All Past and Ongoing Lawsuits
Case Number: 18-020135-CA-01
Acosta Tractors, Inc v. Biltmore Construction Co., Inc.
Status: Ongoing
Wannemacher Jensen Architects, Inc. and the City of Doral are parties to a Professional Services Agreement dated May 6, 2014
(“Agreement”). Pursuant to the Agreement, Wannemacher was “to provide architectural, engineering, and interior design services” for
the design of the Project.
The Project’s Construction Manager, sued the City, in a Third-Party Complaint in an action currently pending in Miami-Dade County,
Florida, Acosta Tractors, Inc. v. Biltmore Construction Co., Inc., Case No. 18-020135. The Third-Party Complaint brings claims for
damages against the City, arising out of alleged obligations to pay Biltmore in connection with original construction and or repairing
of the baseball field.
The City has claimed design flaws by the Civil Engineer under WJA’s contract that have resulted in the retention of water in the
baseball field, and that Wannemacher defend, indemnify and hold the City harmless for any claims (including but not limited to
damages, judgments, attorneys’ fees, and costs) against the City in connection with the baseball field, including the claims made in
the Third-Party Complaint and any other claims that may be made.
Case Number: 18-004993-CI
Marlene Starr and Ted Starr v. Wannemacher Jensen Architects, Inc.
Status: Voluntarily Dismissed in 2021
WJA completed interior design services for the 28th floor Fitness Room for Bayfront Tower Condominium. The Plaintiff alleged the
new design and expansion created recurring impact noise and acoustical problems within their residence. WJA was not made aware
of or contracted by Bayfront to address any structural acoustical conditions. WJA’s scope of interior design services related to the
28th Floor Fitness Room was limited to the interior program and did not extend past the face of existing walls and floors. The Plaintiff
voluntarily dismissed all claims on 7/9/2021 and the case was closed.
7OTHER FORMS
32
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA
Design Services – CWT Long Center Renovations 14 RFQ #08-23
Respondents shall indicate any and all exceptions taken to the provisions or requirements 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 Response 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 response
Additional Materials attached (describe--attach additional pages if needed)
AddendaRespondents are responsible for verifying receipt of any addenda issued by checking the City’s website at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive.
Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable):
Addenda Number Initial to acknowledge receipt
Vendor Name__________________________________________________ Date__________________Wannemacher Jensen Architects, Inc. January 11, 2023
X
X
33
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
COMPANY INFORMATION
Design Services – CWT Long Center Renovations 15 RFQ #08-23
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 response:
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.
Wannemacher Jensen Architects, Inc.
132 Mirror Lake Drive North, Unit 301
St. Petersburg FL 33701
(727) 822-5566 N/A
jason@wjarc.com www.wjarc.com
N/A
N/A N/A
Jason Jensen
(727) 308-2711
N/A
jason@wjarc.com
Chris Dunn N/A
chris@wja.com(727) 308-2247
X
N/A
797848751
City of St. Petersburg
34
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
The City of St. Petersburg
Small Business Enterprise Certification
This certificate is awarded to
WANNEMACHER JENSEN ARCHITECTS, INC. SBE Certification Number: 6713 This certificate is applicable in Architectural and Interior Design Services, The City of St. Petersburg Certified: October 29, 2020 Expires: October 29, 2023
Stephanie Swinson, Esq. Contracts Compliance Manager 727-893-4109 Stephanie.Swinson@stpete.org
35
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
RESPONSE CERTIFICATION
Design Services – CWT Long Center Renovations 16 RFQ #08-23
By signing and submitting this Response, the Company 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) 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.e) 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.f) 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.g) 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. h) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City.i) It is current in all obligations due to the City.j) It will accept such terms and conditions in a resulting contract if awarded by the City.k) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
Wannemacher Jensen Architects, Inc.
Jason Jensen
President
January 11, 2023
36
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
37
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
38
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
39
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
40
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
State of Florida
Department of State
I certify from the records of this office that WANNEMACHER JENSENARCHITECTS,INC.is a corporation organized under the laws of the State ofFlorida,filed on November5,1992.
The document number of this corporation is P92000002451.
I further certify that said corporation has paid all fees due this office throughDecember31,2022,that its most recent annual report/uniform business reportwasfiledonJanuary24,2022,and that its status is active.
I further certify that said corporationhas not filed Articles of Dissolution.
Given undermy hand and theGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheTwenty-fourth dayof January,2022
Tracking Number:0542674767CC
Toauthenticatethiscertificate,visitthe followingsite,enter this number,andthenfollowtheinstructionsdisplayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Wannemacher Jensen Architects
Florida Corporation Registration
Jason Jensen, President
Qualified Business Agent
Florida Department of Business and
Professional Regulation’s License
41
OTHER FORMS
WJArchitects | City of Clearwater RFQ-08-23
Form W-9
(Rev. October 2018)
Department of the Treasury Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
▶ Go to www.irs.gov/FormW9 for instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.Print or type. See Specific Instructions on page 3.1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
2 Business name/disregarded entity name, if different from above
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes.
Individual/sole proprietor or single-member LLC
C Corporation S Corporation Partnership Trust/estate
Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ▶
Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
Other (see instructions) ▶
4 Exemptions (codes apply only to
certain entities, not individuals; see instructions on page 3):
Exempt payee code (if any)
Exemption from FATCA reporting
code (if any)
(Applies to accounts maintained outside the U.S.)
5 Address (number, street, and apt. or suite no.) See instructions.
6 City, state, and ZIP code
Requester’s name and address (optional)
7 List account number(s) here (optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter.
Social security number
––
or
Employer identification number
–
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Here Signature of
U.S. person ▶Date ▶
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding, later.
Cat. No. 10231X Form W-9 (Rev. 10-2018)
Wannemacher Jensen Architects,Inc.
132 Mirror Lake Drive N Unit 301
St Petersburg,FL 33701
5 9 3 1 5 0 6 9 3
1) Associated Space Design, Inc 2) Wannemacher Jensen Architects, Inc
dba ASD|SKY 132 Mirror Lake Dr N, Ste 301
1240 E 5th Ave.St. Petersburg, FL 33701
Tampa, FL 33605 727.822.5566
813.223.2293
3) Williams Architects Associates, Ltd.
dba Williams Architects
360 Central Ave, Ste 800
St. Petersburg, FL 33701
727.914.9893
ADVERTISED: TAMPA BAY TIMES 11/23/2022
POSTED:myclearwater.com 11/22/2022-01/11/2023
Due/Opening: January 11, 2023; 10:00 a.m.
REQUEST FOR QUALIFICATIONS TO BID No. 08-23
Design Services - Clearwater Long Center Renovations
Solicitation Response Listing
FOR THE CITY OF CLEARWATER
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0748
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.5
SUBJECT/RECOMMENDATION:
Approve a proposal from Keystone Excavating, of Oldsmar, FL, for Kings Highway over
Stevenson’s Creek Retaining Wall (21-0038-EN) at the Guaranteed Maximum Price of
$435,087 pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk
for Continuing Contracts and authorize the appropriate officials to execute same. (consent)
SUMMARY:
September 17, 2020, City Council approved the use of Construction Manager at Risk (CMAR)
Services for Continuing Contracts per RFQ 40-20, to thirteen firms with Keystone
Excavating Company, Inc., being one of the thirteen firms selected.
These firms were selected in accordance with Florida Statutes 255.103 and 287.055 based
upon construction experience, financial capability, availability of qualified staff, local
knowledge, and involvement in the community.
Keystone Excavating was selected for this project due to the firm having extensive experience
in other similar projects.
The Stormwater Division of Public Works is responsible for inspection and maintenance of
Stormwater facilities along Stevenson’s Creek near Kings Highway. During annual bridge
inspections it was discovered that the retaining wall on the North-West side of Kings Highway
Bridge over Stevenson’s Creek is at the end of its useful lifespan and in need of replacement.
This project will replace the retaining wall, provide stability, and prevent erosion to the top of
the bank at Stevenson’s Creek. The project will take 12 weeks to complete.
APPROPRIATION CODE AND AMOUNT:
ENST180004-CONS-CNSTRC $435,087.00
Funds are available in the capital improvement project ENST180004, Stevenson’s Creek, to
fund the proposal.
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0802
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.6
SUBJECT/RECOMMENDATION:
Approve a Work Order to Advanced Engineering and Design, Inc. of Pinellas Park, FL, for
Island Way Road Improvements (23-0019-EN), in the amount of $183,773.25, pursuant to
Request for Qualifications (RFQ) 26-19, Engineer of Record Consulting Services (EOR), and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
The City identified a need for roadway improvements along Island Way located on Island
Estates. The specific limits of improvements are from Clearwater Memorial Causeway to Palm
Island Northeast. Deficiencies have been observed within the roadway’s wearing surface.
Additionally, driving the roadway suggests that a non-uniform cross slope is present resulting
in less than desirable driving conditions. Site observation also suggests that a uniform
flowline is not present along the edge of pavement resulting in intermittent localized ponding.
This work order will generate construction plans to establish uniform cross sections and linear
grades throughout this portion of Island Way. All curbing will be replaced and Full Depth
Asphalt Reclamation (FDR) reconstruction alternative will be utilized to rehabilitate the
roadway resulting in improved structural capacity. FDR is an in-place recycling method where
the full thickness of existing pavement, a portion of the base material, and a small amount of
add mixture, are pulverized, and placed on the roadway as a new surface.
Advanced Engineering & Design (AED), a reliable/listed city Engineer of Record (EOR), was
selected in-house to complete this road resurfacing project based on past project
performance, relationship with the city, and the ability to design and complete the project
satisfactorily in a timely manner. Also, AED is the EOR for Project 19-0032-EN : Old
Clearwater Bay and Nash Street, which has the same project manager from the City as this
Project, which simplifies the process for all parties involved on both projects.
APPROPRIATION CODE AND AMOUNT:
ENRD180004-DSGN-PROSVC $183,773.25
Funds are available in capital improvement project ENRD180004, Streets and Sidewalks , to
fund this Work Order.
Page 1 City of Clearwater Printed on 8/1/2023
Consultant Work Order Page 1 of 11 Revised: 11/28/2022
CONSULTANT WORK ORDER
Date: 3/20/2023
1. PROJECT INFORMATION:
Project Title: Island Way Roadway Improvements
City Project Number: 23-0019-EN
City Plan Set Number: 2022017
Consultant Project Number: 23.CL-39
2. SCOPE OF SERVICES:
The City has identified the need for roadway improvements along Island Way located on
Island Estates. The specific limits of improvements have been defined as from
Clearwater Memorial Causeway to Skiff Point for the base scope of work. The northern
limits may be extended to Palm Island NW if deemed necessary by the City. Deficiencies
have been observed within the roadway’s wearing surface resulting in the need for
milling and resurfacing. Additionally, driving the roadway suggests that a non-uniform
cross slope is present resulting in less than desirable driving conditions. Site observation
also suggests that a uniform flowline is not present along the edge of pavement
resulting in intermittent localized ponding.
Base improvements are anticipated to address the deficiencies discussed above.
However, traffic volume on this segment of roadway is significant and alternate routes
are not available. As such, there is a need to perform these improvements in a manner
that minimizes lane closure durations. It is for this reason that full depth reclamation
(FDR) has been identified as the proposed method of base rehabilitation. The use of
FDR will address the base issues while also offering an opportunity for cross slope
standardization and flow line profiling. Curbing is proposed to be replaced within the
entire limits of the project. Stormwater and other public utility improvements are not
proposed.
In an effort to perform the base improvements in a manner that minimizes lane
closures, slight roadway width modifications are proposed. This is proposed to be
accomplished by reconstructing the curbing at a minimal offset from the existing edge
of pavement. This offset is anticipated to be variable throughout the project. Doing so
will result in impacts to existing irrigation facilities serving the landscaped medians. A
degree of impact to the landscaping located within said medians is also anticipated.
It is our understanding that the City will be pursuing this work through annual contracts.
Coordination with these entities is anticipated during the plan development phase.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 2 of 11 Revised: 11/28/2022
Advanced Engineering & Design, Inc. will provide design, permitting, procurement and
construction administration services for this project. The design plans shall be compiled
using the City of Clearwater CAD standards, as attached.
I. PRE-DESIGN PHASE:
Task 1.1: The City-provided topographic survey(s) will be field verified
based upon surficial observation. AED will submit a formal data
request outlining the specific records that are being requested for
design. Information provided by the City in response to the data
request will be reviewed and findings will be incorporated into the
proposed improvements. Platted easements will be identified on
the topographic survey. Locations where accessibly standards are
not met will be documented and reported to the City. Additional
topographic data will be obtained to document edge of pavement
elevations. This data will be added to the City-provided survey.
Task 1.2: Preliminary utility coordination will be performed by AED. This
task will focus on private utilities present within the project area.
Information such as utility location, depth, type and condition will
be requested from involved utility companies. These records will
be reviewed and incorporated into the proposed improvements.
Task 1.3: AED shall prepare a basesheet utilizing the topographic survey
and available utility information. Plan and profile views will be
developed. Profile views will be needed to document pavement
elevations throughout the project. Driveway half sections will
also be prepared in order to document existing driveway (and
sidewalk) slopes.
Task 1.4: A Typical Section will be prepared based upon a recommended
structural number (SN). It is assumed that multiple sections will
need to be prepared. A preliminary roadway alignment will also
be identified. This proposed roadway alignment will attempt to
balance landscaped median and sidewalk impacts.
Task 1.5: A preliminary Temporary Traffic Control (TTC) typical section and
phasing approach will be prepared for the City’s review.
Task 1.6: Construction elements will be itemized, and costs developed
utilizing the City’s annual contracts applicable for this project. It is
believed that the work will utilize the roadway and stormwater
annual contracts.
Task 1.7: In an effort to document design assumptions, AED will prepare a
Technical Memorandum. This memorandum will focus on the
design factors considered when developing the preliminary plans.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 3 of 11 Revised: 11/28/2022
Task 1.8: AED will attend a meeting with City personnel to discuss
comments to the Technical Memorandum/30% submittal.
Meeting minutes will be prepared by AED and distributed to the
City for review and commentary.
II. INTERMEDIATE DESIGN PHASE (60%):
Task 2.1: Private utility coordination will continue throughout the
development of the 60% plans. Subsurface Utility Engineering
(SUE) will be performed to obtain quality level “A” locates.
Revisions to the construction plan basesheets (in both the plan
and profile views) will be performed based upon the findings of
these field activities. The proposed scope of work assumes
between 8-12 “soft digs” to verify vertical and horizontal utility
location.
Task 2.2: If desired by the City, the northern limits of the project will be
extended north of Palm Island NW. Additional topographic survey
will be obtained to document the existing edge of pavement, curb
and sidewalk elevations. Basesheets will be developed
documenting the existing conditions and the proposed
improvements will be depicted on these sheets. Additional
specification preparation and quantity itemization tasks will be
performed to ensure that the added area is incorporated into the
final documents.
Task 2.3: The roadway plan and profile will be advanced to reflect a 60%
completion level. A profile will be identified for either side of the
road. Grading limits beyond the back of curb will be delineated
and sidewalk replacement will be identified only where required.
Geometric information will be added to the plans to support
future construction efforts.
Task 2.4: Roadway cross sections will be developed utilizing profile data.
Proposed curb elevations will be depicted, and transition slopes
identified. Elevation transitions between proposed curbing and
existing asphalt will be identified.
Task 2.5: Driveway half sections will be developed utilizing proposed
grading information. Suitable entry slopes will be confirmed for
abutting properties.
Task 2.6: Signage and Pavement Marking Plans will be developed.
Pavement markings will support existing pedestrian facilities
present at mid-block locations as well as intersections.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 4 of 11 Revised: 11/28/2022
Task 2.7: A Temporary Traffic Control (TTC) plan will be developed for each
phase of the project. Specific phasing requirements will be
identified.
Task 2.8: Signalization plans will be prepared to address the removal of the
signal loops during demolition operations. Existing pedestrian
detectors and traffic signals will be re-established. New loops will
be proposed.
Task 2.9: A Demolition / Erosion & Sediment Control Plan will be
developed. Proposed items to be removed or remain in service
will be identified on this plan. Sediment control measures will
also be identified as well as the location of erosion control
measures. Tree impacts will be quantified.
Task 2.10: Landscaping and irrigation rehabilitation will be depicted on the
Landscaping and Irrigation Plan. Existing landscaping removed
will be replaced location and species in-kind where feasible.
Irrigation rehabilitation activities will also be identified. This
includes spray head replacement (including control wiring and
valves where needed) and possibly main line replacement should
FDR depths impact the line.
Task 2.11: Supplemental plan sheets will be prepared. These will include,
but not be limited to, a Key Sheet, General Notes, Cover Page and
General Details.
Task 2.12: The proposed Bid Schedule will be advanced to reflect a 60%
completion level.
Task 2.13: Written responses to City commentary will be prepared. The
plans will be transmitted and additional clarification items and /
or topics for discussion will be documented.
Task 2.14: Coordination with the proposed Contractor(s) will be performed.
Task 2.15: AED will attend a meeting with City personnel to discuss
comments to 60% submittal. Meeting minutes will be prepared
by AED and distributed to the City for review and commentary.
III. INTERMEDIATE DESIGN PHASE (90%):
Task 3.1: AED will assist the City in public outreach efforts. This may
include the preparation of figures and maps, attendance at public
meetings and individual property owner coordination. AED will
log commentary received throughout the outreach process and
coordinate the extent of plan / approach modifications with the
City. AED recognizes that the City may prefer to perform
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 5 of 11 Revised: 11/28/2022
segmental outreach throughout the duration of the project
and/or begin outreach efforts during earlier phases of design.
Task 3.2: The Roadway Plan & Profile will be advanced to reflect a 90%
completion level.
Task 3.3: The Cross Sections will be advanced to reflect a 90% completion
level.
Task 3.4: The Driveway Half Sections will be advanced to reflect a 90%
completion level. Specific limits of driveway grading will be
depicted, and suitable cross slopes proposed where sidewalk
traverses’ driveways.
Task 3.5: The Signage and Pavement Marking Plan will be advanced to
reflect a 90% completion level.
Task 3.6: The Temporary Traffic Control Plan will be advanced to reflect a
90% completion level. Overall TTC requirements will be
identified. Phase-specific requests resulting from public outreach
efforts will be incorporated into the plans to the extent desired by
the City.
Task 3.7: The Signalization Plan will be advanced to reflect a 90%
completion level.
Task 3.8: The Demolition / Erosion & Sediment Control Plan will be
advanced to reflect a 90% completion level.
Task 3.9: The Landscaping & Irrigation Plan will be advanced to reflect a
90% completion level. Planting schedules will be developed.
Task 3.10: The supplemental plan sheets will be advanced to reflect a 90%
completion level. Additional site-specific detailing will be added
to the plan set in order to document specific requirements and /
or conditions.
Task 3.11: The proposed Bid Schedule will be advanced to reflect a 60%
completion level.
Task 3.12: Written responses to City commentary will be prepared. The
plans will be transmitted and additional clarification items and /
or topics for discussion will be documented.
IV. FINAL DESIGN PHASE:
Task 4.1: Written responses will be prepared for City commentary issued
during the prior design phase. Specific means of addressing each
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 6 of 11 Revised: 11/28/2022
comment will be outlined within the response document. The
design plans will be advanced to reflect a final completion level.
Task 4.2: The Bid Schedule will be finalized.
Task 4.3: The plans will be transmitted and additional clarification items
and / or topics for discussion will be documented.
V. PROCUREMENT PHASE:
Task 5.1: AED will respond to Requests for Information (RFIs) placed by the
Contractor(s). Responses may require plan, specification and / or
quantity revisions. If needed, modified documents will be
transmitted to the City.
VI. CONSTRUCTION PHASE:
Task 6.1: Pre-Construction coordination will be performed by AED. This will
include the attendance of a Pre-Construction Meeting at the City
of Clearwater.
Task 6.2 Shop drawings will be reviewed by AED. Processing of shop
drawings will include any supplemental information required for
approvals. City commentary will be solicited and incorporated
into the review.
Task 6.3 AED personnel will perform site visits / progress meetings
throughout construction to observe the progress of the work.
Progress meetings will be led by the AED team and will entail
agenda preparation, meeting administration and the preparation
of meeting minutes. It is assumed that the project meetings will
be held twice a month and the project will be 6 months long (12
progress meetings). A site visit will be performed prior to or after
each progress meeting.
Task 6.4 AED will respond to Requests for Information (RFIs) placed by the
Contractor. Plan revisions will be performed on an as-needed
basis. Contractor coordination will be performed throughout the
duration of construction.
Task 6.5 Should the project’s northern terminus be extended to Palm
Island NW; supplemental construction support services will be
provided. This includes addressing RFI responses associated with
the northern extension, additional construction observation and
addressing project closeout matters within this area of the
project.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 7 of 11 Revised: 11/28/2022
Task 6.6: AED will attend a final walk through at the completion of the
work. Punchlist items will be identified and formally documented
at this time. AED will assist in the resolution of the Punchlist.
Task 6.7 Project closeout services will be performed. This will include
review of Contractor-submitted record drawings and Project
Catalog assembly.
Project contingencies have been allocated for additional services. These project
contingencies shall not be used unless written approval is provided by the City
Project Manager.
Permit fee allowances have not been established for the project.
3. PROJECT GOALS:
The project will entail the preparation of a construction package for roadway
improvements along Island Way (from Clearwater Memorial Causeway to Skiff Point).
AED will provide the City with an electronic version of all reports, estimates, formal
correspondence documents and plans at each design phase as stated above. If
requested, AED will provide the City four (4) printed copies of pertinent documents for
review purposes. Signed and sealed plans shall be provided prior to bidding. These can
be provided in an electronic or printed format.
A Project Catalog will also be provided. This compilation document will include all
design, permitting, bidding and construction documents.
Plan sheets will be sized at 24” x 36” (Arch D). All City, County and State stormwater
requirements will be implemented.
4. FEES:
See Attachment “A”.
This price includes all labor and expenses anticipated to be incurred by Advanced
Engineering & Design, Inc. for the completion of these tasks in accordance with
Professional Services Method “B” – Lump Sum – Percentage of Completion by Task for a
fee not to exceed one hundred eighty-three thousand seven hundred seventy-three
dollars and twenty-five cents (183,773.25)
Permit application fees are not anticipated for this project.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 8 of 11 Revised: 11/28/2022
5. SCHEDULE:
The project is to be completed in 270 days from issuance of notice-to-proceed. The
project deliverables are to be phased as follows:
30% Construction Plans: 60 calendar days
60% Construction Plans: 90 calendar days
90% Construction Plans: 90 calendar days
Final Construction Documents: 30 calendar days
6. STAFF ASSIGNMENT:
William G. Reidy, P.E., Principal Engineer; Justin V. Keller, P.E., Project Manager; Dan
Stowers, P.E., Sr. Staff Engineer; John Parks, P.E., Sr. Staff Engineer; Rafal Kadaj, P.E.,
Staff Engineer; Steven Torres, CAD Manager
7. CORRESPONDENCE/REPORTING PROCEDURES:
Consultant’s project correspondence shall be directed to:
William G. Reidy, P.E., Principal Engineer
Cc: Justin V. Keller, P.E, CFM, ENV SP, Project Manager
All City project correspondence shall be directed to:
Thomas Heath, with Ivan Dimitrov and others to be copied as appropriate
8. INVOICING/FUNDING PROCEDURES:
City Invoicing Code: _ENRD180004-DSGN-PROSVC
For work performed, invoices shall be submitted monthly to:
ATTENTION: JAMIE GAUBATZ, SR ACCOUNTANT
CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING
PO BOX 4748
CLEARWATER, FLORIDA 33758-4748
Contingency services will be billed as incurred only after written authorization provided
by the City to proceed with those services.
9. INVOICING PROCEDURES:
At a minimum, in addition to the invoice amount(s) the following information shall be
provided on all invoices submitted on the Work Order:
1. Purchase Order, Project and Invoice Numbers and Contract Amount.
2. The time period (begin and end date) covered by the invoice.
3. A short narrative summary of activities completed in the time period.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 9 of 11 Revised: 11/28/2022
4. Contract billing method – Lump Sum or Hourly Rate.
5. If Lump Sum, the percent completion, amount due, previous amount earned and
total earned to date for all tasks (direct costs, if any, shall be included in lump
sum amount).
6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount
due, previous amount earned, the percent completion, total earned to date for
each task and other direct costs (receipts will be required for any single item
with a cost of $50 or greater or cumulative monthly expenses greater than
$100).
7. If the Work Order is funded by multiple funding codes, an itemization of tasks
and invoice amounts by funding code.
10. CONSIDERATIONS:
Consultant acknowledges the following:
1. The Consultant named above is required to comply with Section 119.0701,
Florida Statutes, where applicable.
2. All City directives shall be provided by the City Project Manager.
3. “Alternate equals” shall not be approved until City Project Manager agrees.
4. All submittals must be accompanied by evidence each has been internally
checked for QA/QC before providing to City.
5. Consultants/Contractors are not permitted to use City-owned equipment (i.e.,
sampling equipment, etc.).
6. Documents posted on City website must ADA accessible.
11. ADDITIONAL CONSIDERATIONS:
All work orders should include considerations for the following:
1. Sea Level Rise and Flood Resilience, as applicable.
2. Submittal of a Critical Path Method (CPM) Schedule(s).
3. Submittal of a Project Catalog with the following items, as appropriate:
a. Data requests, assumptions, critical correspondence, meeting agenda,
sign-in sheets, meeting minutes, document comment-response log(s),
technical memorandum/reports, addenda, progress reports, regulatory
correspondence, and other project-related documents.
b. If construction project, also include design plans, conformed plans,
change orders, field orders, RFIs, work change directives, addenda,
progress reports, shop drawing and progress submittals, as-builts, record
drawings, and other project-related documents such as O&M manuals
and warranty information.
c. At the conclusion of the project, ENGINEER will combine this information
into a Project Catalog and submit to the City for review and comment.
CONSULTANT WORK ORDER
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order Page 10 of 11 Revised: 11/28/2022
4. Arc Flash labeling requirements:
a. All electrical designs and construction shall adhere to NFPA 70 E
“Standard for Electrical Safety in the Workplace”.
b. Updated calculations of Fault and Arc Flash, and provisions for new or
updated Arc Flash equipment labeling shall be included in the contract
documents.
12. SPECIAL CONSIDERATIONS:
1. Legal Descriptions & Sketches for temporary and permanent easements shall be
provided by others.
2. It is assumed that hazardous materials and/or contaminated groundwater is not
present within the limits of the proposed improvements.
3. A full assessment of tree impacts is not proposed. It is assumed that trees impacted
by construction will be removed.
4. The preparation of project renderings is not believed to be needed.
5. Sheeting design shall be performed by the Contractor.
6. The City shall televise existing piping if warranted. The review of televised
inspections is not assumed to be needed.
7. Signalization improvements, such as controller or pedestrian detector upgrades, are
not proposed.
8. Stormwater improvements are not proposed.
9. Construction within the FDOT’s right-of-way is not proposed. As such, permitting
through the FDOT Pinellas Maintenance Office is not anticipated.
10. Lighting improvements or evaluation are not proposed.
11. The preparation of Utility Adjustment Plans is not proposed.
12. Wholesale sidewalk replacement is not proposed.
13. Specification development is not proposed. Specifications associated with the
applicable annual contract is expected to govern.
14. Calculation of a Required Structural Number is not anticipated.
15. Sprinkler head specification is not proposed. It is assumed the City will identify
preferred products.
16. Additional geotechnical investigation will not be required.
CONSULTANT WORK ORDER Island
Way Roa dway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clear water
13. SIGNATURES:
PREPARED BY: APPROVED BY:
William G. Reidy, P.E.
Principal Engineer
Tara Kivett, P.E.
City Engineer
Advanced Engineering & Design, Inc. City of Clearwater
05/19/2023
Date Date
Consultant Work Order Page 11 of 11 Revised: 11/28/2022
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order – Project Fees Table Page 1 of 3 Revised: 11/28/2022
CONSULTANT WORK ORDER
PROJECT FEES TABLE
Task Description Subconsultant
Services
Labor Total
1.0 Pre-Design Phase (30%)
1.1 Records Review / Site Investigation /
Obtain Supplemental Topographic
Data
$8,173.75 $8,173.75
1.2 Preliminary Utility Coordination $1,027.00 $1,027.00
1.3 Basesheet Preparation (Plan &
Profile) (Driveway Half Sections)
$5,217.50 $5,217.50
1.4 Typical Section Development
(Multiple Sections) / Prepare
Preliminary Alignment
$8,591.00 $8,591.00
1.5 Preliminary MOT Development
(Typical Sections & Phasing)
$3,275.75 $3,275.75
1.6 Prepare Preliminary Bid Schedule $1,137.88 $1,137.88
1.7 Prepare Technical Memorandum $1,755.88 $1,755.88
1.8 Attend Meeting $350.00 $350.00
Pre-Design Phase (30%) Total: $29,528.76
2.0 Intermediate Design Phase (60%)
2.1 Utility Investigation / Basesheet
Modification
$10,878.00 $10,878.00
2.2 Northern Terminus Revision
(Topographic Survey, Basesheet
Preparation, Design Services, Etc.)
$8,000.00 $11,003.00 $19,003.00
2.3 Prepare Roadway Plan & Profile
Sheets
$8,667.50 $8,667.50
2.4 Prepare Cross Sections $4,933.75 $4,933.75
2.5 Prepare Driveway Half Sections $3,573.75 $3,573.75
2.6 Prepare Signage & Pavement
Marking Plan
$4,549.75 $4,549.75
2.7 Prepare Temporary Traffic Control
Plan
$3,353.75 $3,353.75
2.8 Prepare Signalization Plan $3,102.88 $3,102.88
2.9 Prepare Demolition / Erosion &
Sediment Control Plan
$3,859.88 $3,859.88
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order – Project Fees Table Page 2 of 3 Revised: 11/28/2022
2.10 Prepare Landscaping & Irrigation
Plan
$2,977.88 $2,977.88
2.11 Prepare Supplemental Plan Sheets
(General Notes, Keymap, Etc.)
$1,923.75 $1,923.75
2.12 Advance Bid Schedule (60%) $1,137.88 $1,137.88
2.13 Develop Written Responses to City
Commentary / Plan Transmittal
$1,755.88 $1,755.88
2.14 Contractor Coordination $1,046.00 $1,046.00
2.15 Attend Meeting $350.00 $350.00
Intermediate Design Phase (60%) Total: $71,113.65
3.0 Intermediate Design Phase (90%)
3.1 Public Outreach $4,995.50 $4,995.50
3.2 Plan Advancement (Roadway Plan &
Profile)
$5,693.75 $5,693.75
3.3 Plan Advancement (Cross Sections) $2,466.88 $2,466.88
3.4 Plan Advancement (Driveway Half
Sections)
$1,486.88 $1,486.88
3.5 Plan Advancement (Signage &
Pavement Marking)
$2,274.88 $2,274.88
3.6 Plan Advancement (Temporary
Traffic Control Plan)
$1,676.88 $1,676.88
3.7 Plan Advancement (Signalization) $1,186.88 $1,186.88
3.8 Plan Advancement (Demolition /
Erosion & Sediment Control)
$1,977.88 $1,977.88
3.9 Plan Advancement (Landscaping &
Irrigation)
$1,036.88 $1,036.88
3.10 Plan Advancement (Supplemental
Sheets)
$961.88 $961.88
3.11 Advance Bid Schedule (90%) $561.00 $561.00
3.12 Develop Written Responses to City
Commentary / Plan Transmittal
$1,350.88 $1,350.88
Intermediate Design Phase (90%) Total: $25,670.17
4.0 Final Design Phase
4.1 Finalize Design Plans $8,639.50 $8,639.50
4.2 Prepare Final Opinion of Probable
Cost
$561.00 $561.00
4.3 Develop Written Responses to City
Commentary / Plan Transmittal
$373.38 $373.38
Final Design Phase Total: $9,573.88
5.0 Procurement Phase
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order – Project Fees Table Page 3 of 3 Revised: 11/28/2022
5.1 Respond to Contractor-Placed
Requests for Information / Provide
Formal Clarification
$2,513.75 $2,513.75
Procurement Phase Total: $2,513.75
6.0 Construction Phase Services
6.1 Perform Pre-Construction
Coordination
$1,046.00 $1,046.00
6.2 Review Shop Drawings $2,149.88 $2,149.88
6.3 Progress Meeting Attendance /
Construction Site Visits
$7,589.50 $7,589.50
6.4 Respond to Contractor-Placed
Requests for Information /
Contractor Coordination / Assistance
in Dispute Resolution
$8,355.50 $8,355.50
6.5 Supplemental Construction Support $6,835.50 $6,835.50
6.6 Attend Final Walk Through /
Punchlist Preparation & Resolution
$1,699.00 $1,699.00
6.7 Project Closeout $991.00 $991.00
Construction Phase Services Total: $28,666.38
SUBTOTAL, LABOR AND SUB-CONTRACTORS: $167,066.59
7.0 Contingency (10%) $16,706.66
GRAND TOTAL: $183,773.25
ATTACHMENT “B”
CONSULTANT WORK ORDER – CITY DELIVERABLES
Island Way Roadway Improvements
Advanced Engineering & Design, Inc. 23-0019-EN City of Clearwater
Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022
CONSULTANT WORK ORDER
CITY DELIVERABLES
1. FORMAT:
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any
deviation from this datum will not be accepted unless reviewed by City of
Clearwater Engineering/Geographic Technology Division.
2. DELIVERABLES:
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’
unless approved otherwise. Upon completion the consultant shall deliver all drawing
files in digital format with all project data in Autodesk Civil 3D file format.
NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant
shall include all necessary information to aid in manipulating the drawings including
either PCP, CTB file or pen schedule for plotting. The drawing file shall include only
authorized fonts, shapes, line types or other attributes contained in the standard
release of Autodesk software. All block references and other references contained
within the drawing file shall be included. Please address any questions regarding format
to Mr. Thomas Mahony, at (727) 562-4762 or email address
Thomas.Mahony@myClearwater.com.
All electronic files (including CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
ISLAND
WAY
ISLAND
WAYMANDALAY AVEMANDALAY AVEHARBOR ISHARBOR ISMIDWAY ISMIDWAY ISSNUG ISSNUG ISBRUCE AVEBRUCE AVEBAY ESPLANADEBAY ESPLANADEM
E
M
O
R
I
A
L
C
S
W
Y
M
E
M
O
R
I
A
L
C
S
W
YLEEWARD ISLEEWARD ISWINDWARD ISWINDWARD ISWINDWARD PSGEWINDWARD PSGEELDORADO AVEELDORADO AVELANTANA AVELANTANA AVECORONADO DRCORONADO DRDEVON DRDEVON DR
GARDENIA STGARDENIA ST
PALM IS
S
E
PALM IS
S
E
PALM IS
N
E
PALM IS
N
E
LARBOARD WAYLARBOARD WAYEAST SHORE DREAST SHORE DRPOINSETTIA AVEPOINSETTIA AVEIRIS STIRIS ST
HAMDEN DRHAMDEN DRACACIA STACACIA ST
SOMERSET STSOMERSET ST
HARBOR
P
S
G
E
HARBOR
P
S
G
E
KIPLING PLZKIPLING PLZ
BAYMONT STBAYMONT ST
VERBENA STVERBENA ST
ASTER STASTER ST
CYPRUS AVECYPRUS AVECAUSEWAY BLVDCAUSEWAY BLVD
ROYAL WAYROYAL WAY
CAMBRIA STCAMBRIA ST
AVALON STAVALON ST
IDLEWILD STIDLEWILD ST
KENDALL STKENDALL ST
HEILWOOD STHEILWOOD ST BAY ESPLANADEBAY ESPLANADE²
WDMap Gen By:DOReviewed By:Date:4/17/2023 N.T.S.Scale:
23-0019-EN ISLAND WAY ROADWAY IMPROVEMENTS
Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Street Resurfacing Maps\2022 Street Resurfacing\Renewal2022\Renewal2022.aprx
Island Estates
Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 6 of 9
FDR & SP 12.5 Asphaltic Concrete
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0817
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.7
SUBJECT/RECOMMENDATION:
Approve a proposal from Keystone Excavating, of Oldsmar, FL, for pilot demonstrations as
part of the Fort Harrison Avenue Corridor Improvements (19-0036-EN) project at the
Guaranteed Maximum Price of $114,912.87 pursuant to Request for Qualifications (RFQ)
40-20, Construction Manager at Risk for Continuing Contracts, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
September 17, 2020, City Council approved the use of Construction Manager at Risk (CMAR)
Services for Continuing Contracts per RFQ 40-20, to thirteen firms with Keystone
Excavating Company, Inc., being one of the thirteen firms selected.
These firms were selected in accordance with Florida Statutes 255.103 and 287.055 based
upon construction experience, financial capability, availability of qualified staff, local
knowledge, and involvement in the community.
Keystone Excavating, Inc. was selected for this project due to its experience with other similar
projects.
February 3, 2022, City Council approved the Work Order for the design and bidding of Phase I
of the Fort Harrison Avenue Corridor Improvements (19-0036-EN). The design of Phase I
includes the installation of four temporary demonstration projects along the S. Ft. Harrison
corridor to improve pedestrian safety and enhance aesthetics. The temporary demonstration
locations include:
·Traffic Circle at Palm Bluff
·Mid-block crossing just south of Engman
·Narrowing of lanes between Cedar and Engman
·Repurposing four lanes to two lanes and a center left turn lane from Belleair to
Belleview
Once the demonstration projects are installed, they will be evaluated to determine any effects
on the proposed project.
APPROPRIATION CODE AND AMOUNT:
ENRD80004-CONS-CNSTRC $114,912.87
Funds are available in the capital improvement project ENRD180004, Streets and Sidewalks,
to fund the proposal.
Page 1 City of Clearwater Printed on 8/1/2023
KEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd CUC 1225287
Oldsmar, FL 34677 FPSCV 725207000196
Phone 813-854-2342 Fax 813-854-2993
Date 6/19/23
TO: Mr. Ivan Dimitrov, E.I. – Engineering Manager
City of Clearwater – Engineering Department
100 S. Myrtle Ave., Suite 200
Clearwater, FL 33756
RE: FORT HARRISON AVENUE CORRIDOR IMPROVEMENTS –
DEMONSTRATION PROJECTS (CONTRACT NO. 19-0036-EN)
As requested, enclosed is the proposal for construction of traffic control devices on Fort
Harrison Avenue submitted in accordance with plans and attached line item work., for a
Guaranteed Maximum Price of $114,912.87.
Scope of Work:
Work scope per attached line-item work.
Cost Detail:
Description Amount
Cost of Work $99,107.87
Subtotal $99,107.87
Construction Management Fee $5,100.00
Contingency 10% $10,705.00
Guaranteed Maximum Price $114,912.87
Project Duration shall be __60___ calendar days from the date of the Notice to Proceed.
Existing Contract: This proposal is submitted in conjunction with the existing Construction
Manager at Risk Services Continuing Contract entered into with the City of Clearwater on
August 21, 2020, based on RFQ #40-20.
If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the
contractor shall provide to the public entity a certified copy of the recorded bond. Once the City
receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the
attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is
not required.)
Code: ENRD180004-CONS-CNSTRC
KEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd CUC 1225287
Oldsmar, FL 34677 FPSCV 725207000196
Phone 813-854-2342 Fax 813-854-2993
For work performed, invoices shall be submitted to the City of Clearwater, Public Works
Department/Engineering, Attention: Jamie Gaubatz, P.O. Box 4748, Clearwater, Florida, 33758-
4748. Contingency services may be billed only after written authorization is provided by the City
to proceed with those services.
KEYSTONE EXCAVATORS, INC.
By: _________________________________
Print Name
Title
_____________________________________
Date
CITY OF CLEARWATER, FLORIDA
Approved as to form: Attest:
____________________________ By: _______________________________
Owen Kohler Rosemarie Call
Assistant City Attorney City Clerk
Countersigned:
____________________________ ___________________________________
Brian Aungst Jennifer Poirrier
Mayor City Manager
____________________________ ___________________________________
Date Date
City of Clearwater
Fort Harrison Corridor Improvement Demonstration Projects
Temporary Demonstration Projects Overview
The 2020 Ft Harrison Complete Streets Study studyidentified several small-scale roadway and intersection
modifications for the Fort Harrison Corridor.
The primary purposes of the modifications are to enhance pedestrian safety corridor aesthetics. Potential
projects include installing decorative crosswalks, mid-block crossings, median islands, and neighborhood traffic
circles.
These projects can be implemented on a temporary basis and then evaluated to determine positive and negative effects.
For the Fort Harrison Corridor Improvements The City’s EORcollected additional traffic counts and completed a
traffic study to identify potential intersections for consideration of demonstration projects. The following
renderings describe the proposed demonstration projects.
Traffic Circle at Ft Harrison and Palm Bluff
A temporary traffic circle will be
implemented at the intersection of
Palm Bluff Street and Ft. Harrison
Avenue.
Existing signage will be updated on all
four legs of the intersection to alert
drivers of the temporary traffic circle
ahead.
Temporary tubular markers will provide
a slight shift and separation between
lanes as the driver approaches the
traffic circle on Ft. Harrison.
Mid Block Crossing South of Engman
Just south of Engman Street, a
temporary mid-block crossing will be
constructed to assist with pedestrian
flow.
Temporary curbing and tubular markers
will be used to provide pedestrians a
safe refuge area.
Temporary signage will be provided to
alert drivers of the temporary island
ahead.
A temporary curb ramp will need to be constructed to meet ADA requirements for pedestrian crossings.
Temporary Narrowing of Lanes
Temporary narrowing of lanes will be
between Cedar Street and Engman
street.
A 6’ solid white temporary stripe will be
placed on the outside lanes to provide a
temporary 11-foot lane.
The existing width of the center two-
way turn lane will be maintained.
Temporary Lane Repurposing Belleair to Belleview
Temporary lane repurposing of the existing four lane roadway to a two lane roadway with a center two-way turn lane.
From Belleair Road, the road will taper from a four lane roadway to a two-lane roadway. Two 11-foot lanes with an 11-foot two-way center turn lane.
The proposed demonstration design will taper back to existing at Belleview Boulevard.
Just North of Belleview Boulevard, the Southbound left/through lane will be restriped to be a dedicated left turn only lane for the duration of the demonstration project.
Questions?
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0824
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 7.8
SUBJECT/RECOMMENDATION:
Approve supplemental one work order with Atkins North America, of Tampa FL, for
Community Rating System Support Services from 2023 to 2026 in the amount of $270,930
increasing the value from $89,800 to $360,730 pursuant to Request for Qualifications (RFQ)
26-19, Engineer of Record Continuing Services (EOR), and authorize the appropriate officials
to execute same. (consent)
SUMMARY:
Community Rating System or CRS is a program through FEMA’s National Flood Insurance
Program (NFIP) to incentivize initiatives that reduce flood risk. By reducing flood risk, the city
is awarded points which translate to savings on flood insurance.
The city has participated in the CRS program since 1993. With points currently awarded,
Clearwater is a Class 6 which equates to residents receiving a 20% savings on flood
insurance.
May 10, 2021, City Manager approved the initial work to assist with the CRS program in the
amount of $89,800.
Supplemental 1 will allow Atkins to assist staff in streamlining existing processes or programs
to gain extra points through 2026. They will also review codes and ordinances to ensure the
city is receiving the maximum points for current policies. Atkins is proficient in CRS program
requirements and will suggest additional programs that align with the goals of floodplain
management and gain program points. With additional programs suggested, they will assist
staff in developing the appropriate process.
APPROPRIATION CODE AND AMOUNT:
4191365-530100
Funds are available in 4191365-530100, Stormwater Professional Services, to fund this work
order in Fiscal Year 2023 and will budget to fund Fiscal Years 2024 through 2026.
Page 1 City of Clearwater Printed on 8/1/2023
Atkins City of Clearwater
Consultant Work Order Page 1 of 7 Revised: 8/3/2021
CONSULTANT WORK ORDER
Supplemental 1
Date: 06/29/23
1. PROJECT INFORMATION:
Project Title: Community Rating System Support Services 2023 - 2026
City Project Number: 21-0013-EN
Consultant Project Number:
2. SCOPE OF SERVICES:
Overview:
The City of Clearwater (City) will engage Atkins to assist with the implementation and
documentation of activities associated with the Federal Emergency Management
Agency’s (FEMA’s) Community Rating System (CRS) over the term of the community’s
cycle (approximately every 3 years). The City of Clearwater is currently a Class 6
community which provides flood insurance policy holders with a 20% discount annually
on their policy. The last information provided by FEMA indicated this to be savings of
approximately $1.5 million annually for the approximately 11,000 flood insurance
policies.
The intent of this effort is for Atkins to assist the City with its 3-year Cycle Verification
evaluation as well as providing services to help meet annual CRS obligations to FEMA.
The CRS program credits 32 activities based on the scoring of approximately 100
elements and sub-elements, guided by a CRS Manual that is updated and/or
reinterpreted every 3-5 years. These activities require close coordination with city staff
responsible for permitting, community planning, community outreach, stormwater
management and maintenance, and emergency management, among others.
Additionally, this requires coordination with Pinellas County and other partners for
certain activities. The City will utilize Atkins to provide services throughout the 3-year
cycle in coordination with city staff with the goal of maintaining or improving the Class 6
rating.
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 2 of 7 Revised: 8/3/2021
Task 1 - Project Management/Meetings/Quality Control
Atkins will assign a Project Manager to manage the technical tasks, communicate, and
coordinate with the City staff and others. Atkins’ Project Manager will be responsible for
overall client satisfaction in all aspects of this Work Order including the schedule,
deliverables, and quality control. This task includes any meetings with City’s PM to
review progress, deliverables, or preparations for stakeholder meetings. Additional
activities include monthly invoicing and items associated with management of the work
order.
Task 2 – Annual Support Services
The CRS program requires both specific actions to reduce flood losses as well as the
associated documentation to quantify and account for those actions in the manner
required by FEMA. Atkins will perform the following activities annually to support the
implementation of the CRS program:
Facilitate quarterly meetings (may be in person or virtual depending upon
safety protocols) with key agencies to identify status of activities performed
[12 total for the year].
Provide meeting notes from coordination meetings with the different City
entities and document the appropriate activities to support the annual CRS
recertification visit/report.
Coordinate with the City and any partners in support of the annual submittal
of Construction Certificate Management Plan.
Support the City’s documentation for the Program for Public Information and
coordinate with the Countywide Local Mitigation Strategy Working Group
and Flood Risk and Mitigation Public Information Working Group (requires
coordination with staff from Pinellas County as well as the City’s
communication and outreach staff).
Support the City’s stormwater program to collect planning and maintenance
activities in alignment with CRS requirements.
Collect information from appropriate departments, perform GIS analysis
when needed to calculate % of floodplain impacted, and approximate points
earned as part of an internal assessment.
Using the collected information and calculated statistics, populate a draft of
the annual recertification checklist and informational packet in coordination
with the City’s floodplain administrator and/or CRS coordinator.
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 3 of 7 Revised: 8/3/2021
Task 3 – Program Improvements
The City is currently being credited in 33 of the 99 possibly creditable activities. This
leaves over 65 additional activities that the city could be receiving points on if they
were to perform and/or document those items. Some will not apply to the
community (such as being Tsunami Ready or implementing dam safety activities),
but there are many items remaining that could be performed and documented with
minimal effort. The intent of this task is to help the city improve its classification
from a Class 6 to a Class 5 or possibly higher. Previous data from FEMA indicated
that for the City of Clearwater, each class improvement equated to an additional
$400- to $500 thousand in annual flood insurance premiums. Atkins has strategically
identified activities that are high in points and are achievable with a little bit of
effort. In some instances, these activities are also prerequisites for the city to
improve to a better classification.
Following this year’s cycle verification visit, Atkins will work with the CRS
Coordinator and key staff from the City to choose the elements that they wish to
improve on. After the ISO visit, ISO will provide the City with a letter identifying
items that are outstanding or require further clarifications. In parallel, ISO will
provide feedback on status of any of the activities that were required to go to
external technical reviewers within their organization. Atkins will assist the City’s
CRS Coordinator to prepare responses for the outstanding items. Work will include
assisting the City with technical tasks such as GIS maps and/or analysis if the data is
available, communicating with ISO in coordination with the City, and coordination
with the City staff to collect data, review documentation, and prepare response
documents to ISO.
Activities such as a Repetitive Loss Area Analysis and Substantial Damage
Improvement Plan would help the City plan for some of its worst case flood
scenarios and the credits would equal more than half (280 points) of the 500 points
needed to improve a class. More importantly would be the stormwater
management and drainage maintenance activities which are worth over 1,000
points. Atkins will provide technical support to staff to help design and draft the
chosen elements. Once developed, they will be provided to ISO for a courtesy review
to know if they are compliant with the latest manual and available for credit at the
next evaluation. Once the new products/processes are approved by ISO, they will
enter a maintenance process and be aligned with the annual activities in Task 2.
3. PROJECT GOALS:
The project is designed to help the City maintain or improve its current FEMA CRS rating
which results in flood insurance premium discounts for residents by supporting the 3-
year cycle verification visit. Following the visit, Atkins will provide annual CRS services in
support of yearly recertification requirements and prepare for the next 3-year
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 4 of 7 Revised: 8/3/2021
verification visit. New program improvements will increase the city’s ability to apply for
a higher classification in the following cycle (estimated to be 2026).
4. FEES:
See Attachment “A”
This price includes all labor and expenses anticipated to be incurred by Atkins for the
completion of these tasks in accordance with Professional Services Method “B” – Lump
Sum –Percentage of Completion by Task, for a fee not to exceed Two Hundred Seventy
Thousand and Nine Hundred Thirty Dollars ($270,930.00).
5. SCHEDULE:
Task 1 - Project Management/Meetings/Quality Control
Monthly and at time of deliverables transmittal.
Task 2 – Annual Support Services
July 2023 through June 2026. Annual activities vary throughout the year. Key
activities and dates expected to occur annually include:
January to June
o Support of annual recertification documentation due to ISO by
May 1.
o Coordination of building department services related to Activity
310 items that are due to ISO by May 1.
o Participation in two quarterly Local Mitigation Strategy meetings
o Participation in spring Flood Risk and Mitigation Public
Information meeting
o Coordination for outreach activities performed by the City and/or
countywide activities creditable for the city
o Ensure the annual update of the Floodplain Management Plan
(part of the Local Mitigation Strategy) is provided to City Council
for awareness.
o Facilitate two quarterly meetings with key city staff to update
status of activities and determine any outstanding needs.
July to December
o Work with emergency management staff for documentation
related to an event or annual exercise in support of flood warning
and response credits
o Participation in up to 2 quarterly Local Mitigation Strategy
meetings
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 5 of 7 Revised: 8/3/2021
o Participation in summer and fall Flood Risk and Mitigation Public
Information meetings
o Coordination for outreach activities performed by the City and/or
countywide activities creditable for the city
o Work with stormwater staff to catalog annual activities that
support planning and maintenance credits.
o Provide input to any city-specific aspects of the annual update of
the Floodplain Management Plan (part of the Local Mitigation
Strategy).
o Facilitate two quarterly meetings with key city staff to update
status of activities and determine any outstanding needs.
Task 3 – Program Improvements
By July of 2023, the City will know what elements are receiving credit and
approximately how many points they have scored. Following the cycle
verification visit, Atkins will work with city staff to determine the elements that
need to be developed or improved. It is estimated that these elements will be
developed primarily in the 12 months after the cycle verification visit and then
go through a continuous improvement process until the end of the work order.
6. STAFF ASSIGNMENT:
Atkins Team’s Key Staff:
Chris Zambito, CFM Sr. Project Manager
Daniel Parsons, PE, CFM, ENV SP Officer-in-Charge
Sebastian Honigfort, PE, ENV SP Sr. Engineer
Chris Chandler, PE Engineer I-III
Eric Ravagnani, EI Engineer Intern
Viviana Philibert Fiscal/Accounting
7. CORRESPONDENCE/REPORTING PROCEDURES:
Consultant’s project correspondence shall be directed to:
Chris Zambito, CFM, (813) 281-3637, chris.zambito@atkinsglobal.com
All City project correspondence shall be directed to:
Sarah Kessler, Lead Environmental Scientist, (727) 562-4897,
Sarah.Kessler@myclearwater.com with copies to others as may be appropriate.
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 6 of 7 Revised: 8/3/2021
8. INVOICING/FUNDING PROCEDURES:
City Invoicing Code: _4191365-530100
For work performed, invoices shall be submitted monthly to:
City of Clearwater, Engineering Department
Attn: Jamie Gaubatz, Accountant
PO Box 4748
Clearwater, Florida 33758-4748.
9. INVOICING PROCEDURES:
At a minimum, in addition to the invoice amount(s) the following information shall be
provided on all invoices submitted on the Work Order:
1. Purchase Order, Project and Invoice Numbers and Contract Amount.
2. The time period (begin and end date) covered by the invoice.
3. A short narrative summary of activities completed in the time period.
4. Contract billing method – Lump Sum or Hourly Rate.
5. If Lump Sum, the percent completion, amount due, previous amount earned and
total earned to date for all tasks (direct costs, if any, shall be included in lump
sum amount).
6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount
due, previous amount earned, the percent completion, total earned to date for
each task and other direct costs (receipts will be required for any single item
with a cost of $50 or greater or cumulative monthly expenses greater than
$100).
7. If the Work Order is funded by multiple funding codes, an itemization of tasks
and invoice amounts by funding code.
10. CONSIDERATIONS:
Consultant acknowledges the following:
1. The Consultant named above is required to comply with Section 119.0701,
Florida Statutes, where applicable.
2. All City directives shall be provided by the City Project Manager.
3. “Alternate equals” shall not be approved until City Project Manager agrees.
4. All submittals must be accompanied by evidence each has been internally
checked for QA/QC before providing to City.
5. Consultants/Contractors are not permitted to use City-owned equipment (i.e.
sampling equipment, etc.).
6. Documents posted on City website must ADA accessible.
CONSULTANT WORK ORDER
Community Rating System Support Services 2023-2026
Atkins 21-0013-EN City of Clearwater
Consultant Work Order Page 7 of 7 Revised: 8/3/2021
11. ADDITIONAL CONSIDERATIONS:
All work orders should include considerations for the following:
1. Submittal of a Critical Path Method (CPM) Schedule(s).
2. Submittal of a Project Catalog with the following items, as appropriate:
a. Data requests, assumptions, critical correspondence, meeting agenda,
sign-in sheets, meeting minutes, document comment-response log(s),
technical memorandum/reports, addenda, progress reports, regulatory
correspondence, and other project-related documents.
b. If construction project, also include design plans, conformed plans,
change orders, field orders, RFIs, work change directives, addenda,
progress reports, shop drawing and progress submittals, as-builts, record
drawings, and other project-related documents such as O&M manuals
and warranty information.
c. At the conclusion of the project, ENGINEER will combine this information
into a Project Catalog and submit to the City for review and comment.
3. Arc Flash labeling requirements:
a. All electrical designs and construction shall adhere to NFPA 70 E
“Standard for Electrical Safety in the Workplace”.
b. Updated calculations of Fault and Arc Flash, and provisions for new or
updated Arc Flash equipment labeling shall be included in the contract
documents.
12. SPECIAL CONSIDERATIONS:
13. SIGNATURES:
PREPARED BY: APPROVED BY:
Daniel Parsons, PE, CFM, ENV SP Tara Kivett, P.E.
Division Manager City Engineer
Atkins North America City of Clearwater
Date Date
ATTACHMENT “A”
CONSULTANT WORK ORDER – PROJECT FEES TABLE
Community Rating System Support Services 2023-2026
Atkins 21-0024-EN City of Clearwater
Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 8/3/2021
CONSULTANT WORK ORDER
Supplemental 1
PROJECT FEES TABLE
Task Description Subconsultant
Services
Labor Total
1.0 Project Management/Meetings/Quality Control
1.1 Project Management $27,200.00 $27,200.00
1.2 QA/QC $17,220.00 $17,220.00
2.0 Annual Support Services
2.1 Annual Support Labor $123,270.00 $123,270.00
3.0 Program Improvements
3.1 Process Improvements Labor $103,240.00 $103,240.00
GRAND TOTAL: $270,930.00
ATTACHMENT “B” (Include if applicable)
CONSULTANT WORK ORDER – CITY DELIVERABLES
Community Rating System Support Services 2023-2026
Atkins 21-0024-EN City of Clearwater
Consultant Work Order – City Deliverables Page 1 of 1 Revised: 8/3/2021
CONSULTANT WORK ORDER
CITY DELIVERABLES
1. FORMAT:
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any
deviation from this datum will not be accepted unless reviewed by City of
Clearwater Engineering/Geographic Technology Division.
2. DELIVERABLES:
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’
unless approved otherwise. Upon completion the consultant shall deliver all drawing
files in digital format with all project data in Autodesk Civil 3D file format.
NOTE: If approved deviation from Clearwater CAD standards are used the Consultant
shall include all necessary information to aid in manipulating the drawings including
either PCP, CTB file or pen schedule for plotting. The drawing file shall include only
authorized fonts, shapes, line types or other attributes contained in the standard
release of Autodesk, Inc. software. All block references and references contained within
the drawing file shall be included. Please address any questions regarding format to Mr.
Tom Mahony, at (727) 562-4762 or email address Tom.Mahony@myClearwater.com.
All electronic files (including CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0902
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Fire Department
Agenda Number: 7.9
SUBJECT/RECOMMENDATION:
Approve an agreement and purchase order with HQE Systems, Inc of Temecula, CA, for a
severe weather and emergency alert system and support services for the City of Clearwater
residents, tourists, and Emergency Management team in the not to exceed amount of
$1,282,463.06 pursuant to RFP 30-22, Severe Weather Alert System, and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
With the City’s vulnerability to various types of dangerous environmental conditions, a
Request for Proposal for a severe weather alert system was issued by Procurement and the
City received proposals from five interested Vendors. The evaluation committee consisting of
representatives from Clearwater Fire and Rescue, Information Technology, and Parks and
Recreation evaluated the proposals and shortlisted four Vendors for further consideration .
Upon conclusion of presentations, the selection committee selected HQE Systems.
This severe weather and emergency alert system will benefit the City’s Emergency
Management team and Beach Lifeguards to inform and/or prepare citizens for impending
changes in weather. In addition to severe weather, beach lifeguard personnel can use this
system to alert for conditions related to marine life and rip tides as well as missing swimmers.
HQE Systems, Inc. (HQE), will supply and install a severe weather and emergency alert
system for City of Clearwater beaches, parks and recreation facilities and provide full -service
maintenance support for $1,282,463.06 under an eight-year service period.
·Year 1-2: $845,304.92 for alert system to include installation, training and two years of
Full-Service Maintenance Support and two years of Electronic Alerts.
·Year 3-8: $437,158.14 ($72,859.69 annually): Full-Service Maintenance Support
·Cellular Services for the Severe Warning System is included for all eight years at no
additional cost.
The SiRcom SMART Alert Software (SISA) is cloud-based management software that can be
accessed from any location via a dedicated web portal assigned to the City. It includes
unlimited administrator accounts, unlimited city groups and subgroups, and resident access.
The software program enables text alerts, email alerts, social media posts, FEMA IPAWs
alerts, mobile application alerts, automated weather alerts, and desktop monitor alerts for the
first two years. If the City elects to continue with these alerts the annual amount for this will be
$9,500.00 beginning in year three. This additional cost is not reflected above.
Page 1 City of Clearwater Printed on 8/1/2023
File Number: ID#23-0902
Twenty-six sites (Exhibit A) will have an outdoor speaker system, which includes: power
supply, amplifier, communications module, backup battery, solar charger (six beach sites and
five recreation sites), wiring and cables to mount the kits.
The city will receive eight years of cellular communications service, a perpetual software
license and a No-Hassle Bumper-to-Bumper Maintenance Service. Under this service, HQE
will ensure the installation is fully maintained and repaired; provide semi -annual preventative
maintenance; corrective maintenance; software updates and maintenance patches;
cloud-server hosting services; and 24/7 customer and technical support.
The City’s Emergency Management Department will be the point of contact for working with
HQE.
The term of the agreement is effective on the date written on the agreement and will be in
effect for eight years. Any mutually agreed upon changes, from either party to the terms of this
Contract, shall be effective when incorporated as a written amendment to this Contract.
APPROPRIATION CODE AND AMOUNT:
A third quarter budget amendment will establish special program C2304, Emergency Alert
System and provide a transfer of $845,304.92 from special program D2001, Covid-19 Prep &
Response, to fund the first 2 years of this agreement.
Funding for services in future years (beginning in year 3) will be requested as part of the
annual budget process.
USE OF RESERVE FUNDS:
NA
Page 2 City of Clearwater Printed on 8/1/2023
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor,
consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”,
“City, Clearwater”, “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, executive orders, 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
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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
in writing by Contractor that they are prohibited from the manufacture, distribution,
dispensation, possession, or unlawful use of a controlled substance in the workplace.
Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel
and will ensure that Contractor personnel do not use or possess illegal drugs while in the course
of performing their duties.
c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration
Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the
City and its agents to inspect applicable personnel records to verify such compliance as
permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all
Contractor personnel have a legal right to live and work in the United States.
(i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City
that Contractor and each of its subcontractors will comply with, and are contractually
obligated to comply with, all federal immigration laws and regulations that relate to their
employees (hereinafter “Contractor Immigration Warranty”).
(ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this
Agreement and will subject Contractor to penalties up to and including termination of this
Agreement at the sole discretion of the City.
(iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide
services under this Agreement to ensure that Contractor or its subcontractors are
complying with the Contractor Immigration Warranty. Contractor agrees to assist the City
in regard to any such inspections.
(iv) The City may, at its sole discretion, conduct random verification of the employment records
of Contractor and any subcontractor to ensure compliance with the Contractor Immigration
Warranty. Contractor agrees to assist the City in regard to any random verification
performed.
(v) Neither Contractor nor any subcontractor will be deemed to have materially breached the
Contractor Immigration Warranty if Contractor or subcontractor establishes that it has
complied with the employment verification provisions prescribed by Sections 274A and
274B of the Federal Immigration and Nationality Act.
d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against
any employee or applicant for employment or person to whom it provides services because of
race, color, religion, sex, national origin, or disability, and represents and warrants that it
complies with all applicable federal, state, and local laws and executive orders regarding
employment. Contractor and Contractor’s personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal
Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and
applicable rules in performance under this Agreement.
S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including
federal, state, and local taxes related to or arising out of Contractor’s services under this
Agreement, including by way of illustration but not limitation, federal and state income tax, Social
Security tax, unemployment insurance taxes, and any other taxes or business license fees as
required. If any taxing authority should deem Contractor or Contractor employees an employee of
the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s
responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest,
and penalties imposed upon the City.
The City is exempt from paying state and local sales/use taxes and certain federal excise taxes
and will furnish an exemption certificate upon request.
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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 PUBLIC RECORDS. 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 Email: Rosemarie.Call@myclearwater.com, 600
Cleveland Street, Suite 600, Clearwater, FL 33755.
The Contractor agrees to comply with the following:
a) Keep and maintain public records required by the City of Clearwater (hereinafter “public
agency” in this section) to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency’s custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida
Statutes, as may be amended from time to time, or as otherwise provided by law.
c) Ensure that the public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the contractor does not transfer the
records to the public agency.
d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in
possession of the contractor or keep and maintain public records required by the public agency
to perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the
contractor keeps and maintains public records upon completion of the contract, the contractor
shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public agency’s
custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract for services
must be made directly to the public agency. If the public agency does not possess the
requested records, the public agency shall immediately notify the contractor of the request and
the contractor must provide the records to the public agency or allow the records to be
inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not comply with
the public agency’s request for records, the public agency shall enforce the contract provisions
in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a reasonable
time may be subject to penalties under Section 119.10, Florida Statutes.
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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 eight (8) business days after the
notice is sent is not liable for the reasonable costs of enforcement.
S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five
(5) years after completion of the Agreement. The City or its authorized agent reserves the right to
inspect any records related to the performance of work specified herein. In addition, the City may
inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the
Agreement. Contractor will permit such inspections and audits during normal business hours and
upon reasonable notice by the City. The audit of records may occur at Contractor’s place of
business or at City offices, as determined by the City.
S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested
background checks of Contractor personnel who would perform services under the Agreement or
who will have access to the City’s information, data, or facilities in accordance with the City’s current
background check policies. Any officer, employee, or agent that fails the background check must
be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have
final authority, based on security reasons: (i) to determine when security clearance of Contractor
personnel is required; (ii) to determine the nature of the security clearance, up to and 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 or suspended in
accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred
or suspended by another governmental entity.
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
c. Notice and Opportunity to Cure. In the event a party is in default then the other party may,
at its option and at any time, provide written notice to the defaulting party of the default. The
defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty
(30) day cure period may be extended by mutual agreement of the parties, but no cure period
may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably
calculated to provide notice of the nature and extent of such default. Failure of the non-
defaulting party to provide notice of the default does not waive any rights under the Agreement.
d. Anticipatory Repudiation. Whenever the City in good faith has reason to question
Contractor’s intent or ability to perform, the City may demand that Contractor give a written
assurance of its intent and ability to perform. In the event that the demand is made and no
written assurance is given within five (5) calendar days, the City may treat this failure as an
anticipatory repudiation of the Agreement.
S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy
will not preclude the use of other remedies. In the event of default:
a. The non-defaulting party may terminate the Agreement, and the termination will be effective
immediately or at such other date as specified by the terminating party.
b. The City may purchase the services required under the Agreement from the open market,
complete required work itself, or have it completed at the expense of Contractor. If the cost of
obtaining substitute services exceeds the contract price, the City may recover the excess cost
by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance
due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv)
collection against liquidated damages (if applicable); or (v) a combination of the
aforementioned remedies or other remedies as provided by law. Costs includes any and all,
fees, and expenses incurred in obtaining substitute services and expended in obtaining
reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and
costs.
c. The non-defaulting party will have all other rights granted under this Agreement and all rights
at law or in equity that may be available to it.
d. Neither party will be liable for incidental, special, or consequential damages.
S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the
parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to
cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or
obligated to cease performance by other provisions in this Agreement.
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at
its convenience, in part or in whole, upon thirty (30) calendar days’ written notice.
S.21 TERMINATION FOR CONFLICT OF INTEREST. 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, in its sole
discretion, 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.
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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. If applicable, this paragraph shall be construed in
harmony with F. S. § 725.06.
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.
d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity,
to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes,
or be construed as consent by the City to be sued by third parties.
S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements
of the Agreement. Additionally, Contractor warrants that all services will be performed in a good,
workman-like, and professional manner. The City’s acceptance of service or materials provided by
Contractor will not relieve Contractor from its obligations under this warranty. If any materials or
services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at
no additional charge to the City, will provide materials or redo such services until in accordance
with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor
warrants that materials will be new, unused, of most current manufacture and not discontinued, will
be free of defects in materials and workmanship, will be provided in accordance with manufacturer's
standard warranty for at least one (1) year unless otherwise specified, and will perform in
accordance with manufacturer's published specifications. If applicable, this paragraph shall be
construed in harmony with F. S. § 725.06.
S.27 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
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination
freight prepaid and allowed unless otherwise agreed.
S.32 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.33 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.34 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.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will
without limitation, at its expense defend the City against all claims asserted by any person that
anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual
property right and must, without limitation, pay the costs, damages and attorneys' fees awarded
against the City in any such action, or pay any settlement of such action or claim. Each party
agrees to notify the other promptly of any matters to which this provision may apply and to
cooperate with each other in connection with such defense or settlement. If a preliminary or final
judgment is obtained against the City’s use or operation of the items provided by Contractor
hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense
and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for
the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having
at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less
reasonable usage, from the time of installation acceptance through cessation of use, which amount
will be calculated on a useful life not less than five (5) years, plus any additional costs the City may
incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as
a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits
set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by
third parties.
S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing
Administrator and/or an authorized representative from the using department. All questions
regarding this Agreement will be referred to the administrator for resolution. Supplements may be
written to this Agreement for the addition or deletion of services. Payment will be negotiated and
determined by the contract administrator(s).
S.37 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
RFP 30-22, Exhibit C
STANDARD TERMS AND CONDITIONS
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.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other
municipalities, counties, 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.39 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.40 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 electronic mail; (iv) sent via overnight courier; or (v)
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 electronic mail, overnight courier, or facsimile,
receipt will be deemed effective two (2) calendar days after the sending thereof.
S.41 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.42 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.43 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.44 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such
provision will be severed from this Agreement, which will otherwise remain in full force and effect.
The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may
be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or
unenforceability.
S.45 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.
RFP 30-22, Exhibit B
INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and
maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during
the term with the City, sufficient insurance to adequately protect the respective interest of the
parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In
addition, the City has the right to review the Contractor’s deductible or self-insured retention and to
require that it be reduced or eliminated.
Specifically the Vendor must carry the following minimum types and amounts of insurance on an
occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the
termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one
million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. 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.
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 Vendor
will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate,
SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set
forth above and naming the City as an “Additional Insured” on the Commercial General Liability
Insurance and the Commercial Automobile Liability Insurance. In addition when requested in
writing from the City, Vendor will provide the City with certified copies of all applicable policies.
RFP 30-22, Exhibit B
INSURANCE REQUIREMENTS
The address where such certificates and certified policies shall be sent or delivered is as
follows:
City of Clearwater
Attn: Procurement Division, RFP #30-22
P.O. Box 4748
Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for
Vendor’s negligence.
d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any
and all claims that may arise related to Agreement, work performed under this Agreement, or
to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to
reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as
contemplated herein.
The stipulated limits of coverage above shall not be construed as a limitation of any potential
liability to the City, and City’s failure to request evidence of this insurance shall not be construed
as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation
to provide the insurance coverage specified.
Severe Weather Alert System
1087628
C7 LICENSE
Final Proposed Solution - Executive Summary
AS OF JULY 19, 2023
Helping City of Clearwater
1 System Overview
2 DRAFT Project Timeline
3 Cost Summary
How HQE’s proposed system, the SiRcom SMART
Alert platform will serve the City of Clearwater.
➢Tentative Timeline: ~120 Days To Start
➢Turnkey Installation, includes:
✓Final Design Plan
✓Installation
✓Testing & Training
➢2 Years of Hassle-Free Maintenance
(Grant Offer)
➢Estimated After Discounts & Grants:
$845,304.92 (Initial Systems Installations
Only, See Pg 32 for the detailed cost
breakout)
✓HQE is offering a cost savings of over
$283,225.10 with HQE’s Grants and
SiRcom Discount.
➢Turnkey Estimate, includes:
✓Labor, Travel, Equipment & Materials
for 26 sites with Voice Intelligible Sirens
✓Cellular Communications
✓FEMA/NOAA Integration
✓Lightning Detection Integration
✓Testing & Training
2
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
HQE’s Objective
To anticipate the needs of the City of
Clearwater and provide a modern solution
that will withstand the test of time!
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
System Overview The proposed SiRcom Severe SMART Weather Alert is a robust Emergency
Mass Notification Severe Weather Alert System designed to enable
emergency managers with all the tools necessary to keep your population
safe.
Voice Intelligible Sirens Kits
26
Battle-tested and proven Outdoor
Sirens, each having:
●QTY 6 Beach Kit (total)
○QTY 12, 30W Speakers
○QTY 6, Integrations Unit
○QTY 6, Solar 200W
○QTY 2, Lightning Detector
○QTY 6, Mounting Kit
●QTY 20 Park Kits (total)
○QTY 20, 30W Speaker Kits
■4 Speakers Per Kit
○QTY 20, Integrations Unit
○QTY 5, Solar 200W
○QTY 20, Mounting Kit
Activation Types
3
Activate Sirens and Send Alerts using
a plethora of modalities:
1.FEMA Certified Cloud App
➢From any PC
➢From Mobile App
2.Mobile Application
➢iOS, Android
3.Automated Alerts
➢NOAA
➢Lightning Detection
Communication Method
1
Reliable activation methods gives
peace of mind, utilizing:
1.Cellular 4G/LTE
Lightning System
2
Monitor conditions using live
lightning monitoring sensors:
●High Accuracy Up To 24 mi
●Coastal Rated Hardware
●Real-Time Monitoring
●Range Customizable
4
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
System Design (Updated)
QTY: 4 Speakers
(All Weather 30W) /
Speakers Powered
Alerted VIA and ISU At
Each Site (Total of 6
Sites)Cellular Activation
SIM
API For
Integrations
Lightning Sensor
Cellular (LTE)
Receives All
Voice & Tone
Alerts
Manage & Activate (Cloud Based)
Web-Based Cellular
Dual Sensor
(improved accuracy)
Receiver
Up to 24 Miles
QTY: 4 Speakers
(All Weather 30W) /
Speakers Powered
Alerted VIA and ISU At
Each Site (Total of 20
Sites)
Parks/Rec Centers
20 Sites
Beach
6 Sites
Proposed Lightning Detection Kit
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
6
Sensors locate the lightning strike. Reports to the relay and the info is displayed on the SiRcom SMART Alert Software. An
automated or manual alert can be sent out.
Lightning
Dual
Sensor
Offered Relay Module
(Adjust Ranges To City’s SOP)
ALERT
LIGHTNING
Within 4
Miles
Alert Messages
Can Be Sent
Manually or via a
Automated
Protocols
ALERT
LIGHTNING
Within 4 Miles
Data
QTY 2, Lightning Dual Sensor
QTY 1, Sensor Relay Module
What Is Included In The Alert System Kit
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
7
Beach Alert System Park Alert System W/ Solar Park Alert System W/O Solar
Total of 6 Kits at the Designated Beach Sites
QTY 1, Alert Software (Cloud)
QTY 2, 30W Intelligible Speakers
QTY 1, Integrated Speaker Unit (ISU)
QTY 1, 200W Solar Power Unit
Total of 5 Kits At Designated Parks
QTY 1, Alert Software (Cloud)
QTY 4, 30W Intelligible Speakers
QTY 1, Integrated Speaker Unit (ISU)
QTY 1, 200W Solar Power Unit
Total of 15 Kits At Designated Parks
QTY 1, Alert Software (Cloud)
QTY 4, 30W Intelligible Speakers
QTY 1, Integrated Speaker Unit (ISU)
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
8
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package, Annual 1
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 6
3 HQE-LTE Cloud, Cellular Service, 8 Years 6
4 SPT-118 SiRcom, ISU with 2 30 Watt Self Amplified Speakers 6
5 PSIO.LED Siren System, LED Lights, Tri-Color 6
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge Controller &
Frames 6
7 EFM-100 Lightning System, EFM-100 Electric Field Mill 2
8 ERL-10 Lightning System, ERL-10 Lightning Relay Module 2
9 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 6
Sites 1-6 - Beach
Estimated Site Plans
Estimated Site Plans
9
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
280m
70m
Site 7 - Clearwater Beach Rec Center
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
10
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
400m
200m
Site 8- Countryside Rec Center / Community Park
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
11
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
400m
200m
Site 9 - Henry L. McMullen Tennis Complex
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
12
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
400m
160m
Site 10 - Long Center
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
13
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
630m
320m
Site 11 - Moccasin Lake Nature Park
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 CEIL-8 Indoor Public Address Speakers (Up To)0
9 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
Note: May require add’l pole for speakers
Estimated Site Plans
14
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
230m
160m
Site 12 - Morningside Rec Center
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
15
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
200m
130m
Site 13 - North Greenwood Rec Center
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
16
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
420m
150m
Site 14 - Ross Norton Rec Center
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
17
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
283m
264m
Site 15 - Coachman Park
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
18
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
415m
170m
Site 16 - Countryside Sports Complex
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
19
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
447m
513m
Site 17 - Crest Lake Park
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
20
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
227m
240m
Site 18 - Eddie C. Moore 1-4
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
21
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
209m
187m
Site 19 - Eddie C. Moore 5-7
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
22
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
148m
143m
Site 20 - Eddie C. Moore 8-9
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
23
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
189m
236m
Site 21 - Frank Tack Fields
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 1
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
24
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
426m
387m
Site 22 - Glen Oaks Park
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
25
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
257m
195m
Site 23 - Jack Russell Stadium
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
26
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
411m
383m
Site 24 - DiMaggio Sports Complex
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
27
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
103m
160m
Site 25 - Philip Jones
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
28
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
225m
395m
Site 26 - Sid Lickton Fields
Estimated Site Plans
#Part #Equipment Descriptions QTY
1 SiSA Cloud, SiRcom SMART Alert Cloud Package,
Annual (Provided with original package)Incl.
2 HQE-LTE Cloud, LTE Cellular Modem, CloudConnect 1
3 HQE-LTE Cloud, Cellular Service, 8 Years 1
4 SPT-118
SiRcom, ISU with QTY 4 - 30 Watt Self Amplified
Speakers (Roof/Wall/Existing Pole Mounted)
*New Poles Not Included
1
5 PSIO.LED Siren System, LED Lights, Tri-Color 1
6 RSP200D-US Siren System, Solar, 200 Watt Panels w/Charge
Controller & Frames 0
7 HQE Misc.Misc. Cables, Conduits, and other Misc. Materials 1
Value Added Features Proposed As Initial Grants
Electronic Mass Alerts
2 Years
At no additional cost to the City of
Clearwater, HQE will offer the
capability for the City to easily send
Automated or Manually Created
electronic alerts (Voice Calls, SMS
Tests, FEMA IPAWS, Emails, Desktop
Alerts, Social Media Posts)
Cellular Data Service
8 Years
At no additional cost to the City of
Clearwater, HQE will provide the City
with 8 years of cellular data service. This
will allow the City to operate its severe
weather alert system without the hassle
of paying for cellular data each year.
Hassle Free Maintenance
2 Years
At no additional cost to the City of
Clearwater, HQE will provide the City
with a hassle-free bumper-to-bumper
maintenance service to include
preventive and corrective
maintenance. All costs associated with
any work will be covered for the first
two years.
29
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
As A Service Disabled Veteran Owned Company, HQE Wants To Commit To The City’s Mission By Providing Value Added Services and Capabilities.
To maintain this critical system's functionality and reliability, HQE proposes the following comprehensive maintenance and support
services:
●Semi-Annual Preventative Maintenance (PM): To ensure system longevity, we propose semi-annual system inspections and
servicing, with the option for quarterly checks based on the environmental conditions and findings from the initial inspection.
HQE’s certified technicians to perform preventive maintenance on all components and software two times per year.
●Responsive Corrective Maintenance (CM): Our round-the-clock remote support ensures quick response to system issues. If
remote troubleshooting doesn't resolve the problem, our team will provide on-site support within 48 hours. Full service
package includes all labor and equipment to ensure the highest readiness level of the system.*
●Software Upgrades: We commit to integrating all new features of the SiRcom SMART Alert Software (SiSA) and will carry out
minor enhancements to continuously improve user experience. The City will receive all upgrade features at no additional cost.
●Software Patches: Our team will provide prompt security and operating system patches and services to guarantee the secure
and optimal functionality of the software and hardware.
●Systems Integration: We offer services to integrate new systems procured or deployed by the City that may require interfacing
with the early warning system, as long as the system's capabilities allow. HQE will provide integrations support for any new life
safety solutions being deployed by the City. *
To ensure seamless operations and sustained system efficiency, HQE is offering an 8-year full-service maintenance plan. This plan can
be contracted for the entire 8-year period but billed annually for the city's financial convenience. This comprehensive coverage
provides the City of Clearwater with peace of mind and ensures that the alert system will consistently provide a high level of service to
its citizens.
30
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
Maintenance Package
* Does not include Acts of God, vandalism, terrorism, or 3rd party breakage. Integrations to be limited to systems with APIs that can integrate with SiSA.
Proposed Solution
31
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
#Description Unit Cost Unit Sub-Total Cost
1 Severe Weather Alert System (One Time Fixed Fee)
●QTY1, Management Software (perpetual lic)
●QTY 6, Beach Alert Kits
●QTY 20, Park Alert Kits
●QTY 2, Lightning Detection Kits
●Installations Labor
●Training, Test, and Turnover
●Initial HQE Grant - 2 Year Full Service Maintenance Support (see 5.2 for annual cost starting after the Grant period)
●Initial HQE Grant - 2 Years Electronic Alerts (voice calls, SMS)* (see 5.3 for annual cost starting after the Grant period)
$845,304.92 1 $845,304.92
2 Cellular Service For The Severe Warning System (Recurring Fee)
●Initial HQE Grant - 8 Years (see 5.1 for annual cost starting after the Grant period)
●Covers all 26 sites (26 severe weather alert sites)
●Initial HQE Grant - No Cost To The City for the first 8 Years
$17,550.00 PER YEAR
For
8 YEARS
$0 (GRANT)
3 Full Service Maintenance Support (Recurring Fee)
●6 Years of Service, Paid Annually By The City
●Semi-Annual Preventive Maintenance (before and after hurricane season)
●Corrective maintenance (all parts replaced and labor provided at the annual fixed price)
●Software Updates, Minor Software Modifications Services, Security Patches
●Starts on Year 3
●Discounted Rate and No Annual Escalation To The Annual Price
$72,859.69 PER YEAR
FOR
6 YEARS
$437,158.14
4 Total $1,282,463.06
5 The City’s Cost Post Initial Contract and Grant Periods Unit Cost Unit Sub-Total Cost
●5.1: Cellular Service For The Severe Weather Alert System (Annual Escalation Will Apply) - Starts Year 9 $17,550.00 PER YEAR $17,550.00
●5.2: Full Service Maintenance Support (Annual Escalation Will Apply) - Starts Year 9 $72,859.69 PER YEAR $71,850.92
●5.3: Electronic Alert Software Capabilities (FEMA IPAWs, Voice Calls, SMS Text, Emails, Social Media Posts) up to 250K Alerts
Per Year. Starts Year 3
$9,500.00 PER YEAR $9,500.00
Discount Offer: After year two, 5.3 Electronic Alert Software Grant is complete. If the City combines the 5.2 Electronic Alert Software and 5.3 Full Maintenance Service Contract for 6 years after year, HQE will provide the Electronic Alert Software and the Full
Maintenance Service, HQE will offer a 3% discount for the service period.
DRAFT Project Timeline
32
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
CONTRACT SIGNED
AUGUST 3
PROCUREMENT
SEPTEMBER 18
INSTALLATIONS
FEBRUARY 20
FULL WARRANTY START
MARCH 1
TRAINING, TEST & TURNOVER
FEBRUARY 29
PRE INSTALLATIONS
JANUARY 8
DESIGN
AUGUST 3
FEDERAL HOLIDAYS
#Description % Of Payment Payment
1 Parts On Order 50%$422,652.46
2 Installations Complete 40%$338,121.97
3 Test & Turnover 10%$84,530.49
Note: The DRAFT project timeline does not take into account any delays due to issues outside of HQE’s authority to control (such as manufacturer’s delay, shipping issues, pandemic, etc.)
33
Prepared for the City of Clearwater
Executive Summary: Severe Weather Alert System
33
Thank you.
Please Contact Ms. Rosina Melian
Rosina.Melian@HQESystems.com
1 (800) 967-3036
Page 1 of 4
CONTRACT BETWEEN
CITY OF CLEARWATER AND HQE SYSTEMS, INC.
RFP #30-22
SEVERE WEATHER ALERT SYSTEM
THIS CONTRACT, entered into this 3rd day of August 2023, by and between the
CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748,
Clearwater, Florida 33758 and HQE SYSTEMS, INC. (“HQE” or “Vendor”), 27419 Via
Industria, Temecula, CA 92590, and collectively as “Parties”.
WHEREAS, the City desires to engage HQE to supply, install, and maintain a
severe weather alert system for City beaches and parks and recreation facilities;
WHEREAS, HQE desires to provide such services in accordance with this
Contract;
WHEREAS, the City selected HQE based on a Request for Proposals (“RFP”) #30-
22 Severe Weather Alert System, and responses by HQE to RFP #30-22, all of which are
incorporated by reference and form a basis for this Contract.
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. SCOPE OF PROJECT.
HQE agrees to supply, install, and maintain a severe weather alert system for City
beaches and parks and recreation facilities as more fully described in attached Exhibit A.
2. TIME OF PERFORMANCE.
The Contract Term shall commence on August 1, 2023, and end on July 31, 2031.
Page 2 of 4
3. COMPENSATION.
The City will pay HQE a sum not to exceed $1,282,463.06 as more fully described
in Exhibit A, inclusive of all reasonable and necessary direct expenses, if applicable. The
City may, from time to time, require changes in the scope of the project. Such changes,
including any increase or decrease in the amount of HQE’s compensation, and any other
changes in the terms of this Contract, which are mutually agreed upon by and between
City and HQE, shall be effective when incorporated in written amendment to this Contract,
upon mutual agreement.
4. NOTICES AND CHANGES OF ADDRESS.
Any notice required or permitted to be given by the provisions of this Contract shall
be conclusively deemed to have been received by a party hereto on the date it is hand
delivered to such party at the address indicated below (or at such other address as such
party shall specify to the other party in writing), or if sent by registered or certified mail
(postage prepaid) on the fifth (5th) business day after the day on which such notice is
mailed and properly addressed.
HQE SYSTEMS, INC. CITY OF CLEARWATER
Qais Alkurdi Derek Smith
Name Name
Chief Executive Officer Emergency Management Specialist
Title Title
27419 Via Industria P.O. Box 4748
Temecula, CA 92590 Clearwater, Florida 33758
Address Address
(800) 967-3036 727-562-4334 x4171
Telephone # Telephone #
Page 3 of 4
5. INSURANCE REQUIREMENTS.
Insurance Requirements are set forth in Exhibit B, which is incorporated by
reference and attached hereto.
6. PROPRIETARY MATERIALS.
Upon termination of this Contract, Vendor shall transfer, assign, and make
available to City or its representatives all property and materials in Vendor’s possession
belonging to or paid for by the City.
7. INTERESTS OF PARTIES.
Vendor covenants that its officers, employees, and shareholders have no interest
and shall not acquire any interest, direct or indirect, which would conflict in any manner
or degree with the performance and/or provision of services required under the terms and
conditions of this Contract.
8. CONFORMANCE WITH LAWS.
Vendor agrees to comply with all applicable federal, state, and local laws during
the life of this Contract. Vendor shall be responsible for obtaining and maintaining any
licenses, permits, documents, or other permissions necessary for Vendor’s operation.
9. RFP #30-22, TERMS AND CONDITIONS
All terms and conditions set forth in RFP #30-22, Standard Terms and Conditions
are incorporated by reference and hereto attached as Exhibit C. Any inconsistency in
documents relating to this Contract shall be resolved by giving precedence in the following
order: (i) this Contract and subsequent Amendments, and (ii) RFP #30-22, Standard
Terms and Conditions.
Page 4 of 4
10.GOVERNING LAW AND VENUE.
The laws of the State of Florida shall govern this Contract, and any action
brought by either party shall lie in Pinellas County, Florida.
IN WITNESS WHEREOF, the Parties have caused this Contract to be signed in its
corporate/legal name by its authorized representatives or persons authorized to execute
this Contract on the date and year first above written.
HQE SYSTEMS, INC.
___________________________
Qais Alkurdi
Chief Executive Officer
Attest:
___________________________
Desiree Carr
Director of Administration
CITY OF CLEARWATER
___________________________ ___________________________
Brian J. Aungst Sr. Jennifer Poirrier
Mayor City Manager
Approved as to form: Attest:
___________________________ ___________________________
Owen Kohler Rosemarie Call
Lead Assistant City Attorney City Clerk
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
#30-22
Severe Weather Alert System
August 1, 2022
NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until
10:00 AM, Local Time, August 31, 2022, to provide a Severe Weather Alert System.
Brief Description: The City of Clearwater is seeking proposals from a qualified Contractor(s) to
supply, install and maintain a severe weather alert system for Clearwater’s beaches and the City’s
parks and recreation facilities.
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 following Senior Procurement Analyst:
Eryn Berg, CPPB
Sr. Procurement Analyst
Eryn.Berg@myclearwater.com
This Request for Proposals is issued by:
Lori Vogel, CPPB
Procurement Manager
Lori.vogel@myclearwater.com
INSTRUCTIONS
Severe Weather Alert System 2 RFP #30-22
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
Date and Time: n/a
Location: n/a
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: August 31, 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
INSTRUCTIONS
Severe Weather Alert System 3 RFP #30-22
acceptable); certificate of deposit or any other form of deposit issued by a financial institution and
acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and
conditions of the contract, the City shall have the right to use all or such part of said security as
may be necessary to reimburse the City for loss sustained by reason of such breach. The
balance of said security, if any, will be returned to Contractor upon the expiration or termination of
the contract.
i.7 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
INSTRUCTIONS
Severe Weather Alert System 4 RFP #30-22
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.
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.
INSTRUCTIONS
Severe Weather Alert System 5 RFP #30-22
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.
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
Severe Weather Alert System 6 RFP #30-22
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 (pages 21-22) Points
Qualifications, Experience, and References (Tab 2) 25
Product Capabilities (Tab 3) 35
Project Approach (Tab 4) 25
Cost of Services (Tab 5) 15
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.
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
INSTRUCTIONS – EVALUATION
Severe Weather Alert System 7 RFP #30-22
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: 08/01/2022
Advertise Tampa Bay Times: 8/10/2022
Responses due: 8/31/2022
Review proposals: 9/14/2022
Presentations (if requested): Week of 9/26/2022
Award recommendation: Week of 9/26/2022 (if presentations are requested)
Council authorization: November 2022
Contract begins: November 2022
STANDARD TERMS AND CONDITIONS
Severe Weather Alert System 8 RFP #30-22
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
Severe Weather Alert System 9 RFP #30-22
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
Severe Weather Alert System 10 RFP #30-22
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
Severe Weather Alert System 11 RFP #30-22
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
STANDARD TERMS AND CONDITIONS
Severe Weather Alert System 12 RFP #30-22
current background check policies. Any officer, employee, or agent that fails the background
check must be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will
have final authority, based on security reasons: (i) to determine when security clearance of
Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and
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
Severe Weather Alert System 13 RFP #30-22
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
STANDARD TERMS AND CONDITIONS
Severe Weather Alert System 14 RFP #30-22
warranty. If any materials or services are of a substandard or unsatisfactory manner as
determined by the City, Contractor, at no additional charge to the City, will provide materials or
redo such services until in accordance with this Agreement and to the City’s reasonable
satisfaction.
Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current
manufacture and not discontinued, will be free of defects in materials and workmanship, will be
provided in accordance with manufacturer's standard warranty for at least one (1) year unless
otherwise specified, and will perform in accordance with manufacturer's published specifications.
S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to
prejudice the City’s right to recover against third parties for any loss, destruction, or damage to
City property, and will at the City’s request and expense, furnish to the City reasonable
assistance and 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
STANDARD TERMS AND CONDITIONS
Severe Weather Alert System 15 RFP #30-22
judgment is obtained against the City’s use or operation of the items provided by Contractor
hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its
expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b)
procure for the City the right to continue to use the item; (c) substitute for the infringing item other
item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price
paid, less reasonable usage, from the time of installation acceptance through cessation of use,
which amount will be calculated on a useful life not less than five (5) years, plus any additional
costs the City may incur to acquire substitute supplies or services.
S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement 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.
STANDARD TERMS AND CONDITIONS
Severe Weather Alert System 16 RFP #30-22
S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such
provision will be severed from this Agreement, which will otherwise remain in full force and effect.
The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may
be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or
unenforceability.
S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of
this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth
rights and obligations that extend beyond completion, termination, or other expiration of this
Agreement, will survive and remain in full force and effect. Except as specifically provided in this
Agreement, completion, termination, or other expiration of this Agreement will not release any
party from any liability or obligation arising prior to the date of termination.
DETAILED SPECIFICATIONS
Severe Weather Alert System 17 RFP #30-22
1. INTRODUCTION. The City of Clearwater (City) is a coastal community on the West Coast of
Florida and the third largest city in the Tampa Bay region with an estimated 117,800 residents.
Clearwater Beach is an international tourist destination that brings millions of tourists to Pinellas
County annually and was selected as the “Number One Beach in America” in the 2018 and 2019
TripAdvisor Travelers’ Choice Awards and regularly ranks as a top vacation destination in both
domestic and international publications. An ideal year-round destination for travelers of all ages
and interests, Clearwater boasts miles of pristine “sugar sand” beaches, provides a wide variety
of casual and fine dining options, and is home to Philadelphia Phillies Spring Training and
Clearwater Threshers Minor League Baseball. Clearwater Marine Aquarium remains a consistent
draw for visitors and is nationally recognized for its groundbreaking work in marine rescue,
rehabilitation, and release.
The City of Clearwater is committed to ensuring that we have a sustainable city through green
measures focusing on our economy, environment, and community.
2. PROJECT GOAL. With this severe weather alert system, the City will gain valuable insight into
how close storms and lightning are to City facilities. By gaining this knowledge, City staff will be
able to better warn citizens and tourists of the upcoming weather so they can get to a safe place
in a timely manner.
3. SCOPE OF WORK. The City of Clearwater is seeking a qualified Contractor(s) to supply, install
and maintain a severe weather alert system (System) for Clearwater’s beaches and various parks
and recreation facilities. This system shall be user-friendly, customizable, and shall be equipped
with cloud-based software to allow the City to track weather in real time from any device (i.e., cell
phone, desktop monitor, tablet, etc.).
All work required to make the System operational shall be included in the Contractor’s scope of
work, including but not limited to any required permitting, installation of the system, electrical
wiring, data connections (if applicable), etc. All work shall conform to industry best practices and
any applicable State and Local building codes. All work shall conform to the manufacturer’s
recommendations and in accordance with the specifications outlined in this solicitation.
Pricing provided shall be all inclusive and include but not be limited to all labor, materials,
supplies, tools, equipment, insurance, freight, delivery, travel, programming, and supervision
including any incidentals required to complete all work set forth.
a. TECHNICAL SPECIFICATIONS:
i. The minimum detection distance shall be adjustable and able to detect all active
lightning strikes in real time to all users.
ii. The System shall contain wireless internet or cellular communication capabilities
to communicate data to cloud-based software accessible only by the City.
iii. System shall include audible horns as well as a strobe/light component.
iv. System shall include automated and manual activation capabilities.
v. Some Systems shall have the ability to pre-record multiple messages and a
“push to talk” microphone option to give flexibility in addressing the public.
vi. Speakers shall be customizable to allow for maximum speech recognition and
shall have the ability to adjust volume levels as needed.
vii. All equipment, hardware, and associated components that are required for the
System shall be made from corrosion resistant materials, able to withstand long
periods near salt water, and free from any defects.
viii. The System shall be solar powered and/or contain a backup battery/power
source in the event of a power outage.
b. ADDITIONAL REQUIREMENTS:
i. Contractor shall be responsible for all materials stored on the site and shall be
responsible for the restoration of any area utilized for material storage and/or
operations.
ii. If applicable, Contractor is responsible for coordinating final inspection of Work.
DETAILED SPECIFICATIONS
Severe Weather Alert System 18 RFP #30-22
Final payment will not be provided until, at a minimum, passing final inspection
and closeout/completion of Permit, if applicable.
iii. Maintenance plan to include monthly testing/inspection of hardware, software
and equipment, including annual testing and certification of the System(s).
iv. Five (5) year Warranty for all hardware, software and equipment including
Manufacturer’s upgrades for equipment.
v. The System’s software shall store test results on a local computer and be
capable of saving or exporting all test result data in a common file format (e.g.
.CSV, .XLSX or other tabular format) that will allow the City to view and
manipulate data outside of the System’s software.
c. TRAINING. Following installation, the Contractor must provide on-site training sessions
for instructors. It is preferred that the Contractor also have knowledge base or repository
for training materials and guides that City personnel can easily access.
d. SUPPORT AND MAINTENANCE. The Contractor shall provide technical support and
maintenance services inclusive of all components related to the System for a minimum of
three (3) years following installation/implementation. The Contractor will submit pricing
for a continued support and maintenance contract for a minimum of five (5) years beyond
the initial three (3) year support.
In the event of hardware failure or breakage, the Contractor is responsible for warrantying
and replacing equipment. On-site technical assistance and support is strongly preferred.
e. MINIMUM REQUIREMENTS. Vendors responding to this RFP shall have a minimum of
five (5) years’ experience in the production and installation of a cloud-based severe
weather alert systems. A minimum of three (3) references for which similar services have
been provided is required with submittal.
4. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and
maintain (and cause any subcontractors, representatives or agents to acquire and maintain)
during the term with the City, sufficient insurance to adequately protect the respective interest of
the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better.
In addition, the City has the right to review the Contractor’s deductible or self-insured retention
and to require that it be reduced or eliminated.
Specifically the Vendor must carry the following minimum types and amounts of insurance on an
occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the
termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of $1,000,000
(one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. 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
DETAILED SPECIFICATIONS
Severe Weather Alert System 19 RFP #30-22
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.
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
Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD
certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the
coverage set forth above and naming the City as an “Additional Insured” on the Commercial
General Liability Insurance and the Commercial Automobile Liability Insurance. In addition
when requested in writing from the City, Vendor will provide the City with certified copies of all
applicable policies. The address where such certificates and certified policies shall be sent or
delivered is as follows:
City of Clearwater
Attn: Procurement Division, RFP #30-22
P.O. Box 4748
Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for
Vendor’s negligence.
d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for
any and all claims that may arise related to Agreement, work performed under this
Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall
not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing
its defense as contemplated herein.
The stipulated limits of coverage above shall not be construed as a limitation of any potential
liability to the City, and City’s failure to request evidence of this insurance shall not be construed
as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’)
obligation to provide the insurance coverage specified.
MILESTONES
Severe Weather Alert System 20 RFP #30-22
1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. November 2022
If the commencement of performance is delayed because the City does not execute the contract
on the start date, the City may adjust the start date, end date and milestones to reflect the
delayed execution.
2. EXTENSION. The City reserves the right to extend the term of this contract, provided however,
that the City shall give written notice of its intentions to extend this contract no later than thirty
(30) days prior to the expiration date of the contract.
3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as
provided herein. The decision to renew a contract rest solely with the City. The City will give
written notice of its intention to renew the contract no later than thirty (30) days prior to the
expiration.
Two (2), one (1) year renewal is possible at the City’s option.
4. PRICES. All pricing shall be firm for the initial term of one (1) year except where otherwise
provided by the specifications, and include all transportation, insurance and warranty costs. The
City shall not be invoiced at prices higher than those stated in any contract resulting from this
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.
d. No fuel surcharges will be accepted.
RESPONSE ELEMENTS
Severe Weather Alert System 21 RFP #30-22
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 with a positive commitment to
perform the work at a satisfactory level to City staff.
2. The names of key persons, representatives, project managers who will be the main
contacts for the City regarding this project.
TAB 2 – QUALIFICATIONS, EXPERIENCE, AND REFERENCES. The following information
should be included:
1. A statement of qualifications, abilities, experience, and expertise in providing the
requested severe weather alert system.
a. A description of what qualifies your company to provide the City with these services,
provide appropriate staffing, provide necessary resources for troubleshooting.
b. An assessment of the proposer’s abilities to meet and satisfy the needs of the City in
a timely manner, taking into consideration the requested services, additional services
and/or expertise offered that exceed the requirements, or the vendor’s inability to
meet some of the requirements of the specifications.
c. References – A minimum of three (3) references for whom you have provided similar
services installing and configuring a cloud-based severe weather alert system,
preferably from other public entities within the State of Florida, within the past five (5)
years is required. Include the name of entity, contact person’s names, phone
numbers, e-mail addresses, mailing addresses, type of service provided, dates these
services were provided.
TAB 3 – Product Capabilities. Clearly define the products offered to include, but not limited to
the following elements:
1. Product Capabilities
2. Ability to Upgrade/Expand Services
3. Sustainable Features
4. Software Capabilities/Maintenance
TAB 4 - Project Approach.
1. Describe the firm’s understanding of the project and methodology for meeting the needs
of the City.
2. Provide a detailed work plan, including a tentative installation schedule to include
estimated number of hours per task.
3. Provide additional items/information that the firm believes is relevant to this project but
not explicitly included.
TAB 5 - Cost of Services. The following information should be included:
RESPONSE ELEMENTS
Severe Weather Alert System 22 RFP #30-22
a. Total cost to complete the design, implement and install a customizable severe weather
alert system to include warranty and training.
b. Support and Maintenance for initial three (3) years following installation/implementation.
c. Support and Maintenance for minimum of five (5) years following initial three (3) year
support.
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. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA
Severe Weather Alert System 23 RFP #30-22
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
Severe Weather Alert System 24 RFP #30-22
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
Severe Weather Alert System 25 RFP #30-22
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
Severe Weather Alert System 26 RFP #30-22
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
Severe Weather Alert System 27 RFP #30-22
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
Severe Weather Alert System 28 RFP #30-22
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
Severe Weather Alert System 29 RFP #30-22
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED PROPOSAL
Submitted by:
Company Name:
Address:
City, State, Zip:
RFP # 30-22, Severe Weather Alert System
Due Date: August 31, 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 # 30-22, Severe Weather Alert System
Due Date: August 31, 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 ------------------------------------------------
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0800
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: Library
Agenda Number: 7.10
SUBJECT/RECOMMENDATION:
Approve an extension of the Interlocal Agreement for Library Services in Pinellas County for
an additional five years, for the period from October 1, 2023 through September 30, 2028, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
The purpose and intent of this Agreement is to continue to operate the Cooperative to extend
library services to the unincorporated areas of the county and to municipalities that do not
have such services as of the effective date of this Agreement, and to improve library services
to residents of municipalities and Municipal Services Taxing Units with Libraries as of the date
of this Agreement.
The primary functions of the Cooperative are as follows:
1. To receive and disburse funds from federal, state, and local sources.
2. To maintain a shared library automation system serving Member Libraries.
3. To maintain a shared materials delivery system serving Member Libraries.
4. Where agreed by individual Member Libraries for the most efficient use of fiscal resources,
to assist Member Libraries in the collective purchase of library resources and services.
Page 1 City of Clearwater Printed on 8/1/2023
1
Library lnterlocal Agreement
THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and
between the undersigned Governmental Units as set forth on the signature pages attached hereto
("Parties"), for the participation in a cooperative library service for Pinellas County (the
"Cooperative").
RECITALS:
WHEREAS, Pinellas County and various municipalities entered into an Interlocal
Agreement providing for the establishment of the Cooperative dated the 10th day of January 1989,
which was subsequently amended and extended, and which was superseded by an Interlocal
Agreement entered into on the 10th day of September 2001, which expired on September 30,
2013; and which was superseded by an Interlocal Agreement entered into on the 1st day of October,
2013, which expired on September 30, 2018; and which was superseded by an Interlocal Agreement
entered into on the 1st day of October 2018, which expires on September 30, 2023; and
WHEREAS, it is in the public interest to provide a free public library service for the use of the
permanent residents of Pinellas County ("County"); and
WHEREAS, this Agreement is authorized by Section 163.01 of the Florida Interlocal
Cooperation Act of 1969, which was promulgated to permit local governmental units to make the
most effective use of their powers by enabling them to cooperate with other governmental units
thereby providing services and facilities in a manner and pursuant to forms of governmental
organization that will include geographic, economic, population, and other factors influencing the
needs and development of local communities; and
WHEREAS, any public agency of this state may exercise jointly with any other public
agency of this state any power, privilege, or authority which such agencies share in common and
which each might exercise separately; and
WHEREAS, the Parties to this Agreement have determined that in order to most effectively
utilize their separate powers, a cooperative effort in the form of an Interlocal Agreement is
needed; and
WHEREAS, Sections 257.12 through 257.25, Florida Statutes (“Free Library Service”
verified 2017), provide state funds to assist in the furnishing of library services.
NOW THEREFORE, in consideration of the mutual benefits and in consideration of the
covenants and agreements set forth herein, the Parties hereto agree as follows:
2
I.PURPOSE; EXECUTION; EFFECTIVE DATE; TERM OF AGREEMENT
A.Purpose:
The purpose and intent of this Agreement is to continue to operate the Cooperative to
extend library services to the unincorporated areas of the County and to municipalities that do not
have such services as of the effective date of this Agreement, and to improve library services to
residents of municipalities and Municipal Services Taxing Units with Libraries as of the date of
this Agreement.
The primary functions of the Cooperative are as follows:
1.To receive and disburse funds from federal, state, and local sources.
2.To maintain a shared library automation system serving Member Libraries.
3.To maintain a shared materials delivery system serving Member Libraries.
4.Where agreed by individual Member Libraries for the most efficient use of fiscal
resources, to assist Member Libraries in the collective purchase of library resources
and services.
B.Execution; Effective Date
This Interlocal Agreement may be signed in counterparts by the Parties hereto. This
Agreement shall become effective on October 1, 2018.
C.Term of Agreement:
This Agreement will be in force for a period of five (5) years, ending September 30,
2023. The Agreement may be renewed for an additional period of five (5) years to September 30,
2028 with the mutual consent of the Parties.
II.DEFINITIONS:
A.Articles of Incorporation:
"Articles of Incorporation” as used in this Agreement refer to the Articles of
Incorporation of the Pinellas Public Library Cooperative, Inc., (PPLC) approved by the signatories
to the 1989 Interlocal Agreement establishing the Cooperative and executed and filed with the
Secretary of State pursuant to Chapter 617, Florida Statutes (1987), as may be amended.
B.Board:
"Board" as used in this Agreement refers to the Board of Directors of the Pinellas Public
Library Cooperative, Inc.
C.Board of County Commissioners:
"Board of County Commissioners" as used in this Agreement refers to the Pinellas County
Board of County Commissioners and may be delineated as "BCC”.
3
D.By-Laws:
“By-Laws” as used in this Agreement refer to the By-Laws of the Pinellas Public Library
Cooperative, Inc., approved by the signatories to the 1989 Interlocal Agreement establishing the
Cooperative, as may be amended by the Board as needed.
E.Cooperative:
"Cooperative" as used in this Agreement refers to the Pinellas Public Library Cooperative,
Inc. and may be delineated as "PPLC”.
F.County:
“County” as used in this Agreement refers to Pinellas County, a political subdivision of
the State of Florida. The County as used in this Agreement is a Party to this Agreement but is
not a Member of the Cooperative.
G.Disbursement Formula:
“Disbursement Formula” as used in this Agreement refers to the formula according to
which disbursements to Members with Libraries shall be made pursuant to this Agreement. The
Disbursement Formula is attached hereto and incorporated herein as Exhibit “B”.
H.Governmental Unit:
"Governmental Unit" as used in this Agreement refers to municipalities; Municipal
Services Taxing Units (MSTU) with Libraries; a municipal consortium offering library services;
and the County. Governmental Units which are parties to this Agreement are included within the
definition of Governmental Unit and may also be delineated as "Members" of the Cooperative.
I.Library:
"Library" as used in this Agreement refers to the public Libraries and Library systems
operated by Members. To qualify as a " Library" for purposes of this Agreement, the Library
must be approved by the Board, which shall determine if the Library meets the basic standards
set forth in the Policy on Admission, a copy of which is attached hereto and incorporated herein
as Exhibit “A.”
J.Library MSTU
"Library MSTU” shall mean the Pinellas County Library Services District municipal
services taxing unit as established by Ordinance 1989-5, and codified at Pinellas County Code
Section 78-2; and excludes any individual MSTU for library services subsequently established.
K.Local Support:
"Local Support" as used in this Agreement refers to the dollar amount of funds
expended for allowable costs by each Member with a Library during the fiscal year for library
operations. Funds received from the County for the support of a Library that exists wholly in the
unincorporated area of Pinellas County (Library MSTU), excluding all monies received by such
4
Libraries from the Cooperative, shall be considered as additional local support for the Member
Library for purposes of the application of the disbursement formula. Local Support shall be
determined by adding the expenditures for Personnel Services (State of Florida Uniform
Accounting System Manual for Florida Local Governments, Object Code 10), Operating
Expenditures/Expenses (Object Code 30), and “Books, Publications, Subscriptions, and
Memberships” (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code
66). All other expenditures not specifically listed above shall not be tabulated when determining
the Local Support.
L.Member:
"Member" as used in this Agreement refers to a Governmental Unit which is a Party to
this Agreement and which forms part of the Cooperative either as a Member with a Library or as
a Member without a Library.
M.MSTU:
“Municipal Services Taxing Unit” as used in this agreement refers to unincorporated
Pinellas County. The Pinellas County Board of County Commissioners serves as the local
government for the MSTU. A portion of the County budget (MSTU) is paid by residents of the
unincorporated area and is devoted to providing municipal services, such as public library
services.
N.Reciprocal Borrower:
“Reciprocal Borrower” is a cardholder from cooperating Libraries which have
reciprocal borrowing agreements with PPLC.
O.Year:
"Year" as used in this Agreement, unless otherwise indicated, means the fiscal year
from October 1 to September 30. The fiscal year of the Cooperative shall run from October 1 to
September 30.
III.GOVERNING STRUCTURE OF THE COOPERATIVE:
A.Corporate Structure:
The Cooperative is a private non-profit organization incorporated under the Florida
Not- For-Profit Corporation Act, Chapter 617, Florida Statutes (2000). Additional Members may
be admitted in the manner specified in the Articles of Incorporation or the By-laws.
B.Board of Directors:
1.Membership. Each Board member represents the interests of all Parties, including the
County, the Cooperative, Members with and without Libraries, and patrons. Each Board
member can envision the future of countywide library services. The Board of Directors
shall consist of nine (9) voting members who shall be selected and appointed in
5
accordance with the provisions of the Articles of Incorporation and the By-laws, as
amended, as follows:
a.Four members of the Board of Directors shall be the City
Administrator of the City of St. Petersburg and the City Managers of
Clearwater, Largo and Pinellas Park, or their senior management
designees.
b.Three members of the Board of Directors shall be county senior
management employees, representing Pinellas County, who shall be appointed
by the BCC upon the recommendation of the Pinellas County Administrator.
c.Two members of the Board of Directors shall be appointed by the
Board of County Commissioners and shall serve a term of three (3) years.
Criteria for such appointment shall be as follows:
1)The candidate has previous experience serving on a board or similar
body and the capacity to evaluate a full range of perspectives, from
library service providers to library users.
2)The candidate represents the interests of all Parties, including the
County, the Cooperative, Members with and without Libraries, and
patrons.
3)The candidate can envision the future of countywide library
services.
4)The candidate may not be an employee or member of the governing
body of a PPLC Member Library.
2.Terms. The Articles of Incorporation shall specify the term of office for Directors
in conformance with Section III.B.1 above.
3.Officers. The Officers of the Cooperative shall be: Chair of the Board of
Directors, Vice-Chair of the Board of Directors, and Secretary/Treasurer. The
terms of office, election and duties of Officers shall be as specified in the By--
laws.
4.Compensation. Directors and Officers shall not be paid a salary or wages but
may be reimbursed for travel and per diem expenses on behalf of the Cooperative
as approved by the Board, based on the PPLC Policies and Procedures Manual and
in accordance with Section 112.061, Florida Statutes (“Per diem and travel
expenses” verified 2017).
6
5.Meetings. The Board of Directors shall meet at least six (6) times each year.
Meetings shall be conducted pursuant to the Sunshine Law, Chapter 286, Florida
Statutes. The Chairperson or a simple majority of the Board may call emergency
meetings. Such meetings shall require at least 24 hours' notice.
6.Duties. The duties of the Board of Directors shall include, but not be limited
to:
a.Managing the affairs of the Cooperative;
b.Amending the Articles of Incorporation and the By-laws;
c.Establishing administrative policy for the operation of the Cooperative;
d.Receiving and disbursing funds from local, state and federal sources and
entering into arrangements as appropriate in connection therewith, and
receiving and disbursing funds from Members without Libraries participating
in the Cooperative;
e.Investing the Cooperative funds;
f.Employing and directing an Executive Director;
g.Conducting open and public meetings, the time and place to be decided by the
Board of Directors;
h.Establishing the operating budget for the Cooperative, which is subject to the
review upon request of the BCC, and overseeing its execution, including
approving expenditures for administration;
i.Advising the Parties and Members with respect to the budget, disbursements,
extension and expansion of library services and other affairs of the
Cooperative;
j.Submission of funding requirements in accordance with the provisions of
Section V.C.
k.Developing, in collaboration with the Executive Director and Library
directors of Members, the Long-Range Plan for the Cooperative to improve
library services to residents of municipalities, library taxing districts, and
unincorporated areas.
l.Review and approve the Annual Plan of Service.
C.Executive Director:
1.Duties. The duties of the Executive Director shall include, but not be
limited to:
7
a.Facilitating joint planning for coordination of library services among
Members with Libraries and other Libraries within the County that
participate in reciprocal borrowing and joint planning as recipients of
State Aid to Libraries.
b.Maintaining information for and submitting applications on behalf of the
Cooperative for available local, State, and Federal library funds with
Board approval, and filing reports with the Division of Library and
Information Services pursuant to Section 257.16, Florida Statutes (2000),
as may be amended;
c.Preparing, in coordination with the library directors of Members, the
annual operating and capital budgets of the Cooperative, and presenting
the annual operating budget of the Cooperative to the Board and
Members.
d.Developing, in collaboration with the library directors of Members, the
Annual Plan of Service that shall include goals, objectives and activities,
and the budget that will support library services for the year. This plan
must clearly demonstrate that resources will be allocated in a way that
serves the goal of access to library services throughout the area.
2.Qualifications. The Executive Director must have an American Library
Association accredited Master’s degree in Library Science (MLS), and a minimum of
five (5) years library administration experience, with experience in library
cooperative administration preferred.
D.Advisory Council:
A Library Directors Advisory Council (LDAC) made up of all library directors of
Members, or their designees, will collaborate with the Executive Director in coordination,
planning and other matters as appropriate. The Officers of the LDAC shall be: Chair, Vice-
Chair, and Secretary. The terms of office, election, and duties of Officers shall be as specified in
the LDAC By-laws. The By-laws of the LDAC shall provide that the office of Chair will be
rotated yearly among the members of the Advisory Council and that the Chair will participate in
the meetings of the Cooperative Board of Directors and represent the LDAC.
The duties of the LDAC shall be as follows:
1.Conduct open and public meetings, the time and place to be decided by LDAC.
2.Collaborate with the Executive Director on the establishment and revision of the
PPLC Public Service Policies for Member Libraries.
8
3.Review and provide recommendations in the preparation of the annual budget.
4.Advise the Board on Board meeting agenda items as needed.
E.Long-Range and Annual Plans of Service:
Each year an Annual Plan of Service and Budget shall be adopted by the Board of
Directors. The Long-Range Plan must be updated every five years. The Plans will meet the
requirements for participation in the State Aid to Libraries Program. The Executive Director will
disseminate the Plans.
F.Reports:
The Executive Director will provide annual reports on the progress toward meeting the
objectives of the Long-Range Plan and the Annual Plan of service. The reports will include
audited statements of operating expenditures, capital expenditures, and reserve accounts. Annual
reports will be presented to the Board, the Members, and the Division of Library and
Information Services.
IV. PARTICIPATION:
A.General:
Participation will be voluntary and open to any Governmental Unit. People residing in
participating areas will be eligible to use the services of Member Libraries of the Cooperative
without charge. People residing in Governmental Units or areas not electing to participate will
be excluded from the use of the Cooperative's services unless individual people join Member
Libraries by paying an annual fee; such fee may be adjusted by a majority of Parties to this
Agreement. People who join by paying the annual fee to a Member Library will then be counted
as residents of that Member Library's governmental unit. Members may withdraw pursuant to
the provisions of Section VI.
B.Members With Libraries:
1.Admission. Governmental units applying for the first time for membership in
the Pinellas Public Library Cooperative, Inc. must be approved by the Board
which shall determine if the Library meets the statutory requirements and
operational standards established in Exhibit “A”: Policy on Admission.
2.Membership. Members with Libraries will adhere to the operational
standards established in Exhibit “A”: Policy on Admission, and comply with
participation requirements as detailed in this section.
3.Noncompliance and Enforcement. Any Member with a Library that fails to
9
maintain the requirements established in the Policy on Admission or the
Participation requirements, may be provided a Notice of Deficiency as follows:
a.Subject to Board authorization, any Member with a Library that is found to be
non-compliant may be issued a Notice of Deficiency effective upon the date
of such Notice. A Member with a Library that has received a Notice of
Deficiency will be granted a period not to exceed 12 months (as determined
by the Board based on the nature of the deficiency) from the date of the
Notice to achieve compliance with the requirements of Membership and to
provide documentation of such compliance to the Board. Upon determination
that the Member successfully demonstrated compliance with the requirements,
the Board shall authorize a written Notice of Compliance to be provided to the
Member.
b.A Member with a Library that has received a Notice of Deficiency and has
failed to successfully demonstrate compliance within the prescribed time
period will be considered to have withdrawn from the Cooperative. Such
Member will comply with the requirements for withdrawal indicated in
Section VI. B. of this Agreement.
4.Autonomy. Each Member with a Library shall continue to decide the level of
library service for its community and shall prepare its own budget. Each Library
shall remain autonomous and retain control of its operations and functions, i.e.:
a.Trust funds, individual gifts or donations made to a Library shall remain
the property of that Library.
b.All Library staff shall remain employees of the various Members with no
loss in benefits.
c. Each Library shall remain the property of the Member in which it is
located, and all maintenance and repairs shall be affected through
operating budgets from allocated local appropriations.
d.Members with Libraries will continue to fund their local Libraries and are
not required to make any payment to the Cooperative for participation in
the Cooperative.
5.Audits. Each Member with a Library shall provide to the Cooperative by
March 31 of each year an audited statement of its Library operating costs for its
last completed fiscal year. The audits are to be reviewed by the Cooperative
10
to determine the dollars expended locally for library operations. Allowable costs
for each Library shall consist of all personnel and direct operating costs, and
non-fixed capital as provided for in the State of Florida Chart of Accounts. All
other costs, including fixed capital items and debt expenses, are not allowable.
6.Materials and Services.
a.Members with Libraries agree to allow all circulating materials (non-
electronic formats) of existing Libraries to be freely available to
cardholding residents of all participants in the Cooperative.
b.Members with Libraries agree to allow all circulating materials
(electronic formats) to be freely available to all cardholders of that
specific Library regardless of cardholder’s address.
c.Reciprocal Borrowers may borrow circulating materials in non-electronic
formats only.
d.Within policies established by the Cooperative all reference and public
programming services are equally available to the public.
7.Staff Development. All Members with Libraries will agree to have their
Libraries closed on Columbus Day (or alternately designated day) each year,
unless otherwise prohibited, for participation in an annual county-wide staff
development day. Staff development day planning will be coordinated by PPLC
staff in collaboration with Member Library directors and staff.
C.Members Without Libraries:
1.Basis for Funding:
The County, on behalf of the Library MSTU, and subject to the provisions and
limitations in Section V.A. and any other Member without a Library, shall provide
annual financial support to the Cooperative which, when calculated on a per capita
(of population of such Member) basis for any year, shall be equivalent to the
average per capita funding, excluding all monies received from the Cooperative,
provided during the most recent preceding year by the Members having Libraries
subject to the provision of, and limitations in, Section V.A., the funding shall be
calculated as follows: The total expenditures, as adjusted for monies received from
the Cooperative, of the Members from the prior year shall be divided by the total
population of the Members to obtain the aggregate average per capita cost. For
purposes of this subsection C, "funding" means the amount of Library expenditures
11
for any year as described in Section V.A. by a Member having a Library, and
"population" means the number of residents residing in the Member governmental
unit determined in accordance with Section V.B. Payments shall be made by the
County and each Member without a Library of annual financial support due from it
in four (4) quarterly payments of twenty-five percent (25%) each.
2. Underfunding:
If financial support paid to the Cooperative by a Member without a Library is
less than the amount due under Section V, written notice shall be provided by
PPLC, to such unit of the deficiency and all funds due under Section V shall be
immediately due and payable as specified in Section VI.C. Such unit shall be
deemed to have withdrawn from the Cooperative notwithstanding the provisions of
Section VI.A or VI.C effective thirty (30) days following the receipt of written
notice of deficiency unless payment of such deficiency is made within that thirty
(30) day period.
V. FUNDING MECHANISM:
A. Fiscal Funding:
The County will provide an amount of annual financial support equal to the financial
support provided by all Members with Libraries, calculated on a per capita basis for the previous
year, excluding all monies received from the Cooperative, provided that the amount shall not
exceed the ad valorem revenue, excluding statutory payments to the Tax Collector and Property
Appraiser, generated by the millage rate levied by the County in support of Cooperative Library
services. At no time shall the millage rate levied by the County in support of Cooperative
Library services exceed 0.5 mill. The County shall submit the funds to the Cooperative in
quarterly payments. The County shall notify the Cooperative of any changes to the population
figures subject to the amount of annual per capita financial support for the new fiscal period
prior to May 30 of each year.
The obligations of the County as to any funding required pursuant to this Agreement
are subject to annual approval of the Library MSTU millage by the County. If funds are not
appropriated by the County through the Library MSTU for any or all the obligations in this
Agreement, the County shall not be obligated to pay for the services provided pursuant to this
Agreement beyond the portion for which funds are appropriated. The County agrees to promptly
notify the Cooperative in writing of such failure of appropriation, and upon such notice, the
provisions of Section IV shall govern.
12
B. Determination and Notification of Per Capita Amounts for Members Without Libraries:
The Cooperative shall advise each Member without a Library by June 1 of each year, of
such unit's funding requirement for the next fiscal year, together with the calculations by which
such funding requirement was determined and the backup information for such calculation,
consisting of (i) average per capita locally funded library expenditures of Members with
Libraries for the last completed year and (ii) appropriate population statistics. The expenditures
shall be based on audited financial statements for such last completed year in accordance with
budget line items identified in Section IV.B.5. The population statistics used to calculate such
per capita expenditures shall be for such year and shall be from one of the following sources: the
Bureau of Economics and Business Research of the University of Florida, the Pinellas County
Planning Department, or the U.S. Census Bureau.
C. Fiduciary Responsibility for Funds:
1. All funds of the Cooperative shall be maintained in an interest-bearing
public depository as set forth in Florida Statutes, Chapter 280 (“Security for
Public Deposits,” verified 2017), as may be amended;
2. Complete and accurate records shall be kept of the receipts and
disbursement of all funds of the Cooperative, subject to the PPLC adopted
Record Retention and Document Destruction Policy, which will comply with
Florida Department of State General Schedule for State and Local Government
Agencies GS1-SL, Internal Revenue Code 501(c)(3), and all other applicable
federal, state, and local law;
3. An annual audit of the Cooperative by an independent certified public
accountant, to be paid for from the operating funds of the Cooperative, shall be
made and filed annually with the Department of State;
4. The Cooperative shall abide by the terms and provisions of the laws of the
State of Florida and the provisions of this Agreement and any other applicable
Federal, State, or local laws, rules and regulations including the County's
Investment Policy.
D. Disbursement:
The Board of Directors shall disburse funds received by the Cooperative according to
the formula below:
1. The Board of Directors shall annually establish the budgeted administrative
costs of the Cooperative, including salary, office supplies, and any rents or other
costs related to the administrative operations of the Cooperative.
13
2. The remaining funds shall be distributed to Members with Libraries in
accordance with the disbursement formula, which is attached hereto and
incorporated herein as Exhibit “B.” This distribution is to be based on submittal
of annual library operating costs with descriptive codes in accordance with the
State of Florida Uniform Chart of Accounts. All funds collected from sources
other than Members shall be allocated as determined by the Board. In no
instance shall the total allocation to a Member Library exceed the amount of the
Local Support. Funds received by the Cooperative shall be disbursed within a
reasonable time after receipt. Payments to Member Libraries shall be made in
quarterly disbursements. The Libraries shall use those funds for materials and
operations of their Libraries. The disbursement formula may only be amended by
the Board, with the approval of a simple majority of the Members with Libraries
and the approval of the BCC.
3. State Aid funds and program grants received from the state shall be used in
accordance with the provisions of applicable state law, Florida Statutes 257
(“Public Libraries and State Archives” verified 2017) and Florida Administrative
Code 1B-2 (“Library Grant Programs” verified 2017).
VI. WITHDRAWAL:
A. All Participants:
1. Any Member wishing to withdraw shall submit written notice thereof to the
Cooperative no later than six (6) months prior to the beginning of any fiscal year
of the Cooperative.
2. Withdrawal of Members without Libraries may occur in the manner
specified in Section IV.C.2.
B. Members with Libraries:
A Member with a Library that submits a withdrawal notice to the Cooperative shall:
1. At the request of the Cooperative's Board, promptly furnish usage statistics
and an audit of library operating costs for such Library's last fiscal year
completed prior to the date the withdrawal is effective to ensure maintenance of
proper accounting for the Cooperative; and
2. Return to the Cooperative within sixty (60) days after withdrawal, any
special equipment or collections purchased for such Member with funds from the
Cooperative capital improvements fund within the previous five years. In lieu of
returning the equipment or collection so purchased, the amortized balance
14
thereof based on an amortization period of five years from date of purchase may
be repaid to the Cooperative during the year following withdrawal; and
3. Repay to the Cooperative within sixty (60) days after withdrawal any then
remaining unexpended and uncommitted funds received from the Cooperative;
C. Members Without a Library:
A Member without a Library that submits or receives a withdrawal notice shall
pay all sums due for library services provided prior to the date of withdrawal
pursuant to Sections IV and V prior to withdrawal.
VII. TERMINATION OF AGREEMENT:
In the event that Members representing more than fifty percent (50 %) of the total
population of all Members withdraw under Section VI or are deemed to have withdrawn under
Section IV.C.2 of this Agreement, the remaining Members shall consider the continuation or
termination of the Agreement and may terminate the Agreement by consent of a simple majority
of the Members.
IN WITNESS WHEREOF, the Parties hereto have caused this Interlocal Agreement to be executed on the day and year first above written.
15
EXHIBIT "A" Policy on Admission
Pinellas Public Library Cooperative, Inc.
For a Library Seeking Membership Libraries applying for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board, which shall determine if the Library meets the basic eligibility requirements outlined below:
1. The Library meets the Essential level of Core Standards as defined in the Florida Public Library Standards (FLA, 2006 Revision, updated 2015 “Standards for Customer Focused Library Facilities” verified 2017). 2. The Library meets the Florida Public Library Standards (FLA 2006 Revision, updated 2015, verified
2017) for Interconnectivity, Lending Services, Services-Resource Sharing and Interlibrary Cooperation. 3. The governing entity must have an established budget for the maintenance and operation of the Library and must be audited each year. 4. There must be evidence that such funding is available, restricted for the Library and will continue to
be available.
5. The Library has a long-range plan, an annual plan of service, and an annual budget [Florida Statutes 257.17(2)(e)] (long range plan statement, verified 2017). 6. The Library engages in joint planning for coordinating of library services within the county or counties that receive operating grants from the state [Florida Statutes 257.17(2)(f)] (joint planning
statement, verified 2017).
7. The Library adapts its services to meet the needs of people with disabilities as required by the Americans with Disabilities Act and its attendant regulations. 8. The Library has established hiring practices that are in accordance with Equal Employment regulations.
When the Library and its governing entity determine that these eligibility requirements can be met the attached Procedures for Admission must be followed. Such requests may be initiated at any time but the funding cycle for the subsequent fiscal year requires a March
31 deadline. See the Procedures for Admission for steps to be taken.
16
Procedures for Admission To the Pinellas Public Library Cooperative, Inc.
As a Member Library
1. The Library seeking admission to the Cooperative must provide documentation that it can
meet the standards spelled out in the Policy on Admission.
2. The Library must submit a letter of request signed by its governing entity (city commission,
Board of Directors, etc.) to the Board/Executive Director.
3. The Library must submit with its letter of request documentation that it meets the basic
eligibility standards for admission to the Pinellas Public Library Cooperative, Inc. as
provided for in the Policy on Admission.
4. Upon receipt of the letter of request and documentation, the Board and Executive Director
will review the request and appoint a committee to visit and evaluate the Library.
5. The committee will determine readiness for services by the requesting Library and will report
any deficiencies in writing to the Board and to the Library's governing entity.
6. If the Library's governing entity wishes to pursue membership, it will be given a period of
time in which to correct deficiencies, if any, and to prepare the Library for final evaluation by
the Board.
7. Upon receipt of the final evaluation, the Board will have up to sixty (60) days in which to
vote upon admission.
8. Following a positive vote, the Board will present the Library's governing entity with a copy
of the Interlocal Agreement, which must be executed and returned, and an agreement form
for the basic policies and procedures in effect for Member Libraries, including all public
service policies such as patron registration, patron cards, materials circulation rules and
others.
9. In order to be included in the subsequent year's funding allocations, the Procedures for
Admission must be completed by March 31st in any given year.
17
EXHIBIT "B" Disbursement Formula
Base Allocations to Members with Libraries shall be 90% of the balance remaining after the adjustments
stated in Section V.D.1 and V.D.2 of the Library Interlocal Agreement. Each Library's percentage of the total
Local Support extended, as determined through the review of the Certified Annual Financial Reports (CAFR),
shall then be determined and translated into dollar amounts. The percentage of the total Local Support
extended shall be determined by dividing the sums expended locally by the total Local Support for all
Members. As set forth in Section IV.B.5 of the agreement, the Local Support shall be determined by adding
the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida
Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and books,
publications, and library materials (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object
Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the
Local Support. The Members shall receive a percentage of the available funds equal to the percentage of their
total support extended as a base allocation subject to a maximum of 16% and a minimum of 4%.
Circulation Allocations to Members with Libraries shall be 10% after the adjustments stated in Section
V.D.1. and V.D.2. The dollars available for distribution include the balance remaining after the base
allocation. The circulation pool allocation percentage shall be derived by taking non-resident (residents from
unincorporated Pinellas County and other Member cities) circulation figures for each Library and dividing it
by the total non-resident circulation for all Members.
Total Allocations to Members with Libraries shall not exceed the amount of the Local Support.
CITY OF CLEARWATER
Countersigned:
George N. Cretekos
Mayor
Approved as to form:
Cb}:!~
Assistant City Attorney
CITY OF CLEARWATER, FLORIDA
By:
Attest:
w~~~---rr
Wilham B. Horne 11
City Manager
Rosemarie Call
City Clerk
RECEIVED SEP 1 9 2018
D\,,v\
18
DUNFZDIN
Home of Honeymoon Island
CITY OF DUNEDIN
Mayo . J lAli e Ward B1~1,i\sti(printed name)
Date: q///18
City Clerk fxnis~ K, ( k.pain ell (printed name)
Date:#
19
CITY .'.:)/GULFPO~
By: ~ f. 1ffe
City Manager: James E. O'Reilly
Date: August 7, 2018
ATTEST:
Date: August 7, 2018
CITY OF GULFPORT
TENT AND FORM:
20
City of Largo
t?Lf>~
City Manager
. . . . ....
Attest:
Signature Page
RECEIVED AUG 1 5 2018
VV0-
21
CITY OF MADEIRA BEACH
_..;:..J=ona=th=an=E=v.:..::ans=:::..._ (printed name)
.
By:~~ lJ~~(signature)
Vice-Deputy Mayor: Deryweinstein
Date: ~-/ ~ -/&
(printed name)
ATTEST:
By: (!_ilrw,_ tk31~)
City Clerk : __ C=l=ar=a'-'V-=anB=l=ar=g=an"--_ (printed name)
Date: ~-/l(,VJ ~
By: h ( /h:& (signature)
City Attorney: ----"""Ral=f=--B=rc.=...oo=k=es=---(printed name)
Date: f /1 '/ )! l/ ---7--1----,-J<-----:--=-
r·,.
22
TOWN OF
By: --1-,#..-.+..::....i..:~---,I...---(signature)
Mayor: ___._,11....1-4-l~,LL,,;_----Jil~~.;z_---(printed name)
Date: g l,u I ,e
ATTEI Bl\;__,4 LJ: Cr?~ (signature)
City Clerk M /h2.r CA MP i3e1,L (printed name)
Date : r{,ll}tf /
I
SEAL
23
ATTEST:
'
-t-:,,<--t-~___,J ~'---------,nn Nixon, MMC
City Clerk
City of Oldsmar
APPROVED AS TO FORM:
City Attorney
City of Oldsmar
Date
Date
Date
24
CITY OF PINELLAS PARK
::.> By: ~....,..._-'-+--~-'---s---=---=--=--=---=---=--1(--c:-s 1rog n at u re )
City
B~~~ure)
Mayor: Sandra . Bradbury
Date:Oo/;;11 d(J)g
APPROVED AS TO FORM AND CORRECTNESS:
By~ (signature)
~City Attorney: James W. Denhardt
Date: 0(( · 11-I~
25
TOWN OF REDINGTON BEACH
TOWN OF REDINGTON BEACH
Date: ~ -1 S--r 8
ATfEST:
By\-fh.A..M....,p Q.c.."-[{!_
V
City Clerk: Missy Clarke, CMC
Date: t:>, !(o -'8
APPROVED
By: ~
City Attorney: Jay Daigneault
Date: 8/iQI~
26
TOWN OF REDINGTON SHORES
I •
-+-,-1,,~~~~,_£--~-j!-/-'-_ (signature)
__.._.__,____~-'-'----v.-:,-~~--c-'-'-fv-'--1 ___ ---_. __ (printed name)
ATTEST: (} ,,
By: __ /:{\{.l'-':11 y (& fVJI____. (signature)
Town Cir r\fl:f '--\ S p FY/r<<Y (printed name)
Date:~ lq Ii
By: . · ·nature) -. .
TOWN Att rney n-~_6{;l-~At4d!_r.t:{printed name)
Date:.. _ 9---/ Ii,_----/$
27
CITY OF SAFETY HARBOR
CITY OF SAFETY HARBOR, FLORIDA,
APPROVED AS TO FORM:
,Al~
CityAttorne
ATTEST:
RECEIVED SEP 1 8 2018
18
28
City of St. Pete Beach
By: -~:...J~~========::::{Signature)
City
:y(!~ (signature)
Date: j --I 5 -/ ?
Arrf17 ·. . {;, . . ,
By:~ ~ (signature)
City Clerk: Rebecca Haynes
Date: Ci11 ..--)o\"8
Al'P~ANDFORM:
By: ~----"'--''--""""'----....:;__--(signature) I
City A77/' Anlew Dickman, Esg
Date: ~ /~
29
LIBRARY INTERLOCAL AGREEMENT
CITY OF ST. PETERSBURG
SIGNATURE PAGE
· -RECEIVED SEP 2 1 2018
(~
30
CITY OF SEMINOLE
CITY OF SEMINOLE
By:
City Manager: ANN hNey~ o~ (Print Name)
Date: 9 - / D-/$
By:
Mayor:
Date: q,;~./f
ATTEST: /)
By: ~~ ~ IJllZ q:..u . (Signature)
City Clerk: ~--Inv 4..) be.I I Ve q_ I)_,, (Print Name)
Date: CiJ. 10, 10
-,
APPROVED AS T
By:
City Attorney:
Date:
19
31
CITY OF TARPON SPRINGS, FLORIDA
FOR THE CITY OF TARPON SPRINGS:
By: _@_~--'--t-~'-f-A....,_i_r:_,[._,_.:\, ___ (signature)
City Manager: Mark G. LeCouris
Date: ?' ---8\ -l (
Mayo · hris Alahouzos
Date: g <2 / ,-/ Y
> . " .... "'· .,
: ~-\l S r' lit. ·. · ·
.. 1','\;~' '\ ... t . •~. Ir~ . ~, ........ •• ~-4,,. t:::/r-l
A TTE~: ,\_:. \ <.
a(~we 2)}Alif/bg~~ureJ
'---. \ .
City Clerk: Irene Jacob'~ . -,'.}:. :; .._-::t~~'. ·
Date: ?; -';)\---\ [ · _ __.. · · · ·
,/
APP TENT AND FORM:
By: -+----+---+-----+---+----(signature)
City A torney: Jay
Date: i \ i l l l Y
'
neault, Esq.
32
ATTEST:
PINELLAS PUBLIC LIBRARY COOPERATIVE INTERLOCALAGREEMENT
10/0l-2018-09/30/2023
CfTY OFTAEASUAE RAND, FL
33
PINELLAS COUNTY, FLORIDA, by and
through its Board of County Commissioners, for and
on behalf of the East Lake Library Municipal
Services Taxing Unit
By, �e.-dL""'v _ �uz
Kenneth T. Welch, Chainnan
ATTEST:
KEN BURKE, CLERK OF COURT APPROVED AS TO FORM
�
C AHASTON
CE OF THE COUNTY ATTORNEY
34
PINELLAS COUNTY, FLORIDA, by and
through its Board of County Commissioners, for and
on behalf of the Palm Harbor Community Services
District, a municipal services taxing unit
By �e.ksr: UJJJ.___
Ke� T.Wclch, Chairman
_.\ ..
, L• • ', ·�-•. . .
I ,• ' •
ATTEST:
KEN BURKE, CLERK OF COURT
-, , '. . ..I �. • , • 9 , ,. • I
1 ,· ,� • .., -��,. •·'./i.� \" ·:)·�.: :, . ,·
APPROVED AS TO FORM
�
C AHASTON
CE OF THE COUNTY ATTORNEY
35
PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners
By: �n.y. w£
Kenneth T. Welch, Chairman
ATTEST:
KEN BURKE, CLERK OF COURT APPROVED AS TO FORM
CNAHASTON
CE OF THE COUNTY ATTORNEY
36
PPLC Board approved 7.11.18
BCC approved 9.25.18
FIRST AMENDMENT TO LIBRARY INTERLOCAL AGREEMENT
THIS FIRST AMENDMENT is entered into between the undersigned Governmental
Units as set forth on the signature pages attached hereto (collectively, “Parties”), for the
participation in a cooperative library service for Pinellas County (the “Cooperative").
WHEREAS, the Parties entered into the Library Interlocal Agreement effective October
1, 2018, and extending through September 30, 2023 (the “Agreement”); and
WHEREAS, the Parties wish to extend the Agreement for an additional five (5) years,
as authorized by Section I (C) of the Agreement;
NOW, THEREFORE, in consideration of the mutual benefits and in consideration of
the covenants and agreements set forth herein, the Parties hereto agree as follows:
1. The Agreement is extended for an additional five (5) years, for the period from October
1, 2023 to September 30, 2028.
2. This Amendment may be signed in counterparts and will be effective as of September
30, 2023 (“Effective Date”).
3. All other provisions of the Agreement not amended in this First Amendment shall
remain in full force and effect.
4. This First Amendment shall be filed by the County with the Clerk of the Circuit Court
as provided in Section 163.01(11), Florida Statutes.
IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be executed
and effective on the Effective Date.
---------SIGNATURE PAGES TO FOLLOW---------
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#23-0934
Agenda Date: 8/3/2023 Status: Consent AgendaVersion: 1
File Type: Action ItemIn Control: City Clerk
Agenda Number: 7.11
SUBJECT/RECOMMENDATION:
Designate Vice Mayor Mark Bunker to serve as the City’s official voting delegate at the Florida
League of Cities’ Annual Conference, August 10-12, 2023. (consent)
SUMMARY:
The Florida League of Cities is hosting their annual conference at the Signia by Hilton Orlando
Bonnet Creek on August 10-12, 2023.
The League is asking each municipality to designate one official to be the voting delegate at
the Annual Business Session on Saturday, August 12 at 9:00 a.m. Election of League
leadership and adoption of resolutions are undertaken at the business meeting.
At the July 31, 2023 work session, there was council consensus to designate Vice Mayor
Bunker to serve as the City’s voting delegate.
Page 1 City of Clearwater Printed on 8/1/2023
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9681-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.1
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9681-23 on second reading, annexing certain real property whose post office
address is 1786 North Hercules Ave, Clearwater, Florida 33765 into the corporate limits of the
city and redefine the boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9681-23
ORDINANCE NO. 9681-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE WEST SIDE OF NORTH HERCULES
AVENUE APPROXIMATELY 200 FEET SOUTH OF
CALUMET STREET, WHOSE POST OFFICE ADDRESS IS
1786 NORTH HERCULES AVENUE CLEARWATER,
FLORIDA 33765, INTO THE CORPORATE LIMITS OF THE
CITY, AND REDEFINING THE BOUNDARY LINES OF THE
CITY TO INCLUDE SAID ADDITION, PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the owners of the real property described herein and depicted on the
map attached hereto as Exhibit “B” have petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following-described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
See attached Exhibit “A” for Legal Description.
(ANX2023-05004)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Community Development Coordinator
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 9681-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
ANX2023-05004, 1786 North Hercules Avenue, 01-29-15-00000-340-0300
From the Northeast corner of the Southeast Quarter of the Southwest Quarter of Sec�on 1, Township 29
South, Range 15 East, run S 00°17'48" E along the N-S center line of said Sec�on 1 (center line of C.R. 34
- Hercules Avenue) 350.03 feet; thence run N 89° 14'24" W parallel to the North line of the SE 1/4 of the
SW 1/4 of said Sec�on 1, 33.00 feet to the Westerly right-of-way line of C.R. 34 for a Point of Beginning;
thence run S 00°17'48" E, along said right-of-way line 57 feet; thence run N 89° 14'24" W, 230 feet;
thence run N 00°17'48" W, 57 feet; thence S-89°14'24" E, 230 feet to the P.O.B.; subject to an easement
for ingress and egress and drainage and u�li�es over the Easterly 42 feet thereof, situate, lying and being
in Pinellas County, Florida.
Exhibit “B”
PROPOSED ANNEXATION
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From:
Atlas Page: 262A To:
Employment (E) E-1, Employment-1
Industrial, Research and Technology (IRT) Industrial Limited (IL)
LOCATION MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
AERIAL PHOTOGRAPH
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
EXISTING SURROUNDING USES MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
Warehouse
Warehouse
Service
Station
Warehouse
ANX2023-05004
ABDI 2010 LLC
1786 North Hercules Avenue
View looking west at subject property on North Hercules Avenue
South of the subject property
North of the subject property
Across the street, to the east of the subject property
View looking northerly along North Hercules Avenue View looking southerly along North Hercules Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9682-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.2
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9682-23 on second reading, amending the future land use plan element of
the Comprehensive Plan of the city to designate the land use for certain real property whose
post office address is 1786 North Hercules Ave, Clearwater, Florida 33765, upon annexation
into the City of Clearwater, as Industrial Limited (IL).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9682-23
ORDINANCE NO. 9682-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT
OF THE COMPREHENSIVE PLAN OF THE CITY, TO
DESIGNATE THE LAND USE FOR CERTAIN REAL
PROPERTY LOCATED ON THE WEST SIDE OF NORTH
HERCULES AVENUE APPROXIMATELY 200 FEET SOUTH
OF CALUMET STREET, WHOSE POST OFFICE ADDRESS
IS 1786 NORTH HERCULES AVENUE CLEARWATER,
FLORIDA 33765, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS INDUSTRIAL LIMITED (IL); PROVIDING
AN EFFECTIVE DATE.
WHEREAS, the amendment to the Future Land Use Element of the
Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable,
proper and appropriate, and is consistent with the City's Comprehensive Plan; now,
therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The Future Land Use Element of the Comprehensive Plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
property, upon annexation into the City of Clearwater, as follows:
Property Land Use Category
See attached Exhibit “A” for Legal
Description.
Industrial Limited (IL)
(ANX2023-05004)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent
with the City’s Comprehensive Plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9681-23.
Ordinance No. 9682-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
ANX2023-05004, 1786 North Hercules Avenue, 01-29-15-00000-340-0300
From the Northeast corner of the Southeast Quarter of the Southwest Quarter of Sec�on 1, Township 29
South, Range 15 East, run S 00°17'48" E along the N-S center line of said Sec�on 1 (center line of C.R. 34
- Hercules Avenue) 350.03 feet; thence run N 89° 14'24" W parallel to the North line of the SE 1/4 of the
SW 1/4 of said Sec�on 1, 33.00 feet to the Westerly right-of-way line of C.R. 34 for a Point of Beginning;
thence run S 00°17'48" E, along said right-of-way line 57 feet; thence run N 89° 14'24" W, 230 feet;
thence run N 00°17'48" W, 57 feet; thence S-89°14'24" E, 230 feet to the P.O.B.; subject to an easement
for ingress and egress and drainage and u�li�es over the Easterly 42 feet thereof, situate, lying and being
in Pinellas County, Florida.
Exhibit “B”
PROPOSED FUTURE LAND USE MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From:
Atlas Page: 262A To:
Employment (E) E-1, Employment-1
Industrial, Research
and Technology (IRT) Industrial Limited (IL)
LOCATION MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
AERIAL PHOTOGRAPH
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
EXISTING SURROUNDING USES MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
Warehouse
Warehouse
Service
Station
Warehouse
ANX2023-05004
ABDI 2010 LLC
1786 North Hercules Avenue
View looking west at subject property on North Hercules Avenue
South of the subject property
North of the subject property
Across the street, to the east of the subject property
View looking northerly along North Hercules Avenue View looking southerly along North Hercules Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9683-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.3
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9683-23 on second reading, amending the Zoning Atlas of the city by zoning
certain real property whose post office address is 1786 North Hercules Ave, Clearwater,
Florida 33765, upon annexation into the City of Clearwater as Industrial, Research and
Technology (IRT).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9683-23
ORDINANCE NO. 9683-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED ON
THE WEST SIDE OF NORTH HERCULES AVENUE
APPROXIMATELY 200 FEET SOUTH OF CALUMET
STREET, WHOSE POST OFFICE ADDRESS IS 1786
NORTH HERCULES AVENUE CLEARWATER, FLORIDA
33765, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS INDUSTRIAL, RESEARCH AND
TECHNOLOGY (IRT); PROVIDING AN EFFECTIVE DATE.
WHEREAS, the assignment of a zoning classification as set forth in this ordinance
is found to be reasonable, proper and appropriate, and is consistent with the City's
Comprehensive Plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The following described property located in Pinellas County, Florida, is
hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning
Atlas of the City is amended, as follows:
Property Land Use Category
See attached Exhibit “A” for Legal
Description.
Industrial, Research
and Technology (IRT)
(ANX2023-05004)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9681-23.
Ordinance No. 9683-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
ANX2023-05004, 1786 North Hercules Avenue, 01-29-15-00000-340-0300
From the Northeast corner of the Southeast Quarter of the Southwest Quarter of Sec�on 1, Township 29
South, Range 15 East, run S 00°17'48" E along the N-S center line of said Sec�on 1 (center line of C.R. 34
- Hercules Avenue) 350.03 feet; thence run N 89° 14'24" W parallel to the North line of the SE 1/4 of the
SW 1/4 of said Sec�on 1, 33.00 feet to the Westerly right-of-way line of C.R. 34 for a Point of Beginning;
thence run S 00°17'48" E, along said right-of-way line 57 feet; thence run N 89° 14'24" W, 230 feet;
thence run N 00°17'48" W, 57 feet; thence S-89°14'24" E, 230 feet to the P.O.B.; subject to an easement
for ingress and egress and drainage and u�li�es over the Easterly 42 feet thereof, situate, lying and being
in Pinellas County, Florida.
Exhibit “B”
PROPOSED ZONING MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From:
Atlas Page: 262A To:
Employment (E) E-1, Employment-1
Industrial, Research
and Technology (IRT) Industrial Limited (IL)
LOCATION MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
AERIAL PHOTOGRAPH
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
EXISTING SURROUNDING USES MAP
Owner(s): ABDI 2010 LLC Case: ANX2023-05004
Site: 1786 North Hercules Avenue
Property Size(Acres):
ROW (Acres):
0.300
Land Use Zoning PIN: 01-29-15-00000-340-0300
From: Employment (E) E-1, Employment-1
Atlas Page: 262A To: Industrial Limited (IL) Industrial, Research,
and Technology (IRT)
Warehouse
Warehouse
Service
Station
Warehouse
ANX2023-05004
ABDI 2010 LLC
1786 North Hercules Avenue
View looking west at subject property on North Hercules Avenue
South of the subject property
North of the subject property
Across the street, to the east of the subject property
View looking northerly along North Hercules Avenue View looking southerly along North Hercules Avenue
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9692-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.4
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9692-23 on second reading, amending Section 2.263(1), Code of
Ordinances, to increase the salaries of the mayor and councilmembers.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
1 Ordinance 9692-23
ORDINANCE NO. 9692-23
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
RELATING TO SALARY INCREASES FOR THE MAYOR AND
COUNCILMEMBERS; AMENDING SECTION 2.263(1), CODE
OF ORDINANCES; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Council salaries as established in Section 2.263, Code of
Ordinances, have not been increased since 2000 other than annual adjustments as provided in
the code; and
WHEREAS, the City Council salaries are currently $32,990.62 for the Mayor and
$27,492.40 for the Councilmembers; and
WHEREAS, Section 2.04 of the City Charter provides that an ordinance increasing
council salaries must be approved at least six months prior to an election; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. Section 2.263(1), Code of Ordinances, is amended to read as follows:
Sec. 2.263. Compensation and expenses of mayor and councilmembers.
(1) Commencing on March 19, 2024, the mayor shall receive an annual
salary of $49,000.00 to be paid in prorated bi-weekly amounts. Each city
councilmember shall receive an annual salary of $45,000.00 to be paid in prorated
bi-weekly amounts.
Section 2. This ordinance shall take effect March 19, 2024.
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL ______________________
READING AND ADOPTED
By: __________________________
Brian J. Aungst, Sr.
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: 9697-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.5
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9697-23 on third reading, annexing certain real property whose post office
address is 1221 Sunset Point Road, Clearwater, Florida 33755 into the corporate limits of the
city and redefine the boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9697-23
ORDINANCE NO. 9697-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE SOUTH SIDE OF SUNSET POINT
ROAD APPROXIMATELY 385 FEET EAST OF DOUGLAS
AVENUE, WHOSE POST OFFICE ADDRESS IS 1221
SUNSET POINT ROAD, CLEARWATER, FLORIDA 33755,
INTO THE CORPORATE LIMITS OF THE CITY, AND
REDEFINING THE BOUNDARY LINES OF THE CITY TO
INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the owner of the real property described herein and depicted on the
map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
Lot 2, Block B, Harbor Vista, according to the map or plat thereof, as recorded in Plat Book
18, Page(s) 41, of the Public Records of Pinellas County, Florida;
(ANX2022-05007)
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Community Development Coordinator
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 9697-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9583-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED ANNEXATION
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05007
Weekley Homes, LLC
1221 Sunset Point Road
View looking south at subject property 1221 Sunset Point Road
West of the subject property
East of the subject property
Across the street, to the north of the subject property
View looking easterly along Sunset Point Road View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9698-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.6
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9698-23 on third reading, amending the future land use plan element of the
Comprehensive Plan of the city to designate the land use for certain real property whose post
office address is 1221 Sunset Point Road, Clearwater, Florida, 33755, upon annexation into
the City of Clearwater, as Residential Urban (RU).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9698-23
ORDINANCE NO. 9698-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT
OF THE COMPREHENSIVE PLAN OF THE CITY, TO
DESIGNATE THE LAND USE FOR CERTAIN REAL
PROPERTY LOCATED ON THE SOUTH SIDE OF SUNSET
POINT ROAD APPROXIMATELY 385 FEET EAST OF
DOUGLAS AVENUE, WHOSE POST OFFICE ADDRESS IS
1221 SUNSET POINT ROAD, CLEARWATER, FLORIDA
33755, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS RESIDENTIAL URBAN (RU);
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the amendment to the Future Land Use Element of the
Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable,
proper and appropriate, and is consistent with the City's Comprehensive Plan; now,
therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The Future Land Use Element of the Comprehensive Plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
property, upon annexation into the City of Clearwater, as follows:
Property Land Use
Category
Lot 2, Block B, Harbor Vista, according to
the map or plat thereof, as recorded in Plat
Book 18, Page(s) 41, of the Public Records
of Pinellas County, Florida;
Residential Urban
(RU)
(ANX2022-05007)
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent
with the City’s Comprehensive Plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9697-23.
Ordinance No. 9698-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9584-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED FUTURE LAND USE MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05007
Weekley Homes, LLC
1221 Sunset Point Road
View looking south at subject property 1221 Sunset Point Road
West of the subject property
East of the subject property
Across the street, to the north of the subject property
View looking easterly along Sunset Point Road View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9699-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.7
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9699-23 on third reading, amending the Zoning Atlas of the city by zoning
certain real property whose post office address is 1221 Sunset Point Road, Clearwater,
Florida 33755, upon annexation into the City of Clearwater as Low Medium Density
Residential (LMDR).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9699-23
ORDINANCE NO. 9699-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED ON
THE SOUTH SIDE OF SUNSET POINT ROAD
APPROXIMATELY 385 FEET EAST OF DOUGLAS
AVENUE, WHOSE POST OFFICE ADDRESS IS 1221
SUNSET POINT ROAD, CLEARWATER, FLORIDA 33755,
UPON ANNEXATION INTO THE CITY OF CLEARWATER,
AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR);
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the assignment of a zoning classification as set forth in this ordinance
is found to be reasonable, proper and appropriate, and is consistent with the City's
Comprehensive Plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described property located in Pinellas County, Florida, is
hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning
Atlas of the City is amended, as follows:
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9697-23.
Property Zoning District
Lot 2, Block B, Harbor Vista, according to the
map or plat thereof, as recorded in Plat Book
18, Page(s) 41, of the Public Records of
Pinellas County, Florida;
Low Medium Density Residential
(LMDR)
(ANX2022-05007)
Ordinance No. 9699-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9585-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED ZONING MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05007
Site: 1221 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0020
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05007
Weekley Homes, LLC
1221 Sunset Point Road
View looking south at subject property 1221 Sunset Point Road
West of the subject property
East of the subject property
Across the street, to the north of the subject property
View looking easterly along Sunset Point Road View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9700-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.8
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9700-23 on third reading, annexing certain real property whose post office
address is 1219 Sunset Point Road, Clearwater, Florida 33755 into the corporate limits of the
city and redefine the boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9700-23
ORDINANCE NO. 9700-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE SOUTHEAST CORNER OF SUNSET
POINT ROAD AND SYLVAN DRIVE, WHOSE POST OFFICE
ADDRESS IS 1219 SUNSET POINT ROAD, CLEARWATER,
FLORIDA 33755, INTO THE CORPORATE LIMITS OF THE
CITY, AND REDEFINING THE BOUNDARY LINES OF THE
CITY TO INCLUDE SAID ADDITION; PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the owner of the real property described herein and depicted on the
map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
Lot 1, Block B, Harbor Vista, according to the map or plat thereof, as recorded in Plat Book
18, Page(s) 41, of the Public Records of Pinellas County, Florida;
(ANX2022-05008)
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Community Development Coordinator
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 9700-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9586-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED ANNEXATION
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05008
Weekley Homes, LLC
1219 Sunset Point Road
View looking south at subject property 1219 Sunset Point Road East of the subject property
Across the street, to the north of the subject property View looking easterly along Sunset Point Road
View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9701-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.9
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9701-23 on third reading, amending the future land use plan element of the
Comprehensive Plan of the city to designate the land use for certain real property whose post
office address is 1219 Sunset Point Road, Clearwater, Florida, 33755, upon annexation into
the City of Clearwater, as Residential Urban (RU).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9701-23
ORDINANCE NO. 9701-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT
OF THE COMPREHENSIVE PLAN OF THE CITY, TO
DESIGNATE THE LAND USE FOR CERTAIN REAL
PROPERTY LOCATED ON THE SOUTHEAST CORNER
OF SUNSET POINT ROAD AND SYLVAN DRIVE, WHOSE
POST OFFICE ADDRESS IS 1219 SUNSET POINT ROAD,
CLEARWATER, FLORIDA 33755, UPON ANNEXATION
INTO THE CITY OF CLEARWATER, AS RESIDENTIAL
URBAN (RU); PROVIDING AN EFFECTIVE DATE.
WHEREAS, the amendment to the Future Land Use Element of the
Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable,
proper and appropriate, and is consistent with the City's Comprehensive Plan; now,
therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The Future Land Use Element of the Comprehensive Plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
property, upon annexation into the City of Clearwater, as follows:
Property Land Use
Category
Lot 1, Block B, Harbor Vista, according to
the map or plat thereof, as recorded in Plat
Book 18, Page(s) 41, of the Public Records
of Pinellas County, Florida;
Residential Urban
(RU)
(ANX2022-05008)
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent
with the City’s Comprehensive Plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9700-23.
Ordinance No. 9701-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9587-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED FUTURE LAND USE MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05008
Weekley Homes, LLC
1219 Sunset Point Road
View looking south at subject property 1219 Sunset Point Road East of the subject property
Across the street, to the north of the subject property View looking easterly along Sunset Point Road
View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9702-23 3rd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.10
SUBJECT/RECOMMENDATION:
Adopt Ordinance 9702-23 on third reading, amending the Zoning Atlas of the city by zoning
certain real property whose post office address is 1219 Sunset Point Road, Clearwater,
Florida 33755, upon annexation into the City of Clearwater as Low Medium Density
Residential (LMDR).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9702-23
ORDINANCE NO. 9702-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED ON
THE SOUTHEAST CORNER OF SUNSET POINT ROAD
AND SYLVAN DRIVE, WHOSE POST OFFICE ADDRESS IS
1219 SUNSET POINT ROAD, CLEARWATER, FLORIDA
33755, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL
(LMDR); PROVIDING AN EFFECTIVE DATE.
WHEREAS, the assignment of a zoning classification as set forth in this ordinance
is found to be reasonable, proper and appropriate, and is consistent with the City's
Comprehensive Plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described property located in Pinellas County, Florida, is
hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning
Atlas of the City is amended, as follows:
The map attached as Exhibit “A” is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9700-23.
Property Zoning District
Lot 1, Block B, Harbor Vista, according to the
map or plat thereof, as recorded in Plat Book
18, Page(s) 41, of the Public Records of
Pinellas County, Florida;
Low Medium Density Residential
(LMDR)
(ANX2022-05008)
Ordinance No. 9702-23
PASSED ON FIRST READING
(AS ORDINANCE NO. 9588-22)
PASSED ON SECOND READING
PASSED ON THIRD AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit “A”
PROPOSED ZONING MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
LOCATION MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
AERIAL PHOTOGRAPH
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR)
EXISTING SURROUNDING USES MAP
Owner(s): Weekley Homes, LLC Case: ANX2022-05008
Site: 1219 Sunset Point Road
Property
Size(Acres):
ROW (Acres):
0.137
Land Use Zoning PIN: 03-29-15-36666-002-0010
From : Residential Urban
(RU) R-4 One, Two & Three Family Residential
Atlas Page: 260B To: Residential Urban
(RU) Low Medium Density
Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Commercial Detached Dwellings
ANX2022-05008
Weekley Homes, LLC
1219 Sunset Point Road
View looking south at subject property 1219 Sunset Point Road East of the subject property
Across the street, to the north of the subject property View looking easterly along Sunset Point Road
View looking westerly along Sunset Point Road
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9684-23 2bd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.11
SUBJECT/RECOMMENDATION:
Continue to September 7, 2023: Adopt Ordinance 9684-23 on second reading, annexing
certain unaddressed real property located on the north side of Tanglewood Drive
approximately 675 feet west of Oak Creek Drive East, in Clearwater, Florida, 33761 into the
corporate limits of the city and redefine the boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9684-23
ORDINANCE NO. 9684-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN UNADDRESSED REAL
PROPERTY LOCATED ON THE NORTH SIDE OF
TANGLEWOOD DRIVE APPROXIMATELY 675 FEET WEST
OF OAK CREEK DRIVE EAST, IN CLEARWATER, FLORIDA
33761, INTO THE CORPORATE LIMITS OF THE CITY, AND
REDEFINING THE BOUNDARY LINES OF THE CITY TO
INCLUDE SAID ADDITION, PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the owners of the real property described herein and depicted on the
map attached hereto as Exhibit “B” have petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following-described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
See attached Exhibit “A” for Legal Description.
(ANX2023-05005)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Community Development Coordinator
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 9684-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
Legal Description
Unaddressed Tanglewood Dr, Clearwater, FL 33761, Parcel Number: 16-28-16-89752-000-0031
As Seen on Property Appraiser
Tanglewood Estates PT of lot 3 Desc as from NW COR of SD lot TH E 195.11ft for the POB TH CONT E
211.89ft TH SW’LY 159.44ft TH W ALG N R/W of Tanglewood Dr 35.3ft TH NW’LY ALG SD N’LY R/W
64.19ft TH N19DW 131.7ft to POB.
As Seen on Plat Survey
A portion of Lot 3, Tanglewood Estates as shown on the Plat recorded in Plat Book 75, page 25 of the
Public Records of Pinellas County Florida and being more particularly described as follows:
Commence at the Northeast corner of said Lot 3; thence along the East boundary line of said Lot 3 South
29°00’00” West, a distance of 159.44 feet to the Northerly Right-of-Way line of Tanglewood Dr; thence
along said Northerly Right-of-Way line the following two (2) courses and distances; (1) North 89°33’00”
West, a distance of 35.81 feet; thence 64.18 feet along the arc of a curve to the left, said curve having a
radius of 45.00 feet, a central angle of 81°43’17” and a chord of 58.88 feet, which bears North 74°09’55”
West said point being on the Easterly boundary line of the parcel described in Official Records Book
10319, Page 1345 of said Public Records; thence along said easterly boundary line North 18°39’19”
West, a distance of 131.70 feet to the North boundary line of said Lot 3; thence along said North
boundary line South 89°32’45” East, a distance of 211.89 feet to the Point of Beginning.
The above described parcel contains 0.46 acres more or less.
Exhibit “B”
PROPOSED ANNEXATION
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property
Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE),
Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
LOCATION MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE),
Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
AERIAL PHOTOGRAPH
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
EXISTING SURROUNDING USES MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
Detached Dwellings
Detached Dwellings
ANX2023-05005
Deborah E. Orsi
Unaddressed Tanglewood Drive
View looking north at subject property on Tanglewood Drive
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Tanglewood Drive View looking westerly along Tanglewood Drive
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9685-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.12
SUBJECT/RECOMMENDATION:
Continue to September 7, 2023: Adopt Ordinance 9685-23 on second reading, amending the
future land use plan element of the Comprehensive Plan of the city to designate the land use
for certain unaddressed real property located on the north side of Tanglewood Drive
approximately 675 feet west of Oak Creek Drive East, in Clearwater, Florida, 33761, upon
annexation into the City of Clearwater, as Residential Estate (RE) and Preservation (P).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9685-23
ORDINANCE NO. 9685-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT
OF THE COMPREHENSIVE PLAN OF THE CITY, TO
DESIGNATE THE LAND USE FOR CERTAIN
UNADDRESSED REAL PROPERTY LOCATED ON THE
NORTH SIDE OF TANGLEWOOD DRIVE APPROXIMATELY
675 FEET WEST OF OAK CREEK DRIVE EAST, IN
CLEARWATER, FLORIDA 33761, UPON ANNEXATION
INTO THE CITY OF CLEARWATER, AS RESIDENTIAL
ESTATE (RE) AND DRAINAGE FEATURE OVERLAY;
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the amendment to the Future Land Use Element of the
Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable,
proper and appropriate, and is consistent with the City's Comprehensive Plan; now,
therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF CLEARWATER, FLORIDA:
Section 1. The Future Land Use Element of the Comprehensive Plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
property, upon annexation into the City of Clearwater, as follows:
Property Land Use Category
See attached Exhibit “A” for Legal
Description.
Residential Estate
(RE), Drainage Feature
Overlay
(ANX2023-05005)
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent
with the City’s Comprehensive Plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9684-23.
Ordinance No. 9685-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
Legal Description
Unaddressed Tanglewood Dr, Clearwater, FL 33761, Parcel Number: 16-28-16-89752-000-0031
As Seen on Property Appraiser
Tanglewood Estates PT of lot 3 Desc as from NW COR of SD lot TH E 195.11ft for the POB TH CONT E
211.89ft TH SW’LY 159.44ft TH W ALG N R/W of Tanglewood Dr 35.3ft TH NW’LY ALG SD N’LY R/W
64.19ft TH N19DW 131.7ft to POB.
As Seen on Plat Survey
A portion of Lot 3, Tanglewood Estates as shown on the Plat recorded in Plat Book 75, page 25 of the
Public Records of Pinellas County Florida and being more particularly described as follows:
Commence at the Northeast corner of said Lot 3; thence along the East boundary line of said Lot 3 South
29°00’00” West, a distance of 159.44 feet to the Northerly Right-of-Way line of Tanglewood Dr; thence
along said Northerly Right-of-Way line the following two (2) courses and distances; (1) North 89°33’00”
West, a distance of 35.81 feet; thence 64.18 feet along the arc of a curve to the left, said curve having a
radius of 45.00 feet, a central angle of 81°43’17” and a chord of 58.88 feet, which bears North 74°09’55”
West said point being on the Easterly boundary line of the parcel described in Official Records Book
10319, Page 1345 of said Public Records; thence along said easterly boundary line North 18°39’19”
West, a distance of 131.70 feet to the North boundary line of said Lot 3; thence along said North
boundary line South 89°32’45” East, a distance of 211.89 feet to the Point of Beginning.
The above described parcel contains 0.46 acres more or less.
Exhibit “B”
PROPOSED FUTURE LAND USE MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From : R-E, Residential Estate
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
Low Density
Residential (LDR)
LOCATION MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE),
Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
AERIAL PHOTOGRAPH
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
EXISTING SURROUNDING USES MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
Detached Dwellings
Detached Dwellings
ANX2023-05005
Deborah E. Orsi
Unaddressed Tanglewood Drive
View looking north at subject property on Tanglewood Drive
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Tanglewood Drive View looking westerly along Tanglewood Drive
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: 9686-23 2nd rdg
Agenda Date: 8/3/2023 Status: Second ReadingVersion: 1
File Type: OrdinanceIn Control: City Attorney
Agenda Number: 8.13
SUBJECT/RECOMMENDATION:
Continue to September 7, 2023: Adopt Ordinance 9686-23 on second reading, amending the
Zoning Atlas of the city by zoning certain unaddressed real property located on the north side
of Tanglewood Drive approximately 675 feet west of Oak Creek Drive East, in Clearwater,
Florida, 33761, upon annexation into the City of Clearwater as Low Density Residential (LDR)
and Preservation (P).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 8/1/2023
Ordinance No. 9686-23
ORDINANCE NO. 9686-23
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN UNADDRESSED REAL PROPERTY
LOCATED ON THE NORTH SIDE OF TANGLEWOOD
DRIVE APPROXIMATELY 675 FEET WEST OF OAK CREEK
DRIVE EAST, IN CLEARWATER, FLORIDA 33761, UPON
ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW
DENSITY RESIDENTIAL (LDR); PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the assignment of a zoning classification as set forth in this ordinance
is found to be reasonable, proper and appropriate, and is consistent with the City's
Comprehensive Plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described property located in Pinellas County, Florida, is
hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning
Atlas of the City is amended, as follows:
The map attached as Exhibit “B” is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 9684-23.
Property Zoning District
See attached Exhibit “A” for Legal Description Low Density Residential (LDR)
(ANX2023-05005)
Ordinance No. 9686-23
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
Brian J. Aungst, Sr.
Mayor
Approved as to form:
Matthew J. Mytych, Esq.
Senior Assistant City Attorney
Attest:
Rosemarie Call, MPA, MMC
City Clerk
Exhibit A
Legal Description
Unaddressed Tanglewood Dr, Clearwater, FL 33761, Parcel Number: 16-28-16-89752-000-0031
As Seen on Property Appraiser
Tanglewood Estates PT of lot 3 Desc as from NW COR of SD lot TH E 195.11ft for the POB TH CONT E
211.89ft TH SW’LY 159.44ft TH W ALG N R/W of Tanglewood Dr 35.3ft TH NW’LY ALG SD N’LY R/W
64.19ft TH N19DW 131.7ft to POB.
As Seen on Plat Survey
A portion of Lot 3, Tanglewood Estates as shown on the Plat recorded in Plat Book 75, page 25 of the
Public Records of Pinellas County Florida and being more particularly described as follows:
Commence at the Northeast corner of said Lot 3; thence along the East boundary line of said Lot 3 South
29°00’00” West, a distance of 159.44 feet to the Northerly Right-of-Way line of Tanglewood Dr; thence
along said Northerly Right-of-Way line the following two (2) courses and distances; (1) North 89°33’00”
West, a distance of 35.81 feet; thence 64.18 feet along the arc of a curve to the left, said curve having a
radius of 45.00 feet, a central angle of 81°43’17” and a chord of 58.88 feet, which bears North 74°09’55”
West said point being on the Easterly boundary line of the parcel described in Official Records Book
10319, Page 1345 of said Public Records; thence along said easterly boundary line North 18°39’19”
West, a distance of 131.70 feet to the North boundary line of said Lot 3; thence along said North
boundary line South 89°32’45” East, a distance of 211.89 feet to the Point of Beginning.
The above described parcel contains 0.46 acres more or less.
PROPOSED ZONING MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From : R-E, Residential Estate
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay Low Density
Residential (LDR)
LOCATION MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE),
Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
AERIAL PHOTOGRAPH
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
EXISTING SURROUNDING USES MAP
Owner(s): Deborah E. Orsi Case: ANX2023-05005
Site: Unaddressed Tanglewood Drive
Property Size(Acres):
ROW (Acres):
0.456
Land Use Zoning PIN: 16-28-16-89752-000-0031
From:
Atlas Page: 179A To:
Residential Estate (RE), Preservation (P)
Residential Estate (RE), Drainage Feature Overlay
R-E, Residential Estate
Low Density Residential (LDR)
Detached Dwellings
Detached Dwellings
ANX2023-05005
Deborah E. Orsi
Unaddressed Tanglewood Drive
View looking north at subject property on Tanglewood Drive
West of the subject property
East of the subject property
Across the street, to the south of the subject property
View looking easterly along Tanglewood Drive View looking westerly along Tanglewood Drive